AGENDA BOARD OF PUBLIC WORKS MONDAY, DECEMBER 19, :00 AM

Size: px
Start display at page:

Download "AGENDA BOARD OF PUBLIC WORKS MONDAY, DECEMBER 19, :00 AM"

Transcription

1 AGENDA BOARD OF PUBLIC WORKS MONDAY, DECEMBER 19, :00 AM Edward R. Roybal BPW Session Room Room 350 City Hall 200 North Spring Street Los Angeles, California Members: Kevin James, President Heather Marie Repenning, Vice President Michael R. Davis Joel F. Jacinto Luz M. Rivas (Fernando Campos, Executive Officer ) Click here for the entire agenda packet / documents Agenda, related board reports and attachments are available on BPW website at: BPW meetings can be listened to by dialing: CITY (Metro), (Valley), CITY (Westside), CITY (San Pedro Area); or Live audio on-line at As a covered entity under Title II of the Americans with Disabilities Act, the City of Los Angeles does not discriminate on the basis of disability and, upon request, will provide reasonable accommodation to ensure equal access to its programs, services and activities. Assistive listening devices are available at the meeting; upon advance notice, other accommodations, such as sign language interpretation, and translation services can be provided. Contact the Executive Officer's office at TDD available at Written material supporting agenda items can be reviewed prior to each Board meeting at the public counter, 200 North Spring Street Room 355, between the hours of 8:00 a.m. and 4:00 p.m. Board of Public Works Meeting - December 19, PAGE 1

2 PUBLIC INPUT AT BOARD MEETINGS: An opportunity for the public to address the Board on public interest items will be provided for up to two (2) minutes per person for a cumulative total of twenty (20) minutes. Testimony shall be limited in content to matters which are within the subject matter jurisdiction of the Board. The Board may not take any action on matters discussed during the public comment period. The Board will also provide an opportunity for the public to address the Board on agenda items before or during consideration of the item for up to two (2) minutes per person for a cumulative total of up to ten (10) minutes. Members of the public who wish to speak under public comments or on any item are required to complete a speaker card for each item they wish to address, and present the completed card(s) to the Executive Officer prior to the time the item is announced by the Chair. Speaker cards are available at the back of the Board Hearing Room. Failure to submit the speaker card in a timely manner may preclude a member of the public from speaking during the subject comment period. VOTING AND DISPOSITION OF ITEMS - Items require a majority vote of the entire membership of the Board (3 votes) for approval. Any member of the Board may move to "reconsider" any vote on any item on the agenda, except to adjourn, suspend the Rules, or where an intervening event has deprived the Board of jurisdiction, providing that said member originally voted on the prevailing side of the item. The motion to "reconsider" shall only be in order once during the meeting, and once during the next regular meeting. The member requesting reconsideration shall identify for all members present the Agenda number, meeting date and subject matter previously voted upon. A motion to reconsider is not debatable and shall require an affirmative vote of three members of the Board. The Board rules provide that all items adopted by the Board will not be distributed or presented to the Mayor, or other designated office, until the adjournment of the regular Board meeting following the date of the Board action. A motion to send an item "forthwith", if adopted by three (3) votes, suspends these rules and requires the Board Secretariat to forward the matter to the Mayor, or other office, without delay. Board of Public Works Meeting - December 19, PAGE 2

3 PUBLIC COMMENTS: Board will hear public testimony on non-agenda items under the Board's Jurisdiction NEIGHBORHOOD COUNCIL COMMENTS Discussion with Neighborhood Council representatives on Neighborhood Council Resolutions or Community Impact Statements filed with the City Clerk which relate to any agenda item listed or being considered on this agenda for the Board of Public Works (LAAC , Ordinance ). APPROVAL OF THE MINUTES FROM MONDAY, NOVEMBER 28, 2016 COMMENDATORY RESOLUTIONS, INTRODUCTIONS AND PRESENTATIONS PRESENTATION Bureau of Engineering Certificate of Appreciation - Sean Kenney - Rick Andelin Certificate of Appreciation - Murray Company BUREAU OF ENGINEERING AGENDA ITEMS BPW (1) CD 15 TASK FOR SOLICITATION NO PINNACLE ENVIRONMENTAL TECHNOLOGIES Recommending the Board: AUTHORIZE the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle Environmental Technologies, increasing the budget authority from $1,145,000 to $1,415,000 for continued remediation, monitoring of groundwater, and related services for the Lanzit Industrial Park Project. (C , W.O. E , Ref: #2 BOE ) Board of Public Works Meeting - December 19, PAGE 3

4 BPW (2) CD 5 TASK FOR SOLICITATION NO PINNACLE ENVIRONMENTAL TECHNOLOGIES Recommending the Board: AUTHORIZE the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle Environmental Technologies, increasing the budget authority from $310,000 to $435,000 for continued groundwater monitoring, remediation, and related services at the Western District Refuse Yard. (C , W.O. E , Ref #3 BOE ) BUREAU OF SANITATION BPW (3) CD All TASK ORDER SOLICITATION SN-39 - CAROLLO ENGINEERS, INC. Recommending the Board: AUTHORIZE the Director of the Bureau of Sanitation or his designee to issue Amendment No. 2 to the existing Task Order Solicitation (TOS) SN-39 to Carollo Engineers, Inc., increasing the total budget authority from $505,572 to $1,305,572 in order to fund the remaining tasks that were not completed under TOS SN-39 and are needed in order to complete the optimization activities of the eleven (11) projects that are listed in the TOS. This Amendment also extends the term of TOS SN-39 to December 31, (C , Ref: #1 BOS ) Board of Public Works Meeting - December 19, PAGE 4

5 BPW (4) CD All TASK FOR SOLICITATION AMENDMENT NO. 1 FOR SN-2 - TETRA TECH, INC. BROWN AND CALDWELL, AND CDM SMITH, INC. Recommending the Board: JOINT REPORT(S) AUTHORIZE the Director of the Bureau of Sanitation or his designee to issue Amendment No. 1 to the existing Task Order Solicitation (TOS) SN-2, increasing the total budget authority from $4,000,000 to $8,000,000, to provide technical sewer planning support services, as follows: 1. Tetra Tech, Inc. - TOS SN-2A - Sewer Planning and Technical Support Services, in an amount not to exceed $2,600,000; 2. Brown and Caldwell - TOS SN-2B- Public Outreach and Geographical Information System Enterprise Support, in an amount not to exceed $2,800,000; 3. COM Smith, Inc. - TOS SN-2C - Sewer Condition Assessment, in an amount not to exceed $2,600,000. Approval would exercise two of the one-year renewal options for an aggregate contract term of 4 years. (W.O. NO. SZW00033 & SZW00034, C , C , C ) BPW (5) BCA+BOE CD All QUARTERLY ACCEPTANCE REPORT - EMERGENCY SEWER/STORM DRAIN REPAIR Recommending the Board: ACCEPT the 63 sewer and 9 storm drain projects of the Emergency Sewer and Storm Drain Repair Program as indicated in the attached Project Summaries Tables. (Ref JT #1 BCA BOE ) Board of Public Works Meeting - December 19, PAGE 5

6 BPW (6) BCA+BOE CD 11 ACCEPTANCE CONTRACT - VENICE PUMPING PLANT DISCHARGE MANIFOLD REPLACEMENT Recommending the Board: ACCEPT this contract. (W.O. SZC12320) BPW (7) BCA+BOE CD 11 MOTION(S) ACCEPTANCE CONTRACT - HYPERION TREATMENT PLANT PRIMARY INFLUENT GATES REPLACEMENT (CIP 2431) Recommending the Board: ACCEPT this contract. (W.O. SZH11723) BPW (8) CD 7 Recommending the Board: AUTHORIZE the Bureau of Sanitation to use $2,700,000 from Fund 511, Account 50KSAC and up to $665,427 from Fund 511, Account 50NS60 to pay Los Angeles Conservation Corps for the implementation of the Laurel Canyon Boulevard Green Street Project. (C , C , Council File ) Board of Public Works Meeting - December 19, PAGE 6

7 ADMINISTRATIVE ITEM(S) BPW (9) Specifications submitted for Board adoption and authorization to advertise for the Invitation of Bids: CD 6 For the Donald C. Tillman Water Reclamation Plant (DCTWRP) Electrical Power System modifications (CIP 6163) Work Order No.: W.O. SZD11204 Estimate: $12,657,140 Bid Receipt Date: Wednesday, January 25, 2017 COMMUNICATION(S) BPW (10) Kiss Enterprises dba Golden State Roofing, transmitting Release of Stop Notice in the amount of $62, for furnishing roofing in connection with the LAPD Police Academy Replacement Training Facility project - contractor: Kemp Bros. Construction, Inc. BPW (11) Patriot Environmental Services, Inc., transmitting Stop Notice in the amount of $198,393.93, for removing fly ash and transporting waste for Diversified Demolition, an apparent subcontractor, in connection with the Hyperion Wastewater Treatment Plant Digester Gas Utilization project - contractor: Constellation New Energy, Inc. ORAL REPORT(S) BPW (12) Re: Quarterly Oral Report on Project Labor Agreement - Bureau of Contract Administration Board of Public Works Meeting - December 19, PAGE 7

8 BPW (13) Re: Semi-Annual Oral Report on Status of Construction of Public Buildings and Open Space Program - Bureau of Engineering TO BE CONTINUED TO MONDAY, JANUARY 9, 2017 BPW - December 19, 2016 *** END *** Board of Public Works Meeting - December 19, PAGE 8

9 AGENDA ITEM MONDAY, NOVEMBER 28, 2016 Board of Public Works Meeting - December 19, PAGE 9

10 AGENDA ITEM Bureau of Engineering Certificate of Appreciation - Sean Kenney - Rick Andelin Certificate of Appreciation - Murray Company Board of Public Works Meeting - December 19, PAGE 10

11 AGENDA ITEM (1) BPW CD 15 TASK FOR SOLICITATION NO PINNACLE ENVIRONMENTAL TECHNOLOGIES Recommending the Board: AUTHORIZE the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle Environmental Technologies, increasing the budget authority from $1,145,000 to $1,415,000 for continued remediation, monitoring of groundwater, and related services for the Lanzit Industrial Park Project. (C , W.O. E , Ref: #2 BOE ) ATTACHMENTS: Description BOE 1 BOE 1 TR 1 BOE 1 TR 2 Board of Public Works Meeting - December 19, PAGE 11

12 Department of Public Works Bureau of Engineering Report No. 1 December 19, 2016 CD No. 15 REQUEST FOR AUTHORITY TO REVISE THE TASK FOR SOLICITATION NO TO PINNACLE ENVIRONMENTAL TECHNOLOGIES (PINNACLE), CONTRACT NO. C , FOR CONTINUED REMEDIATION AND MONITORING OF GROUNDWATER AND RELATED SERVICES FOR THE LANZIT INDUSTRIAL PARK PROJECT (PROJECT) - WORK ORDER NO. E RECOMMENDATION Authorize the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle, increasing the budget authority from $1,145,000 to $1,415,000 for continued remediation, monitoring of groundwater, and related services. TRANSMITTALS 1. Copy of Bureau of Engineering (BOE) Report No. 2, adopted on February 22, 2016, authorizing the previous revision of the Task for Solicitation No to Pinnacle. 2. Copy of revised Task Order Solicitation (TOS) No , dated November 9, DISCUSSION Background The Los Angeles Economic and Workforce Development Department is attempting to lease the 10-acre, City-owned site at 930 E. 111 th Street, to a developer for light industrial and job-training businesses. The BOE achieved regulatory case closure in the mid-1990s for the soil contamination after demolition of the buildings and remediation of the site, shortly after the property was purchased from California Department of Transportation (Caltrans). The BOE at the time suggested that the groundwater be tested also, however the Project was put on hold when a deal with a previous developer did not materialize and funding was not available. In 2006, the former Community Development Department, (CDD), secured another developer and the BOE was requested to analyze the groundwater underlying the site. Based on studies by Pinnacle and URS, Inc., as well as oversight from the Los Angeles Regional Water Quality Control Board (LARWQCB) the BOE determined that the groundwater was contaminated with solvents at concentrations above regulatory levels. Under a previous pre-qualified on-call contract (PQOC), Pinnacle advanced borings to characterize contamination at the site and performed remedial feasibility tests. At the request of CDD, the BOE has worked with Pinnacle since 2006 to gain acceptance of the Remedial Action Plan and start groundwater remediation. This included acceptance by the LARWQCB of a 2007 interim remedial plan, a 2008 Feasibility Study, and a final Board of Public Works Meeting - December 19, PAGE 12

