@ Metro OPERATIONS COMMITTEE OCTOBER 21,201 0 METRO FREEWAY SERVICE PATROL

Size: px
Start display at page:

Download "@ Metro OPERATIONS COMMITTEE OCTOBER 21,201 0 METRO FREEWAY SERVICE PATROL"

Transcription

1 @ Metro Metropolitan Transportation Authority One Gateway Plaza 213.g Tel Los Angeles, CA metro.net OPERATIONS COMMITTEE OCTOBER 21,201 0 SUBJECT: ACTION: METRO FREEWAY SERVICE PATROL AUTHORIZE THE AWARD AND MODIFICATION OF CONTRACTS, AND OPERATIONAL RESTRUCTURING RECOMMENDATION Authorize the Chief Executive Officer to: A. Execute nine (9) Metro Freeway Service Patrol (FSP) contracts in an amount not to exceed $1 1,278,330. Beat Contract Contractor Amount Contract Period FSPI 1-4 L.A. Car Carrier FSPI 1-8 Freeway Towing, Inc. FSPI 1-12 Bob & Dave's Towing, Inc. FSPI 1-14 Kenny's Auto Service FSPI 1-16 Frank Scotto Towing FSPI 1-20 Bob & Dave's Towing, Inc. FSPll-24 T.G. Tow, lnc. FSPI 1-40 Lara's Tow Service, Inc. FSPI 1-41 Encino Towing, LLC $ 1,881,245 $ 1,284,488 $ 972,369 $ 960,741 $ 1,155,694 $ 972,369 $ 1,398,815 $ 1,204,606 $ 1,448,004 04/01/11-02/28/1 4 03/01/11-01/31/14 04/01/11-03/31/13 02/01 /I 1-12/31/12 02/01/11-12/31/12 03/01/11-02/28/1 3 03/01/11-12/31/13 04/01/11-03/31 /I /I 1-12/31/13 Total $1 1,278,331 B. Negotiate and execute contract modifications for a total amount not-toexceed $3,423,000 (Attachment B). C. Restructure current FSP operations to create a regional structure.

2 New Contract Award The nine (9) contracts recommended for Board approval will allow the FSP Program to continue assisting stranded freeway motorists in Los Angeles County. All nine (9) contracts are for existing FSP beats with expiring contracts. The recommendation includes three new contractors to the FSP Program - L.A. Car Carrier; Freeway Towing, Inc.; and Encino Towing, LLC. One of the recommended contractors, T.G. Tow, Inc. is a certified MBE firm resulting in 100% participation for that contract ($1,398,815) and overall 10% participation for the procurement. The award of these contracts will ensure that FSP continues to provide service on six different freeway segments covering approximately 108 freeway miles. The latest benefit-to-cost data estimates that these nine contracts will provide an average benefit of $10.91 to every $1 expended. Contract Modifications The contract modification authority will enable MTA to negotiate modifications with current contractors to extend the contract period, cover service through redeployment for vacatedlexpired contracts andlor restore contract value which was used in support of freeway construction and other operational redeployments. Over the last two procurement cycles, staff has worked on updating the contract periods to better distribute the termination dates for all thirty-nine (39) contracts. Historically, FSP has grouped the expiration of contracts to ensure a more efficient and effective procurement process, while keeping the disruption to FSP operations to a minimum. However, over the course of a number of years and procurement cycles, the expiration dates of the contracts have drifted resulting in a disproportionate distribution. Staff has taken steps to correct the distribution through new contract and contract modification action. This recommendation will enable staff to take the appropriate contract modification action on a total of sixteen (16) contracts to extend the contract period in support of future procurement actions. If any of the contractors decline the offer to extend their contract or it is determined that it is in the best interest of MTA to not offer an extension, then the funds identified in support of the extension will be used to modify other existing FSP contracts to ensure that service continues to be provided until new contracts have been secured. In addition to the aforementioned contract modifications, certain contracts have either exhausted or are close to using all their contract value due to redeployment support work. The redeployment support enables FSP to provide traffic mitigation support for freeway construction (Metro project and other Caltrans construction projects) and deal with other freeway operational issues that arise during the contract period (special events, support another contractor to provide service). To ensure there are sufficient funds to complete the term of the contracts, to meet future unanticipated operational issues and to continue supporting freeway construction work, these contracts require a modification of the contract

3 authority. While FSP construction support is fully reimbursed, the expended contract authority cannot be recovered without the Board's approval for additional contract modification authority, thereby, hindering the ability of FSP to react to future freeway construction or operational issues. Operational Restructurinq The Metro FSP program currently operates 39 light duty tow service contracts covering over 450 center line miles on all major freeways throughout Los Angeles County. In addition, Metro FSP also operates 2 heavy duty (big rig) service patrol contracts on the and SR-91. The light duty service is operated by 24 independent contractors, operating over 150 vehicles and managed by approximately 2 MTA staff, 8 CHP officers and 7 CHP dispatchers. This current FSP operating structure has generally been in place since the program's inception in the early 1990's. Previous modifications to the FSP program include system expansion in the mid- 1990s and again in 2005; Big Rig Service Patrol implementation in 2005; and the implementation of the "super-beat" concept in 2007, whereby two adjoining beats were merged to form a single larger beat. All of these changes have proven to be beneficial and are currently part of the overall FSP program. In an effort to review the current FSP operations and identify additional opportunities to improve, an evaluation was conducted. The evaluation identified eight (8) recommendations: Beat Consolidation/Regionalization; Point System for Bid Selection; Increased Management Staffing; Archiving Penalty Information; Revision of the Violation and Penalty Structure; Consider a Single Fleet; Consider Adopting Official Police Garage (OPG) Standards; Consider Adopting Towing Recovery Association of America (TRAA) Standards; The majority of these recommendations can and will be considered as part of the normal operational improvements and are somewhat dependent upon the implementation of the regionalization of FSP operations. For example, if FSP proceeds, upon Board approval, with the regionalization of the program, then the recommendations regarding the procurement process, violation and penalty structure, single fleet, OPG standards and TRAA standards will take a different implementation path compared to proceeding with these recommendations under the current FSP operational structure. Due to a variety of factors including the following: 1) the number of contracts; 2) the number of vehicles; 3) the number of contractors; 4) the freeway miles covered and operating hours; and 5) other related operational and management items, the overall administration of the FSP program as currently structured is not as efficient and effective as possible. Proceeding with the recommendation to restructure the FSP light duty tow service structure into six (6) regions and providing a contractor responsible for each region will help improve the efficiency and

