I AE RECOMMENDATIONS: Meeting Date: March 21, CA 0 Review:

Size: px
Start display at page:

Download "I AE RECOMMENDATIONS: Meeting Date: March 21,201 1. CA 0 Review:"

Transcription

1 Meeting Date: March 21,201 1 CA 0 Review: Reviewed for Date Aooroval Status E& 1 Capital Budget Y [7 N NA DS Operating Budget [7 Y N NA RVi CEQA / Y N I AE /~l(na Marie Lindsey - Executive ~irectgd Procurement El Y N Cond 1 TJ / SOBJEC&AIocate Capital Funds for Contract No. DA-4260B with AECOM Technical Services, Inc. Allocate capital funds in the not-to-exceed amount of $31,000,000 to Contract No. DA-4260B with AECOM Technical Services, Inc. for Year Four Program Management Services for the Capital Improvement Program at Los Angeles World Airports. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Article Ill Section 2.f of the Los Angeles City CEQA Guidelines. 3. ALLOCATE capital funds in an amount not to exceed $31,000,000 for the fourth year of the contract with remaining years1 funding to be allocated on an annual basis. ' Page I BOAC - AECOM Fundiny Year 4 V2.doc

2 DISCUSSION: 1. Executive Summary Staff requests the Board of Airport Commissioners (BOAC) allocate capital funds in the amount not to exceed $31,000,000 to continue program management services through year four of the six-year contract, Contract No. DA-4260B, with AECOM Technical Services, Inc. 2. Prior Related Actions The BOAC, by Resolution No dated March 3, 2008, approved the award of a one-year contract with DMJM Aviation, Inc. (now AECOM Technical Services, Inc.) to provide program management services for development and implementation of a Capital Improvement Program (CIP) at Los Angeles International Airport (LAX). At that time, staff communicated their intent to return to BOAC within one year to present the scope of the CIP, the long-term funding requirements, as well as to extend the term of the contract to a period of at least six years, with a provision allowing for a time extension up to a maximum of 10 years. On February 9, 2009, the BOAC by Resolution No approved the First Amendment to Contract No. DA-4260 (DA-4260A) with DMJM Aviation, Inc. to extend the term to six years and increase the total contract amount from $25,000,000 to $100,000,000. At that time a mechanism was put in place to allocate funding on an annual basis, and the BOAC allocated second-year funding in the not-to-exceed amount of $25,000,000 to continue program management services. On February 16, 2010, the BOAC by Resolution No allocated funds in the not-to-exceed amount of $22,761,000 for third-year program management services. On December 6, 2010, the BOAC by Resolution No approved, and City Council subsequently ratified, the Second Amendment to DA-4260 (DA-4260B) to increase the contract upper limit from $100,000,000 to $162,720,000 in order to meet the need for expanded services due to an increase in the CIP. 3. Current Action Over the past three years, the Airports Development Group (ADG) has requested funding allocations on an annual basis to support programlproject management, construction management, and design support services needed for development and implementation of the CIP. Services provided by AECOM include programlproject management, engineering and architectural design, estimating and scheduling, project control support, construction administration, and program communication. ADG staff has identified the staffing and other services required by AECOM for Year Four of the program. Funding in the amount of $31,000,000 is required to continue services necessary for full implementation and delivery of capital projects. The table below presents the annual and cumulative costs of program management services, inclusive of this request, provided by AECOM since Year One of their contract. Pngs 2 BOAC - AECOM Ft~t?dininy Yesr 4 V2, tkx

3 Contract Year I Total Annual Cost $20,879,286 $24,117,260 $27,764,454 $31,000,000 Total Cumulative Cost $20,879,286 $44,996,546 $72,761,000 $1 03,761,000 Cumulative Cost through Year Four: BOAC Allocated Funds to Date: Requested Allocation of Funds: AECOM staff is integrated into ADG and acts primarily as an extension of LAWA staff. The number of AECOM staff fluctuates based on the number and nature of the projects performed in a given year. The table below presents the actual and anticipated future growth and decline of staff assigned represented as Full-time equivalents (FTEs) through March of Contract Year FTEs The program services provided by AECOM are characterized as "soft costs". Soft costs are the non-construction costs associated with the delivery of capital projects. Other soft costs include engineering design, city services, project management, construction management, construction administration, etc. ADG budgets soft costs at an industry standard of 27% of the estimated construction value. To date, ADG has maintained these costs below budget as shown on the following table. Est. Const. Value Est. Soft Costs Soft Cost % Active Projects $2.3 Billion $508 Million 22% Closed projects $1.I Billion $21 0 Million 20% Total $3.4 Billion $71 8 Million 21 % Program management costs, which are included in the 27% soft cost budget, are budgeted at 3.9% of construction costs and are currently running at approximately 2.9%. With this action, staff requests the BOAC allocate funds in the not-to-exceed amount of $31,000,000 for Year Four Program Management Services under Contract No. DA-4260B with AECOM Technical Services, Inc. Funding for subsequent years will be requested on an annual basis. 4. Alternatives Considered = Allocate funding for the full six-year term LAWA considered seeking allocation of funds to cover the full amended six-year term. Instead, LAWA determined that annual requests for funding allow more flexibility as situational needs change. Psge 3 BOAC - AECOM Fif~?riing Yo;,r 4 V2 tloc

4 FISCAL & ECONOMIC IMPACT STATEMENT: Staff requests that the BOAC set the total amount of capital funds allocated to-date for Years One to Four of this contract at an amount not-to-exceed $103,761,000 in support of capital projects including Bradley West ( ), Central Utility Plant Replacement Program ( ), Elevators and Escalators Systems Upgrades ( ) and other additional capital projects and their respective WBS elements as needed. This allocation of funds shall supersede all prior funding allocations related to this contract. STANDARD PROVISIONS: 1. Continuing administrative and personnel related activities are exempt from the requirements of CEQA as provided by Article II, Section 2f of the Los Angeles City CEQA Guidelines. 2. The City Attorney will approve the contract as to form. 3. Actions taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of Los Angeles City Charter Section This action is not subject to the provisions of the Service Contractor Worker Retention and Living Wage Ordinances. 5. This action is not subject to the MBENVBEIOBEIDBE Program. 6. This action is not subject to the provisions of the Affirmative Action Program. 7. This action does not require a Business Tax Registration Certificate. 8. This action is not subject to the provisions of the Child Support Obligations Ordinance. 9. This action is not subject to the insurance requirements of the Los Angeles World Airports. 10. This action is not subject to the provisions of Charter Section 1022 (Use of Independent Contractors). 11. This action is not subject to the provisions of the Contractor Responsibility Program. 12. This action is not subject to the provisions of the Equal Benefits Ordinance. 13. This action is not subject to the provisions of the First Source Hiring Program. p.( (? 4 -.I BOHC - AECOM Fi~nrliny %;rr 4 V2.cJou

5 V SUB JEC : Approve Bradley West Gates CGMP 13 and Appropriate Capital Funds to Contract No. DA4337A with Walsh Austin Joint Venture. / Approve the thirteenth Component Guaranteed Maximum Price (CGMP 13) package to Contract No. DA-4337A with Walsh Austin Joint Venture for the "Bradley West Gates" project at Los Angeles International Airport and appropriate funds in the amount of $1 1,074,265. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2.i of the Los Angeles City CEQA Guidelines. 3. APPROVE the Component Guaranteed Maximum Price (CGMP 13) Package as part of Contract No. DA-4337A with Walsh Austin Joint Venture (WAJV) for the "Bradley West Gates" project. 4. APPROPRIATE funds for the Component Guaranteed Maximum Price (CGMP 13) Package and the owner's contingency in the total amount of $1 1,074, AUTHORIZE the Executive Director to execute the CGMP Page 1 Gabs CGMP 13.doc

6 DISCUSSION: I. Executive Summary Staff requests that the Board of Airport Commissioners (BOAC) approve the thirteenth Component Guaranteed Maximum Price (CGMP 13) Package and appropriate funds in the amount of $9,629,796 to Contract No. DA-4337A with Walsh Austin Joint Venture (WAJV). This CGMP 13 package covers Terrazzo, SpecialtiesISpecial Doors, Painting, and Interior Expansion Control. Staff also requests appropriation of funds in the amount of $1,444,469 from the approved budgeted owner's contingency for a combined total of $1 1,074, Prior Related Actions Previously, the BOAC awarded Contract No. DA-4337 to WAJV by Resolution No on April 21, 2009 for a period of one year to perform pre-construction services for the Bradley West Gates Project at LAX in a not-to-exceed amount of $10,978,000. The contract was approved by the Los Angeles City Council on June 3, 2009 by Council File No On October 19, 2009 the BOAC by Resolution No exercised the Contract's Construction Services Option and approved the Contract's first Amendment extending the contract term from one year to a period expiring on December 31, 2014, and establishing a contract amount of $545,550,000 which is subject to change order authority. The BOAC also approved a budgeted Owner's contingency of $61,410,000 and appropriated capital funds in the amount of $14,700,000 for Los Angeles World Airports (LAWA) support, City services, and project-related equipment and materials. Additionally, the BOAC approved by Resolution No , the CGMP process that is contained in DA-4337A and has previously appropriated funding for CGMPs including pre-construction totaling $475,972,183 as well as owner's contingency totaling $49,642, Current Action Staff requests that the BOAC approve CGMP 13 and appropriate the funds necessary for the work included in this package and the owner's contingency. In accordance with the contract, LAWA staff has reviewed and concurred with the CGMP process used by Walsh Austin Joint Venture. The final cost of the work included in CGMP 13 will be the actual cost of work plus WAJV's fee not to exceed the CGMP amount. CGMP 13: This CGMP 13 package contains the following scope of work as described below: Terrazzo - Furnish, deliver and install thin-set, epoxy-resin terrazzo flooring and base, as well as thin-set, epoxy-resin terrazzo wall finish and precast epoxy-resin terrazzo units including stair treads and portal soffits Specialties 1 Special Doors - Provide and install stainless-steel toilet compartments configured as toilet enclosures and urinal screens as well as toilet and bath accessories which includes public-use washroom accessories, public-use shower room accessories, warm-air dryers, childcare accessories and under-lavatory guards. This package also includes wall protection, metal lockers, defibrillator cabinets, fire extinguishers and cabinets.

