COUNTY OF LOS ANGELESfile.lacounty.gov/SDSInter/bos/supdocs/39147.pdf · COUNTY OF LOS ANGELES...

35
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS "To Enrich Lives Through Effective and Caring Service" DEAN D. EFSTATHIÛU, Acting Director 900 SOUTH FREMONT AVENU ALHARA CALIFORNA 91803-1331 Telephone: (626) 458-5100 http:// dpw.1 acounty. gOY ADDRESS ALL CORRSPONDENCE TO: P.O. BOX 1460 ALHARA, CALIFORNA 91802-1460 June 17, 2008 IN REPLY PLEASE REFER TO FILE: C-1 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Dear Supervisors: AWARD OF PUBLIC WORKS CONSTRUCTION CONTRACTS (ALL SUPERVISORIAL DISTRICTS) (3 VOTES) SUBJECT This action is to award public works construction contracts and authorize the Acting Director of Public Works to execute contracts with the contractors for work in the Cities of Covina, Gardena, Glendora, Hawthorne, Irwindale, Lakewood, Long Beach, Los Alamitos, Los Angeles, Pico Rivera, and Santa Clarita; in the Harbor City and Sun Valley areas of the City of Los Angeles; the unincorporated communities of Altadena, Baldwin Hils, City Terrace, East Los Angeles, La Crescenta, Marina del Rey, Rancho Dominguez, Veterans Administration Center, View Park, West Carson, West Whittier, and Wilowbrook; the unincorporated community west of Claremont; and in various cities and unincorporated communities. IT IS RECOMMENDED THAT YOUR BOARD: Award and authorize the Acting Director of Public Works or his designee to prepare the construction and maintenance service' contracts in the form previously approved by County Counsel, execute the contracts, and establish the effective dates following receipt of approved Faithful Performance and Labor and Material bonds filed by the contractors for the following:

Transcript of COUNTY OF LOS ANGELESfile.lacounty.gov/SDSInter/bos/supdocs/39147.pdf · COUNTY OF LOS ANGELES...

COUNTY OF LOS ANGELESDEPARTMENT OF PUBLIC WORKS

"To Enrich Lives Through Effective and Caring Service"

DEAN D. EFSTATHIÛU, Acting Director

900 SOUTH FREMONT AVENUALHARA CALIFORNA 91803-1331

Telephone: (626) 458-5100http:// dpw.1 acounty. gOY

ADDRESS ALL CORRSPONDENCE TO:P.O. BOX 1460

ALHARA, CALIFORNA 91802-1460

June 17, 2008IN REPLY PLEASE

REFER TO FILE: C-1

The Honorable Board of SupervisorsCounty of Los Angeles383 Kenneth Hahn Hall of Administration500 West Temple StreetLos Angeles, CA 90012

Dear Supervisors:

AWARD OF PUBLIC WORKS CONSTRUCTION CONTRACTS(ALL SUPERVISORIAL DISTRICTS)

(3 VOTES)

SUBJECT

This action is to award public works construction contracts and authorize the Acting

Director of Public Works to execute contracts with the contractors for work in the Citiesof Covina, Gardena, Glendora, Hawthorne, Irwindale, Lakewood, Long Beach,Los Alamitos, Los Angeles, Pico Rivera, and Santa Clarita; in the Harbor City andSun Valley areas of the City of Los Angeles; the unincorporated communities of

Altadena, Baldwin Hils, City Terrace, East Los Angeles, La Crescenta, Marina del Rey,Rancho Dominguez, Veterans Administration Center, View Park, West Carson,West Whittier, and Wilowbrook; the unincorporated community west of Claremont; andin various cities and unincorporated communities.

IT IS RECOMMENDED THAT YOUR BOARD:

Award and authorize the Acting Director of Public Works or his designee toprepare the construction and maintenance service' contracts in the formpreviously approved by County Counsel, execute the contracts, and establish theeffective dates following receipt of approved Faithful Performance and Labor andMaterial bonds filed by the contractors for the following:

The Honorable Board of SupervisorsJune 17, 2008Page 2

· Project ID No. FCC0001011 - Ballona Creek Trash TMDL Full Compliance

Catch Basin Retrofit, to install catch basin trash excluders, in theunincorporated communities of Baldwin Hills, Veterans Administration Center,and Marina del Rey (2, 3, and 4), to United Storm Water, Inc., in amount of$518,056.00.

· Project ID No. FCC0001027 - CDR 438 - CMP Rehabilitation, to clean, videoinspect, and line storm drain, in various unincorporated communities (4), toRepipe-California, Inc., in amount of $108,058.00.

· Project ID No. FCC0001030 - Los Cerritos Drainage System Eckleson LateralCorrugated Metal Pipe Upgrade, to construct a storm drain, City of Lakewood(4), to Insituform Technologies, Inc., in amount of $1,323,481.00.