4 effectiveness of the FSP program. More specifically, it is anticipated by the implementation of a regional operation will produce the following benefits: lmproved management of FSP operations. With a decrease in the number of contractors, FSP management staff (MTA and CHP) will be in a better position to provide overall management and oversight for the FSP program. lmproved communications between MTA, CHP and the contractor will be realized; improvements to the quality of the service provided can be identified and realized; improvements to the management of the truck operators by the contractor can be realized; possible standardization of the FSP fleet within a region can be established; reduction in the use of redeployment actions which cause additional administrative work for MTA, CHP and the contractors can be realized, as well as other operational improvements. Require Small Business participation goals. The larger regional contracts will enable MTA to firmly establish small business participation goals that the current structure does not support. Current FSP beat contracts are not large enough for contractors to effectively subcontract portions to other businesses. In addition, the current process does not provide any incentive for a tow truck firm to be registered or qualified as a small business. By consolidating a number of existing contract beats into regions, there will be sufficient opportunities to subcontract to small business firms and MTA will be in a better position to create a process that will provide a benefit for small businesses to register. Potentially lower program costs by reducing the number of vehicles. Currently each contract is required to maintain a fully equipped and certified backup truck in order to ensure that the service will be provided with minimal service disruptions. Contractors build the cost of the backup truck (approximately $85,000) into the hourly rate that they bid to win a contract. If primary vehicles are in good working order, backup trucks are seldom used for FSP service but the cost of the vehicle remains a program cost. By consolidating several beatslcontracts into a region, there may be an opportunity to reduce the overall number of required back-up trucks thereby reducing operational costs. lmproved ability to manage and adjust to traffic situations. Currently each beat is assigned a certain number of vehicles and those vehicles are tied to the beat by the contract. With the implementation of a region, MTA, CHP and Caltrans will be in a better position to reallocate the FSP vehicles within the region to respond to short and long-term situations (SigAlerts or long-term traffic pattern changes). In the current structure to reallocate a vehicle from one beat to another requires a contractual redeployment action. This process does not lend itself to

5 responding to shortlquick needs nor long-term situations as the process will impact one, two or more contracts andlor contractors. The proposed new FSP operational structure will create six (6) regions (Attachment D) each consisting of six to seven beats. If approved, staff will take immediate steps to begin the restructuring process with the goal of starting the regions within the next two procurement cycles and implementing a maximum of two regions per year. FINANCIAL IMPACT The funding of $1 1,278,331 for the nine contract recommendations and $3,423,000 for modifications to existing contracts is included in the FYI 1 budget in cost center Freeway Service Patrol under project number Freeway Service Patrol, account Contract Services. Since these are multi-year contracts, the cost center manager and Executive Director, Highway Programs will be accountable for budgeting the cost in future years. In FY10, $19,741,700 was expended on the Metro Freeway Service Patrol contracts. Impact to Enterprise Fund Bus and Rail Operating Budget There is no impact to the Bus and Rail Enterprise Fund. The Metro FSP program is funded through a combination of Proposition C 25% Sales Tax, State and SAFE funds. The Board may decide not to authorize the execution of these contracts. This alternative is not recommended because without these contracts we would be unable to continue providing this valuable and highly productive congestion fighting tool on approximately 108 centerline freeway miles. The Board may decide not to authorize the negotiation and execution of contract modifications. This alternative is not recommended as it will adversely impact sixteen (16) existing contracts and the services provided by those contracts. The Board may decide not to authorize the operational restructuring. This alternative is not recommended as it will delay the ability to introduce operational efficiencies which will improve the overall effectiveness of the FSP program.

6 ATTACHMENTS) A. Procurement Summary A-I. Procurement History A-2. List of Subcontractors A-3 Small Business Outreach Report B. Contract Modifications Summary C. Regional Beat Structure D. Current FSP Beat Map E. Proposed FSP Regional Beat Map Prepared by: John Takahashi, Motorist Services Program Administrator Ken Coleman, Motorist Services Program Manager Ted Sparkuhl, Sr. Contract Administrator

7 Executive birector, Highway Program hur T. Leahy 0 " '

8 BOARD REPORT ATTACHMENT A PROCUREMENT SUMMARY METRO FREEWAY SERVICE PATROL Contract Number: FSPI 1-4, 8, 12, 14, 16, 20, 24, 40 and 41 Recommended Vendor: Various CostIPrice Analysis Information: A. Bid/Proposed Price: $1 1,278,331 Recommended Price: $1 1,278,331 B. Details of Significant Variances are in Attachment A-1.D Contract Type: Fixed Unit-Rate' Procurement Dates: A. Issued: 06/02/10 B. Advertised: 06/05/10 C. Pre-bid Conference: D. Bids Due: 06/30/10 E. Pre-Qualification Completed: 08/26/1 0 F. Conflict of Interest Form Submitted to Ethics: 09/16/10 Small Business Participation: A. BidIProposal Goal: 0.0% No VALP recommended Date Small Business Evaluation Completed: Small Business Commitment: 0% commitment for 8 contracts; 100% commitment for 1 contract at $1.3M Details are in Attachment A-2 Invitation for BidIRequest for Proposal Data: Bids Picked up: 58 Evaluation Information: A. Bidders Names: Bids Received: Bid Amount: 24 Best and Final Offer Amount: N/A List of bidders is in Attachment A-1. $1 1,278,331 B. Evaluation Methodology: Describe Methodology Details are in Attachment A-1.C Protest Information: A. Protest Period End Date: B. Protest Receipt Date: C. Disposition of Protest Date: Contract Administrator: W. T. (Ted) Sparkuhl Project Manager: John Takahashi Telephone Number: Telephone Number:

9 A. Background on Contractors BOARD REPORT ATTACHMENT A-I PROCUREMENT HISTORY METRO FREEWAY SERVICE PATROL All contractors have been in the towing business for at least three years. Each contractor must meet certain vehicle and facility qualifications in order to be considered for contract award. All contractors recommended for award have met the facility and vehicle inspection requirements. Contractors are limited to an award of no more than two contracts (beats) each. 6. Procurement Back~round Seven (7) bidders were disqualified resulting from their failure to meet responsive and responsibility criteria of the solicitation requirements. The disqualified bidders are J&M Towing for failing to submit pre-qualification documents; Hovanwil, Inc., dba Jon's Towing for incurring suspensions from a current Metro FSP contracts; Navarro's Towing for having been suspended from their last FSP contract; Sonic Towing, Inc. for failing to properly execute the FSPI 1 bid letter; Sunset Tow, Inc. for failing to respond to Metro inquiries for additional information; Top Towing for failing vehicle inspection requirements; and Walton Auto Wrecking & Towing for failing to submit a complete bid letter. L. A. Car Carrier and Pepe' Towing were disqualified but later reinstated upon challenge. Navaro's Towing and Sonic Towing challenged their disqualification from FSPI 1. Their challenges were denied after the Director of Contracts upheld staff's determination that the Protestor's bids were non-responsive to the IF6 requirements. The recommended bid price of $1 1,278,331 for contracts of varying lengths between twentyfour (24) and thirty-five (35) months is based on hourly unit rates stated in different bids received from twenty-four (24) bidders. These unit rates were determined to be fair and reasonable based on price analysis selection of the lowest responsible and responsive bidders. The Diversity and Economic Opportunity Department (DEOD) did not recommend an MNVBE Voluntary Anticipated Level of Participation (VALP) for this procurement. However, one of the nine successful bidders is a certified MBE firm with 100% MBE participation.