13 Report No. 1 Page 2 Remedial Action Plan. The groundwater remediation may take a few more years to show the final result; however, a great majority of the work has been accomplished, and the site development can proceed during remediation with minimal impact or safety concerns to the surface facilities. The remedial technology involves the injection of a hydrogen-releasing compound via direct-push injection wells and allowing the compound to degrade the solvents in the groundwater with time. If sampling this year shows the need, additional injection of a bacterial culture to speed the destruction of the groundwater solvents and/or additional groundwater wells may be requested in a revised TOS. In addition, declining regional groundwater levels necessitate that the City abandon some dry wells and drill new, deeper wells. On June 3, 2013, the Board of Public Works (Board) authorized the City Engineer to continue this Project from the previous PQOC contract. Due to the funding controls implemented by the City Administrative Officer, the remediation budget is requested on a year to year basis; therefore, increases in budget authority must be requested each year for the sites that did not achieve case closure during the prior fiscal year. The February 22, 2016 Board Report authorized continuing this Project (Transmittal No. 1). This Task Order revision budget, including contingency is $270,000, which will allow for continued remediation and monitoring of the groundwater, additional wells, permit fees, waste disposal, and regulatory compliance and reporting (Transmittal No. 2). The negotiated revised Task Order proposal from Pinnacle is for an amount of $270,038, for the additional work tasks involved; and the recommended contingency has been revised to $8,652. This increases the total budget authority including contingency to $1,415,000. The term of engagement for this revised Task Order will be through December The BOE has negotiated the scope and costs of the Task Order Revision. The Record of Negotiation is maintained in the project file. Minority Business Enterprise/Women Business Enterprise/Other Business Enterprise (MBE/WBE/OBE) Subcontractor Outreach Program The revised Task will be subject to the MBE/WBE/OBE Subcontractor Outreach Program requirements. The City has set anticipated participation levels of 12 percent and 2 percent for MBE/WBE participation, respectively. Based on the latest invoices, dated October 12, 2016, Pinnacle has currently achieved participation levels of percent for MBE and 6.20 percent for WBE. For the revised Task, the consultant is pledging a MBE participation level of percent and a WBE participation level of 4.57 percent. For the revised Task, the following MBE, WBE, and OBE firms are proposed to be utilized by the consultant: Board of Public Works Meeting - December 19, PAGE 13

14 Department of Public Works Bureau of Engineering Report No. 1 December 19, 2016 Page 3 Gender/Ethnicity Codes: AA = African American APA = Asian Pacific American NA = Native American M = Male HA = Hispanic American SAA = Subcontinent Asian American C = Caucasian F = Female Gender/ Ethnicity MBE/WBE/ OBE (%) of Base Task Task Order Amount Subconsultants Chemical & Environmental Laboratories, Inc. M/APA MBE 16.06% $ 225,804 Martini Drilling Company M/HA MBE 3.16% $ 44,500 Belshire Environmental Services F/C WBE 0.77% $ 10,814 American Analytics F/C WBE 1.00% $ 14,009 Mayfield Enterprises, Inc. F/C WBE 2.81% $ 39,485 Total MBE Participation 19.22% $ 270,304 Total WBE Participation 4.57% $ 64,308 Subtotal Subconsultant Participation 23.79% $ 334,612 Prime Participation 76.21% $1,071,736 Initial Base Task % $1,406,348 Contingency $ 8,652 Total Task Order Budget Authority $1,415,000 Contractor Performance Evaluation In accordance with Division 10, Chapter 1, Article 13 of the Los Angeles Administrative Code, the appropriate City personnel responsible for the quality control of this personal services contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration, Special Research & Investigation Section upon termination of the contract. STATUS OF FUNDING Additional funding for this revised Task, a total of $270,000 including contingency, is available in the Contaminated Soil/Removal Mitigation Budget, in Fund No. 100, Department No. 54, Appropriation Unit No. 00N318. The City s liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City s liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract. Board of Public Works Meeting - December 19, PAGE 14

15 Report No.] Page4 ( CFJ RMK ALM ) Report reviewed by: Respectfully submitted, BOE (ADM) Report prepared by: Geotechnical Engineering Group ~ Gary Lee Moore, PE, ENV SP City Engineer Christopher F. Johnson, PE, GE Group Manager Phone No. (213) CFJ/MEM/ GEO.gva Questions regarding this report may be referred to: Michael E. Mulhern, EG, Engineering Geologist II Phone No. (213) Michaei.Mulhern@lacity.org Board of Public Works Meeting - December 19, PAGE 15

16 TRANSMITTAL NO. 1 Board of Public Works Meeting - December 19, PAGE 16

17 Report No. 2 Page 2 Under a previous pre-qualified on-call contract (PQOC), Pinnacle advanced borings to characterize contamination at the site and performed remedial feasibility tests. At the request of CDD, the BOE has worked with Pinnacle since 2006 to gain acceptance of the Remedial Action Plan and start groundwater remediation. This included acceptance by the LARWQCB of a 2007 interim remedial plan and a 2008 Feasibility Study and final Remedial Action Plan. The groundwater remediation may take a few more years; however, a great majority of the work has been accomplished, and the site development can proceed during remediation with minimal impact or safety concerns to the surface facilities. The remedial technology involves the injection of a hydrogen-releasing compound via direct-push injection wells and allowing the compound to degrade the solvents in the groundwater with time. If sampling this year shows the need, additional injection of a bacterial culture to speed the destruction of the groundwater solvents and/or additional groundwater wells may be requested in a revised TOS. On June 3, 2013, the Board of Public Works authorized the City Engineer to continue this project from the previous PQOC contract. Due to the funding protocols implemented by the City Administrative Officer, the remediation budget is requested on a year to year basis; therefore, increases in budget authority must be requested each year for the sites that did not achieve case closure during the prior fiscal year. The April 13, 2015 Board Report authorized continuing this project (Transmittal No. 1). This Task Order revision budget, including contingency is $230,000, which will allow for continued remediation and monitoring of the groundwater, waste disposal, and regulatory reporting (Transmittal No. 2). The total revised task budget authority is requested to increase to $1,145,000. For this year s work, the negotiated revised Task Order proposal from Pinnacle is for a not-to-exceed amount of $224,554 for the additional work tasks involved, not including major scope change items which may be necessary if regulatory orders change and which are listed as contingency items in their proposal. This increases the Revised Base Task excluding contingency to $1,136,310. The term of engagement for this revised Task Order will be through December The BOE has negotiated the scope and costs of the Task Order Revision. The Record of Negotiation is maintained in the project file. Minority Business Enterprise/Women Business Enterprise/Other Business Enterprise (MBE/WBE/OBE) Subcontractor Outreach Program The revised Task will be subject to the MBE/WBE/OBE Subcontractor Outreach Program requirements. The City has set anticipated participation levels of 12 percent and 2 percent for MBE/WBE participation, respectively. Based on the latest invoices dated November 30, 2015, Pinnacle has currently achieved participation levels of percent percent for MBE and 5.10 percent for WBE. For the revised Task, the consultant is pledging a MBE participation level of percent and a WBE participation level of 3.11 percent. Board of Public Works Meeting - December 19, PAGE 17

18 Department of Public Works Bureau of Engineering Report No. 2 February 22, 2016 Page 3 For the revised Task, the following MBE, WBE, and OBE firms are proposed to be utilized by the consultant: Gender/Ethnicity Codes: AA = African American APA = Asian Pacific American NA = Native American M = Male HA = Hispanic American SAA = Subcontinent Asian American C = Caucasian F = Female Gender/ Ethnicity MBE/WBE/ OBE (%) of Base Task Task Order Amount Subconsultants Chemical & Environmental Laboratories, Inc. M/APA MBE 12.78% $ 145,204 Martini Drilling Company M/HA MBE 0.75% $ 8,500 Belshire Environmental Services F/C WBE 0.73% $ 8,250 American Analytics F/C WBE 1.23% $ 14,009 Mayfield Enterprises, Inc. F/C WBE 1.16% $ 13,125 Total MBE Participation 13.53% $ 153,704 Total WBE Participation 3.11% $ 35,384 Subtotal Subconsultant Participation 16.64% $ 189,088 Prime Participation 83.36% $ 947,222 Revised Base Task % $1,136,310 Contingency $ 8,690 Total Task Order Budget Authority $1,145,000 Contractor Performance Evaluation In accordance with Division 10, Chapter 1, Article 13 of the Los Angeles Administrative Code, the appropriate City personnel responsible for the quality control of this personal services contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration, Special Research & Investigation Section upon termination of the contract. STATUS OF FUNDING Additional funding for this revised Task, a total of $230,000 including contingency, is available in the Contaminated Soil/Removal Mitigation Budget, in Fund No. 100, Department No. 54, Appropriation Unit No. 00M318. The City s liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City s liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract. Board of Public Works Meeting - December 19, PAGE 18

19 Report No.2 Page 4 ( CFJ RMK ALM ) Report reviewed by: BOE (ADM) Report prepared by: Geotechnical Engineering Respectfully submitted, 4~Cu~ Gary Lee Moore, PE, ENV SP City Engineer Christopher F. Johnson, PE, GE Group Manager Phone No. (213) Statement as to Funds approved by: CFJ/MEM/ GEO.gva Questions regarding this report may be referred to: Michael E. Mulhern, EG, HG, Engineering Geologist II Phone No. (213) Michaei.Mulhern@lacity.org Board of Public Works Meeting - December 19, PAGE 19

20 BOARD Qj: PUBLIC WORKS MEMBERS KEVIN JAMES PRESIDENT HEATHER MARIE REPENNING VICE PRESIDENT MICHAEL R. DAVIS PRESIDENT PRO TEMPORE JOEL F. JACINTO COMMISSIONER LUZM. RIVAS COMMISSIONER FERNANDO CAMPOS EXECUTIVE OFFICER CITY OF LOS ANGELES CALIFORNIA ERIC GARCETTI MAYOR DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING GARY LEE MOORE, PE, ENV SP CITY ENGINEER 1149 S. BROADWAY, SUITE 700 LOS ANGELES, CA November 9, 2016 Mr. Keith Thompson Pinnacle Environmental Technologies #2 Santa Maria Foothill Ranch, CA REVISED TASK ORDER SOLICITATION (TOS) -LANZIT INDUSTRIAL DEVELOPMENT, Quarterly Groundwater Monitoring and Remedial Services Revision No. 4 W.O. No. E CONTRACT No GEO FILE No The City is soliciting a response from your firm to continue groundwater monitoring and limited remediation. The response to this solicitation must be submitted to: Attention: Christopher F. Johnson Geotechnical Engineering Group 1149 S. Broadway, Suite 120 Los Angeles, CA The response must be submitted no later than 4:00PM on November 15, Please your proposal to Geotechnical Engineering Group at or Michaei.Mulhern@lacity.org prior to the deadline. Please call Mike Mulhern at to confirm receipt of your proposal. The ed proposal shall be followed-up with the delivery of a signed hard copy. Although it is our intention to move forward, the City always retains the right to award or to not award any part or all of the Task Order based solely on its convenience and shall not be responsible for any solicitation response costs. s~ g;j2-f--_ Christopher F. Johnson, P.E., G. E. Manager Geotechnical Engineering Group AN EQUAL EMPLOYMENT OPPORTUNITY EMPLOYER.. Recyclable and made from recycled waste. ~4J' TRANSMITTAL NO. 2 Board of Public Works Meeting - December 19, PAGE 20

21 Revised Task Order Solicitation Lanzit Development- Continued Groundwater Monitoring, Quarterly Reporting and Related Remedial Services Pre-Qualified On-call Environmental Services Consultant Contract City of Los Angeles Department of Public Works Bureau of Engineering November 9, Introduction The Bureau of Engineering (BOE), Geotechnical Engineering Group (GEO) requests a Task Order (TO) Proposal be submitted for the subject project. The project site is located at 930 E. 111 th Place, Los Angeles. 2.0 Scope of Services The BOE is interested in retaining the services of your consulting environmental engineering firm for continued soil and groundwater monitoring and limited remedial reporting of the subject project. 2.1 Tasks TASK 1-MONITOR AND SAMPLE ALL 18 GROUNDWATER WELLS - (Quarterly plus Annual Report full sampling event) TASK 2--LABORATORY ANALYSIS OF GROUNDWATER SAMPLES (previous lab protocol) TASK 3--PURGE WATER DRUM REMOVAL AND DISPOSAL TASK 4--REGULATORY REPORTS & GEOTRACKER COSTS TASK 5 WDR Injection PERMIT for 2017 TASK 6--ADDITIONAL GROUNDWATER MONITORING WELLS INSTALLED (3) AND DRY WELLS PROPERLY ABANDONED TASK7-PROJECT MANAGEMENT; PREPARATION OF SITE-SPECIFIC HEALTH&SAFETY PLAN TASK 8--WEED ABATEMENT (ONE EVENT) 3.0 PROJECT SCHEDULE o Well work and and groundwater monitoring 48 Weeks Additional o Preparation of Reports. 12 Weeks Additional 4.0 TASK ORDER PROPOSAL REQUIREMENTS The Task Order (TO) shall include an itemized breakdown of tasks and their associated costs. TO Proposals shall include: Section 1 Project Understanding: Explain your firm s overall approach to the work. Section 2 Related Experience: completed. Describe similar projects your firm has recently Board of Public Works Meeting - December 19, PAGE 21