· Project ID No. FCC0001034 - Choisser Street Drain, Unit II, to construct astorm drain, in the unincorporated community of West Whittier (1), toGarcia Juarez Construction, Inc., in amount of $226,490.00.

· Project ID No. FCC0001039 - Tujunga Wash - Hansen Spreading Grounds

Basin Improvements, to improve the groundwater recharge basins, in theSun Valley area of the City of Los Angeles (3), to Los Angeles Engineering,Inc., in amount of $7,272,729.00.

· Project ID No. FCC0001072 - Big Dalton Wash - Irwindale Spreading Basin,to construct an inlet structure, thrust block, and polyethylene pipe inside asteel casing; excavate and remove sediment; and install slide gate assembly,City of Irwindale (1), to Sukut Construction, Inc., in amount of $1 ,437,572.00.

· Project ID No. FCC0001079 - CMP Lining,.CDR Phase 1C, to clean, videoinspect, and line storm drain systems, Cities of Gardena, Hawthorne, Covina,Glendora, and Santa Clarita and in the unincorporated communities of

City Terrace, Willowbrook, West Carson, and Altadena (1, 2, 4, and 5), toRepipe-California, Inc., in amount of $1 ,097,086.00.

· Project ID No. FCC0001081 - Compton Creek Pump Station, Unit 1, andWilmington Pump Station, Unit 2, Pump Station Upgrades, to install and testpump control systems and perform mechanical and electrical modifications, inthe unincorporated community of Rancho Dominguez and the Harbor Cityarea of the City of Los Angeles (2), to Humphrey Constructors, in amount of$444,444.00.

The Honorable Board of SupervisorsJune 17, 2008Page 3

· Project ID No. FCC0001088 - Elford Drain and CDR 524.210 CMP with RCP,to construct pipe and drainage structures, reconstruct sewer house

connections, prepare soil management plan and remediate soil, City of PicoRivera and the unincorporated communities of West Whitter and LaCrescenta (1 and 5), to Garcia Juarez Construction, Inc., in amount of$831,855.00.

· Project ID No. FMD0003098 - Catch Basin Cleanout 2008 - DominguezChannel Watershed, et ai', to clean out catch basins, in various cities andunincorporated communities (2 and 4), to Ron's Maintenance, in amount of$91,800.00.

· Project ID No. RDC0012441 - Willow Street over Coyote Creek, to seismicallyretrofit a bridge, Cities of Long Beach and Los Alamitos (4), to AbbottContracting & Engineering, Inc., in amount of $229,132.00.

· Project ID No. RDC0013707 - Stocker Street, to resurface and reconstructroadway pavement and modify traffic signals, City of Los Angeles and theunincorporated community of View Park (2), to Sully-Miller ContractingCompany, in amount of $2,278,552.04.

· Project ID NO.SMDAC00111 - Amalia Avenue, et ai', Sanitary Sewers, toclean, video inspect, and line sanitary sewers, in the unincorporated

community of East Los Angeles (1), to Repipe-California, Inc., in amount of$335,321.00.

· Project ID No. WRDD000024 - Live Oak Dam and Reservoir SedimentRemoval, to remove and dispose sediment, in the unincorporated communitywest of Claremont (5), to Coastal Grading & Excavating, Inc., in amount of$1,068,821.00.

PURPOSE/JUSTIFICA TION OF RECOMMENDED ACTION

The purpose of the recommended action is to obtain your Board's approval to awardthese construction and maintenance service contracts and authorize the Acting Directorof Public Works or designee to execute the contracts and establish the effectivecontract dates following receipt of approved bonds and insurance filed by contractors foreach of these projects.

The Honorable Board of SupervisorsJune 17, 2008Page 4

See attachments as follows for each project. The attachment for each project includesthe project description, the call for bids and bid opening dates, a tabulation of bids, andfinancial information. The certified record of receipt of bids and the original bidproposals for each project are also attached including addenda to the contract

specifications for Project ID Nos. FCC0001039, FCC0001072, FMD0003098,RDC0012441, and WRDD000024.

· Project ID No. FCC0001011 - sheets 1A and 1 B· Project ID No. FCC0001027 - sheets 2A and 2B· Project ID No. FCC0001030 - sheets 3A and 3B· Project ID No. FCC0001034 - sheets 4A and 4B· Project ID No. FCC0001039 - sheets 5A and 5B· Project ID No. FCC0001072 - sheets 6A and 6B· Project ID No. FCC0001079 - sheets 7A and 7B· Project ID No. FCC0001081 - sheets 8A and 8B

Project ID No. FCC0001088 - sheets 9A and 98· Project ID No. FMD0003098 - sheets 10A and 10B· Project i D No. RDCOO 12441 - sheets 11 A and 11 B· Project ID No. RDC0013707 - sheets 12A and 12B· Project ID No. SMDAC00111 - sheets 13A and 13B· Project ID No. WRDD000024 - sheets 14A and 14B

The recommended construction and maintenance service contracts are necessary toexecute Board-directed and approved Department of Public Works projects in supportof operational missions. Your Board's approval of the recommended contract awardsand the subsequent execution of the contracts will ensure the timely completion of theprojects.

