AWARD CONTRACT FOR CONSTRUCTION MANAGEMENT SUPPORT

Size: px
Start display at page:

Download "AWARD CONTRACT FOR CONSTRUCTION MANAGEMENT SUPPORT"

Transcription

1 . ' Metra Los Angeks County One Gateway Plaza zi3.gzz.zooo Tel Metropolitan Tnnsportation Authority Los Angeles, CA rnetro.net CON5 CONSTRUCTION COMMITTEE APRIL 21,201 1 SUBJECT: BUS FACILITIES CAPITAL PROJECTS ACTION: AWARD CONTRACT FOR CONSTRUCTION MAGEMENT SUPPORT RECOMMENDATIONS A. Authorize the Chief Executive Officer to negotiate and award a 3 year time and material contract under RFP No. PS with MARRS Services, Inc. the highest qualified proposer for Construction Management Services for Bus Facilities Capital Projects, for an amount not to exceed $2,500,000 inclusive of two I year options. B. Authorize the Chief Executive Officer to execute individual Task Orders within the Board approved authority. C. Should the CEO be unable to negotiate a satisfactory contract at fair and reasonable prices with the highest qualified proposer, authorize the CEO to negotiate with the next most highly qualified firm, until a satisfactory contract can be negotiated. On February 1, 2010, the Board adopted the Metro Acquisition Policy Statement which includes changes to the levels and types of authority delegated to the CEO to approve and award specified contract actions. Per the Metro Acquisition Policy, awards to the other than the lowest, responsive, responsible bidder under sealed bid procedures over $500,000 require Board approval.

2 DISCUSSION On November 24, 2010, requests for proposals were issued for Construction Management Consultant (CMC) services to assist Metro in managing the construction of Bus Facilities Capital Projects. The CMC Contract is a time and material contract for a term of 3 years with two, oneyear options. All rates will be negotiated prior to award and be fully burdened for year one through three. Rates for the option years will be negotiated prior to the end of the base contract period. The primary role of the CMC is to provide highly skilled and qualified individuals to assist Metro as part of the Construction Management and administration of construction contracts. The CMC staff will be part of a fully integrated Construction Management team working with Metro in the project and field offices. The CMC Contract is funded on a Task Order basis, involving a separate Task Order budget for the CMC needs for each of the Bus Facilities Capital Projects. The Task Order separates the funding into manageable parts that allow for efficient cost control and budget management by Metro. The Task Order will be issued for a not-to-exceed amount utilizing the hourly rates set forth in the Contract. We can request specific tasks to be performed within each Task Order, provided that the estimated cost is within the total contract authorized funding limit. We estimate that the Construction Management Support Services for the Bus Facilities Capital Projects will be required starting the summer of FINCIAL IMPACT The funding of $2,500,000 for this contract is included in the FYI I and FYI2 budgets in cost center 851 0, Construction Procurement, under various Bus Facility Capital project numbers. Task Orders under this contract will be funded within the life of project (LOP) budgets for each individual capital project. As such, approval of this action will not increase the LOP budgets of any individual capital projects. Since this is a multi-year contract, the cost center manager and Executive Director of Transit Project Delivery will be accountable for budgeting the contract cost in future years, including any options exercised. CMSSC Bus 2641 Capital Projects

3 lm~act to Budget The current funding for this action will come from various approved Bus Facility Capital Project budgets, which are funded by various sources including Federal 5307, TDA 4, Proposition A, or Proposition C. The funds have been specifically set aside for these uses as part of the Capital Program. Approval of this action will not impact the bus and rail operating budget. ALTERTIVES CONSIDERED The Board may reject the recommendation. We do not recommend this alternative, as rejection will require an extensive hiring effort to provide additional permanent staff to fill the required construction management positions. This would not be cost effective and could cause delays, since many of the CMC resources are only required on a periodic basis for peak workloads and specific tasks over the life of the project. After Board approval of this CM Contract, the Contracting Officer will negotiate and award the contract in accordance with Metro Procurement Policies and Procedures. A. Procurement Summary B. FundingIExpenditure Plan Prepared By: Henry Fuks, Deputy Executive Officer, Project Management Tim Lindholm, Director of Capital Projects CMSSC Bus 2641 Capital Projects

4 \ I Krishniah td. Murthy Executive Director, Transit Project Delivery Arthur T. Leahy Chief Executive Officer I 1 V CMSSC Bus 2641 Capital Projects

5 ATTACHMENT A PROCUREMENT SUMMARY (PS ) CONSTRUCTION MAGEMENT SUPPORT SERVICES FOR BUS CAPITAL PROJECTS ~ Contract Number: PS-I Recommended Vendor: MARRS Services, Inc. T Non-Competitive Modification Task Order Procurement Dates: A. Issued: November 24,2010 B. AdvertisedIPublicized: November 19,2010 C. Pre-proposal1Pre-Bid Conference: December 20, 2010 D. ProposalslBids Due: January 11,2011 E. Pre-Qualification Completed: March 17,2011 F. Conflict of Interest Form Submitted to Ethics: March 18, 2011 G. Protest Period End Date: April 26, 2011 H. Small Business Commitment: 80% DALP Solicitations Picked BidslProposals Received: 12 up1downloaded: Contract Administrator: B. Mahaffey Project Manager: J. Gleig Telephone Number: (2 13) Telephone Number: (2 1 3) A. Procurement Background A Request for Proposals was issued on November 24,2010, to identify the most highly qualified contractor to furnish labor, materials, and other related items required for the performance of Construction Management Services on Metro Bus Facilities Capital Projects on a Time and Materials basis. The Contractor may be called on to furnish a full range of construction management services or to provide individual staff members to augment Metro staff. Work will be assigned as needed on a task order basis. The Contract will be for a term of 3 years, with 2 one-year options. Funding is contingent on fiscal year availability. CMSSC Bus 2641 Capital Projects

