Los Angeles County Service Authority for Freeway Emergencies Kenneth Hahn Call Box System
|
|
|
- Anis Parker
- 10 years ago
- Views:
Transcription
1 Los Angeles County Service Authority for Freeway Emergencies Kenneth Hahn Call Box System 3 S.A.F.E One Gateway Plaza Los Angeles, California TEL (21 3) FAX (213) SAFE BOARD FEBRUARY SUBJECT: ACTION: MOTORIST AID AND TRAVELER INFORMATION SYSTEM (MATIS) TECHNICAL SUPPORT SERVICES AWARD CONTRACT NO. 07SAFE16 FOR TECHNICAL SUPPORT SERVICES TO AID IN THE DEVELOPMENT, DEPLOYMENT AND OPERATION OF MATIS RECOMMENDATION Authorize the Executive Officer to award a five-year fxed labor hour rate contract, Contract No. 07SAFE16, to Jennillian Corporation for technical support services to aid in the development, deployment and operation of MATIS in an amount not-to-exceed $975,000, inclusive of a 10% contingency effective Beember 1,2883. March 1,2008. RATIONALE LA SAFE is responsible for providing motorist aid services for Los Angeles County. Concurrent with this recommendation, there is a report recommending the award of a tenyear contract for the development, deployment, operation and maintenance of MATIS. MATIS is a comprehensive motorist aid system that will provide: 1) a call center to support call box, #399 mobile call box and 511 operator-assisted calls; 2) fleet monitoring support for the Metro FSP program; and 3) the regional 511 Traveler Information system. These three distinct yet inter-related operations require the knowledge of a variety of technical fields. LA SAFE does not have the staff to fully and adequately address the variety of technical issues that will arise during the development and operation of MATIS. This contract award will ensure that LA SAFE has sufficient resources available to support the development, deployment and operation of MATIS. This contract will provide LA SAFE with the resources to support technical reviews and recommendations; implementation, integration and development of various data systems; development and management of call center systems; development and implementation of the 511 website and Interactive Voice Response (IVR) system; development and implementation of the fleet monitoring system; monitoring of systems implementation; management and monitoring of MATIS operations and maintenance; assistance in identifjrlng opportunities to improve and enhance MATIS; and general overall technical project management support.
2 FINANCIAL IMPACT The hnding of $375,000 for technical support services to aid in the development, deployment and operation of MATIS is included in LA SAFE'S FY08 budget under Cost Center 3351, Motorist Services, under Project , Kenneth Hahn Call Box and line item Since this is a multi-year contract, the Cost Center Manager and LA SAFE Deputy Executive Officer will be accountable for including the costs in future budget years. ALTERNATIVES CONSIDERED The Board may not authorize the execution of this contract. This alternative is not recommended because this contract is needed to ensure that there are enough technical resources to ensure the successful development, deployment and operation of MATIS. ATTACHMENTS A. Procurement Summary A-1. Procurement History A-2. List of Subcontractors Prepared by: Kali K. Fogel, Motorist Services Technical Administrator Samira Baghdlkian, Senior Contract Administrator MATIS Technical Support Senices
3 Deputy Executive Officer Roger ~ noblg Executive Officer MATIS Technical Support Services