Implementation of Strategic Plan Goals

The Countywide Strategic Plan directs that we provide Service Excellence (Goal 1) andCommunity Services (Goal 6). Awarding these contracts will provide improvedinfrastructure to better serve the public and will enhance the quality of life in the affectedcommunities.

FISCAL IMPACT/FINANCING

These actions will have no impact to the County General Fund.

The attachment for each project includes the amount of the recommended contract ascompared with the engineer's estimate and the other bids received.

The Honorable Board of SupervisorsJune 17,2008Page 5

Sufficient funds for Project ID Nos. FCC0001011, FCC0001027, FCC0001030,FCC0001034, FCC0001039, FCC0001072, FCC0001079, FCC0001 081, FCC0001088,FMD0003098, and WRDD000024 are included in the Flood Control District Budget forFiscal Year 2007-08.

Sufficient funds for Project ID No. RDC0012441 is included in the Fiscal Year 2007-08Road Fund Budget.

Suffcient funds for Project ID No. RDC0013707 is included in the Fiscal Year 2007-08Proposition C Local Return Fund and Road Fund Budget.

Sufficient funds for Project ID No. SMDAC00111 is included in the AccumulativeCapital Outlay Fund of the Fiscal Year 2007-08 Consolidated Sewer MaintenanceDistrict Budget.

FACTS AND PROVISIONS/LEGAL REQUIREMENTS

The contract agreements will be in the form previously reviewed and approved byCounty CounseL. The recommended contracts were solicited on an open competitivebasis and are in accordance with applicable Federal, State, and County requirements.The contractors are in compliance with the Chief Executive Officer's and your Board'srequirements.

These contracts contain terms and conditions supporting your Board's ordinances,

policies, and programs, including but not limited to: County's Greater Avenues forIndependence and General Relief Opportunities for Work Programs (GAIN and GROW),Board Policy No. 5.050; Contract Language to Assist in Placement of Displaced CountyWorkers, Board Policy No. 5.110; Reporting of Improper Solicitations, Board PolicyNo. 5.060; Notice to Contract Employees of Newborn Abandonment Law (SafelySurrendered Baby Law), Board Policy No. 5.135; Contractor Employee Jury ServiceProgram, Los Angeles County Code, Chapter 2.203; Notice to Employees Regardingthe Federal Earned Income Credit (Federal Income Tax Law, Internal Revenue ServiceNotice 1015); Contractor Responsibility and Debarment, Los Angeles County CodeChapter 2.202; and the Los Angeles County's Child Support Compliance Program,

Los Angeles County Code, Chapter 2.200; and the standard Board-directed clausesthat provide for contract termination or renegotiation.

The State Public Contract Code requires the County to award construction contracts tothe lowest responsive and responsible bidder, which is defined as the firm that;(1) submits the bid with the lowest cost; (2) is deemed by the County to be responsiveto specific criteria under the solicitation, including, but not limited to licensure, bonding,

The Honorable Board of SupervisorsJune 17, 2008Page 6

and insurance requirements; and (3) is determined by the County to be a responsiblebidder by exhibiting the capability, capacity, experience, trustworthiness, and financialwherewithal to perform the work required under the bid solicitation.

To ensure the contracts are awarded to the lowest responsible contractor with asatisfactory history of performance, bidders are required to report violations of theFalse Claims Act, criminal convictions, civil litigation, defaulted contracts with theCounty, complaints filed with the Contractor's State License Board, labor law/payrollviolations, and debarment actions. As provided for in Board Policy No. 5.140, theinformation reported by each respective contractor was considered before making thisrecommendation to award.

The plans and specifications include the contractual provisions, methods, and materialrequirements necessary for this project and are on file with the Department of

Public Works.

ENVIRONMENTAL DOCUMENTATION

On March 11, 2008, your Board approved the Mitigated Negative Declaration and theMitigation Monitoring and Reporting Program for Project ID No. FCC0001039.

The remaining projects were found to be categorically or statutorily exempt from theprovisions of the California Environmental Quality Act at the time your Board called forbids. The specifics of these findings are included in the attachment for each project.

CONTRACTING PROCESS

The contracts were solicited on an open competitive basis in accordance with theprovisions of the Public Contract Code.

