Review of Broward County Aviation Department s Procurement Practices

Size: px
Start display at page:

Download "Review of Broward County Aviation Department s Procurement Practices"

Transcription

1 Review of Broward County Aviation Department s Procurement Practices January 10, 2008 Report No Office of the County Auditor Evan A. Lukic, CPA County Auditor

2 Table of Contents Topic Page Executive Summary...2 Purpose and Scope...3 Methodology...3 Background...4 Findings and Recommendations...7 Appendix I...16

3 Executive Summary This report summarizes our review of the Procurement Practices of the Broward County Aviation Department (BCAD). Our review was initiated to address concerns that staff instructed prime consultants/contractors (Primes) to engage specific subconsultants/subcontractors (Subs) and to perform tasks outside the scope of existing contracts. Our objectives were to identify these occurrences and evaluate compliance with County procurement policies and procedures regarding the use of Subs and work performed under existing agreements. To accomplish our objectives, we judgmentally selected twenty-nine contracts pertaining to twenty Primes. We reviewed the solicitation document (Request for Letters of Interest (RLI)), contract, Notices to Proceed (NTP), invoices, work authorizations, change orders, and other correspondence within each contract file. Based on the information reviewed, we identified the original Subs along with those that were subsequently added to the agreement. We compared the actual work performed to the scope of services established for each contract. Our review disclosed: All work authorizations, change orders and notices-to-proceed reviewed complied with the contract s procedural requirements for authorization. Six instances where work authorized was clearly beyond the scope of services of the contract, Evidence of inappropriate staff influence in the award of three subcontracts, The addition of seventy-seven Subs to existing contracts without the benefit of open and competitive solicitation or negotiation, Program Manager reviews of Subs engaged under Construction Manager@ Risk contracts are insufficient to determine compliance with the competitive solicitation requirements of the contracts. We concluded, the Aviation Department s procurement practices are designed to provide staff with flexibility in responding to operational and project demands. These practices include placing generic scopes of work and undefined optional services in their contracts. Thus, the contracts provide staff with significant latitude in the procurement of goods and services. As a result, staff has the ability to address operational issues without being delayed by the County s procurement processes. While these practices provide expediency in addressing operational issues, they conflict with sound public procurement policy in that a significant amount of procurement can take place without the benefit of open Office of the County Auditor 2

4 competitive solicitation. This also creates opportunities for inappropriate influences in the procurement of goods and services. Our report includes recommendations designed to address our specific findings and improve accountability over procurement at the Airport. However, we believe true remediation will only occur when the County addresses the deficiencies in the existing procurement process. The current procurement process fails to adequately support the business needs and operational objectives of many County agencies. Absent such change, management will continue to find methods that expedite their operational needs but circumvent the County s competitive solicitation and award processes. Purpose and Scope The purpose of our review was to evaluate compliance with County procurement policies and procedures regarding the use of Subs and work performed under existing agreements. Our review encompassed twenty-nine selected contracts receiving payments from the County during the period from June 1, 2005 to June 30, Methodology To accomplish our objectives, we: Reviewed: Twenty-nine contracts comprising twenty vendors (See Appendix 1) Vendor payment history (invoices) for these vendors, over the period under review, as stated above. Work Authorizations, Change Orders and Notices to Proceed totaling approximately $17,795,000 Bid estimates and Program managers approval for selected subcontractors Interviewed: Prime consultants and contractors Project Manager BCAD staff Office of the County Auditor 3

5 Background Broward County Procurement Policy The County s procurement policy is based on the fundamentals of public procurement, free and open competition for all. This concept enables the County to maximize to the fullest extent practicable, the purchasing value of public funds by fostering effective broad based competition within the free enterprise system, while ensuring fair and equitable treatment of all persons who deal with County Procurement. 1 It is accomplished through public and competitive solicitation and award practices. Broward County purchasing policy and practices are specified within the Broward County Procurement Code (Administrative Code, Volume II, Chapter 21) and Internal Control Handbook Procurement System Procedures (Administrative Code, Volume XVI). Broward County Competitive Procurement Practices Competitive procurement includes competitive solicitation and award practices designed to provide fair and equitable opportunities for vendors to respond to County procurement needs. Broward County employs the following practices to competitively solicit and award purchases: Table 1 Solicitation and Award Practices Purchase Type Amount Solicitation Award Authority Request Delegated Purchases < $3,500 Verbal Quotes Agency Staff Informal Quotes < $30,000 Written Quotes Purchasing Staff Mandatory Bid Amounts > $30,000 Formal Submittals Director of Purchasing or Board 2 Source: Broward County Administrative Code, Chapter 21 Delegated Purchases The Authority to make purchases under $3,500 is delegated from the Purchasing Division to selected individuals at the agency level. Delegated purchases include delegated purchase orders (PDs) and purchasing and travel cards (p-cards). PDs require obtaining three verbal quotes and are awarded based on the lowest 1 Broward County Administrative Code, Volume II Operational Policy, Chapter 21 Procurement Code Finance and Administrative 2 Purchasing director has authority to approve purchases of general goods and services for $250,000 and under, and professional services for $100,000 and under. Board approves purchases over these thresholds. Office of the County Auditor 4

6 quote. P-cards do not require quotes but are limited to $1,000 per transaction for goods and services and $2,000 per transaction for travel related expenses. Informal Quotes Purchases from $3,500 to $30,000 are generally processed by or through the Purchasing Division. Agencies submit purchase requisitions specifying the requested goods or services to the Purchasing Division. The Purchasing Division advertises a Request for Quotation (RFQ) to the sheltered market. 3 If the sheltered market solicitation does not yield an award, the purchasing division re-solicits the request for quotation to all vendors. The purchase is awarded based on the lowest responsive 4 and responsible 5 quote. Mandatory Bid Amounts Purchases over $30,000 are processed by the Purchasing Division and subject to formalized selection processes. Agencies corroborate with the Purchasing Division to determine the appropriate solicitation vehicle (Request for Proposal (RFP), Request for Letters of Interest (RLI), Request for Quotation (RFQ) or Invitation for Bid (IFB)). Contract Award In the case of procurements under the mandatory bid amount ($30,000), contracts are awarded to the lowest priced, responsive and responsible vendor. In the case of RFPs and RLIs, price is generally not the primary or sole basis for award. These procurements involve short listing and selection based on evaluation of each respondent s proposal. Subsequent to selection the scope, price and contract terms are negotiated with the successful vendor. Regardless of the method of solicitation, it is imperative to fair competition that the specifications or scopes of work being sought by the County are clearly defined and communicated. Clearly defining the nature and extent of goods and services to be provided encourages competition by establishing a level playing field for competing vendors and reduces opportunities for influence from outside sources. Likewise, it is imperative that the specifications/scopes of work in the resultant contract are consistent with the specifications/scope of work that was publicly advertised. Failure to do so undermines the integrity of the procurement 3 In April 2004, the Board of County Commissioners enacted the Broward County Business Opportunity Act of 2004 (Act) which mandated that all projects under $250,000 be reserved for Small Business Enterprises (SBE), under the sheltered market program. The Act provides SBE s an opportunity to bid on projects with no competition from larger vendors. 4 Responsive Bidder means a person who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the bid documents to be submitted at the time of bid opening. 5 Responsible Bidder or Offeror means an offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. Office of the County Auditor 5

