AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the...

140
REQUEST FOR PROPOSALS FOR AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS OPERATIONS AND MAINTENANCE (O&M) SUPPORT AND SERVICES FOR Los Angeles World Airports Release Date: MARCH 1, 2016 City of Los Angeles Los Angeles World Airports Information Management & Technology Group Office of IT Administration Attn: Melody Ugalde, Contract Administrator 6053 W. Century Blvd. Los Angeles, CA 90045

Transcript of AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the...

Page 1: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

REQUEST FOR PROPOSALS

FOR

AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS OPERATIONS AND MAINTENANCE (O&M)

SUPPORT AND SERVICES

FOR

Los Angeles World Airports

Release Date: MARCH 1, 2016

City of Los Angeles

Los Angeles World Airports

Information Management & Technology Group

Office of IT Administration

Attn: Melody Ugalde, Contract Administrator

6053 W. Century Blvd.

Los Angeles, CA 90045

Page 2: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

BLANK

Page 3: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

REQUEST FOR PROPOSALS AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS

OPERATIONS AND MAINTENANCE (O&M) SUPPORT AND SERVICES TABLE OF CONTENTS

SUMMARY INFORMATION

INSTRUCTIONS TO PROPOSERS………………………………….……………………. 1 1. INTRODUCTION………………………………………………………………………. 1

1.1. Invitation………………………………………………………………………….…… 1 1.2. Procurement…………………………………………………………………….……. 1 1.3. Pre-Proposal Conference …………………..………………………………….…... 1 1.4. Americans with Disabilities Act……………………………………………….…….. 1 1.5. Full Opportunity………………………………………………………………….…… 1

2. PROJECT OVERVIEW……………………………………………………………….. 2 2.1. Working in a Dynamic Airport Environment……………………………………….. 2 2.2. Los Angeles World Airports (LAWA)……………………….……………………… 2 2.3. Project Summary Description………………………………………….…..……….. 2 2.4. Scope of Services Summary Description…………….….……………….……….. 2

3. DEFINITION OF PROPOSER……………………………………………………...… 3 3.1. Definition of a Proposer………………………………………………….………….. 3 3.2. Single-Firm Primes…………………………………………………………….…….. 3 3.3. Joint Ventures and Partnerships……………………………………………….…... 3 3.4. Subcontractors/Subconsultants………………………………………………….…. 3

4. CONTENTS OF PROPOSAL………………………………………………………… 4 4.1. Overview of Contents…………………………………………………….………….. 4 4.2. Proposal Part A – Written Proposal (Contents and Format)..……….………….. 5 4.3. Proposal Part B – Administrative Requirements……………………….…………. 8

5. PROPOSAL CLERICAL FORMAT…………………….………….………………... 9 5.1. LAWA Basic Requirements……………………………………………….………… 9 5.2. Preparation of Part A – Written Proposal ……………………………….………… 9 5.3. Preparation of Part B – Administrative Requirements………………….………... 9

6. PROPOSAL SUBMISSION REQUIREMENTS AND INSTRUCTIONS.………… 10 6.1. Proposal Packaging Instructions………………………………………….………... 10 6.2. Proposal Delivery Instructions……………………………………………….……... 10

7. PROPOSAL EVALUATION CRITERIA…………………………………………….. 11 7.1. Initial Review………………………………………………………………….………. 11 7.2. Evaluation of Part A – Written Proposal…………………………………….……... 11 7.3. Evaluation of Part B – Administrative Requirements……………………….……. 11 7.4. Weighted Evaluation Criteria………………………………………….……………. 11 7.5. “Must System” for Scoring Proposals…………………………………….………... 11 7.6. Short-List of Qualified Proposers……………………………………………….….. 12 7.7. Interview Process and Evaluation Criteria…………………………………….…... 12 7.8. Scoring and Ranking…………………………………..…….……………….……… 12 7.9. Selection, Negotiations, and Recommendation for Award…………………….... 12

Page 4: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M & SERVICES

8. LAWA’S MODIFICATIONS AND CLARIFICATIONS…..………………………… 13 8.1. Addenda………………………………………………………………………………. 13 8.2. Addenda Availability ……………………………………...……………………….… 13 8.3. Proposer’s Responsibility ……………………………………………………….….. 13 8.4. Communication and Interpretation of RFP Documents………………………….. 13

9. CITY POLICIES AND AGREEMENTS……………………………………………… 14 9.1. Subject to Acceptance for Three Months……………………………………….…. 14 9.2. Only One Proposal Accepted…………………………………………………….…. 14 9.3. Authorized Signatures………………………………………………………….……. 14 9.4. Joint Ventures or Partnerships Agreements………………………………….…… 14 9.5. Incorrect Proposal Information……………………………………………….……. 14

10. AWARD OF CONTRACT……………………………………………….……………. 15 10.1. Execution of Contract………………………………………………………….…….. 15 10.2. Award of Contract……………………………………………………………………. 15 10.3. Contract Term………………………………………………………………………… 15

11. ADDITIONAL LEGAL INFORMATION……………………………….…………….. 16

12. COMPLIANCE WITH ALL LAWS…………………………………………………… 16

13. EXAMPLE CONTRACT DOCUMENTS…………………………………………….. 16

ATTACHMENTS: ATTACHMENT 1: SCOPE OF SERVICES and APPENDICES 1.0 – 6.0 ATTACHMENT 2A: COST PROPOSAL FORM

2B: LABOR RATES FORM ATTACHMENT 3: ADMINISTRATIVE REQUIREMENTS ATTACHMENT 4: EXAMPLE CONTRACT DOCUMENTS ATTACHMENT 5: ADDITIONAL TERMS AND DISCLOSURES

End of Request For Proposals Table of Contents

Page 5: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

REQUEST FOR PROPOSALS FOR

AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS OPERATIONS AND MAINTENANCE (O&M)

SUPPORT AND SERVICES

SUMMARY INFORMATION

DATE ISSUED: MARCH 1, 2016

DESCRIPTION: The requirement is for the performance of all maintenance support services on the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term of the contract. LAWA anticipates that the majority of the Work will be conducted on site. The performance of the operations and maintenance services will be as recommended by the software manufacturer and as specified herein. In addition, LAWA requires the performance of preventive maintenance and troubleshooting services to maintain the system’s reliability, and to ensure compliance with the respective software warranties. CONTRACTORS LICENSE REQUIREMENTS: NONE CONTRACT TERM: 3 -Years. PERIOD OF PERFORMANCE: 3 - Years CONTRACT SMALL BUSINESS ENTERPRISE (SBE) GOAL: Ten Percent (10%) (See Attachment 3, Administrative Requirements) PRE-PROPOSAL CONFERENCE: Tuesday March 16, 2016 @ 10:00 A.M., Pacific Daylight Time At Los Angeles World Airports Clifton A. Moore Administration East Building Samuel Greenberg Board Room 1 World Way Los Angeles, CA 90045 DEADLINE FOR QUESTIONS AND REQUESTS FOR CLARIFICATIONS: 10 Calendar Days before Proposal Due Date PROPOSAL DUE NOT LATER THAN: Thursday April 7, 2016, 2:00 P.M., Pacific Daylight Time PROPOSAL DELIVERY ADDRESS: Los Angeles World Airports Skyview Building 6053 W. Century Blvd. Suite 302, Office 305 Los Angeles, CA 90045 CONTACT PERSON: MELODY UGALDE

E-MAIL: [email protected] SUBJECT: RFP for ARCC O&M Support & Services

Page 6: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

BLANK

Page 7: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

1

REQUEST FOR PROPOSALS

FOR AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS

OPERATIONS AND MAINTENANCE (O&M) SUPPORT AND SERVICES

INSTRUCTIONS TO PROPOSERS

1. INTRODUCTION

1.1. Invitation

The City of Los Angeles, Los Angeles World Airports (LAWA) hereby invites qualified firms to submit proposals in response to this Request for Proposals (RFP) for AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS OPERATIONS AND MAINTENANCE (O&M) SUPPORT AND SERVICES for Los Angeles World Airports.

1.2. Procurement LAWA plans to award a professional services contract to the most qualified responsive and responsible Proposer whose proposal represents the Best Overall Value to the City based upon the evaluation criteria defined herein as approved by the Board of Airport Commissioners and The Los Angeles City Council.

1.3. Pre-Proposal Conference LAWA will conduct a Pre-Proposal Conference for this procurement. Please see the preceding Summary Page for exact details of time and place. At the Conference, LAWA will present an overview of the proposed scope of work, including the procurement process, schedule, and administrative requirements. Attendance at the pre-proposal conference is optional but highly recommended

1.4. Americans with Disabilities Act As covered under Title II of the Americans with Disabilities Act, the City of Los Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its proposals, programs, services and activities. If an individual with a disability requires accommodations to attend a pre-proposal conference or proposal interviews, please contact the Contracts Manager at least five (5) calendar days prior to the scheduled event.

1.5. Full Opportunity The City of Los Angeles and LAWA’s policy prohibits discrimination or preferential treatment because of race, color, religion, sex, national origin, ancestry, age, veteran status, marital status, or sexual orientation. It is the policy of LAWA to encourage and facilitate full and equitable opportunities for small local businesses to participate in its contracts for the provision of goods and services. The successful Proposer shall comply with LAWA’s non-discrimination policy.

Page 8: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

2

2. PROJECT OVERVIEW

2.1. Working in a Dynamic Airport Environment

The Proposer should have the ability to work in a dynamic environment and be willing to adapt to any changes due to the needs of many other on-going airport activities and large airport improvement programs at LAWA. It is important to note that the airport operational environment presents a set of unique challenges that do not exist in a typical commercial setting. For example:

The Awarded Proposer and its subcontractors will be required to comply with LAWA security policies and meet established requirements. The Awarded Proposer and its subcontractors will be responsible for all expenses incurred by LAWA for corrective action resulting from any non-compliance with LAWA or the Transit Security Administration (TSA) rules or regulations.

LAWA security badges are required to work in certain areas of airport property. The Proposer shall become knowledgeable of LAWA’s badging requirements and all of the Proposer’s potential costs associated with this process.

2.2. Los Angeles World Airports (LAWA)

LAWA is the Department of Airports of the City of Los Angeles (City), established pursuant to Article XXIV, Section 238 of the City Charter. As a financially self-sufficient, proprietary department of the City, LAWA is under the management and control of a seven-member Board of Airport Commissioners (BOAC) appointed by the Mayor and approved by City Council. The Executive Director administers LAWA and reports to the BOAC. LAWA operates and maintains Los Angeles International Airport (LAX), Los Angeles/Ontario International Airport (ONT) and Van Nuys Airport (VNY). LAWA’s Information Management and Technology Group (IMTG) provides a wide range of Technical Support Services for the LAWA internal client groups at all three of the LAWA airports.

2.3. Project Summary Description The Los Angeles World Airports (LAWA) has developed this Scope of Work for the purpose of procuring a technical maintenance and professional technical services that go beyond the basic technical support offered with the vendor’s Software License and Maintenance Agreements.

2.4. Scope of Services Summary Description

The Work is for the performance of all maintenance support services on the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term of the contract. LAWA anticipates that the majority of the Work will be conducted on site. The performance of the operations and maintenance services will be as recommended by the software manufacturer and as specified herein. In addition, LAWA requires the performance of preventive maintenance and troubleshooting services to maintain the system’s reliability, and to ensure compliance with the respective software warranties.

Page 9: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

3

3. DEFINITION OF PROPOSER

3.1. Definition of Proposer

The use of the term “Proposer,” “Proposer’s,” “Proposer Firm” or “Proposer Firm’s,” in this RFP, is defined herein to mean the requirement applies to single-firm Primes and also to Joint Ventures or Partnerships where each firm of the Joint Venture or Partnership must provide the requested information.

3.2. Single-Firm Primes

Proposers may be single-firm Primes with subcontractors/subconsultants, in which case the Prime firm is the responder to this RFP.

3.3. Joint Ventures and Partnerships

Proposers may also be Joint Ventures with subcontractors/subconsultants or Partnerships with subcontractors/subconsultants, in which case the Joint Venture or Partnership is the responder to this RFP but each member firm of the Joint Venture or Partnership is to respond to all elements of Proposal PART A, Written Proposal separately and to all elements of Proposal PART B, ADMINISTRATIVE REQUIREMENTS separately.

3.4. Subcontractors/Subconsultants

Subcontractors/Subconsultants information is to be provided with the Proposal PART B, ADMINISTRATIVE REQUIREMENTS, which also defines the mandatory Small Business Enterprise (SBE) goal.

Page 10: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

4

4. CONTENTS OF PROPOSAL

4.1. OVERVIEW OF CONTENTS

The proposal consists of two (2) parts, PART A and PART B as follows: PART A: WRITTEN PROPOSAL (See 4.2 for Contents and Format)

PART A PROPOSAL OUTLINE

TAB TITLE

1 Proposal Submission Letter

2 Proposal Table of Contents

3 Proposal Executive Summary

4 Section 1 – Firm’s Experience & Availability of Resources

a. Experience

b. Availability of Resources

5 Section 2 – Key Personnel/Staff Experience & Qualifications

a. Experience

b. Qualifications

6 Section 3 – Understanding of Scope & Approach

a. Understanding of Scope

b. Approach

7 Section 4 – Cost Proposal & Labor Rates

Attachment 2A – Cost Proposal Form

Attachment 2B – Labor Rates Form

PART B: ADMINISTRATIVE REQUIREMENTS

Administrative Requirements forms

Vendor Identification Form.*

Proposal/Bid Bond Form.*

Affidavit of Non-Collusion Forms.*

Campaign Contribution Restrictions (CEC 55 Forms).*

Contractor Responsibility Program.*

Municipal Lobbying Ordinance.*

Small Business Enterprise Program.*

Subconsultant Participation Plan.*

Affirmative Action.

Assignment of Anti-Trust Claims.

Child Support Obligations.

Equal Benefits Ordinance Forms.

First Source Hiring (language only).

Insurance Requirements (language only).

Living Wage Ordinance. *Forms that are required to be turned in with the Part B Proposal.

Page 11: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

5

4.2. PROPOSAL PART A – WRITTEN PROPOSAL (Contents and Format)

Proposers shall submit the PART A – WRITTEN PROPOSAL using the format noted herein, and will initial any and all interlineations, alterations or erasures in its submissions. Proposers will present any attributes that the Proposer believes is unique to its team, making them especially qualified to perform the requested services for LAWA. Proposal should clearly demonstrate that Proposer Firm’s experience and qualifications meet the requirements of this LAWA Request for Proposals. PART A will address the approach or other information that demonstrates excellence and how the Proposer intends to surpass LAWA’s requirements in the delivery of the requested services.

FORMAT OF PROPOSAL

_______[3-RING BINDER FOR PROPOSAL PART A WITH COVER SHEET AND TABS]_______ COVER

Proposal for ARCC O&M SUPPORT & SERVICES:

Name and Address of Proposer.

TAB 1___________[DIVIDER TAB FOR PROPOSAL SUBMISSION LETTER]________________ PROPOSAL SUBMISSION LETTER Provide a Proposer’s cover letter on Proposer letterhead, which should include:

The RFP title.

The Proposer’s official address for the office responding to this RFP.

The Proposer’s authorized representative’s name, title, mail address, e-mail address, and telephone number.

Proposer should acknowledge acceptance of all of the Terms and Conditions of the RFP and the attached Contract Documents. Proposer must not take any exceptions or make any alternate offers.

Proposer should acknowledge receipt of all addenda in their cover letter. Failure to acknowledge all addenda may render the proposal non-responsive and be rejected.

The Signature of Proposer’s authorized representative.

The Corporate Resolution or other appropriate evidence of authority.

TAB 2__________[DIVIDER TAB FOR PROPOSAL TABLE OF CONTENTS]________________ PROPOSAL TABLE OF CONTENTS Provide a Proposal Table of Contents listing the various sections included in the Proposal.

Page 12: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

6

TAB 3_________[DIVIDER TAB FOR PROPOSAL EXECUTIVE SUMMARY]_________________

PROPOSAL EXECUTIVE SUMMARY Provide an Executive Summary of the proposal that highlights important features, qualifications, and understanding of the goals, scope, and complexity of the projects. The Executive Summary should also include a very brief statement of why the Proposer is the best qualified to meet the challenges associated with this scope of services. The Executive Summary preferably should be no more than three pages.

TAB 4 ___________________[DIVIDER TAB FOR SECTION 1]___________________________

SECTION 1 – FIRM’S EXPERIENCE AND AVAILABILITY OF RESOURCES

a) Proposer’s Experience Information

Proposer Summary Background;

Headquarters Location,

Offices closest to LAX,

Years in business, Etc.

Type of Services offered and provided by Proposer.

Service abilities of unique or exceptional expertise

Number of full-time Technical Employees.

Number of full-time Technical Employees geographically readily available to LAWA.

(Provide one page per each of the three (3) or more projects referenced)

Project Name and Location.

Contract Name or Number.

Type of Service Proposer Performed and Length of Service.

Time Period of Contract.

Value of Contract.

Type of Contract. (Lump Sum, Monthly Rates, Hourly Rates, Cost Plus, Etc.).

Number of Proposer’s staff involved, types of staff, and whether full time or part time on the Project.

Project Location. (Address, City, State)(Type of Location; Airport? Other?).

Owner/Client’s Name.

Owner/Client’s Address.

Owner/Client’s Contact’s Name and Title. (Must be familiar with Project).

Owner/Client’s Telephone.

Owner/Client’s Email.

b) Availability of Resources

Proposer Firm’s Organization Chart(s).

Proposer’s Organization Chart for this Proposal.

Name: of Proposed staff members. Proposed Staff member’s skill set: Proposed Staff member’s home location (If working from home) (City,

State only).

Page 13: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

7

Proposed Staff member’s home office location (Complete address). Percentage of Staff member’s time anticipated to be assigned to this

LAWA Contract.

certifications are listed in the Attachment 1 - Scope of Services.

TAB 5___________________[DIVIDER TAB FOR SECTION 2]___________________________

SECTION 2 – KEY PERSONNEL EXPERIENCE AND QUALIFICATIONS

Proposer is to propose specific, named personnel for each of the three (3) positions to designate as Key Personnel a. Key Personnel’s Experience, and b. Key Personnel Qualifications

Provide Resumes for the three (3) Key Personnel that include: Key Personnel’s Position Title. Key Personnel’s

Name. Total years of experience. Education. Professional Licenses or Certifications, if any.

Key Personnel’s Work History [up to ten (10) years]. Employer Name and Address. Length of employment. Title and position held. Projects worked on: Type of Project. Value of Project. Services Performed.

Provide other Staff Resumes as deemed essential to establish Proposer’s Staff’s qualifications and experience. Resumes are to include the same type of information as above.

Provide a list of the certifications that either Key Personnel or Proposer’s Staff possesses, by: Name of certification. Name of certification possessor. Validity period of certification.

The preferred certifications are listed in the Attachment 1 - Scope of Services. NOTE: LAWA may request references for any Key Personnel.

TAB 6___________________[DIVIDER TAB FOR SECTION 3]___________________________ SECTION 3 – UNDERSTANDING OF SCOPE AND APPROACH

a. Understanding of Scope

Explain in detail the Proposer Firm’s Understanding of the Scope of Services requested in the RFP and how this understanding is especially and

Page 14: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

8

specifically beneficial to the effective performance and completion of the Scope.

b. Approach

Describe the Proposer Firm’s planned Approach to accomplish the services requested in the RFP. Areas not described in the Scope of Services but which the Proposer believes to be essential to the effective performance and completion of these services, should be included.

TAB 7___________________[DIVIDER TAB FOR SECTION 4]___________________________ SECTION 4 – FIRM’S COST PROPOSAL AND LABOR RATES

Provide the Cost Proposal(s) as Section 4 of PART 1 the Written Proposal. The Cost Proposals must be submitted using the Labor Rates Cost Proposal Form included herein as RFP Attachment 2 and as instructed on the form and as follows. The Proposer must not delete, remove, add, modify, alter, amend, revise, change or supplement the Cost Proposal Form including the printed matter on the Form, nor make any substitutions thereon or the Proposal may be found non-responsive.

_______[3-RING BINDER FOR PROPOSAL PART B WITH COVER SHEET AND TABS]_______

4.3. PROPOSAL PART B – ADMINISTRATIVE REQUIREMENTS

Complete and submit all the Administrative Requirements Forms enclosed herein as RFP Attachment 3, Proposal Part B – ADMINISTRATIVE REQUIREMENTS, and shall initial any and all interlineations, alterations or erasures in its submissions. The Proposer shall not delete, modify or supplement the printed matter on the Administrative Requirements Forms, or make substitutions thereon. The PART B Proposal must be submitted separate from the PART A Proposal in a clearly marked “PART B PROPOSAL” 3-ring binder.

Page 15: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

9

5. PROPOSAL CLERICAL FORMAT

5.1 LAWA BASIC REQUIREMENTS

The information requested and the manner of submission is essential to permit prompt evaluation of all proposals. All proposals must be submitted in accordance with this RFP. Proposals are to be in writing and Proposers will complete and return all applicable documents. The contents of the proposal will be complete in description and concise in volume. The proposal is to be in the format of a written report. Any supplementary artwork, visual aids, films, and other extraneous materials will not be accepted. If the proposal does not conform to LAWA’s requirements, the proposal may be deemed non-responsive and therefore, not be considered for further evaluation.

5.2. PREPARATION OF PART A – WRITTEN PROPOSAL

PART A – Clerical Format

The font should be Arial and a minimum of 11-point.

The Executive Summary should not be more than three (3) pages.

The Part A, Written Proposal should not be more than fifty (50) pages.

NOTE: Required attachments, cover letter, tables of contents, executive summary, resumes, and tabs will not be considered part of the 50 page limit.

PART A – Number of Copies Proposers are required to submit:

One (1) original of PART A – WRITTEN PROPOSAL signed in ink and

Seven (7) hard copies of PART A, and

One (1) electronic Adobe PDF of PART A on a clearly labeled CD, DVD, or USB.

Hard copies of PART A should be bound in three-ring binders (separate from PART B) using 8½” by 11” pages with no staples.

5.3. PREPARATION OF PART B – ADMINISTRATIVE REQUIREMENTS

PART B – Clerical Format The format of PART B is dictated by the documents comprising Attachment 3 hereto. PART B – Number of Copies Proposers are required to submit:

One (1) original of PART B – ADMINISTRATIVE REQUIREMENTS,

One (1) copy of PART B,

One (1) electronic Adobe PDF of PART B on a clearly labeled CD,

DVD, or USB.