22 Section 3 Project Team: Provide project team organization and describe background, roles and responsibilities of team members. Provide information on MBE/WBE involvement. Section 4 Detailed Scope of Services and Schedule: Expand and develop the City s Scope of Services and Project Schedule contained herein. Itemize the base tasks, contingency tasks, and tasks comprising any alternative scope of services. Detail any subtasks as appropriate. Provide a schedule showing completion of each task. Section 5 Fee Estimate: Provide cost calculations for all personnel subject to Prevailing Wage requirements on an hourly billing rate basis. Provide cost calculations for the other base drilling services. Report preparation for each sampling event may be on a Lump Sum basis. Provide cost calculations for laboratory testing and all contingency services on a Unit Cost basis. Any laboratory test fees completed in-house are compensated as Other Direct Costs. Laboratory fees provided by laboratories outside of your firm are compensated as subconsultant costs. The number of tests proposed is an estimate and may or may not equal the actual number run. The consultant will be compensated for the actual number of such tests run as directed by the City. Proposed fees shall be provided on a not-to-exceed basis. The Consultant shall provide a cost breakdown for the total of the Work Tasks described above. All other costs may be proposed based upon the Lump Sum basis; please state which Task(s) will be lump sum. Please consult your contract for further information regarding these compensation methods. Invoices shall include documentation of work performed for all hourly rate charges. For field technicians, daily field reports are considered suitable documentation. For charges by office personnel, similar documentation is required. Hourly charges for overhead work or undocumented work will not be reimbursed. For any reimbursement by billing salary rate, the home office overhead rate shall be used unless the individual is working in a City office for a complete month at full-time. The proposal shall be delivered to the Geotechnical Engineering Group (GEO) office at 1149 S. Broadway, Suite 120, Los Angeles, California. your proposal to Geotechnical Engineering Group to michael.mulhern@lacity.org prior to the deadline, followed-up with the delivery of the signed hard copy. GEO will issue a Notice to Proceed (NTP) to the selected consultant. It is expected that an NTP will be issued after selection approval of the Board of Public Works. This is a revised task order solicitation, so please include a summary table or chart with all the NTP dates and amounts for this contract, and a cumulative summary of MBE/WBE usage to date, including estimates for the current year proposal. 5.0 SUGGESTED MBE/WBE PARTICIPATION LEVELS A participation level of 12 percent MBE and 2 percent WBE is suggested. The proposal shall include dollar amounts or percents of the dollar amount of the proposal for MBE and WBE participation. Board of Public Works Meeting - December 19, PAGE 22

23 6.0 PREVAILING WAGE This project is subject to the payment of prevailing wages. All impacted workers on a public works project must be paid at a minimum the Basic and Total Hourly Rate for the type of work they perform (See California State Labor Code Section 1720). This includes but is not limited to the consultant s soil technicians who are on-site performing field observation and/or field testing services, and any other classifications which may be subject to prevailing wage. According to the State Department of Industrial Relations (DIR), the California Labor Code Section 1720 defines construction to include work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. For information regarding prevailing wage requirements you may refer to the DIR website at or you may contact the DIR Prevailing Wage Unit at (415) DISCLAMER The City may or may not decide to award any or part of the TO based on its sole convenience and shall not be responsible for any solicitation response costs. Any errors, omissions or revisions from the consultant s TO Proposal will not be accepted if received after the deadline date. If you are the successful firm, the City will expect you to honor your proposal as submitted. CFJ/MEM/mem Q: TOS doc Lanzit 2017 Board of Public Works Meeting - December 19, PAGE 23

24 AGENDA ITEM (2) BPW CD 5 TASK FOR SOLICITATION NO PINNACLE ENVIRONMENTAL TECHNOLOGIES Recommending the Board: AUTHORIZE the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle Environmental Technologies, increasing the budget authority from $310,000 to $435,000 for continued groundwater monitoring, remediation, and related services at the Western District Refuse Yard. (C , W.O. E , Ref #3 BOE ) ATTACHMENTS: Description BOE 2 BOE 2 TR 1 BOE 2 TR 2 Board of Public Works Meeting - December 19, PAGE 24

25 Department of Public Works Bureau of Engineering Report No. 2 December 19, 2016 CD No. 5 REQUEST FOR AUTHORITY TO REVISE THE TASK FOR SOLICITATION NO TO PINNACLE ENVIRONMENTAL TECHNOLOGIES (PINNACLE), CONTRACT NO. C , FOR CONTINUED MONITORING OF GROUNDWATER AND RELATED SERVICES FOR THE WESTERN DISTRICT REFUSE YARD - WORK ORDER NO. E RECOMMENDATION Authorize the City Engineer to issue a revision of the Task for Solicitation No to Pinnacle, increasing the budget authority from $310,000 to $435,000 for continued groundwater monitoring, remediation, and related services. TRANSMITTALS 1. Copy of Bureau of Engineering (BOE) Report No. 3, adopted on February 17, 2016, authorizing the previous revision of the Task for Solicitation No to Pinnacle. 2. Copy of revised Task Order Solicitation No , dated November 16, DISCUSSION Background Western District Refuse Yard is a Bureau of Sanitation truck maintenance, refueling, and overnight parking facility for City vehicles. Diesel fuel tanks have leaked at the site. The leaking tanks have been removed, and subsequent soil and groundwater testing confirmed contamination. The regulatory agency in this case, the Los Angeles Regional Water Quality Control Board (LARWQCB), has mandated monitoring at the site. The LARWQCB has recently requested that remedial alternatives be investigated and submitted for approval. Under a previous pre-qualified on-call contract (PQOC), Pinnacle advanced borings to characterize contamination at the site. Pinnacle is also providing limited remediation in the form of skimming free product or installing passive hydrocarbon-absorbing materials as needed. The increase in scope reflected in this revised Task Order is a result of the LARWQCB s mandate that another calendar year of monitoring and reporting be provided as well as providing a remedial action plan. On June 2, 3013, the Board of Public Works (Board) authorized the City Engineer to continue this project from the previous PQOC contract. Due to the funding restrictions by the City Administrative Officer, the remediation budget is requested on a year to year basis. Therefore, increases in budget authority must be requested each year for the sites that did not achieve case closure during the prior fiscal year. The February 17, 2016 Board Report authorized continuing this project (Transmittal No. 1). The Task Order revision budget increase including contingency is $125,000, which will allow for continued monitoring of the groundwater, waste disposal, well cover repair from heavy traffic damage, well replacement due to falling water levels, skimming as necessary, providing the remedial study, and regulatory reporting (Transmittal No. 2). Board of Public Works Meeting - December 19, PAGE 25

26 Report No. 2 Page 2 The negotiated revision to the original Task Order from Pinnacle is for a not-to-exceed amount of $121,209 for the additional work tasks involved. The term of engagement will be for the calendar year The revised base task will equal $412,375. Pinnacle has also provided as contingency items the actual system design, installation and operation, should the State approval and permitting process finish early, but the BOE is not requesting these funds be committed as yet. The BOE has negotiated the scope and costs of the Task Order revision. The Record of Negotiation is maintained in the project file. Minority Business Enterprise/Women Business Enterprise/Other Business Enterprise (MBE/WBE/OBE) Subcontractor Outreach Program The revised Task will be subject to the MBE/WBE/OBE Subcontractor Outreach Program requirements. The City has set anticipated participation levels of 12 percent and 2 percent for MBE/WBE participation, respectively. Based on the latest invoices, dated October 20, 2016, Pinnacle has achieved participation levels of 7.04 percent MBE and 6.46 percent WBE. For the revised Task, the Consultant is pledging a MBE participation level of percent and a WBE participation level of 7.21 percent. For the revised Task, the following MBE, WBE, and OBE firms are proposed to be utilized by the Consultant: Gender/Ethnicity Codes: AA = African American APA = Asian Pacific American NA = Native American M = Male HA = Hispanic American SAA = Subcontinent Asian American C = Caucasian F = Female Gender/ Ethnicity MBE/WBE/ OBE (%) of Base Task Task Order Amount Subconsultants Chemical & Environmental Laboratories, Inc. M/APA MBE 5.30% $ 21,866 Martini Drilling Co. M/HA MBE 5.34% $ 22,016 Belshire Environmental Services F/C WBE 2.31% $ 9,519 American Analytics F/C WBE 0.67% $ 2,749 Blaine Environmental F/C WBE 4.23% $ 17,464 Total MBE Participation 10.64% $ 43,882 Total WBE Participation 7.21% $ 29,732 Subtotal Subconsultant Participation 17.85% $ 73,614 Prime Participation 82.15% $338,761 Initial Base Task % $412,375 Contingency $ 22,625 Total Task Order Budget Authority $435,000 Blaine Environmental was added to provide additional laboratory services. Board of Public Works Meeting - December 19, PAGE 26

27 Department of Public Works Bureau of Engineering Report No.2 December 19, 2016 Page 3 Contractor Performance Evaluation In accordance with Division 10, Chapter 1, Article 13 of the Los Angeles Administrative Code, the appropriate City personnel responsible for the quality control of this personal services Contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration, Special Research & Investigation Section upon termination of the Contract. STATUS OF FUNDING Funding for this Task Order Revision No , for a total increase of $125,000 including contingency, is available in the Contaminated Soil/Removal Mitigation budget, in Fund No. 100, Department No. 54, Appropriation Unit No. OON318. The City's liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City's liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract. ( CFJ RMK ALM ) Report reviewed by: BOE (ADM) Report prepared by: Geotechnical Engineering Group Respectfully submitted, A'~i= ~ Gary Lee Moore, PE, ENV SP City Engineer Christopher F. Johnson, PE, GE Group Manager Phone No. (213) nt as to Funds approved by: /' irector Questions regarding this report may be referred to: Michael E. Mulhern, EG, HG, Engineering Geologist II Phone No. (213) Michaei.Mulhern@lacity.org Board of Public Works Meeting - December 19, PAGE 27

28 Department of Public Works Bureau of En Report No.3 February 17, 2016 CD No.5 ADOPTED BY THE BOARD PUBLIC WORKS OF THE CITY of Los Angeles California FEB Execu~cer Board of Public Works REQUEST FOR AUTHORITY TO REVISE THE TASK FOR SOLICITATION No TO PINNACLE ENVIRONMENTAL TECHNOLOGIES (PINNACLE), CONTRACT No. C , FOR CONTINUED MONITORING OF GROUNDWATER AND RELATED SERVICES FOR THE WESTERN DISTRICT REFUSE YARD WORK ORDER No. E RECOMMENDATION Authorize the City Engineer to issue a revision of the Task for Solicitation No~ to Pinnacle, increasing the budget authority from $230,000 to $310,000 for continued groundwater monitoring and related services. TRANSMITTALS 1. Copy of Bureau of Engineering (BOE) Report No. 1, adopted on April 27, 2015, authorizing the previous revision of the Task for Solicitation No to Pinnacle. 2. Copy of revised Task Order Solicitation (TOS) No , dated December 16, DISCUSSION Background Western District Refuse Yard is a Bureau of Sanitation truck maintenance, refueling, and overnight parking facility for City vehicles. Diesel fuel tanks have leaked at the site. The leaking tanks have been removed, and subsequent soil and groundwater testing confirmed contamination. The regulatory agency in this case, the Los Angeles Regional Water Quality Control Board (LARWQCB), has mandated monitoring at the site. BOE's approach on such sites has been conservative: i.e. to monitor soil or groundwater contamination as required by the regulator, but to hold off on aggressive remediation unless the regulator specifically demands it, or if neighborhood, site inhabitant's or worker's safety are threatened. Such is not the case at this site, so we have not started full-scale remediation. By monitoring, BOE is commonly able to demonstrate that natural attenuation of the hydrocarbons by indigenous microfauna can decrease the contamination safely and naturally, albeit over a longer time period. We feel this is a more fiscally responsible approach that also minimizes site disruption, such as the need for excavations, trenching, installation of above-ground tanks and related systems on sites of limited areas. Under a previous pre-qualified on-call contract (PQOC), Pinnacle advanced borings to characterize contamination at the site. Pinnacle is also providing limited remediation in the form of skimming free product as needed, and has performed remedial pilot testing to refine a feasible remedial method. The increase in scope reflected in this revised Task Order is a result of the LARWQCB's mandate that another calendar year of monitoring and reporting be provided. The BOE is therefore requesting to continue having Pinnacle provide its TRANSMITTAL NO. 1 Board of Public Works Meeting - December 19, PAGE 28