7 system thereby discouraging competition and eroding public confidence in the procedures followed in public procurement. Subcontractors and Subconsultants (Subs) Frequently, Subs are included in County contracts. Subcontracting may be necessary to meet the County s goals for CDBE participation or to augment the skills necessary to complete the scope of work requested by the County. In these cases, the nature, extent and cost associated with the Subs participation is identified in the cost proposals submitted or agreed to during contract negotiations. The participation of Subs, therefore, is part of the open, competitive process. County contracts generally preclude the addition of Subs without the prior approval of the contract administrator. Examples of subcontracting in County contracts include: County service contracts. Subs are listed in the original agreement. Those subs contributing to CDBE goals are separately identified within the contract. County service contracts generally require written approval of Contract Administrator prior to changing or modifying the list of the subconsultants submitted by [the prime] consultant. County CM@Risk GMP construction contracts. Subs are not listed in the original agreement with the exception of those used to meet W/MBE, DBE or CDBE goals. However, the contracts require the prime contractor to obtain bids from a minimum of three (3) such subcontractors for each [selected] subcontract and contract administrator / program manager approval. Office of the County Auditor 6

8 Findings and Recommendations Finding 1 - Work authorized under six agreements was beyond the contracted Scope of Our review disclosed the following six instances involving authorization of work beyond the scope of services of the agreement: Table 2 - Summary of Work Authorized Beyond the Contract Scope Vendor / Scope per solicitation / Expansive scope No. Contract Procurement Price performed / Price method 1. Weekley Asphalt Paving Inc Bid No. H M1 Bid 2. Cummings-Centex Rooney RLI No AV-01 RLI -CM@Risk: Master agreement - civil repairs and maintenance contract. $2,097,795 CM@Risk construction services for building pedestrian bridges and parking revenue control plaza facility and parking administration building. Construct new cell phone parking lot and installation of new noisemonitoring equipment off airport property, in Tree Top Park. $146,157 Installed rolling grill gate, life safety systems, and lighting for Concourse E security checkpoint in Terminal 3. Method used to change scope Work Authorization, WA and WA executed by the contract administrator, authorized construction of the Cell Phone parking lot and noise monitor, respectively. Change Order No. 2 executed by the contract administrator created the new line item needed to complete the Cell Phone parking lot. Change Order No. 1 executed by the contract administrator authorized the added scope. Funds transferred to project from security checkpoint improvements budget. Description of inconsistency and concerns Contract labeled civil repairs and maintenance used to implement new construction. No competitive price solicitation Loss of potential Sheltered market program procurement This change authorized work in an area not related to the original scope of contract. No competitive price solicitation or sub selection Loss of potential sheltered market program procurement $10,712,486 $177,027 Office of the County Auditor 7

9 Vendor / No. Contract Procurement method 3. Skanska USA Building Inc: RLI No AV-01. RLI- CM@Risk Scope per solicitation / Price CM@Risk construction services for Terminal 4 vertical circulation and remodeling of the federal inspection services (FIS), customers, border patrol areas, airline ticketing offices including baggage handling and utilities. $34,878,676 Expansive scope performed / Price Provide 24-hour, 7- days maintenance (24/7 capability) of the new baggage handling systems in Terminal 3 - north, Terminal 3 - south and Terminal 4 for a period of one year. $185,366 Method used to change scope Change Order No. 5 executed by the contract administrator authorized the added scope. Change financed by funds transferred from BCAD s Terminals 2, 3 & 4 capital budget to the construction project. Description of inconsistency and concerns The change, later rescinded due to subcontractor s issues, authorized work on the T3 baggage handling systems not related to the original scope for T4 building modifications. No competitive price solicitation or sub selection Added unnecessary cost (CM fees) Qualifications not considered in solicitation process Loss of potential Sheltered Market program procurement 4. Pierce Goodwin Alexander & Linville, Inc (PGAL) RLI No AV-02 RLI Architect / Engineering Terminal 4 architectural, engineering and other design related services for new international terminal, FIS expansion, and aesthetic design criteria manual for the airport. $7,992,272 Perform business analysis, develop technical specifications, provide support for the vendor request for proposal and oversee modifications for the Airport Information Management System (AIMS). $351,186 Work Authorization, WA T R2 and WA T4O 05-23, issued under optional services, executed by the contract administrator authorized the scope change. The administration suggests that this was authorized by the BOCC in Amendment No. 1, Section we differ with their opinion. BOCC approval of Amendment No. 2 retroactively approved replenishment of the funds that were used for the AIMS. The additional scope is not related to, is independent of the initial contract and is outside of the expertise of an architectural firm and the team assembled for the project. A subconsultant, not formerly a part of the team was added via Department request. No competitive price solicitation or sub selection Stand alone project Qualifications not considered in solicitation process Office of the County Auditor 8

10 Vendor / No. Contract Procurement method 5. TYLin International RLI No AV-1 RLI Architect/Engineering 6. Reynolds Smith & Hills Inc RLI No AV-03. RLI Architect/Engineering Scope per solicitation / Price Provide professional engineering design and construction management for airfield and ramp rehabilitation. $3,997, Development and preparation of a Design- Build Criteria Package (DCP) in order to obtain design/build proposals for the Terminal Exit Roadways Improvement Project Expansive scope performed / Price Prepare studies on future airport master planning and engineering issues. $232,155 Prepare full set of plans and specifications for the relocation of the revenue collection plaza including construction administration services. Method used to change scope Work Authorization WA TYL OPT3-1A and TYL OPT3-3A issued under optional services, executed by contract administrator each for $29,547 and WA #TYL OPT3-2A issued under optional services authorized by the BOCC for $173,061 authorized this change in scope Work Authorization WA R3O issued under optional services, executed by the contract administrator, approved by the BOCC in amendments 1 and 2 authorized this additional scope. Description of inconsistency and concerns These services are outside the original scope of services and not the criteria used for selection of consultant. No competitive solicitation/selection Qualifications not considered in solicitation process. These services are outside the original scope of services and not the criteria used for selection of this consultant. No competitive solicitation/selection Stand alone project Qualifications not considered in solicitation process $4,836,974 $682,529 Source: Office of the County Auditor analysis Office of the County Auditor 9