Hard copies of PART B should be bound in three-ring binders (separate from PART A) using 8½” by 11” (single-sided) pages with no staples.

Page 16: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

10

LAWA INFORMATION MANAGEMENT

and TECHNOLOGY GROUP

RFP – ARCC O&M SUPPORT & SERVICES

Attn: Melody Ugalde, Contract Administrator 6053 W. Century Blvd, Suite 200

Los Angeles, CA 90045

Proposer Name: _____________________ Contact Name: ______________________ Contact E-Mail: ______________________

Phone Number: ______________________

6. PROPOSAL SUBMISSION REQUIREMENTS & INSTRUCTIONS

6.1. Proposal Packaging Instructions

The Proposal Packages shall be clearly identified and addressed as follows:

Label in Upper Left-Hand Corner Label in Center

6.2. Proposal Delivery Instructions Reminder: Potential proposers should read, review and understand this RFP, all of the attachments, and any addenda issued. The Proposer should submit a Proposal in accordance with the instructions given in this RFP. The Proposal should prepared as specified as to form, content, and sequence. The Proposal must be received no later than the date and time shown on the Summary Information page of this RFP or as changed and shown in the latest Addendum to the RFP. The Proposal Packages shall be delivered to the address on the label format above. LAWA will not consider any proposals received at the wrong location or after the due date and time.

Page 17: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

11

7. PROPOSAL EVALUATION CRITERIA

7.1. Initial Review

After receipt of the proposals, LAWA will carefully review and evaluate all proposals for its responsiveness to the requirements of the RFP. Those proposals that are deemed responsive will be evaluated in accordance with the criteria set forth in this RFP.

7.2. Evaluation of PART A – WRITTEN PROPOSALS The LAWA Evaluation Panel members will independently evaluate Part A of each proposal on how well the Proposer responded to each of the criteria identified herein. The Panel members will then independently rate each proposal based upon the weighting of the same criteria herein.

7.3. Evaluation of PART B – ADMINISTRATIVE REQUIREMENTS This evaluation is conducted separately on a Pass/Fail basis. The submission will be reviewed by LAWA to determine if it is complete. The Proposer’s failure to comply with the instructions or to submit a complete Part B proposal may result in the entire Written Proposal being deemed non-responsive.

7.4. Evaluation Criteria The following criteria will be used to evaluate the Part A – Written Proposals:

7.5. The “Must System” for Scoring Proposals Evaluation Panel Scoring will be accomplished by using a “Must System.” Under this system, after evaluating all proposals and Proposers, each member of the evaluation panel must give the maximum potential points designated for each evaluation category to at least one Proposer who best meets the requirements criteria of the category. The maximum potential category points may also be given to any other Proposer who clearly demonstrates comparable qualities and capabilities in that category.

7.6. Short-List of Qualified Proposers Upon the completion of the written proposal evaluation process, LAWA reserves the right to select a list of the highest evaluated Proposers. This “short-list” may be subject to a subsequent evaluation by an invitation-only interview process conducted by the LAWA Proposal Evaluation Panel.

AIRPORT RESPONSE COORDINATION CENTER SYSTEMS OPERATIONS AND MAINTENANCE SUPPORT AND SERVICES

PROPOSAL PART A – EVALUATION CRITERIA DESCRIPTION CRITERIA WEIGHT

SECTION 1. – FIRM’S EXPERIENCE, AND AVAILABILITY OF RESOURCES.….. 25%

SECTION 2. – KEY PERSONNEL EXPERIENCE AND QUALIFICATIONS…....... 25%

SECTION 3. – UNDERSTANDING OF SCOPE AND APPROACH..….……….. 25%

SECTION 4. – COST PROPOSAL AND LABOR RATES …………………... 25%

RFP TOTAL EVALUATION WEIGHT 100%

PROPOSAL PART B – ADMINISTRATIVE REQUIREMENTS ….....….. Pass/Fail

Page 18: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

12

7.7. Interview Process and Evaluation Criteria

LAWA reserves the right to invite the most qualified Proposers to attend an interview conducted by LAWA. The Interview invitation will detail interview instructions, agenda, location and time to attend the Interview for those invited Proposers. The LAWA Evaluation Panel members will evaluate and rate the interviews using the same weighted criteria as used for the Part A – Written Proposal. LAWA also reserves the right to determine whether a second round of interviews may be required to obtain the information necessary to fully evaluate the Proposers.

7.8. Scoring and Ranking Once each Evaluation Panel member has completed scoring, the Evaluation Panel members’ total combined score for each Proposer will be converted to a ranking (i.e., 1st, 2nd, 3rd, etc.) compared to the other Proposers’ total combined scores. The Proposal that obtains the number one (1) ranking will be the consensus choice of the Evaluation Panel.

7.9. Selection, Negotiations, and Recommendation for Award The Evaluation Panel will recommend to LAWA Executive Director that the LAWA Board of Airport Commissioners (Board) award a contract to the most responsive and responsible Proposer whose evaluated ranking as the highest scoring is considered to be the Best Overall Value to the City and LAWA. If for any reason, a contract cannot be successfully finalized with the Proposer ranking as the highest scoring, LAWA reserves the right to award to the Proposer ranked as the next highest scoring Proposer. LAWA reserves the sole right to negotiate with the highest scoring Proposer before presenting the Board with a Recommendation for Award. If Negotiations are unsuccessful with the Proposing Firm whose evaluated ranking as the highest scoring Proposer, LAWA may proceed, at its sole discretion, to negotiate with the Proposer ranked as the next highest-scoring Proposer and so on, if necessary. After successful negotiations are completed LAWA will recommend to the Board that it award to the Proposing Firm whose evaluated ranking and successful negotiation represents the Best Overall Value to the City. The LAWA Evaluation Panel will prepare a Recommendation for Award to LAWA Executive Management for the Proposer whose evaluated ranking as the highest scoring is considered to represent the Best Overall Value to the City. LAWA reserves the right at its sole discretion, to recommend that more than one contract be awarded, if multiple awards are considered to be in the best interests of LAWA.

Page 19: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

13

8. LAWA’S MODIFICATIONS AND CLARIFICATIONS

8.1. Addenda LAWA reserves the right to postpone the submittal due date, cancel this competitive process; issue an addenda to this Solicitation Document; issue a new Solicitation Document; or, pursue other options when it is in LAWA’s best interests to do so.

8.2. Addenda Availability Each addendum will be published on the LABAVN web site. Addenda so issued are to be considered a part of this RFP.

8.3. Proposer’s Responsibility It is the Proposer’s responsibility to ensure it has received and reviewed all such addenda to the proposal documents. LAWA may disqualify the Proposer for any failure to acknowledge receipt of addenda. Proposers should acknowledge receipt of all addenda with their proposal.

8.4. Communication and Interpretation of RFP Documents Any verbal or written communications between any proposer (potential or actual), or its representatives and any LAWA Commissioner, employee, or contracted consultant regarding this procurement are strictly prohibited from the date of RFP advertisement through the date of execution of the Contract, with the exception of negotiations or discussions initiated by LAWA during the evaluation process. Should a proposer find discrepancies or omissions in the RFP or other documents, or should there be doubt as to their true meaning, the proposer shall submit such questions and requests for clarification (RFC) electronically using the LAWA contact e-mail address for an interpretation or clarification thereof. A request for an addenda, interpretation, or clarification shall be received by LAWA on or before the question or request for clarification deadline listed in the RFP Summary Information Schedule. Questions and RFCs must be submitted in the following format. Deviations from this format will not be accepted.

RFP Section number (or Attachment number and Section number)

Paragraph number

Page number

Text of passage being questioned

RFC (question)

Any interpretation of or change in the documents will be made only by addendum issued electronically using LABAVN system. The RFP documents will not be included in the final contracts, and only the final text of such contracts will govern. LAWA may revise the contracts and associated documents before award as may be necessary or convenient to achieve its objectives in this RFP. LAWA will not be responsible for any other explanation or interpretations. Any violation of the requirements set forth in this RFP Section may constitute grounds for immediate disqualification of the offending firm from participation in this procurement.

Page 20: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

14

9. CITY POLICIES AND AGREEMENTS

9.1. Subject to Acceptance for Three Months

In submitting the Proposal, Proposer agrees that the Proposal shall be subject by acceptance by the City for a period of three (3) months after the proposal submission deadline.

9.2. Only One Proposal Accepted LAWA will accept only one Proposal for this RFP from any one Proposer. This includes proposals submitted under different names by one firm, corporation, partnership, or joint venture. Evidence of collusion among Proposers shall be grounds for exclusion of any Proposer who is a participant in any such collusion.

9.3. Authorized Signatures When signing the Proposal, each party signing must 1) state that the facts represented in the proposal are true and correct and 2) state that he or she has authority to sign on behalf of the proposing entity.

9.4. Joint Ventures or Partnerships Agreements If the Proposer is a partnership or joint venture, the Proposer should submit with its proposal a copy of the partnership or joint venture agreement with its Proposal Part B - ADMINISTRATIVE REQUIREMENTS Forms. That agreement should describe the scope and amount of work each participant will perform and contain a provision that each participant will be jointly and severally liable to LAWA for completing all of the work and to third parties for all duties, obligations and liabilities which arise out of the joint venture’s performance of the work.

9.5. Incorrect Proposal Information If LAWA determines that a Proposer has provided incorrect information for consideration in the evaluation process, which the Proposer knew or should have known, was materially incorrect, that proposal may be deemed non-responsive and the proposal may be rejected.

Page 21: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

15

10. AWARD OF CONTRACT

10.1. Execution of Contract

The Proposer who is recommended by the Executive Director for award of a contract will be required to sign the contract prior to the Board meeting at which the Board will consider the award. The awarded Proposer is known in the Contract Documents as “Consultant.” Please see Attachment 4 – EXAMPLE CONTRACT DOCUMENTS.

10.2. Award of Contract No award is final and binding until awarded by the Board of Airport Commissioners. The Contract awarded by the Board is subject to review by the Los Angeles City Council. Please see Attachment 4 – EXAMPLE CONTRACT DOCUMENTS.

10.3. Contract Term The City will require Consultant to provide services for a period of three (3) years from the date of Notice to Proceed. The Consultant must satisfy LAWA that the insurance requirements as set forth in the Administrative Requirements and the bonding requirements as set forth in the Contract Documents have been met prior to commencing the work on the Contract.

Page 22: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

16

11. ADDITIONAL LEGAL INFORMATION

Reproduction and LAWA Use of Information LAWA shall be free to use as its own, without payment of any kind or liability therefore, any idea, scheme, technique, suggestion, layout, or plan received during this RFP process.

12. COMPLIANCE WITH ALL LAWS

In rendering the services required, the Consultant Team shall include all necessary consultations and conferences with officers and employees of City, representatives of the Board, public officials, and others for the performance and completion of the work under a Contract for services under this RFP and other related aspects therefore.

All services required for these projects must be in accordance with all applicable federal, state, and local laws, statutes, ordinances, orders, rules, regulations, and policies for airport projects and shall hold all necessary consultations and conferences with personnel of any and all City, County, State, and Federal agencies, as applicable. The selected Proposers will be required to research code, obtain approvals and permits from the applicable regulatory agencies, such as, but not limited to the City of Los Angeles Department of Building and Safety, Fire Department, County of Los Angeles, South Coast Air Quality Management District (SCAQMD), State Water Resources Control Board (SWRCB), Federal Aviation Administration (FAA), and Transportation Security Administration (TSA).

13. CONTRACT DOCUMENTS

See Attachment 4 for the Example Contract. Please note that the terms and conditions indicated on the Contract are not negotiable. Upon selection to provide the services prescribed in this RFP, the recommended Proposer(s) must be prepared to sign the contract with the same terms and conditions. Any questions pertaining to the contract language should be addressed during the RFP process.

ATTACHMENTS:

Attachment 1: Proposal Part A – Written Proposal – Scope of Services with Appendices Attachment 2A: Cost Proposal Form.

2B: Labor Rates Form.

Attachment 3: Proposal Part B – Administrative Requirements Forms. Attachment 4: Example Contract Documents. Attachment 5: Additional Terms and Disclosures.

End of Instructions to Proposers

Page 23: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

17

RFP ATTACHMENT 1

PART A - WRITTEN PROPOSAL

SCOPE OF SERVICES

Page 24: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

BLANK

Page 25: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS

OPERATIONS AND MAINTENANCE SUPPORT AND SERVICES

SCOPE OF SERVICES TABLE OF CONTENTS

SECTION I

GENERAL REQUIREMENTS

SECTION II

TECHNICAL OPERATIONS AND MAINTENANCE SUPPORT AND SERVICES

SECTION III

CONTRACTOR STAFFING AND KEY PERSONNEL

SECTION IV

AS-NEEDED TECHNICAL SYSTEM ENHANCEMENT AND DEVELOPMENT

APPENDICES

Appendix 1.0 – Definition of Terms Appendix 2.0 – Supported ARCC/DOC Applications and Systems Appendix 3.0 - Supported ARCC/DOC Situator – Integrated Gateways Appendix 4.0 – ARCC/DOC Hardware, Software and License List Appendix 5.0 – LAWA IMTG Security Policies and Standards Appendix 6.0 – Service Level Agreement – Liquidated Damages Summary

Page 26: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

Page 27: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

BLANK

Page 28: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

SCOPE OF SERVICES SECTION I

AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS OPERATIONS AND MAINTENANCE SUPPORT AND SERVICES

SCOPE OF SERVICES

SECTION I GENERAL REQUIREMENTS

1. OVERVIEW

a) The GENERAL REQUIREMENTS section shall apply to all components of this scope of services unless explicitly stated otherwise in this document by Los Angeles World Airports (LAWA) or altered via a LAWA-approved Task Order.

b) This scope of services shall be for technical maintenance and professional technical

services that go beyond the basic technical support offered with the vendor’s Software License and Maintenance Agreements.

c) The Contractor shall perform all maintenance support services on the ARCC

Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term of the contract. LAWA anticipates that Contractor will conduct the majority of the Work on site. At LAWA’s sole discretion, LAWA may permit the Contractor to perform a well-defined portion of the Work off-site. Such permission must be granted in writing. The Contractor shall perform maintenance services as recommended by the software manufacturer and as specified herein. In addition, the Contractor shall perform preventive maintenance and troubleshooting services to maintain the system’s reliability, and to ensure compliance with the respective software warranties.

d) The Contractor shall perform operational functions and tasks to ensure all LAWA

Information Management and Technology Group (IMTG) requirements are achieved, including but not limited to all IMTG requested software upgrades, application feature enhancements, software configurations as a result of hardware changes such as installation and/or upgrade of new infrastructure and servers, programming, data backup, retrieval, restoration, archiving, refresh, system promotion, reporting and providing documentation of problems, solutions, and best practices in support of the system and adhere to all LAWA’s policies, process and procedures.

2. BACKGROUND INFORMATION

a) LAWA Operations and Emergency Management

In compliance with Federal Aviation Regulation Part 139 and Transportation Security Regulation Parts 1540 and 1542, LAWA manages the airport operations and emergency events through established Standard Operating Procedures (SOP) and various safety and security measures in coordination with federal, State and local public agencies, including the Federal Aviation Administration (FAA), Transportation Security Administration (TSA), Customs and Border Protection (CBP) and the City of Los Angeles Police (LAPD) and Fire (LAFD) Departments.

b) LAWA Airport Response Coordination Center (ARCC) The ARCC is crucial in the management and compliance of airport operations and meeting FAA requirements for airport operations, public safety and emergency response. The ARCC is co-located with the Department Operations Center (DOC),

Page 29: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

SCOPE OF SERVICES SECTION I

which supports the management of declared airport emergencies, utilizing National Incident Management System (NIMS) compliant standards. The ARCC/DOC leverages advanced and integrated information technologies to provide a dynamic, robust, interoperable and centralized command, control, communication and computers (C4) platform and the capabilities for both normal operation and emergency response. The ARCC/DOC provides a centralized operational center, where various LAWA Divisions/Groups, including Airport Operations, LAWA Police, and Facilities Management Group, collaborate with various Non-LAWA organizations, including LAPD, LAFD, TSA, and the FAA to operate and manage the airport in a safe, secure and cost effective manner. The ARCC/DOC provides efficient and effective operations response services for all travelers, air carriers and non-aviation tenants.

c) Description of ARCC/DOC Systems ARCC/DOC systems are comprised of physical and virtual servers, operating systems, data storages, applications, databases, video displays, middleware, networks, telecommunications systems, sensors and workstations. At the heart of the ARCC/DOC is the situational awareness management system (SAMS), Qognify Situator, which provides the centralized platform for real-time “Situational Plot” and “Situational Awareness”. The SAMS is integrated with a number of the ARCC/DOC systems via various gateways and interfaces. For a list of ARCC/DOC systems that shall be supported, please see the attached Appendices 6.2 – 6.4.

End of Section I

Page 30: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 7 SECTION II

Section II Technical Operations and Maintenance Support and Services

1. The Contractor shall provide on-site support and service for ARCC/DOC systems during

Regular Working Hours (RWH), and on-call support and service at all times outside of the RWH (non-RWH), on a twenty-four (24) hours per day, 365 days per year basis and throughout the term of the contract. The Contractor shall perform maintenance services as recommended by the software manufacturer and as specified herein. In addition, the Contractor shall perform preventive maintenance and troubleshooting services to maintain the system’s reliability, and to ensure compliance with the respective software warranties. The following requirements for technical maintenance include, but are not limited to: a) On-call support to provide after-hours support of the ARCC/DOC systems and

gateways b) Baseline and monitor the performance and state of applications of systems three (3)

times per day, or as otherwise required by LAWA; c) Monthly activity report of incidents, moves, adds, and/or changes performed; d) Annual written and oral presentation of emerging technologies, enhancements or

major upgrades pertaining to the applications, systems, and business processes in place at the ARCC/DOC

e) Progress Report of projects if applicable; f) Incident Management:

1) Coordination, research, resolution, tracking and escalation of system issues, bugs, and documentation of root cause within seven (7) days of resolution;

g) Problem Management; h) Change Management; i) Business Logic additions, updates, or reconfiguration; j) Workstation support, including standard desktop support (Windows, Office

applications, printer, password reset); k) Mobile device support; l) Database maintenance: and scripting

1) Schedule, perform, verify backups, restorations as required by LAWA; 2) Optimizing and tuning database to improve performance

m) Provide data cleanup and data entry as directed by LAWA n) Development, configuration, modification of Business Intelligence dashboards and

reports; via SQL Database scripting and/or Crystal Reports; o) Complete preventive maintenance of all ARCC/DOC systems, hardware and

software per manufacturer’s recommendation, and as required by LAWA; p) Review, test, and install Operating Systems updates and patches; q) Provide on-site support for system updates, patches, enhancements, or changes as

required. This work can only be performed during normal maintenance hours, which are typically between 12:00 am-6:00 am.

r) ESRI geo-technology support including creating map services, optimize map service performance, update maps adding or updating geo-location

s) System sensor updates including, but not limited to, moves-adds-changes, survey, configuration, updating;

t) Attend and document meetings with end-users, government partners, third-party vendors (stakeholders) and others;

u) User level and administrator level training as required by LAWA; v) Create, maintain and update system documentation per LAWA IMTG standards;

Page 31: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 8 SECTION II

w) Timely processing of account receivables or payables as prescribed by LAWA; x) Coordinate testing of software releases and tracks recommended corrections for

system errors; y) Provide user guidance and training on application usage and issues; z) Plan, test, and execute disaster recovery of ARCC/DOC systems; aa) Actively participate in and support technology during Emergency Management/DOC

Trunk Top, Table Top, and other drills and exercises.

2. Maintenance and Support for LAWA Business Processes a) The Contractor shall provide the professional support and service to add, configure,

re-engineer, implement and execute LAWA SOPs in ARCC/DOC applications/systems. Services include, but are not limited to, gathering requirements, analysis of business process, coordinating, designing, programming, implementing, testing, deploying and acceptance testing.

b) The Contractor shall develop and deliver detailed documentation of all aspects of the

SOP, including the development, configuration, programming and implementation in both electronic and paper copy to LAWA IMTG for review and approval.

3. Security of ARCC/DOC Information/Application/Systems

a) The Contractor shall meet all security policies and standards stipulated by, but not

limited to, LAWA, TSA, and FAA. The support and service related to any creation, modification, storage, access, distribution and publishing of any LAWA information, application, system and networking shall be reviewed and approved by LAWA IMTG or its designated personnel.

b) The Contractor shall have the technical knowledge and proficiency in Information

Technology (IT) Security to support the design, implementation, maintenance and development of ARCC/DOC information, application and system security, and security clearance for sensitive information access, per LAWA IMTG Security Policies and Standards.

4. Standard of ARCC/DOC Service Management

a) The Contractor shall maintain all ARCC/DOC systems per the practices of the

Information Technology Infrastructure Library (ITIL 2011), or latest edition. Hardware, software and their components shall be maintained in good working condition, per the manufacturer's specifications and the guidelines and standards provided by LAWA IMTG.

5. Maintenance and Support of ARCC/DOC Gateways

a) The Contractor shall provide maintenance and support of the ARCC/DOC

interfaces/gateways between Situator and other sub-systems, which include but are not limited to those identified in Appendix 3.0

b) The Contractor shall monitor and resolve any issues that arises with systems

interfaces/gateways. The Contractor shall provide support for the enhancement of existing gateways/interfaces and support for the development of new interfaces/gateways. The Contractor shall document each interface/gateway change

Page 32: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 9 SECTION II

and/or development plan, which shall specify the impact, business benefit and configuration/program modification and implementation schedule.

c) Any changes of ARCC/DOC interfaces/gateways shall be tested and accepted by

both the Contractor and LAWA personnel, and implemented per the LAWA Change Management policies and procedures.

6. Work/Service Orders

a) All work performed by the Contractor shall be initiated by a Work Order (WO)

generated through LAWA’s IT Service Desk and assigned by the LAWA IMTG Project Manager to the Contractor.

b) Normal repair and maintenance work activity performed on ARCC/DOC systems shall be initiated by a WO generated by the IT Service Desk during normal working hours and by a request from the IT Duty Manager after-hours.

c) Urgent work may precede a WO; however, the LAWA IMTG Project Manager shall be notified before such work takes place. A WO for urgent work may be written subsequent to the work being performed, but will be issued no later than the next business day.

d) This process may be changed at the discretion of the LAWA IMTG Project Manager. 7. Administration and Management of Break-Fix, Patching and Update

a) Unless otherwise directed by LAWA IMTG, the Contractor shall directly fix and/or

coordinate with the appropriate vendor(s) to fix all breaks/issues reported on ARCC/DOC systems.

b) The Contractor shall track and document each break-fix, patching and/or upgrade

activity with a weekly report to include root cause, impact analysis, action(s), final status and preventative measures, as required.