6 Government Code 4525 et seq requires the selection of construction management contractors to be performed on the basis of professional qualifications. Price is not a factor in source selection. B. Background on Recommended Contractor MARRS Services, Inc. has 15 years track record of providing successful projects and construction management (CM) services for Metro, as well as other municipal and infrastructure projects. MARRS Los Angeles office will be the primary performing office for CM services for the Metro Bus Facilities projects. C. Evaluation of Pro~osalsIBids MARRS Services, Inc.was determined to be the most qualified proposer based upon the Evaluation Team's review of all submitted proposals. The procurement is in compliance with Metro Acquisition Policies and Procedures, and California Government Code section 4525 et seq. The factors against which the proposals were evaluated were identified in the solicitation: o Experience with similar kinds of work. o Quality of Staff for the work to be done. o Understanding of the work. The Evaluation Team reviewed the contents of each proposal against the factors and subfactors and provided a rating of each proposal based on the maximum points allowed in each category; the proposals were ranked in descending order. Price is not a factor in the evaluation. See Attachment A-I for a complete list of proposers in alphabetical order. D. CostlPrice Analvsis Explanation of Variances Procurement staff will negotiate reasonable labor rates for each category of staff required by the statement of work, based on a thorough analysis of the rates proposed. The analysis includes, among other things, a comparison with similar firms offering the same services, a detailed analysis of rates and factors that will comprise the labor hour billing rates, and compliance with applicable accounting principles. If reasonable rates cannot be negotiated with the most highly qualified firm, negotiations will proceed, in order, to the next most qualified firm(s) until reasonable rates can be achieved. The pricing for each Task Order will be determined by applying the fixed negotiated labor rates plus the fee factor to the estimated number of labor hours required for the CMSSC Bus 2641 Capital Projects

7 task to establish either a lump sum price or a Not-To-Exceed amount for each Task Order. BidIProposal Amount $ $ Staff Estimate RecommendedINegotiated Amount $ E. Small Business Participation The Diversity and Economic Opportunity Department (DEOD) recommended a Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) of 40% for this Time and Material task order procurement. MARRS Services, Inc. (DBE Prime) made a 80% DALP commitment. DEOD will monitor the proposers' DBE commitments based on the cumulative value of each task order issued. Small Business _ Goal 40% DALP Small Business Commitment 80% DALP Subcontractor(s ) MARRS Services, Inc. (Prime) Safework, Inc. Simplex Construction Management Ramos Consulting Services % Committed 74% 2% 2% 2% Total Commitment 80% CMSSC Bus 2641 Capital Projects

8 ATTACHMENT A-I LIST OF PROPOSERS BidderIProposer Name BidlProposal Amount Best and Final Offer Amount Note those that were disqualified as explained above: 1 BRJ& Associates, LLC - DBE 2 Axiom Corporation 3 Global Business Solutions, Inc. 4 Integrated Engineering Management - DBE 5 Jacobs 6 Keller CMS, Inc. 7 MARRS Services, Inc. 8 Owen Design Management 9 Vanir Construction Management, lnc. 10 Vanir Construction Management, Inc. 11 Yang Management, Inc. CMSSC Bus 2641 Capital Projects

9 ATTACHMENT B Attachment B: Funding 1 Expenditure Plan Construction Management Support Services for Bus Capital Projects Capital Project Division 3 Master Plan Phases Il-IV (CP202260) Bus Facility Deferred Maintenance Program (CP202306) Various Capital Projects (FY 13 and FY 1 4) FYI 1 $25,000 $25,000 $0 FYI 2 $500,000 $300,000 $0 FYI 3 $200,000 $500,000 $500,000 FYI4 $25,000 $1 75,000 $250,000 $750,000 $1,000,000 $750,000 % of Total 30% 40% 30% Cost: $50,000 $800,000 $1,200,000 $450,000 $2,500, % Sources of Funds Various (e.g. TDA4, Prop C, Federal 5307) $50,000 $800,000 $1,200,000 $450,000 $2,500, % CMSSC Bus 2641 Capital Projects

10

11 Metro Los Angeles County One Gateway Plaza 213.gz2.zooo Tel Metropolitan Transportation Authority Los Angeles, CA gooiz-2952 rnetro.net CON6 CONSTRUCTION COMMITTEE APRIL 21,201 1 SUBJECT: ACTION: RAIL FACILITIES CAPITAL PROJECTS AWARD CONTRACT FOR CONSTRUCTION MAGEMENT SUPPORT A. Authorize the Chief Executive Officer to negotiate and award a 3 year time and material contract under RFP No. PS with J.L. Patterson & Associates, Inc. the highest qualified proposer for Construction Management Services for Rail Facilities Capital Projects, for an amount not to exceed $2,500,000 inclusive of two 1 year options. B. Authorize the Chief Executive Officer to execute individual Task Orders within the Board approved authority. C. Should the CEO be unable to negotiate a satisfactory contract at fair and reasonable prices with the highest qualified proposer authorize the CEO to negotiate with the next most highly qualified firm, until a satisfactory contract can be negotiated. On February 1, 201 0, the Board adopted the Metro Acquisition Policy Statement which includes changes to the levels and types of authority delegated to the CEO to approve and award specified contract actions. Per the Metro Acquisition Policy, awards to the other than the lowest, responsive, responsible bidder under sealed bid procedures over $500,000 require Board approval.

12 DISCUSSION On November 24, 201 0, requests for proposals were issued for Construction Management Consultant (CMC) services to assist Metro in managing the construction of Rail Facilities Capital Projects. The CMC Contract is a time and material contract for a term of 3 years with two, one year options. All rates will be negotiated prior to award and be fully burdened for year one through three. Rates for the option years will be negotiated prior to the end of the base contract period. The primary role of the CMC is to provide highly skilled and qualified individuals to assist Metro as part of the Construction Management and administration of construction contracts. The CMC staff will be part of a fully integrated Construction Management team working with Metro in the project and field offices. The CMC Contract is funded on a Task Order basis, involving a separate Task Order budget for the CMC needs for each of the smaller Rail Facilities Capital Projects. The Task Order separates the funding into manageable parts that allow for efficient cost control and budget management by Metro. The Task Order will be issued for a not-toexceed amount utilizing the hourly rates set forth in the Contract. We can request specific tasks to be performed within each Task Order, provided that the estimated cost is within the total contract authorized funding limit. We estimate that the Construction Management Support Services for the Rail Facilities Capital Projects will be required starting the summer of FINCIAL IMPACT The funding of $2,500,000 for this contract is included in the FYI I and FYI2 proposed 5 year Capital Program in Cost Center 8510, Construction Procurement, under various Rail Facilities Capital project numbers which are shown in Attachment B. Task orders under this contract will be funded within the life of project (LOP) budgets for each individual capital project. As such, approval of this action will not increase the LOP budgets of any individual capital projects. Since this is a multi-year contract, the Cost Center Manager and Executive Director of Transit Project Delivery will be accountable for budgeting the contract cost in future years, including any options exercised. Impact to Budaet The current funding for this action will come from various approved Rail Facilities Capital Project budgets, which are funded by various sources including Federal 5307, Construction Management Support Services Contract No