7 Painting - includes surface preparation and the application of paint systems on the following interior substrates: concrete, concrete masonry units (CMU), steel, galvanized metal, aluminum (not anodized or otherwise coated), wood, and gypsum board. lnterior Expansion Control - Provide and install interior expansion control systems with the capability to accommodate variations in adjacent surfaces. Walsh Austin Joint Venture Contingency - This contractor contingency may only be used with LAWA's written permission and any remaining contingency or savings at the completion of the project will belong to LAWA. Fee - The fee covers the contractor's profit, general and administrative overhead and any other general expenses. Gross Receipts Tax - The City of Los Angeles requires that contractors pay a Gross Receipts Tax on money earned. There is no exemption for public projects. CGMP 13 Terrazzo $4,462,000 SpecialtiesISpecial Doors $1,363,598 Painting $1,965,415 Interior Expansion Control $894,946 WAJV Contingency $398,158 Fee $ Gross Receipts Tax $9;716 Total: $9,629,796 LAWA's Contingency: A project contingency is necessary to address unforeseen conditions and components of work that are not contained in the component guaranteed maximum prices. LAWA Staff requests funds in the amount of $1,444,469 be appropriated from the approved budgeted owner's contingency. CGMP 13 LAWA's Contingency Total: $9,629,796 $1,444,469 $1 1,074,265 Staff requests approval of the thirteenth CGMP 13 package and appropriation of funds in the not-to-exceed amount of $1 1,074,265 which includes the owner's contingency. Budget: Three bids were received for the Terrazzo trade package. The CGMP value for this trade package is approximately 5% over the estimated value for this work. WAJV received three bids for the SpecialtiesISpecial Doors trade package and the lowest bid is approximately 59% under the estimated value for this work. Five bids were received for the Painting trade package and the lowest bid was 2% below the estimated value for this work. WAJV received three bids for the lnterior Expansion Control trade package. The CGMP value for this trade package is approximately 114% over budget due to an underestimate of the unit prices. Pago 3 Gates CGMP 13 cjoc

8 Minority1 Women Business Enterprise (MNVBE) Participation: After a preliminary review of the bids received for this CGMP 13, WAJV estimates 25% combined MNVBE participation on the Terrazzo trade package and 10% combined MNVBE participation on the SpecialtiesISpecial Doors and Painting trade packages. WAJV also estimates 25% combined MNVBE participation on the Interior Expansion Control trade package. 4. Alternatives Considered Since the CGMP Process is the method for initiating work as prescribed by the contract and approved by the BOAC on October 19, 2009 by Resolution No , there are no viable alternatives. FISCAL & ECONOMIC IMPACT STATEMENT: Bradley West is an approved capital project at LAX. Staff requests that funds for this contract in the amount not to exceed $1 1,074,265 be allocated from the LAX Airport Revenue Fund to WBS Element (Bradley West) and additional WBS Elements as may be required. STANDARD PROVISIONS: 1. The execution of contracts for which the underlying project has previously been evaluated for environmental significance and processed according to the requirements of the California Environmental Quality Act (CEQA) is exempt from further review pursuant to Article II, Section 2.i of the Los Angeles City CEQA Guidelines. A project-level tiered EIR was prepared and certified by the Board of Airport Commissioners for this project on September 21, 2009 (Resolution No ). 2. The underlying contract was approved as to form by the City Attorney. 3. Action taken on this item by the BOAC will become final pursuant to the provisions of the Los Angeles City Charter Section This action is not subject to the provisions of the Service Contract worker Retention and Living Wage Ordinances. 5. Contract Services has reviewed this item and established a 20% combined MinorityNVomen Business Enterprise (MIWBE) level of participation for the Pre-Construction Services and established a 14% combined MNVBE level of participation for the Construction Services of this contract. WAJV committed to 20% MNVBE level of participation for Pre-Construction Services and 14% MIWBE level of participation for Construction Services and has achieved 31% combined MNVBE for Pre-Construction Services and 13% for Construction Services. 6. This action is not subject to the provisions of the Affirmative Action Program. 7. This action does not require a Business Tax Registration Certificate. 8. This action is not subject to the provisions of the Child Support Obligations Ordinance. Piggo 4 Gates CGiW 13 Ooc

9 9. This action is not subject to the Insurance requirements of the City of Los Angeles. 10. This action is not subject to the provisions of Charter Section 1022 (Use of Independent Contractors). 11. This action is not subject to the provisions of the Contractor Responsibility Program. 12. This action is not subject to the provisions of the Equal Benefits Ordinance. 13. This action is not subject to the provisions of the First Source Hiring Program.

10 Meeting Date: March 21,2011 CAO Review: u / SUBJECT: Approve Bradley West Core CGMP 14 and Appropriate Capital Funds to Contract No. DA-4382 with Walsh Austin Joint Venture. Aoomvsl status 1 p RYONONA/DI OYONHNA RV NYUN AE '6h$iflarie Lindiey - Executive Director / Procurement q Y q N Gond L?! Approve the fourteenth Component Guaranteed Maximum Price (CGMP 14) package to Contract No. DA-4382 with Walsh Austin Joint Venture for the "Bradley West Core Improvements" project at Los Angeles International Airport and appropriate funds in the amount of $1 1,492,403. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2i of the Los Angeles City CEQA Guidelines. 3. APPROVE the Component Guaranteed Maximum Price (CGMP 14) Package as part of Contract No. DA-4382 with Walsh Austin Joint Venture (WAJV) for the "Bradley West Core Improvements" project. 4. APPROPRIATE funds for the Component Guaranteed Maximum Price (CGMP 14) package in the total amount of $1 1,492, AUTHORIZE the Executive Director to execute the CGMP. Page I CGMP 14 Cors.doc

11 DISCUSSION: 1. Executive Summary Staff requests that the Board of Airport Commissioners (BOAC) approve the fourteenth Component Guaranteed Maximum Price (CGMP 14) package for Bradley West Core and appropriate funds in the amount of $1 1,492,403 to Contract No. DA-4382 with Walsh Austin Joint Venture (WAJV). This CGMP approval will allow the WAJV team to begin work on the Terrazzo, Specialties/Special Doors, Interior Expansion Control, and Painting trade packages. 2. Prior Related Actions Previously, the BOAC awarded Contract No. DA-4382 to WAJV for Construction Manager at Risk Pre-construction and Construction Services by Resolution No on October 19, 2009 for the "Bradley West Core Improvements" at Los Angeles International Airport for a term expiring December 31, 2014 and a contract amount of $584,200,000 which is subject to change order authority. By this same resolution, the BOAC also approved the CGMP process that is contained in DA-4382 and has previously appropriated funding for CGMPs including pre-construction totaling $331,912,347 and owner's contingency totaling $66,297, Current Action Staff requests that the BOAC approve CGMP 14 and appropriate the funds necessary for the work included in this package. In accordance with the contract, Los Angeles World Airports (LAWA) staff has reviewed and concurred with the CGMP process used by Walsh Austin Joint Venture. The final cost of the work included in CGMP 14 will be the actual cost of work plus WAJV1s fee not to exceed the CGMP amount. CGMP 14: This CGMP 14 contains the following bid packages as described below: e Terrazzo - Furnish, deliver and install thin-set, epoxy-resin terrazzo flooring and base, as well as thin-set, epoxy-resin terrazzo wall finish and precast epoxy-resin terrazzo units including stair treads and portal soffits * SpecialtiesISpecial Doors - Provide and install stainless-steel toilet compartments configured as toilet enclosures and urinal screens as well as toilet and bath accessories which includes public-use washroom accessories, public-use shower room accessories, warm-air dryers, childcare accessories and under-lavatory guards. This package also includes but is not limited to wall protection, metal lockers, defibrillator cabinets, fire extinguishers and cabinets. * Painting - includes surface preparation and the application of paint systems on the following interior substrates: concrete, concrete masonry units, steel, galvanized metal, aluminum, wood, and gypsum board. * lnterior Expansion Control - Provide and install interior expansion control systems with the capability to accommodate variations in adjacent surfaces. Walsh Austin Joint Venture Contingency - This contractor contingency may only be used with LAWA's written permission and any remaining contingency or savings at the completion of the project will belong to LAWA.