8. Outages

For all system and equipment outages or failures, the Contractor shall have assigned staff on-site addressing the problem until resolved. This shall be on a 24 hours per day, 365 days per year basis; an hourly update shall be made to the LAWA IMTG Project Manager.

9. Service and Maintenance Records The Contractor shall maintain, and keep current, a record of all activity and service(s) provided in a format and frequency required by the LAWA IMTG Project Manager. The records include operations manuals, requests for information, incidents, moves, adds, changes (IMACs), preventive maintenance, and remote technical support. IMAC records shall include date, time, staff name, activity or problem descriptions, as-built documentation as applicable, actions or resolutions, labor hours expended, and LAWA personnel referring the service call. Upon completion of each service call, the Contractor shall provide a written summary of work performed to the LAWA IMTG Project Manager. The summary should include but not limited to a brief description of the problem, the resolution, the individual performing the work, and the number of labor

Page 33: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 10 SECTION II

hours spent to be included in the IT Service Desk WO. The Contractor shall comply with any future changes to these standard procedures that may be made by LAWA.

10. Documentation ARCC/DOC Baseline Documentation. The Contractor shall maintain systems as-built documentation per the direction of LAWA IMTG staff. The Contractor shall enhance and/or update existing as-built documentation, as requested by LAWA IMTG staff. All documentation shall be provided in electronic format. All drawings shall include a version that can be viewed and edited by commercial off-the-shelf applications, such as Microsoft Visio, or Autodesk AutoCAD. Textual documents shall include both Adobe PDF and Microsoft Word formats. All documents created shall be reviewed and approved by LAWA IMTG.

11. Software and Licenses

a) Maintenance of License, Support, and Subscriptions. The Contractor shall procure or

renew the manufacturer’s maintenance and support of all supported ARCC/DOC software, as directed by LAWA. Renewal of support shall include incremental software releases, quality assurance, tiered support, and at least one major release as applicable.

b) The Contractor shall procure and maintain all ARCC/DOC subscriptions as required by LAWA.

c) All software and licenses procured by the Contractor shall be licensed to LAWA and

be so reflected in the records of the respective manufacturers of said software. d) The Contractor shall maintain and track the status of licenses, support and

warranties of all ARCC/DOC hardware, software and services listed in, but not limited to, Appendix 2.0 – 4.0, unless otherwise directed by LAWA.

12. Training

a) The Contractor shall have the expertise to provide end-user training of existing

ARCC systems as required by LAWA. b) End-User Training. The Contractor shall provide a systems end-user training plan, as

requested by LAWA. The training sessions shall be on-site or web-based whenever possible and shall accommodate up to twenty (20) LAWA personnel for the applications and/or systems used in the ARCC/DOC. Training shall include, but not be limited to:

User access.

Navigation of the application.

Demonstration of the functions of the application.

Demonstration of the typical uses of the application.

Training manuals and quick reference guides as requested by LAWA. c) The Contractor shall provide user training at least four (4) times per year upon

request and/or regularly scheduled sessions.

Page 34: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 11 SECTION II

d) Training Plan, Schedule and Material. The training plan shall include a training objective, brief class description, training outline, schedule and any requests for training aides (projector, laptop, etc.). The Contractor shall work with LAWA to develop a training schedule

e) The training schedule will include training sessions that will be held during day,

swing, and graveyard shifts. LAWA reserves the right to adjust existing on-site staff’s shift start to accommodate this training schedule. The LAWA IMTG Project Manager will determine if a Task Order will be issued to Contractor to provide additional resources to support the routine operations or training.

f) All training schedules shall be subject to review and approval by LAWA. Training material shall be included without any additional cost.

g) Knowledge Transfer Program. The Contractor shall, in conjunction with the LAWA

IMTG Project Manager, develop, implement and maintain a Knowledge Transfer Program (KT Program). The KT Program will be both broad and inclusive, and facilitate the sharing of information and duties. The purpose of the KT Program is to enable the LAWA IMTG Project Manager and team to perform maintenance and operational activity if necessary.

h) The Contractor shall work with the LAWA IMTG Project Manager to develop the

schedule for the KT Program/. i) The duties, goals, tasks and responsibilities of the KT Program are to include, but not

be limited to, the following:

Cooperative Efforts

Cooperative involvement in the maintenance, design, development and implementation of any and all systems.

Contact with third-party vendors as applicable.

Quality Assurance Testing and System Acceptance

System Acceptance Test Plan

System Acceptance Test Execution with LAWA IMTG Witness

Signed Acceptance Certificate

User Acceptance Test Plan

User Acceptance Test Execution with LAWA System User Witness

Signed Acceptance Certificate

Cutover Plan

Data Archival Plan

Backup and Recovery Plan

User Training Plan

Systems Training Plan—Backup, Recovery, Rebuilt, Operations

Parallel Run 30 Days—Old System and New System

Failback Plan

13. Meetings

Page 35: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 12 SECTION II

The Contractor shall participate in and provide administrative support (document attendance, capture minutes, etc.) for all ARCC/DOC-related meetings as requested by LAWA IMTG.

14. Service Level Agreement (SLA)

a) The Contractor will implement systems, internal policies, and procedures to ensure

all ARCC system support, requirements, service requests and outages are responded to per the Service Level Agreement, subject to the Liquidated Damages, as listed in Appendix 6.0.

b) The Contractor shall consult with the LAWA IMTG Project Manager or designee for any service request prioritization, track all activities related to the service request, and report the status of each request in the frequency requested by LAWA.

15. After-Hours Service

a) LAWA staff will notify the contractor of all after-hours service calls by telephone or

cellular telephone. The contractor shall provide a centralized 24/7 “hotline” for receipt of service requests.

b) The Contractor shall respond in accordance with the required SLA. c) On the following business day, LAWA will provide the contractor with a copy of the

service request via email or other means to be identified by the LAWA IMTG Project Manager.

d) On the following business day, the Contractor shall prepare and submit an after hour

service report to the LAWA IMTG Project Manager. The report shall include a written summary of work performed, including a brief description of the problem, resolution, materials/parts/equipment used, and number of labor hours expended.

e) Support shall include but not be limited to LAWA scheduled network, electrical, and

system shutdowns that require the Contractor to be on site.

f) The Contractor shall comply with any future changes in reporting requirements.

End of Section II

Page 36: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 13 SECTION III

Section III Contractor Staffing and Key Personnel

1. Contractor Staffing

a) Key Personnel. ARCC Analyst: Provides day to day assistance of all ARCC applications to ARCC personnel; Performs daily system maintenance operations as required by LAWA; Provide first or second level support for ARCC applications; Installs, updates, and troubleshoots software on ARCC/DOC desktop workstations and mobile devices; Document and analyze ARCC business processes and makes recommendations for system enhancements to increase the efficiency of ARCC Operations; Trains users on Qognify Situator and other ARCC systems software; Create documentation for user training, user help, and workflow information. 2 years of experience maintaining and supporting Qognify Situator or 2 other ARCC applications listed in Appendix 2.0 is desired. ARCC System Specialist: Database administrator, capable of scripting SQL, Development of ad-hoc or canned reports via Crystal Reports and/or Business Object; Minimum of 3 years of experience with Microsoft SQL Server 2008, Windows Server 2008 and 2012 Operating systems; Provides 1st and 2nd level support for ARCC applications; Provides day to day assistance of all ARCC applications to ARCC personnel; Trains users on Qognify Situator and other ARCC systems software; Create documentation for user training, user help, and workflow information; Performs daily system maintenance operations as required by LAWA. Experience with ArcGIS Server 10.2, and Situator is desired. ARCC Project Manager/Lead: Coordinates and tracks activities of support staff to ensure SLAs and schedules are met; Responsible for the delivery of all required documentation, minutes, reports; Responsible for all administrative requirements; Provides day to day assistance of all ARCC applications to ARCC personnel; Develops requirements, budgets and schedules for technical system enhancement and development projects; Performs daily system maintenance operations as required by LAWA; Works with Airport Operations and other ARCC leads to document and model workflows for various airport operations and other functions that Situator and GIS will be used to manage; Be capable of streamlining workflows to reduce confusion and limit the number of steps; Understand and apply the relationship between GIS, geospatial information and airport operations to workflow design and development; Train users on Qognify Situator and other ARCC systems software; Create documentation for user training, user help, and workflow information. The Project Manager/Lead position is a three-day-a-week on-site position, but this person shall be available to increase their on-site presence to full-time should the need arise to support projects (as-needed technical system enhancements and development), emergency management operations drills and events. Experience with Situator is desired.

Page 37: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 14 SECTION III

b) Other Contractor Staff/Personnel Job Descriptions. Should LAWA determine that

technical system enhancement and development services are required, the following positions will be considered to accomplish the tasks defined for the additional scope. This table is meant to be descriptive and not restrictive in its use by LAWA.

Position Title Description

ARCC GIS Systems Administrator

Must be knowledgeable in Esri ArcGIS Server Administration via ArcCatalog and command line, Esri Geodatabase Administration on Microsoft SQL Server, Basic SQL Server management, Basic Microsoft IIS management, Basic Windows operating system management. Must be capable of managing Esri technology that supports the ARCC by creating map services, changing map service parameters, optimizing map service performance, creating and managing map caches, managing ArcGIS Server permissions and privileges, upgrading geodatabases, creating and managing non-production environments for map service testing, migrating services from test and staging environments to production. Works closely with LAWA database administrators to run recommended geodatabase maintenance and upgrade procedures against production and staging geodatabases that support ARCC technologies.

ARCC GIS Technician

Must be knowledgeable in Esri ArcMap for map creation, editing, and publication; Esri ArcCatalog; Publishing maps to Esri ArcGIS Server; Working with enterprise geodatabases. Must be capable of creating and updating maps that are used by ARCC personnel to display information to ARCC users and respond to incidents. Maintain effective maps with appropriate caching and layer strategy that are presented to users through various airport interfaces. Work with ARCC GIS Systems Administrator to publish maps to test, staging and production environments. Edit map data and create new layers to fit ARCC requirements.

Analyst, Computer Systems

Develops requirements for information systems from a project’s inception to conclusion. Develops required specifications for simple to moderately complex systems. Assists senior technical staff in preparing input and test data for the proposed system. Installs, updates, and troubleshoots software on desktop workstations and mobile devices.

Page 38: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 15 SECTION III

Applications Developer

Provides design recommendations based on long-term IT organization strategy. Develops enterprise level application and custom integration solutions including major enhancements and interfaces, functions and features. Uses a variety of platforms to provide automated systems applications to customers. Provides expertise regarding the integration of applications across the business. Determines specifications, then plans, designs, and develops the most complex and business critical software solutions, utilizing appropriate software engineering processes – either individually or in concert with a project team. Will assist in the most difficult support problems. Develops programming and development standards and procedures as well as programming architectures for code reuse. Has in-depth knowledge of state-of-the art programming languages and object-oriented approach in designing, coding, testing and debugging programs. Understands and consistently applies the attributes and processes of current application development methodologies. Researches and maintains knowledge in emerging technologies and possible application to the business.

Architect, Information Technology

Provides expertise in the most current principles and practices of architecture data management systems and experience in large system designs, and with data modeling in the information management arena. Provides expertise in modeling and organizing information to facilitate support of projects or information architectures. Provides guidance on how and what to data and process model. Primarily deals with transition planning from legacy to modern systems by concentrating on information flows, data exchange, and data translation standardization services.

Architect, Systems

Responsible for developing business, data, systems, and infrastructure models to develop enterprise architectures. Develops plans for migrating architectures. Develops technical reference models to include hardware/software standards. Engineer’s integrated hardware and software solutions to meet mission requirements

Page 39: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 16 SECTION III

Business Analyst

Consult with associates in other business areas; identify business requirements and translating those requirements into system specifications. Act as a subject matter lead on special projects; provide accurate and timely analysis, design, testing and documentation of complex systems tasks. Design, guide and oversee the development and implementation of processes which meet the requirements of project owners. Develop and maintain key relationships with all impacted business areas. Create and lead initiatives for special projects, developing a greater understanding of system and environmental issues in the process. Review and analyze results, assisting other business areas with issue resolution. Contribute to final decisions regarding the readiness of production installations.

Database Administrator

Install and manage Database software, and related components to DB administration. Implement and document security for database systems and maintain corporate policy. Review data stored within database systems and make suggestions for improvement. Monitor database performance, health and resources of the server operations. Highlight issues to appropriate stakeholders, providing possible solutions. Properly implement indexes and other performance based database features. Assist developers in creating and modifying database schemas. Collect and analyze database SQL Server performance data and make recommendations for improving performance and efficiency, knowledge of hardware configuration and database design. Review database growth and usage and make appropriate recommendations for future growth. Plan, implement and administer the backup of all company databases; ensure that database backups are successful, administer log-shipping processes. Monitor and troubleshoot SQL Server Jobs.

Page 40: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 17 SECTION III

GIS Field Technician

Responsible for data collection/gathering and entry to create, maintain, display and update Geographic Information Systems databases, coverages, and linkages to various GIS databases. Produces accurate maps and other representations of data. Researches source records and documents or goes out in the field to visually locate items to resolve conflicting information and ensure the accuracy of data. Duties include reading and interpreting engineering plans, plot maps, and legal descriptions, entering required data into the GIS. Updates maps as new data is gathered and received relative to Information Technology devices; records and documents details of map updates, additions and/or deletions. Performs data queries, prints and plots specialized maps. Performs document imaging and database referencing. Knowledge of AutoCAD or Map3D, GIS software such as ArcGIS for Desktop Advanced, Standard or Basic, ArcSDE, ArcGIS Server and other related ESRI products; knowledge of symbols and terminology used in civil, architectural or electronic drawings; knowledge of document imaging, digitizing and data manipulation procedures for geographic information systems; knowledge of GPS equipment and software for data capture, conversion, and implementation into GIS; Ability to read and use zoning maps, quarter-section maps, plat maps, land use maps, single line maps and aerial maps.

Project Manager

Responsible for overseeing and managing IT infrastructure projects and IT systems projects. Coordinates project phases from development to installation. Acting as liaison to clients, vendors, and consultants. Developing requirements, budgets and schedules for information technology projects.

Project Principal

Senior level consultant with 10 plus years of experience managing complex system design, implementation, testing. Responsible for providing technical and business process guidance to LAWA. Review systems design and documents and makes recommendations. May participate in project analysis, design, implementation, testing, and commissioning. Assists LAWA with strategic and long-range goal planning. Recommends new technologies to improve system performance and reliability.

Situator Operator (Junior)

Responsible for operating Situator in the ARCC and DOC. Documents airfield, landside, and terminal incidents as they occur. Communicates with Operations, Facilities, and Police field staff via Situator, telephone, and radio. Inputs incident status and updates into Situator. Navigates mapping and sensors feature in Situator. Marks up map in Situator to indicate location of incident and related components. Communicates status of incidents and receives direction from the Duty Manager, Incident Manager, or IMTG ARCC Manager. Airport, Operations, or Call Center experience desired.

Page 41: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 18 SECTION III

Situator Operator (Senior)

Responsible for operating Situator in the ARCC and DOC. Documents airfield, landside, and terminal incidents as they occur. Communicates with Operations, Facilities, and Police field staff via Situator, telephone, and radio. Inputs incident status and updates into Situator. Navigates mapping and sensors feature in Situator. Marks up map in Situator to indicate location of incident and related components. Communicates status of incidents and receives direction from the Duty Manager, Incident Manager, or IMTG ARCC Manager. Makes recommendations for optimizing SOP, map favorites, and other Situator configuration. Trains and mentors ARCC staff on the use of Situator. Minimum of 1 year of Airport, Operations, Call Center experience required and1 year of Situator experience required.

Subject Matter Expert Subject matter or domain expert who is an authority in a particular area requested in LAWA Task Request.

System Administrator

Monitor and coordinate all data system operations, including security procedures, and liaison with end users. Ensure that necessary system backups are performed and storage and rotation of backups is accomplished. Monitor and maintain records of system performance and capacity to arrange vendor services or other actions for reconfiguration and anticipate requirements for system expansion. Assist managers to monitor and comply with LAWA data security requirements. Coordinate software development, user training, network management and minor installation and repair of equipment.

System Designer

Responsible for creating technical system design solutions based on functional and user requirements. Documents logical and physical design. Identifies hardware and software solutions. May participate in system implementation, development of test plan, testing and commissioning of system. Assists team with assessing, tracking, and resolution of punch list items.

Technical Trainer

Responsible for preparing, conducting and evaluating technical training programs. Design course materials to be used in programs and exercises to enhance lectures. Prepare learning environment and resources, including setting up IT equipment. Deliver training to clients in either a group classroom setting, online through an e-learning or one-to-one basis. Evaluate the effectiveness of the training.

Page 42: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 19 SECTION III

Technical Writer

Prepare and update technical documentation, including technical reference guides, software application release manuals and software application user reference guides. Develop document specifications from requirements and prepare draft specifications for review. Facilitate the optimization of LAWA business performance by enhancing the alignment between business processes and information technology. Participate in continuous review and update to ensure that the technical documentation meets changing LAWA business conditions. Identify, propose, and influence client business solutions. Facilitate communication between business units and IT to negotiate agreements and commitments. Develop and/or maintain the following types of documentation: system documentation; user manuals; computer operations and program maintenance manuals; plans for training, testing, quality assurance, and contingency operations; and backup, recovery and restart procedures; technical writing for proposals, presentations, standard operating procedures (SOP), policies and procedures.

c) Maintenance and Support Availability. The on-site support team shall be dedicated to

the services and support required by this Scope of Work, unless otherwise approved by the designated LAWA IMTG Project Manager. LAWA requires the Contractor to provide resumes and references on potential sub-contractors for evaluation prior to the enlisting of services and reserves the right to directly communicate with any sub-contractor of the Contractor.

d) Regular Working Hours. The Contractor shall provide on-site support and service for

ARCC/DOC systems during Regular Working Hours (“RWH”), and as requested on an

“on-call” basis at all times outside of the RWH (“non-RWH”).

1) The RWH are defined as 7:00 am to 6:00 pm. The LAWA IMTG Project Manager

reserves the right to adjust the on-site schedule to meet the demands and needs of

operation and maintenance support.

e) On-Site Work Requirements. The airport environment presents a unique set of

challenges that do not exist in a typical commercial setting. For example, a substantial portion of IT infrastructure and assets are located within airport terminals and other restricted areas.

f) The Contractor and, if applicable, subcontractors will be required to comply with all LAWA security policies, absorb all costs associated with the process including badging, travel, lodging, car, parking, and miscellaneous expenses, and meet other established requirements. The Contractor will be responsible for all expenses incurred by LAWA for corrective action resulting from either the Contractor or its subcontractors’ non-compliance with LAWA or TSA rules;

g) Facilities are open year round including all holidays.

Page 43: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 20 SECTION III

h) Deliveries for both construction and operations must be made in conformance with LAWA and TSA regulations, which may include limitations on time of day and location/routing.

Maintenance of critical Information Technology (IT) systems may need to take place during “off peak” hours, typically between 12:00am and 6:00am. The Contractor shall adjust on-site schedule of equipment may not be an acceptable reason for time extension.

End of Section III

Page 44: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 21 SECTION IV

SECTION IV AS-NEEDED TECHNICAL SYSTEM ENHANCEMENT AND

DEVELOPMENT

1. Development and Implementation Process a) The Contractor shall provide the expertise and resources to elicit and understand

both business and technical requirements, as directed, reviewed and approved by LAWA, for any additional ARCC/DOC systems requested by LAWA.

b) The Contractor shall be capable of developing user and technical requirements

documents as requested.

2. Enhancement and Development work may include the procurement of additional software or hardware in LAWA’s name and be so reflected in the respective records of the manufacturer of said software or hardware.

3. Design, Development and Test Prototype

The Contractor shall understand the requirements to design, develop and test a prototype per the approved requirement for each development, as reviewed, verified and accepted by LAWA IMTG.

4. Change Management and Quality Control The Contractor shall provide a detailed design, implementation and deployment plan for each development, including functionality description, impact analysis, rollback and/or recovery procedure, implementation schedule and prototype testing result, consistent with the guidelines and procedures for change management and quality control provided by LAWA IMTG.

5. Documentation for Additional Development The Contractor shall provide documentation for each development, which includes both logical and physical design, data flow chart, workflows, Entity Relationship diagrams, database dictionary, configuration/implementation procedure, testing and acceptance plan, deployment procedure and user instruction, subject to review and approval by LAWA.

6. Training for Additional Development a) The Contractor shall provide both end-user and advanced administrative/technical

training to LAWA personnel. The Contractor shall work with the LAWA Project Manager to develop the training schedule.

b) The training schedule will include training sessions that will be held during day, swing, and graveyard shifts. LAWA reserves the right to adjust existing on-site staff’s shift start time to accommodate this training schedule. The LAWA IMTG Project Manager will determine if a Task Order will be issued to Contractor to provide additional resources to support routine operations or training.

Page 45: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 22 SECTION IV

7. Enhancement of ARCC/DOC systems

The Contractor shall procure all hardware, software and professional services required to implement any ARCC/DOC system enhancement, as required by LAWA. All cost proposals shall include an itemized list of all required hardware, software and services, along with the proposer’s mark up. All purchases shall be registered or licensed to LAWA and be so reflected in the records of the respective manufacturers of said hardware or software.

LAWA reserves the right to opt for, as needed, task order based services for any of the airports and/or any components of the scope of work as detailed in this RFP. The cost model may be lump sum, turnkey or time and materials, based on the hourly rates, and prices quoted and negotiated into the contract. Labor rates for additional contractor staff to represent the maximum hourly rate. LAWA may wish to negotiate to a lower hourly rate depending on the scope of work defined and experience necessary to accomplish the task order

End of Section IV

End of the Scope of Services

Page 46: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 23 APPENDICES

APPENDICES

Appendix 1.0 Definition of Terms

1. System: The complete operational information technology compilation including

hardware, software, database, network connectivity, and administrator/user

application interface(s).