13 TDA 4, Proposition A and Proposition C and Pasadena Gold Line Insurance Settlement. The funds have been specifically set aside for these uses as part of the Rail Facilities Capital program. Approval of this action will not impact the bus and rail operating budget. ALTERTIVES CONSIDERED The Board may reject the recommendation. We do not recommend this alternative, as rejection will require an extensive hiring effort to provide additional permanent staff to fill the required construction management positions. This would not be cost effective and could cause delays, since many of the CMC resources are only required on a periodic basis for peak workloads and specific tasks over the life of the project. NEXT STEPS After Board approval of this CM Contract the Contracting Officer will negotiate and award the contract in accordance with Metro Procurement Policies and Procedures. ATTACHMENTS A. Procurement Summary 6. FundingIExpenditure Plan Prepared By: Henry Fuks, Deputy Executive Officer, Project Management Construction Management Support Services Contract No

14 ~rishniahw. Murthy Executive Director, Transit Project Delivery Arthur T. Leahy Chief Executive Officer Construction Management Support Services Contract No

15 ATTACHMENT A PROCUREMENT SUMMARY (PS ) CONSTRUCTION MAGEMENT SUPPORT SERVICES FOR RAIL CAPITAL PROJECTS Contract Number: PS Recommended Vendor: J. L. Patterson & Associates, Inc. Type of Procurement (check one) : IFB RFP [XI RFP - A&E [7 Non-Competitive Modification Task Order Procurement Dates: A. Issued: November 24,2010 B. AdvertisedIPu blicized: November 19, 2010 C. Pre-proposal1Pre-Bid Conference: December 22, 2010 D. ProposalsIBids Due: January 12,2011 E. Pre-Qualification Completed: March 17, 2011 F. Conflict of Interest Form Submitted to Ethics: March 18, 2011 G. Protest Period End Date: April 26, 2011 H. Small Business Commitment: 45% Solicitations Picked BidsIProposals Received: 7 upidownloaded: Contract Administrator: B. Mahaffey Project Manager:. J. Gleig Telephone Number: (21 3) Telephone Number: (21 3) A. Procurement Backaround A Request for Proposals was issued on November 24,201 0, to identify the most highly qualified contractor to furnish labor, materials, and other related items required for the performance of Construction Management Services on Metro Rail Facilities Capital Projects on a Time and Materials basis. The Contractor may be called on to furnish a full range of construction management services or to provide individual staff members to augment Metro staff. Work will be assigned as needed on a task order basis. The Contract will be for a term of 3 years, with 2 one-year options. Funding is contingent on fiscal year availability. Government Code 4525 et seq requires the selection of construction management contractors to be performed on the basis of professional qualifications. Price is not a factor in source selection. Construction Management Support Services Contract No

16 B. Backaround on Recommended Contractor J. L. Patterson & Associates, Inc. (JLP) located at 725 Town and Country Road, #300, Orange, CA has been providing construction management services for over 20 years, and has experience with the original construction of the Metro Blue Line and continuing with the Metrolink Commuter Rail System, as well as the Metro Red Line. JLP is well versed in Metro's meticulous requirements in managing construction of rail projects. C. Evaluation of ProposalsIBids JLP was determined to be the most qualified proposer based upon the Evaluation Team's review of all submitted proposals. The procurement is in compliance with Metro Acquisition Policies and Procedures, and California Government Code section 4525 et seq. The factors against which the proposals were evaluated were identified in the solicitation: o Experience with similar kinds of work. o Quality of Staff for the work to be done. o Understanding of the work. The Evaluation Team reviewed the contents of each proposal against the factors and subfactors and provided a rating of each proposal based on the maximum points allowed in each category; the proposals were ranked in descending order. Price is not a factor in the evaluation. See Attachment A-I for a complete list of proposers in alphabetical order. D. CostlPrice Analvsis Explanation of Variances Procurement staff will negotiate reasonable labor rates for each category of staff required by the statement of work, based on a thorough analysis of the rates proposed. The analysis includes, among other things, a comparison with similar firms offering the same services, a detailed analysis of rates and factors that will comprise the labor hour billing rates, and compliance with applicable accounting principles. If reasonable rates cannot be negotiated with the most highly qualified firm, negotiations will proceed, in order, to the next most qualified firm(s) until reasonable rates can be achieved. The pricing for each Task Order will be determined by applying the fixed negotiated labor rates plus the fee factor to the estimated number of labor hours required for the task to establish either a lump sum price or a Not-To-Exceed amount for each Task Order. Construction Management Support Services Contract No

17 BidIProposal Amount $ $ Staff Estimate RecommendedINegotiated Amount $ E. Small Business Participation (Completed by DEOD) The Diversity and Economic Opportunity Department (DEOD) recommended a Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) of 40% for this Time and Material task order procurement. JL Patterson & Associates, Inc. made a 40% DALP commitment. DEOD will monitor the proposers' DBE commitments based on the cumulative value of each task order issued. Small Business Goal 40% DALP Small Business Commitment 40% DALP Su bcontractor(s ) Kal Krishnan Consulting Services, Inc. Safework, Inc. MARRS Services, Inc. % Committed 14% 12% 14% Total Commitment 40% Construction Management Support Services Contract No

18 ATTACHMENT A-I LIST OF PROPOSERS BidderIProposer Name BidIProposal Amount Best and Final Offer Amount Note those that were disqualified as explained above: 1 Anil Verma Associates, Inc. 2 Berg & Associates, Inc. 3 Global Business Solutions, Inc. 4 Hill International 5 Owen Design Management 6 J. L. Patterson & Associates, Inc. 7 Yang Management, Inc. Construction Management Support Services Contract No

19 ATTACHMENT B Attachment B: Funding 1 Expenditure Plan Construction Management Support Services for Rail Capital Projects Capital Project FY 11 FY 12 FY 13 FY 14 TOTAL % of Total EscalatorIElevator Modernization Program (CP ) Vertical Systems Modernization Program - Elevator Installations (MRL - MBL) (CP ) 191, ,500 51, , ,900 51, , ,950 18% 21% MRL Stations Entrance Canopies (CP ) 23, ,150 64, ,550 14% Pasadena Gold Line Deficiencies (CP ) 9, , , ,850 20% 199, , ,750 28% Total Contract Cost: 708, ,350 2,500, % Source of Funds Various (e.g. Federal 5307, Prop A and C, PGL insurance settlement) 32,900 1,396, , ,350 2,500, % Construction Management Support Services Contract No

@ Metro OPERATIONS COMMITTEE MAY 19,201 1 SPACE PLANNINGIINSTALLATION SERVICES, AND WORKSTATIONS AWARD FIVE YEAR CONTRACT