11 It should be noted, all work authorizations, change orders and notices-to-proceed reviewed complied with the contract s procedural requirements for authorization. However, the above instances are of concern because they circumvented the objectives of the County s competitive solicitation and award processes. As such, the activities may result in: Non-competitive pricing Prices are accepted via pass-through to the County for additional services without a requirement for competitive solicitation or negotiation under existing contracts. This results in lost opportunities for public scrutiny and financial savings from competitive procurement. Non-competitive vendor selection Vendor selection (further discussed in Finding 2) provides opportunities for staff and other influences to impact the vendor selection process. Circumvention of the County Sheltered Market Program Smaller stand-alone projects, fitting the requirements for award through the disadvantaged sheltered market programs may be incorporated into existing projects. This activity reduces opportunities for the sheltered market program. We noted the annual civil repairs and maintenance contract was used for new construction of a parking lot and installation of noise monitoring station off airport property at a cost of $146,000. The project appears appropriately suited for a sheltered market program solicitation. Unnecessary costs Use of the CM@Risk contracts for out of scope services results in a markup by the CM on the subconsultant fees without any discernable added value. For example, a fully executed change order to the Skanska CM@Risk contract to obtain maintenance services on a none-related area resulted in a 4% mark-up on the cost of maintenance. It should be noted this change order was later rescinded for other reasons. Potential state law violations The Consultants Competitive Negotiation Act (CCNA) (F.S ) requires public announcement and qualitative procedures and competitive selection of consultants. Awarding work beyond the scope of an existing agreement may represent a violation of the CCNA. Transfer of procurement functions to third parties. Stand-alone projects are combined with larger projects (for example, tasks unnecessary for the completion of the original scope solicited under the contract are added as optional services or through work authorizations). Office of the County Auditor 10

12 The prime contractor then serves as the procurement agent to acquire the goods and services to complete the out of scope work. This may involve direct purchases of goods or hiring of Subs. We found it difficult to identify work activities exceeding the contractual scope of work because many contracts contain generic statements of work and undefined optional services provisions. The instances in Table 2, on the previous page, are those that were clearly inconsistent with the contract scope. Management indicated that the general statements of work and undefined optional services coupled with the Contract Administrator s authority to issue work authorizations and approve changes orders, provides much needed flexibility to address unforeseen issues which facilitates the timely completion of projects. However, this flexibility also provides opportunities to circumvent the County s competitive solicitation and award processes. Finding 2 - Aviation s procurement practices do not ensure open competitive solicitation As indicated in Table 3 below, our review disclosed seventy-seven Subs added to the twenty-nine contracts reviewed. These Subs were added to existing contracts without the benefit of competitive solicitation contrary to the objectives of the County s procurement code. We were unable to identify the dollar amounts paid to these Subs because BCAD does not track payments to Subs. Table 3: Summary of Subs added to contracts reviewed Added Subs Contractor/Contract Original Subs Approved by Contract Administrator and included in Amendment Approved by Contract Administrator Total Subs 1 TLC Engineering For Architecture Inc CH2M Hill Inc Spillis Candela & Partner Inc DMJM & Harris Inc Gresham Smith & Partners Pierce Goodwin Alexander & Linville Inc Leigh Fisher Associates Inc Singer Architects Inc Tetra Tech Inc Total Source: Office of the County Auditor analysis Office of the County Auditor 11

13 Without an open competitive selection process, all vendors do not have a fair opportunity to compete for public contracts. Further, the County lacks assurances that awards are based on appropriate qualifications and fair prices. We did not identify the reasons or need to add the seventy-seven Subs to the agreements. We recognize circumstances may justify adding Subs to an existing agreement. For example, a new Sub may be needed to replace an existing, non performing Sub, or to address unforeseen circumstances requiring special skills. However, we concluded that the general statements of work and undefined optional services contained in many of the agreements created the need and opportunity to add Subs subsequent to the initial contract award. We believe better defined statements of work and optional services will reduce the number of Subs added to contracts after the initial competitive award process and provide greater assurance that the County s procurement objectives are met. Finding 3 - We found evidence of inappropriate staff influence in the award of subcontracts Aviation s procurement practices lack adequate safeguards to prevent inappropriate influences from affecting subcontract awards. The Sub selection process lacks transparency. The lack of an open competitive process for selection and award of subcontracts provides a mechanism for inappropriate influences in the award of subcontracts. We found the following: o BCAD staff directed DMJM Harris, a general engineering consultant for the Airport, to specifically engage PGS Graphics, as a sub-consultant. Staff wanted PGS to provide CAD/GIS consulting services at a cost of $175,078. Following concerns expressed by DMJM and inquiries by this Office, staff rescinded the request. o At the direction of the BCAD staff, PGAL sub contracted with Convergent Strategies Consulting (CSC) to provide information technology services. PGAL, an architectural consultant was engaged by the County to provide architectural, engineering and other design related services for Terminal 4 construction. Subsequent approved work authorizations expanded their scope to include performance of a business analysis, development of technical specifications, and support for a request for proposal and oversight of modifications for an Airport Information Management System (AIMS) at a cost of $351,186. This additional work was beyond the contract scope and the expertise of PGAL s architectural and engineering capabilities. BCAD staff subsequently processed an amendment to the PGAL contract to replenish the $351,000 used to fund the AIMS consulting services. However, the amendment did not request approval of the change in scope of services in accordance with County policy. Office of the County Auditor 12

14 o Although outside of the time frame of our review, we noted that Carol R. Moore, dba as Carol R. Moore, Original Fine Art, was hired to provide certain artwork, alternatively described as wall finishing in the Rental Car Center (RCC) sometime during Mrs. Moore s hiring is of concern because: 1) Mrs. Moore is the spouse of the then URS Deputy Director for the Airport Expansion Program. The URS Deputy Director approved the change proposal acceptance letter for the work performed by Mrs. Moore, his wife. 2) We were advised by Mrs. Moore that she participated in developing Rental Car Center (RCC) aesthetic ideas at no cost to the County. Mrs. Moore was subsequently hired to provide the art work/wall finishing at the RCC. The County paid approximately $70,000 for her services via a joint check payable to TLMC Enterprises, Inc and C.R.M. Fine Art. 3) Mrs. Moore indicated no contract was executed for her services. The nature and extent of Mrs. Moore s Scope of for TLMC is not well documented. As a result, we were unable to determine who paid for the materials used. Further, we were unable to assess if a change in the method of installing the art work/wall finishing should have resulted in a reduction in costs. 4) The artwork/wall finishing was procured outside of the County s established policy for art in public places. Based on a review of correspondence and interviews with the principals involved, the hiring of Mrs. Moore was reviewed by a County Attorney prior to her engagement. BCAD staff, after receiving a County Attorney opinion, concluded that Mrs. Moore s marital status did not create a conflict. Finding 4 - Reviews of Subs engaged under Construction Manager at Risk (CM@Risk) contracts are insufficient to determine compliance with the contract requirements for competitive solicitation. We requested, as a part of our review, documentation from the program manager evidencing review of the solicitation and selection of Subs by the construction manager (CM). The materials provided were limited to the CM s recommendation memos and tabulation of the Subs submittals. These documents lacked sufficient evidence to demonstrate competitive solicitation as required by the contract. Office of the County Auditor 13