4 AnACHMENT A PROCUREMENT SUMMARY MOTORIST AID AND TRAVELER INFORMATION SYSTEM (MATIS) TECHNICAL SUPPORT SERVICES Contract Number: 07SAFE16 Recommended Vendor: Jennillian Corporation Cost/Price Analysis Information: A. Bid/Proposed Price: $885, Recommended Price: $975,000 (including approximate 10% contingency) B. Details of Significant Variances are in Attachment A-l.D Contract Type: Labor How Rate Procurement Dates: A. Issued: August 1, 2007 B. Advertised: August 2, 2007 C. Pre-Proposal Conference: August 14, 2007 D. Proposals Due: September 4,2007 E. Pre-Qualification Completed: N/A F. Conflict of Interest Form Submitted to Ethics: September 27, 2007 Small Business Participation: A. Bid/Proposal Goal: 5% SBE B. Small Business Commitment: Invitation for BidlRequest for Proposal Data: Notifications Sent: 5 Evaluation Information: A. Bidders/Proposers Names: 1) Post, Buckley, Schuh & Jernigan, Inc. (PBS & J) 2) Jennillian Corporation Date Small Business Evaluation Completed: 9/11/07 Proposals Downloaded: 20 2) $888, Bids/Proposals Received: 2 Bid/Proposal Amount: I Best and Final Offer Amount: 1) $1,150, ) $976,170.00* 2) $885,772.8gk 1 *without contingency B. Evaluation Methodology: Sealed Bid Details are in Attachment A-l.C Protest Information: A. Protest Period End Date: 12/11/07 B. Protest Receipt Date: -None C. Disposition of Protest Date: -None Contract Administrator: Samira Baghdikian Project Manager: Kali Fogel Telephone Number: (213) Telephone Number: (213) MATIS Technical Support Services
5 A'ITACHMENT A-1 PROCUREMENT HISTORY MOTORIST AID AND TRAVELER INFORMATION SYSTEM (MATIS) TECHNICAL SUPPORT SERVICES A. Background on Contractor Jennillian Corporation (Jennillian) is an information technology services and development provider located in Westminster, California. Jennillian's president and chief architect Dr. Baron Grey is an experienced information technology industry executive with a strong technical, engineering, and academic background that has been developed from over 30 years of experience working in the academic, public, private and defense sectors and his own information technology services company Jennillian Corporation since Jennillian has provided information technology support to LA SAFE and other public agencies and has developed requirements and statements of work for the LA County Call Box program and other motorist aid projects. Jennillian has had prior and current contracts with LA SAFE for the call center, call box program and the #399 mobile call box. Its work has been satisfactory to date. B. Procurement Background This is a competitively negotiated procurement issued as an RFP using explicit evaluation factors: Qualifications of Firm (lo%), Qualifications of Staff (50%) and Price (40%). The contract period is 5 years without any options. The contract period of performance is anticipated to begin on or about -March I The Diversity & Economic Opportunity Department (DEOD) recommended a Small Business Enterprise (SBE) goal of 5% for this procurement. C. Evaluation of Proposals Proposals were evaluated according to LA SAFE'S policies and procedures for competitive procurements. Two proposals were received from Post, Buckley, Schuh & Jernigan, Inc. (PBS & J) and Jennillian Corporation. A source selection committee, comprised of staff from LA SAFE, METRO, Cal Trans and Orange County Transportation Authority, determined that both proposers met the minimum qualifications identified in the RFP. The recommended Contractor (Jennillian) was not only determined to be the highest rated technical proposer, but also offered the lowest price. MATIS Technical Support Senices
6 D. Cost/Price Analysis and Explanation of Variances The recommended price of $975,000, which includes an approximate 10% contingency, has been determined to be fair and reasonable based upon price analysis and adequate competition under the competitive procurement process. The recommended price, excluding the approximate 10% contingency, is lower than the independent cost estimate of $933,543. MATIS Technical Support Services