12 e Fee - The fee covers the contractor's profit, general and administrative overhead and any other general expenses. Gross Receipts Tax - The City of Los Angeles requires that contractors pay a Gross Receipts Tax on money earned. There is no exemption for public projects. CGMP 14 Terrazzo SpecialtiesISpecial Doors Painting Interior Expansion Control WAJV Contingency Fee Gross Receipts Tax $6,492,000 $1,512,609 $1,418,055 $1,203,824 $41 8,059 $436,260 $1 1,596 Total: $1 1,492,403 Staff requests approval of the fourteenth CGMP 14 package and appropriation of funds in the not-to-exceed amount of $1 1,492,403. Budget: WAJV received three bids for the Terrazzo trade package. This package is approximately 33% under the estimated CGMP value for this work. Three bids were received for the SpecialtiesISpecial Doors trade package. The CGMP value for this trade package is approximately 52% under the estimated value for this work. WAJV received five bids for the Painting trade package and this package is approximately 29% under the estimated value for this work. Three bids were received for the lnterior Expansion Control trade package. The CGMP value for this trade package is approximately 9% below the estimated value for this work. Minoritvl Women Business Enterprise Participation: After a preliminary review of the bids received for this CGMP, WAJV estimates 25% combined MinorityNVomen Business Enterprise (MNVBE) participation on the Terrazzo and lnterior Expansion Control trade packages. The SpecialtiesISpecial Doors and Painting trade packages are estimated to have 10% combined MNVBE participation on each package. 4. Alternatives Considered Since the CGMP Process is the method for initiating work as prescribed by the contract and approved by the BOAC on October 19, 2009 by Resolution No , there are no viable alternatives. FISCAL & ECONOMIC IMPACT STATEMENT: Bradley West is an approved capital project at LAX. Staff requests funds in the amount not to exceed $1 1,492,403 be allocated from the LAX Revenue Fund to WBS Element (Bradley West) as required.

13 STANDARD PROVISIONS: 1. The execution of contracts for which the underlying project has previously been evaluated for environmental significance and processed according to the requirements of the California Environmental Quality Act (CEQA) is exempt from further review pursuant to Article II, Section 2i of the Los Angeles City CEQA Guidelines. A project-level EIR was prepared and certified by the Board of Airport Commissioners for this project on September 21, 2009 (Resolution No ) 2. The underlying contract was approved as to form by the City Attorney. 3. Action taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of the Los Angeles City Charter Section This action is not subject to the provisions of the Service Contract Worker Retention and Living Wage Ordinances. 5. Procurement Services Division has reviewed this item and established a 20% combined MinorityNVomen Business Enterprise (MNVBE) level of participation for the Pre-Construction Services and established a 14% combined MNVBE level of participation for the Construction Services of this contract. WAJV committed to 20% MNVBE level of participation for Pre- Construction Services and 14% MNVBE level of participation for Construction Services and has achieved 26% combined MNVBE for Pre-Construction Services and 15% for Construction Services. 6. This action is not subject to the provisions of the Affirmative Action Program. 7. This action does not require a Business Tax Registration Certificate. 8. This action is not subject to the provisions of the Child Support Obligations Ordinance. 9. This action is not subject to the Insurance requirements of the City of Los Angeles. 10. This action is not subject to the provisions of Charter Section 1022 (Use of Independent Contractors). 11. This action is not subject to the provisions of the Contractor Responsibility Program. 12. This action is not subject to the provisions of the Equal Benefits Ordinance. 13. This action is not subject to the provisions of the First Source Hiring Program.

14 cd /' SUBJECT: ward of Contract for CCTV System to En Pointe Technologies Sales, Inc. Authorization to award a three-year contract to En Pointe Technologies Sales, Inc. for turn-key implementation of the Closed Circuit TV Video Management System and digital Video Storage System and implementation of lnternet Protocol Cameras at the Los Angeles International Airport in an amount not to exceed $22,786,000 with a total budget allocation of $24,796,000 RECOMMENDATION: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the staff report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act pursuant to Article 11, Section 2.f of the Los Angeles City CEQA Guidelines. 3. FIND that this work can be performed more economically or feasibly by an independent contractor than by City employees. 4. APPROVE the award of a three-year contract to En Pointe Technologies Sales, Inc. for turn-key implementation of a Closed Circuit TV Video Management System and digital Video Storage System and implementation of Internet Protocol Cameras at the Los Angeles lnternational Airport in an amount not to exceed $22,786,000 with a total budget allocation of $24,796, AUTHORIZE the Executive Director to execute the contract after approval as to form by the City Attorney. Page I of 6

15 DISCUSSION.;' 1. Executive Summary lnformation Management and Technology Group (IMTG) staff requests Board of Airport Commissioners' (BOAC) approval to award a three-year contract to En Pointe Technologies Sales, Inc. (En Pointe) to implement a turnkey Closed Circuit TV (CCTV) Video Management System (VMS) and digital Video Storage System (VSS) and implementation of Internet Protocol (IP) Cameras at Los Angeles International Airport (LAX), in an amount not to exceed $22,786,000 with a total budget allocation of $24,796,000. Under the proposed contract, En Pointe will provide the following: e A new VMS to provide centralized video management for all existing and new cameras at LAX. Implement a digital VSS to replace the current storage system that uses obsolete VHS tapes. Procure, install, and implement new IP cameras and replace a portion of LAWA1s. aging cameras in the terminals on an as-needed basis. Prior Related Actions Through Resolution No , dated May 5, 2008, the BOAC approved two on-call lists of vendors under the lnformation Technology Services and Turnkey Systems (ITSSS) Request for Qualifications (RFQ): twelve qualified vendors in the ITSSS Category 1 List to provide IT turn-key systems and nine qualified vendors in the ITSSS Category 2 List to provide IT professional services. This action authorized IMTG to release Requests for Proposals (RFPs) to these on-call vendors as needed without additional BOAC approval. Through Resolution No dated July 21, 2009, the BOAC approved award of a contract to Unisys Corporation (Contract DA-4365) to provide security systems consultant services. Contract DA-4365 is for a term of one year with two one-year renewal options in an amount not to exceed $2,150,000. This contract provides design services for preparation of the RFP for turn-key implementation of the VMS and VSS and implementation of IP cameras at LAX. The contract expires on July 31, Through Resolution No dated December 20, the BOAC approved the First Amendment to Contract DA-4365 with Unisys to provide post-rfp services by increasing the contract authority by $891,574 for a total not to exceed $3,041, Current Action On December 14, 201 0, LAWA issued the RFP for turn-key implementation of a VMS and digital VSS and the implementation of IP Cameras to the qualified ITSSS Category 1 vendors. The RFP required ITSSS Category 1 vendors to submit proposals for the following project scope in three phases: Phase 1 - Provide IT infrastructure design and procure, install, and integrate a complete VMSNSS-working solution by October 5, 201 1, that will control, manage, display and record data from two separate video streams for the new and existing cameras throughout LAX. Page 2 of 6

16 Phase 2 - Decommission LAWA's legacy analog communications systems after the turn-key VMSNSS is accepted by LAWA. Phase 3 - Implement new IP cameras and replace some of the existing analog cameras with new IP cameras. Work for this phase will only start when LAWA task orders are issued. Proposals were due on January 14, After an extension by LAWA IMTG, proposals were due on January 24, 201 1, and the Evaluation Criteria used was as follows: Evaluation Criteria Points 1. Experience of the Proposer and subcontractors Proposed Costs Contractor's proposed approach Proposer's financial security Past performances and references Total The following two vendors responded (in alphabetical order): The Evaluation Committee, consisting of: En Pointe General Dynamics Information Technology a o o o o One Deputy Executive Director, One Senior Communications Engineer, One Senior Systems Analyst Ill One Transportation Engineering Associate IV, One Superintendent of Operations Ill, and One Airport Police Lieutenant ranked En Pointe highest based on the criteria, technical qualifications, and their demonstrated ability to provide the deliverables. En Pointe provided a cost of $19,131,000 for providing the services and products as requested in the RFP. With contingency funding, the budget allocation request for the services and products in the RFP is $22,786,000. Page 3 of 6

17 The overall CCTV Project costs, including prior expenditures, proposed contract costs, and IT Project Management Office (PMO) soft costs to project completion follow: brall Projected Costs for CCTV VMS and digital VSS and New Video Cameras LSS Initiative - CCTV Studies used for design* $944,000 ST1 Initiative - CCTV Studies used for design* $164,000 Security Consultant Contract - Unisys (DA-4365), I 11 CCTV Portion* Proposed Contract for CCTV VMS and digital VSS and new video cameras PMO Soft Cost to Date (Ross & Baruzzini DA- 1 PMO Soft Cost (DA-4362 & DA-4363) from Implementation to Project Completion Total Estimated Co-location costs for 2-year lease, site preparation, and end-of-lease expenses 8 LAWA IT Staff Tota Project Cost (excludes External Infrastructure) *Prior expenditures total $2,328,000 $2,200,000 $1,600,000 $41 0,000 $29,970,000 The costs for the proposed contract may be less than shown in the table above if other approved LAWA IT contracts are used to support the CCTV project. Line item 7 is the estimated cost to lease a co-location facility for temporary housing of the CCTV system's equipment while LAWA prepares a permanent data center. In a separate action, the BOAC will be requested to approve the lease for the co-location facility. Procurement Services Division (PSD) recommended a 10% MIWBE anticipated level of participation for this project. En Pointe completed and passed their Good Faith Effort review and proposes a 13.8% level of participation. 4. Alternatives Considered Continue Using the Existing System IMTG staff considered this option; however, there are several de-centralized camera systems currently at LAX. None of the current camera systems have video management capable of including the new cameras required in the Bradley West terminal. The current VHS data storage system is outdated. In addition, LAWA will not be able to procure VHS tapes in the near future. Because there are more cameras coming online as a result of the opening of the Bradley West Terminal, LAX does not have enough videotape in stock to include archiving of data for the additional cameras. In addition, LAWA is unable to replace damaged or worn-out tapes. Many cameras on the LAWA campus are over ten years old. The proposed project will assess each camera's signal and replace those that have been determined to be in need of replacement. Failure to replace aging cameras will lead to increased maintenance and other costs. Page 4 of 6