2. Interface: The point of interaction or communication (integration) between any

two systems.

3. Integration: The electronic communication between two or more systems for data

exchange and/or the ability to access functions across systems as defined by an

integration requirements document or interface control document. The integrated

systems shall share, maintain and synchronize the same data as defined in the

requirements document.

4. Gateway: A software or hardware and software product developed for the

purpose of communicating among multiple systems.

5. Incident Management: The process of receiving, acknowledging, and assessing

a request for service or support, deploying the necessary resource(s)

(1st/2nd/3rd level), to minimize any negative impact to airport operations, restore

system services and function as quickly as possible, while communicating

updates to the service requestor as requested.

6. Problem Management: Tracking and analysis of repeated incidents or service

outages to determine a root cause, devise a plan for resolution, and document

the resolution plan via a completed change request form.

7. Change Management: The process of implementing and documenting the

modification of the hardware and/or software configuration of a production

system, per LAWA change management policy and guidelines.

Page 47: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 24 APPENDICES

Appendix 2.0 Supported ARCC/DOC Applications and Systems

1. Qognify Situator/SAGE. Situator is the central platform used to monitor the daily operations of the airport. Various gateways and sensors, such as CCTV cameras, fire alarms and ACAMS alarms, constantly feed status information into Situator. Situator processes the information, based on the configured business logic derived from Standard Operating Procedures, and presents the appropriate operator with the pertinent information. Situator is a client server-based system that is configured on clustered physical Windows 2008 servers, connected to a SQL database located on a hardware cluster.

2. Qognify Situator Public Safety & Security Systems Integration Communicates via gateways with public safety systems including Computer Aided Dispatch, Picture Perfect, and Qognify (Nice) Vision. Processes routing of alarms based on Business Process Method (BPM) rules. Situator is a client server-based system that is configured on clustered physical Windows 2008 servers, connected to a SQL database located on a hardware cluster.

3. GCR ASOCS - FAR Part 139 Compliance Management System The ASOCS is used to document and track Airport compliance with Federal Airport Regulations. ASOCS is a web service, locally hosted on a stand-alone Windows 2008 server.

4. NICE Inform – Incident Forensic Tool NICE Inform is designed retrieve and “Play back” activities pertaining to any Situator incident. Currently, Inform retrieves recorded telephone calls to or from the ARCC. NICE Inform retrieves the voice recording from the NICE Perform system. NICE Inform is hosted on a virtual Windows 2012 server and utilizes a SQL database.

5. NC4 Enterprise Newsfeed System NC4 Enterprise Newsfeed is a web service that provides global news and incident notification and monitoring services. Additionally, if an incident meets pre-determined criteria, as defined by the ARCC, the information is transmitted to Situator via an NC4 gateway.

6. ESRI ArcGIS ArcGIS provides map and special data services information to the Situational Awareness Management System (Qognify Situator). ArcGIS map services are provided by a Windows 2008 server.

7. BARCO Video Wall System The BARCO Video Wall System allows the ARCC/DOC users to display video from the following sources: CATV tuners, analog and IP surveillance cameras, any workstation in the ARCC/DOC, and six (6) laptops assigned to the ARCC/DOC.

Page 48: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 25 APPENDICES

8. Everbridge Mass Notification System Everbridge is an internet-based subscription service that is used by ARCC personnel to broadcast standard and emergency notifications to the Airport community. The Airport community includes LAWA Divisions, Contractors, Airline Personnel, News Media, and Concessionaires.

8. Adobe Live Cycle (AEM)

Adobe Live Cycle is an application that is used to create, develop and capture data through the use of forms. These forms will be utilized on mobile devices as well as desktop platforms to capture data associated with LAWA Airport Operations inspections and other activities.

9. Siemens Airport Management and Operations Suite (SIAMOS)

SIAMOS is a modular software suite that is designed to support airport operations through the management of airport performance, flight planning, resource management, statistics and reporting. The application is used within the ARCC to display the overall status of various aspects of the Airport through integration with outside data sources.

10. Crystal Reports

Crystal Reports is a business intelligence application for the design and generation of reports from a wide range of data sources. This tool is used to provide reports to Airport Operations staff.

Page 49: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 26 APPENDICES

Appendix 3.0 Supported ARCC/DOC Situator-Integrated Gateways

Qognify (NICE) Vision Video Management System

ArcGIS Server

IBM Maximo

NC4 Enterprise Newsfeed

Picture Perfect – Access Control System

Data911 CAD –Public Safety Dispatch System

Fireworks - Fire and Life Safety Management System

Genetec – Video Management System

NICE Inform

Page 50: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 27 APPENDICES

Appendix 4.0 ARCC/DOC Hardware, Software and License List

Note: A majority of the systems listed below are currently in the process of being converted from a physical to a virtual (VMware) environment.

Qognify (Nice) Situator (SAMS) QTY

SW

Windows Server 2008 Enterprise 2

MSSQL Server 2008 R2 2

Internet Information Services 7.0 2

Situator Server 7.5 Situator 7.4

2 2

Planning Tool 2

Reporting Tool 2

Qognify (Nice) Situator PDA QTY

HW HP ProLiant DL360 G6 Server 1

SW Windows Server 2008 Standard 1

Nice Inform QTY

HW HP ProLiant DL380 G6 Server 1

SW

Windows Server 2008 Standard 1

MSSQL Server 2008 R2 1

Inform Server NRX

1 1

Page 51: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 28 APPENDICES

GCR ASOCS QTY

HW HP ProLiant DL360 G6 Server 1

SW

Windows Server 2008 Enterprise 1

MSSQL Server 2008 R2 1

Internet Information Services 1

NC4 QTY

HW HP ProLiant DL360 G6 Server 1

SW

Windows Server 2008 Standard 1

MSSQL Server 2008 R2 1

Internet Information Services 1

Audio System QTY

HW

16-input 16-output Media matrix Nion Nx DSP processor 1

Crown CTS 4200 amplifier 2

Crown 180A amplifier 2

TOA amplifier 1

JBL ceiling speaker 18

Page 52: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 29 APPENDICES

Red and Blue Crash Alert System QTY

HW

Red and Blue ceiling light Few

Power supplier Few

Relay Few

Flasher Few

Control System QTY

HW

Crestron Pro2 media controller 1

Crestron wireless touch panel 4

RF gateway 4

Video Intercom System QTY

HW

Windows based client PC 1

JK-DV video door station 1

JK-1MED master monitor station 1

JKW-IP video intercom adapter 1

SW Windows 1

Page 53: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 30 APPENDICES

Qognify (Nice) Vision VMS QTY

HW

HP ProLiant DL380 G6 Server 3

Dell PowerEdge R510 6

Dell PowerEdge R610 2

Raid Storage Array 1

SW

Windows Server 2008 R2 Enterprise 2

Windows Server 2008 R2 Standard 9

Qognify (Nice) Vision v 2.6 1

Video Wall System QTY

HW

Barco CMS server 1

Dell OptiPlex display PC 5

Barco Transform A processor 1

Barco Omnibus 1

Barco OFL 510 video wall cubes 12

Axis encoders 12

Planar M70 LD Wall LCD 4

NEC P703 70”LED Backlit LCD 6

Linux server 1 SW Barco Control Room Management Suite 1 Sidebar 25

Page 54: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 31 APPENDICES

Appendix 5.0 LAWA IMTG Security Policies and Standards

LAWA Information Security Policy:

Data Classification

Firewall

Incident Handling

Network Auditing and Vulnerability Scanning

External Party Information Disclosure Policy

Non-Disclosure Agreement – Individual (Specific requested by Contractor or

Employee)

Non-Disclosure Agreement – Contractor’s Organization (Initial signing of contract

with LAWA)

Details of the above policies and agreements will be provided by the LAWA Office of Information Security upon request.

Page 55: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

SCOPE OF SERVICES 32 APPENDICES

Appendix 6.0 Service Level Agreement – Liquidated Damages Summary

Description Liquidated Damages

1. Contractor shall acknowledge and respond, via agreed method(s), to any request for service or support, from IMTG Project Manager, its designee, or the LAWA IT Service Desk Duty Manager, within 15 minutes.

$125/hour

2. Contractor shall resolve a System Outage or provide a temporary “work-around” solution deemed acceptable by designated LAWA IMTG Project Manager or its designee, within 60 minutes of notification.

$225/hour

3. Contractor shall report on-site at the ARCC, in support of a system outage, within one hour of request by LAWA IMTG Project Manager, its designee, or LAWA IT Service Desk Duty Manager.

$125/hour

Note:

a. Liquidated Damages are assessed in sixty (60) minute increments. b. The designated support contact telephone and/or email address information will

be approved by LAWA. c. System Outage is defined as the malfunction or un-availability of any identified

ARCC/DOC application, system, or service for any duration greater than 30 minutes.

Page 56: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

RFP ATTACHMENT 2

PROPOSAL PART A – WRITTEN PROPOSAL FORMS

ATTACHMENT 2A.,

PROPOSAL PART A, SECTION 4, COST PROPOSAL FORM

AND

ATTACHMENT 2B.,

PROPOSAL PART A, SECTION 4, LABOR RATES COST PROPOSAL FORM

Page 57: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

BLANK

Page 58: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

Page 1 of 1

ATTACHMENT 2A. PROPOSAL PART A, SECTION 4

[On Company Letterhead]

Date: ________________ To: Los Angeles World Airports

ATTENTION: (Insert Name of Responsible Party) Skyview Building 6053 W, Century Blvd Los Angeles, CA 90045

Airport Response Coordination Center Operations and Maintenance Support and Services [This Form must not be changed or altered]

COST PROPOSAL The Proposer must provide a cost and staffing proposal that will provide adequate support for 365 days a year.

The proposer shall provide a cost proposal, to provide the Key Personnel support for 365 days a year: RWH of 7:00am – 6:00pm, on-site, Monday through Friday, on-call support during non-RWH.

TOTAL CONTRACT ALL-INCLUSIVE

O AND M LUMP SUM COST

THREE (3) YEARS TOTAL $

Note 1: All Inclusive Lump Sum Cost includes, but is not limited to:

Any and all costs associated with actual employees’ straight-time or overtime wages, fringe benefits,

Field Overhead, (includes, but is not limited to, all field administrative costs and actual costs related to badging, tools, communication, supplies, transportation, parking, preparation and negotiation of invoices, and any other miscellaneous field direct or indirect costs),

Home Office Overhead, (includes, but is not limited to, all administrative costs and actual costs related to insurance, proposal and performance bonds, taxes, fees, communication, training, licensing, certifications, tools, publications, preparation and negotiation of invoices other home office direct or indirect costs)

Travel (includes, but is not limited to, per diem, air fares, communication, auto, lodging, meals, laundry, toiletries, entertainment, parking and any other miscellaneous direct or indirect costs), and

PROFIT.

Note 2: LAWA reserves the right to shift the 5-day a week schedule to alternate days of the week as the need arises. Ex. Wednesday through Sunday

ITEM MAXIMUM MARKUP %

Hardware Markup ___________ %

Software Markup ___________ %

I, the undersigned, certify that I am the authorized representative for the Proposer for this Proposal and am authorized to sign this Proposal on behalf the Proposer.

I certify that I have examined and am fully familiar with the Request For Proposals documents and that I have satisfied myself with the respect to any questions I have regarding the RFP which could have in any way affected my understanding of the Scope of Work or my Proposal I certify that I and the Proposer fully understand that the monthly lump sum rate hereinabove is all-inclusive and is understood to be the only monthly billable element for the Services Work under this Contract. I certify that the Proposer has no pending, active or previous legal actions or conflict of interest that will prevent the Proposer from fulfilling its obligations under the Contract. I, the undersigned, declare under penalty of perjury under the laws of the State of California, that the information stated in this Monthly Lump Sum Cost of Services proposal is accurate, correct and valid for 120 days from this submission date. Proposer: __________________[Enter Legal Name of Proposer, Responsible Proposal Contact Person, Phone Number, and E-mail Address:]_______________________ By: ___________________________________________ _____________________________

(Printed Name) (Title) (Signature)

Page 59: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

BLANK

Page 60: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

Page 1 of 2

ATTACHMENT 2B. PROPOSAL PART A, SECTION 4

[On Company Letterhead]

Date: ______________

To: Los Angeles World Airports ATTENTION: (Insert Name of Responsible Party) Skyview Building 6053 W, Century Blvd Los Angeles, CA 90045

(Continued on next page)

Airport Response Coordination Center Operations and Maintenance Support and Services [This Form must not be changed or altered]

SERVICES LABOR RATES PROPOSAL

[Enter only one (1) off-site rate and only one (1) on-site rate per classification. Leave no blanks]

CLASSIFICATION TITLE

THREE-YEAR OFF-SITE

ALL-INCLUSIVE HOURLY RATES

THREE-YEAR ON-SITE

ALL-INCLUSIVE HOURLY RATES

ARCC Analyst $ $

ARCC System Specialist $ $

ARCC Project Manager/Lead $ $

ARCC GIS Systems Administrator $ $

ARCC GIS Technician $ $

Analyst, Computer Systems $ $

Applications Developer $ $

Architect, Information Technology $ $

Architect, Systems $ $

Business Analyst $ $

Database Administrator $ $

GIS Field Technician $ $

Project Manager $ $

Project Principal $ $

Situator Operator (Junior) $ $

Situator Operator (Senior) $ $

Subject Matter Expert $ $

System Administrator $ $

System Designer $ $

Technical Trainer $ $

Technical Writer $ $

Page 61: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP FOR ARCC O&M SUPPORT & SERVICES

Page 2 of 2

ATTACHMENT 2B. PROPOSAL PART A, SECTION 4

(Continued from previous page)

I, the undersigned, certify that I am the authorized representative for the Proposer for this Proposal and am authorized to sign this Proposal on behalf the Proposer.

I certify that I have examined and am fully familiar with the Request For Proposals documents and that I have satisfied myself with the respect to any questions I have regarding the RFP which could have in any way affected my understanding of the Scope of Work or my Proposal I certify that I and the Proposer fully understand that the fully burdened rates hereinabove are the all-inclusive rates for three (3) years and are understood to be the only billable elements for Enhancement Task Order Work under this Contract unless all or a portion of the Enhance Work is negotiated as a lump sum. I certify that the Proposer has no pending, active or previous legal actions or conflict of interest that will prevent the Proposer from fulfilling its obligations under the Contract. I, the undersigned, declare under penalty of perjury under the laws of the State of California, that the information stated in this Services Labor Rates proposal is accurate and correct and is valid for 120 days from this submission date.

Proposer: ___[Enter Legal Name of Proposer, Responsible Proposal Contact Person, Phone Number, and E-mail Address:]_____________________________

By: _________________________________ _____________________________ (Printed Name) (Title) (Signature)

SERVICES LABOR RATES PROPOSAL (Continued) Note 1: All Inclusive Rates include, but are not limited to:

Any and all costs associated with actual employees’ straight-time or overtime wages, fringe benefits,

Field Overhead, (includes, but is not limited to, all field administrative costs and actual costs related to badging, tools, communication, supplies, transportation, preparation and negotiation of invoices, preparation and negotiation of task orders, and any other miscellaneous field direct or indirect costs),

Home Office Overhead, (includes, but is not limited to, all administrative costs and actual costs related to insurance, proposal and performance bonds, taxes, fees, training, licensing, certifications, tools, communication, publications, preparation and negotiation of invoices, preparation and negotiation of task orders, other home office direct or indirect costs)

Travel (includes, but is not limited to, per diem, air fares, communication, auto, lodging, meals, laundry, toiletries, entertainment, and any other miscellaneous direct or indirect costs), and

PROFIT.

Note 2: There are no other allowable billable costs other than these rates for Task Orders authorized by LAWA.

Page 62: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP ATTACHMENT 3

PART B - ADMINISTRATIVE REQUIREMENTS

ADMINISTRATIVE REQUIREMENTS

FORMS

Page 63: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

BLANK

Page 64: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP ATTACHMENT 4

EXAMPLE CONTRACT DOCUMENTS

Page 65: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

BLANK

Page 66: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

RFP ATTACHMENT 5

ADDITIONAL TERMS AND

DISCLOSURES

Page 67: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 1 -

Adm

inis

trat

ive

Req

uire

men

ts

Page 68: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 2 -

Administrative Requirements Forms and explanatory documents for each of the following administrative requirements are identified below and are included in the respective sections of this package. Also included, as the final section, is a checklist to assist your proper completion of the required forms prior to bid/proposal submittal. This checklist should be used by Bidders/Proposer to prepare an Administrative Requirements Packet, which must include original, signed documents, and submitted with your bid/proposal. Please note that all documents must be signed by the duly authorized representative of the entity or sole proprietor. In the event of a Joint Venture (JV), officers authorized by each entity must sign and submit a separate set of the following documents:

• Vendor Identification Form • List of Other City of Los Angeles Contracts • Affidavit of Non-Collusion • Bidder Contributions CEC Form 55 • Contractor Responsibility Questionnaire and Pledge of Compliance • Equal Benefits Ordinance Compliance Affidavit • Municipal Lobbying Ordinance Bidder Certification CEC Form 50

This Packet should be bound separately from other parts of your bid/proposal and clearly labeled “Administrative Requirements Packet”. Additional copies of the Packet are not required to be submitted. The following administrative requirements may reference the Los Angeles City Charter (LACC), Los Angeles Municipal Code (LAMC), or Los Angeles Administrative Code (LAAC). For further information or assistance regarding all administrative requirements, contact:

Los Angeles World Airports Procurement Services Division P O Box 92216 Los Angeles, CA 90009-2216 Phone: (424) 646-5380 Fax: (424) 646-9262 E-mail: [email protected] Internet: www.lawa.org –> About LAWA -> Business Opportunities - > Administrative Requirements

1. VENDOR IDENTIFICATION FORM (The original signed form must be included with bid/proposal)

The Vendor ID form requires general information about a bidder/proposer’s business as well as the Seller’s Permit and the Business Tax Registration Certificate (BTRC) numbers, Payment Terms, Equal Employment Opportunity Officer contact information, and data on the firm’s City of Los Angeles contracts (if applicable).

• Seller’s Permit Number

The Seller’s Permit Number is required if the vendor is engaged in business in California; intends to sell or lease tangible personal property that would ordinarily be subject to sales tax if

Page 69: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 3 -

sold at retail; will make sales for a temporary period, normally lasting no longer than 30 days at one or more locations. The enforcing agency for this requirement is the Board of Equalization, the Sales and Use Tax Department. Additional information regarding this requirement can be found at http://www.boe.ca.gov/sutax/sutprograms.htm.

• Payment terms

Payment terms represent LAWA’s conditions under which the vendor will be reimbursed for his/her services or sold goods. Typically, these terms specify the period allowed to a buyer to pay off the amount due, and may demand cash in advance, cash on delivery, deferred payment period of 30 days or more, etc. Please refer to www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements - > LAWA Payment Terms to determine the applicable code.

• Business Tax Registration Certificate Pursuant to the LAMC, Chapter 2, Article 1, Section 21.03, persons engaged in any business or occupation within the City of Los Angeles are required to register and pay the required tax. Businesses, including vendors, subject to this tax are issued a Business Tax Registration Certificate (BTRC) or a Vendor Registration Number (VRN). Information regarding this requirement may be obtained at Office of Finance, Tax & Permit Division, 200 N. Spring St., Room 101, Los Angeles, CA 90012, Phone: (213) 473-5901, Web: http://finance.lacity.org.

• List of Other City of Los Angeles Contracts (during previous ten years)

Pursuant to City of Los Angeles Resolution No. 56 (Council File #98-1331) adopted by Los Angeles City Council on July 21, 1998, Bidders/Proposers must submit a list of all City of Los Angeles contracts held within the last ten (10) years. For additional information regarding all LAWA administrative requirements, please contact Procurement Services at (424) 646-5380 or visit our website at www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements. 2. AFFIDAVIT OF NON-COLLUSION (The original signed form must be included with bid/proposal) Pursuant to the LAAC, Division 10, Chapter 1, Article 2, Section 10.15, each bid/proposal must include the attached affidavit of the Bidder/Proposer that the bid/proposal is genuine, and not a sham or collusive, or made in the interest or on behalf of any person, and that the Bidder/Proposer has not directly or indirectly induced or solicited any other Bidder/Proposer to submit a sham bid, or any other person, firms, or corporation to refrain from bidding, and that the Bidder/Proposer has not sought by collusion to secure for himself/herself an advantage over any other Bidder/Proposer. Bidders/Proposers must complete, notarize, and submit the attached “Affidavit to Accompany Proposals or Bids” with the bid/proposal. Failure to include an Affidavit with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection.