10 DEOD recently conducted an outreach effort to increase small business participation on Metro's FSP Program (see Attachment A-3) C. Evaluation of Bids All bidders recommended for award are in full compliance with the technical and bid specifications. D. CostlPrice Analysis Explanation of Variances The recommended unit rates are higher on just over half of the beats - 56% - than the current historical unit rates because of escalation and increases in the cost of labor, insurance and the uncertainty of fuel prices over the terms of the contracts. There were four (4) beats where bid rates were lower than the historical rates which are the result of competition. The unit rates were determined to be fair and reasonable based upon selection of the lowest, responsive, responsible bidders.

11 Beat Contract FSPI 1-4 FSPI 1-8 FSPI FSPI 1-14 FSPI 1-16 FSPI 1-20 FSPll-24 FSPI 1-40 FSPI 1-41 Contractor L.A. Car Carrier Freeway Towing, Inc. Bob & Dave's Towing, Inc. Kenny's Auto Service Frank Scotto Towing Bob & Dave's Towing, Inc. T.G. Tow, lnc. Lara's Tow Service, Inc. Encino Towing, LLC MBENVBE No No No No No No Yes No No LIST OF BIDDERS No Company Al's Towing (Pavon Enterprises, Inc.) All City Tow Service Bob & Dave's Towing, Inc. Classic Club Service Disco Auto Sales, Inc., dba Hollywood Car Carrier Service Encino Towing, LLC Freeway Towing, Inc. Girard and Peterson, Inc. J&M Towing, LLC Jon's Towing (Hovanwil, Inc.) Kenny's Auto Keystone Towing L.A. Car Carrier Lara's Tow Service, Inc. Mighty Transport, Inc., dba Frank Scotto Towing Navaro's Towing Pepe's Towing Reliable Delivery Service Royal Coaches Sonic Towing Sunset Towing T.G. Towing, Inc. TopTowing Walton Auto Wrecking and Towing

12 BOARD REPORT ATTACHMENT A-2 LIST OF CONTRACTORS METRO FREEWAY SERVICE PATROL Contractors L.A. Car Carrier Freeway Towing, Inc. Bob & Dave's Towing, Inc. Kenny's Auto Service Frank Scotto Towing Bob & Dave's Towing, Inc. T.G. Tow, lnc. Lara's Tow Service, Inc. Encino Towing, LLC Amount of Contract $1,881,245 $ 1,284,488 $ 972,369 $ 960,741 $ 1,155,694 $ 972,369 $ 1,398,815 $ 1,204,606 $ 1,448,004 Certification Status Certified MBE % Participation 100%

13 BOARD REPORT ATTACHMENT A-3 SMALL BUSINESS OUTREACH METRO FREEWAY SERVICE PATROL A survey was distributed to participating companies who currently provide tow truck services for Metro. The purpose of the survey was to determine if any of the tow truck companies would be interested or eligible to become certified small businesses through Metro. The Diversity & Economic Opportunity Department (DEOD) developed and conducted a special outreach workshop for tow truck companies in efforts to encourage owners to become certified small businesses. On Tuesday, August 17, 2010, DEOD hosted a two-hour special workshop to inform tow truck owners about small business certification, and to advise them on how to become certified with Metro. Out of the twenty-one companies that were invited, eleven companies attended the workshop. During the workshop, all eleven tow truck companies were given certification applications to complete and return to Metro. The workshop also provided information on Metro policies, potential program changes and how to find upcoming Metro solicitations. On September 2, 2010, additional follow-up was made to the eleven tow truck companies that attended the workshop in order to urge them to submit certification applications. In addition, ten tow truck companies who currently have Metro contracts, but did not attend the workshop, were contacted and provided small business program and certification information. Several workshop participants mentioned that they would not qualify for certification since they exceeded the personal net worth limit of the SBE program. Upon the receipt of submitted certification applications, DEOD will perform the standard desk audits to determine a company's certification eligibility. To date, no certification applications have been received by Metro staff from tow truck owners. At the beginning of October, DEOD will follow up with tow truck companies in efforts to encourage them to submit certification applications. DEOD will also outreach to tow truck owners in the region who are not currently doing business with Metro in efforts to certify tow truck companies.

14 FSP CONTRACT AMENDMENT SUMMARY ATTACHMENT B Current Contract No. of Current Proposed New Expiration Months Contract Modification Contract Beat Contractor Contract No. Date to Extend Amount Amount Amount Amendment Justification 5 TipTop Tow FSPlO $879,512 $300,000 $1,179,512 Metro Widening Project Support 18 BOWS iowing FSPO $2,327,507 $51,000 $2,378,507 FSP & Caltrans ~edeployment Support 23 Bob's Towing FSP $1,860,228 $207,000 $2,067,228 FSP & Caltrans Redeployment Support 30 Citywide Towing FSPI $1,515,358 $60,000 $1,575,358 Caltrans Redeployment Support 51 ABATowing FSPO7P $3,335,044 $90,000 $3,425,044 FSP & Caltrans Redeployment Support Procurement Schedule Alignment & 4 Sonic Towing FSPO $2,027,361 $150,000 $2,177,361 Redeployment Support Procurement Schedule Alignment & 8 Pepe's Towing FSPO $1,388,371 $50,000 $1,438,371 Redeployment Support Procurement Schedule Alignment & 12 Pepe's Towing FSPO $1,497,630 $100,000 $1,597,630 Redeployment Support Procurement Schedule Alignment & 16 Reliable Delivery Service FSP /31/ $1,610,379 $25,000 $1,635,379 Redeployment Support Procurement Schedule Alignment & 20 J&M Towing FSPO $1,718,896 $50,000 $1,768,896 Redeployment Support Procurement Schedule Alignment & 24 Top Notch Towing FSPO $1,328,506 $25,000 $1,353,506 Redeployment Support Procurement Schedule Alignment & 40 Lara's Tow Service FSP $1,644,400 $100,000 $1,744,400 Redeployment Support 7 Platinum Tow & Transport FSP $1,591,563 $465,000 $2,056,563 Procurement Schedule Alignment 17 Tip Top Tow FSP $1,805,082 $490,000 $2,295,082 Procurement Schedule Alignment 39 ABATowing FSPO $1,356,493 $510,000 $1,866,493 Procurement Schedule Alignment 50 Hollywood Car Carrier FSPO7P $2,728,191 $750,000 $3,478,191 Procurement Schedule Alignment $3,423,000