18 FISCAL & ECONOMIC IMPACT STATEMENT: The requested funding is as follows: CCTV VMS and digital VSS Upgrade and New Cameras - Funding Request 1 I LAWA Salaries Total Estimated Co-location costs for 2-year lease, site prep, and end-of-lease expenses $1,600,000 Total Budget Allocation $24,796,000 * The costs may be less than shown in the table if other approved LAWA IT contracts are used to support the CCN project. Please note - Prior expenditures in planning and design phases totaled $2,328,000; project funding of $646,000 was previously allocated for post RFP technical support; $2,200,000 will be requested in a future BOAC action for the CCTV project. The CCTV System Enhancement and Expansion Project is an approved capital project. Therefore, it is requested that funds in a not-to-exceed amount of $24,796,000 be allocated for this project from the LAX Passenger Facility Charge Fund to WBS Element E-71 R (LAX CCTV) as required. Costs may be allocated in the future to additional BOAC approved capital projects and their respective WBS elements. STANDARD PROVISIONS: 1. This action, as a continuing administrative and maintenance activity, is exempt from the requirements of the California Environmental Quality Act as provided by Article II, Section 2.f of the Los Angeles City CEQA Guidelines. 2. The contract will be approved as to form by the City Attorney. I 3. Actions taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of the Los Angeles City Charter Section En Pointe Technologies Sales, Inc. will comply with the provisions of the Living Wage Ordinance. 5. Procurement Services has reviewed this action (File No ) and established a 10% combined MinorityNVomen Business Enterprise level of participation for this project. En Pointe Technologies Sales, Inc. proposes 13.8% combined MNVBE levels of participation. Procurement Services confirms that based on documents submitted En Pointe Technologies Sales, Inc. has made a good faith effort to outreach to MBENVBEIOBE subcontractors. 6. En Pointe Technologies Sales, Inc. will comply with the provisions of the Affirmative Action Program. 7. En Pointe Technologies Sales, Inc. has been assigned Business Tax Registration Certificate No En Pointe Technologies Sales, Inc. will comply with the provisions of the Child Support Obligations Ordinance. Page 5 of 6

19 9. En Pointe Technologies Sales, Inc. has approved insurance documents, in the terms and amounts required, on file with the Los Angeles World Airports. 10. Pursuant to Charter Section 1022, staff determined the work specified on the proposed contract can be performed more feasibly or economically by an Independent Contractor than by City employees. 11. En Pointe Technologies Sales, Inc. has submitted the Contractor Responsibility Program Questionnaire and Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. En Pointe Technologies Sales, Inc. has been determined by Public Works, Office of Contract Compliance, to be in full compliance with the provisions of the Equal Benefits Ordinance. 13. En Pointe Technologies Sales, Inc. will be required to comply with the provisions of the First Source Hiring Program for all non-trade LAX Airport jobs. Page 6 of 6

20 Sub-Contractor List CCTV VMS/VSS System Upgrade and Implementation of IP Cameras Award Board Report Subject/Program En Pointe Technologies Sales, Inc. Prime Contractor Page 1 of 1 Sub-Contractor Information Status Participation Yes (Profile Information)* Name Birdi & Associates, Inc. Group: MBE/DBE Address 555 West 5 th Street, Suite 3100 Ethnicity: Asian City/State/Zip Los Angeles, CA Gender: Male Contact Name/No. Moninder Birdi (626) NAICS: Name Morrow-Meadows Corporation Group: WBE Address 231 Benton Court Ethnicity: Caucasian City/State/Zip Industry, CA Gender: Female Contact Name/No. Jeff Janis (310) NAICS: Name Building Integrators and Solutions Group: MBE Address Palos Verdes Drive-East Ethnicity: Hispanic City/State/Zip Rancho Palos Verde, CA Gender: Male Contact Name/No. Rick Ferdinando (310) NAICS: No Proposed $ Amount Proposed % of Contract Brief Description of Project Services $1,838, % Project Management $673, % Conduit and Cable Installation $125,000 Name Group: Address Ethnicity: City/State/Zip Gender: Contact Name/No. NAICS: Name Group: Address Ethnicity: City/State/Zip Gender: Contact Name/No. NAICS: Name Group: Address Ethnicity: City/State/Zip Gender: Contact Name/No. NAICS: Name Group: Address Ethnicity: City/State/Zip Gender: Contact Name/No. NAICS: NOTE THAT THIS FORM MUST BE SIGNED BY THE PRIME CONTRACTOR * Profile Information: Use appropriate classification from list below:.65% Conduit and Cable Installation Imran Yunus-Director of Government Sales (310) , iyunus@enpointe.com Group MBE, WBE, DBE, OBE, ACDBE Prime Contractor Contact Name, Tel No./ Ethnicity Asian, Black, Caucasian, Hispanic, Native American Gender Female, Male NAICS North American Industry Classification System Signature

21 I Report to the BOARD OF AIRPORT COMMISSIONERS I Meeting.Date: Environmental Manager II March 21,201 1 / I Completed 1 I NIA ~edewed by: Mic(i_agYb. Feldman, Deputy Executive Director CAO Pending ' ~flq~arie Reviewed for I A~~roval Status & Capital Budget Y N rn NA DS Operating Budget Y N NA RW CEQA 03/08/11 rn Y N AE Lindsey - ~xecutiv; Director Procurement ; 03/08/11 rn Y Cj N Cond TJ SUBJECT: Second Contract Amendment with Harris Miller Miller & Hanson Inc. Approve the Second Amendment for Contract DA-4020 with Harris Miller Miller & Hanson Inc. for professional services to complete the Federal Aviation Regulations Part 161 Study at Los Angeles lnternational Airport for an additional time period of 24 months for a total contract term of eight years, with no increase to the current contract amount of $8,413,209. RECOMMENDATIONS: Management RECOMMENDS that the Board of Airport Commissioners: 1. ADOPT the Staff Report. 2. DETERMINE that this action is exempt from the California Environmental Quality Act (CEQA) pursuant to Article 11, Section 2.d of the Los Angeles City CEQA Guidelines. 3. FIND that this work can be performed more economically or feasibly by an independent contractor than by City employees. 4. APPROVE the second amendment to contract DA-4020 with Harris Miller Miller & Hanson Inc. for professional services to complete the Federal Aviation Regulations Part 161 Study at Los Angeles lnternational Airport for an additional time period of 24 months. 5. AUTHORIZE the Executive Director or designee to execute the Second Amendment to contract DA-4020 for professional services to complete the Part 161 Study at Los Angeles lnternational Airport after approval by the City Council, and approval as to form by the City Attorney I

22 DISCUSSION: 1. Executive Summary Staff requests the Board of Airport Commissioners (BOAC) approve a second amendment to Contract DA-4020 with Harris Miller Miller & Hanson Inc. (HMMH) for professional services to complete the Federal Aviation Regulations (FAR) Part 161 Study at Los Angeles International Airport (LAX) for an additional time period of 24 months for a total contract term of eight years with no increase in contract amount. Completing the LAX Part 161 Study is a requirement of the LAX Master Plan Community Benefits Agreement (CBA), the LAX Master Plan Mitigation Monitoring and Reporting Program (MMRP), and the LAX Master Plan Stipulated Settlement Agreement (SSA). The provisions of the SSA require Los Angeles World Airports (LAWA) to submit to the Federal Aviation Administration (FAA) an application that requests approval to impose noise restrictions at LAX. The current contract with HMMH will expire on April 19, This proposed extension will allow sufficient time for HMMH to complete the LAX Part 161 Study, prepare an application for LAWA to submit to the FAA, and assist LAWA with any needed pre-submittal and post-submittal support. 2. Prior Related Actions On February 18, 2003, BOAC adopted Resolution 21975, authorizing LAWA's Executive Director to advertise and issue a Request for Proposals (RFP) to qualified firms for consultant services to perform two separate FAR Part 161 Studies for LAX and Van Nuys Airport (VNY). The BOAC approved goal of the LAX Part 161 Study was to gain FAA approval that prohibits the easterly departure of all aircraft, with certain exceptions, during the hours of 12:OO midnight and 6:30 a.m. when the airport is operating in either Over-Ocean Operations or remains in Westerly Operations. The proposed restriction would not be in effect during those times when LAX is operating in Easterly Operations. On July 19, 2004, the BOAC adopted Resolution selecting HMMH to conduct both the LAX and VNY Part 161 Studies. The evaluation and selection of HMMH was done in accordance with the standard competitive process for professional services pursuant to the RFP. On March 21, 2005, the BOAC adopted Resolution awarding a three-year contract (DA- 4020) to HMMH to conduct the LAX and VNY Part 161 Studies with a not to exceed amount of $6.5 million. The Notice to Proceed was issued to HMMH on April 20, 2005, and the project officially kicked off on June 8, On March 3, 2008, the BOAC adopted Resolution authorizing a three-year amendment to contract DA-4020 (DA-4020A), which added funds in the amount of $1,931,124 to the contract for both the LAX and VNY Part 161 studies. The additional time and contract amount was needed due to the expansion of the scope-of-work for the VNY Part 161 Study and to pass the VNY Stage 2 Aircraft Phaseout Ordinance. HMMH completed the work related to the VNY Part 161 Study, including adopting and implementing the Noisier Aircraft Phase-out Regulation under the Part 161 "grandfather" provision. This regulation addresses the objectives of several of the proposed restrictions to limit operations of the noisiest aircraft types operating at VNY. HMMH also prepared a draft application for the immediate ban of Stage 2 aircraft from VNY, and is completing an update of the Fly Friendly Target Noise Level Program which will enhance this already successful voluntary program that was shown to have measurable noise reduction benefits.