Page 70: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 4 -

Attachment: • Affidavit of Non-Collusion 3. BIDDER CONTRIBUTIONS CEC FORM 55 (CONTRACT BIDDER CAMPAIGN

CONTRIBUTION AND FUNDRAISING RESTRICTIONS) (The original signed form must be included with bid/proposal)

Persons who submit a response to this Request for Bid/Proposal/Qualifications are subject to Charter section 470(c)(12) and related ordinances. As a result, bidders/proposers/respondents may not make campaign contributions to and or engage in fundraising for certain elected City officials or candidates for elected City office from the time they submit the response until either the contract is approved or, for successful bidders/proposers/respondents, 12 months after the contract is signed. The bidder's/proposer’s/respondents’ principals and subcontractors performing $100,000 or more in work on the contract, as well as the principals of those subcontractors, are also subject to the same limitations on campaign contributions and fundraising. Bidders/Proposers/Respondents must submit CEC Form 55 (attached) to LAWA with their bid/proposal/Statement of Qualifications. The form requires bidders to identify their principals, their subcontractors performing $100,000 or more in work on the contract, and the principals of those subcontractors. Bidders/Proposers/Respondents must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. Responses submitted without a completed CEC Form 55 shall be deemed nonresponsive. Bidders/Proposers/Respondents who fail to comply with City law may be subject to penalties, termination of contract, and debarment. Additional information regarding this requirement may be obtained at: 200 N. Spring Street City Hall, 24th Floor Los Angeles, California 90012 (213) 978-1960 (213) 978-1988 [Fax] [email protected] Web: http://ethics.lacity.org Attachments: • Bidder Contributions CEC Form 55 • Los Angeles City Ethics Commission Special Bulletin, available at

http://ethics.lacity.org/pdf/pressrelease/press_042511_New_Charter_Amend_Limits_Bidder_Bulletin.pdf 4. CONTRACTOR RESPONSIBILITY PROGRAM (The original signed form must be included with

bid/proposal) Pursuant to Resolution No. 21601 adopted by the Board of Airport Commissioners, effective May 20, 2002, the Contractor Responsibility Program (CRP) is the policy of Los Angeles World Airports (LAWA) to ensure that all LAWA contractors have the necessary quality, fitness and capacity to perform the work set forth in the contract. LAWA shall award contracts only to entities and individuals it has determined to be Responsible Contractors. The provisions of this

Page 71: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 5 -

Program apply to leases and contracts for construction, for services, and for purchases of goods and products that require Board approval. Bidders/Proposers are required to complete and submit with the bid/proposal the attached “Contractor Responsibility Program Questionnaire” that provides information LAWA needs in order to determine if the Bidder/Proposer is responsible and has the capability to perform the contract. The information contained in the CRP Questionnaire is subject to public review for a period of not less than 14 days. Bidders/Proposers are also required to complete, sign and submit with the bid/proposal the attached “Contractor Responsibility Program Pledge of Compliance.” Bidders/Proposers are also required to respond within the specified time to LAWA’s request for information and documentation needed to support a Contractor Responsibility determination. Subcontractors will be required to submit the Pledge to the prime contractor prior to commencing work. For the list of Contractor Responsibility Program respondents, please visit our website www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements - > Contractor Responsibility Program -> Contractor Responsibility Program Questionnaire Respondents. Attachments: • Contractor Responsibility Program Questionnaire • Contractor Responsibility Program Pledge of Compliance 5. EQUAL BENEFITS ORDINANCE Any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of the Los Angeles Administrative Code Section 10.8.2.1, Equal Benefits Ordinance (EBO). The EBO requires City contractors who provide benefits to employees with spouses provide the same benefits to employees with domestic partners. Domestic partners are defined as two adults living together, jointly responsible for living expenses, committed to an intimate and caring relationship and registered as domestic partners with a governmental entity. Bidders/Proposers/Lessees must submit the Equal Benefits Ordinance Compliance Affidavit (2 pages) with Bid/Proposal/Lease. The Equal Benefits Ordinance Compliance Affidavit shall be valid for a period of twelve months. Bidders/Proposers/Lessees do not need to submit supporting documentation with their bids or proposals or leases. However, the City may request supporting documentation to verify that the benefits are provided equally as specified on the Equal Benefits Ordinance Compliance Affidavit. Bidders/Proposers/Lessees seeking additional information regarding the requirements of the Equal Benefits Ordinance may visit the Bureau of Contract Administration’s web site at http://bca.lacity.org or call Procurement Services at (424) 646-5380. Attachment: • EBO Compliance Affidavit

Page 72: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 6 -

6. INSURANCE Pursuant to LAAC, Division 11, Chapter 2, Article 2, Section 11.47 and the Risk Management Policy (Council File #79-3194-S1) adopted by Los Angeles City Council on March 1, 1991, the City of Los Angeles is to be protected to the maximum extent feasible, against loss or losses which would significantly affect personnel, property, finances, or the ability of the City to continue to fulfill its responsibilities to taxpayers and the public. Consequently, prior to commencing work, the selected Bidder/Proposer must provide evidence of insurance that conforms to the insurance requirements of the bid/proposal. Insurance requirements which specifically outline the types and amounts of coverage required for this project are explained in detail in the attached language and “Insurance Requirement Sheet”. Successful Bidder/Proposer must provide acceptable evidence of insurance as explained in the attachments prior to commencing work on the contract. Said acceptable evidence of insurance must remain current throughout the term of the contract and be on file with the Insurance Compliance Unit in order to receive payment under any contract with the City of Los Angeles. Attachments: • Insurance Requirement Sheet • Insurance Language • Frequently Asked Questions Additional information is available at www.lawa.org -> About LAWA -> Business Opportunities -> Administrative Requirements -> Insurance 7. MUNICIPAL LOBBYING ORDINANCE (The original signed form must be included with

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

Page 73: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 7 -

[email protected] Web: http://ethics.lacity.org Attachments: • Municipal Lobbying Ordinance, available at http://www.lawa.org/welcome_LAWA.aspx?id=586 • Bidder Certification CEC Form 50, available at http://www.lawa.org/welcome_LAWA.aspx?id=586 8. SMALL BUSINESS ENTERPRISE PROGRAM (The original signed SBE Affidavit must be included

with bid/proposal) The Los Angeles World Airports (LAWA) is committed to creating an environment that provides all individuals and businesses open access to the business opportunities available at LAWA. Pursuant to the provisions of Resolution No. 24820 of the Board of Airport Commissioners, LAWA’s Small Business Enterprise (SBE) Program was created to provide additional opportunities for small businesses to participate in construction, non-professional, professional, and personal services projects valued over $150,000. The SBE Program is a results-oriented program, requiring firms that receive contracts from LAWA to utilize certified SBEs. Based on the work to be performed, the mandatory SBE participation level for this project has been set at 10% SBE. Failure to meet this SBE participation level may disqualify bidding/proposing firms from being considered for award of the contract. Primes shall be responsible for determining the SBE status of its subcontractors at the time of bid/proposal submission for purposes of meeting the mandatory SBE requirement. A subcontractor must qualify as an SBE based on the type of work it will be performing on the project. If the prime contractor is an SBE, the prime’s participation in the contract will count as 100% SBE. Attachments: • Frequently Asked SBE Questions • SBE Affidavit • SBE Subcontractor Participation Plan The following supplementary information is available at www.lawa.org: • SBE Rules and Regulations • SBE Certification Application and Information

Page 74: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 8 -

ADMINISTRATIVE REQUIREMENTS THAT DO NOT REQUIRE FORMS The following administrative requirements are language only. They are included as ATTACHMENT 1. Submit any questions you may have regarding these ordinances to the LAWA Procurement Services Division at [email protected] or at (424) 646-5380.

• Affirmative Action • Assignment of Anti-Trust Claims • Child Support Obligations • First Source Hiring (Form Required Upon Award of Contract from Selected Proposer only) • Living Wage/Service Contractor Worker Retention Ordinances

Page 75: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 9 -

Che

cklis

t

Page 76: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 10 -

Administrative Requirements Checklist BIDDERS/PROPOSERS (PRIME CONTRACTORS) MUST SUBMIT THE FOLLOWING ORIGINAL, SIGNED DOCUMENTS, WITH THEIR PROPOSAL, AS INDICATED 1. VENDOR IDENTIFICATION FORM

Is the required Vendor Identification Form completed and signed? Is the BTRC/VRN number provided? Is the EEOO contact information provided? Is the list of previous City contracts attached? (If applicable) Is the Form enclosed in the Packet?

2. AFFIDAVIT OF NON-COLLUSION

Is the “Affidavit to Accompany Proposals or Bids” completed and signed? Is the Affidavit notarized? Is the Affidavit enclosed in the Packet?

Failure to include an Affidavit with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection.

3. BIDDER CONTRIBUTIONS

Is the required Bidder Contribution CEC Form 55 completed and signed? Is the Form enclosed in the Packet?

Failure to include the Bidder Contribution CEC Form 55 with the bid/proposal will render the bid/proposal non-responsive and will result in its rejection.

4. CONTRACTOR RESPONSIBILITY PROGRAM Is the required "Contractor Responsibility Program Questionnaire" completed and signed? Is the Questionnaire enclosed in the Packet? Is the required "Contractor Responsibility Program Pledge of Compliance" completed and signed? Is the Pledge of Compliance enclosed in the Packet? 5. EQUAL BENEFITS ORDINANCE

Is the EBO Compliance Affidavit Form completed and signed? Is the Form enclosed in the Packet?

Page 77: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 11 -

6. MUNICIPAL LOBBYING ORDINANCE

Is the required Bidder Certification CEC Form 50 completed and signed? Is the Certification enclosed in the Packet?

7. SMALL BUSINESS ENTERPRISE PROGRAM

Is the Subcontractor Participation Plan completed and enclosed? Is the SBE AFFIDAVIT completed and enclosed? If applicable, is a copy of the SBE certification enclosed?

THE FOLLOWING REQUIREMENTS DO NOT REQUIRE THE COMPLETION OF FORMS BUT MAY BE INCORPORATED AS PROVISIONS OF THE CONTRACT: 8. AFFIRMATIVE ACTION

Have you read and agreed with the City of Los Angeles’ Non-discrimination, equal Employment and Affirmative Action provisions?

9. ASSIGNMENT OF ANTI-TRUST CLAIMS

Have you read and agreed with California Government Code Sections 4550 – 4554?

10. CHILD SUPPORT OBLIGATIONS

Have you read and agreed with Child Support Obligations provisions?

11. FIRST SOURCE HIRING PROGRAM

Have you read and agreed with First Source Hiring Program provisions?

12. LIVING WAGE / SERVICE CONTRACTOR WORKER RETENTION ORDINANCES

If you are claiming exemption from said Ordinances:

Is the appropriate Exemption form completed and signed? Is the Exemption form enclosed in the Packet?

Page 78: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

10040897 - 12 -

IF YOU ARE AWARDED THE CONTRACT AND PRIOR TO EXECUTION OF THE CONTRACT:

Prime contractors are required to submit to LAWA forms pertaining to the following requirements: • Business Tax Registration Certificate • Insurance

Subcontractors are required to submit to prime contractors, who then must submit to LAWA, when requested, the subcontractors’ forms pertaining to the following requirements: • Business Tax Registration Certificate • Contractor Responsibility Program Pledge of Compliance • Insurance • Living Wage Ordinance (exception form, if applicable)

Page 79: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Ven

dor I

dent

ifica

tion

Form

Page 80: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

This form is available in interactive format at http://www.lawa.org - > About LAWA - > Business Opportunities -> Administrative Requirements.

* For instructions and additional information, please go to http://www.lawa.org -> About LAWA -> Business Opportunities - > Administrative Requirements, call us at 424-646-5380 or write to [email protected].

Los Angeles World Airports, Procurement Services Division, April 2010.

VENDOR IDENTIFICATION FORM

ALL FIELDS MUST BE COMPLETED, IF REQUIRED; INCOMPLETE FORMS WILL NEED TO BE RESUBMITTED.

GENERAL INFORMATION Legal Name: _______________________________________ Doing Business As: ___________________________________Are you an independent contractor eligible to receive a 1099-

MISC? No Yes . EIN or SSN: ______________________

(A TIN (SSN or EIN) and W-9 are required)

License or Registration Number (if applicable): ____________

Seller’s Permit Number* (if applicable): ___________________

Payment Terms * (code):

Ownership: Individual / Sole Proprietor Corporation Partnership Governmental Entity Other (specify): ______________________________

BTRC/Vendor Registration Number*:

- -

BTRC/VRN application pending (please attach the application)

Are you subject to non-resident withholding under California Revenue and Taxation Code Section 18662? No Yes

BUSINESS ADDRESS Street:___________________________ Suite #: ________ Contact Person: _____________________________________City: ________________________________________________ Contact Person’s Title: ________________________________State: _____________ Zip Code: _________________ Fax: ___________________ Phone: ______________________Website: ___________________________________________ Email: _______________________________________________Remittance address (if required and different from the above): _________________________________________________________

BUSINESS INFORMATION Service Area: International National Regional Local Years in Business: _______ Number of Employees: ________

BUSINESS CERTIFICATION (Check all that apply) Woman-Owned Business Enterprise (WBE)

Minority Business Enterprise (MBE)

Small Business Enterprise (according to SBA criteria)

Minority Women Business Enterprise (MWB)

Disadvantaged Business Enterprise (DBE)

Airport Concessions Disadvantaged Business Enterprise

Small and Local Business Enterprise (SLB)

If required, please attach copies of all applicable certifications.

NON-DISCRIMINATION, EQUAL EMPLOYMENT AND AFFIRMATIVE ACTION COMPLIANCE EEO Officer (name): __________________________________ Phone Number: _______________________________________EEO Officer’s Title: ___________________________________ Email: _______________________________________________Have you had contracts with the City of Los Angeles in the last 10 years? No Yes . If ‘yes’, please attach an additional sheet with Contract Number, Department, Description and Dollar Value.

CERTIFICATION

The undersigned declares and certifies that all statements on this form are true and correct. The undersigned agrees to notify Procurement Services Division immediately of any changes to the information contained herein. The undersigned has read and agreed with the administrative requirements set for this project, and provided as a check list in the bid/proposal package, and will comply with them for the duration of the contract if selected.

Authorized Signature _________________________________

Date __________________________________ _____________

Print Name __________________________________________

Title ________________________________________________

For LAWA use only: Project name: _________________________________________________________________ Project No:_________________ Requesting Division: ___________________________________ Contact Person: _____________________________________ SAP Action (send the form to FAMIS Support Desk): Create Change Block Delete New Ordering Address

Page 81: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Current and Prior City of Los Angeles Contracts

Contract Number

Name of City Department/Agency

Contact person name and phone number

Signing date Completion date

Description Total dollar amount

Page 82: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

� A

ffida

vit o

f Non

-Col

lusi

on

Page 83: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

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

AFFIDAVIT TO ACCOMPANY PROPOSALS OR BIDS

STATE OF CALIFORNIA ) ) ss.: COUNTY OF ) being first duly sworn, deposes and says: (Type or print name) that he or she is the of (Type or print title) , who submits herewith ( Type or print name of company/firm) to the Board of Airport Commissioners the attached bid/proposal; that he or she is the person whose name is signed to the attached bid/proposal; that said bid/proposal is genuine; that the same is not sham or collusive; that all statements of fact therein are true; and that such bid/proposal was not made in the interest or behalf of any person, partnership, company, association, organization, or corporation not herein named or disclosed. Affiant further deposes and says: that the bidder/proposer has not directly or indirectly by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interests of the public body which is to award the contract, or of any other bidder/proposer, or anyone else interested in the proposed contract; and that the bidder/proposer has not in any manner sought by collusion to secure for himself/herself/itself/themselves, an advantage over any other bidder/proposer. Affiant further deposes and says that prior to the public opening and reading of bids/proposals, said bidder/proposer:

(a) did not, directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; (b) did not, directly or indirectly, collude, conspire, connive or agree with any one else that said

bidder/proposer or anyone else would submit a false or sham bid, or that anyone should refrain from bidding or withdraw their bid/proposal;

(c) did not, in any manner, directly or indirectly, seek by agreement, communication or conference with anyone to raise or fix the bid price of said bidder/proposer or of anyone else, or to raise or fix any

overhead, profit or cost element of their price or of that of anyone else; (d) did not, directly or indirectly, submit their bid/proposal price or any breakdown thereof, or the contents

thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association organization, bid depository, or to any member or agent, thereof, or to any individual or group of individuals, except to the awarding authority or to any person or person who have a partnership or other financial interest with said bidder/proposer in their business.

Signed:

Name: Title:

Subscribed and sworn to (or affirmed) before me on this day of , 20 , by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me.

____________________________________________ Notary Public (Notarial Seal)

Page 84: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Bid

der C

ontri

butio

ns

Page 85: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

ATTENTION:

The following CEC Form 55 must be signed on page 3. If you fail to sign the form or if you submit an incomplete CEC Form 55, your proposal/bid will be deemed nonresponsive.

Page 86: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 87: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 88: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 89: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

� C

ontra

ctor

Res

pons

ibilit

y Pr

ogra

m

Page 90: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM

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

____________________________________________________________________________________ Legal Name DBA ____________________________________________________________________________________ Street Address City State Zip ____________________________________________________________________________________ Contact Person, Title Phone Fax

C. TYPE OF SUBMISSION: The CRP Questionnaire being submitted is:

An initial submission of a CRP Questionnaire. Please complete all questions and sign Attachment A.

An update of a prior CRP Questionnaire dated _____/_____/_____. Please complete all questions and sign Attachment A.

A copy of the initial CRP Questionnaire dated _____/_____/_____/. Please sign below and return this page.

I certify under penalty of perjury under the laws of the State of California that there has been no change to any of the responses since the firm submitted the last CRP Questionnaire.

________________________________________________________________________________________ Print Name, Title Signature Date

CRP Questionnaire Revised 10/2013.doc

Page 91: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Los Angeles World Airports Contractor Responsibility Program Questionnaire

2

A. OWNERSHIP AND NAME CHANGES

1a. In the past five (5) years, has the name of the bidder/proposer (also referred to herein as “your firm”) changed?

Yes No If Yes, list on Attachment A all prior legal and D.B.A. names used by the bidder/proposer, the addresses of each of the identified entities, and the dates when each identified entity used those names. Additionally, please explain in detail the specific reason(s) for each name change.

1b. In the past five (5) years, has the owner of your firm (if your firm is a sole proprietorship) or any partner of your firm (if your firm is a partnership), or any officer of your firm (if your firm is a corporation) engaged in the same or similar type of business as the current firm?

Yes No

If Yes, list on Attachment A the names of those firms.

B. FINANCIAL RESOURCES AND RESPONSIBILITY

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

Yes No If Yes, explain on Attachment A the specific circumstances and dates surrounding each instance.

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

Yes No If Yes, explain on Attachment A the specific circumstances, including to whom being sold and principal contact information.

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

Yes No If Yes, explain the specific circumstances on Attachment A.

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

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance and include the name of the bonding company.

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

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

PERFORMANCE HISTORY

7. In the past five (5) years, has your firm or the owner of your firm (if your firm is a sole proprietorship) or any partner of your firm (if your firm is a partnership), or any officer of your firm (if your firm is a corporation) defaulted under a contract with a governmental entity or with a private individual or entity?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance. CRP Questionnaire Revised 10/2013.doc

Page 92: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Los Angeles World Airports Contractor Responsibility Program Questionnaire

3

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

completion of the contract?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, and principal contact information.

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

Yes No If Yes, explain on Attachment A the circumstances surrounding each instance, and principal contact information.

10. In the past ten (10) years, has the bidder/proposer had any contracts with any private or governmental entity to perform

work which is similar, in any way, to the work to be performed on the contract for which you are bidding or proposing?

Yes No If Yes, list on a separate attachment, for each contract listed in response to this question: (a) contract number and dates; (b) awarding authority; (c) contact name and phone number; (d) description and success of performance; and (e) total dollar amount. Include audit information if available.

COMPLIANCE

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

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status.

12. In the past five (5) years, has your firm ever been debarred or determined to be a non-responsible bidder contractor?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the current status.

BUSINESS INTEGRITY

13. In the past five (5) years, has your firm been convicted of, or found liable in a civil suit for making a false claim(s) or material misrepresentation(s) to any private or governmental entity?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and the outcome and current status.

14. In the past five (5) years, has your firm or any of its executives, management personnel, and owners been convicted of a crime, including misdemeanors, or been found liable in a civil suit involving the bidding, awarding, or performance of a government contract; or the crime of theft, fraud, embezzlement, perjury, or bribery?

Yes No If Yes, explain on Attachment A the specific circumstances surrounding each instance, including the entity involved, the specific infraction(s), the dates of such instances, and current status. CRP Questionnaire Revised 10/2013.doc

Page 93: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Los Angeles World Airports Contractor Responsibility Program Questionnaire

4

15. Prior to bidding on, submitting a proposal or executing a contract or renewal for a City of Los Angeles contract for goods

or services of $1,000,000 or more, a vendor must either: a) certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) (found at: http://www.documents.dgs.ca.gov/pd/poliproc/Iran%20Contracting%20Act%20List.pdf) and is not a financial institution extending $20,000,000 or more in credit to another person, for 45 days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS; or b) demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).

To comply with this requirement, please check ONE of the options below. OPTION #1:

Is your firm identified on the list entitled, “Entities Prohibited from Contracting with Public Entities in California per the Iranian Contracting Act of 2010”?

Yes No OPTION #2:

If your firm is identified on the aforementioned list, have you obtained an exemption?

Yes No CRP Questionnaire Revised 10/2013.doc

Page 94: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Los Angeles World Airports Contractor Responsibility Program Questionnaire

5

ATTACHMENT "A" FOR ANSWERS TO QUESTIONS IN SECTIONS A THROUGH E

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

CERTIFICATION UNDER PENALTY OF PERJURY

I certify under penalty of perjury under the laws of the State of California that I have read and understand the questions contained in this CRP Questionnaire. I further certify that I am responsible for the completeness and accuracy of the answers to each question, and that all information provided in response to this Questionnaire is true to the best of my knowledge and belief. Print Name, Title Signature Date CRP Questionnaire Revised 10/2013.doc

Page 95: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

CRP Pledge

LOS ANGELES WORLD AIRPORTSCONTRACTOR RESPONSIBILITY PROGRAM

PLEDGE OF COMPLIANCE

The Los Angeles World Airports (LAWA) Contractor Responsibility Program (Board Resolution#21601) provides that, unless specifically exempted, LAWA contractors working under contractsfor services, for purchases, for construction, and for leases, that require the Board of AirportCommissioners' approval shall comply with all applicable provisions of the LAWA ContractorResponsibility Program. Bidders and proposers are required to complete and submit thisPledge of Compliance with the bid or proposal or with an amendment of a contract subject tothe CRP. In addition, within 10 days of execution of any subcontract, the contractor shall submitto LAWA this Pledge of Compliance from each subcontractor who has been listed as performingwork on the contract.

The contractor agrees to comply with the Contractor Responsibility Program and the followingprovisions:

(a) To comply with all applicable Federal, state, and local laws in the performance of thecontract, including but not limited to, laws regarding health and safety, labor andemployment, wage and hours, and licensing laws which affect employees.

(b) To notify LAWA within thirty (30) calendar days after receiving notification that anygovernment agency has initiated an investigation that may result in a finding that thecontractor is not in compliance with paragraph (a).

(c) To notify LAWA within thirty (30) calendar days of all findings by a government agency orcourt of competent jurisdiction that the contractor has violated paragraph (a).

(d) To provide LAWA within thirty (30) calendar days updated responses to the CRPQuestionnaire if any change occurs which would change any response contained withinthe completed CRP Questionnaire. Note: This provision does not apply to amendmentsof contracts not subject to the CRP and to subcontractors not required to submit a CRPQuestionnaire.

(e) To ensure that subcontractors working on the LAWA contract shall complete and sign aPledge of Compliance attesting under penalty of perjury to compliance with paragraphs (a)through (c) herein. To submit to LAWA the completed Pledges.

(f) To notify LAWA within thirty (30) days of becoming aware of an investigation, violation orfinding of any applicable federal, state, or local law involving the subcontractors in theperformance of a LAWA contract.