The State Labor Code requires contractors to pay prevailing wage rates to all personsemployed on public works construction contracts. These rates are determined by theDepartment of Industrial Relations and include contributions for fringe benefits such asvacations, pension funds, training, and health plans for each employee.

To further increase contractor awareness of contracting opportunities with theDepartment of Public Works, each of these projects was listed on the County websitefor upcoming bids.

The Department of Public Works will review and approve the faithful performance andpayment bonds filed by the contractors.

The Honorable Board of SupervisorsJune 17, 2008Page 7

IMPACT ON CURRENT SERVICES (OR PROJECTS)

These construction and maintenance service contracts will result in improved publicworks infrastructure in the communities where the work is scheduled.

CONCLUSION

'Please return one adopted copy of this letter to the Department of Public Works,Construction Division.

Respectfully submitted,

¡JtM y £ll~DEAN D. EFSTATHIOUActing Director of Public Works

DDE:JTS:lgm

Attachments (14)

c: County Counsel

Office of Affirmative Action Compliance

0: \S ecti on \Ad m i n i 5 Ira ti on \B oa rd\A wd\06-1 7 -08A wd Itr. doc

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001011 - BALLONA CREEK TRASH TMDL FULL COMPLIANCECATCH BASIN RETROFIT (in the unincorporated communities of Baldwin Hills,Veterans Administration Center, and Marina del Rey), Supervisorial Districts 2, 3, and 4

TYPE OF WORK: Installation of catch basin trash excluders.

CALL FOR BIDS DATE: March 11,2008 (Agenda Item 39)

BID OPENING DATE: April 8, 2008

BID SUMMARY:

Low *United Storm Water, Inc., a corporation14000 East Valley BoulevardCity of Industry, California 91746(877) 7'17-8676

$518,056.00

2 Ecology Control Industries3 *G2 Construction, Inc.

4 Y & M Construction, Inc.

$519,760.00$525,305.30$757,050.00

*MWBE

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$646,260.00$518,056.00$128,204.00

The amount of the recommended contract is 20 percent below the estimate.

The cost to construct the proposed project will be funded in part by a Proposition 12grant awarded to the Flood Control District by the State Coastal Conservancy in theamount of $600,000. The remaining cost will be funded by the Flood Control District.Sufficient funds have been allocated in the Fiscal Year 2007-08 Flood Control DistrictBudget.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

United Storm Water, Inc., has no MWBE subcontractors/suppliers under this contract.

-1A-

ENVIRONMENTAL IMPACT:

On March 11, 2008, Agenda Item 39, your Board found this project categoricallyexempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 60 working days. It isestimated the work will start in July and be completed in September 2008.

SK:lgm

-1 B-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. FCC0001027 - CDR 438 - CMP REHABILITATION (in variousunincorporated communities), Supervisorial District 4

TYPE OF WORK: Cleaning, video inspection, and lining of existing corrugated metalpipes and corrugated metal pipe arches, and other appurtenant

work.

CALL FOR BID DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29,2008

BID SUMMARY:

Low Repipe-California, Inc., a corporation5525 East Gibraltar AvenueOntario, California 91764(909) 291-4050

$108,058.00

2 Insituform Technologies, Inc.

3 Southwest Pipeline & Trenchless Corporation

4 Sancon Engineering, Inc.

$148,577.00$185,610.00$193,173.00

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$205,460.00$108,058.00$ 97,402.00

The amount of the recommended contract is 47 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Repipe-California, Inc., has no MWBE subcontractors/suppliers under this contract.

-2A-

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The project is to be completed in 25 working days. It is estimated the work will start inAugust and be completed in September 2008.

EK:en

-28-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001030 - LOS CERRITOS DRAINAGE SYSTEM ECKLESONLATERAL CORRUGATED METAL PIPE UPGRADE (City of Lakewood),Supervisorial District 4

TYPE OF WORK: Construction of a 36-inch reinforced concrete pipe storm drain anddrainage structure, lining of existing 42- and 48-inch concrete metalpipes, and other appurtenant work.

CALL FOR BIDS: April 1 , 2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low Insituform Technologies, Inc., a corporation17988 Edison AvenueChesterfield, Missouri 63005(636) 530-8000

$1,323,481.00

2 Southwest Pipeline & Trenchless Corporation

3 Repipe-California, Inc.$1,451,294.00$1,740,879.00

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$1,801,865.00$1,323,481.00$ 478,384.00

The amount of the recommended contract is 27 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal Year 2007-08.

MINORITY /WOMEN-OWNED BUSINESS ENTERPRISE DATA:

Insituform Technologies, Inc., has no MWBE subcontractors/suppliers under thiscontract.

-3A-

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project statutorily exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 110 working days. It isestimated the work will start in August 2008 and be completed in February 2009.