15 The County s CM@Risk construction contracts provide for competitive selection of subcontractors and require the contractor to submit a tabulation of subcontractor submissions for review. When requested, the contractor must also provide the program manager with a copy of each subcontractor's bid sheet or tabulation, any other documentation in its possession pertaining to such bids, and a full copy of the resulting subcontract. Recommendations: We recommend the Board of County Commissioners direct the County Administrator and the County Attorney, as applicable, to implement procedures to improve controls over contract procurement to include: 1. Enhanced reviews of future contracts and subsequent amendments to ensure the scope of services (including optional services) is: clearly defined, consistent with the solicitation documents and, in compliance with County policies and state laws. 2. Reviews to ensure that all work authorizations are specific and clearly within the contracted scope of services. 3. Requiring all future work authorizations for optional services be approved as follows: All work authorizations under $30,000 approved by Contract Administrator Work authorizations for professional services from $30,000 to $100,000 approved by the Purchasing Director Work authorizations for goods and general services from $30,000 to $250,000 approved by the Purchasing Director Work authorizations above the Purchasing Director s authority approved by the Board. 4. Ensuring all future contracts extend the audit and documentation provisions of the Prime s contract to all Subs. Office of the County Auditor 14

16 5. Ensuring all future contracts require Primes to maintain detailed records of payment to Subs on a cumulative, per contract basis. 6. Drafting an amendment to the County Code of Ethics explicitly prohibiting County Officials from directing or recommending engagement of specific individual firms except when the direction or recommendation is the result of and consistent with the County s established procurement procedures. 7. Requiring changes (additions or deletions) of subs in County contracts (except for competitively bid contracts) to be reported to the Purchasing Director. Such reports should include the reasons for the changes, the financial impact of the change and the record of negotiations with the prime related to the change in Subs. Office of the County Auditor 15

17 Appendix I Summary of Contracts Reviewed No. Contract Contract Amount 1 Type of Contract 1 TLC ENGINEERING FOR ARCHITECTURE INC $223,075 Consultant 2 DEROSE DESIGN CONSULTANTS INC $280,000 Consultant DEROSE DESIGN CONSULTANTS INC $336,000 Consultant 3 T Y LIN INTERNATIONAL $3,997,302 Consultant 4 CH2M HILL INC $2,773,000 Consultant 5 SPILLIS CANDELA & PARTNER INC $13,493,426 Consultant 6 DMJM & HARRIS INC $4,282,577 Consultant 7 GRESHAM SMITH & PARTNERS $5,984,282 Consultant 8 LEA & ELLIOTT INC $3,548,207 Consultant Master Agmt. WEEKLEY ASPHALT PAVING INC $2,097,795 (Bid) 9 WEEKLEY ASPHALT PAVING INC $390,124 Low Bid 10 PIERCE GOODWIN ALEXANDER & LINVILLE, INC 11 FLORIDA BLACKTOP INC $3,783,887 $7,992,272 Consultant Master Agmt. (Bid) 12 GENERAL ASPHALT CO INC $2,387,103 Low Bid Description Replacement of a cooling tower and four chillers at the Fort Lauderdale-Hollywood International Airport (RLI No AV- 01), Air Handler Replacement located at the Fort Lauderdale-Hollywood International Airport (RLI No RB) Replacement of escalators at the Fort Lauderdale-Hollywood International Airport in Broward County, Florida (RLI No AV-01) Engineering design and construction administration for the Taxiway and Ramp Rehabilitation Program at FLL (RLI No AV-1) Airfield Development Program at Fort Lauderdale-Hollywood International Airport in Broward County, Florida (RLI No RB) Design Rental Car Facility, Fort Lauderdale-Hollywood International Airport (RLI No RB) General Engineering Consultant at FLL (RLI No AV-01) Design of Terminal 1 Concourse A for the Aviation Department (RLI No AV-01) Consultant services relating to an Airport-Seaport People Mover System and Intermodal Center (RLI No AV-04) Annual Civil Repairs and Maintenance Contract (Bid No. H M1) Rehabilitation of Taxiway A East at Fort Lauderdale/Hollywood International Airport (Bid No. H CF) Consultant services for the redesign of Terminal 4 at the Fort Lauderdale-Hollywood International Airport (RLI No AV- 02) Generalized line items for landscaping, electrical, sewer, pavement, water, interior finishes. (H-X B1A) Rehabilitation of Runway 18R-36L and Taxiways L, L3, J, M2, D and D2 at North Perry General Aviation Airport (Bid No. H CF) Office of the County Auditor 16

