AS-0
May 13, 1999
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:
1. Find that this work is exempt from the provisions of the California Environmental Quality Act.
2. Award the enclosed contract for "Inspection and Appraisal Testing of Electrical Systems for Hydroelectric Facility" to Electrical Systems Engineering Company, located in Norwalk, California, effective on Board approval, for a one-year period, with two 1-year options, not to exceed a total contract period of three years.
3. Instruct the Chairman to sign the contract.
4. Authorize the contractor to proceed with the work in accordance with the contract specifications, terms, conditions, and requirements.
5. Authorize the Department to encumber $31,260, based on the contractor's price to perform the required work and on the Department's estimated annual cost based on the hourly rates submitted by the contractor for the as-needed service requirements.
The Honorable Board of Supervisors
May 13, 1999
Page 2
The Department of Public Works has a requirement for an annual inspection and appraisal testing of the switchgear, circuit breakers, circuit protective relays, and instrumentation for the hydroelectric facility located at 9700 North San Gabriel Canyon Road, Azusa, California. In addition, troubleshooting and/or repair services are required to be available on an as-needed basis for this hydroelectric facility as well as other Department hydroelectric facilities. Award of this contract will keep these facilities operating at full efficiency.
Not applicable.
The contract's annual amount shall not exceed $31,260. This amount is based on the contractor's price to perform the annual inspection and appraisal testing as well as the Department's estimated annual cost for the as-needed troubleshooting and/or repair. There will be no impact on net County cost.
This contract will be for a period of one year, commencing on Board approval. If mutually agreeable, the contract may be renewed from year to year without further action by either party for a total contract period not to exceed three years. In any event, this contract may be canceled or terminated at any time by the County without cause upon giving at least 30-days' written notice to the contractor. This contract also allows termination should funds not be appropriated for a future fiscal year.
This contract allows cost-of-living adjustments for the two-optional years in accordance with County policy established by the Chief Administrative Office.
The Honorable Board of Supervisors
May 13, 1998
Page 3
Funds are available to the Flood Control District to cover the cost of this contract.
The contract has been properly executed by the contractor and County Counsel has approved the contract as to form.
This contract contains recent Board-ordered contract terms regarding contract termination for improper consideration and to consider GAIN Program participants should the contractor require additional or replacement personnel.
The Department has confirmed that the District Attorney has received the contractor's Principal Owner Information Form in compliance with Los Angeles County Code Chapter 2.200 (Child Support Compliance Program).
On February 11, 1999, the Department solicited proposals from 73 independent and community business organizations. In addition, notices advising contractors of the availability of this Request for Proposals were placed on the Office of Small Business' Internet website, as well as in the Los Angeles Times.
On March 10, 1999, two proposals were received. An evaluation committee, consisting of Department staff, evaluated each proposal. This evaluation was based on criteria outlined in the Request for Proposals which included proposers' experience, capabilities, and price. Based on this evaluation, it is recommended that a contract be awarded to the most responsive and lowest cost proposer, Electrical Systems Engineering Company, of Norwalk, California.
The Honorable Board of Supervisors
May 13, 1999
Page 4
Enclosure A reflects the minority participation of the two proposers. The contractor was selected upon final analysis and consideration, without regard to race, creed, gender, or color.
As requested by your Board, the contractor has submitted a safety record which, in our opinion, reflects that activities conducted by the contractor have been according to reasonable standards of safety.
The required Comprehensive General and Automobile Liability insurance certifications, naming the County as additional insured, and evidence of Workers' Compensation insurance will be obtained from the contractor before any work commences.
We confirmed with the contractor that all employees assigned to this contract will be paid an hourly wage greater than $7.75 which meets your Board's interim policy for service contracts pending your consideration of the living wage ordinance.
The award of this contract will not result in the displacement of any County employees since the Department is presently contracting for these services with the private sector.
With respect to the requirements of the California Environmental Quality Act, these services are exempt as specified in Appendix G - Class 1e of the Environment Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987, Synopsis 57.
The Honorable Board of Supervisors
May 13, 1999
Page 5
Please have the original of this contract and one copy signed by the Chairman. Please return the signed copy for the contractor to this office, together with a conformed copy for the Department's files. The fully executed original should be retained for your files.
One approved copy of this letter is requested.
Respectfully submitted,
HARRY W. STONE
Director of Public Works
HH
P:\ASPUB\CONTRACT\HAROLD\HYDI&T\BL
Enc. 4
cc: Chief Administrative Officer
County Counsel