15

16 Reaion 6 FREEWAY SERVICE PATROL BEATS BY REGION Attachment C

17

18

AWARD CONTRACT FOR CENTER TRUCK BRAKE DISCS

AWARD CONTRACT FOR CENTER TRUCK BRAKE DISCS Los Angeles County One Gateway Plaza 213; Metropolitan Transportation Authority Los Angeles, CA 90012-2952 m ee Metro 53., OPERATIONS COMMITTEE OCTOBER 20,201 1 SUBJECT: LIGHT RAIL VEHICLE PARTS ACTION:

More information

CALIFORNIA HIGHWAY PATROL AGREEMENT

CALIFORNIA HIGHWAY PATROL AGREEMENT 18 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net PLANNING AND PROGRAMMING COMMITTEE MAY 15, 2013 SUBJECT: ACTION: CALIFORNIA HIGHWAY PATROL AGREEMENT EXECUTE AN AGREEMENT WITH

More information

AWARD CONTRACT FOR BOOT AND SPRING ASSEMBLY

AWARD CONTRACT FOR BOOT AND SPRING ASSEMBLY Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles. CA 90012-2952 54 213.922.2000 Tel metro.net OPERATIONS COMMITTEE JANUARY 21,2010 SUBJECT: ACTION: BOOT AND

More information

OPERATIONS COMMITTEE NOVEMBER 19,2009

OPERATIONS COMMITTEE NOVEMBER 19,2009 47 Los Angeles County One Gateway Plaza 21 Metropolitan Transportation Authority Los Angeles, CA 90012-2952 t-~ OPERATIONS COMMITTEE NOVEMBER 19,2009 SUBJECT: HASTUS DAILY OPERATIONS APPLICATION WEB SERVICES

More information

AWARD CONTRACT FOR BUS INSPECTION SERVICES TO FIRST TRANSIT INC.

AWARD CONTRACT FOR BUS INSPECTION SERVICES TO FIRST TRANSIT INC. 30 30 OPERATIONS COMMITTEE OCTOBER 16, 2003 Metropolitan SUBJECT: BUS INSPECTION SERVICES Transportation Authority OneGateway Plaza Los Angeles, CA 90012-2952 ACTION: RECOMMENDATION AWARD CONTRACT FOR

More information

@ Metro EXECUTIVE MANAGEMENT COMMITTEE OCTOBER 20,201 1 SUBJECT: INTEREST-BASED PROBLEM SOLVING MODIFY CONTRACT WITH AGREEMENT DYNAMICS, INC.

@ Metro EXECUTIVE MANAGEMENT COMMITTEE OCTOBER 20,201 1 SUBJECT: INTEREST-BASED PROBLEM SOLVING MODIFY CONTRACT WITH AGREEMENT DYNAMICS, INC. @ Metro Los Angeles County One Gateway Plaza z13.gzz.zoo~ Metropolitan Transportation Authority Los Angeles, CA gooiz-2952 metro.net EXECUTIVE MANAGEMENT COMMITTEE OCTOBER 20,201 1 SUBJECT: INTEREST-BASED

More information

OVERHEAD CRANES MAINTENANCE AND REPAIR AWARD CONTRACT NO. OP FOR MAINTENANCE AND REPAIR SERVICES

OVERHEAD CRANES MAINTENANCE AND REPAIR AWARD CONTRACT NO. OP FOR MAINTENANCE AND REPAIR SERVICES Metro Mot,opoUta" T~"'po'tat;O" Authori" One Gateway Plaza Los Angeles, CA 90012-2952 213. 922.2000 Tel metro. net OPERATIONS COMMITTEE JUNE 17, 2004 SUBJECT: ACTION: OVERHEAD CRANES MAINTENANCE AND REPAIR

More information

Metro. Board Report SUBJECT: METRO EXPRESSLANES OPERATIONS AND MAINTENANCE TECHNICAL OVERSIGHT SUPPORT

Metro. Board Report SUBJECT: METRO EXPRESSLANES OPERATIONS AND MAINTENANCE TECHNICAL OVERSIGHT SUPPORT 29 Metro Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File#: 2015-0511, Version: 1 AD HOC CONGESTION REDUCTION COMMITTEE

More information

AWARD A CITATION PROCESSING SERVICES CONTRACT

AWARD A CITATION PROCESSING SERVICES CONTRACT @ Metro Los Angeles County One Gateway Plaza zi3.gzz.~~-,, Metropolitan Transportation Authority Los Angeles, CA gooiz-2952 metro.net OPERATIONS COMMITTEE JULY 21,201 1 SUBJECT: TRANSIT COURT ACTION: AWARD

More information

A. Mohawk Mfg. & Supply Co. for line items 2 through 4 for a total contract value of $999,169, and

A. Mohawk Mfg. & Supply Co. for line items 2 through 4 for a total contract value of $999,169, and 30 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Te1 metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE MAY 16,2013 SUBJECT: ACTION: BUS BELLOWS AND SUSPENSION PARTS APPROVE CONTRACT AWARD RECOMMENDATION

More information

AWARD CONTRACT FOR PULSE WIDTH STEPPER (PSV) VALVES

AWARD CONTRACT FOR PULSE WIDTH STEPPER (PSV) VALVES 32 One Gateway Plaza Los Angeles, CA 90012-2952 213-922.2ooo Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE JANUARY 16, 2014 SUBJECT: ACTION: BUS - PULSE WIDTH STEPPER VALVES (PSV) AWARD CONTRACT

More information

æ Metro Met..poilla. T",..""i."o. Aot

æ Metro Met..poilla. T,..i.o. Aot æ Metro Met..poilla. T",..""i."o. Aot One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel 3 3 metro. net OPERATIONS COMMITTEE NOVEMBER 16, 2006 SUBJECT: DIVISION-22 GREEN-lINE SHOPS IMPROVEMENTS

More information

Metro. Board Report. File #: , File Type: Contract Agenda Number: 40

Metro. Board Report. File #: , File Type: Contract Agenda Number: 40 Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2016-0975, File Type: Contract Agenda Number: 40 SYSTEM SAFETY,