18 No. Contract Contract Amount 1 Type of Contract 13 REYNOLDS SMITH & HILLS INC $4,836,974 Consultant LANDRUM & BROWN INC $10,309,558 Consultant LANDRUM & BROWN INC $523,814 Consultant LEIGH FISHER ASSOCIATES INC $1,438,052 Consultant LEIGH FISHER ASSOCIATES INC $391,858 Consultant LEIGH FISHER ASSOCIATES INC $1,235,000 Consultant LEIGH FISHER ASSOCIATES INC 2 $2,108,080 Consultant 16 SINGER ARCHITECTS INC $7,861,400 Consultant TETRA TECH INC $3,137,284 Consultant 17 TETRA TECH INC $3,506,435 Consultant Description Compliance Review Consultant for Design Criteria for Airport Roadway Exit System (RLI No AV-03) Completion of the revised Environmental Impact Statement (EIS) for the proposed airport runway expansion at Fort Lauderdale-Hollywood International Airport (RLI No AV-01) Airport planning and programming services related to Broward County owned airports (RLI No AV-01EB) Airport planning consulting services for preparation of the Master Plan Update Phase II and Airport Layout Plan (RLI No AV-01) Airport planning and programming services related to Broward County owned airports (RLI No AV-01EB) Completion of the Part 150 Noise Compatibility Study (Part 150 Study) for the Fort Lauderdale-Hollywood International Airport (RLI No AV-01) Consulting related to Broward County owned airports at Broward County, Florida (RLI No RB) Architect, engineering and interior design services at the Fort Lauderdale-Hollywood International Airport (RLI No RB) Consultant for Runway 9L-27R Overlay at FLL Consultant for General Engineering at FLL 18 JAMES A CUMMINGS INC $10,933,204 Risk Terminal 4, Federal Inspection (FIS) Expansion Phase 1A at the Fort Lauderdale-Hollywood International Airport (RLI No AV-01) 19 CUMMINGS-CENTEX ROONEY $10,712,486 Risk Pedestrian Bridges, Revenue Control Plaza and Related Work CUMMINGS-CENTEX ROONEY $166,469,391 Risk Consolidated Rental Car Facility SKANSKA USA BUILDING INC $34,878,676 Risk Terminal 4 Federal Inspection (FIS) and Airline Ticket Offices (ATO) Expansion Phase 1B at the Fort Lauderdale-Hollywood 20 International Airport (RLI No AV-01) SKANSKA USA BUILDING INC $21,153,091 Lump Sum (Low Bid) Terminals 2 & 3 Interim Baggage Solution Notes: 1. Contract amount including the latest amendment issued before June 30, Shown in 7 th Amendment, fiscal year for a total amount not to exceed $2,108,080. Office of the County Auditor 17

Exhibit A. Purchasing Department School District of Osceola County, Florida

Exhibit A. Purchasing Department School District of Osceola County, Florida Exhibit A Purchasing Department School District of Osceola County, Florida Consultants Competitive Negotiation Act (CCNA) Request For Qualifications (RFQ) and Design-Build Procedures Manual Student Achievement-Our

More information

Below are five basic procurement methods common to most CDBG projects:

Below are five basic procurement methods common to most CDBG projects: PROCUREMENT PROCESS I. INTRODUCTION Recipients of Community Development Block Grant (CDBG) funds will procure a variety of items, materials and services throughout the duration of their projects. Section

More information

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES) The Texas General Land Office Community Development & Revitalization

More information

General Procurement Requirements

General Procurement Requirements Effective Date: July 1, 2018 Applicability: Grant Purchasing and Procurement Policy Related Policies: Moravian College Purchasing Policy and Business Travel Policy Policy: This policy provides guidelines

More information

Transition Review of the Greater Fort Lauderdale Convention & Visitors Bureau

Transition Review of the Greater Fort Lauderdale Convention & Visitors Bureau Exhibit 1 Transition Review of the Greater Fort Lauderdale Convention & Visitors Bureau February 16, 2017 Report No. 17-2 Office of the County Auditor Kathie-Ann Ulett, CPA Interim County Auditor Table

More information

Within the context of this policy, the following definitions apply:

Within the context of this policy, the following definitions apply: BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2018 I. Policy Statement The Board of Education of Howard County expects that all funds provided to them for all goods

More information

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12 Purpose These guidelines are intended to guide the procurement of goods and consultant services

More information

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

STATE FUNDS AND FISCAL COMPLIANCE POLICIES STATE FUNDS AND FISCAL COMPLIANCE POLICIES 100.040. USE OF STATE FUNDS The governing body of the A.W. Brown-Fellowship Leadership Academy adopts the following policy which shall be effective on the date

More information

Construction Management (CM) Procedures

Construction Management (CM) Procedures Chapter 28. Construction Management (CM) Procedures Summary This chapter outlines the procedures to be followed by all departments, agencies, and institutions of the County (each of which is hereinafter

More information

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017 Addendum No.3 to ITB 2017-33 Wakulla County Fire and EMS Station Issued: November 1, 2017 MANDATORY PRE-BID CONFERENCE RFI 1. ITB Section 2.0 Schedule of Events Bids are due November 20, 2017 @ 2:00 P.M.

More information

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this

More information

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments This document compares procurement and contracting requirements for local governments under federal law applicable to FEMA Public Assistance Grants and that under North Carolina state law. Because this

More information

KAREN E. RUSHING. Audit of the Vendor Selection Process

KAREN E. RUSHING. Audit of the Vendor Selection Process KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller Audit of the Vendor Selection Process Audit Services Karen E. Rushing Clerk of the Circuit Court and County Comptroller Jeanette L. Phillips,

More information

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION APRIL 2014 STATE AID TO AIRPORTS PROGRAM State Authorization: N.C.G.S. 63 NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION Agency Contact Person Program and Financial Nancy C. Seigler, Grants Administrator

More information

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS January 2014 MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC

More information

Procurement Policies. and. Procedures. Manual

Procurement Policies. and. Procedures. Manual Procurement Policies and Procedures Manual Originally Issued May 6, 2008 Last Modified March 2, 2016 These policies and procedures were reviewed and accepted by the Office of the Attorney General of New

More information

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division DOING BUSINESS WITH THE Orange County Board of County Commissioners Orange County Procurement Division TABLE OF CONTENTS Preface... 1 How Can I Receive Copies Of Solicitations?... 2 Bidder s List... 2

More information

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE

REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE REQUEST FOR QUALIFICATIONS PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE TERMINAL MODERNIZATION PROGRAM The Allegheny County

More information

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority POLICIES & PROCEDURES Design Build Procurement Procedures April 2016 Design Build Procurement Procedures April 2016 Massachusetts Bay Transportation Authority

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017 SECTION 17.0 PAGE 1 OF 38 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008 SECTION 00801 MINORITY BUSINESS ENTERPRISE PROCEDURES MCPS CONSTRUCTION MANAGER VERSION MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008 Approved

More information

Review of Invoice Processing Controls - Wackenhut s Security Services Contract

Review of Invoice Processing Controls - Wackenhut s Security Services Contract Review of Invoice Processing Controls - Wackenhut s Security Services Contract September 22, 2008 Report No. 08-10 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents Topic

More information

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY A. INTENT Community colleges must procure commodities and services in accordance with Article 5-A of the New York State General Municipal Law. This law

More information

Informational Workshop How to do Business with the City of Irvine March 31, 2011

Informational Workshop How to do Business with the City of Irvine March 31, 2011 Informational Workshop How to do Business with the City of Irvine March 31, 2011 Presented by Brian D. Brown, CPSM Buyer City of Irvine About the City of Irvine The City of Irvine has an annual budget

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019

HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019 I. Introduction HILLSBOROUGH COUNTY AVIATION AUTHORITY THREE YEAR OVERALL DISADVANTAGED BUSINESS ENTERPRISE GOAL Federal Fiscal Years 2017, 2018 and 2019 The United States Congress has determined that