EK:lgm

-38-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001034 - CHOISSER STREET DRAIN. UNIT II (in theunincorporated community of West Whitter), Supervisorial District 1

TYPE OF WORK: Construction of a storm drain and other appurtenant work.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low Garcia Juarez Construction, Inc., a corporationP.O. Box 309Brea, California 92822(951) 657-3535

$226,490.00

2 *Vasily Company, Inc.

3 *Sol Construction, Inc.

4 Steve Bubalo Construction Co., Inc.

5 MNR Construction, Inc.6 Mike Bubalo Construction Co., Inc.

7 O'Duffy Construction

8 Gentry Brothers, Inc.

$305,499.00$306,434.00$307,145.00$323,308.00$337,810.00$351,075.00$376,530.00

*MWBE

Andrew Papac and Sons submitted a bid of $286,308.00; however, they failed to havetheir Noncollusion Affidavit notorized. Therefore, their bid was considered

nonresponsive and rejected as provided in the Instructions to Bidders.

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$310,905.00$226,490.00$ 84,415.00

The amount of the recommended contract is 27 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal Year 2007-08.

-4A-

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Garcia Juarez Construction, Inc., has no MWBE subcontractors/suppliers under thiscontract.

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 50 working days. It isestimated the work will start in July and be completed in September 2008.

TKB:en

-48-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001039 - TUJUNGA WASH - HANSEN SPREADINGGROUNDS BASIN IMPROVEMENTS (in the Sun Valley area of the City ofLos Angeles), Supervisorial District 3

TYPE OF WORK: Improvements to the groundwater recharge basins and otherappurtenant work.

CALL FOR BIDS DATE: March 11, 2008 (Agenda Item 36)

BID OPENING DATE: April 15, 2008

BID SUMMARY:

Low Los Angeles Engineering, Inc., a corporation633 North Barranca AvenueCovina, California 91723(626) 454-5222

$ 7,272,729.00

2 Riverside Construction Company, Inc.

3 Calex Engineering Company4 Sukut Construction, Inc.

5 Altfilisch Contractors, Inc.6 SEMA Construction, Inc.7 Excel Paving Company8 *Bert W. Salas, Inc.

9 Earth Construction & Mining

10 Environmental Construction, Inc.11 Sully-Miller Contracting Company

12 *SRD Engineering, Inc.13 Wood Bros., Inc.14 Vance Corporation15 Mike Bubalo Construction Co., Inc.16 C.A. Rasmussen, Inc.17 +Clarke Contracting Corporation

18 EI Capitan Environmental Services, Inc.19 Union Engineering Company, Inc.

$ 7,858,187.00

$ 7,978,124.65

$ 8,056,075.00

$ 8,440,905.00

$ 8,697,772.00

$ 9,314,677.00

$ 9,384,360.00

$ 9,387,833.00

$ 9,757,877.00

$ 9,776,577.50

$ 9,985,917.80

$10,291,313.88$10,756,756.00$10,962,170.00$11,016,458.00$11,482,325.00$11,812,411.00$12,971,386.53

*MWBE+LSBE

-5A-

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$11,904,385.00$ 7,272,729.00

$ 4,631,656.00

The amount of the recommended contract is 39 percent below the estimate.

Suffcient funds for this project are available in the Flood Control District Budget for

Fiscal Year 2007-08. .

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Los Angeles Engineering, Inc., has no MWBE subcontractors/suppliers under thiscontract.

ENVIRONMENTAL IMPACT:

The Mitigated Negative Declaration together with the comments received during thepublic comment period for this project were prepared in accordance with the CaliforniaEnvironmental Quality Act Guidelines and the County Environmental DocumentReporting Procedures and Guidelines adopted by your Board on November 17, 1987.Your Board approved the Mitigated Negative Declaration and the Mitigation Monitoringand Reporting Program on March 11, 2008.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 300 working days. It isestimated the work will start in September 2008 and be completed in December 2009.

SK:en

-58-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. FCC0001072 - BIG DALTON WASH -IRWIN DALE SPREADINGBASIN (City of Irwindale), Supervisorial District 1

TYPE OF WORK: Construction of a reinforced concrete inlet structure, thrust block,and 36-inch diameter polyethylene pipe inside a 60-inch diameterjacked steel casing; excavation and removal of sediment; installationof a 36-inch cast iron slide gate assembly with electro-hydraulic

actuator and related electric work.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low Sukut Construction, Inc., a corporation5805 Sepulveda Bouleverd, Suite 690Van Nuys, California 91411(818) 780-0500

$1,437,572.00

2 Garcia Juarez Construction, Inc.

3 Los Angeles Engineering, Inc.

-4 Environmental Construction, Inc.