23 3. Current Action This amendment will provide the additional time needed by LAWA to complete the Part 161 Study at LAX, prepare an application for the LAX proposed noise restriction for submittal to the FAA, submit the application to the FAA, perform the necessary Public Outreach Program for the application, and allow HMMH to provide pre-submittal and post-submittal support to LAWA during the FAA approval process. No additional funding authority is requested since there is approximately $1,500,000 authority remaining in contract DA-4020A for the LAX Part 161 Study. Congress enacted the Airport Noise and Capacity Act (ANCA) in 1990 preventing airport proprietors from implementing any noise and access restrictions without FAA approval. ANCA also required the FAA to establish a national program to review noise and access restrictions that airport proprietors wish to impose on aircraft operations. The FAA enacted regulations to implement this program in Part 161 of Title 14 of the Code of Federal Regulations. The LAX Part 161 Study is the specified process required to justify the FAA waiver of the federal preemption. The LAX Part 161 Study was placed on hold during the last three years because the required baseline and projected fleet mix developed earlier were rendered obsolete due to the drop in air traffic at LAX. Fleet mix projections and forecasts were recently updated in the Specific Plan Amendment Study, allowing the LAX Part 161 project to move forward. The goal of the LAX Part 161 Study is to evaluate the proposed restrictions on eastbound departures between the hours of midnight and 6:30am daily. The FAA must approve the proposed restrictions before they can be implemented. To obtain FAA approval, the LAX Part 161 Study must provide evidence, based on a cost-benefit analysis, that the estimated potential benefits of the restrictions have a reasonable chance to exceed the estimated potential cost of the adverse effects on interstate and foreign commerce. Preliminary data indicates that the costbenefit analysis will be difficult to establish. However, the work must be completed and submitted to the FAA for review in order for LAWA to meet its commitments in the CBA, SSA, and MMRP. HMMH pledged a 23.5% MIWIOBE participation which covered the Part 161 Studies for both LAX and VNY. HMMH has achieved an 11 % subcontractor participation to date. Due to the nature of the project, HMMH's plan for MIWIOBE participation was to utilize those subcontractors near the end of project with an extensive public outreach program (POP). However, work on the LAX Part 161 was suspended for over two years and no work was done on the project. Therefore, the POP was not needed as originally anticipated. Staff recommends the BOAC authorize the Executive Director to execute the Second Amendment to DA-4020 with HMMH adding an additional 24 months to the contract for a total contract term of eight years to complete the LAX Part 161 Study. 4. Alternatives Considered Use Existing City Staff Staff considered using City Personnel to perform these services but no City department, including LAWA, have sufficient staff with the knowledge of the Part 161 Study processes to complete the study and prepare the appropriate FAA application. However, pursuant to Charter Section 1022 the work specified can be performed more feasibly or economically by an independent contractor than by City Employees.

24 e Do Not Approve the Amendment Staff considered not amending this contract. However, not taking this action would require a new procurement of services and further delay LAWA's efforts to comply with the provisions of the LAX Master Plan Community Benefits Agreement (CBA), the LAX Master Plan Mitigation Monitoring and Reporting Program (MMRP), and the LAX Master Plan Stipulated Settlement Agreement (SSA). This alternative is not recommended. FISCAL & ECONOMIC IMPACT STATEMENT: Funds for this item are currently available in the Fiscal Year Los Angeles World Airports Operating Budget in Cost Center Noise Management Section, Commitment Item Contractual Services. Funds for future years will be requested as part of the annual budget process. STANDARD PROVISIONS: 1. Feasibility and planning studies for possible future action is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to Article II, Section 2.d of the Los Angeles City CEQA Guidelines. 2. The City Attorney will approve this contract as to form. 3. Actions taken on this item by the Board of Airport Commissioners will become final pursuant to the provisions of Los Angeles City Charter Section Harris, Miller, Miller & Hanson, Inc. is required by contract to comply with the provisions of the Living Wage Ordinance. 5. Procurement Services reviewed this action (File No ) and established a 25% combined MinorityNVomen Business Enterprise level of participation for this project. Harris, Miller, Miller & Hanson, Inc. committed to 23.5% and has achieved 11% participation to date. 6. Harris, Miller, Miller & Hanson, Inc. is required by contract to comply with the provisions of the Affirmative Action Program. 7. Harris, Miller, Miller & Hanson Inc. has been assigned Business Tax Registration Certificate No Harris, Miller, Miller & Hanson, Inc. is required by contract to comply with the provisions of the Child Support Obligations Ordinance. 9. Harris, Miller, Miller & Hanson, Inc. has approved insurance documents, in the terms and amounts required, on file with the Los Angeles World Airports. 10. Pursuant to Charter Section 1022, staff determined that the work specified on this contract can be performed more economically and feasibly by an Independent Contractor than by City employees. 11. Harris, Miller, Miller & Hanson, Inc. has submitted the Contractor Responsibility Program Pledge of Compliance and will comply with the provisions of the Contractor Responsibility Program. 12. Harris, Miller, Miller & Hanson, Inc. has been determined by Public Works, Office of Contract Compliance to be in compliance with the provisions of the Equal Benefits Ordinance.

'rn - _CI ' 0'(. K)Qi

'rn - _CI ' 0'(. K)Qi =04 Los Angeles W o rld Airports Report to the BOARD OF AIRPORT COMMISSIONERS Approved by: 'rn - _CI ' 0'( K)Qi Dominic Nessi, Chief Information Officer ç Meeting Date: December 18, 2014 jf, (,,,,S(n\-_

More information

BOARD OF AIRPORT COMMISSIONERS REPORT

BOARD OF AIRPORT COMMISSIONERS REPORT millet-400 rojek-400.1 0.01F- Los Angeles World Airports BOARD OF AIRPORT COMMISSIONERS REPORT Meeting Date: Approved Chief Airports Engineer March 19, 2012 Revie nson, Deputy Executive Director CAO Review:

More information

BOARD OF AIRPORT COMMISSIONERS

BOARD OF AIRPORT COMMISSIONERS 10/7/2014 NY NY i I I i 0.101 Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS Meeting Date: Approved by: Samson Mengistu, Dep ty Executive Director, Administratio v1 / - I Reviewed

More information

Report to the BOit7D OF AIRï'Oaï COMMISSIONERS

Report to the BOit7D OF AIRï'Oaï COMMISSIONERS Los Angeles W orld Airports Report to the BOit7D OF AIRï'Oaï COMMISSIONERS liern U.rthe l ed by: ucette, Element Manager Meeting Date: February 19, 2013 Revieín/e/r.. Johnson, Deputy Executive Direc Or

More information

BOARD OF AIRPORT COMMISSIONERS REPORT

BOARD OF AIRPORT COMMISSIONERS REPORT Los Angeles World Airports BOARD OF AIRPORT COMMISSIONERS REPORT Meetinq Date: ward of Contract / June 7,2010 / / Completed I CAO Review: / 1 Pending / [XI /N/A I. Reviewed for Date Aooroval Status / Capital

More information

.//.!. L.moi. /API J II, - l 1 d BOARD OF AIRPORT COMMISSIONERS REPORT TO THE. 'Los Angeles World Airports. DeborFlint xecu ive Director

.//.!. L.moi. /API J II, - l 1 d BOARD OF AIRPORT COMMISSIONERS REPORT TO THE. 'Los Angeles World Airports. DeborFlint xecu ive Director I 1 1 a BY Appr. -..ÿ. Lisa 'Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS.//.!. L.moi. /API II rifiletti Dire fir, Environ entai & Land Use Planning Reviewed.. Cynthia Guidry,

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Ethics Training For Los Angeles World Airports April 2006 Contact: Barbara Yamamoto Ethics Officer Office of Ethics and Business Conduct City of Los Angeles Los Angeles World

More information

0150-09853-0000 TRANSMITTAL TO DATE COUNCIL FILE NO. Gina Marie Lindsey, Executive Director Department of Airports

0150-09853-0000 TRANSMITTAL TO DATE COUNCIL FILE NO. Gina Marie Lindsey, Executive Director Department of Airports 1(0) [E ill) [E 0 \ l [E ~ UIJ NOV 20 2012 ~ By 0150-09853-0000 TRANSMITTAL TO DATE COUNCIL FILE NO. Gina Marie Lindsey, Executive Director Department of Airports FROM COUNCIL DISTRICT The Mayor 11 Proposed

More information

AUTHORIZE THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SHARESQUARED TO FURNISH AND DELIVER AN ENTERPRISE CONTENT MANAGEMENT SYSTEM

AUTHORIZE THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SHARESQUARED TO FURNISH AND DELIVER AN ENTERPRISE CONTENT MANAGEMENT SYSTEM TO: Honorable Mayor and City Council THROUGH: Finance Committee FROM: SUBJECT: Department of Information Technology AUTHORIZE THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SHARESQUARED TO FURNISH AND