(g) To cooperate fully with LAWA during an investigation and to respond to request(s) forinformation within ten (10) working days from the date of the Notice to Respond.

Failure to sign and submit this form to LAWA with the bid/proposal may make the bid/proposalnon-responsive. ____________________________________________________________________________Company Name, Address and Phone Number

_____________________________________________________________________________________________Signature of Officer or Authorized Representative Date

_____________________________________________________________________________________________Print Name and Title of Officer or Authorized Representative

_____________________________________________________________________________________________

Page 96: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

� E

qual

Ben

efits

Ord

inan

ce

Page 97: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

LAWA EBO COMPLIANCE

Form OCC/LAWA EBO-Affidavit (Rev 5/20/13) 1

FOR LAWA CONTRACTORS ONLY

City of Los Angeles Department of Public Works

Bureau of Contract Administration Office of Contract Compliance

1149 S. Broadway, Suite 300, Los Angeles, CA 90015 Phone: (213) 847-2625 E-mail: [email protected]

EQUAL BENEFITS ORDINANCE COMPLIANCE AFFIDAVIT

Prime contractors must certify compliance with Los Angeles Administrative Code (LAAC) Section 10.8.2.1 et seq. prior to the execution of a City agreement subject to the Equal Benefits Ordinance (EBO). SECTION 1. CONTACT INFORMATION Company Name: Company Address: City: State: Zip: Contact Person: Phone: E-mail: Approximate Number of Employees in the United States: Approximate Number of Employees in the City of Los Angeles: SECTION 2. EBO REQUIREMENTS The EBO requires City Contractors who provide benefits to employees with spouses to provide the same benefits to employees with domestic partners. Domestic Partner means any two adults, of the same or different sex, who have registered as domestic partners with a governmental entity pursuant to state or local law authorizing this registration, or with an internal registry maintained by the employer of at least one of the domestic partners. Unless otherwise exempt, the contractor is subject to and shall comply with the EBO as follows:

A. The contractor’s operations located within the City limits, regardless of whether there are employees at those locations performing work on the City Contract; and

B. The contractor’s operations located outside of the City limits if the property is owned by the City or the City has a right to occupy the property, and if the contractor’s presence at or on the property is connected to a Contract with the City; and

C. The Contractor’s employees located elsewhere in the United States, but outside of the City Limits, if those employees are performing work on the City Contract.

A Contractor must post a copy of the following statement in conspicuous places at its place of business available to employees and applicants for employment: “During the performance of a Contract with the City of Los Angeles, the Contractor will provide equal benefits to its employees with spouses and its employees with domestic partners.”

Page 98: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

LAWA EBO COMPLIANCE

Form OCC/LAWA EBO-Affidavit (Rev 5/20/13) 2

SECTION 3. COMPLIANCE OPTIONS I have read and understand the provisions of the Equal Benefits Ordinance and have determined that this company will comply as indicated below:

□……. I have no employees.

□……. I provide no benefits.

□……. I provide benefits to employees only. Employees are prohibited from enrolling their spouse or domestic partner.

□……. I provide equal benefits as required by the City of Los Angeles EBO.

□……. I provide employees with a “Cash Equivalent.” Note: The “Cash Equivalent” is the amount of money equivalent to what your company pays for spousal benefits that are unavailable for domestic partners, or vice versa.

□……. All or some employees are covered by a collective bargaining agreement (CBA) or union trust fund. Consequently, I will provide Equal Benefits to all non-union represented employees, subject to the EBO, and will propose to the affected unions that they incorporate the requirements of the EBO into their CBA upon amendment, extension, or other modification of the CBA.

□……. Health benefits currently provided do not comply with the EBO. However, I will make the necessary changes to provide Equal Benefits upon my next Open Enrollment period which begins on (Date) .

□……. Our current company policies, i.e., family leave, bereavement leave, etc., do not comply with the provisions of the EBO. However, I will make the necessary modifications within three (3) months from the date of this affidavit.

SECTION 4. DECLARATION UNDER PENALTY OF PERJURY I understand that I am required to permit the City of Los Angeles access to and upon request, must provide certified copies of all company records pertaining to benefits, policies and practices for the purpose of investigation or to ascertain compliance with the Equal Benefits Ordinance. Furthermore, I understand that failure to comply with LAAC Section 10.8.2.1 et seq., Equal Benefits Ordinance may be deemed a material breach of any City contract by the Awarding Authority. The Awarding Authority may cancel, terminate or suspend in whole or in part, the contract; monies due or to become due under a contract may be retained by the City until compliance is achieved. The City may also pursue any and all other remedies at law or in equity for any breach. The City may use the failure to comply with the Equal Benefits Ordinance as evidence against the Contractor in actions taken pursuant to the provisions of the LAAC Section 10.40, et seq., Contractor Responsibility Ordinance. will comply with the Equal Benefits Ordinance requirements Company Name as indicated above prior to executing a contract with the City of Los Angeles and will comply for the entire duration of the contract(s). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of , in the year 20____, at , (City) (State)

Signature Mailing Address Name of Signatory (please print) City, State, Zip Code Title EIN/TIN

Page 99: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Ins

uran

ce

Page 100: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

INSURANCE REQUIREMENTS FOR LOS ANGELES WORLD AIRPORTS

NAME: ************************************ AGREEMENT / ACTIVITY: RFP (7588) – AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS

OPERATIONS AND MAINTENANCE SUPPORT AND SERVICES LAWA DIVISION: IT Administration The insured must maintain insurance coverage at limits normally required of its type operation; however, the following coverage noted with an "X" is the minimum required and must be at least the level of the limits indicated. All limits are per occurrence unless otherwise specified.

LIMITS

(X) Workers' Compensation/Employer's Liability Statutory

(X) Voluntary Compensation Endorsement (X) Waiver of Subrogation, specifically naming LAWA

(Please see attached supplement) (X) Commercial Automobile Liability - covering owned, non-owned & hired auto $1,000,000 CSL (X) Commercial General Liability, including the following coverage: $1,000,000

(X) Premises and Operations (X) Contractual (Blanket/Schedule) (X) Independent Contractors (X) Personal Injury (X) Products /Completed Operations (X) Additional Insured Endorsement, specifically naming LAWA (Please see attached supplement). ( ) Explosion, Collapse & Underground (required when work involves digging, excavation, grading or use of explosive materials.) ( ) Hangarkeepers Legal Liab. (At least at a limit of liability of $ 1 million)

Coverage for Hazardous Substances $ *** *** If exposure exists; must meet contractual requirements

CONTRACTOR SHALL BE HELD RESPONSIBLE FOR OWN OR HIRED EQUIPMENT AND SHALL HOLD AIRPORT HARMLESS FROM LOSS, DAMAGE OR DESTRUCTION TO SUCH EQUIPMENT.

INSURANCE COMPANIES WHICH DO NOT HAVE AN AMBEST RATING OF A- OR BETTER, AND HAVE A MINIMUM FINANCIAL SIZE OF AT LEAST 4, MUST BE REVIEWED FOR ACCEPTABILITY BY RISK MANAGEMENT.

PLEASE RETURN THIS FORM WITH EVIDENCE OF INSURANCE

Page 101: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

INSURANCE REQUIREMENTS FOR LOS ANGELES WORLD AIRPORTS (SUPPLEMENT)

The only evidence of insurance accepted will be either a Certificate of Insurance and/or a True and Certified copy of the policy. The following items must accompany the form of evidence provided:

• Endorsements:

1. Workers Compensation Waiver of Subrogation Endorsement

• WC 04 03 06 or similar 2. General Liability Additional Insured Endorsement

• ISO Standard Endorsements • Ongoing and products-completed operations

****All endorsements must specifically name in the schedule:

The City of Los Angeles, Los Angeles World Airports, its Board, and all of its officers, employees and agents.

A BLANKET/AUTOMATIC ENDORSEMENT AND/OR LANGUAGE ON A CERTIFICATE OF INSURANCE IS NOT ACCEPTABLE.

• A typed legible name of the Authorized Representative must accompany the signature on

the Certificate of Insurance and/or the True and Certified copy of the policy.

Page 102: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

February 4, 2010 1

Insurance

Contractor shall procure at its own expense, and keep in effect at all times during the term of this Agreement, the types and amounts of insurance specified herein. The specified insurance shall also, either by provisions in the policies or by endorsement attached to such policies, specifically name the City of Los Angeles, Los Angeles World Airports, its Board of Airport Commissioners (hereinafter referred to as “Board”), and all of its officers, employees, and agents, their successors and assigns, as additional insureds, against the area of risk described herein as respects Contractor’s acts or omissions in its operations, use and occupancy of the premises hereunder or other related functions performed by or on behalf of Contractor on Airport.

With respect to Workers’ Compensation, the Contractor shall, by specific endorsement, waive its right of subrogation against the City of Los Angeles, Los Angeles World Airports, its Board, and all of its officers, employees and agents, their successors and assigns.

Each specified insurance policy (other than Workers' Compensation and Employers' Liability and fire and extended coverages) shall contain a Severability of Interest (Cross Liability) clause which states, "It is agreed that the insurance afforded by this policy shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the company's liability," and a Contractual Endorsement which shall state, "Such insurance as is afforded by this policy shall also apply to liability assumed by the insured under this Agreement with the City of Los Angeles."

All such insurance shall be primary and noncontributing with any other insurance held by City's Department of Airport where liability arises out of or results from the acts or omissions of Contractor, its agents, employees, officers, assigns, or any person or entity acting for or on behalf of Contractor.

Such policies may provide for reasonable deductibles and/or retentions acceptable to the Executive Director of the Department of Airport (hereinafter referred to as "Executive Director") based upon the nature of Contractor's operations and the type insurance involved.

City shall have no liability for any premiums charged for such coverage(s). The inclusion of City, its Department of Airports, its Board, and all of its officers, employees and agents, and their agents and assigns, as insureds, is not intended to, and shall not, make them, or any of them a partner or joint venture with Contractor in its operations at Airport.

In the event Contractor fails to furnish City evidence of insurance and maintain the insurance as required, City, upon ten (10) day prior written notice to comply, may (but shall not be required to) procure such insurance at the cost and expense of Contractor, and Contractor agrees to promptly reimburse City for the cost thereof plus fifteen percent (15%) for administrative overhead.

At least ten (10) days prior to the expiration date of any of the above policies, documentation showing that the insurance coverage has been renewed or extended shall be filed with City. If such coverage is canceled or reduced, Contractor shall, within fifteen (15) days of such cancellation or reduction of coverage, file with City evidence that the required insurance has been reinstated or provided through another insurance company or companies.

Contractor shall provide proof of all specified insurance and related requirements to City either by production of the actual insurance policy(ies), by a broker’s letter acceptable to the Executive Director in both form and content in the case of foreign insurance syndicates, or by other written evidence of insurance acceptable to the Executive Director. The documents evidencing all specific coverages shall be filed with City prior to Contractor occupying the premises hereunder. The documents shall contain the applicable policy number, the inclusive dates of policy coverages and the insurance carrier’s name, shall bear signature and the typed name of an authorized representative of said carrier, and shall provide that such insurance shall not be subject to cancellation, reduction in coverage or nonrenewal except after written notice by certified mail, return receipt requested, to the City Attorney of the City of Los Angeles at least thirty (30) days prior to the effective date thereof.

City and Contractor agree that the insurance policy limits specified herein shall be reviewed for adequacy annually throughout the term of this Agreement by Executive Director, who may thereafter require Contractor to adjust the amounts of insurance coverage to whatever amount Executive Director deems to be adequate. City reserves the right to have submitted to it, upon request, all pertinent information about the agent and carrier providing such insurance.

City Held Harmless

To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City and any and all of City’s Boards, officers, agents, employees, assigns and successors in interest from and against any and all suits, claims, causes of action, liability, losses, damages, demands or expenses (including, but not limited to, attorney’s fees and costs of litigation), claimed by anyone (including Contractor and/or Contractor’s agents or employees) by reason of injury to, or death of, any person(s) (including Contractor and/or Contractor’s agents or employees), or for damage to, or destruction of, any property (including property of Contractor and/or Contractor’s agents or employees) or for any and all other losses, founded upon or alleged to arise out of, pertain to, or relate to the Contractor’s and/or Sub-Contractor’s performance of the Contract, whether or not contributed to by any act or omission of City, or of any of City’s Boards, officers, agents or employees. Provided, however, that where such suits, claims, causes of action, liability, losses, damages, demands or expenses arise from or relate to Contractor’s performance of a “Construction Contract” as defined by California Civil Code section 2783, this paragraph shall not be construed to require Contractor to indemnify or hold City harmless to the extent such suits, causes of action, claims, losses, demands and expenses

Page 103: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

February 4, 2010 2

are caused by the City’s sole negligence, willful misconduct or active negligence. Provided further that where such suits, claims, causes of action, liability, losses, damages, demands or expenses arise from Consultant’s design professional services as defined by California Civil Code section 2782.8, Consultant’s indemnity obligations shall be limited to allegations, suits, claims, causes of action, liability, losses, damages, demands or expenses arising out of, pertaining to, or relating to the Consultant’s negligence, recklessness or willful misconduct in the performance of the Contract.

In addition, Contractor agrees to protect, defend, indemnify, keep and hold harmless City, including its Boards, Departments and City’s officers, agents, servants and employees, from and against any and all claims, damages, liabilities, losses and expenses arising out of any threatened, alleged or actual claim that the end product provided to LAWA by Contractor violates any patent, copyright, trade secret, proprietary right, intellectual property right, moral right, privacy, or similar right, or any other rights of any third party anywhere in the world. Contractor agrees to, and shall, pay all damages, settlements, expenses and costs, including costs of investigation, court costs and attorney’s fees, and all other costs and damages sustained or incurred by City arising out of, or relating to, the matters set forth above in this paragraph of the City’s “Hold Harmless” agreement.

In Contractor’s defense of the City under this Section, negotiation, compromise, and settlement of any action, the City shall retain discretion in and control of the litigation, negotiation, compromise, settlement, and appeals there from, as required by the Los Angeles City Charter, particularly Article II, Sections 271, 272 and 273 thereof.

Survival of Indemnities. The provisions of this City Held Harmless Section shall survive the termination of this Agreement.

Hazardous and Other Regulated Substances

(a) Contractor agrees to accept sole responsibility for full compliance with any and all applicable present and future rules, regulations, restrictions, ordinances, statutes, laws and/or other orders of any governmental entity regarding the use, storage, handling, distribution, processing and/or disposal of hazardous wastes, extremely hazardous wastes, hazardous substances, hazardous materials, hazardous chemicals, toxic chemicals, toxic substances, pollutants, contaminants or other similarly regulated substances (hereinafter referred to as "hazardous substances") regardless of whether the obligation for such compliance or responsibility is placed on the owner of the land, on the owner of any improvements on the premises, on the user of the land or on the user of the improvements. Said hazardous substances shall include, but shall not be limited to, gasoline, aviation, diesel and jet fuels, lubricating oils and solvents. Contractor agrees that any damages, penalties or fines levied on City and/or Contractor as a result of noncompliance with any of the above shall be the sole responsibility of Contractor and further, that Contractor shall indemnify and pay and/or reimburse City for any damages, penalties or fines that City pays as a result of noncompliance with the above.

(b) In the case of any hazardous substance spill, leak, discharge or improper storage on the premises or contamination of same by any person, Contractor agrees to make or cause to be made any necessary repairs or corrective actions as well as to clean up and remove any leakage, contamination or contaminated ground. In the case of any hazardous substance spill, leak, discharge or contamination by Contractor or its employees, servants, agents, contractors or subcontractors which affects other property of City or its tenants' property, Contractor agrees to make or cause to be made any necessary corrective actions to clean up and remove any spill, leakage or contamination to the satisfaction of Executive Director. If Contractor fails to repair, cleanup, properly dispose of or take any other corrective actions as required herein, City may (but shall not be required to) take all steps it deems necessary to properly repair, clean up or otherwise correct the conditions resulting from the spill, leak or contamination. Any such repair, clean-up or corrective actions taken by City shall be at Contractor's sole cost and expense and Contractor shall indemnify and pay for and/or reimburse City for any and all costs (including any administrative costs) City incurs as a result of any repair, clean-up or corrective action it takes.

(c) If Contractor installs or uses already installed underground storage tanks, pipelines or other improvements on the specified premises for the storage, distribution, use , treatment or disposal of any hazardous substances, Contractor agrees, upon the expiration and/or termination of this Consent, to remove and/or clean up, at the sole option of Executive Director, the above-referred to improvements. Said removal and/or clean-up shall be at Contractor's sole cost and expense and shall be undertaken and completed in full compliance with all federal, state and local laws and regulations, as well as with the reasonable directions of Executive Director.

(d) Contractor shall promptly supply City with copies of all notices, reports, correspondence and submissions made by Contractor to any governmental entity regarding any hazardous substance spill, leak, discharge or clean-up including all test results.

(e) This Section and the obligation therein shall survive the expiration or earlier termination of this Consent to Agreement.

Page 104: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 105: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Mun

icip

al L

obby

ing

Ord

inan

ce

Page 106: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 107: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term
Page 108: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

SM

ALL

BU

SIN

ES

S E

NTE

RPR

ISE

PR

OG

RA

M

Page 109: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

SBE AFFIDAVIT REQUIRED OF ALL PROPOSERS/BIDDERS

(This Affidavit will become part of the contract for the selected Proposer/Bidder)

The City of Los Angeles, Los Angeles World Airports (LAWA) is committed to creating an environment that provides all individuals and businesses open access to the business opportunities available at LAWA. LAWA’s Small Business Enterprise (SBE) Program was created to provide additional opportunities for small businesses to participate in LAWA contracts.

MANDATORY SBE PARTICIPATION LEVEL:

This Project has a mandatory SBE participation level of 10%. If awarded the contract, the selected Proposer/Bidder commits to achieving % SBE participation on the Project (the “SBE Subcontract amount”).

The selected Proposer/Bidder’s SBE achievement level will be calculated at the end of the contract term.

SUBCONTRACTORS:

The selected Proposer/Bidder will be required to comply with California’s “Subletting and Subcontracting Fair Practices Act” (Public Contract Code Sections 4100 et seq.) (www.leginfo.ca.gov/cgi-bin/calawquery?codesection=pcc&codebody=&hits=20).

Any reduction, increase, or other change to the SBE Subcontract amount without prior written approval of Procurement Services Division (PSD) is considered an Unauthorized Subcontractor Substitution, and the selected Proposer/Bidder may be subject to a penalty. A subcontract dollar value increased or reduced as the result of a Change Order issued by LAWA to add or delete from the original scope of work shall not be subject to a penalty for an Unauthorized Subcontractor Substitution.

Only PSD is authorized to grant either initial approval of SBE Subcontractor(s) or SBE Subcontractor substitution(s).

Proposers/Bidders must list all Subcontractors on LAWA’s Subcontractor Participation Plan and include all requested information.

PENALTIES:

Violation of the SBE Program Rules and Regulations (http://www.lawa.org/welcome_LAWA.aspx?id=146) may result in a penalty of as much as 10% of the unpaid/underpaid amount of the Subcontract(s) involved.

At the end of each project, LAWA may withhold as disputed funds 15% of the total dollar value of all subcontract(s) that appear to be in violation of the SBE Program and 15% of the total dollar value of all subcontract(s) where work was performed on the project without, or prior to, approval by LAWA.

REPORTING REQUIREMENTS:

The selected Proposer/Bidder shall submit to LAWA, on a monthly basis, together with its invoice the Subcontractor Utilization Report listing the SBE subcontractors utilized during the reporting period. LAWA will not process or pay selected Proposer/Bidder’s subsequent invoices if the Subcontractor Utilization Reports are not submitted with the monthly invoice.

The Contractor must submit the Final Subcontracting Report to PSD within fifteen (15) calendar days after a request for the report by PSD. Failure to comply shall result in the assessment of liquidated damages in the amount of $100.00 per day by LAWA.

CERTIFICATION

The Bidder/Proposer certifies that it/he/she has read and understood the SBE Program Rules and Regulations (located at http://www.lawa.org/welcome_LAWA.aspx?id=146) and further certifies that, if awarded the Contract, it/he/she shall fully comply with LAWA’s SBE Program.

Company Name, Address and Phone Number Signature of Officer or other Authorized Representative Date Print Name and Title of Officer or Other Authorized Representative Project Title

Page 110: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Rev1/29/16

LOS ANGELES WORLD AIRPORTS (LAWA) SMALL BUSINESS ENTERPRISE (SBE) PROGRAM

FREQUENTLY ASKED QUESTIONS

1. What is an SBE? LAWA defines an SBE as an independently-owned and operated business that meets the criteria set forth by:

• The Federal Small Business Administration (SBA) 8(a) Business Development Program or

• The State of California Small Business (SB) Program LAWA will apply the larger of the Federal SBA 8(a) Program or the State of California SB Program size standard for businesses applying for LAWA’s SBE status. For information regarding the size standards used by the Federal SBA 8(a) Business Development Program, see www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf. The State of California defines an SB as a business with 100 or fewer employees with average annual gross receipts of $14 million or less over the last three years.

If your firm is currently certified with one of the following agencies, LAWA will automatically consider your firm as an SBE:

CERTIFYING AGENCY CERTIFICATION ACCEPTED BY LAWA AS SBE?

Federal Small Business Administration (SBA) SBA 8(a) Business Devpt. Program Yes

State of California Department of General Services (DGS) SB, MB (micro) Yes

California Department of Transportation (CALTRANS) SMBE, SWBE, DBE Yes

L.A. County Metropolitan Transportation Authority (METRO) SBE, DBE Yes California Unified Certification Program (CUCP) Agencies: • Central Contra Costa Transit Authority (CCCTA) • City of Fresno • City of Los Angeles • San Diego County Regional Airport Authority (SAN) • San Francisco Bay Area Rapid Transit District (BART) • San Francisco International Airport (SFO) • San Francisco Municipal Transportation Agency (SFMTA) • San Mateo County Transit District (SAMTRANS) • Santa Clara Valley Transportation Authority (VTA) • Yolo County Transportation District (YOLOBUS)

DBE* Yes

US Women’s Chamber of Commerce (USWCC) WOSB, EDWOSB Yes Women’s Business Enterprise Council WEST (WBEC-WEST) WOSB Yes

National Women Business Owners Corporation (NWBOC) WOSB, EDWOSB Yes

City of Los Angeles SLB Yes *DBE-certified companies for all of the bulleted agencies can be found in one central database: http://californiaucp.org/

Page 111: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Rev1/29/16

2. I am certified as an SBE by the Harbor Department (Port of Los Angeles). Will LAWA accept that certification?

No. LAWA requires an in-depth application process, whereas the Harbor Department uses an Affidavit; therefore, firms must obtain LAWA certification as an SBE or have the appropriate certification from one of the agencies in the above chart in order to receive SBE participation credit. To obtain a LAWA SBE application, please call (213) 847-2644 or (213) 847-2650.