29 Report No. 3 Page 2 services on this site. This office is in periodic contact with the LARWQCB regarding the need for more aggressive remediation; they have not stated the need for immediate remediation. When this occurs and the remedial plan is approved, a revised TOS will follow for the remediation. On June 2, 3013, the Board of Public Works (Board) authorized the City Engineer to continue this project from the previous PQOC contract. Due to the funding controls implemented by the City Administrative Officer, the remediation budget is requested on a year to year basis. Therefore, increases in budget authority must be requested each year for the sites that did not achieve case closure during the prior fiscal year. The April 27, 2015 Board Report authorized continuing this project (Transmittal No. 1). The Task Order revision budget increase including contingency is $80,000, which will allow for continued monitoring of the groundwater, waste disposal, well cover repair from heavy traffic damage, skimming as necessary, and regulatory reporting (Transmittal No. 2). The total revised task budget authority is requested to increase to $310,000. The negotiated revision to the original Task Order from Pinnacle is for a not-to-exceed amount of $70,706 for the additional work tasks involved. The term of engagement will be for the calendar year The previous years Notices to Proceed were a negotiated total expenditure of $220,461. With this year s $70,706, the revised base task will equal $291,166. The BOE has negotiated the scope and costs of the Task Order revision. The Record of Negotiation is maintained in the project file. Minority Business Enterprise/Women Business Enterprise/Other Business Enterprise (MBE/WBE/OBE) Subcontractor Outreach Program The revised Task will be subject to the MBE/WBE/OBE Subcontractor Outreach Program requirements. The City has set anticipated participation levels of 12 percent and 2 percent for MBE/WBE participation, respectively. Based on the latest invoices dated November 30, 2015, Pinnacle has achieved participation levels of 7.44 percent MBE and 4.57 percent WBE. For the revised Task, the Consultant is pledging a MBE participation level of 7.09 percent and a WBE participation level of 3.46 percent. For the revised, the following MBE, WBE, and OBE firms are proposed to be utilized by the Consultant: Gender/Ethnicity Codes: AA = African American APA = Asian Pacific American NA = Native American M = Male HA = Hispanic American SAA = Subcontinent Asian American C = Caucasian F = Female Board of Public Works Meeting - December 19, PAGE 29

30 Department of Public Works Bureau of Engineering Report No. 3 February 17, 2016 Page 3 Gender/ Ethnicity MBE/WBE/ OBE (%) of Base Task Task Order Amount Subconsultants Chemical & Environmental Laboratories, Inc. M/APA MBE 5.72% $ 16,649 Martini Drilling Co. M/HA MBE 1.37% $ 4,000 Belshire Environmental Services F/C WBE 2.52% $ 7,326 American Analytics F/C WBE 0.94% $ 2,749 Total MBE Participation 7.09% $ 20,649 Total WBE Participation 3.46% $ 10,075 Subtotal Subconsultant Participation 10.55% $ 30,724 Prime Participation 89.45% $260,422 Initial Base Task % $291,166 Contingency $ 18,834 Total Task Order Budget Authority $310,000 Contractor Performance Evaluation In accordance with Division 10, Chapter 1, Article 13 of the Los Angeles Administrative Code, the appropriate City personnel responsible for the quality control of this personal services Contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration, Special Research & Investigation Section upon termination of the Contract. STATUS OF FUNDING Funding for this Task Order Revision No , for a total increase of $80,000 including contingency, is available in the Contaminated Soil/Removal Mitigation budget, in Fund No. 100, Department No. 54, Appropriation Unit No. 00M318. The City s liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City s liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract. Board of Public Works Meeting - December 19, PAGE 30

31 Report No.3 Page 4 ( CFJ RMK ALM ) Report reviewed by: BOE (ADM) Report prepared by: Geotechnical Engineering Respectfully submitted, 4~Cu~ Gary Lee Moore, PE, ENV SP City Engineer Christopher F. Johnson, PE, GE Group Manager Phone No. (213) Stateme~t as to Funds approved by: Questions regarding this report may be referred to: Michael E. Mulhern, EG, HG, Engineering Geologist II Phone No. (213) Michaei.Mulhern@lacity.org Board of Public Works Meeting - December 19, PAGE 31

32 tea OARD Olf PUOUC: WOIQCS ~ I; ICE\IIN J,lM:U J'IIE Bll E NT RfiW!IE REPfNN! _ ~li'la:$dtjtl' MlC:HAIIL 1ft. D.i.\11$ PflUOgi T PRO Tf!IP;A -'OEL F. JACINtO ~O!iEFt 1.'\'ZI\41 ~IVAS C~!tONI",JI ~RNAMOO CAM POi llkt:cutiyt OFFICCll CITY OF Los ANGELES CAUFORNli\ ERIC GARCETII t.v.'tl'gr DllP.lltTMaR Of' P'\iiBI..IC WORKS IWREAU OF E!N ERIKG GNI't ~EE rtiicj()ri;, PE, EW SP CITY EH'GINEER; 1 H~ S &ROADWAY. &UIITi 71)l) LO:S PMGEL.ES. <:A ~15-ttl3 November Mr. Keith Tll'lompson Pirmacle Environmental Technologies #2 Santa Maria Foothill Ranch, CA REV~SED TASK ORDER SOI!..ICITATION ~TOS) -WESTERN DISl R!CJ REFUSE YARD, 20:27 Stoner Avenue-Quarterly Groundwamr Monitor~ng and Remedial SeTVices - Rev~islon No. 4 W.O. ~o. IESOlli:0157 CONTRACT NoJ~1li64 GEO f1ile No"---98-ft : The City is s.oliciting a respwuse from your firm to1 continue groundw.at,er monitoring and lfmited remediation. The response to tni$ saucltation must be submrtted to: AtteMiort Christopher F. Johnson Geotechnical Engineering Group 1149 S. Broadway. Suite 120 Los Angeles. CA The response must be submitted no later than 4:00PM,o,n November 2 1, Please. your proposal to Geotechnical IEn g lneering Group at or ML'chaei.MI!Jihern@lacity.org p~lo t to lhe deacmne. P~ease call Mlke!Mulhern at 213 ~ to confirm receipt of your proposal. The ed pr oposal shall be followed-up with the delivery of a signed hard copy. Although it ris our rntention 'to move forward, the City always retains the right to a.ward or to not award any part or al~ of the T ask O rder based solely on its oonvenience and sha11 not be responsible ~or any solicitation response costs. Sincerely, '-~~ Christopher f _ Johnson, ~-E - Manager Geotechnical Engineering Group TRANSMITTAL NO. 2 II Ill I! OUAIL E llpilo'ii' IIJII!!NJT 011',.0 It TUN I TY ie.iip'l O'tE R ~-Jrn-- 0 Board of Public Works Meeting - December 19, PAGE 32

33 Revised Task Order Solicitation Western District Refuse Yard- Continued Groundwater Monitoring, Quarterly Reporting and Related Services Pre-Qualified On-call Environmental Services Consultant Contract City of Los Angeles Department of Public Works Bureau of Engineering NOVEMEBER 16, Introduction The Bureau of Engineering (BOE), Geotechnical Engineering Group (GEO) requests a revised Task Order (TO) Proposal be submitted for the subject project. The project site is located at 2027 Stoner Avenue, West Los Angeles. 2.0 Scope of Services The BOE is interested in retaining the services of your consulting environmental engineering firm for continued soil and groundwater monitoring and limited remedial reporting of the subject project. 2.1 Tasks TASK 1-MONITOR AND SAMPLE ALL 18 GROUNDWATER WELLS FOUR EVENTS, INCLUDING LABORATORY ANALYSIS OF GROUNDWATER SAMPLES, AND WATER DRUM REMOVAL AND DISPOSAL TASK 2-REGULATORY REPORTS & GEOTRACKER COSTS TASK 3-RECOVERY OF FREE PRODUCT (BAILING, SKIMMING AND/OR CARPHENE SOCKS) AS REQUIRED, generally monthly. TASK 4-WELL COVER REPLACEMENTS (4 WELLS) TASK 5-WELL REPLACEMENTS (3 WELLS, TO 75 FEET DEEP, INCLUDING WORKPLAN TO THE LARWQCB) TASK 6-PREPARATION OF A REDIAL ACTION PLAN, FOR CLEANUP OF HYDROCRBONS IN THE GROUNDWATER AND SOIL; SUBMISSION TO THE LARWQCB. TASK 7-Present as a contingency the remedial system design, its permitting installation and operation and maintenance. 3.0 PROJECT SCHEDULE o Limited skimming and groundwater monitoring 48 Weeks Additional Board of Public Works Meeting - December 19, PAGE 33

34 o Preparation of Report and Uploading to GEOTRACKER 12 Weeks Additional 4.0 TASK ORDER PROPOSAL REQUIREMENTS The Task Order (TO) shall include an itemized breakdown of tasks and their associated costs. TO Proposals shall include: Section 1 Project Understanding: Explain your firm s overall approach to the work. Section 2 Related Experience: Describe similar projects your firm has recently completed. Section 3 Project Team: Provide project team organization and describe background, roles and responsibilities of team members. Provide information on MBE/WBE involvement. Section 4 Detailed Scope of Services and Schedule: Expand and develop the City s Scope of Services and Project Schedule contained herein. Itemize the base tasks, contingency tasks, and tasks comprising any alternative scope of services. Detail any subtasks as appropriate. Provide a schedule showing completion of each task. Section 5 Fee Estimate: Provide cost calculations for all personnel subject to Prevailing Wage requirements on an hourly billing rate basis. Provide cost calculations for the other base drilling services. Report preparation for each sampling event may be on a Lump Sum basis. Provide cost calculations for laboratory testing and all contingency services on a Unit Cost basis. Any laboratory test fees completed in-house are compensated as Other Direct Costs. Laboratory fees provided by laboratories outside of your firm are compensated as subconsultant costs. The number of tests proposed is an estimate and may or may not equal the actual number run. The consultant will be compensated for the actual number of such tests run as directed by the City. Proposed fees shall be provided on a not-to-exceed basis. The Consultant shall provide a cost breakdown for the total of the Work Tasks described above. All other costs may be proposed based upon the Lump Sum basis; please state which Task(s) will be lump sum. Please consult your contract for further information regarding these compensation methods. Invoices shall include documentation of work performed for all hourly rate charges. For field technicians, daily field reports are considered suitable documentation. For charges by office personnel, similar documentation is required. Hourly charges for overhead work or undocumented work will not be reimbursed. For any reimbursement by billing salary rate, the home office overhead rate shall be used unless the individual is working in a City office for a complete month at full-time. The proposal shall be delivered to the Geotechnical Engineering Group (GEO) office at 1149 S. Broadway, Suite 120, Los Angeles, California. your proposal to Geotechnical Engineering Group to michael.mulhern@lacity.org prior to the deadline, Board of Public Works Meeting - December 19, PAGE 34

35 followed-up with the delivery of the signed hard copy. GEO will issue a Notice to Proceed (NTP) to the selected consultant. It is expected that an NTP will be issued after selection approval of the Board of Public Works. This is a revised task order solicitation, so please include a summary table or chart with all the NTP dates and amounts for this contract, and a cumulative summary of MBE/WBE usage to date, including estimates for the current year proposal. 5.0 SUGGESTED MBE/WBE PARTICIPATION LEVELS A participation level of 12 percent MBE and 2 percent WBE is suggested. The proposal shall include dollar amounts or percents of the dollar amount of the proposal for MBE and WBE participation, cumulative for the contract. 6.0 PREVAILING WAGE This project is subject to the payment of prevailing wages. All impacted workers on a public works project must be paid at a minimum the Basic and Total Hourly Rate for the type of work they perform (See California State Labor Code Section 1720). This includes but is not limited to the consultant s soil technicians who are on-site performing field observation and/or field testing services, and any other classifications which may be subject to prevailing wage. According to the State Department of Industrial Relations (DIR), the California Labor Code Section 1720 defines construction to include work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work. For information regarding prevailing wage requirements you may refer to the DIR website at or you may contact the DIR Prevailing Wage Unit at (415) DISCLAMER The City may or may not decide to award any or part of the TO based on its sole convenience and shall not be responsible for any solicitation response costs. Any errors, omissions or revisions from the consultant s TO Proposal will not be accepted if received after the deadline date. If you are the successful firm, the City will expect you to honor your proposal as submitted. CFJ]/MEM/mem Q: TOS doc Western Refuse Yd 2017 Board of Public Works Meeting - December 19, PAGE 35