More information

BOARD OF AIRPORT COMMISSIONERS LOS ANGELES WORLD AIRPORTS - CITY OF Los ANGELES

BOARD OF AIRPORT COMMISSIONERS LOS ANGELES WORLD AIRPORTS - CITY OF Los ANGELES rale' BOARD OF AIRPORT COMMISSIONERS LOS ANGELES WORLD AIRPORTS - CITY OF Los ANGELES AGENDA CT. Cr) Internet at www.lawa.aero Matters to come before the City of Los Angeles Board of Airport Commissioners

More information

TRANSMITTAL / V 0150-09526-0002. n The Mayor 11. (Ana Guerrero) CATS Deborah Hint. Executive Director Department of Airports 1/19/16

TRANSMITTAL / V 0150-09526-0002. n The Mayor 11. (Ana Guerrero) CATS Deborah Hint. Executive Director Department of Airports 1/19/16 TRANSMITTAL 10 CATS Deborah Hint. Executive Director Department of Airports 1/19/16 0150-09526-0002 I COUNCa. FUF mo n The Mayor 11 COUNCIL OtSTRiCI Request to Approve a First Amendment to Taxi Management

More information

SUBJECT: RESOLUTION NO. - AGREEMENT WITH PACIFIC BELL TELEPHONE COMPANY DBA AT&T DATACOMM FOR VOICE OVER INTERNET PROTOCOL (VOIP) TELEPHONE SYSTEM

SUBJECT: RESOLUTION NO. - AGREEMENT WITH PACIFIC BELL TELEPHONE COMPANY DBA AT&T DATACOMM FOR VOICE OVER INTERNET PROTOCOL (VOIP) TELEPHONE SYSTEM 11\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: MARCH 25, 2010 FROM: INFORMATION TECHNOLOGY DIVISION SUMMARY: The City of Los Angeles Harbor Department

More information

RESOLUTION NO. ---=0=1_5.,..--1_4_5_. General Manager

RESOLUTION NO. ---=0=1_5.,..--1_4_5_. General Manager Resolution No. 0 15 14 5 WHEREAS, OGMA Consulting Corporation (OGMA) was awarded Agreement No. 47080-2 by the Los Angeles Department of Water and Power (LADWP) Board of Commissioners on March 20, 2012,

More information

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.

Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V. SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern

More information

Lr\ THE PORT DATE: APRIL 19, 2013 DEBT & TREASURY

Lr\ THE PORT DATE: APRIL 19, 2013 DEBT & TREASURY Lr\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: APRIL 19, 2013 FROM: DEBT & TREASURY RESOLUTION NO. - AWARD OF PERSONAL SERVICES AGREEMENTS WITH FIELDMAN

More information

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 MINORITY AND WOMEN S BUSINESS ENTERPRISE PARTICIPATION

More information

THE PORT OF LOS ANGELES

THE PORT OF LOS ANGELES THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: FEBRUARY 10,2010 FROM: INFORMATION TECHNOLOGY DIVISION SUBJECT: RESOLUTION NO. - AGREEMENT WITH NEUDESIC,

More information

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San

More information

1.,\ THE PORT OF LOS ANGELES DATE: JUNE 13,2012

1.,\ THE PORT OF LOS ANGELES DATE: JUNE 13,2012 1.,\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: JUNE 13,2012 FROM: CONSTRUCTION RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: APSI CONSTRUCTION MANAGEMENT

More information

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program

City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville/Greenville Utilities Commission Minority and Women Business Enterprise Program City of Greenville MWBE Guidelines for Professional Service Contracts $50,000 and above These instructions

More information

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS

STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS STATE UNIVERSITY CONSTRUCTION FUND GUIDELINES FOR AWARD OF PROCUREMENT CONTRACTS Section I. Purpose The purpose of these Guidelines is to describe the methods and procedures governing the use, awarding,

More information

Minority and Women Business Enterprises (MBE/WBE) Program

Minority and Women Business Enterprises (MBE/WBE) Program Minority and Women Business Enterprises (MBE/WBE) Program The Indiana Department of Transportation will ensure that all certified Minority and Women s Business Enterprises (MBE/WBE) will be afforded full

More information

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)

CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB

More information

Request for Qualifications for Master Agreement

Request for Qualifications for Master Agreement Page 1 of 10 Request for Qualifications for Master Agreement ON-CALL MEDICAL ARCHITECTURALSERVICES Submittal Deadline: January 26, 2016 at 3:00 p.m. The University of Washington is soliciting Statements

More information

Puget Sound Regional Council

Puget Sound Regional Council PSRC Request for Qualifications for On-Call Services for Communication and Public Involvement Consultant Services Solicited by the Released: September 15, 2009 Submissions Due: 4:00pm, October 6, 2009

More information

RECOMMENDATION FOR CITY COUNCIL

RECOMMENDATION FOR CITY COUNCIL June 19, 2012 The Honorable City Council of the City of Los Angeles City Hall, Room 395 Los Angeles, CA 90012 Subject: APPROVE THE FIFTH AMENDMENT TO CONTRACT NO. DA-4159 WITH KAYE SCHOLER, LLP FOR LEGAL

More information

BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR. August 6, 2015

BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR. August 6, 2015 BFSA Investment Advisor RFP BUFFALO FISCAL STABILITY AUTHORITY REQUEST FOR PROPOSALS FOR INVESTMENT ADVISOR Introduction and Project Description The Buffalo Fiscal Stability Authority ( BFSA or the Authority

More information

ISSUE BRIEF. Understanding the Hospital Planning, Design, and Construction Process. Introduction. Background. Phase 1: Project Definition and Planning

ISSUE BRIEF. Understanding the Hospital Planning, Design, and Construction Process. Introduction. Background. Phase 1: Project Definition and Planning Understanding the Hospital Planning, Design, and Construction Process Introduction California s acute care hospitals are an essential health care resource that serve a wide range of patients during times

More information

KIEWIT CM/GC Enabling/Utilities

KIEWIT CM/GC Enabling/Utilities South Terminal Redevelopment Program KIEWIT CM/GC Enabling/Utilities Contract Value $50 million M/WBE Goal 20 percent Contact John Todd, LEED AP Project Manager 303.930.9046 john.todd@kiewit.com General

More information

Los Angeles Community College District PROGRAM MANAGEMENT SERVICES. Terri Mestas Program Director

Los Angeles Community College District PROGRAM MANAGEMENT SERVICES. Terri Mestas Program Director Los Angeles Community College District PROGRAM MANAGEMENT SERVICES Terri Mestas Program Director CMAA Southern California Chapter February 13, 2015 1 LACCD Overview Established in 1969 Governed by seven-member

More information

CONTRACTORS HANDBOOK A guide to doing business with the City of Los Angeles. City of Los Angeles Department of Public Works

CONTRACTORS HANDBOOK A guide to doing business with the City of Los Angeles. City of Los Angeles Department of Public Works CONTRACTORS HANDBOOK A guide to doing business with the City of Los Angeles City of Los Angeles Department of Public Works September 2008 Table of Contents Chapter 1 Doing Business with the City of Los

More information

Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program

Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program Request for Qualifications for Program Management Support Services for The Greenville-Spartanburg International Airport Terminal Improvement Program SECTION 1 - GENERAL INFORMATION The Greenville-Spartanburg

More information

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT

More information

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16

INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 INVITATION FOR BIDS CCK-2139-16 PROJECT 2369.2 PEDIATRIC CRITICAL CARE RENOVATION PHASE 3 ADDENDUM #3 6-22-16 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT:

More information

DEKALB COUNTY GOVERNMENT

DEKALB COUNTY GOVERNMENT DEKALB COUNTY GOVERNMENT PROJECT MANUAL FOR CO-LOCATION SERVICES FOR DATA PROJECT JUNE 15, 2011 TABLE OF CONTENTS Advertisement for Bids 3 General Requirements 4 Request for Proposal 5 Bidder s Proposal

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AGREEMENT ( Agreement ) is entered into as of, 20, by and among ( General Contractor ), having

More information

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 Solicitation No.: BFZ1523 1. Mission Statement and General Information 1.1.

More information

OFFICE OF FLEET MANAGEMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY

OFFICE OF FLEET MANAGEMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY OFFICE OF FLEET MANAGEMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY DEPARTMENT MISSION AND FUNCTION Mission: To support City departments and agencies in the delivery of municipal

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES ISSUED BY: INGLEWOOD UNIFIED SCHOOL DISTRICT Issued: November 20, 2015 Due: December 18, 2015 SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL

More information

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR

FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS. REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR FABENS INDEPENDENT SCHOOL DISTRICT FABENS, TEXAS REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES (CM @ Risk) FOR A New High School Competition Gym RFP No. 052015-036 PROPOSALS ARE DUE 10:00

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List

PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List PASADENA AREA COMMUNITY COLLEGE DISTRICT (PACCD) 2015 California Uniform Public Construction Cost Accounting Act (CUPCCAA) Informal Bid List At their Board meeting of August 21, 2013, the Trustees of the

More information

BRIEFLY DESCRIBE THE REVISIONS YOU ARE MAKING: Name: E-mail:

BRIEFLY DESCRIBE THE REVISIONS YOU ARE MAKING: Name: E-mail: OMB CONTROL NO. 2030-0020 APPROVED: 06/30/2014 APPROVAL EXPIRES: 06/30/2017 U.S. ENVIRONMENTAL PROTECTION AGENCY MBE/WBE UTILIZATION UNDER FEDERAL GRANTS AND COOPERATIVE AGREEMENTS PART I. (Reports are

More information

CERTIFIED SERVICE PROVIDER PROGRAM

CERTIFIED SERVICE PROVIDER PROGRAM CERTIFIED SERVICE PROVIDER PROGRAM Access. Quality. Opportunity. Los Angeles International Airpor t Operations Division Regulator y Compliance and Standards Division New standards. New horizons for business.