More information

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION

OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION OHIO TURNPIKE AND INFRASTRUCTURE COMMISSION REQUEST FOR PROPOSALS ( RFP ) PROFESSIONAL ENGINEERING AND CONSTRUCTION ADMINISTRATION AND INSPECTION SERVICES REF: REHABILITATION OF VARIOUS BRIDGES AT MILEPOSTS

More information

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO. 132366 For which proposals are scheduled to open in the Bid & Bond

More information

UNC School of the Arts Procurement & Contracting Essentials. The Guide to Successful Contracts and Procurements at UNCSA

UNC School of the Arts Procurement & Contracting Essentials. The Guide to Successful Contracts and Procurements at UNCSA UNC School of the Arts Procurement & Contracting Essentials The Guide to Successful Contracts and Procurements at UNCSA Table of Contents INTRODUCTION... 3 ROLES AND RESPONSIBILITIES... 4 PURCHASING AUTHORITY...

More information

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services Selection Process for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY-COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL (DP)... 3 STATEMENT OF

More information

Galesburg Public Library, Galesburg, IL

Galesburg Public Library, Galesburg, IL Galesburg Public Library, Galesburg, IL Request for Qualifications ( RFQ ) Architectural, Engineering, Construction Management and Related Services I. OVERVIEW The Galesburg Public Library is seeking architectural,

More information

SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY

SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY SAN FRANCISCO HOUSING AUTHORITY PROCUREMENT POLICY San Francisco Housing Authority 1815 Egbert Avenue San Francisco, CA 94124 Procurement Policy - 1/11/01 Section I, II, III approved Revised May 29, 2001

More information

The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS

The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS Agenda Uniform Guidance Summary General Federal Procurement Laws Thresholds and Implications Sole Source Vendors Cooperative Purchasing

More information

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT Residential Sound Insulation Program A. PROGRAM NARRATIVE The City of Fresno

More information

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL PLANNING SERVICES FOR AIRPOPRT MASTER PLAN AND AIRPORT LAYOUT PLAN UPDATES I. REQUEST FOR QUALIFICATIONS

More information

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services Selection Process for Continuing Contract for Architectural & Engineering Services TABLE OF CONTENTS PROJECT DESCRIPTION... 1 POLICY - COMPETITIVE SELECTION PROCESS... 1 REQUIREMENTS OF DESIGN PROFESSIONAL

More information

Proposal to Increase M/W/ESB Utilization in PTE Contracting

Proposal to Increase M/W/ESB Utilization in PTE Contracting Proposal to Increase M/W/ESB Utilization in PTE Contracting Document Prepared by The City of Portland Office of Management and Finance Bureau of Purchases January 2003 This page intentionally left blank.

More information

GOODWILL YOUTHBUILD GED/High School Education Instruction

GOODWILL YOUTHBUILD GED/High School Education Instruction REQUEST FOR PROPOSALS FOR GOODWILL YOUTHBUILD GED/High School Education Instruction Issued By: Goodwill of the Olympics and Rainier Region YouthBuild Program 714 S 27 th St Tacoma, WA 98372 November 13,

More information

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Fort Bend Independent School District. Small Business Enterprise Program Procedures Fort Bend Independent School District Small Business Enterprise Program Procedures Spring 2015 TABLE OF CONTENTS I. Summary Of Fort Bend Independent School District s Small Business Enterprise Program

More information

Procurement Policies. and. Procedures. Manual

Procurement Policies. and. Procedures. Manual Procurement Policies and Procedures Manual Originally Adopted: May 6, 2008 Revised Dates: November 2009 March 2016 October 2017 These policies and procedures were adopted after review and acceptance by

More information

Would like the list of RFQ respondents in order to contact for teaming.

Would like the list of RFQ respondents in order to contact for teaming. REQUEST FOR QUALIFICATIONS (RFQ) PITTSBURGH INTERNATIONAL AIRPORT PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE TERMINAL MODERNIZATION PROGRAM QUESTIONS RECEIVED

More information

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures

Procurement 101: Developing a Code of Conduct and. Written Procurement Procedures Procurement 101: Developing a Code of Conduct and Written Procurement Procedures Presented by: Laurie Pennings, MS, RD Courtney Hardoin, MS, RD Nutrition Education Consultants California Department of

More information

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION

STATE AID TO AIRPORTS PROGRAM NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION APRIL 2018 STATE AID TO AIRPORTS PROGRAM State Authorization: N.C.G.S. 63 NC DEPARTMENT OF TRANSPORTATION DIVISION OF AVIATION Agency Contact Person Program and Financial Betsy Beam, Grants Administrator

More information

OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY

OFFICE OF INSPECTOR GENERAL PALM BEACH COUNTY PALM BEACH COUNTY CONTRACT OVERSIGHT NOTIFICATION () John A. Carey Inspector General ISSUE DATE: JULY 22, 2014 Enhancing Public Trust in Government Ion Exchange Resin Plant and East Water Treatment Plant

More information

RFP Number: R P1 Addendum No. 1 Page 1 of 1

RFP Number: R P1 Addendum No. 1 Page 1 of 1 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RFP Name: Cooperative Marketing Program Services Non-sheltered Market ADDENDUM NO. 1 DATE OF ADDENDUM:

More information

Before we begin, the OCR has a new website format that has changed how the CDBG section is accessed. Once on the main HCR website you will first

Before we begin, the OCR has a new website format that has changed how the CDBG section is accessed. Once on the main HCR website you will first 1 Before we begin, the OCR has a new website format that has changed how the CDBG section is accessed. Once on the main HCR website you will first select Housing Partners. 2 On the Housing Partners page

More information

UH SYSTEM PURCHASING GUIDELINES

UH SYSTEM PURCHASING GUIDELINES Applicability These guidelines apply to the procurement of the following types of goods and services for all University of Houston System (UHS) components. Also, these guidelines apply to all methods of

More information

RESOLUTION NUMBER 2877

RESOLUTION NUMBER 2877 RESOLUTION NUMBER 2877 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PERRIS, STATE OF CALIFORNIA SETTING FORTH POLICIES INTENDED TO OBTAIN CONSISTENCY AND UNIFORMITY IN THE ADMINISTRATION OF THE FEDERALLY

More information

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC) Best-Value Procurement Manual MnDOT Office of Construction and Innovative Contracting (OCIC) March, 2013 Table of Contents July 29, 2010 1 Preface... 1 1.1 Purpose of Manual... 1 1.2 What is Best Value