36 Board of Public Works Meeting - December 19, PAGE 36

37 AGENDA ITEM (3) BPW CD All TASK ORDER SOLICITATION SN-39 - CAROLLO ENGINEERS, INC. Recommending the Board: AUTHORIZE the Director of the Bureau of Sanitation or his designee to issue Amendment No. 2 to the existing Task Order Solicitation (TOS) SN-39 to Carollo Engineers, Inc., increasing the total budget authority from $505,572 to $1,305,572 in order to fund the remaining tasks that were not completed under TOS SN-39 and are needed in order to complete the optimization activities of the eleven (11) projects that are listed in the TOS. This Amendment also extends the term of TOS SN-39 to December 31, (C , Ref: #1 BOS ) ATTACHMENTS: Description BPW Tr 1 BPW Tr 2 BPW Tr 3 Board of Public Works Meeting - December 19, PAGE 37

38 TRANSMITTAL 1 DEPARTMENT OF PUBLIC WORKS R! JRfA! I O f SAN!IAI!Q~ "t BOARD REPORT NO. 1 AUGUST 12, 2015 CD: ALL ADOPTEDBYTHEBOARD PUBLIC WORKS OF THE Cm' of lcs Angelss C81fomia AUG Execu~cer Board of Pub~ic Works REQUEST FOR AUTHORITY TO ISSUE A NOTICE OF AWARD TO CAROLLO ENGINEERS, INC. (CONTRACT NO. C ] FROM THE BUREAU OF SANITATION PRE-QUALIFIED ON-CALL CONSULTANT SERVICES list FOR SPECIALIZED AND ExPERT SERVICES FOR PROPOSITION 0 PROJECTS OPTIMIZATION IN RESPONSE TO TASK ORDER SOLICITATION ITOS) TOS-SN-39 RECOMMENDATION Authorize the Director of the Bureau of Sanitation (LASAN) or his designee to issue a Notice of Award to a consulting firm, Carollo Engineers, Inc. (Carollo) [Contract No. C from the Pre-Qualified On-Call Wastewater, Stormwater, and Solid Resources Consultants List to provide technical and expert services for Proposition 0 Projects Optimization {TOS-SN-39). The cost of the Carollo Task Order is $546,415. The term of engagement of this TOS is one (1) year effective August 1, 2015 with two (2) two-year renewal options. TRANSMITTALS 1. Copy of the Pre-Qualified On-Call Consultant List at time of distribution of the Task Order Solicitation {TOS) and the name of the firm who submitted a proposal for the Task Order. 2. Copy of TOS-SN-39 Specialized.and Expert Services for Proposition 0 Projects Optimization. 3. Copy of Board Report for TOS S60, adopted on June 18, DISCUSSION On-Call Contract Background On January 13, 2012, the Board of Public Works {BPW) authorized LASAN to advertise and issue a Request for Qualifications (RFQ) to provide engineering consulting services on a prequalified as-needed basis and negotiate a personal services contract with each of the selected firms. On August 4, 2014, the BPW executed 5-year contracts with an optional5-year extension with 25 consulting engineering firms. Task Order Solicitation On June 24, 2015, LASAN issued TOS-SN-39 to all 25 primary consulting firms on the prequalified list {Transmittal No. 1). On July 15, 2015, only one Task Order proposal was submitted by Carollo Engineers Inc. Board of Public Works Meeting - December 19, PAGE 38

39 BUREAU OF SANITATION BOARD REPORT NO. 1 AUGUST 12, 2015 Page2 Project Background The Prop 0 projects are new and unique with multi-purpose benefits including water supply, water quality, flood reduction, storm water reuse, and recreation opportunities and are designed to improve water quality in the City. These projects have enjoyed tremendous community support through stakeholder-driven processes. The community has also placed a high expectation on their investment for the projects to ensure the effectiveness of the constructed projects in meeting the Prop 0 objectives which is improving water quality. The eleven (11) Prop 0 projects that are part of this TOS have already been constructed. Upon construction, the projects require an "optimization period" to ensure that the project elements are working in an optimal manner to assist in meeting water quality requirements. It is during this optimization phase that a balanced approach between hydraulic, vegetation and treatment elements is established. Because this optimization phase was not able to be completed under TOS S60 due to the previous Pre-Qualified On-Call Consultant contract that expires in August 2015 (Transmittal No. 1), LASAN is soliciting a consultant to continue the as-needed work for this phase under this new TOS-SN-39 (Transmittal No. 2) which is under the new Pre-Qualified On-Call Consultant list contract executed in August It is imperative to continue with the optimization phase of these projects both to ensure that these Prop 0 investments meet the expected outcome by the voters, which is improved water quality, as well as to establish proper protocols during this phase for long term sustainability of these projects. Scope of Services This TOS is intended for a qualified firm to continue performing all work (as needed) associated with the Optimization of the Prop 0 projects that was begun under TOS S60. The technical and expert services provided by the firm will assist the LASAN Watershed Protection (WPD) to properly and adequately optimize these Prop 0 projects. The services include but are not limited to in order to successfully complete the optimization requirements: Task 1. Confirm Natura! Treatment System (NTS) Intent and Site Conditions Task Review Design Documents Task Conduct Site Inspection Task Confirm Water Quality Conditions and Requirements Task 1.4- Confirm Site Hydrology and Climate Conditions Task Document NTS Intent and Conditions Task 2. Conduct NTS Monitoring Task Review NTS Performance Task Observe and Train Operation and Maintenance Personnel Task Perform Water Quality Monitoring Task Documents NTS Monitoring Board of Public Works Meeting - December 19, PAGE 39

40 BUREAU OF SANITATION BOARD REPORT NO. 1 AUGUST 12, 2015 Page3 Task 3. Annual Reports Task 4. Operations Management Manuals The term of engagement is one year with the option of renewal for two 2-year tenns. Record of Selection A selection panel of City employees from the Watershed Protection Division of the Bureau of Sanitation evaluated Carollo Engineers' proposal according to the following selection criteria: Ability to provide services Work Experience in providing services to similar projects The value that the consulting team offers to the City in contrast to the costs associated with this work The panel recommends awarding the contract to Carollo Engineers Inc. because its proposal met all City requirements; furthermore, it is in the City's best interests to continue the optimization services begun by Carollo Engineers Inc. under TOS 860. Contract Negotiation The notice of Selection was issued to Carollo Engineers Inc. on July 20, Sanitation negotiated with Carollo Engineers Inc. and agreed to the Scope of Services, budget and contract duration as discussed herein. BUSINESS INCLUSION PROGRAM (BIP) This task order is subject to the BIP requirement. The City has set anticipated participation levels (APL) as follows: 18% MBE, 4% WBE, 25% SBE, 8% EBE, and 3% DVBE. Gend~r/Ethnicity Codes: AA = African American HA = Hispanic American SM = Subcontinent Asian American APA = Asian Pacific American C=Caucasian NA=Native American M=Male F=Female Carollo has pledged participation levels of 21.6 percent for MBE, 21.6 percent for SBE, 21.6 percent for EBE, and 53.2 percent for OBE. Carollo pledged to use the following MBE/VV"BEISBEIEBEIDVBE/OBE subconsultant firms for this Task Order as shown in the following table. Board of Public Works Meeting - December 19, PAGE 40

41 BUREAU OF SANITATION BOARD REPORT NO. 1 AUGUST 12, 2015 Page r ,----1 TABLE 1: MBEJWBE/SBE/EBEIDVBE/OBE Subconsultants Utilization MBEIWBE/ PRIME or GENDER/ SBE/EBE/ I ~... ~ i ORT~::($) I SUBCONSUL TANTS ETHNICITY DVBE/OBE l ORDER J AMOUNT r Carollo Engineers N/A Prime, 25.2%-r---$ California Watershed Engineering SAA MBEISBEIEBE I j 21. 6~_j j)_1_:!_7' 996 _l GeoSyntec N/A OBE % l $ I - ~ The Pond Company N/A OBE i 17.4% i $95,000! CH2M Hill Engineers, Inc. - NIA OBE,,. i 18.3% : $1oo ~- Psomas NlA OBE i '.v~~) ':!~' :-<:7!":~- ~.;;,!....-$.. "~:. "... ~ i '"'t' 1.3% $7,301.. I i I ~tal MBE Parlicopatoon ' 21.6% I $117,9~ TOtal ~BE Participation !_ -~1.6 ~ I ~-$11?,"99~--- 1 Total EBE Participation! % i---!1_!?,9!~-~ I Total OBE Participation I 53.2% $290,931 I l Total' MBEfSBEIEBEIOBE Participation 74.8% $408,927 [TotaTcaroiro.. tprrm-;;-partieip-8ii.on s.2% $137,487 r-:: l.c-----lf-----'---= i Proposed!_ask Order Totaf j 1_0_0._0_%--~... $_54_6...:.,_41_3, Contractor Performance Evaluation In accordance with the City of Los Angeles Administrative Code, Division 10, Chapter 1, Article 13, the appropriate City personnel responsible for the quality control of this personal services contract shall submit Contractor Performance Evaluation Reports to the Bureau of Contract Administration, Special Research & Investigation Section upon termination of the Contract. STATEMENT AS TO FUNDS There is no impact to the General Fund. The total funding for this project is not to exceed the amount of $546,415. Funding for Fiscal Year in the amount of $546,415 will be made available in the "PROP 0 OPTIMIZATION" Fund, Fund No. 16T, Account 50KYAF, BFY The contract contains a "Financial Liability Clause" that states that "the City's liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City's liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract." Board of Public Works Meeting - December 19, PAGE 41

42 BUREAU OF SANITATION BOARD REPORT NO. 1 AUGUST 12, 2015 Pages ~, VICTORIA A S TJAGO, 9/rertor "'f g::~~ of Accounting. ~flf l ~!&1 /._6 v j(j ft F Prepared by: Wing Tam (213) Board of Public Works Meeting - December 19, PAGE 42

43 TRANSMITTAL 2 CITY OF LOS ANGELES/DEPARTMENT OF PUBLIC WORKS/BUREAU OF SANITATION ON-CALL CONSULTANT SERVICES CONTRACT NO. C TASK AGREEMENT FORM (TAF) CAROLLO ENGINEERS INC (PRIME CONSULTANT) TOS SN-39 Amendment #1: Specialized and Expert Services for Proposition 0 Projects Optimization Budget: $ Revised Budget $505,572 LASAN TOS SN-39 Manager: Notice-to-Proceed (NTP} Date: August 1, 2015 NTP Date for Amendment #1: oq /30/zo Is- Wing Tam {213) Consultant TOS SN-39 Manager: )om West (213} A. BASIS OF INITIATION OF AMENDMENT #1 The Watershed Protection Division plans to use the services of a consultant or consultant team to continue conducting specialized and expert services for Proposition 0 Projects Optimization. The consultant will examine as needed physical, chemical, and biological characteristics of the Proposition 0 projects; prepare operations management manuals that will establish proper protocols for long-term sustainability of the completed projects; and provide training to City staff on optimizing the performance of the projects. This TOS SN-39 is a continuation of TOS 560. Upon final invoice absorbed on additional amount of $40, for TOS 560, as a consequence, we are reducing the budget of this TOS SN-39 by the corresponding amount. B. SCOPE OF WORK Scope of work is the same as original TAF. C. SCHEDULE FOR COMPLETION OF WORK The tenn of engagement of this TOS is one (1) year effective August 1, 2015 with two (2) two-year renewal options. The revised cost of this TOS is $505,572. D. SUBCONSULTANTS UTILIZATION Per attached Schedule B-Task Work Order List of Sub-consultants Due to the cost ceiling decreased, the dollar amount for MBEISBE/EBE subconsultant, California Watershed Engineering, also has been decreased. However, its percentage of 21.6% that Carollo pledged is still the same as in original T AF. Consultant shall not change any of these designated sub-consultants nor shall Consultant reduce their level of effort without prior written approval of the City provided that such approval shall not be unreasonably withheld. E. COST REIMBURSEMENT Hourly Billing Rates for Consultant's and subconsultants' employees are remained the same as ~ n original TAF. Page 1 of2 I ---~---- Board of Public Works Meeting - December 19, PAGE 43