5 Sully-Miller Contracting Company

6 J. Fletcher Creamer & Son, Inc.

7 Steve Bubalo Construction Company, Inc.

8 Remedial Civil Constructors, Inc.9 Riverside Construction Company, Inc.

10 +Clarke Contracting Corporation

11 Mike Bubalo Construction Company, Inc.

12 SRD Construction, Inc.13 MMC, Inc.14 Metro Builders and Engineering Group, L TD

15 L. T. Engineering16 Bonadiman-McCain, Inc.

$1,492,896.00$1,499,297.60$1,667,757.90$1,671,314.60$1,692,452.49$1,752,425.00$1,776,865.00$1,828,809.00$1,911,899.00$1,926,618.00$1,992,883.00$1,972,520.00$1,998,945.50$2,071,921.00$2,078,923.00

+LSBE

-6A-

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$2,003,391.00$1,437,572.00$ 565,819.00

The amount of the recommended contract is 28 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal 'Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA

Sukut Construction, Inc., has no MWBE subcontractors/suppliers under this contract.

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 90 working days. It isestimated the work will start in August and be completed in December 2008.

HHH:lgm

-6B-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001079 - CMP LINING. CDR PHASE 1 C (Cities of Gardena,Hawthorne, Covina, Glendora, and Santa Clarita and in the unincorporated communitiesof City Terrace, Willowbrook, West Carson, and Altadena), Supervisorial Districts 1, 2,4, and 5

TYPE OF WORK: Cleaning, video inspection, lining of existing corrugated metalpipes, repair of catch basins, and construction of a block walL.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, .2008

BID SUMMARY:

Low Repipe-California, Inc., a corporation5525 East Gibraltar AvenueOntario, Calfornia 91764(909) 291-4050

$1,097,086.00

2 Insituform Technologies, Inc.

3 Sancon Engineering, Inc.$1,342,735.00$2,270,835.00

FINANCIAL INFORMATION:

Amou nt of estimateAmount of recommended contractAmount of recommended contract below estimate

$1,332,480.00$1,097,086.00$ 235,394.00

The amount of the recommended contract is 18 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Repipe-California, Inc., has no MWBE subcontractors/suppliers under this contract.

-7A-

ENVIRONMENTAL IMPACT:

On April 1, 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 100 working days. It isestimated the work will start in August 2008 and be completed in January 2009.

EK:en

-78-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. FCC0001081 - COMPTON CREEK PUMP STATION. UNIT 1. ANDWILMINGTON PUMP STATION. UNIT 2. PUMP STATION UPGRADES (in theunincorporated community of Rancho Dominguez and the Harbor City area of theCity of Los Angeles), Supervisorial District 2

TYPE OF WORK: Installation and testing of pump control systems, mechanical andelectrical modifications, and the performance of other appurtenantwork

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low +Humphrey Constructors21314 Hideout DriveDiamond Bar, California 91765(909) 635-5945

$444,444.00

2 *Mehta Mechanical Company, Inc.

3 *Tamang Electric$530,000.00$585,400.00

+LSBE*MWBE

FINANCIAL INFORMATION:

Amount of estimate .Amount of recommended contractAmount of recommended contract below estimate

$590,000.00$444,444.00$145,556.00

The amount of the recommended contract is 25 percent below the estimate.

Suffcient funds for this project are included in the Flood Control District Budget for

Fiscal Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Humphrey Constructors has no MWBE subcontractors/suppliers under this contract.

-8A-

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 60 working days. It isestimated the work will start in September and be completed in December 2008.

HHH:en

-8B-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FCC0001088 - ELFORD DRAIN AND CDR 524.210 CMP WITHRCP (City of Pico Rivera and the unincorporated communities of West Whittier andLa Crescenta), Supervisorial Districts 1 and 5

TYPE OF WORK: Construction of reinforced concrete pipe and drainage structures,reconstruction of sewer house connections, preparation of a soilmanagement plan and soil remediation.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low Garcia Juarez Construction, Inc., a corporationP.O. Box 309Brea, California 92822-0309(951) 657-3535

$ 831,855.00

2 Majich Bros., Inc.

3 KEC Engineering4 Southern California Pipeline Construction, Inc.5 Mike Bubalo Construction Company, Inc.

6 Ken Thompson, Inc.7 *Sol Construction, Inc;

8 *Lonerock, Inc.

9 Andrew Papac & Sons10 Steve Bubalo Construction Company, Inc.

11 Atlas-Allied, Inc.12 *SRD Engineering, Inc.13 Gentry Brothers, Inc.14 *MMC, Inc.15 Cedro Construction, Inc.

$ 852,250.00

$ 889,888.00

$ 906,470.00

$ 925,805.00

$ 934,980.00

$ 942,316.00

$ 995,228.00

$1,010,397.00$1,021,182.00$1,023,635.00$1,071,710.00$1,167,340.00$1,295,105.00$1,391,618.00

*MWBE

-9A-

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$1,219,160.00$ 831,855;00

$ 387,305.00

The amount of the recommended contract is 32 percent below the estimate.