7 ATI'ACHMENT A-2 LIST OF SUBCONTRACTORS MOTORIST AID AND TRAVELER INFORMATION SYSTEM (MATIS) TECHNICAL SUPPORT SERVICES PRIME CONTRACTOR - Jennillian Corporation Small Business Commitment Jennillian Corporation - 100% Other Subcontractors N I* Total Commitment 100% MATIS Technical Support Senices
8
AWARD CONTRACT TO ADP NATIONAL ACCOUNT SERVICES PROBUSINESS DIVISION
Metro Me"opoUb' T"..po,',';o, Aulhority One Gateway Plaza Los Angeles, CA 90012-2952 213. 922.2000 Tel metro. net FINANCE & BUDGET COMMITTEE MARCH 18, 2004 SUBJECT: ACTION: OUTSOURCED PAYROll SERVICES
Metropolitan Transportation Authority One Gateway Plaza 213.g22.2000 Tel. Los Angeles, CA 90012-2952 metro.net
Metro Metropolitan Transportation Authority One Gateway Plaza 213.g22.2000 Tel Los Angeles, CA 90012-2952 metro.net OPERATIONS COMMITTEE JANUARY 17,2008 45 SUBJECT: ACTION: PEST CONTROL SERVICES, CONTRACT
Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 AWARD CONTRACT FOR AC/AIR COMPRESSORS
52 Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 Metro OPERATIONS COMMI'ITEE JUNE 18,2009 SUBJECT: ACTION: AIR CONDITIONING (AC) AND AIR COMPRESSORS
METRO FREEWAY SERVICE PATROL
æ Metropolitan Metro Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 23 213.922 metro.r OPERATIONS COMMITTEE JULY 21, 2005 SUBJECT: ACTION: METRO FREEWAY SERVICE PATROL AUTHORIZE
B. Authorize the Chief Executive Offcer to award a firm fixed price contract, Contract
æ Metro Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 9 012-2952 20 213.922.2000 Tel metro. net OPERATIONS COMMITTEE AUGUST 17, 2006 SUBJECT: CONTRACT No. PS-3150-1840, TRANSIT
One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 CALL CENTER TELEPHONE SYSTEM REPLACEMENT PROJECT
37 Metro Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY & OPERATIONS COMMITTEE JUNE 19, 2014 SUBJECT: ACTION:
HASTUS SYSTEM v2014 SOFTWARE UPGRADE APPROVE CONTRACT PS92403192 AWARD TO GIRO, INC.
One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2ooo Tel metro. net SYSTEM SAFETY SECURITY AND OPERATIONS COMMITTEE SEPTEMBER 18,2014 SUBJECT: ACTION: HASTUS SYSTEM v2014 SOFTWARE UPGRADE APPROVE
ADVANCED TRANSPORTATION MANAGEMENT SYSTEM (ATMS) COMPUTER AIDED DISPATCH UPGRADE
Yktropdbar- One catway plaza t13.g2~.2000 ' Los Angel- CA 90012-2952 metro.net 47 OPERATIONS COMMITTEE MARCH 18,2010 SU WECT: ACTION: ADVANCED TRANSPORTATION MANAGEMENT SYSTEM (ATMS) COMPUTER AIDED DISPATCH
9 One Gateway Plaza Los Angeles, CA 90012-2952
9 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2ooo Tel metro. net FINANCE, BUDGET AND AUDIT COMMITTEE SEPTEMBER 17, 2014 SUBJECT: ACTION: HEALTH BENEFITS CONSULTING SERVICES AWARD A CONTRACT FOR
EXECUTIVE MANAGEMENT COMMITTEE FEBRUARY 21, 2013 BOARDROOM AUDIO-VIDEO SYSTEM UPGRADE AWARD CONTRACT ACTION: RECOMMENDATION
53 One Gateway Plaza Los Angeles, CA 90012-2952 213-922.2000 metro. net EXECUTIVE MANAGEMENT COMMITTEE FEBRUARY 21, 2013 SUBJECT: ACTION: BOARDROOM AUDIO-VIDEO SYSTEM UPGRADE AWARD CONTRACT RECOMMENDATION
PROGRAM SUPPORT- EMPLOYER ANNUAL PASS PROGRAMS AWARD CONTRACT TO INLAND TRANSPORTATION SERVICES
5 One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net FINANCE, BUDGET & AUDIT COMMITTEE FEBRUARY 18, 2015 SUBJECT: ACTION: PROGRAM SUPPORT- EMPLOYER ANNUAL PASS PROGRAMS AWARD CONTRACT
RIGHT -OF-WAY ACQUISITION AND RELOCATION SERVICES BENCH AUTHORIZE INCREASE TO CONTRACT MODIFICATION AUTHORITY
~...,eo.., Metro...-,..._ One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 metro. net 39 CONSTRUCTION COMMITTEE SEPTEMBER 19, 2013 SUBJECT: ACTION: RIGHT -OF-WAY ACQUISITION AND RELOCATION SERVICES
FORT PIERCE UTILITIES AUTHORITY Committed to Quality
FORT PIERCE UTILITIES AUTHORITY Committed to Quality FORT PIERCE UTILITIES AUTHORITY SPECIAL TERMS AND CONDITIONS November 6, 2012 TABLE OF CONTENTS SPECIAL TERMS AND CONDITIONS Section 1. DEFINITION...