44 F. ADDITIONAL WORK As the project progresses it may become necessary to include additional task into the scope of services. Any such additional task will be negotiated and agreed upon before the services can be rendered. G. CONSULTANT PRINCIPAL AND STAFF ASSIGNMENTS The following consultant staff will be assigned to work on this assignment. Consultant may not substitute staff without permission from LASAN Project Manager. Principal-in-Charge/Project Manager: Project Engineer: Pavitra Rammohan Tom West H. SIGNATURES Work performed under this TAF is governed by Contract No. C , between the City of Los Angeles and Carollo Engineers Inc. (Consultant). LASAN Watershed Protection Division and the Consultant agree to the above stated terms of this TAF. The terms of this TAF can only be modified by written agreement of the LASAN Project Manager. LASAN Project Manager: Consultant's Principal-in-charge: LASAN On-Call Contract Manager: Date: 9 6!/w; ~ I oate: 9/ z z-;hs Date: -..!j//z_j.,/1 L 7 Date: ~/;c/t{ Distribution: Master Files Consultants Shahram Kharaghani, WPD Wing Tam, WPD Ali Poosti, WESD Abdulsamad Danishwar, WESD Scott Hare, WESD Thu-Van Ho, WESD Judy Figueroa, WESD Qiang (Mike) Yu, CCU Page 2 of 2 Board of Public Works Meeting - December 19, PAGE 44

45 Amendment #1 SCHEDULER TASK WORK ORDER LIST OF SUBCONSULTANTS (NOTE: COPY TIDS PAGE AND ADD ADDITIONAL SHEETS AS NECESSARY, SIGN ALL SHEETS) Project Title Proposition 0 Projects Optimization Work Order Number TOS SN-39 Contractor Address 707 Wilshire Boulevard, Suite 3920 Carollo Engineers Los Angeles, CA Contact Person Phone/Fax Pavitra Rammohan LIST OF ALL SUBCONSULTANTS (SERVICE PROVIDERS/SUPPLIERS/ETC.) NAME, ADDRESS, TELEPHONE NO. OF DESCRIPTION OF MBE/WBE/ CAL TRANS/ DOLLAR VALUE SUBCONSULTANT WORK OR SUPPLY SBEIEBE/ CITY/MTA OF DVBE/OBE CERT.NO. SUBCONTRACT California Watershed Engineering (CWE) Optimization MBE/SBE/ - $109,192 Monitoring EBE Pond Company Optimization OBE - Park PSOMAS Design Review OBE - $7,301 Support Geosyntec Project Optimization OBE - $71,027 CH2M HILL Project Optimization OBE - $80,048 PERCENTAGE OF MBE/WBE/SBE/EBE/DVBE/OBE PARTICIPATION DOLLARS PERCENT * TOTAL MBE AMOUNT $ 109, % ~v A~~\C~~~L-~ Signature of Person Completing tbls Form TOTAL WBE AMOUNT $ % Pavitra Rammohan * TOTAL SBE AMOUNT $ 109, % Printed Name of Person Completing this Form * TOTAL EBE AMOUNT $ 109, % TOTAL DVBE AMOUNT $ % Lead Engineer 9/17/2015 TOTAL OBE AMOUNT $ 268, % Title Date BASE BID AMOUNT $ 505,571 MUST BE SUBMITTED PRIOR TO THE ISSUANCE OF THE NOTICE TO PROCEED * NOTE: The same firm (CWE) qualifier for MBE/SBE/EBE. Rev /07 (Public Works RFQ - BAVN) Board of Public Works Meeting - December 19, PAGE 45

46 TRANSMITTAL 3 CITY OF LOS ANGELES/DEPARTMENT OF PUBLIC WORKS/BUREAU OF SANITATION ON-CALL CONSULTANT SERVICES CONTRACT NO. C TASK AGREEMENT FORM {TAF) CAROLLO ENGINEERS INC (PRIME CONSULTANT) TOS SN-39 Amendment #1: Specialized and Expert Services for Proposition 0 Projects Optimization Budget: $546,415 Revised Budget: $ LASAN TOS SN-39 Manager. Consultant TOS SN-39 Manager. Notice-to-Proceed (NTP} Date: August NTP Date for Amendment #1: OCI /30/2.0 I 5""" I Wing Tam (213) Tom West (213} A BASIS OF INITIATION OF AMENDMENT #1 The Watershed Protection Division plans to use the services of a consultant or consultant team to continue conducting specialized and expert services for Proposition 0 Projecis Optimization. The consultant will examine as needed physical, chemical, and biological characteristics of the Proposition 0 projects; prepare operations management manuals that will establish proper protocols for long-term sustainability of the completed projects; and provide training to City staff on optimizing the performance of the projects. This TOS SN-39 is a continuation of TOS S60. Upon final invoice absorbed on additional amount of $40, for TOS S60, as a consequence, we are reducing the budget of this TOS SN-39 by the corresponding amount. B. SCOPE OF WORK Scope of work is the same as original TAF. C. SCHEDULE FOR COMPLETION OF WORK The term of engagement of this TOS is one (1) year effective August 1, 2015 with two (2) two-year renewal options. The revised cost of this TOS is $505,572. D. SUBCONSUL TANTS UTILIZATION Per attached Schedule B - Task Work Order List of Sub-consultants Due to the cost ceiling decreased, the dollar amount for MBEISBE/EBE subconsultant, California Watershed Engineering, also has been decreased. However, its percentage of 21.6% that Carollo pledged is still the same as in original TAF. Consultant shall not change any of these designated sub~nsultants nor shall Consultant reduce their level of effort without prior written approval of the City provided that such approval shall not be unreasonably withheld. E. COST REIMBURSEMENT Hourly Billing Rates for Consultant's and subconsultants' employees are remained the same as in original TAF. Page 1 of2 Board of Public Works Meeting - December 19, PAGE 46

47 F. ADDITIONAL WORK As the project progresses it may become necessary to include additional task into the scope of services. Any such additional task will be negotiated and agreed upon before the seivices can be rendered. G. CONSULTANT PRINCIPAL AND STAFF ASSIGNMENTS The following consultant staff will be assigned to work on this assignment. Consultant may not substitute staff without permission from LASAN Project Manager. Principal-in-Charge/Project Manager: Project Engineer: Pavitra Rammohan Tom West H. SIGNATURES Work perfonned under this TAF is governed by Contract No. C , between the City of Los Angeles and Carollo Engineers Inc. (Consultant}. LASAN Watershed Protection Division and the Consultant agree to the above stated terms of this TAF. The terms of this TAF can only be modified by written agreement of the LASAN Project Manager. LASAN Project Manager: Consultant's Principal-in-charge: LASAN On-Call Contract Manager: oate: '! Jzvj t.5 Date:Sft;;/ r I oate: _l~/zr/tr Distribution: Master Files Consultants Shahram Kharaghani, WPD Wing Tam, WPD Ali Poosti, WESD Abdulsamad Danishwar, WESD Scott Hare, WESD Thu-Van Ho, WESD Judy Figueroa, WESD Qiang (Mike) Yu, CCU Page 2 of2 Board of Public Works Meeting - December 19, PAGE 47

48 Amendment #1 SCHEDULEB TASK WORK ORDER LIST OF SUBCONSUL T ANTS (NOTE: COPY THIS PAGE AND ADD ADDITIONAL SHEETS AS NECESSARY, SIGN ALL SHEETS) Project Title Pro osition 0 Pro' ects Optimization Work Order Number TOS SN-39 Contractor Address 707 Wilshire Boulevard, Suite 3920 Carollo Engineers Los Angeles, CA Contact Person Phone/Fax Pavitra Rammohan LIST OF ALL SUBCONSULTANTS (SERVICE PROVIDERS/SUPPLIERS/ETC.) NAME, ADDRESS, TELEPHONE NO. OF DESCRIPTION OF MBEIWBE/ CAL TRANS/ DOLLAR VALUE SUBCONSULTANT WORK OR SUPPLY SBEIEBE/ CITY/MTA OF DVBE/OBE CERT.NO. SUBCONTRACT California Watershed Engineering (CWE) Optimization MBE/SBE/ - $109,192 Monitoring EBE Pond Company Park I OBE - $110,188 PSOMAS Design Review OBE - $7,301 Support Geosyntec Project Optimization OBE - $71,027 CH2M HILL Project Optimization OBE - $80,048 PERCENTAGE OF MBE/WBE/SBEIEBE/DVBE/OBE PARTICIPATION DOLLARS PERCENT * TOTAL MBE AMOUNT $ 109, % ~V -~ ~~ \("""',j'~ C-- Signature of Person Completing tbis Form TOTAL WBE AMOUNT $ % Pavitra Rammohan * TOTAL SBE AMOUNT $ % Printed Name of Person Completing this Form * TOTAL EBE AMOUNT $ 109, % TOTAL DVBE AMOUNT $ % Lead Engineer 9/17/2015 TOTAL OBE AMOUNT $ 268, % Title Date BASE BID AMOUNT s 505,571 MUST BE SUBMITTED PRIOR TO THE ISSUANCE OF THE NOTICE TO PROCEED * NOTE: The same firm (CWE ) qualifier for MBE/SBE/EBE. Rev. 10/17/07 (Public Works RFQ- BA VN) Board of Public Works Meeting - December 19, PAGE 48

49 AGENDA ITEM (4) BPW CD All TASK FOR SOLICITATION AMENDMENT NO. 1 FOR SN-2 - TETRA TECH, INC. BROWN AND CALDWELL, AND CDM SMITH, INC. Recommending the Board: AUTHORIZE the Director of the Bureau of Sanitation or his designee to issue Amendment No. 1 to the existing Task Order Solicitation (TOS) SN-2, increasing the total budget authority from $4,000,000 to $8,000,000, to provide technical sewer planning support services, as follows: 1. Tetra Tech, Inc. - TOS SN-2A - Sewer Planning and Technical Support Services, in an amount not to exceed $2,600,000; 2. Brown and Caldwell - TOS SN-2B- Public Outreach and Geographical Information System Enterprise Support, in an amount not to exceed $2,800,000; 3. COM Smith, Inc. - TOS SN-2C - Sewer Condition Assessment, in an amount not to exceed $2,600,000. Approval would exercise two of the one-year renewal options for an aggregate contract term of 4 years. (W.O. NO. SZW00033 & SZW00034, C , C , C ) Board of Public Works Meeting - December 19, PAGE 49

50 AGENDA ITEM (5) BPW CD All QUARTERLY ACCEPTANCE REPORT - EMERGENCY SEWER/STORM DRAIN REPAIR Recommending the Board: ACCEPT the 63 sewer and 9 storm drain projects of the Emergency Sewer and Storm Drain Repair Program as indicated in the attached Project Summaries Tables. (Ref JT #1 BCA BOE ) ATTACHMENTS: Description BPW Tr 1 BPW Tr 2 BPW Tr 3 Board of Public Works Meeting - December 19, PAGE 50

51 '' PolA e.,'' TRANSMITTAL NO.1 DEPARTMENT OF PUBLIC WORKS. RIIBJ;:AII QE CONTRACT ADMINISTRATION BUREAU OF ENGINEERING JOINT REPORT NO. I April 2, 2014 ADOPTtU dy 1 Hl: BOARLI PUBLIC WORKS OF THE CITY of Los Angeles California APR C.D. Nos. All Honorable Board of Public Works ADOPT THE STANDARDIZED CONTRACT ACCEPI'ANCE POLICY FOR THE EMERGENCY SEWER AND STORM DRAIN REPAIR CONTRACTS RECOMMENDATIONS 1. Adopt the Standardized Contract Acceptance Policy for the Emergency Sewer and Storm Drain Repairs Contracts to be consistent with current procedures for similar contracts. 2. Direct the Bureau of Contract Administration to report to the Board of Public Works on the status of completed Emergency Sewer and Storm Drain Repair Projects on a quarterly basis. effective upon adoption of this B9ard Report. TRANSMITTAL 1. Sample reporting form for quarterly report to the Board of Public Works. DISCUSSION The Board of Public Works (BPW} has established 5-year construction contracts with prequalified contractors to make necessary and expeditious repairs to damaged sewers and storm drains throughout the City. The Bureau of Engineering (BOE) manages the contracts for Emergency Sewer and Storm Drain Repairs and issues Construction Orders to the contractors to perform emergency work on an as-required basis using a rotational Emergency On-Call Contractor List. For these contracts. the current procedure is for the Bureau of Contract Administration (BCA) to prepare and submit to the BPW a separate Project Acceptance Board Report for each completed Construction Order. This procedure is not consistent with the current standard procedure utilized by other similar specialty contracts; such as the SEWERS and CiSCo Contracts. At the expiration of the SEWERS and CiSCo contracts. the BCAIBOE submit a Summary Contract Acceptance Report to the BPW for their acceptance of the projects completed during the term of the contract(s). Similar to the SEWERS and CiSCo Contract project work. the majority of emergency projects consist of traffic control, sewage bypassing, excavation, shoring, removal and replacement of damaged sewer or stonn drain pipes, reconstruction of damaged or failed wastewater or storm Board of Public Works Meeting - December 19, PAGE 51

1. Declare Leed Electric, Inc. (Leed), first low bidder, to be non-responsive, as discussed in this report.

1. Declare Leed Electric, Inc. (Leed), first low bidder, to be non-responsive, as discussed in this report. Joint Report No. 3 CD No. 6 REQUEST TO AWARD A CONTRACT FOR THE DONALD C. TILLMAN WATER RECLAMATION PLANT (DCTWRP) CHLORINE CONTACT TANK GATE ACTUATORS (CIP 6210) (REBID) - WORK ORDER NO. SZD11277 RECOMMENDATIONS

More information

City of Los Angeles BOARD OF PUBLIC WORKS. Wednesday, August 18, 2010

City of Los Angeles BOARD OF PUBLIC WORKS. Wednesday, August 18, 2010 City of Los Angeles BOARD OF PUBLIC WORKS Wednesday, August 18, 2010 9:30 a.m. - Edward R. Roybal BPW Session Room Room 350 City Hall 200 North Spring Street Los Angeles, California 90012 Members: Cynthia

More information

AGENDA BOARD OF PUBLIC WORKS MONDAY, AUGUST 7, :00 AM

AGENDA BOARD OF PUBLIC WORKS MONDAY, AUGUST 7, :00 AM AGENDA BOARD OF PUBLIC WORKS MONDAY, AUGUST 7, 2017 10:00 AM Edward R. Roybal BPW Session Room Room 350 City Hall 200 North Spring Street Los Angeles, California 90012 Members: Kevin James, President Heather

More information

1. Authorize the City Engineer to issue and advertise the transmitted RFQ to wastewater and environmental engineering consultants (Transmittal No. 1).