Sufficient funds for this project are included in the Flood Control District Budget forFiscal Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Garcia Juarez Construction, Inc., has no MWBE subcontractors/suppliers under thiscontract.

ENVIRONMENTAL IMPACT:

On April 1, 2008, Agenda Item 29, your Board found this project categoricallyexempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 80 working days. It isestimated the work will start in July and be completed in November 2008.

PMT:lgm

-98-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. FMD0003098 - CATCH BASIN CLEANOUT 2008 - DOMINGUEZCHANNEL WATERSHED, ET AL. (in various cities and unincorporated communities),Supervisorial Districts 2 and 4

TYPE OF WORK: Cleaning of approximately 10,200 catch basins at various locationsthroughout the Dominguez Channel Watershed.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 29)

BID OPENING DATE: April 29, 2008

BID SUMMARY:

Low *+Ronnie E. Norman, an individual dbaRon's Maintenance11542 Horley AvenueDowney, California 90241(213) 359-3827

$ 91,800.00

2 *+Orozco Landscape & Tree Co.

3 * J & G Maintenance Service, Inc.

$ 91,800.00

$107,100.00

*MWBE+LSBE

Two low bids were submitted with the identical grand totals of $91,800.00. Ron'sMaintenance's bid as the apparent low bidder was determined by lot as stipulated inSection 53064 of the California Government Code.

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$112,200.00$ 91,800.00

$ 20,400.00

The amount of the recommended contract is 18 percent below the estimate.

Suffcient funds for this project are included in the Flood Control District Budget for

Fiscal Year 2007-08.

-1 OA-

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Ron's Maintenance has no MWBE subcontractors/suppliers under this contract.

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 29, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 45 working days. It isestimated the work will start in July and be completed in September 2008.

MR:en

-10 B-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. RDC0012441 - WILLOW STREET OVER COYOTE CREEK (Citiesof Long Beach and Los Alamitos), Supervisorial District 4 .

TYPE OF WORK: Seismic strengthening of an existing bridge.

CALL FOR BIDS DATE: March 11,2008 (Agenda Item 38)

BID OPENING DATE: April 8, 2008

BID SUMMARY:

Low Abbott Contracting & Engineering, Inc., a corporation250 Gulfstream LaneNorco, California 92860(951) 905-0823

$229,132.00

2 *Sol Construction, Inc.

3 Powell Constructors

4 McKenna General Engineering, Inc.5 +Garcia Juarez Construction, Inc.6 Superior Gunite

7 R.J. Bullard Construction, Inc.

8 G.B. Cooke, Inc.

9 *+C-1 Construction Corp.

10 *4-Con Engineering, Inc.11 Pima Corporation

$229,639.00$251,800.00$260,000.00$267,700.00$292,710.00$295,120.00$315,040.92$315,776.92$378,460.00$428,570.00

*MWBE+LSBE

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$284,300.00$229,132.00$ 55,168.00

The amount of the recommended contract is 19 percent below the estimate.

-11 A-

This project will be administered under the Highway Bridge Program as covered byAgreement 76078 with the State of California. Under this program, Federal fundsallocated to local agencies are used to finance a portion of the eligible costs of thebridge seismic retrofit projects. The remaining portion of the costs of the project will befunded with State Proposition 1 B funds. Qualifying costs are apportioned 88.53 percentFederal and 11.47 percent Proposition 1 B. Funding for this project is included in theFiscal Year 2007-08 Road Fund Budget.

MINORITYIWOMEN-OWNED BUSINESS ENTERPRISE DATA:

Abbott Contracting & Engineering, Inc., has no MWBE subcontractors/suppliers underthis contract.

ENVIRONMENTAL IMPACT:

On March 11, 2008, Agenda Item 38, your Board found this project statutorily exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 40 working days. It isestimated the work will start in July and be completed in September 2008.

SK:ss

-11 B-

AWARD OF CONTRACTJune 17,2008

PROJECT ID NO. RDC0013707 - STOCKER STREET (City of Los Angeles and theunincorporated community of View Park), Supervisorial District 2

TYPE OF WORK: Resurfacing and reconstruction of roadway pavement;reconstruction of curb, gutter, sidewalk, and medians; constructionof curb ramps and bus pads; modifications of traffic signals;installation of stripping and pavement markings; and theperformance of other appurtenant work.