@ Metro OPERATIONS COMMITTEE MAY 19,201 1 SPACE PLANNINGIINSTALLATION SERVICES, AND WORKSTATIONS AWARD FIVE YEAR CONTRACT @ Metro Metropolitan Transportation Authority One Gateway Plaza zi3.9zz.zooo Tel Los Angeles, CA gooiz-2952 metro.net OPERATIONS COMMITTEE MAY 19,201 1 SUBJECT: ACTION: SPACE PLANNINGIINSTALLATION SERVICES,

More information

bos Angefes County One Gateway Plaza i Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 rnetro.net

bos Angefes County One Gateway Plaza i Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 rnetro.net @ Metro bos Angefes County One Gateway Plaza 213.922 i Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 rnetro.net FINANCE & BUDGET COMMITTEE JULY 20,201 1 SUBJECT: GENERAL LIABILITY CLAIMS

More information

SYSTEM SAFETY AND OPERATIONS COMMITTEE SEPTEMBER 19,2013 METRO BLUE LINE TURNOUTS APPROVE CONTRACT AWARD RECOMMENDATION

SYSTEM SAFETY AND OPERATIONS COMMITTEE SEPTEMBER 19,2013 METRO BLUE LINE TURNOUTS APPROVE CONTRACT AWARD RECOMMENDATION One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE SEPTEMBER 19,2013 SUBJECT: ACTION: METRO BLUE LINE TURNOUTS APPROVE CONTRACT AWARD RECOMMENDATION

More information

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA metrc

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA metrc Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metrc OPERATIONS COMMITTEE NOVEMBER 19,2009 SUBJECT: BUS DIFFERENTIALS ACTION: AWARD CONTRACT

More information

Authorize the Chief Executive Officer to establish a bench of financial advisors with each of the recommended firms in two categories as follows:

Authorize the Chief Executive Officer to establish a bench of financial advisors with each of the recommended firms in two categories as follows: One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net 11 FINANCE, BUDGET AND AUDIT COMMITTEE JULY 17, 2013 SUBJECT: ACTION: FINANCIAL ADVISORS APPROVE BENCH CONTRACTS RECOMMENDATION

More information

SUBJECT: ELEVATORIESCALATOR MAINTENANCE AND REPAIR SERVICES

SUBJECT: ELEVATORIESCALATOR MAINTENANCE AND REPAIR SERVICES @ Metro Los Anples County One Gateway Plaza zi3.gzz.zooo Tel Metropolitan Transportation Authority Los Angeles, CA gooiz-zg5~ rnetro.net OPERATIONS COMMITTEE APRIL 21,201 1 SUBJECT: ELEVATORIESCALATOR

More information

PREFERRED PROVIDER ORGANIZATION (PPO) DISCOUNTS FOR WORKERS' COMPENSATION MEDICAL SERVICES

PREFERRED PROVIDER ORGANIZATION (PPO) DISCOUNTS FOR WORKERS' COMPENSATION MEDICAL SERVICES @ Metm 15 Metropolitan Tansportation Authority One Gateway Plaza 213.922.2000 Tel ~os Angefes, CA 90012-2952 metro.net FINANCE AND BUDGET COMMITTEE April 14, 201 0 SUBJECT: ACTION: PREFERRED PROVIDER ORGANIZATION

More information

APPROVE CONTRACT AWARD FOR INSURANCE BROKERAGE SERVICES

APPROVE CONTRACT AWARD FOR INSURANCE BROKERAGE SERVICES Metro Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213. 922. 2000 Tel metro. net FINANCE AND BUDGET COMMITTEE NOVEMBER 18, 2004 SUBJECT: CONTRACT NO. PS-5310-1573,

More information

CRENSHAW/LAX TRANSIT CORRIDOR PROJECT - PRELIMINARY ENGINEERING OPTION II

CRENSHAW/LAX TRANSIT CORRIDOR PROJECT - PRELIMINARY ENGINEERING OPTION II One Gateway Plaza Los Angeles. CA 90012-295; 16 MEASURE R PROJECT DELIVERY COMMITTEE SEPTEMBER 16, 2010 SUBJECT: ACTION: CRENSHAW/LAX TRANSIT CORRIDOR PROJECT - PRELIMINARY ENGINEERING OPTION II APPROVE

More information

APPROVE INCREASE TO L1FE-OF-PROJECT BUDGET

APPROVE INCREASE TO L1FE-OF-PROJECT BUDGET 44 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro.net CONSTRUCTION COMMITTEE JANUARY 16, 2014 PROJECT: ACTION: PATSAOURAS PLAZA BUSWAY STATION (PPBS) APPROVE INCREASE TO L1FE-OF-PROJECT

More information

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 900l THIRD PARTY ADMINISTRATION

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 900l THIRD PARTY ADMINISTRATION Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 900l2-2952 213.9~ 213.9~ metrq 32 CONSTRUCTION COMMITTEE SEPTEMBER 20, 2012 SUBJECT: ACTION: THIRD PARTY

More information

~Metro. Metro. Board Report SUBJECT: DIVISION 16: SOUTHWESTERN YARD PROJECT INCREASE LIFE-OF-PROJECT BUDGET AND AWARD DESIGN-BUILD CONTRACT C0991

~Metro. Metro. Board Report SUBJECT: DIVISION 16: SOUTHWESTERN YARD PROJECT INCREASE LIFE-OF-PROJECT BUDGET AND AWARD DESIGN-BUILD CONTRACT C0991 44 ~Metro Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File#: 2015-0221, Version: 1 CONSTRUCTION COMMITTEE MAY 21,2015

More information

BOARD OF DIRECTORS MEETING

BOARD OF DIRECTORS MEETING Revised 12/10/14 See Item No. 11 SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY BOARD OF DIRECTORS MEETING FRIDAY, DECEMBER 12, 2014 10:00a.m. LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY (METRO)

More information

AWARD CONTRACTS TO REPLACE EXPIRING LIQUIDITY FACILITY

AWARD CONTRACTS TO REPLACE EXPIRING LIQUIDITY FACILITY @ Metro Los Angeks County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA gooi2-2g52 FINANCE, BUDGET AND AUDIT COMMITTEE NOVEMBER 16,2011 I, SUBJECT: PROP C BONDS ACTION: AWARD

More information

Multiple Award Task Order Contracts (MATOC) Staff Augmentation Re-Procurement

Multiple Award Task Order Contracts (MATOC) Staff Augmentation Re-Procurement Multiple Award Task Order Contracts (MATOC) Staff Augmentation Re-Procurement David Salazar, Chief Facilities Executive, LACCD December 14, 2018 www.jacobs.com worldwide Agenda Welcome Program Vision Services