1. Authorize the City Engineer to issue and advertise the transmitted RFQ to wastewater and environmental engineering consultants (Transmittal No. 1). Joint Report No. 3 CD Nos. All REQUEST FOR AUTHORITY TO ISSUE A REQUEST FOR QUALIFICATIONS (RFQ) AND NEGOTIATE PERSONAL SERVICES CONTRACTS FOR ON-CALL WASTEWATER AND ENVIRONMENTAL ENGINEERING CONSULTANTS

More information

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

City of Los Angeles Department of Public Works Bureau of Sanitation. On-Call Consultant Services Contract City of Los Angeles Department of Public Works Bureau of Sanitation On-Call Consultant Services Contract Task Order Solicitation (TOS) SN-87 For Brownfields Program Support Services October 2017 1. Introduction

More information

City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract

City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract City of Los Angeles Department of Public Works Bureau of Sanitation (LASAN) On-call Consultant Services Contract Task Order Solicitation (TOS) SN-93 for Concept Report Revisions for Three Downtown and

More information

miom ENT CN NEXT 0 PE POSTED MOTION

miom ENT CN NEXT 0 PE POSTED MOTION ' ft. r : t ENT CN NEXT 0 PE POSTED MOTION Up to $2,000,000 has been made available by the U.S. Department of the Interior, Bureau of Reclamation in total funding under the Water SMART: Water Recycling

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF SANTA ANA REQUEST FOR PROPOSALS RELOCATION OF TWO RESIDENTIAL STRUCTURES PROPOSALS DUE: Monday, May 9, 2011 at 11:00 AM 1. INTRODUCTION REQUEST FOR PROPOSALS

More information

Title SANTEE COURT PARKING FACILITY PROJECT / 636 MAPLE AVENUE INTER-MODAL PARKING STRUCTURE

Title SANTEE COURT PARKING FACILITY PROJECT / 636 MAPLE AVENUE INTER-MODAL PARKING STRUCTURE ***************************************************************************** Office of the City Clerk, City of Los Angeles This report was generated by the Council File Management System on 07/07/2018

More information

FOR PROFESSIONAL DESIGN SERVICES

FOR PROFESSIONAL DESIGN SERVICES SEDA-Council of Governments REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES TOWN OF BLOOMSBURG COLUMBIA COUNTY, PENNSYLVANIA COMMUNITY DEVELOPMENT BLOCK GRANT ACTIVITIES AND CDBG-DISASTER RECOVERY

More information

NEBRASKA ENVIRONMENTAL TRUST BOARD RULES AND REGULATIONS GOVERNING ACTIVITIES OF THE NEBRASKA ENVIRONMENTAL TRUST

NEBRASKA ENVIRONMENTAL TRUST BOARD RULES AND REGULATIONS GOVERNING ACTIVITIES OF THE NEBRASKA ENVIRONMENTAL TRUST NEBRASKA ENVIRONMENTAL TRUST BOARD TITLE 137 RULES AND REGULATIONS GOVERNING ACTIVITIES OF THE NEBRASKA ENVIRONMENTAL TRUST February 2005 1 TITLE 137 RULES AND REGULATIONS GOVERNING ACTIVITIES OF THE NEBRASKA

More information

PRE-PROPOSAL CONFERENCE

PRE-PROPOSAL CONFERENCE PRE-PROPOSAL CONFERENCE RFP No. LRT-12-180-TPOT POTHOLING SERVICES FOR TEMPE STREETCAR PROJECT December 1, 2011 Agenda Introductions / Opening Remarks Loralei Poll Project Overview / Scope Roy Alvarado

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL September 16, 2009 REQUEST FOR PROPOSAL CONSULTING SERVICES FOR THE ESTABLISHMENT OF STORMWATER UTILITY Sealed proposals will be received in the Purchasing Division on Friday, November 6, 2009 prior to

More information

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

MICHAEL N. FEUER CITY ATTORNEY REPORT RE: MICHAEL N. FEUER CITY ATTORNEY REPORT RE: R13-0351 REPORTNO.~~ ~ DEC 0 9 2013 DRAFT ORDINANCE FOR THE HAIWEE POWER PLANT PENSTOCK REPLACEMENT PROJECT REQUESTING THE LOS ANGELES CITY COUNCIL TO ESTABLISH

More information

Request for Qualifications (RFQ) Environmental and Permitting Services

Request for Qualifications (RFQ) Environmental and Permitting Services Request for Qualifications (RFQ) Environmental and Permitting Services Responses Due: City of Banning Public Works Department 99 E. Ramsey Street Banning, CA 92220 (951) 922-3130 May, 2015 05/19/15 i TABLE

More information

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO DEVELOP AN INTEGRATED REGIONAL WATER MANAGEMENT PLAN UNDER THE DIRECTION OF THE NORTHERN SACRAMENTO VALLEY INTEGRATED

More information

SECTION II. Collection and Analysis of Metro Contract Data

SECTION II. Collection and Analysis of Metro Contract Data SECTION II. Collection and Analysis of Metro Contract Data Section II describes the procurement areas and the relevant geographic market area defined for the Metro disparity study. BBC also identifies

More information

MEMORANDUM. July 7, 2016

MEMORANDUM. July 7, 2016 MEMORANDUM July 7, 2016 TO: FROM: MEMBERS, PORT COMMISSION Hon. Willie Adams, President Hon. Kimberly Brandon, Vice President Hon. Leslie Katz Hon. Eleni Kounalakis Hon. Doreen Woo Ho Elaine Forbes Interim

More information

CONTRACT FOR THE PROVISION OF MUNICIPAL ENGINEERING CONSULTING SERVICES TO THE CITY OF AVON, OHIO

CONTRACT FOR THE PROVISION OF MUNICIPAL ENGINEERING CONSULTING SERVICES TO THE CITY OF AVON, OHIO Exhibit A to Ordinance No. 42-15 () CONTRACT FOR THE PROVISION OF MUNICIPAL ENGINEERING CONSULTING SERVICES TO THE CITY OF AVON, OHIO This agreement is set between the City of Avon and Chagrin Valley Engineering,

More information

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

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

More information

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

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

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: ENV AMERICA INCORPORATED ASBESTOS AND LEAD MANAGEMENT CONSULTANT

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: ENV AMERICA INCORPORATED ASBESTOS AND LEAD MANAGEMENT CONSULTANT Lv\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: MARCH 26, 2009 FROM: CONSTRUCTION DIVISION SUMMARY: This Agreement provides for an on-call asbestosllead

More information

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement Request for Qualifications for Page 1 of 8 REQUEST FOR QUALIFICATIONS FOR For the RFQ Submittal Deadline: October 17, 2017 at 3:00 PM 1.1 INTRODUCTION: The is soliciting Statements of Qualifications (SOQ)

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

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD

PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD PUBLIC NOTICE MARYLAND DEPARTMENT OF TRANSPORTATION NOTICE TO ARCHITECTS & ENGINEERS TRANSPORTATION PROFESSIONAL SERVICES SELECTION BOARD REQUEST FOR PROFESSIONAL SERVICES The Secretary of the Maryland

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

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY January 28, 2003 TABLE OF

More information

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF PURPLE LINE EXTENSION PROJECT BY LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY Project No. 16-34 CITY

More information

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING To all Potential Respondents: CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) ON-CALL WASTEWATER AND ENVIRONMENTAL ENGINEERING CONSULTANTS LIST VARIOUS

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

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project

Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project Request for Proposals To Provide Engineering Services for the Wastewater Treatment Facility Improvements Project City of Dixon City Engineer/ Public Works Department December 2013 The City of Dixon (CITY)

More information

REQUEST FOR PROPOSAL (RFP) SOAP MINE ROAD GROUNDWATER CLEAN-UP DESIGN BUILD PROJECT. RFP RELEASE DATE January 17, 2014

REQUEST FOR PROPOSAL (RFP) SOAP MINE ROAD GROUNDWATER CLEAN-UP DESIGN BUILD PROJECT. RFP RELEASE DATE January 17, 2014 REQUEST FOR PROPOSAL (RFP) FOR SOAP MINE ROAD GROUNDWATER CLEAN-UP DESIGN BUILD PROJECT RFP RELEASE DATE January 17, 2014 PROPOSALS DUE February 12, 2014 @ 12 p.m. DIRECT QUESTIONS TO Kody Tompkins Chief

More information

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17 Introduction: This Request for Proposals (RFP) solicitation is to provide to

More information

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE EFFECTIVE JUNE 27, 2016 Department of Public Works Bureau of Contract Administration Office of Contract Compliance

More information

Board of Supervisors' Agenda Items

Board of Supervisors' Agenda Items A. Roll Call COUNTY OF SAN DIEGO BOARD OF SUPERVISORS REGULAR MEETING MEETING AGENDA WEDNESDAY, MARCH 16, 2016, 9:00 A.M. BOARD OF SUPERVISORS NORTH CHAMBER 1600 PACIFIC HIGHWAY, ROOM 310, SAN DIEGO, CALIFORNIA

More information

Big Sky Economic Development Authority Brownfields Project

Big Sky Economic Development Authority Brownfields Project 1.0 Introduction Big Sky Economic Development Authority Brownfields Project Request for Proposal The Big Sky Economic Development Authority (BSEDA/Big Sky EDA), is soliciting responses for conducting public

More information

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements

Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Okeechobee Utility Authority Engineering Services for Water Treatment Plant Improvements Request for Qualifications/Proposals PART 1 1.1 PURPOSE The Okeechobee Utility Authority is requesting respondents

More information

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING March 30, 2018 Issued by: X Rob Livick, PE/PLS Public Works Director/City Engineer City

More information

PROSPECTIVE FIRMS. Dear Sir/Madame:

PROSPECTIVE FIRMS. Dear Sir/Madame: TO: PROSPECTIVE FIRMS Subject: Request for Proposal (RFP) for Technical and Cost Proposals to Operate WiFi District(s) for the Community Redevelopment Agency of the City of Los Angeles Dear Sir/Madame:

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

TRANSMITTAL THE COUNCIL THE MAYOR TRANSMITTED FOR YOUR CONSIDERATION. PLEASE SEE ATTACHED. ERIC GARCETTI Mayor. To: Date: 03/16/2016.