CALL FOR BIDS DATE: March 18, 2008 (Agenda Item 36)

BID OPENING DATE: April 15, 2008

BID SUMMARY:

Low Sully-Miller Contracting Company, a corporation1100 East Orangethorpe Avenue, Suite 200Anaheim, CA 92801

(714) 578-9600

$2,278,552.04

2 All American Asphalt

3 Sequel Contractors, Inc

4 Palp, Inc.

$2,392,574.52$2,543,235.02$2,688,487.70

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$2,643,339.75$2,278,552.04$ 364,787.71

The amount of the recommended contract is 14 percent below the estimate.

Sufficient funds for this project are included in the Fiscal Year 2007-08 Proposition CLocal Return Fund and Road Fund Budget.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Sully-Miller Contracting Company, has no MWBE subcontractors/suppliers under thiscontract.

-12A-

ENVIRONMENTAL IMPACT:

On March 18, 2008, Agenda Item 36, your Board found this project categoricallyexempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 180 working days. It isestimated the work will start in July and be completed in December 2008.

JRP:lgm

-12B-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. SMDAC00111 - AMALIA AVENUE, ET AL., SANITARY SEWERS(in the unincorporated community of East Los Angeles), Supervisorial District 1

TYPE OF WORK: Cleaning, video inspection, lining of existing 8- and 15-inch sanitarysewers, and the performance of other appurtenant work.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 28)

BID OPENING DATE: April 29,2008

BID SUMMARY:

Low Repipe-California, Inc., a corporation5525 East Gibraltar AvenueOntario, California 91764(909) 291-4050

$335,321.00

2 Southwest Pipeline & Trenchless Corporation

3 Sancon Engineering, Inc.$473,362.00$478,885.65

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$370,532.00$335,321.00$ 35,211.00

The amount of the recommended contract is 9.5 percent below the estimate.

Sufficient funds for this project are included in the Accumulative Capital Outlay Fund ofthe Fiscal Year 2007-08 Consolidated Sewer Maintenance District Budget.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Repipe-California, Inc., has no MWBE subcontractors/suppliers under this contract.

-1 3A-

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 28, your Board found this project categorically exempt.

CONSTRUCTION SCHEDULE:

This project is to be completed in 55 working days. It is estimated the work will start inAugust and be completed in October 2008.

EK:en

-13B-

AWARD OF CONTRACTJune 17, 2008

PROJECT ID NO. WRDD000024 - LIVE OAK DAM AND RESERVOIR SEDIMENTREMOVAL (in the unincorporated community west of Claremont), Supervisorial District 5

TYPE OF WORK: Removal and disposal of sediment.

CALL FOR BIDS DATE: April 1 ,2008 (Agenda Item 30)

BID OPENING DATE: May 6,2008

BID SUMMARY:

Low Coastal Grading & Excavating, Inc., a corporation5560-B Tech CircleMoorpark, California 93021(805) 523-7995

$1,068,821.00

2 Metro Builders and Engineers Group, Inc.

3 Earth Construction & Mining

4 Calex Engineering Company5 *Doja, Inc.

6 McKenna General Engineering, Inc.7 +Remedial Civil Constructors, Inc.8 Garcia Juarez Construction, Inc.

9 *IAC Engineering, Inc.

10 Tiffany Group, Inc.11 Grand Pacific Contractors, Inc.12 *Lonerock, Inc.13 Harris Construction Engineering, Inc.14 *Cal Fran Engineering, Inc.15 *Sol Construction, Inc.16 *MMC, Inc.17 +Clarke Contracting Corporation

$1,081,082.30$1,237,916.00$1,354,757.00$1,355,376.03$1,368,410.00$1,382,510.00$1,393,674.00$1,416,465.00$1,511,858.00$1,536,576.00$1,576,040.00$1,594,380.00$1,684,400.00$1,701,099.00$1,736,550.00$1,823,466.00

*MWBE+LSBE

-14A-

Sukut Construction, Inc., submitted a bid in the apparent amount of $1,133,774.00.

However, they left a bid item blank in the Schedule of Prices included in the BidProposal. Therefore, their bid was considered nonresponsive and rejected as providedin the Instructions to Bidders.

FINANCIAL INFORMATION:

Amount of estimateAmount of recommended contractAmount of recommended contract below estimate

$1,787,416.00$1,068,821.00$ 718,595.00

The amount of the recommended contract is 40 percent below the estimate.

Sufficient funds for this project are available in the Flood Control District Budget forFiscal Year 2007-08.

MINORITY/wOMEN-OWNED BUSINESS ENTERPRISE DATA:

Coastal Grading & Excavating, Inc., has no MWBE subcontractors/suppliers under thiscontract.

ENVIRONMENTAL IMPACT:

On April 1 , 2008, Agenda Item 30, your Board found this project statutorily exempt.

CONSTRUCTION SCHEDULE:

The contract specifications require the work to be completed in 120 working days. It isestimated the work will start in August 2008 and be completed in February 2009.

SK:lgm

-14B-