More information

SAN FRANCISCO COUNTY TRANSPORTATION AUTHORITY FISCAL POLICY

SAN FRANCISCO COUNTY TRANSPORTATION AUTHORITY FISCAL POLICY The Fiscal Policy is designed to guide decisions pertaining to internal fiscal management, including day-to-day operations, annual budget development and sales tax revenue allocation requirements of the

More information

City Council Agenda Report October 16, 2018

City Council Agenda Report October 16, 2018 City Council Agenda Report October 16, 2018 TO: FROM: BY: Honorable City Council Jesus M. Gomez, City Manager Gary DiCorpo, Deputy City Manager James C. Parker, Executive Director of Regional Transportation

More information

Debt. Summary of Policy. utilized in, lead and senior manager roles when appropriate

Debt. Summary of Policy. utilized in, lead and senior manager roles when appropriate Debt Summary of Policy The Debt Policy governs the issuance and management of all debt, including the investment of bond and lease proceeds not otherwise covered by the Investment Policy. The process for

More information

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA ACTION: AUTHORIZATION FOR LIFE OF PROJECT BUDGET INCREASE

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA ACTION: AUTHORIZATION FOR LIFE OF PROJECT BUDGET INCREASE Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 213.922.9200 Tel 213-922.9201 Fax metro. net 48 CONSTRUCTION COMMITTEE APRIL 17, 2014 SUBJECT:

More information

FINANCE, BUDGET AND AUDIT COMMITTEE SEPTEMBER 19, 2012

FINANCE, BUDGET AND AUDIT COMMITTEE SEPTEMBER 19, 2012 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net 11 FINANCE, BUDGET AND AUDIT COMMITTEE SEPTEMBER 19, 2012 SUBJECT: CONTRACT FOR FISCAL YEAR 2010-2012 TRANSPORTATION DEVELOPMENT

More information

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT

PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT ATTACHMENT A PROCUREMENT POLICY SAN MATEO COUNTY TRANSIT DISTRICT The San Mateo County Transit District ( District ) is organized and established pursuant to the San Mateo County Transit District Act,

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR SANTA BARBARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR Multi-Purpose Building Renovation Projects at Harding University Partnership School and Roosevelt

More information

COST REIMBURSABLE CONTRACT

COST REIMBURSABLE CONTRACT LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY CONTRACT NO. TBD (SOLICITATION TITLE) BETWEEN LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY AND (NAME OF CONTRACTOR TO BE FILLED IN AT

More information

ALL AGENCY SERVICE CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on March 21, 2018

ALL AGENCY SERVICE CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on March 21, 2018 ALL AGENCY SERVICE CONTRACT PROCUREMENT GUIDELINES Adopted by the Board on March 21, 2018 These guidelines (the Service Contract Guidelines ) apply to the Metropolitan Transportation Authority ("MTA"),

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

ORANGE COUNTY TRANSPORTATION AUTHORITY. CAMM Policy Manual. December 2017

ORANGE COUNTY TRANSPORTATION AUTHORITY. CAMM Policy Manual. December 2017 CAMM Policies ORANGE COUNTY TRANSPORTATION AUTHORITY CAMM Policy Manual December 2017 This document is a step-by-step description of the CAMM Policies to inform employees on the day to day policies for

More information

PURCHASE ALL RISK PROPERTY AND BOILER AND MACHINERY INSURANCE

PURCHASE ALL RISK PROPERTY AND BOILER AND MACHINERY INSURANCE 6 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net FINANCE, BUDGET AND AUDIT COMMITTEE APRIL 15, 2015 SUBJECT: ACTION: PROPERTYINSURANCEPROGRAM PURCHASE ALL RISK PROPERTY AND BOILER

More information

Board of Directors Meeting Monday March 26, :30 p.m.

Board of Directors Meeting Monday March 26, :30 p.m. Board of Directors Meeting Monday March 26, 2018 3:30 p.m. Intermodal Transportation Center (ITC) 1001 Jones Street, 2nd Floor Community Room Fort Worth, TX 76102 BOARD OF DIRECTORS MEETING AGENDA 3:30

More information

PROJECT: CONSTRUCTION CHANGE ORDER STREAMLINING INITIATIVE - PHASE I

PROJECT: CONSTRUCTION CHANGE ORDER STREAMLINING INITIATIVE - PHASE I 59 One Gateway Plaza Los Angeles, CA 90012-2952 213-922.: metro. net CONSTRUCTION COMMITTEE JULY 17, 2014 PROJECT: CONSTRUCTION CHANGE ORDER STREAMLINING INITIATIVE - PHASE I ACTION: AUTHORIZE CHANGES

More information

Food Services Procurement Policies and Procedures

Food Services Procurement Policies and Procedures Food Services Procurement Policies and Procedures Citizens of the World Los Angeles 5371 Wilshire Blvd., Suite 200 Los Angeles, CA 90036 www.citizensoftheworld.org CWC LA Procurement Policies and Procedures

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Los Angeles County One Gateway Plaza z.i Metropolitan Transportation Authority Los Angeles, CA gooi~-zg5z rnetro.net

Los Angeles County One Gateway Plaza z.i Metropolitan Transportation Authority Los Angeles, CA gooi~-zg5z rnetro.net @ Metro Los Angeles County One Gateway Plaza 213.92z.i Metropolitan Transportation Authority Los Angeles, CA gooi~-zg5z rnetro.net FINANCE AND BUDGET COMMITTEE January 19,201 1 SUBJECT: FYI1 FIRST QUARTER

More information

3043 Design-Build Contracts

3043 Design-Build Contracts 3043 Design-Build Contracts This policy is adopted pursuant to the Political Subdivisions Construction Alternatives Act (NEB. REV. STAT. 13-2901 through 13-2914). The board shall adopt a resolution by

More information

REVISED Supplemental Agenda

REVISED Supplemental Agenda REVISED Supplemental Agenda One Gateway Plaza 3 rd Floor Boardroom PLANNING AND PROGRAMMING COMMITTEE Wednesday, May 20, 2009 1:00 P.M. 6.1 RECEIVE AND FILE status report on the Metro Gold Line Foothill

More information

1 CCR PROCUREMENT RULES

1 CCR PROCUREMENT RULES Rule Changes Redlines 1 CCR 101-9 PROCUREMENT RULES ARTICLE 102 PROCUREMENT ORGANIZATION PART 2 DIVISION OF PURCHASING R-24-102-206 Contract Performance Outside the United States or Colorado R-24-102-206-01