More information

SYSTEM SAFTEY AND OPERATIONS COMMITTEE SEPTEMBER 19, 2013 LIQUID WASTE REMOVAL SERVICES APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SYSTEM SAFTEY AND OPERATIONS COMMITTEE SEPTEMBER 19, 2013 LIQUID WASTE REMOVAL SERVICES APPROVE CONTRACT AWARD ACTION: RECOMMENDATION 29 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFTEY AND OPERATIONS COMMITTEE SEPTEMBER 19, 2013 SUBJECT: ACTION: LIQUID WASTE REMOVAL SERVICES APPROVE CONTRACT AWARD

More information

Metro MotmpoiO.o r...,... lwthority

Metro MotmpoiO.o r...,... lwthority l.o< Aog""' Co""'Y Metro MotmpoiO.o r...,... lwthority One Gateway Plaza Los Angeles, CA 90012-2 952 2 1J.922.2000 Tel metro. net 72 EXECUTIVE MANAGEMENT COMMITTEE JANUARY 15,2015 SUBJECT: ACTION: REVENUE-GENERATING

More information

FARE MEDIA PRODUCTION AND TAP CARD REPACKAGING SERVICES APPROVE PRINTING CONTRACT FOR IMAGES IN FOIL INC.

FARE MEDIA PRODUCTION AND TAP CARD REPACKAGING SERVICES APPROVE PRINTING CONTRACT FOR IMAGES IN FOIL INC. 35 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net EXECUTIVE MANAGEMENT COMMITTEE MARCH 20, 2014 SUBJECT: ACTION: FARE MEDIA PRODUCTION AND TAP CARD REPACKAGING SERVICES APPROVE

More information

AUTHORIZE NEGOTIATION AND APPROVE CONTRACT AWARD

AUTHORIZE NEGOTIATION AND APPROVE CONTRACT AWARD Los Angeles County One Gateway Plaza Metropolitan Tknsportation Authority Los Angeles, CA 90012-2952 OPERATIONS COMMITTEE JULY 15,2010 SUBJECT: CONTRACT OP39622521, METRO EXPOSITION SCADA INTEGRATION ACTION:

More information

Metro. Board Report. File #: , File Type: Contract Agenda Number: 39.

Metro. Board Report. File #: , File Type: Contract Agenda Number: 39. Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-1651, File Type: Contract Agenda Number: 39. SYSTEM SAFETY,

More information

METRO RED LINE ESCALATOR REPLACEMENT/MODERNIZATION AT PERSHING SQUARE

METRO RED LINE ESCALATOR REPLACEMENT/MODERNIZATION AT PERSHING SQUARE 54 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net CONSTRUCTION COMMITTEE JANUARY 15,2015 SUBJECT: ACTION: METRO RED LINE ESCALATOR REPLACEMENT/MODERNIZATION AT PERSHING SQUARE

More information

Metro CONSTRUCTION COMMITTEE NOVEMBER 15, 2012 CONTRACT NO. OP , ELEVATOR, ESCALATOR MAINTENANCE MONITORING & CONSULTING SERVICES

Metro CONSTRUCTION COMMITTEE NOVEMBER 15, 2012 CONTRACT NO. OP , ELEVATOR, ESCALATOR MAINTENANCE MONITORING & CONSULTING SERVICES 53 Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 213 Los Angeles, CA 90012-2952 CONSTRUCTION COMMITTEE NOVEMBER 15, 2012 SUBJECT: ACTION: CONTRACT NO. OP83802979, ELEVATOR,

More information

PROJECT: WESTSIDE SUBWAY EXTENSION TRANSIT CORRIDOR PROJECT

PROJECT: WESTSIDE SUBWAY EXTENSION TRANSIT CORRIDOR PROJECT 34 One Gateway Plaza Los Angeles, CA 90012-2952 CONSTRUCTION COMMITTEE SEPTEMBER 20, 2012 PROJECT: WESTSIDE SUBWAY EXTENSION TRANSIT CORRIDOR PROJECT ACTION: APPROVE USE OF DESIGN-BUILD CONTRACTING DELIVERY

More information

Metro. Board Report. File #: , File Type: Contract Agenda Number: 25.

Metro. Board Report. File #: , File Type: Contract Agenda Number: 25. Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0690, File Type: Contract Agenda Number: 25. AD-HOC CONGESTION

More information

PM024, PROJECT MANAGEMENT ASSISTANCE CONSULTANT STY, Incorporated

PM024, PROJECT MANAGEMENT ASSISTANCE CONSULTANT STY, Incorporated Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 213-922.9200 Tel 41 Los Angeles, CA 90012-2952 213.922.9201 Fax metro.net CONSTRUCTION 2ND REVISION COMMITTEE JANUARY 17,

More information

Los Angeles County One Gateway Plaza zt3.92z.z000 Tel Metrapoiitan Transportation Authority Los Angeles, CA goo~x-zg5~ metra.r~et

Los Angeles County One Gateway Plaza zt3.92z.z000 Tel Metrapoiitan Transportation Authority Los Angeles, CA goo~x-zg5~ metra.r~et 2 IVet~O Los Angeles County One Gateway Plaza zt3.92z.z000 Tel Metrapoiitan Transportation Authority Los Angeles, CA goo~x-zg5~ metra.r~et SUBJECT: SECURITY GUARD SERVICES REVISED SYSTEMS SAFETY AND OPERATIONS

More information

REGIONAL LIGHT RAIL CONNECTOR DOWNTOWN

REGIONAL LIGHT RAIL CONNECTOR DOWNTOWN @ Metro 12. Los Angeles County One Gateway Plaza ~13.gzz.zooo Tei Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro.net * PLANNING AND PROGRAMMING COMMITTEE June 20,2007 SUBJECT: ACTION:

More information

AUTHORIZE THE CHIEF EXECUTIVE OFFICER (CEO) TO EXECUTE CONTRACT MODIFICATIONS

AUTHORIZE THE CHIEF EXECUTIVE OFFICER (CEO) TO EXECUTE CONTRACT MODIFICATIONS One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net CONSTRUCTION COMMITTEE APRIL 16, 2015 SUBJECT: ACTION: TUNNEL ADVISORY PANEL AUTHORIZE THE CHIEF EXECUTIVE OFFICER (CEO) TO EXECUTE

More information

Los Angeles County Service Authority for Freeway Emerge 2 ~n~=~r~t'ts;s. l~f? ~~~ VV2`f Y'aZ3-05 ~1n5ai2S, t llii~rt?{~ ~ilv ~?_)YJ,P.~'.