3. If I am an SBE, how does my participation count?

If the prime contractor is an SBE, the prime’s participation in the contract will count as 100% SBE. If the SBE prime contractor also utilizes SBE subcontractors, the total SBE participation will be counted as 100% SBE.

4. If I am awarded a contract with an SBE participation level, can I be penalized for failing to meet my pledged SBE level?

Yes. The SBE Program is a mandatory program; therefore, the SBE participation level pledged by the prime contractor will become part of the contract. The prime contractor may be assessed a penalty of not more than ten percent (10%) of the unpaid/underpaid amount of the Subcontract(s) involved. Prime contractors must receive written approval from LAWA’s Procurement Services Division for any reduction, increase, or other change to any SBE Subcontract amount. If an SBE subcontractor’s scope of work is reduced or eliminated as a result of a Change Order issued by LAWA, the resulting change in the SBE participation will not be subject to a penalty.

5. How does LAWA track my SBE participation level?

Prime contractors will be required to submit monthly Subcontractor Utilization forms to LAWA’s Procurement Services Division (PSD). At the end of the contract, the prime contractor will submit a Final Subcontracting Report to PSD indicating the dollar amounts paid to each subcontractor. PSD will verify with the subcontractors the amount of compensation paid to them.

6. How can I find certified SBEs?

LAWA uses the following databases for SBE certification verification: • State of California: https://caleprocure.ca.gov/pages/PublicSearch/supplier-search.aspx • California Unified Certification Program: http://www.dot.ca.gov/hq/bep/find_certified.htm • California Dept. of Transportation: http://www.dot.ca.gov/ucp/GetLicenseForm.do • L.A. County Metropolitan Transportation Authority:

http://smallbusinessquery.metro.net/pages/naics_lookup.aspx • City of Los Angeles: http://bca.lacity.org/index.cfm?nxt=slb&nxt_body=slbindex.cfm • Los Angeles World Airports: http://www.lawa.org/uploadedFiles/LAWA/Business/SBE_Directory.pdf

7. If LAWA’s SBE certification is good for one year and a contract is three years long, what happens?

If you are SBE-certified by one of the recognized agencies listed on page 1, your certification will be valid as long as that agency deems your firm SBE-certified. If you are SBE-certified by LAWA, the certification is good for one year, and your firm’s certification can be renewed annually through a simple update process: Your firm will submit a one-page affidavit attesting that your firm continues to meet all of the requirements and also submit one year’s tax returns and/or wage reports to verify the size standard.

8. If a prime is assessed a 10% penalty, to whom is the penalty paid?

LAWA’s Board of Airport Commissioners has the authority to assess the penalty, and it will be paid to LAWA.

Page 112: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Revised 12/02/2015

ATTENTION BIDDERS/PROPOSERS: The project you are bidding/proposing on has a mandatory SBE participation level. If you, as the Prime contractor, are SBE certified by one of the agencies listed below, your participation will count as 100% SBE. If you are SBE certified and you propose to use SBE subcontractors, the total SBE participation will be counted as 100% SBE. If you are not an SBE, but you intend to use certified SBE subcontractor(s) on the project, you will receive SBE credit from LAWA equivalent to the percentage of work given to the SBE subcontractor(s). If a firm is currently certified with one of the following agencies, LAWA will automatically consider the firm as an SBE:

CERTIFYING AGENCY CERTIFICATION ACCEPTED BY LAWA AS SBE?

Federal Small Business Administration (SBA) SBA 8(a) Business Devpt. Program Yes

State of California Department of General Services (DGS) SB, MB (micro) Yes

California Department of Transportation (CALTRANS) SMBE, SWBE, DBE Yes

L.A. County Metropolitan Transportation Authority (METRO) SBE, DBE Yes • Central Contra Costa Transit Authority (CCCTA) • City of Fresno • City of Los Angeles • San Diego County Regional Airport Authority (SAN) • San Francisco Bay Area Rapid Transit District (BART) • San Francisco International Airport (SFO) • San Francisco Municipal Transportation Agency (SFMTA) • San Mateo County Transit District (SAMTRANS) • Santa Clara Valley Transportation Authority (VTA) • Yolo County Transportation District (YOLOBUS)

DBE Yes

US Women’s Chamber of Commerce (USWCC) WOSB, EDWOSB Yes

Women’s Business Enterprise Council WEST (WBEC-WEST) WOSB Yes

National Women Business Owners Corporation (NWBOC) WOSB, EDWOSB Yes

City of Los Angeles SLB Yes IMPORTANT: If you and/or your subcontractors are SBE certified, please submit a copy of the certification with your bid/proposal. Further, you must ensure that the specific categories of work that you or the SBE subcontractors will perform on the project are relevant to the NAICS (North American Industry Classification System) codes for which you/ they were certified in order for you to receive SBE participation credit from LAWA.

Page 113: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Page 1 of 4

Revised 7/29/14

SUBCONTRACTOR PARTICIPATION PLAN

ATTENTION: You must list ALL subcontractors, regardless of their dollar amount or percent proposed, and regardless of whether they are certified or not.

Project Title: __________________________________________________

BIDDER/PROPOSER COMPANY INFORMATION PROFILE INFORMATION BID/PROPOSAL AMOUNT DESCRIPTION OF PROJECT SERVICES NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS:

SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS:

Page 114: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Page 2 of 4

Revised 7/29/14

SUBCONTRACTOR PARTICIPATION PLAN

SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS:

Page 115: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Page 3 of 4

Revised 7/29/14

SUBCONTRACTOR PARTICIPATION PLAN

SUBCONTRACTOR COMPANY INFORMATION PROFILE INFORMATION $ PROPOSED % PROPOSED DESCRIPTION OF PROJECT SERVICES NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS: NAME: GROUP:

ADDRESS: ETHNICITY: CITY/STATE/ZIP: GENDER: CONTACT NAME: CERTIFYING AGENCY: TELEPHONE NO: CERT EXPIRATION DATE: EMAIL: VENDOR OR FEDERAL ID: NAICS:

I certify under the penalty of perjury that the information contained on this form is true and correct and that the firms listed are the subcontractors that will be utilized if this contract is awarded to the above prime contractor. I agree to comply with any applicable provisions for additions and substitutions, and I further understand and agree that any and all changes or substitutions must be authorized by LAWA Procurement Services Division prior to their implementation.

Participation Level Proposed by Bidder/Proposer:

______%

SBE M/WBE DBE ACDBE

SIGNATURE DATE

Participation Level or Goal Stated in the Request for Bid/Proposal: ______%

SBE M/WBE DBE ACDBE NAME TITLE PHONE

Page 116: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Page 4 of 4

Revised 7/29/14

INSTRUCTIONS TO COMPLETE THE SUBCONTRACTOR PARTICIPATION PLAN

ATTENTION: You must list ALL subcontractors, regardless of their dollar amount or percent proposed, and regardless of whether they are certified or not. When filling out information on this form, if additional space is needed you may add spaces within the field names. You may also delete or add pages, as needed.

Project Title – The name or designation of the project at the time of bid or proposal.

Bid/Proposal Amount – Total amount bidder/proposer proposed for the project. Company Information – The complete name, address, phone number (including area code), email and contact person of each SBE/MBE/WBE/DBE/ACDBE/OBE subcontractor, vendor or supplier must be provided for the bidder/proposer and proposed subcontractor. Insert the following codes (underlined) in the appropriate spaces for the bidder/proposer and all subcontractors.

• Group – SBE, MBE, WBE, DBE, ACDBE, OBE* • Agency – Certifying Agency (CUCP, City of Los Angeles,

CALTRANS, Metro, SCMBDC, SBA, DGS, WBEC-WEST) • Ethnicity – African American, Hispanic American, Native American,

Asian-Pacific Islander, Subcontinent Asian Indian, Asian American, Aleut, Eskimo, Caucasian

• Gender – Male, Female • NAICS – North American Industry Classification System listed at

http://www.census.gov/epcd/www/naics.html Please note that in order to receive participation credit, SBE/MBE/WBE/DBE/ACDBE firms listed on this form must be certified at the time of bid/proposal submission. *Any firm that is not certified as an SBE/MBE/WBE/DBE/ACDBE is considered an OBE (Other Business Enterprise).

Description of Project Services – A brief description of the work the bidder/proposer or subcontractor will perform. NAICS – In order to receive credit for SBE/MBE/WBE/DBE/ACDBE participation, the subcontractor must be certified in the NAICS code for the specific work they will perform on the contract. Amount Proposed – Indicate the anticipated amount to be paid the subcontractor over the term of the contract. Proposed Percentage – Calculate the subcontractor’s share of the contract by dividing the Subcontractors Proposed Amount by the Bid/Proposal Amount. Please note: If the subcontractor is a regular dealer/supplier as defined in Code of Federal Regulations, Title 49, Part 26.55(e), only 60 percent of the Amount Proposed can be used in this calculation. Signature/Date – This form must be signed by a responsible person capable of committing the firm contractually. Participation Level Proposed by Bidder/Proposer – Indicate the level of SBE/MBE/WBE/DBE/ACDBE participation proposed by Bidder/Proposer. Level of Participation or Goal Stated in the Request for Bid/Proposal – The SBE/MBE/WBE/DBE/ACDBE level or goal established by PSD for the Request for Bid/Proposal. For information regarding the certification process, please call the Department of Public Works, Bureau of Contract Compliance (213-847-1922).

Page 117: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

ATTACHMENT 1

(The following administrative requirements are language only for your information. There are no forms to be submitted.)

Page 118: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Affi

rmat

ive

Act

ion

Page 119: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

AFFIRMATIVE ACTION Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Sections 10.8. et seq. and the Board of Airport Commissioners Resolution No. 23772, it is the policy of the City of Los Angeles to require each person or entity contracting for goods or services to comply with the Non-discrimination, Equal Employment Practices, and Affirmative Action Program provisions of the City of Los Angeles. All Bidders/Proposers must agree to adhere to the Non-Discrimination provision, designate an Equal Employment Opportunity Officer and provide his/her contact info in the Vendor Identification Form enclosed in this administrative requirements package.

Page 120: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

1

Los Angeles Administrative Code, Division 10, Chapter 1, Article 1, Sections 10.8-10.13

Sec. 10.8. Mandatory Provisions Pertaining to Non-discrimination in Employment in the Performance of City Contracts.

The City of Los Angeles, in letting and awarding contracts for the provision to it or on its behalf of goods or services of any kind or nature, intends to deal only with those contractors that comply with the non-discrimination and Affirmative Action provisions of the laws of the United States of America, the State of California and the City of Los Angeles. The City and each of its awarding authorities, shall therefore require that any person, firm, corporation, partnership or combination thereof, that contracts with the City for services, materials or supplies, shall not discriminate in any of its hiring or employment practices, shall comply with all provisions pertaining to nondiscrimination in hiring and employment, and shall require Affirmative Action Programs in contracts in accordance with the provisions of this Code. The awarding authority and/or Office of Contract Compliance of the Department of Public Works shall monitor and inspect the activities of each such contractor to determine that they are in compliance with the provisions of this chapter.

Although in accordance with Section 22.359 of this Code, the Board of Public Works, Office of Contract Compliance, is responsible for the administration of the City’s Contract Compliance Program, accomplishing the intent of the City in contract compliance and achieving nondiscrimination in contractor employment shall be the continuing responsibility of each awarding authority. Each awarding authority shall use only the rules, regulations and forms provided by the Office of Contract Compliance to monitor, inspect or investigate contractor compliance with the provisions of this chapter.

Each awarding authority shall provide immediate notification upon award of each contract by that awarding authority to the Office of Contract Compliance. Each awarding authority shall call upon the Office of Contract Compliance to review, evaluate and recommend on any contractual dispute or issue of noncompliance under the provisions of this chapter. The Office of Contract Compliance shall be notified by each awarding authority of any imminent announcement to bid, to allow the Office of Contract Compliance the opportunity to participate with the awarding authority in the monitoring, review, evaluation, investigation, audit and enforcement of the provisions of this chapter in accordance with the rules, regulations and forms promulgated to implement the City’s Contract Compliance, Equal Employment Opportunity Program.

Section History: Based on Ord. No. 132,533, Eff. 7-25-66; Amended by: Ord. No. 147,030, Eff. 4-28-75; Ord. No. 173,186, Eff. 5-22-00.

Sec. 10.8.1. Definitions.

The following definitions shall apply to the following terms used in this article:

“Awarding Authority” means any Board or Commission of the City of Los Angeles, or any authorized employee or officer of the City of Los Angeles, including the Purchasing Agent of the City of Los Angeles, who makes or enters into any contract or agreement for the provision of any goods or services of any kind or nature whatsoever for or on behalf of the City of Los Angeles.

“Contract” means any agreement, franchise, lease, or concession, including agreements for any occasional professional or technical personal services, for the performance of any work or service, the provision of any materials or supplies, or the rendition of any service to the City of Los Angeles or to the public, which is let, awarded or entered into with, or on behalf of, the City of Los Angeles or any awarding authority thereof.

“Contractor” means any person, firm, corporation, partnership, or any combination thereof, who submits a bid or proposal or enters into a contract with any awarding authority of the City of Los Angeles.

“Domestic partners” means, for purposes of this Article, any two adults, of the same or different sex, who have registered with a governmental entity pursuant to state or local law authorizing this registration or with a internal registry maintained by an employer of at least one of the domestic partners.

“Employment Practices” means any solicitation of, or advertisement for, employees, employment, change in grade or work assignment, assignment or change in place or location of work, layoff, suspension, or termination of employees, rate of pay or other form of compensation including vacation, sick and compensatory time, selection for training, including apprenticeship programs, any and all employee benefits and activities, promotion and upgrading, and any and all actions taken to discipline employees for infractions of work rules or employer requirements.

“Office of Contract Compliance” is that office of the Department of Public Works of the City of Los Angeles created by Article X of Chapter 13 of Division 22 of the Los Angeles Administrative Code.

“Subcontractor” means any person, firm or corporation or partnership, or any combination thereof who enters into a contract with a contractor to perform or provide a portion or part of any contract with the City.

Section History: Amended by: Ord. No. 147,030, Eff. 4-28-75; “Affirmative Action,” Ord. No. 164,516, Eff. 4-13-89; “Affirmative Action,” Ord. No. 168,244, Eff. 10-18-92; “Domestic partners” added, Ord. No. 172,909, Eff. 1-9-00; first two definitions deleted, Ord. No. 173,186, Eff. 5-22-00; “Domestic partners,” Ord. No. 175,115, Eff. 4-12-03.

Sec. 10.8.1.1. Summary of Thresholds.

The following thresholds will be used to determine the non-discrimination and affirmative action requirements set forth in this chapter for each type of contract.

Non-discrimination Practices as outlined in Section 10.8.2 of this Code, apply to all contracts.

Equal Employment Practices as outlined in Section 10.8.3 of this Code, apply to all construction contracts of $1,000 or more and all non-construction contracts of $1,000 or more.

Affirmative Action Program as outlined in Sections 10.8.4 and 10.13 of this Code, applies to all Construction Contracts of $5,000 or more and all non-Construction Contracts of $100,000 or more.

Section History: Added by Ord. No. 173,186, Eff. 5-22-00.

Sec. 10.8.2. All Contracts: Non-discrimination Clause.

Notwithstanding any other provision of any ordinance of the City of Los Angeles to the contrary, every contract which is let, awarded or entered into with or on behalf of the City of Los

Page 121: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

2

Angeles, shall contain by insertion therein a provision obligating the contractor in the performance of such contract not to discriminate in his or her employment practices against any employee or applicant for employment because of the applicant’s race, religion, national origin, ancestry, sex, sexual orientation, age, disability, marital status, domestic partner status, or medical condition. All contractors who enter into such contracts with the City shall include a like provision in all subcontracts awarded for work to be performed under the contract with the City. Failure of the contractor to comply with this requirement or to obtain the compliance of its subcontractors with such obligations shall subject the contractor to the imposition of any and all sanctions allowed by law, including but not limited to termination of the contractor’s contract with the City.

Section History: Added by Ord. No. 172,908, Eff. 1-9-00; Amended by: Ord. No. 173,054, Eff. 2-27-00; Ord. No. 173,058, Eff. 3-4-00; Ord. No. 173,142, Eff. 3-30-00; Ord. No. 173,285, Eff. 6-26-00, Oper. 7-1-00; In Entirety, Ord. No. 175,115, Eff. 4-12-03; Subsec. (b)(7), Ord. No. 176,155, Eff. 9-22-04.

Sec. 10.8.3. Equal Employment Practices Provisions.

Every non-construction contract with or on behalf of the City of Los Angeles for which the consideration is $1,000 or more, and every construction contract for which the consideration is $1,000 or more, shall contain the following provisions, which shall be designated as the EQUAL EMPLOYMENT PRACTICES provision of such contract:

A. During the performance of this contract, the contractor agrees and represents that it will provide equal employment practices and the contractor and each subcontractor hereunder will ensure that in his or her employment practices persons are employed and employees are treated equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status or medical condition.

1. This provision applies to work or service performed or materials manufactured or assembled in the United States.

2. Nothing in this Section shall require or prohibit the establishment of new classifications of employees in any given craft, work or service category.

3. The contractor agrees to post a copy of Paragraph A hereof in conspicuous places at its place of business available to employees and applicants for employment.

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

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

D. The contractor shall permit access to and may be required to provide certified copies of all of his or her records

pertaining to employment and to employment practices by the awarding authority or the Office of Contract Compliance for the purpose of investigation to ascertain compliance with the Equal Employment Practices provisions of City contracts. On their or either of their request the contractor shall provide evidence that he or she has or will comply therewith.

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

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

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

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

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

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

K. Equal Employment Practices shall, without limitation as to the subject or nature of employment activity, be concerned with such employment practices as:

1. Hiring practices;

2. Apprenticeships where such approved programs are functioning, and other on-the-job training for non-apprenticeable occupations;

3. Training and promotional opportunities; and

Page 122: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

3

4. Reasonable accommodations for persons with disabilities.

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

Section History: Amended by: Ord. No. 147,030, Eff. 4-28-75; Paragraphs A., B., C., Ord. No. 164,516, Eff. 4-13-89; Paragraphs C., Ord. No. 168,244, Eff. 10-18-92; Ord. No. 173,186, Eff. 5-22-00; Subsec. F Ord. No. 173,285, Eff. 6-26-00, Oper. 7-1-00.

Sec. 10.8.4. Affirmative Action Program Provisions.

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

A. During the performance of a City contract, the contractor certifies and represents that the contractor and each subcontractor hereunder will adhere to an affirmative action program to ensure that in its employment practices, persons are employed and employees are treated equally and without regard to or because of race, religion, ancestry, national origin, sex, sexual orientation, age, disability, marital status or medical condition.

1. This provision applies to work or services performed or materials manufactured or assembled in the United States.

2. Nothing in this section shall require or prohibit the establishment of new classifications of employees in any given craft, work or service category.

3. The contractor shall post a copy of Paragraph A hereof in conspicuous places at its place of business available to employees and applicants for employment.

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

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

D. The contractor shall permit access to and may be required to provide certified copies of all of its records pertaining to employment and to its employment practices by

the awarding authority or the Office of Contract Compliance, for the purpose of investigation to ascertain compliance with the Affirmative Action Program provisions of City contracts, and on their or either of their request to provide evidence that it has or will comply therewith.

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

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

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

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

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

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

K. The contractor shall submit an Affirmative Action Plan which shall meet the requirements of this chapter at the time it submits its bid or proposal or at the time it registers to do business with the City. The plan shall be subject to approval by the Office of Contract Compliance prior to award of the contract. The awarding authority may also require contractors and suppliers to take part in a pre-registration, pre-bid, pre-proposal, or pre-award conference in order to develop, improve

Page 123: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

4

or implement a qualifying Affirmative Action Plan. Affirmative Action Programs developed pursuant to this section shall be effective for a period of twelve months from the date of approval by the Office of Contract Compliance. In case of prior submission of a plan, the contractor may submit documentation that it has an Affirmative Action Plan approved by the Office of Contract Compliance within the previous twelve months. If the approval is 30 days or less from expiration, the contractor must submit a new Plan to the Office of Contract Compliance and that Plan must be approved before the contract is awarded.

(1) Every contract of $5,000 or more which may provide construction, demolition, renovation, conservation or major maintenance of any kind shall in addition comply with the requirements of Section 10.13 of the Los Angeles Administrative Code.

(2) A contractor may establish and adopt as its own Affirmative Action Plan, by affixing his or her signature thereto, an Affirmative Action Plan prepared and furnished by the Office of Contract Compliance, or it may prepare and submit its own Plan for approval.

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

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

1. Apprenticeship where approved programs are functioning and other on-the-job training for non-apprenticeable occupations;

2. Classroom preparation for the job when not apprenticeable;

3. Pre-apprenticeship education and preparation;

4. Upgrading training and opportunities;

5. Encouraging the use of contractors, subcontractors and suppliers of all racial and ethnic groups, provided, however, that any contract subject to this ordinance shall require the contractor, subcontractor or supplier to provide not less than the prevailing wage, working conditions and practices generally observed in private industries in the contractor’s, subcontractor’s or supplier’s geographical area for such work;

6. The entry of qualified women, minority and all other journeymen into the industry; and

7. The provision of needed supplies or job conditions to permit persons with disabilities to be employed, and minimize the impact of any disability.

N. Any adjustments which may be made in the contractor’s or supplier’s work force to achieve the requirements of the City’s Affirmative Action Contract

Compliance Program in purchasing and construction shall be accomplished by either an increase in the size of the work force or replacement of those employees who leave the work force by reason of resignation, retirement or death and not by termination, layoff, demotion or change in grade.

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

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

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

Section History: Amended by Ord. No. 147,030, Eff. 4-28-75; Paragraphs A., B., C., Ord. No. 164,516, Eff. 4-13-89; Paragraphs B. and C., Ord. No. 168,244, Eff. 10-18-92; Title and Section, Ord. No. 173,186, Eff. 5-22-00; Subsec. F, Ord. No. 173,285, Eff. 6-26-00, Oper. 7-1-00.