More information

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018 SECTION 17.0 PAGE 1 OF 49 CONTRACT PROCUREMENT POLICY The Mississippi Department of Education s (Department) Contract Procurement Policy set forth herein applies to the procurement, management, and control

More information

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011 SOP 11-09 Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011 Purpose To set forth guidance for the conduct of procurement activities by the Grow Southwest

More information

Procedure Manual. Minority/Women Business Enterprise Program

Procedure Manual. Minority/Women Business Enterprise Program A 1 of 9 is committed to increasing its business activities with Minority and Women Business Enterprise (M/WBE) firms and organizations. The Minority/Women Business Enterprise program is a -wide initiative

More information

EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016

EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016 EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016 Agenda Uniform Guidance Summary (Note: EDGAR for educational entities) General Federal Procurement Laws Thresholds and Implications Sole Source Vendors

More information

TRANSMITTAL TO CATE COUNCIL FILE NO Deborah Flint. Executive Director Department of Airports

TRANSMITTAL TO CATE COUNCIL FILE NO Deborah Flint. Executive Director Department of Airports 0150-10674-0000 TRANSMITTAL TO CATE COUNCIL FILE NO Deborah Flint. Executive Director Department of Airports 06/16/16 FROM The Mayor COUNCIL DISTRICT 6,11 Two Proposed First Amendments for Project Management

More information

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No. Facilities Planning, Construction, and Management Office of Financial Management Procurement Services 555 West 57 th Street 16 th Floor New York, NY 10019 Tel: 646-664-2700 Addendum 2 April 15, 2015 Architectural

More information

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES I. Project Forsyth County Courthouse & Administrative Building II. Goal Forsyth County requests responses from licensed

More information

FEMA Reimbursement Will They or Won't They?

FEMA Reimbursement Will They or Won't They? FEMA Reimbursement Will They or Won't They? Presentation For: Presented By: Presentation Date: 1 2 Procurement Requirements Construction Construction Management Services Remodeling Architectural /Engineering

More information

CONTRACTING AND PURCHASING

CONTRACTING AND PURCHASING CONTRACTING AND PURCHASING 2017 Educational Series CONTRACTING AND PURCHASING INTRODUCTION GOODS AND SERVICES Texas Department of Transportation (TxDOT) contracting activities are established and controlled

More information

Office of the District of Columbia Auditor

Office of the District of Columbia Auditor 022:13:LP:cm Audit of the Department of General Services Fiscal Year 2012 Procurement of Snow and Ice Removal and Pretreatment Services A Report by the Yolanda Branche, District of Columbia Auditor Table

More information

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK DANBURY INDEPENDENT SCHOOL DISTRICT Project: Danbury I.S.D. Elementary School Issue Date: March 2, 2018 Submission Due Date: March 20, 2018 Table

More information

NEW ORLEANS AVIATION BOARD (NOAB) DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Goal Setting Methodology and Calculations

NEW ORLEANS AVIATION BOARD (NOAB) DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Goal Setting Methodology and Calculations NEW ORLEANS AVIATION BOARD (NOAB) DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Goal Setting Methodology and Calculations Goal Overview Federal Fiscal Year 2011 (October 1, 2010 to September 30, 2011)

More information

Automated Airport Parking Project

Automated Airport Parking Project Automated Airport Parking Project RFP 2017-03 I. INTRODUCTION This solicitation is being offered by Texarkana Airport Authority. The Airport is a public entity owned by the Cities of Texarkana, AR and

More information

CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS

CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS Procurement Policy Receipt Acknowledgment... 3 Section I - Conflict of Interest / Code of Conduct... 4 Section II - Procurement Procedures...

More information

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services.

Metropolitan Washington Airports Authority. Request for Qualifications Information. Architectural / Engineering Design Services. Request for Qualifications Information Architectural / Engineering Design Services For Airfield Pavement Panel Replacement 2011-2014 At Washington Dulles International Airport March, 2011 METROPOLITAN

More information

Ontario School District 8C

Ontario School District 8C Ontario School District 8C Request for Proposals: Content Management System 195 SW 3 rd Ave Ontario, Oregon 97914 Tel: 541-889-5374 Fax: 541-889-8553 tstephan@ontario.k12.or.us Bidding Window Opens: April

More information

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017

REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017 REDEVELOPMENT AUTHORITY OF ALLEGHENY COUNTY GAMING ECONOMIC DEVELOPMENT FUND PROGRAM GUIDELINES 2017 Rich Fitzgerald County Executive William Brooks Chairman, RAAC TABLE OF CONTENTS I. Purpose ---------------------------------------------------------------------------------------

More information

CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS

CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS It is the policy of the City of Los Angeles to provide Minority Business Enterprises (MBEs), Women Business Enterprises

More information

OVERVIEW OF GRANTS ADMINISTRATION PROCESS

OVERVIEW OF GRANTS ADMINISTRATION PROCESS OVERVIEW OF GRANTS ADMINISTRATION PROCESS I. INTRODUCTION Implementation and management of Community Development Block Grant (CDBG) projects is an ongoing process that requires adherence to many state

More information

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS FOR A PROFESSIONAL ARCHITECTURAL FIRM TO PROVIDE ARCHITECTURAL SERVICES FOR THE BZN YELLOWSTONE INTERNATIONAL AIRPORT TERMINAL EXPANSION PROJECT FEBRUARY 2018 MORRISON-MAIERLE,

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO.: 1 Date: May 12, 2015 To: All Proposers From: Procurement Office RE: Questions and Answers RFP-DOT-14/15-9030-GH-ReAd: EMERGENCY MANAGEMENT SERVICES Notice

More information

QUALIFICATIONS BASED SELECTION (QBS)

QUALIFICATIONS BASED SELECTION (QBS) QUALIFICATIONS BASED SELECTION (QBS) Transportation Professional Services Procurement Process LaSalle County Highway Department 1400 N.27 th Road Ottawa, IL 61350 Phone: (815) 434-0743 Fax: (815) 434-0747

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS REQUEST FOR QUALIFICATIONS Architectural and Engineering Services Intermodal Transportation Center Complex Greensboro, North Carolina Invitation Date: September 19, 2014 1.0 INTRODUCTION The Piedmont Authority

More information

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES 2510.8 SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES :1 OBJECTIVE: To establish a uniform policy and procedure for the acquisition of construction services for the City of Orlando (City), including, but

More information

Use of External Consultants

Use of External Consultants Summary Introduction The Department of Transportation and Works (the Department) is responsible for the administration, supervision, control, regulation, management and direction of all matters relating

More information

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail. April 26, 2018 Subject: RFP2M18-06: Request for Proposal Construction Management and Inspection Services for the Sewer Plant #7 Replacement Project. The City of Alhambra is requesting proposals from experienced,

More information

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ)

PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ) PRE-SUBMITTAL CONFERENCE REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL AVIATION DESIGN SERVICES PROJECT NO. 715 D-E-F SOLICITATION NO. HWC-HASDS-2017-027 Warren Ching Sr. Procurement Specialist Houston Airports

More information

Doing Business. with

Doing Business. with Doing Business with SEPTEMBER 2016 CONTACTING VIA Procurement Department Equipment, Materials, Supplies, Professional Services, Rolling Stock, Construction, Engineering, and Architectural Design 800 W.