Los Angeles County Service Authority for Freeway Emerge 2 ~n~=~r~t'ts;s. l~f? ~~~ VV2`f Y'aZ3-05 ~1n5ai2S, t llii~rt?{~ ~ilv ~?_)YJ,P.~'. Los Angeles County Service Authority for Freeway Emerge 2 ~n~=~r~t'ts;s l~f? ~~~ VV2`f Y'aZ3-05 ~1n5ai2S, t llii~rt?{~ ~ilv ~?_)YJ,P.~'. "i3.47% bb'2 I i~58`?.net LA ~ ~~ SAFE BOARD OCTOBER 24, 2013 SUBJECT:

More information

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS () SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. REQUEST

More information

PROCUREMENT DEFINITION

PROCUREMENT DEFINITION PROCUREMENT DEFINITION PROCUREMENT DEFINITION as well as the end receipt and approval of payment. It often involves (1) purchase planning, (2) standards determination, (3) specifications development, (4)

More information

MENTOR/PROTÉGÉ PROGRAM

MENTOR/PROTÉGÉ PROGRAM MENTOR/PROTÉGÉ PROGRAM UNDER 2-92-445, 2-92-535 and 2-92-740 LAST UPDATED: March 6, 2018 Chief Procurement Officer Jamie L. Rhee 1. These Rules pertain to the implementation of the City's for MBEs and

More information

2. Authorize the Chief Executive Officer to award Contract No. PSI , a fiveyear

2. Authorize the Chief Executive Officer to award Contract No. PSI , a fiveyear @ Metro Los Angeles County One Gateway Plaza 213 922 2000 Tel Metropolitan Transportation Authority Los Angeles, CA 90012-2952 metro net 33 EXECUTIVE MANAGEMENT COMMITTEE JUNE 21,201% SUBJECT: ADVERTISING

More information

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas REQUEST FOR QUOTES (RFQ) for Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas Description Personnel Services for Subsidized Employment for Workforce Customers Arbor E & T,

More information

Advanced Topics for RFP Procurements

Advanced Topics for RFP Procurements Office of Operations 2013 Fall Conference November 6-7 Back to Basics Advanced Topics for RFP Procurements Priscilla Cassidy, Kathyann Heffernan and Jenny Reyes New York State Office of the State Comptroller

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

Maryland Department of Transportation Maryland Transit Administration

Maryland Department of Transportation Maryland Transit Administration Special Review Maryland Department of Transportation Maryland Transit Administration Allegations Related to Possible Violations of State Laws, Regulations, and Policies Involving an MTA Management Employee

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 14 DIVISION: Capital Programs and Construction BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Awarding San Francisco Municipal Transportation Agency

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

SOLID WASTE AND NATURAL RESOURCE MANAGEMENT CONSULTANT SERVICES

SOLID WASTE AND NATURAL RESOURCE MANAGEMENT CONSULTANT SERVICES m "" '"..'"'eo.., Met r 0 Mot~pollh" T ~"'''""" "..., One Gateway Plaza Los An geles, CA 90012-2952 213.922.2000 Tel metro. net 49 CONSTRUCTION COMMITTEE APRIL 16, 2015 SUBJECT: ACTION: SOLID WASTE AND

More information

SAN DIEGO COMMUNITY COLLEGE DISTRICT. SDCCD Design/Build Subcontracting Plan Preparation Workshop

SAN DIEGO COMMUNITY COLLEGE DISTRICT. SDCCD Design/Build Subcontracting Plan Preparation Workshop SAN DIEGO COMMUNITY COLLEGE DISTRICT SDCCD Design/Build Subcontracting Plan Preparation Workshop April 7, 2015 Welcome Chris Manis Vice Chancellor, Facilities Management Purpose To share information useful

More information

New York City Transit (NYCT) DATE: July 19, 2018 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000226381

More information

Procurement Policies and Procedures

Procurement Policies and Procedures Center for Economic and Social Development Procurement Policies and Procedures 1. Purpose of procurement standards. The purpose of these standards is to establish procedures for the Center for Economic

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

Plan Helps LA s ExpressLanes Meet Expectations

Plan Helps LA s ExpressLanes Meet Expectations Plan Helps LA s ExpressLanes Meet Expectations Presented by: Ken Wissel ITE Western District 2013 Annual Meeting Los Angeles Traffic LA drivers know traffic congestion 10 million + residents in LA County

More information

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code.

1. These Rules pertain to the implementation of the City's Mentoring Program for MBEs and WBEs set forth in Section of the Municipal Code. 1. These Rules pertain to the implementation of the City's for MBEs and WBEs set forth in Section 2-92-535 of the Municipal Code. 2. Section 2-92-535 provides for both participation credit and a bid preference

More information

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ)

Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ) Page 1 of 2 Page 1 of 2 AMENDMENT - REQUEST FOR QUALIFICATIONS (RFQ) Amendment No. 2 RFQ No. 4018000166 COMPANY NAME AND ADDRESS (To be completed by Bidder) Project Name Construction Management Services

More information

Procurement Under the New Requirements 1

Procurement Under the New Requirements 1 Requirements 1 Procurement under the New Requirements 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between

More information

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation.

If you need any assistance or help regarding Section 3, feel free to contact us. We look forward to assisting you with Section 3 implementation. CMHA Prospective Business Vendor: Enclosed, you will find a variety of forms regarding Section 3 (Housing & Urban Development Opportunities Act of 1968, as amended). Please complete and attach the Section

More information

Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172

Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172 RICK SCOTT GOVERNOR Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172 ADDENDUM NO. 2 MIKE DEW SECRETARY DATE: June 13, 2018 TO: FROM: PROPOSERS JUSTIN GRIFFIN

More information

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC) EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high

More information

Staffing Request for Expo Line Phase 2 and Gold Line Foothill Phase 2A - Systems Integration

Staffing Request for Expo Line Phase 2 and Gold Line Foothill Phase 2A - Systems Integration Los Angeles County Metropolitan Transportation Authority Staffing Request for Expo Line Phase 2 and Gold Line Foothill Phase 2A - Systems Integration System Safety and Operations Committee July 17, 2014

More information

Me~rc. and. 2nd REVISED CONSTRUCTION COMMITTEE OCTOBER 17, 2013 SUBJECT: UNIVERSAL CITY STATION PEDESTRIAN BRIDGE

Me~rc. and. 2nd REVISED CONSTRUCTION COMMITTEE OCTOBER 17, 2013 SUBJECT: UNIVERSAL CITY STATION PEDESTRIAN BRIDGE Me~rc tos Angeles County One Gateway Plaza za3.g~2.2o00 7e1 A+ietrtrpatita TrattSparta#ion Authority los Angeles, CA goo~z-z952 metro.net 2nd REVISED CONSTRUCTION COMMITTEE OCTOBER 17, 2013 SUBJECT: UNIVERSAL

More information

RAPID INCIDENT SCENE CLEARANCE (RISC)

RAPID INCIDENT SCENE CLEARANCE (RISC) Approved: Effective: September 18, 2008 Traffic Engineering and Operations Topic No. 750-030-020-a RAPID INCIDENT SCENE CLEARANCE (RISC) PURPOSE: Rapid Incident Scene Clearance (RISC) is a highly innovative

More information

THE PROJECT. Executive Summary. City of Industry. City of Diamond Bar. 57/60 Confluence.