More information

These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago:

These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago: 1. GENERAL PROVISIONS 1.1. Statement of Authority These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago: Section 2-92-410 of the Municipal Code of Chicago establishes

More information

RECAP OF PROCEEDINGS LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY

RECAP OF PROCEEDINGS LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY SUBJECT 1 APPROVE CONSENT CALENDAR S: 2, 6, 7, 8, 13, 18**, 19, 20, and 26 S 17, 32, 33, 35, 37**, 42 AND 44 WERE REMOVED FROM CONSENT CALENDAR. **REQUIRES 2/3 VOTE OF THE BOARD APPROVED A Y Y A Y Y Y

More information

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria CITY OF LARAMIE Policy Title: Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria Policy Number: 2014-01 Page 1 of

More information

Section 3 Participation Plan

Section 3 Participation Plan Section 3 Participation Plan TOWNSHIP/VILLAGE/CITY/COUNTY OF For Section 3 Covered Contracts Background: Section 3 of the Housing and Urban Development Act of 1968, as amended, ("Section 3") requires that

More information

AUTHORIZATION TO ENTER INTO A CONTRACT WITH WALKER PARKING CONSULTANTS FOR PROJECT MANAGEMENT SERVICES FOR PARKING FACILITIES MAINTENANCE PROJECTS

AUTHORIZATION TO ENTER INTO A CONTRACT WITH WALKER PARKING CONSULTANTS FOR PROJECT MANAGEMENT SERVICES FOR PARKING FACILITIES MAINTENANCE PROJECTS TO: FROM: SUBJECT: Honorable Mayor and City Council Department of Transportation AUTHORIZATION TO ENTER INTO A CONTRACT WITH WALKER PARKING CONSULTANTS FOR PROJECT MANAGEMENT SERVICES FOR PARKING FACILITIES

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS. LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 REQUEST FOR BID BID NO. O51209-S THIS IS NOT AN

More information

Lessons Learned: Construction Bidding & Procurement Item D.1

Lessons Learned: Construction Bidding & Procurement Item D.1 Lessons Learned: Construction Bidding & Procurement Item D.1 Facilities Subcommittee Meeting February 28, 2017 Bid Limits The District must competitively bid any contract involving an expenditure of: Bid

More information

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No REQUEST FOR STATEMENT OF QUALIFICATIONS FOR CITYWIDE WA YFINDING DESIGN SERVICES PUBLIC WORKS PROJECT No. 2016-25 CITY OF COMMERCE, CALIFORNIA PUBLIC WORKS AND DEVELOPMENT SERVICES DEPARTMENT Approved

More information

Board of Directors Governance & Policies

Board of Directors Governance & Policies Resolution No.: 16-46 Procurement Responsible Department: Finance and Accounting Effective Date: October 18, 2016 Supersedes: April 21, 2015 (Res. 15-12) Personnel Covered: All Employees POLICY STATEMENT

More information

OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION

OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION OFFICE OF STATE AID ROAD CONSTRUCTION MISSISSIPPI DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NO. 4 DATE: 10/25/2002 SUBJECT: DISADVANTAGED BUSINESS ENTERPRISES IN FEDERAL-AID HIGHWAY CONSTRUCTION This

More information

Los Angeles County Metropolitan Transportation Authority (Metro)

Los Angeles County Metropolitan Transportation Authority (Metro) Los Angeles County Metropolitan Transportation Authority (Metro) S M A L L B U S I N E S S E N T E R P R I S E ( S B E ) P R O G R A M February 2015 Revised Diversity and Economic Opportunity Department

More information

FY METROLINK BUDGET AND LACMTA'S COMMUTER RAIL PROGRAM

FY METROLINK BUDGET AND LACMTA'S COMMUTER RAIL PROGRAM 9 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2ooo Tel metro. net FINANCE, BUDGET AND AUDIT COMMITTEE JUNE 19, 2013 SUBJECT: ACTION: FY 2013-14 METROLINK BUDGET AND LACMTA'S COMMUTER RAIL PROGRAM

More information

Los Angeles County One Gateway Plaza z13.9zz.20~ Metropolitan Transportation Authority Los Angeles, CA metro.net

Los Angeles County One Gateway Plaza z13.9zz.20~ Metropolitan Transportation Authority Los Angeles, CA metro.net @ Metro Los Angeles County One Gateway Plaza z13.9zz.20~ Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro.net FINANCE, BUDGET AND AUDIT COMMITTEE APRIL 18, 2012 SUBJECT: ACTION: PROPERTY

More information

Metro. Board Report. File #: , File Type: Budget Agenda Number: 3.

Metro. Board Report. File #: , File Type: Budget Agenda Number: 3. Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0444, File Type: Budget Agenda Number: 3. SAFE BOARD MEETING

More information

DEBT POLICY March 2013

DEBT POLICY March 2013 DEBT POLICY March 2013 TABLE OF CONTENTS I. Introduction... 1 II. Scope and Authority... 1 III. Capital Budgeting and Debt Issuance Process... 2 A. Capital Budgeting... 2 B. Debt Financing... 2 IV. Debt

More information

TRANSMITTAL DATE PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES AWARD OF CONTRACTS WITH AECOM, BERG & ASSOC., CH2M HILL, IEM AND SIMPLUS

TRANSMITTAL DATE PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES AWARD OF CONTRACTS WITH AECOM, BERG & ASSOC., CH2M HILL, IEM AND SIMPLUS TO Eugene D. Seroka, Executive Director Harbor Department FROM The Mayor TRANSMITTAL DATE AR 0 6 20!5 0150-103 59-0000 COUNCIL FILE NO. COUNCIL DISTRICT 15 PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES

More information

CALIFORNIA AREA SCHOOL DISTRICT

CALIFORNIA AREA SCHOOL DISTRICT No. 150.3 CALIFORNIA AREA SCHOOL DISTRICT SECTION: TITLE: PROGRAMS FEDERAL PROGRAMS PROCUREMENT ADOPTED: September 21, 2016 REVISED: 150.3 FEDERAL PROGRAMS PROCUREMENT The District maintains the following

More information

City of Palo Alto (ID # 6600) City Council Staff Report

City of Palo Alto (ID # 6600) City Council Staff Report City of Palo Alto (ID # 6600) City Council Staff Report Report Type: Consent Calendar Meeting Date: 3/21/2016 Summary Title: Underground Utility Locating Services Title: Approval of Amendment One to Contract