-25 A-se =, zai,*,:.-.a -322-295;
Los Angeles County Service Authority for Freeway Emergencies %'a- 6' B d,-a 2. *&a, -j 1-a -25 A-se =, zai,*,:.-.a -322-295; I SAFE BOARD MEETING JUNE 28,2012 SUBJECT: ACTION: ADOPT THE FISCAL YEAR 201
How To Upgrade Tap To A Ctc Customer Relationship Management System
14 O ne Gateway Plaza Los Angeles, CA 90012-2952 213-922.2000 Te l m etro. net FINANCE, BUDGET AND AUDIT COMMITTEE JANUARY 14, 2014 SUBJECT: ACTION: TAP CUSTOMER RELATIONSHIP MANAGEMENT (CRM) SYSTEM EXECUTE
Metro REVISED EXECUTIVE MANAGEMENT COMMITTEE MAY 15, 2014 SUBJECT: DISABLED VETERAN'S BUSINESS ENTERPRISE (DVBE) BUSINESS PROGRAM
Metro Los Angeles County One Gateway Plaza 2~3.9sz.zo Metropolitan Transportation Authority Los Angeles, CA gooi2-z952 metro.net REVISED EXECUTIVE MANAGEMENT COMMITTEE MAY 15, 2014 SUBJECT: DISABLED VETERAN'S
APPROVE CONTRACT AWARDS FOR WORKERS' COMPENSATION INVESTIGATION SERVICES PANEL
Metro Met,opoUta" T""p",ta"O" Auth..", One Gateway Plaza Los Angeles, CA 90012-2952 213. 922.2000 Tel metro. net OPERATIONS COMMITTEE JULY 15, 2004 SUBJECT: ACTION: APPROVE CONTRACT AWARDS FOR WORKERS'
Request for Proposal/Invitation for Bid Guidelines
Request for Proposal/Invitation for Bid Guidelines 1.0 Purpose These guidelines outline the preparation and evaluation of an Invitation for Bid (IFB)/Request for Proposal (RFP). The guidelines are effective
Purchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is statutorily exempt from the provisions of the California Environmental Quality Act.
October 11, 2011 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: ADOPT, ADVERTISE,
ATTACHMENT A. Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects
Ozarks Technical Community College Pre-Established Criteria for Construction Management and Design Build Construction Projects Pursuant to Revised Statute of Missouri Section 8.250(3), Ozarks Technical
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
Ocoee, FL July 01, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
TABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR
REBECCA OTTO STATE AUDITOR STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR SUITE 500 525 PARK STREET SAINT PAUL, MN 55103-2139 (651) 296-2551 (Voice) (651) 296-4755 (Fax) [email protected] (E-mail)
Within the context of this policy, the following definitions apply:
BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2011 I. Policy Statement The Board of Education of Howard County expects that the funds provided to them for all goods
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
How to do Business. with Charlotte-Mecklenburg Utilities. http://cmucontracts.charmeck.org
How to do Business with Charlotte-Mecklenburg Utilities http://cmucontracts.charmeck.org How Charlotte-Mecklenburg Utilities Purchases Products and Services 2 & 3 l About Water and Sewer Projects 4 & 5
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION Clark County Government Center 500 Grand Central Parkway, 4th Floor Las Vegas, NV 89106 Phone: (702) 455-2897 Fax: (702)
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
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
SUMMARY OF RESOLUTION. Authorization to Enter into an Agreement with A Pool of Firms to Provide Information Technology Consulting Services
Description SUMMARY OF RESOLUTION Authorization to Enter into an Agreement with A Pool of Firms to Provide Information Technology Consulting Services Port Authority of Allegheny County (Authority) requires
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
FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
State Health Benefit Plan Procurement Policy
State Health Benefit Plan Procurement Policy 1. Introduction 1.1 Purpose The mission of the Department of Community Health (DCH) Office of Procurement Services (OPS) is to obtain quality goods and services
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor Background Information: Manatee County Rural Health Services (MCR Health Services) is a private, not
Members, Council of Presidents. Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid
July, 2003 MEMORANDUM UCF-05.01-07/03 TO: Members, Council of Presidents FROM: SUBJECT: Advertisements for Architect/Engineer and Construction Manager Services and Calls for Bid AUTHORITY: Sections 240.209(3)(p),