THE PROJECT. Executive Summary. City of Industry. City of Diamond Bar. 57/60 Confluence. THE PROJECT A freeway segment ranked 6th worst in the Nation, with levels of congestion, pollution and accidents that are simply unacceptable and which have Statewide and National implications. Executive

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County April 09, 2018 Responses Due Date/Time April 30, 2018 before 4:00 PM Pacific

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP Released on July 21, 2016 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. PURPOSE OF THE STUDY The Township of Lower Saucon

More information

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized Acadiana Metropolitan Planning Organization (MPO) Policy and Procedures Consultant Selection Process When Federal Funds Are Utilized Adopted by TPC 11/2016 Approved: DOTD 03/2013 FHWA 05/2016 CONTENTS

More information

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO. Request for Proposals (RFP) Information Technology Independent Verification and Validation ADDENDUM NO. 2 Questions and Answers RFP Amendments September 2015 Contained herein are the responses to the questions

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers 1. Question Is pre-registration required for the pre-proposal conference on May 3? Answer Pre-registration is not required. Please refer to Section I-8 of the RFP for further information. 2. Question Please

More information

FENCING AND FENCE REPAIR

FENCING AND FENCE REPAIR INVITATION FOR BIDS FOR FENCING AND FENCE REPAIR As Requested by THE SOUTHERN SANDOVAL COUNTY ARROYO FLOOD CONTROL AUTHORITY IFB No. 2018-04 BID DUE DATE: August 8, 2018 TABLE OF CONTENTS Submission Instructions

More information

AMENDMENT #1 TO RFP AVAILABILITY & DISPARITY STUDY RFP #NCT MANDATORY PRE-PROPOSAL CONFERENCE 8/22/07

AMENDMENT #1 TO RFP AVAILABILITY & DISPARITY STUDY RFP #NCT MANDATORY PRE-PROPOSAL CONFERENCE 8/22/07 AMENDMENT #1 TO RFP AVAILABILITY & DISPARITY STUDY RFP #NCT-2007-10 MANDATORY PRE-PROPOSAL CONFERENCE The following Amendment shall be made to the Request for Proposals: Amend the Scope of Service, Page

More information

Metro. Board Report. File #: , File Type: Informational Report Agenda Number: 47.

Metro. Board Report. File #: , File Type: Informational Report Agenda Number: 47. Metro Board Report Los Angeles County Metropolitan Transportation Authority One Gateway Plaza 3rd Floor Board Room Los Angeles, CA File #: 2015-0851, File Type: Informational Report Agenda Number: 47.

More information

AMERICAN PUBLIC TRANSPORTATION ASSOCIATION 2016 RAIL CONFERENCE WELCOME TO PHOENIX

AMERICAN PUBLIC TRANSPORTATION ASSOCIATION 2016 RAIL CONFERENCE WELCOME TO PHOENIX AMERICAN PUBLIC TRANSPORTATION ASSOCIATION 2016 RAIL CONFERENCE WELCOME TO PHOENIX Michael J. Minnaugh General Counsel Valley Metro Phoenix, Arizona KEY POINTS Greater Phoenix Regional Public Providers

More information

City of Los Angeles Department of Public Works Bureau of Sanitation. On-call Consultant Services Contract

City of Los Angeles Department of Public Works Bureau of Sanitation. On-call Consultant Services Contract City of Los Angeles Department of Public Works Bureau of Sanitation On-call Consultant Services Contract Task Order Solicitation (TOS) SN-48 for HTP Recycle Water Market Rate Study October 2015 1. Introduction

More information

Federal Transit Administration (FTA) Overall Disadvantage Business Enterprise (DBE) Goal-Setting Methodology

Federal Transit Administration (FTA) Overall Disadvantage Business Enterprise (DBE) Goal-Setting Methodology 42210 6 TH STREET WEST LANCASTER, CA 93534 Federal Transit Administration (FTA) Overall Disadvantage Business Enterprise (DBE) Goal-Setting Methodology For the Fiscal Federal Years (FFY) 2016-2018 Goal

More information

RFP SA 1704 Quality Improvement Consultant - Malcolm Baldrige Excellence Framework. 1. Attachment A: Answers to Questions from Prospective Offerors

RFP SA 1704 Quality Improvement Consultant - Malcolm Baldrige Excellence Framework. 1. Attachment A: Answers to Questions from Prospective Offerors Procurement Department P.O. Box 2266 Woodbridge, Virginia 22195-2266 Fax (703) 335-7954 September 13, 2016 RFP SA 1704 Quality Improvement Consultant - Malcolm Baldrige Excellence Framework Addendum #1

More information

MODIFY CONTRACT FOR SERVICE CENTER OPERATION

MODIFY CONTRACT FOR SERVICE CENTER OPERATION O ne Gateway Plaza Los Angeles, CA 90012.-2.952. 213-922.2000 Tt m etro. net 49 EXECUTIVE MANAGEMENT COMMITTEE MAY 16, 2013 SUBJECT: ACTION: REGIONAL TAP SERVICE CENTER MODIFY CONTRACT FOR SERVICE CENTER

More information

35 One Gateway Plaza Los Angeles, CA

35 One Gateway Plaza Los Angeles, CA 35 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tt metro. net SYSTEM SAFETY & OPERATIONS COMMITTEE APRIL 18, 2013 SUBJECT: ACTION: NORTH REGION CONTRACT BUS SERVICE APPROVE CONTRACT AWARD

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. * PRINTING CERTIFICATE OF TITLE ENVELOPE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

MEETING DATE: January 25, 2019 ITEM 8. Stephanie Wiggins, Chief Executive Officer

MEETING DATE: January 25, 2019 ITEM 8. Stephanie Wiggins, Chief Executive Officer REVISED January 23, 2019 Page 6 as shown in track changes TRANSMITTAL DATE: January 18, 2019 MEETING DATE: January 25, 2019 ITEM 8 TO: FROM: Board of Directors Stephanie Wiggins, Chief Executive Officer

More information

Request for Proposal: Controlled System Separation Feasibility Study

Request for Proposal: Controlled System Separation Feasibility Study Request for Proposal: Controlled System Separation Feasibility Study I. INTRODUCTION A. Overview The New York Independent System Operator ( NYISO ) is requesting proposals for professional services from