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

Metro. 2nd REVISED FINANCE, BUDGET AND AUDIT COMMITTEE JANUARY 14, 2015 SUBJECT: FY16 BUDGET PLANNING PARAMETERS RECOMMENDATION

Metro. 2nd REVISED FINANCE, BUDGET AND AUDIT COMMITTEE JANUARY 14, 2015 SUBJECT: FY16 BUDGET PLANNING PARAMETERS RECOMMENDATION Metro Los Angeles County One Gateway Plaza 2i3.gz2.2000 Tel Metropolitan Transportation Authority Los Angeles, CA 9ooi2-2952 metro.net 2nd REVISED FINANCE, BUDGET AND AUDIT COMMITTEE JANUARY 14, 2015 SUBJECT:

More information

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY RELEASED ON MARCH 21, 2017 PROPOSAL DUE DATE: APRIL 27, 2017 @ 3:00 PM March 21, 2017 NOTICE INVITING SEALED PROPOSALS,

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

REQUEST FOR PROFESSIONAL SERVICES

REQUEST FOR PROFESSIONAL SERVICES REQUEST FOR PROFESSIONAL SERVICES Request for Proposals (RFP) Insurance Brokerage Services For the Port of Hueneme (Owned by the OXNARD HARBOR DISTRICT) RFP: POH-FY-18-002 February 15, 2018 DUE DATE: MARCH

More information

COUNTY OF SANTA BARBARA,

COUNTY OF SANTA BARBARA, NOTICE TO BIDDERS Notice is hereby given that the General Services Department, County of Santa Barbara will receive bids for: COUNTY OF SANTA BARBARA, General Building Construction Job Order Contract Project

More information

1/1/2016. Chatham County Purchasing Ordinance

1/1/2016. Chatham County Purchasing Ordinance 1/1/2016 Chatham County Purchasing Ordinance TABLE OF CONTENTS PART 1 GENERAL PROVISIONS Section I Scope 6 Section II - Exclusions from Competitive Requirements 6 Section III - Application of Federal and

More information

FTA PROCUREMENT PROCEDURES MANUAL NORTHWESTERN INDIANA REGIONAL PLANNING COMMISSION

FTA PROCUREMENT PROCEDURES MANUAL NORTHWESTERN INDIANA REGIONAL PLANNING COMMISSION FTA PROCUREMENT PROCEDURES MANUAL NORTHWESTERN INDIANA REGIONAL PLANNING COMMISSION JUNE 2012 2 Procedures Overview:... 5 Section 1: Introduction:... 6 1.1 Overview:... 6 1.2 About the Commission:... 6

More information

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.

QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO. QUESTIONS - ANSWERS - CLARIFICATIONS CITY OF STOCKTON BICYCLE MASTER PLAN UPDATE FEDERAL PROJECT NO.: ATPLNI-5008(141) PROJECT NO.: PW1436 Please Note: The submittal deadline for the Request for Proposal

More information

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF EQUIPMENT LISTED BELOW:

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF EQUIPMENT LISTED BELOW: LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 REQUEST FOR BID BID NO. 07-1206-S THIS IS NOT AN

More information

LOS ANGELES UNIFIED SCHOOL DISTRICT

LOS ANGELES UNIFIED SCHOOL DISTRICT LOS ANGELES UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL (RFP) NO.: 0800907-110 (1) INFORMATION TECHNOLOGY (IT) STAFF AUGMENTATION; AND (2) CONSULTING SERVICES FOR IT-RELATED PROJECTS (BENCH) SAP SUPPORT

More information

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California April 27, 2017 Subject: Request for Proposals Engineering Design Services and Construction Management for the Sewer Lining Project on Cypress, Essexfells, Vega, and Florentina. The City of Alhambra is

More information

U.S. Employment Plan Workbook Overview

U.S. Employment Plan Workbook Overview U.S. Plan Workbook Overview WORKBOOK OVERVIEW: There are (4) worksheets. 1) The Instructions worksheet provides directions for completing the Price Trade-off Workbook. 2) The Summary Price Adjustment Value

More information

4.11 Procurement Procedures with Federal Funds

4.11 Procurement Procedures with Federal Funds 4.11 Procurement Procedures with Federal Funds I. Purpose The purpose of this policy is to establish guidelines that meet or exceed the procurement requirements for the purchase of goods (apparatus, supplies,

More information

Chapter 3.24 PURCHASING PROCEDURES

Chapter 3.24 PURCHASING PROCEDURES Page 1/8 Chapter 3.24 PURCHASING PROCEDURES Sections: 3.24.003 Definitions. 3.24.005 Types of contracts. 3.24.010 Service contracts. 3.24.020 Guidelines for service contracts. 3.24.030 Repealed. 3.24.040

More information

SPECIAL BULLETIN. LOS ANGELES CITY ETHICS COMMISSION 200 North Spring Street, Suite 2410 Los Angeles CA (213) ethics.lacity.

SPECIAL BULLETIN. LOS ANGELES CITY ETHICS COMMISSION 200 North Spring Street, Suite 2410 Los Angeles CA (213) ethics.lacity. SPECIAL BULLETIN LOS ANGELES CITY ETHICS COMMISSION 200 North Spring Street, Suite 2410 Los Angeles CA 90012 (213) 978-1960 ethics.lacity.org New Charter Amendment Limits Bidder Contributions and Fundraising

More information

City of Charlotte Uniform Guidance Procurement Policy

City of Charlotte Uniform Guidance Procurement Policy City of Charlotte Uniform Guidance Procurement Policy I. Objective The objective of this Policy is to establish guidelines that meet or exceed the procurement requirements for purchases of goods (apparatus,

More information

Quote A written or verbal price a supplier can provide for material or services for a specified period of time.