Page 124: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

� A

ssig

nmen

t of A

nti-T

rust

Cla

ims

Page 125: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

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

Page 126: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

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

Page 127: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Chi

ld S

uppo

rt O

blig

atio

ns

Page 128: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

CHILD SUPPORT OBLIGATIONS Pursuant to the LAAC, Division 10, Chapter 1, Article 1, Section 10.10, contractors and subcontractors performing work for the City must comply with all reporting requirements and Wage and Earning Assignment Orders relative to legally mandated child support and certify that contractors/subcontractors will maintain such compliance throughout the term of the contract.

Page 129: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Sec. 10.10. Child Support Assignment Orders. a. Definitions.

1. Awarding Authority means a subordinate or component entity or person of the City (such as a City department or Board of Commissioners) that has the authority to enter into a contract or agreement for the provision of goods or services on behalf of the City of Los Angeles.

2. Contract means any agreement, franchise, lease or concession including an agreement for any occasional professional or technical personal services, the performance of any work or service, the provision of any materials or supplies, or the rendering of any service to the City of Los Angeles or to the public which is let, awarded or entered into with, or on behalf of, the City of Los Angeles or any awarding authority thereof.

3. Contractor means any person, firm, corporation, partnership or any combination thereof which submits a bid or proposal or enters into a contract with any awarding authority of the City of Los Angeles.

4. Subcontractor means any person, firm, corporation, partnership or any combination thereof who enters into a contract with a contractor to perform or provide a portion of any contract with the City.

5. Principal Owner means any person who owns an interest of 10 percent or more in a contractor or subcontractor as defined herein.

b. Mandatory Contract Provisions. Every contract that is let, awarded or entered into with or on behalf of the City of Los Angeles shall contain a provision obligating the contractor or subcontractor to fully comply with all applicable State and Federal employment reporting requirements for the contractor or subcontractor’s employees. The contractor or subcontractor will also be required to certify that the principal owner(s) thereof are in compliance with any Wage and Earnings Assignment Orders and Notices of Assignment applicable to them personally, that the contractor or subcontractor will fully comply with all lawfully served Wage and Earnings Assignment Orders and Notices of Assignments in accordance with California Family Code §§5230 et seq. and that the contractor or subcontractor will maintain such compliance throughout the term of the contract.

Failure of a contractor or subcontractor to comply with all applicable reporting requirements or to implement lawfully served Wage and Earnings Assignments or Notices of Assignment or failure of the principal owner(s) to comply with any Wage and Earnings Assignments or Notices of Assignment applicable to them personally shall constitute a default under the contract. Failure of the contractor or

subcontractor or principal owner thereof to cure the default within 90 days of notice of such default by the City shall subject the contract to termination.

c. Notice to Bidders. Each awarding authority shall be responsible for giving notice of the provisions of this ordinance to those who bid on, or submit proposals for, prospective contracts with the City.

d. Current Contractor Compliance. Within 30 days of the operative date of this ordinance, the City, through its operating departments, shall serve upon existing contractors a written request that they and their subcontractors (if any) comply with all applicable State and Federal employment reporting requirements for the contractor and subcontractor’s employees, that they certify that the principal owner(s) of the contractor and any subcontractor are in compliance with any Wage and Earnings Assignment Orders and Notices of Assignment applicable to them personally, that the contractor and subcontractor will fully comply with all lawfully served Wage and Earnings Assignment Orders and Notices of Assignments in accordance with California Family Code §§5230 et seq. and that the contractor and subcontractor will maintain such compliance throughout the term of the contract.

e. City’s Compliance with California Family Code. The City shall maintain its compliance with the provisions of California Family Code §§5230 et seq. and all other applicable law regarding its obligations as an employer to implement lawfully served Wage and Earnings Assignments and Notices of Assignment.

f. Report of Employees Names to District Attorney. 1. The City shall maintain its current practice of assisting the District Attorney’s support enforcement activities by annually reporting to the Los Angeles County District Attorney the names of all of its employees and retirees so that the District Attorney may identify those employees and retirees subject to Wage and Earnings Assignment Orders and Notices of Assignment and may establish court orders for support, where appropriate. Should the District Attorney so request it, the City will provide such information on a more frequent basis.

2. All applicants for employment with the City of Los Angeles will be asked to acknowledge their responsibility to comply with any court-ordered support obligations and will be advised of the City’s practice of assisting the District Attorney as described in the provisions of Subsection f.1., above.

SECTON HISTORY Added by Ord. No. 172,401, Eff.2-13-99.

Page 130: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Form to be completed by the selected proposer only

Firs

t Sou

rce

Hiri

ng

Page 131: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

FIRST SOURCE HIRING PROGRAM Pursuant to Resolution No. 22674 adopted by Board of Airport Commissioners on April 18, 2005, any contract awarded July 1, 2005 and thereafter shall be subject to the applicable provisions of the First Source Hiring Program (FSHP) for LAX airport jobs. This program will provide early access to targeted applicants for available LAX airport jobs, and employers will receive prompt, cost-free referrals of qualified and trained applicants. All Contractors, Lessees, Licensees, and Construction Contractors with non-trade jobs, with new, amended, or renewed contracts will be required to participate in this program. As such, the FSHP will be incorporated as a material term of all LAX airport contracts, lease agreements and licensing or permitting agreements. LAX employers with open non-construction positions must contact the FSHP, register their company and post their positions on the Applicant Tracking System (ATS) prior to posting their positions to the general public. Failure to comply with this contract provision may result in liquidated damages of $1,000.00. For additional information regarding First Source Hiring Program please contact: Business and Job Resources Center, First Source Hiring Program, 6053 W. Century Blvd., 3rd Floor, Los Angeles, CA 90045, (424) 646-7300, (424) 646-9257 fax., web: www.lawa.org/bjrc.

Page 132: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

LAWA First Source Hiring Program

Agile1_LAWA-FSHP_Employer Discovery Form_Rev. 08/15/14

NEW EMPLOYER REGISTRATION FORM

PLEASE RETURN FORM WITHIN 7 BUSINESS DAYS TO: Sontue Beacham <[email protected]>

Date: Click here to enter a date. Company Name: Completed By:

Web Address: Subsidiaries: related to LAWA contract

Industry at LAWA: Ex: Concession, cargo, etc. LAX Address (If Applicable) Corporate/Mailing Address (if different than LAX) Address 1: Address 1:

Address 2: Address 2:

City: City:

State & Zip: State & Zip:

Phone: Phone:

Primary Contact: Title:

Direct Line/Ext: Email Address:

Preferred Method of Communication: Phone, email, other

Please provide a contact who may be reached in your absence Alternate Contact: Title:

Direct Line/Ext: Email Address:

Preferred Method of Communication: Phone, email, other

How many locations do you have within the airport?

What are your operating hours for your LAX locations:

Does your company utilize an Applicant Tracking System?

What is your current process for filling open positions?

On average, how many jobs do you need filled per month?

Do any of your positions require any type of screening prior to hire? If yes, what type(s)?

Do you have “soft copy” MS Word versions of your job descriptions?

Does your company adhere to the Living Wage Ordinance? If not, why?

Please identify up to 5 users to access the system. Typically, users would include Human Resources, Hiring Managers, and Interviewers

Name 1 Phone#: Email:

Name 2 Phone#: Email:

Name 3 Phone#: Email:

Name 4 Phone#: Email:

Name 5 Phone#: Email:

Additional Information:

Page 133: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Li

ving

Wag

e/Se

rvic

e C

ontr

acto

r Wor

ker R

eten

tion

Ord

inan

ces

Page 134: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Living Wage and Service Contractor Worker Retention Ordinances (LWO/SCWRO)

Pursuant to LAAC, Division 10, Chapter 1, Article 11, Sections 10.36 et seq. and 10.37 et seq., it is the policy of the City of Los Angeles that successor contractors/subcontractors who have agreements with the City must comply with all applicable provisions of the Living Wage Ordinance (LWO) and Service Contract Worker Retention Ordinance (SCWRO).

Contracts subject to Service Contractor Worker Retention Ordinances, are required to comply with the following requirements in addition to the Living Wage Ordinance:

• Contractor agrees to offer to employ and retain for a 90-day period the employees who worked for at least 12 months for the terminated contractor/subcontractors earning less than $15.00 per hour.

• Contractor agrees to not discharge without cause the employees retained during the 90-day period.

• Contractor agrees to perform a written performance evaluation of each employee retained at the end of the 90-day period.

Documents:

Bidders/Proposers subject to LWO or LWO/SCWRO are not required to submit forms with the bid/proposal. The language pertaining to LWO and SCWRO compliance will be part of your contract with LAWA. All referenced documents below, can be located at:

www.lawa.org Business Opportunities Administrative Requirements LWO/SCWRO

• LWO and SCWRO Draft Contract Language • LWO Applicability for LAWA's Contractors and Tenants

Once the contract is executed, the prime contractor is required to complete the following forms within 30 days of contract execution and submit them to the Office of Contract Compliance:

• Employee Information Form • Subcontractor Information Form

The subcontractors are required to submit the Subcontractor's Declaration of Compliance to the prime within 90 days of subcontract execution.

Please follow the instructions on the forms for completion and submittal.

Page 135: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Exemptions:

There are exemptions from this ordinance. If bidder/proposer qualifies for any of them, he/she is required to complete and submit one of the following exemption forms at the bid/proposal due date:

• Collective bargaining agreement with supersession language or Occupational license

• 501(c)(3) Non-Profit Organizations or One-Person Contractors • Small Business (for lessees and licensees only) • City Financial Assistance Recipient (SCWRO Exemption Form)

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

Page 136: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

LIVING WAGE ORDINANCE Unless otherwise exempt in accordance with the provisions of the Living Wage Ordinance, Los Angeles Administrative Code Section 10.37 et seq., as amended from time to time (the “LWO”), (i) contractors under service contracts primarily for the furnishing of services to or for the City and that involve an expenditure or receipt in excess of $25,000 and a contract term of at least three (3) months, (ii) certain lessees and licensees of City property, and (iii) certain recipients of City financial assistance, shall comply with the provisions of the LWO. Generally, the LWO requirements are as follows: (i) Wages: employers shall pay its employees a wage of no less than the hourly rates set under the LWO; and (ii) Compensated Days Off: employers shall provide at least twelve (12) compensated days off per year for sick leave, vacation or personal necessity at the employee’s request, and employers shall also permit its employees to take at least an additional ten (10) days a year of uncompensated time to be used for sick leave for the illness of the employee or a member of his or her immediate family where the employee has exhausted his or her compensated days off for that year. On September 9, 2009, the Los Angeles City Council unanimously approved an amending ordinance to Living Wage that requires airport employers at all airports in the LAWA system to increase the hourly rate for health benefits of airport employees covered by LWO. For “Airport Employees,” the living wage rates, effective July 1, 2015, will increase to $11.17 per hour. Additionally, in accordance with Section 10.37.3(a) of the LWO, the health benefits are to be adjusted consistent with Section 10.37.2(a). Consequently, the health benefits will increase to $4.87 per hour or $16.04 per hour without health benefits. Compliance with LWO does not require any form to be submitted with the bid/proposal, however, if the Bidders/Proposers believe that they meet the qualifications for one of the LWO Statutory Exemptions (Collective bargaining agreement with supersession language or Occupational license; 501(c)(3) Non-Profit Organizations or One-Person Contractors; Small Business (for lessees and licensees only)), they shall submit with their bid/proposal one of the exemption forms along with supporting documents. Once the contract is executed, the contractor is required to complete and submit the following forms: • Employee Information Form • Subcontractor Information Form

All the forms pertaining to LWO compliance are available at: http://bca.lacity.org/index.cfm?nxt=ee&nxt_body=div_occ_lwo_forms.cfm. Please follow the instructions on the forms for completion and submittal. If you have questions about LWO compliance at LAWA, please contact us at 424-646-5380 or [email protected].

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

Page 137: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Rev. 6/15

City of Los Angeles CALIFORNIA

Eric Garcetti

MAYOR

CURRENT AND PRIOR LIVING WAGE RATES FOR AIRPORT EMPLOYEES

EFFECTIVE DATES CASH WAGE + HEALTH BENEFITS (HB) FULL CASH WAGE

July 1, 2015 - June 30, 2016 $11.17 + $4.87 per hour in HB $16.04 per hour

July 1, 2014 - June 30, 2015 $11.03 + $4.81 per hour in HB $15.84 per hour

July 1, 2013 - June 30, 2014 $10.91 + $4.76 per hour in HB $15.67 per hour

July 1, 2012 - June 30, 2013 $10.70 + $4.67 per hour in HB $15.37 per hour

July 1, 2011 - June 30, 2012 $10.42 + $4.55 per hour in HB $14.97 per hour

July 1, 2010 - June 30, 2011 No Increase**

Jan 19, 2010 - June 30, 2010 $10.30 + $4.50* per hour in HB $14.80 per hour

July 1, 2009 – Jan 18, 2010 $10.30 + $1.25 per hour in HB $11.55 per hour

July 1, 2008 - June 30, 2009 $10.00 + $1.25 per hour in HB $11.25 per hour

July 1, 2007 - June 30, 2008 $9.71 + $1.25 per hour in HB $10.96 per hour

July 1, 2006 - June 30, 2007 $9.39 + $1.25 per hour in HB $10.64 per hour

July 1, 2005 - June 30, 2006 $9.08 + $1.25 per hour in HB $10.33 per hour

July 1, 2004 - June 30, 2005 $8.78 + $1.25 per hour in HB $10.03 per hour

July 1, 2003 - June 30, 2004 $8.53 + $1.25 per hour in HB $9.78 per hour

July 1, 2002 - June 30, 2003 $8.27 + $1.25 per hour in HB $9.52 per hour

July 1, 2001 - June 30, 2002 $7.99 + $1.25 per hour in HB $9.24 per hour

July 1, 2000 - June 30, 2001 $7.72 + $1.25 per hour in HB $8.97 per hour

July 1, 1999 - June 30, 2000 $7.51 + $1.25 per hour in HB $8.76 per hour

July 1, 1998 - June 30, 1999 $7.39 + $1.25 per hour in HB $8.64 per hour * Amendment to the Living Wage Ordinance to increase the health benefits effective January 19, 2010. ** The CPI applicable to the COLA for the July 2010 annual adjustment was -0.8% thereby resulting in a 0% adjustment to both the living wage rate and the health benefit contribution.

For additional information or assistance, call: City of Los Angeles

Department of Public Works Bureau of Contract Administration

Office of Contract Compliance 1149 S. Broadway Street, Suite 300

Los Angeles, CA 90015 Phone: (213) 847-2625 – Email: [email protected]

Page 138: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

ADDITIONAL TERMS AND DISCLOSURES BY SUBMITTING A RESPONSE TO THE REQUEST FOR PROPOSALS, A REQUEST FOR QUALIFICATIONS OR OTHER COMPETITIVE SOLICITATIONS (HEREINAFTER COLLECTIVELY REFERRED TO AS “SOLICITATION DOCUMENTS”) ISSUED BY THE CITY OF LOS ANGELES (HEREINAFTER REFERRED TO AS “CITY”) DEPARTMENT OF AIRPORTS (HEREINAFTER REFERRED TO AS “LAWA” OR “LOS ANGELES WORLD AIRPORTS”) THE PROPOSER/RESPONDENT AGREES TO BE BOUND BY ALL OF THE TERMS, CONDITIONS, DISCLAIMERS, AND REQUIREMENTS SET FORTH IN THIS ATTACHMENT AND THIS SOLICITATION DOCUMENT. CPRA: All documents submitted in connection with this Solicitation Document are subject to disclosure as required by the California Public Records Act (California Government Code Section 6250 et seq. hereinafter referred to as “CPRA”) or the Ralph M. Brown Act (California Government Code Section 54950 et seq.). All submissions will become the property of LAWA. If LAWA receives a CPRA request for the release of submitted materials, then LAWA will notify the Proposer/Respondent of the request and its intent to disclose such materials. Such materials shall be released by LAWA pursuant to the CPRA unless the Proposer/Respondent timely obtains a court order prohibiting such release. EXPENSE, OWNERSHIP AND DISPOSITION: LAWA shall not be responsible in any manner for any costs associated with the preparation or submission of any documents or materials purchased, prepared or presented during any interviews or any additional documentation provided or requested by LAWA. All submitted documents, including all drawings, plans, photos, and narrative material, shall become the property of LAWA upon receipt by LAWA. LAWA shall have the right to copy, reproduce, publicize, release or otherwise dispose of each submittal in any way that LAWA selects. LAWA shall be free to use as its own, without payment of any kind or liability therefore, any idea, scheme, technique, suggestion, layout, or plan received during this competitive process. RIGHT OF REJECTION AND WAIVER OF INFORMALITY: LAWA and/or City reserves the right to reject any and all submittals and/or to waive any informality in the submittals when to do so would be to the advantage to LAWA and/or City. The receipt of any submittal shall not in any way obligate LAWA to enter into an agreement, concession agreement, lease, or any other type of contract of any kind with any Proposer/Respondent. RIGHT TO RECEIVE ADDITIONAL INFORMATION AND VERIFICATION OF REFERENCES: LAWA reserves the right to request any additional information at any time to assist in its evaluation. LAWA reserves the right to verify all submitted information, including all references and to contact third parties for additional references and information as it deems advisable. If any information stated in the submittal is found to be misrepresented in any manner, this may be grounds for disqualification of the submittal. PROPOSER/RESPONDENT QUESTIONS: If any Proposer/Respondent finds lack of clarity, discrepancies or omissions of any type of kind in this Solicitation Document or there is doubt as to the true meaning of any part of this Solicitation Document or if any Proposer/Respondent has any questions regarding any part of this Solicitation Document, written request for a clarification or interpretation should be clearly presented and transmitted by email to the address set forth on the cover page. The deadline for submittal of questions is set forth on the cover page. Responses to all written questions, corrections and clarifications to this Solicitation

Page 139: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

Document will be made in writing and made available to all prospective Proposer/Respondents as a Solicitation Document addendum. Only questions pertaining to this Solicitation Document will be answered. LAWA is not responsible for any explanation, clarification, interpretation or approval made or given in any manner except by addendum. All prospective Proposers/Respondents shall not rely upon any explanation, clarification, interpretation, or approval that is not contained in an addendum to the Solicitation Document. Any addenda so issued are to be considered part of this Solicitation Document. All prospective Proposers/Respondents that submit a response to this Solicitation Document are deemed to understand the contents of the Solicitation Document and any addendum thereto. CONTACT WITH LAWA PERSONNEL: Proposer/Respondent may only rely upon written information provided by LAWA. Proposer/Respondent shall not rely upon, and LAWA shall not be responsible for, any oral information or instructions provided in reference to this Solicitation Document. Proposer/Respondent must not attempt to contact members of the Evaluation Panel, LAWA staff or the Board to discuss or ask questions about the contents of this Solicitation Document, other than in writing as provided above. Improper contact with LAWA personnel may result in the disqualification of the Proposer/Respondent. PROTEST PROCEDURES: The procedures and time limits set forth in this Attachment are the Proposer’s/Respondent’s sole and exclusive remedy in the event of a protest. Failure to comply with these procedures shall constitute a waiver of any right to further pursue the protest, including filing a government code claim or any legal proceeding. These procedures are for the benefit of the City. The purpose of the following procedures is to provide a method for resolving, prior to award, protests regarding the award of contracts by City, by and through the Board. The procedures will enable the Board to ascertain all of the facts necessary to make an informed decision regarding the award of the contract. A protest relative to a particular proposal, and all required copies, must be submitted in detail, in writing, signed by the protestor or by a representative of protestor, and received in the offices of the Los Angeles City Attorney’s Office, Airport Division and the office of the Board, at the below addresses, before 5:00 p.m. of the fifth (5th) business day after issuance to the Proposers/Respondents of a notification of the intent to recommend by management of LAWA to the Board. The protest shall contain a full and complete statement specifying, in detail, the factual grounds and legal basis of the protest. The protest shall refer to the specific portion of this Solicitation Document, any submittal or other document which forms the basis for the protest. The protest must include the name, address, and telephone number of the protestor and protestor’s representative. All protests must be addressed to the Office of the City Attorney, Airport Division, One World Way, Room 104, Los Angeles, California 90045 with a copy to the Secretary of the Board of Airport Commissioners at One World Way, Los Angeles, California 90045 and a copy to the Bureau or Division of the Department of Airports responsible for issuing this Solicitation Document. The party filing the protest must, at the same time as delivery to the City Attorney’s office and the secretary of the Board as set forth above, deliver a copy of the protest and any accompanying documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other Proposers/Respondents. Respondent Protesting and potentially affected parties will be notified of the time and date that the protest will be discussed in a public session of the Board. Protesting parties will be given an opportunity to present their arguments at the public session.

Page 140: AIRPORT RESPONSE COORDINATION CENTER (ARCC) SYSTEMS ... the ARCC Systems required to ensure that the systems are fully functional 24-hours per day, 7 days a week, throughout the term

If the Board determines that the protest was frivolous, the party originating the protest may be determined by the Board to be irresponsible and that party may be determined to be ineligible for future contract awards. ADEQUACY OF INFORMATION: The information presented in this Solicitation Document is provided solely for the convenience of Proposer/Respondent and other interested parties. It is the responsibility of the Proposer/Respondent and other interested parties to assure themselves that the information contained in this package is accurate and complete. LAWA provides no assurances pertaining to the accuracy of the data in this Solicitation Document. ADDITIONAL DISCLAIMERS AND RESERVATIONS: Failure by LAWA to object to an error, omission, or deviation in the submittal package will in no way modify this Solicitation Document or excuse Proposer/Respondent from full compliance with the requirements of this Solicitation Document. Neither the Board nor LAWA shall be obligated to respond to any submittal nor shall they be legally bound in any manner whatsoever by the receipt of a submittal. All information stated in the submittal should be factual, truthful and should not be fabricated, embellished, extended or misrepresented. LAWA reserves the right to postpone the submittal due date, cancel this competitive process; issue an addenda to this Solicitation Document; issue a new Solicitation Document; or, pursue other options when it is in LAWA’s best interests to do so. Each Proposer/Respondent must not have any pending, active or previous legal action or conflict of interest that would, in LAWA’s sole judgment, prevent the Proposer/Respondent from fulfilling their obligations under the Agreement. 07/22/2015