More information

Subject: Solicitation Number: DHSMV-ITB Telecommunications Cabling and Related Services Addendum No. 1

Subject: Solicitation Number: DHSMV-ITB Telecommunications Cabling and Related Services Addendum No. 1 To: Prospective Vendor(s) Date: April 13, 2017 Subject: Solicitation Number: DHSMV-ITB-015-17 Telecommunications Cabling and Related Services Addendum No. 1 The enclosed information is provided for consideration

More information

Future Build Alternative Traffic Forecasts and Level of Service Analysis

Future Build Alternative Traffic Forecasts and Level of Service Analysis 4.2.10 Future Build Alternative Traffic Forecasts and Level of Service Analysis For the five Build Alternatives, study intersections within one mile of potential station locations were analyzed, as it

More information

CONSTRUCTION MANAGEMENT SERVICES

CONSTRUCTION MANAGEMENT SERVICES DrAFTDRAFTdd EXHIBIT 1 CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS (RFQ) SELECTION PROCESS School District of Lee County, Florida TABLE OF CONTENTS 1. INTRODUCTION 1 Lobbying 2 2. 3 A.

More information

CAPITAL and STRATEGIC PLANNING

CAPITAL and STRATEGIC PLANNING CAPITAL and STRATEGIC PLANNING Thomas C. Lambert President & CEO Notice and Agenda of a Meeting of the Capital & Strategic Planning Committee of the METRO Board of Directors COMMITTEE MEMBERS Sanjay Ramabhadran,

More information

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015

NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED MAY 18, 2015 Cable, Telecommunications and Technology Consulting Service Page 1 NEW ORLEANS CITY COUNCIL REQUEST FOR QUALIFICATIONS STATEMENTS (RFQ), CABLE, TELECOMMUNICATIONS AND TECHNOLOGY CONSULTING SERVICES ISSUED

More information

Long Beach City Auditor s Office

Long Beach City Auditor s Office Long Beach City Auditor s Office Contract Administration Audit Limited Scope Review Report 7 of 10 Utiliworks Consulting, LLC July 1, 2016 Laura L. Doud City Auditor Audit Team: Deborah K. Ellis Assistant

More information

Bowman Outside Plant Splicing Project

Bowman Outside Plant Splicing Project Title and Summary Request for Best Value Bid ( RFB ): RFBVB Title: RFB Publication: RFB Composition: RFB Amendments: Contracting Entity: No. FY13 0116 Bowman Outside Plant Splicing Project As follows:

More information

51 One Gateway Plaza Los Angeles, CA

51 One Gateway Plaza Los Angeles, CA 51 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net CONSTRUCTION COMMITTEE APRIL 17, 2014 SUBJECT: ACTION: WESTSIDE PURPLE LINE EXTENSION PROJECT AUTHORIZE THE CHIEF EXECUTIVE OFFICER

More information

REQUEST FOR PROPOSAL For General Counsel Responses Will Be Accepted During the Period June 10, 2016 July 1, 2016

REQUEST FOR PROPOSAL For General Counsel Responses Will Be Accepted During the Period June 10, 2016 July 1, 2016 REQUEST FOR PROPOSAL For General Counsel Responses Will Be Accepted During the Period June 10, 2016 July 1, 2016 After many years of excellent service as the National Industry Liaison Group (National ILG)

More information

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS

CHARLES COUNTY GOVERNMENT ITB NO WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 July 18, 2017 ITB NO. 18-02 WHITE PLAINS FAILING SEPTIC SYSTEM IMPROVEMENTS ADDENDUM

More information

Board Chair s Signature: Date Signed: 9/12/2014

Board Chair s Signature: Date Signed: 9/12/2014 Grievance Policy and Procedure Approval Date: 9/12/2014 Rev. Date(s): COA Standards: HR 5.02 Purpose of Policy: To give a clear and specific written course of action for resolving disputes within the Broward

More information

kg1 BOARD OF AIRPORT COMMISSIONERS G, Meeting Date: REPORT TO THE

kg1 BOARD OF AIRPORT COMMISSIONERS G, Meeting Date: REPORT TO THE ' Los Angeles Work! Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS G, Meeting Date: 'f:, =1 ber Approved by.: Aura M a ief Information Officer 6/1/2017 Reviewed by Justin Erb:cci Chief Innovation

More information

Workforce Innovation and Opportunity Act of 2014, Public Law , Sections 107(d)(10)(A), 107(g)(2), and 121(d),

Workforce Innovation and Opportunity Act of 2014, Public Law , Sections 107(d)(10)(A), 107(g)(2), and 121(d), Administrative Policy POLICY NUMBER 097 Title: Program: One-Stop Operator Procurement Workforce Innovation and Opportunity Act (WIOA) Adopted: September 25, 2017 Effective: September 25, 2017 I. PURPOSE

More information

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS This is an Invitation for Bids (IFB) for the following public work: Presidio Trolley Coach Facility - Presidio Bus Lifts

More information

Operational Procedure: Section TABLE OF CONTENTS

Operational Procedure: Section TABLE OF CONTENTS TABLE OF CONTENTS POLICY STATEMENT 3 DEFINITIONS 4 ESTABLISHMENT OF GOALS 5 DESIGNATION OF A PROGRAM DIRECTOR FOR MWBE PROGRAMS 5 PROCEDURES TO ENSURE THAT MWBEs HAVE EQUITABLE OPPORTUNITY TO COMPETE FOR

More information

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors.

RFP SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES. 1. Is this a new solicitation? If not, please share the name of incumbent vendors. RFP 19-006 SOURCING SERVICES AND TEMPORARY STAFFING AGENCIES Questions/Answers in BOLD Addendum #1 Date 1/30/2019 1. Is this a new solicitation? If not, please share the name of incumbent vendors. This

More information

POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER

POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER POARCH BAND OF CREEK INDIANS REQUEST FOR PROPOSALS FOR ETHICS OFFICER Sponsored by: Poarch Band of Creek Indians Ethics Board 5811 Jack Springs Road Atmore, AL 36502 (251) 368-9136 SECTION 1 INTRODUCTION

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202

More information

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms FISCAL NOTE Rule Citation: Rule Topic: NCDOT Division: 19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms Revision of the Requirements

More information

Administrative Services About Administrative Services

Administrative Services About Administrative Services About The Department oversees and directs the operations of Finance, Human Resources, Sales Tax, Purchasing, Information Technology, Risk Management, Budget, the Public Information Office, Front Desk Reception,

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center

EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center EJCDC Contract Documents for America s Infrastructure Buy online at the ACEC Business Resource Center N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information