Quote A written or verbal price a supplier can provide for material or services for a specified period of time. METROPOLITAN DOMESTIC WATER IMPROVEMENT DISTRICT PROCUREMENT POLICY NOVEMBER 14, 2018 PURPOSE The purpose of the Procurement Policy is to ensure the prudent and economical use of public monies in the best

More information

OKEECHOBEE COUNTY PROCUREMENT POLICY

OKEECHOBEE COUNTY PROCUREMENT POLICY OKEECHOBEE COUNTY PROCUREMENT POLICY I. SCOPE Purchasing authority is vested in the Office of the County Administrator, subject to limitations prescribed herein. This policy applies to expenditure(s) of

More information

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts. BOARD POLICY NO. 024 PROCUREMENT AND CONTRACTING CONSTRUCTION Purpose To establish a method for administering SANDAG construction contracts. Background Public Utilities Code section 132352.4 states that

More information

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES

CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES CITY OF LOS ANGELES REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT SERVICES MAY 31, 2017 1 I. INTRODUCTION AND BACKGROUND 1. Invitation The City of Los Angeles is seeking qualified consultants to

More information

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting Alameda Corridor Maintenance Services RFP Pre-Proposal Meeting September 5, 2018 Disclaimer: If there is any conflict between the information contained in the presentation and that contained in the RFP,

More information

Section 7000 Procurement

Section 7000 Procurement Section 7000 Procurement Table of Contents 7100 Conflicts of Interest 7110 Conduct of Employees 7200 Procurement Methods 7210 Small Purchase 7220 Competitive Sealed Bids 7230 Competitive Negotiation 7240

More information

Los Angeles World Airports

Los Angeles World Airports Los Angeles World Airports =1 TM RESOLUTION NO. 26450 WHEREAS, on recommendation of Management, there was presented for approval, a thirty (30)-year Design-Build-Finance-Operate-Maintain Agreement with

More information

Metro Orange Line Extension

Metro Orange Line Extension Metro Orange Line Extension quarterly project status report 10-1265cmc 2010 lacmta Santa Susana Wash STRATHERN SATICOY SHERMAN VANOWEN ERWIN TOPANGA CYN BL TOPANGA CYN BL 27 ROSCOE BL Roscoe ROSCOE BL

More information

Additional Staff Positions for the Capital Program

Additional Staff Positions for the Capital Program Finance & Administration Committee Action Item III-D April 14, 2011 Additional Staff Positions for the Capital Program Washington Metropolitan Area Transit Authority Board Action/Information Summary Action

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

Federal and State Grant Procurements. Procurement and Contracts Division

Federal and State Grant Procurements. Procurement and Contracts Division 1. OBJECTIVE: The purpose of this is to provide guidance regarding the selection of contractors and the procurement of contracts funded by State and federal financial assistance. This is also designed

More information

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation Request for Proposal #2036 Orange Coast College Exterior Lighting Energy Efficiency Project Implementation I. NOTICE A. Statement of Proposal NOTICE IS HEREBY GIVEN that Coast Community College District

More information

Metro. Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room. Los Angeles, CA. RECAP of Proceedings

Metro. Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room. Los Angeles, CA. RECAP of Proceedings Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA RECAP of Proceedings Thursday, January 25, 2018 9:00 AM One Gateway Plaza, Los Angeles,

More information

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH REQUEST FOR PROPOSAL FOR Full Cost Allocation Plan and Citywide User Fee and Rate Study Finance Department CITY OF HUNTINGTON BEACH Released on October 17, 2007 Full Cost Allocation Plan and Citywide User

More information

DATE: March 27, THROUGH: Ana Ruiz, General Manager. Susanna Chan, Assistant General Manager. SUBJECT: Contractor Outreach

DATE: March 27, THROUGH: Ana Ruiz, General Manager. Susanna Chan, Assistant General Manager. SUBJECT: Contractor Outreach DATE: March 27, 2019 MEMO TO: Board of Directors THROUGH: Ana Ruiz, General Manager FROM: Susanna Chan, Assistant General Manager SUBJECT: Contractor Outreach BACKGROUND The Midpeninsula Regional Open

More information

PUBLIC PROCUREMENT FOR CONSTRUCTION PROJECTS

PUBLIC PROCUREMENT FOR CONSTRUCTION PROJECTS PUBLIC PROCUREMENT FOR CONSTRUCTION PROJECTS 4/20/2018 Dorothy McCarty, AIA, LEED AP Samuel B. Cavnar, Attorney Robbins Schwartz Agenda Purpose and Introductions Overview of Rules Public Bidding Negotiation

More information

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,

More information

PLACER COUNTY TRANSPORTATION PLANNING AGENCY ATTORNEY SERVICES

PLACER COUNTY TRANSPORTATION PLANNING AGENCY ATTORNEY SERVICES REQUEST FOR PROPOSAL FOR CONSULTING SERVICES PLACER COUNTY TRANSPORTATION PLANNING AGENCY ATTORNEY SERVICES The Placer County Transportation Planning Agency is seeking proposals from qualified consultants

More information

Los Angeles County One Gateway Plaza 213.gzz.z1 Metropolitan Transportation Authority Los Angeles, CA metro.net

Los Angeles County One Gateway Plaza 213.gzz.z1 Metropolitan Transportation Authority Los Angeles, CA metro.net @ Metro Los Angeles County One Gateway Plaza 213.gzz.z1 Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro.net FINANCE, BUDGET AND AUDIT COMMITTEE JANUARY 18,201 2 SUBJECT: IMMIGRANT

More information

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014 PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014 Table of Contents PREFACE... 3 I. INTRODUCTION... 4 II. GENERAL... 4 A. Purpose... 4 B. Applicability... 5 C. Delegation of Authority...

More information

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 REQUEST FOR PROPOSALS for SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017 City of Culver City FINANCE DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507 PROPOSAL DUE: January

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY. Procurement Regulations Effective Date: June 12, 2009

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY. Procurement Regulations Effective Date: June 12, 2009 DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY Procurement Regulations Effective Date: June 12, 2009 Amended 01/25/2012 DC Water logo and name Amended 09/18/2009 Subsection 5332.4 Categorical Exemptions,

More information

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or ISSUE DATE: June 25, 2018 REQUEST FOR PROPOSALS Terrace Cottages The Housing Authority of the County of Kern (Authority) is seeking the Professional Services of an Architectural firm, for the purpose of

More information

Town of Waldoboro Public Works Department REQUEST FOR BIDS

Town of Waldoboro Public Works Department REQUEST FOR BIDS PROJECT TITLE: Roadside Mowing BID DUE DATE: May 24, 2016, 11:00 A.M. Town of Waldoboro Public Works Department REQUEST FOR BIDS ESTIMATED TIME PERIOD FOR CONTRACT: July 1 to July 31, 2016 BIDDER ELIGIBILITY:

More information

FFY DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL FOR FEDERAL TRANSIT ADMINISTRATION (FTA) ASSISTED CONTRACTS

FFY DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL FOR FEDERAL TRANSIT ADMINISTRATION (FTA) ASSISTED CONTRACTS FFY 2019-2021 DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL FOR FEDERAL TRANSIT ADMINISTRATION (FTA) ASSISTED CONTRACTS In accordance with 49 CFR Part 26 and as a condition of federal financial assistance

More information