Policy Number: 3-804 Policy Name: Professional Services and Construction Services Procurement
Page 1 3-804 Professional Services and Construction A. Project Delivery Methods 1. A university may procure design services, construction and construction services, as applicable, under any of the following
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects
The University of North Carolina Plan to Increase Utilization of Historically Underutilized Businesses in Construction Projects May 2002 1 of 15 The University of North Carolina Office of The President
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect
How To Get Construction Procurement Services
Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team
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
Pre-qualification for Construction Services Using a Qualifying System in Publicly Bid Projects
Pre-qualification for Construction Services Using a Qualifying System in Publicly Bid Projects Introduction: Pre-qualification provides a formal, comprehensive method of identifying companies that meet
CDOT Resources for Small Businesses
General Information Resources Civil Rights & Business Resource Center is responsible for promoting and maintaining equal opportunity and participation for highway construction contractors and consultants
Construction Delivery Methods for Texas school districts
Construction Delivery Methods for Texas school districts Pfluger Associates Architects, P.L.L.C. ARCHITECTS / PLANNING CONSULTANTS History Prior to 1995, public school districts were required to utilize
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,
HOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
CHARTER TOWNSHIP OF WASHINGTON PURCHASING & BID POLICY
CHARTER TOWNSHIP OF WASHINGTON PURCHASING & BID POLICY The Charter Township of Washington Board of Trustees has adopted this administrative policy to standardize and control purchasing, bid and proposal
TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2
TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...
NOTICE TO CONTRACTORS
(ISP rfp.doc) REQUEST FOR PROPOSAL #B600912 for an Internet Service Provider (ISP) for the Campus Community, Alumni, and Friends of Clarion University of Pennsylvania a member of The Pennsylvania State
NORTH COUNTY TRANSIT DISTRICT
NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum
DeKalb County Purchasing Policy. August 6, 2014
DeKalb County Purchasing Policy August 6, 2014 TABLE OF CONTENTS Division and Name Page Part 1 - General Provisions Section I Scope 3 Section II Exemptions 3 Section III Interpretation 4 Section IV Application
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL RFP ISSUE DATE: September 26 th, 2001 TITLE: RFP NUMBER: San José State University Website Redesign F-WR00001181-AL PURCHASING OFFICE CONTACT: DEPARTMENT OFFICIAL: Alex Lebedeff, Mary
MANAGEMENT 3 PROCUREMENT AND CONTRACTOR. Purpose
3 PROCUREMENT AND CONTRACTOR MANAGEMENT Purpose The purpose of Procurement and Contractor Management is to provide basic information and direction regarding procuring commodities or services within New
World Bank Procurement Guidelines and Business Opportunities
World Bank Procurement Guidelines and Business Opportunities Nancy Bikondo - Omosa Procurement Specialist Procurement Policy and Services Group November 2011 1 AGENDA The Role of the Bank and the Borrower
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
B. Capital Improvement Program (CIP) All capital improvement projects listed as part of the Board s annual approved capital budget.
PROCUREMENT OF ARCHITECTURAL/ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Effective: November 6, 2008 I. Policy Statement The Board of Education recognizes the ongoing need to procure professional
Small Business Enterprise (SBE) Pilot Program
Small Business Enterprise (SBE) Pilot Program 1 Small Business Enterprise (SBE) Effective October 1, 2012 Pilot Program Replaces Minority/Women/Other Business Enterprise (M/W/OBE) Program LAWA will require
COUNTY OF LOS ANGELES
COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS Enriching Lives JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 www.ladpw.org ADDRESS ALL CORRESPONDENCE
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