More information

DEVELOPMENT OF BEST MANAGEMENT PRACTICES TO EXECUTE A SUCCESSFUL CAPITAL IMPROVEMENT PROGRAM

DEVELOPMENT OF BEST MANAGEMENT PRACTICES TO EXECUTE A SUCCESSFUL CAPITAL IMPROVEMENT PROGRAM DEVELOPMENT OF BEST MANAGEMENT PRACTICES TO EXECUTE A SUCCESSFUL CAPITAL IMPROVEMENT PROGRAM 2015 Business Plan Chapter 3, Water Facilities Focus Area, Goal Number 4 June 2011 CAPITAL IMPROVEMENT PROGRAM

More information

TRANSMITTAL 0150-09872-0003

TRANSMITTAL 0150-09872-0003 it TO The City Council TRANSMITTAL D am/g 2 8 20l!i COUNCIL FILE NO,, FROM The Mayor COUNCIL DISTRICT Alt Authorization to Execute Standard Agreement HI-1516-25 to Accept H1CAP Grant Funds from the California

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor

More information

BOND MEASURE E CONTRACTOR OUTREACH

BOND MEASURE E CONTRACTOR OUTREACH FREMONT UNIFIED SCHOOL DISTRICT BOND MEASURE E CONTRACTOR OUTREACH May 4, 2015 INTRODUCTIONS Therese Gain, Director of Facilities, Fremont Unified School District Carol Lemos, Administrative Assistant

More information

REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019

REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019 Board of Commissioners of the Port of New Orleans REQUEST FOR QUALIFICATIONS FOR VARIOUS AS-NEEDED ENGINEERING AND PROFESSIONAL SERVICES FOR FISCAL YEARS 2017 THRU 2019 April 20, 2016 Deadlines for qualifications

More information

Puget Sound Regional Council

Puget Sound Regional Council Puget Sound Regional Council PSRC Request for Qualifications for Legal Services Consultant Services Solicited by the Puget Sound Regional Council Released: November 12, 2009 Submissions Due: 4:30pm, November

More information

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT DALLAS COUNTY COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS NUMBER 12006 EXECUTIVE SEARCH COMPANY for SELECTION OF CHANCELLOR PROPOSALS DUE BY 2:00 P.M. APRIL 18, 2013 INDEX CONTENTS PAGE NUMBER

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor

More information

COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC

COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC COUNTY OF LOS ANGELES OFFICE OF SMALL BUSINESS/PTAC CBE Policy It is the policy of the County of Los Angeles Board of Supervisors that minority, women, disadvantaged and disabled veteran business enterprises

More information

Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached

Corrected Form: Revised Attachment 7B Cost Proposal Distribution Exhibits A1 and A2 Attached ADDENDUM #1 RFP: 500 16 Design Build Maintenance & Operations Complex The following changes to the Request for Proposal and clarifications are provided based on questions received and must be added/considered

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND

STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND STATE OF ALASKA DEPARTMENT OF ENVIRONMENTAL CONSERVATION ALASKA CLEAN WATER FUND & ALASKA DRINKING WATER FUND DISADVANTAGE BUSINESS ENTERPRISES OVERVIEW The loan recipient, consultant and contractor of

More information

Minority and Women-Owned Business Enterprise (M/WBE) Participation Goals Pursuant to Article 15-A of the New York State Executive Law

Minority and Women-Owned Business Enterprise (M/WBE) Participation Goals Pursuant to Article 15-A of the New York State Executive Law Minority and Women-Owned Business Enterprise (M/WBE) Participation Goals Pursuant to Article 15-A of the New York State Executive Law The following M/WBE requirements apply when an applicant submits an

More information

Minority and Women. Business Enterprise Plan. for the. Greenville Utilities Commission

Minority and Women. Business Enterprise Plan. for the. Greenville Utilities Commission Minority and Women Business Enterprise Plan for the Greenville Utilities Commission MWBE Program P. O. Box 7207 200 Martin Luther King, Jr. Drive Greenville, NC 27835 252-329-4490 TABLE OF CONTENTS POLICY

More information

TRANSBAY JOINT POWERS AUTHORITY

TRANSBAY JOINT POWERS AUTHORITY STAFF REPORT FOR CALENDAR ITEM NO.: 14 FOR THE MEETING OF: November 13, 2014 BRIEF DESCRIPTION: TRANSBAY JOINT POWERS AUTHORITY Amending Contract No. 08-04-CMGC-000, authorizing Webcor/Obayashi Joint Venture

More information

The Vermont Agency of Transportation Small Business Element of the Disadvantaged Business Enterprise (DBE) Program

The Vermont Agency of Transportation Small Business Element of the Disadvantaged Business Enterprise (DBE) Program The Vermont Agency of Transportation Small Business Element of the Disadvantaged Business Enterprise (DBE) Program Introduction and Overview of the Small Business Element: The Vermont Agency of Transportation

More information

City of Sacramento Community Wireless Broadband Network

City of Sacramento Community Wireless Broadband Network Request for Information (RFI) (I15071011001) City of Sacramento Community Wireless Broadband Network RFI Submittals Due: August 22, 2014 by 3:00 p.m. (PST) (Submit electronically, in PDF format) via the

More information

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES

GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES REQUEST FOR QUALIFICATIONS GENERAL CONTRACTOR / CONSTRUCTION MANAGER SERVICES NEW DINING HALL MONTANA STATE UNIVERSITY Bozeman, Montana PPA NO. 15-0103 Campus Planning, Design & Construction Plew Building

More information

Miami-Dade Legislative Item File Number: 141650

Miami-Dade Legislative Item File Number: 141650 Page 1 of 5 Miami-Dade Legislative Item File Number: 141650 File Number: 141650 File Type: Ordinance Status: Adopted Version: 0 Reference: 14-61 Control: Board of County Commissioners File Name: COMMUNITY

More information

05-15-98 ELECTRICAL ENGINEERING ASSOCIATE, 7525

05-15-98 ELECTRICAL ENGINEERING ASSOCIATE, 7525 CITY OF LOS ANGELES CIVIL SERVICE COMMISSION CLASS SPECIFICATION POSTED JUNE 1999 05-15-98 ELECTRICAL ENGINEERING ASSOCIATE, 7525 Summary of Duties: Performs professional electrical engineering work in

More information

MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES

MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES Minority/Women Contracting MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION PROCEDURES PROCEDURES FOR ASSURANCE OF BONA FIDE MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION IN THE M/WBE PROGRAM I. General

More information

1. PROJECT DESCRIPTIONS.

1. PROJECT DESCRIPTIONS. SAN ELIZARIO INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FOR CONSTRUCTION MANAGER AT RISK FOR NEW FIELDHOUSE AND STEM BUILDING ADDITION AT SAN ELIZARIO HIGH SCHOOL AND NEW SUPPORT SERVICES BUILDING

More information

Minority & Women Business Enterprise Plan. Economic Development Department

Minority & Women Business Enterprise Plan. Economic Development Department Minority & Women Business Enterprise Plan Economic Development Department Housing Division Approved by City Council, September 3, 2008 CITY OF PALMDALE Minority Women and Business Enterprise Plan MINORITY

More information

CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT. FREQUENTLY ASKED QUESTIONS (FAQs)

CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT. FREQUENTLY ASKED QUESTIONS (FAQs) Updated: June 25, 2015 CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT FREQUENTLY ASKED QUESTIONS (FAQs) 1. What is the? A program created in 1983 which allows local agencies to perform public

More information

SHORT FORM For Use by presently certified firms.

SHORT FORM For Use by presently certified firms. Economic Development Department Minority and Women-Owned Business Enterprise Certification Application SHORT FORM For Use by presently certified firms. M/WBE Certification Application, Short Form Rev.

More information

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS

CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS CITY OF MESA, ARIZONA ENGINEERING DEPARTMENT REQUEST FOR QUALIFICATIONS On-Call Consultant List for Mechanical Engineering Services TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS PAGE NO. SECTION I PROJECT

More information

Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders

Sub-Bid Contractor Update Statement. Tab A - Invitation for Bids. Tab B - Instructions to Bidders INTRODUCTORY INFORMATION TABLE OF CONTENTS 00 0101 PROJECT TITLE PAGE PROCUREMENT REQUIREMENTS (PROJECT MANUAL) Tab A - Invitation for Bids Tab B - Instructions to Bidders Tab C Bid Form for General Bids

More information

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents Administration of Project: Local Higher Education Project Name Campus Elevator Upgrades Response Deadline 9/03/13

More information

Small Business Development Program April, 1, 2015. Kimberly Mitchell-Phillips Small Business Development Program Manager

Small Business Development Program April, 1, 2015. Kimberly Mitchell-Phillips Small Business Development Program Manager Small Business Development Program April, 1, 2015 Kimberly Mitchell-Phillips Small Business Development Program Manager 1 Presentation Overview Ports Small Business Program Overview & Updates - Minority,

More information

SUPPLIER CLEARINGHOUSE REVERIFICATION APPLICATION FORM. Do Not Use This Form Unless Previously Verified by the Clearinghouse

SUPPLIER CLEARINGHOUSE REVERIFICATION APPLICATION FORM. Do Not Use This Form Unless Previously Verified by the Clearinghouse SUPPLIER CLEARINGHOUSE REVERIFICATION APPLICATION FORM For free assistance, please call the Clearinghouse: San Francisco (415) 928-6892 Toll Free: (800) 359-7998 Do Not Use This Form Unless Previously

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

Taxpayer Services Division Technical Services Bureau

Taxpayer Services Division Technical Services Bureau New York State Department of Taxation and Finance Taxpayer Services Division Technical Services Bureau STATE OF NEW YORK COMMISSIONER OF TAXATION AND FINANCE ADVISORY OPINION PETITION NO.S980122B On January

More information

BILL NO. ORDINANCE NO.