More information

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES Boone County, Kentucky INVITATION FOR BID #060817 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES ACCEPTANCE DATE: Prior to 2:00 p.m., June 8, 2017 Local time ACCEPTANCE PLACE Boone County Fiscal

More information

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES Request for Proposal PROFESSIONAL AUDIT SERVICES FORENSIC AUDIT OF CITY S FINANCE DEPARTMENT, URA ACCOUNTS AND DEVELOPMENT AUTHORITY ACCOUNTS PROCEDURES CITY OF FOREST PARK TABLE OF CONTENTS I. INTRODUCTION

More information

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS The City of Hondo requests the submission of qualifications statements, which will lead to the possible award of a contract to provide planning, design

More information

GAO INTERAGENCY CONTRACTING. Franchise Funds Provide Convenience, but Value to DOD is Not Demonstrated. Report to Congressional Committees

GAO INTERAGENCY CONTRACTING. Franchise Funds Provide Convenience, but Value to DOD is Not Demonstrated. Report to Congressional Committees GAO United States Government Accountability Office Report to Congressional Committees July 2005 INTERAGENCY CONTRACTING Franchise Funds Provide Convenience, but Value to DOD is Not Demonstrated GAO-05-456

More information

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT 2016-2021 GENERAL The intent and purpose of this Request for Qualifications (RFQ) is

More information

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014

ADDENDUM NO. 2. Date Of Addendum: April 21, 2014 Solicitation No. R1215502P1 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535 broward.org/purchasing Hours

More information

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects Request for Qualifications #0030094 For Architecture/Engineering Professional Services For Small Projects Commodity Code: 90600 September 16, 2013 Specifications Prepared by: Virginia Tech University Planning,

More information

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION REQUEST FOR PROPOSLS (RFP) CONSTRUCTION MANAGER (CM) AT RISK SERVICES FOR DETENTION FACILITIES PROJECTS PROJECT #15218 PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS

More information

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport Dear Proposer: The Savannah Airport Commission is requesting proposals for

More information

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Request for Qualifications No. 7-1718 Architectural & Engineering Services for LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project Submittal Deadline: November 10, 2017, 2:00 P.M. Spokane Public Schools

More information

- j / <-, rei BOARD OF AIRPORT COMMISSIONERS. e:t. Flin hief Executive Officer REPORT TO THE

- j / <-, rei BOARD OF AIRPORT COMMISSIONERS. e:t. Flin hief Executive Officer REPORT TO THE 5/31/2017 111 NY I 1 MT BY rei Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS /

More information

Brenda J. Billingsley

Brenda J. Billingsley FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT PURCHASING DIVISION 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535 DATE: TO: THRU: FROM: Evaluation Committee

More information

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY REQUEST FOR QUALIFICATIONS FOR CONSULTING ENGINEERING SERVICES 18-401-02 LLANO COUNTY LLANO COUNTY 1447 E. State Highway 71, Unit B Llano, TX 78643 325-247-3783 1 TABLE OF CONTENTS Page Introduction 3

More information

8, 2018 REQUEST FOR PROPOSALS (RFP): G

8, 2018 REQUEST FOR PROPOSALS (RFP): G ADDENDUM NO. 2 DATE: June 8, 2018 REQUEST FOR PROPOSALS (RFP): G180026673 Design Professional Services Richmond Public Schools George Mason Elementary School DATED: May 15, 2018 PROPOSAL DUE DATE & TIME:

More information

TABLE OF CONTENTS MASON COUNTY AIRPORT TXDOT CSJ NO. 1714MASON

TABLE OF CONTENTS MASON COUNTY AIRPORT TXDOT CSJ NO. 1714MASON TABLE OF CONTENTS MASON COUNTY AIRPORT TXDOT CSJ NO. 1714MASON 1. REQUEST FOR QUALIFICATIONS SOLICITATION 2. EVALUATION CRITERIA 3. 5010 DRAWING 4. PROJECT DIAGRAM 5. AIRPORT LAYOUT PLAN 6. FORM AVN-550-(PLEASE

More information

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM AGENDA ITEM MEETING DATE June 6, 2018 SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM TO: SUBJECT: Members of the Governing Board REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS

More information

UNIVERSITY OF MARYLAND, BALTIMORE CAMPUS & CONTRACTOR PURCHASING GUIDE

UNIVERSITY OF MARYLAND, BALTIMORE CAMPUS & CONTRACTOR PURCHASING GUIDE UNIVERSITY OF MARYLAND, BALTIMORE CAMPUS & CONTRACTOR PURCHASING GUIDE TABLE OF CONTENTS Part I: INTRODUCTION INFORMATION 3 1. Policy 3 2. Vendor Information 3 3. Tax & Invoice Information PART II: CODE

More information

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414 PROPOSALS ARE DUE ON APRIL 27, 2018 BY 12:00 PM EST

More information

CITY OF INGLEWOOD Residential Sound Insulation Program

CITY OF INGLEWOOD Residential Sound Insulation Program CITY OF INGLEWOOD Residential Sound Insulation Program REQUEST FOR QUALIFICATIONS/PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CITY OF INGLEWOOD RESIDENTIAL SOUND INSULATION PROGRAM JANUARY 2008

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA July 12, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA The Pullman-Moscow Regional Airport (PMRA) is soliciting Statements of Qualifications (SOQ)

More information

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO. D ENVER INTERNATIONAL AIRPORT ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO. CE 06010 ADDENDUM NUMBER ONE Scope

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural & Engineering Services for HUTTON ELEMENTARY SCHOOL Modernization and Additions Project Submittal Deadline: August 24, 2012, 4:00 P.M. Spokane Public Schools 2815

More information

SECTION 9: FORMAL PROCEDURES

SECTION 9: FORMAL PROCEDURES SECTION 9: FORMAL PROCEDURES 9.0 General 9.0.1 Items or services which are anticipated to be over formal level will normally be acquired through formal written quotations or proposals. The splitting of

More information

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018 REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON October 2, 2018 The Port of Walla Walla, owner and operator of the Walla Walla Regional Airport,

More information