BILL NO. ORDINANCE NO. BILL NO. ORDINANCE NO. AN EMERGENCY ORDINANCE OF THE CITY OF FRESNO, CALIFORNIA, ADDING SECTION 9-235 OF THE FRESNO MUNICIPAL CODE RELATING IMPLEMENTATION OF THE DIGITAL INFRASTRUCTURE AND VIDEO COMPETITION

More information

MTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS

MTA UNIVERSAL STATION PEDESTRIAN BRIDGE Los Angeles, CA. Project Manual and Specification 100% PE SUBMITTAL TABLE OF CONTENTS Los Angeles, CA Project Manual and Specification DIVISION 1 GENERAL CONDITIONS 01 01 10 STATEMENT OF WORK 01 11 00 SUMMARY OF THE WORK 01 14 05 METRO (OWNER) - DIRECTED STOPPAGES 01 20 00 PRICE AND PAYMENT

More information

THIS PRINT COVERS CALENDAR ITEM NO. : 10.5 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY. DIVISION: Finance and Information Technology

THIS PRINT COVERS CALENDAR ITEM NO. : 10.5 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY. DIVISION: Finance and Information Technology THIS PRINT COVERS CALENDAR ITEM NO. : 10.5 SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY DIVISION: Finance and Information Technology BRIEF DESCRIPTION: Amend Division II of the Transportation Code to

More information

Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS

Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS 40-4101 Definitions As used in this act: (a) Commissioner means the insurance commissioner of

More information

ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS: ORDINANCE NO.------- An ordinance authorizing the award of one design-build contract for the decommissioning, disablement, demolition and removal of Scattergood Generating Station Unit 3 pursuant to a

More information

PROCUREMENT DEPARTMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY

PROCUREMENT DEPARTMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY PROCUREMENT DEPARTMENT FISCAL YEAR 2016 BUDGET TESTIMONY APRIL 22, 2015 EXECUTIVE SUMMARY DEPARTMENT MISSION AND FUNCTION Mission: To obtain and dispose of quality goods, services, construction, and concessions

More information

Administrative Directive

Administrative Directive Administrative Directive Title: Grant Management Index Number: AD 1.05 Date of Adoption: 09/06/94 Date of Revision: 06/30/2006 Page: 1 of 8 1.0 Purpose and Need Grant funds from state, federal, or other

More information

RFP-00118 ADDENDUM NO. 1

RFP-00118 ADDENDUM NO. 1 INTERNAL SERVICES DEPARTMENT PROCUREMENT MANAGEMENT SERVICES 111 NW 1 ST Street Suite 1300 Miami, Florida 33128-1974 Telephone: 305-375-4725 Fax: (305) 375-5688 RFP-00118 ADDENDUM NO. 1 DATE: March 26,

More information

Business Inclusion and Development Plan Forms and Instructions. For RFQ s/rfp s/rfcsp s over $250,000

Business Inclusion and Development Plan Forms and Instructions. For RFQ s/rfp s/rfcsp s over $250,000 Business Inclusion and Development Plan Forms and Instructions For RFQ s/rfp s/rfcsp s over $250,000 1 Business Inclusion and Development Plan It is the policy of the City of Dallas to involve Minority

More information

EXECUTIVE MANAGEMENT COMMITTEE JUNE 20, 2013 OFF-SITE STORAGE & MAINTENANCE OF INACTIVE RECORDS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION ISSUE

EXECUTIVE MANAGEMENT COMMITTEE JUNE 20, 2013 OFF-SITE STORAGE & MAINTENANCE OF INACTIVE RECORDS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION ISSUE 66 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net EXECUTIVE MANAGEMENT COMMITTEE JUNE 20, 2013 SUBJECT: ACTION: OFF-SITE STORAGE & MAINTENANCE OF INACTIVE RECORDS APPROVE CONTRACT

More information

REQUEST FOR PROPOSALS SECURITY SYSTEMS CONSULTANT LOS ANGELES WORLD AIRPORTS

REQUEST FOR PROPOSALS SECURITY SYSTEMS CONSULTANT LOS ANGELES WORLD AIRPORTS REQUEST FOR PROPOSALS SECURITY SYSTEMS CONSULTANT AT LOS ANGELES WORLD AIRPORTS January 9, 2009 Marine Mandoyan Senior Communications Engineer City of Los Angeles Department Of Airports Information Management

More information

REVISED ARTICLE V PROPOSAL FORM. Respondent s Name: (Page 1 of 4) CHECKLIST OF REQUIRED DOCUMENTS TO BE SUBMITTED

REVISED ARTICLE V PROPOSAL FORM. Respondent s Name: (Page 1 of 4) CHECKLIST OF REQUIRED DOCUMENTS TO BE SUBMITTED (Page 1 of 4) CHECKLIST OF REQUIRED DOCUMENTS TO BE SUBMITTED RESPONDENT SHALL SUBMIT ONE (1) ORIGINAL PROPOSAL, ALONG WITH THE CD AND SIX (6) COPIES OF THE ORIGINAL DOCUMENTS. ENVELOPE ONE SHOULD BE LABELED

More information

AMENDMENT TO INCREASE PEST CONTROL SERVICES CONTRACT AMOUNT (ALL DISTRICTS) (3 VOTE)

AMENDMENT TO INCREASE PEST CONTROL SERVICES CONTRACT AMOUNT (ALL DISTRICTS) (3 VOTE) January 05, 2016 The Honorable Board of Commissioners Housing Authority of the County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 1-H January

More information

AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR

AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: MAY 24, 2016 FROM: CONSTRUCTION RESOLUTION NO. AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER

More information

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services

More information

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC

FIRST AMENDMENT TO AGREEMENT. This First Amendment to the Design Professional Services Agreement for the MBC FIRST AMENDMENT TO AGREEMENT This First Amendment to the Design Professional Services Agreement for the MBC Additional Biosolids Storage Silos (Contract No. H084253) dated March 10, 2009 [Agreement], is

More information

GREATER HARTFORD TRANSIT DISTRICT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOALS/METHODOLOGY FISCAL YEAR 2014, 2015 and 2016 Draft, May 2013

GREATER HARTFORD TRANSIT DISTRICT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOALS/METHODOLOGY FISCAL YEAR 2014, 2015 and 2016 Draft, May 2013 BACKGROUND GREATER HARTFORD TRANSIT DISTRICT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM GOALS/METHODOLOGY FISCAL YEAR 2014, 2015 and 2016 Draft, May 2013 Pursuant to 49 Code of Federal Regulations Part

More information

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents Request for Qualifications (CM at Risk Contract) Administration of Project: Local Higher Education Project Name FAES- Student Success Center Response Deadline 03/04/2013 4:30 pm local time Project Location

More information

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California

Solicitation 420-1614/1621. Kofax Software Transfer, Upgrade, & Maintenance. Bid designation: Public. State of California 5 Solicitation 420-1614/1621 Kofax Software Transfer, Upgrade, & Maintenance Bid designation: Public State of California 2/12/2015 4:50 PM p. 1 6 Kofax Software Transfer, Upgrade, & Maintenance 5 Bid Number

More information

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk NC General Statute 143.128.1.c states, The construction manager at risk shall contract directly with the public entity for all construction; shall publicly advertise as prescribed in G.S. 143 129; and

More information

ROSEAU EDA REVOLVING LOAN FUND LENDING GUIDELINES (CITY/USDA FUNDS)

ROSEAU EDA REVOLVING LOAN FUND LENDING GUIDELINES (CITY/USDA FUNDS) ROSEAU EDA REVOLVING LOAN FUND LENDING GUIDELINES (CITY/USDA FUNDS) Background I. Eligible Borrowers A. Existing and potential start-up businesses, located in the city limits of Roseau, who can demonstrate

More information

Check if this is the last report for the project (Project completed). BRIEFLY DESCRIBE THE REVISIONS YOU ARE MAKING: Name: E-mail:

Check if this is the last report for the project (Project completed). BRIEFLY DESCRIBE THE REVISIONS YOU ARE MAKING: Name: E-mail: OMB CONTROL NO. 2090-0030 APPROVED: 05/01/2008 APPROVAL EXPIRES: 01/31/2011 U.S. ENVIRONMENTAL PROTECTION AGENCY MBE/WBE UTILIZATION UNDER FEDERAL GRANTS, COOPERATIVE AGREEMENTS, AND INTERAGENCY AGREEMENTS

More information