TRANSMITTAL THE COUNCIL THE MAYOR TRANSMITTED FOR YOUR CONSIDERATION. PLEASE SEE ATTACHED. ERIC GARCETTI Mayor. To: Date: 03/16/2016. TRANSMITTAL To: Date: 03/16/2016 THE COUNCIL From: THE MAYOR TRANSMITTED FOR YOUR CONSIDERATION. PLEASE SEE ATTACHED. (Ana Guerrero) ERIC GARCETTI Mayor rs %&ft P r Los Angeles HOUSING + COMM UNITY Investment

More information

Note to all City Departments

Note to all City Departments Note to all City Departments Request for Proposal (RFP) This boilerplate should be used on RFP projects. These projects seek proposals from firms that can perform a specific type of service with a defined

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

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE 2/11/2016 2/29 3/2/2016: Y MV Approved by: Reviewed by: ipt.04 Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS CS r 5 CA/ `- /I 6 C,, - Samson Mengistu, Chief/Operating Officer

More information

City of Malibu Request for Proposal

City of Malibu Request for Proposal Request for Proposal North Santa Monica Bay Coastal Watersheds Monitoring Services Date Issued: April 26, 2016 Date Due: May 17, 2016, 4:00 P.M. The Qualifications Proposal and Cost Proposal must be submitted

More information

SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN

SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN SCDOT MINORITY BUSINESS ENTERPRISE UTILIZATION PLAN 2016-2017 INTRODUCTION ON JULY 8, 1981, GOVERNOR RICHARD W. RILEY APPROVED THE SOUTH CAROLINA CONSOLIDATED PROCUREMENT CODE THAT PERTAINS TO PROCUREMENT

More information

SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT NOVEMBER 2012

SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT NOVEMBER 2012 SIXTH STREET VIADUCT REPLACEMENT PROJECT MONTHLY EXECUTIVE MEETING REPORT NOVEMBER 2012 Sixth Street Viaduct Replacement Project Monthly Executive Meeting Report November 2012 TABLE OF CONTENTS Project

More information

SAN FRANCISCO NONPROFIT SPACE STABLIZATION PROGRAM FINANCIAL ASSISTANCE PROGRAM GUIDELINES Amended January 2018

SAN FRANCISCO NONPROFIT SPACE STABLIZATION PROGRAM FINANCIAL ASSISTANCE PROGRAM GUIDELINES Amended January 2018 The Northern California Community Loan Fund (NCCLF) announces the availability of technical and financial assistance to stabilize the real estate of San Francisco nonprofits. Applications must be received

More information

REQUEST FOR PROPOSALDevelopment of a Local

REQUEST FOR PROPOSALDevelopment of a Local 2012 REQUEST FOR PROPOSALDevelopment of a Local Limits Study Terry Hagen, Director of Public Works City of El Centro 307 West Brighton Avenue El Centro, CA 92243 (760) 337-4505 Request for Proposals Development

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

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals (RFP) Architectural and Engineering Services Block and Lot No. 233-A-119 Block and Lot No. 233-A-122 Block and Lot No. 233-A-125 Block and Lot No. 233-A-126 Block and Lot No. 233-A-128

More information

GFE HELPFUL HINTS (FOR DEPARTMENT OF PUBLIC WORKS CONSTRUCTION PROJECTS)

GFE HELPFUL HINTS (FOR DEPARTMENT OF PUBLIC WORKS CONSTRUCTION PROJECTS) Nothing set forth in this guide supersedes the information stated in the project bid specifications. GFE HELPFUL HINTS (FOR DEPARTMENT OF PUBLIC WORKS CONSTRUCTION PROJECTS) Summary of Deadlines for Date

More information

REQUEST FOR PROPOSAL City of Middletown, Middletown, CT. RFP # DECD Brownfield Assessment Program

REQUEST FOR PROPOSAL City of Middletown, Middletown, CT. RFP # DECD Brownfield Assessment Program REQUEST FOR PROPOSAL City of Middletown, Middletown, CT Proposal Documents, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut 06457, will

More information

Qualifications due May 30, 2018 by 4:00 PM

Qualifications due May 30, 2018 by 4:00 PM PUR931 REQUEST FOR QUALIFICATION STATEMENTS (RFQ) FOR AN INITIAL ENVIRONMENTAL WORK PLAN ROCK HILL ECONOMIC DEVELOPMENT CORPORATION (RHEDC), ROCK HILL, SOUTH CAROLINA Qualifications due May 30, 2018 by

More information

Good Faith Effort HELPFUL HINTS

Good Faith Effort HELPFUL HINTS The City of Los Angeles implemented its own Minority Business Enterprise (MBE)/ Women Business Enterprise (WBE) /Other Business Enterprise (OBE) Subcontractor Outreach Program, Good Faith Effort, through

More information

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M. Request for Qualifications B13.018 Hazardous Material Surveying, Testing and On-Site Observation Firms RFQ Due Date: October 1, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development

More information

1. Welcome and Call to Order a. Presentation of Colors by Newton Station Cadet Color Guard. 2. Public Official Reports a. CD 15 b. Port c.

1. Welcome and Call to Order a. Presentation of Colors by Newton Station Cadet Color Guard. 2. Public Official Reports a. CD 15 b. Port c. Northwest San Pedro Neighborhood Council Board & Stakeholder Meeting September 8, 2014 Peck Park - Community Room 560 N. Western Ave. San Pedro, CA 90731 5:30 6:00 Informal Discussion & Food; 6:00-8:45

More information

County Transportation Infrastructure Fund Grant Program Implementation Procedures

County Transportation Infrastructure Fund Grant Program Implementation Procedures County Transportation Infrastructure Fund Grant Program Implementation Procedures April 1, 2014 POST-AWARD AGREEMENT AND IMPLEMENTATION PROCEDURES County Transportation Infrastructure Fund Grant Program

More information

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014

Guidance for Locally Administered Projects. Funded Through the NJDOT/MPO Program Funds Exchange. August 27, Revised September 15, 2014 1 Guidance for Locally Administered Projects Funded Through the NJDOT/MPO Program Funds Exchange August 27, 2013 Revised September 15, 2014 This document establishes guidelines for administering the program

More information

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017 SUMMARY The City of Iowa City, Iowa is soliciting proposals from interested consultants to

More information

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. WEB-BASED CONSTRUCTION PROJECT MANAGEMENT SYSTEM

SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. WEB-BASED CONSTRUCTION PROJECT MANAGEMENT SYSTEM THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: AUGUST 2, 2017 FROM: CONSTRUCTION SUBJECT: RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: PMWEB, INC. SUMMARY:

More information

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due:

Request for Qualifications. On-Call Landscape Architectural Services. In the City of Dublin, Alameda County. Responses Due: Request for Qualifications On-Call Landscape Architectural Services In the City of Dublin, Alameda County Responses Due: 12:00 Noon, WEDNESDAY, SEPTEMBER 30, 2015 City of Dublin Public Works Department

More information

AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SOUTH EXTENSION AND BACKLANDDEVELOPMENT SPECIFICATION NO.

AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION, INC. BERTH 100 WHARF SOUTH EXTENSION AND BACKLANDDEVELOPMENT SPECIFICATION NO. THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners MAY 10,2012 FROM: SUBJECT: CONSTRUCTION RESOLUTION NO. AWARD OF CONSTRUCTION CONTRACT CONTRACTOR: REYES CONSTRUCTION,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Title Inspectability of Piping at Valdez Marine Terminal LRFP Number 5590.14.01 Project Manager Tom Kuckertz Submittal Deadline January 15, 2014 Award Announcement January 31, 2014

More information

AUSTIN INDEPENDENT SCHOOL DISTRICT

AUSTIN INDEPENDENT SCHOOL DISTRICT Historically Underutilized Business (HUB) Program Professional Services Compliance Guidelines Project Number: 18RFQ060 Project Name: Bond Program Management Full or Phase 1 Modernization Projects Advertisement/Solicitation

More information

SAN FRANCISCO AIRPORT COMMISSION MINUTES

SAN FRANCISCO AIRPORT COMMISSION MINUTES SAN FRANCISCO AIRPORT COMMISSION MINUTES July 21, 2015 9:00 A.M. Room 400 - City Hall #1 Dr. Carlton B. Goodlett Place (400 Van Ness Avenue) City and County of San Francisco EDWIN M. LEE, MAYOR COMMISSIONERS

More information

CITY OF LA VERNE CITY COUNCIL AGENDA. Tuesday, February 20, :30 p.m. City Hall Council Chambers 3660 D Street, La Verne, CA 91750

CITY OF LA VERNE CITY COUNCIL AGENDA. Tuesday, February 20, :30 p.m. City Hall Council Chambers 3660 D Street, La Verne, CA 91750 CITY OF LA VERNE CITY COUNCIL AGENDA Don Kendrick, Mayor Tim Hepburn, Mayor Pro Tem Robin Carder, Council Member Charlie Rosales, Council Member Muir Davis, Council Member www.cityoflaverne.org (909) 596-8726

More information

Company Profile Phillips & Jordan, Inc. Key Markets

Company Profile Phillips & Jordan, Inc. Key Markets Company Profile Phillips & Jordan, Inc. Key Markets Oil & Gas Power Water Resources Industrial & Commercial Solid Waste (Green Group Holdings) Disaster Management 1 APWA-NC Solid Waste Division Annual

More information

Knights Ferry Elementary School District

Knights Ferry Elementary School District Knights Ferry Elementary School District REQUEST FOR PROPOSAL FOR THE IMPLEMENTATION OF ENERGY EFFICIENCY MEASURES FUNDED BY THE CLEAN ENERGY JOBS ACT - PROPOSITION 39 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE

More information

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M.

Request for Qualifications B Geotechnical Investigations / Professional Services Firms. RFQ Due Date: October 8, :00 P.M. Request for Qualifications B13.017 Geotechnical Investigations / Professional Services Firms RFQ Due Date: October 8, 2013 2:00 P.M. Mr. Dale Switzer Senior Director of Facilities Planning, Development

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

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY NOTICE IS HEREBY GIVEN that the CITY OF LOMPOC (hereinafter "CITY") is seeking proposals for a DEVELOPMENT IMPACT FEE UPDATE STUDY

More information

M/WBE PROGRAM OVERVIEW

M/WBE PROGRAM OVERVIEW M/WBE PROGRAM OVERVIEW Notable Diversity Highlights MINORITY BUSINESS ENTERPRISE EXECUTIVE OFFICES ORLANDO CITY HALL 400 SOUTH ORANGE AVENUE PO BOX 4990 ORLANDO, FL 32802-4990 P 407.246.2623 F 407.246.2878

More information

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302

LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302 LAS VIRGENES MUNICIPAL WATER DISTRICT 4232 Las Virgenes Road, Calabasas, California 91302 REQUEST FOR QUALIFICATIONS For Information Systems Security Assessment Services Proposal Issue Date 1/11/20016

More information

anew York City Transit (NYCT)

anew York City Transit (NYCT) anew York City Transit (NYCT) DATE: January 26, 2017 CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING: SSE #: 0000149805

More information

City of Culver City. Staff Report

City of Culver City. Staff Report City of Culver City City Hall 9770 Culver Blvd. Culver City, CA 90232 (310) 253-5851 Staff Report File #: 18-0499, Version: 1 CC - Approval of Professional Services Agreement with Tetra Tech for the Design

More information

City of Miami Department of Capital Improvement Program

City of Miami Department of Capital Improvement Program City of Miami Department of Capital Improvement Program Instructions and Procedures for Completing a Consultant Work Order Proposal Overview Consultants currently under contract with the City of Miami

More information

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS

Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT. Business and Noninstructional Operations FEDERAL GRANT FUNDS Administrative Regulation SANGER UNIFIED SCHOOL DISTRICT AR 3230(a) Business and Noninstructional Operations FEDERAL GRANT FUNDS Allowable Costs Prior to obligating or spending any federal grant funds,

More information

Housing Rehabilitation Program Administration

Housing Rehabilitation Program Administration February 3, 2016 REQUEST FOR PROPOSALS for Housing Rehabilitation Program Administration Thank you for considering the attached Request for Proposals (RFP). If you are interested in submitting a Proposal,

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

Date SUBJECT: REQUEST FOR PROPOSAL FOR DEVELOPMENT OF THE WILMINGTON OIL FIELD. Dear Vendor:

Date SUBJECT: REQUEST FOR PROPOSAL FOR DEVELOPMENT OF THE WILMINGTON OIL FIELD. Dear Vendor: Date SUBJECT: REQUEST FOR PROPOSAL FOR DEVELOPMENT OF THE WILMINGTON OIL FIELD Dear Vendor: The Port of Los Angeles, America s Port and the premier gateway for international commerce, is located in San

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL 1 REQUEST FOR PROPOSAL FOR 3 rd Party Ambulance Billing Services PROPOSAL NO. FY2013/004 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT WA 99040

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by: REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) City Project No. PW1517 Federal Project No. CML-5008(150) Issued by: City of Stockton

More information

Uniform Bid Process and Contractor Relations

Uniform Bid Process and Contractor Relations 1. Contractors Registration Act 2. Small Business Bidder 3. Bid-Package Review Checklists and Other Required Bid Documents 4. Bidding Procedures 4.1 Posting 4.2 Bid Opening Procedures 4.3 Sole Bidder 5.

More information

Notice to Bidders Page 1 of 5

Notice to Bidders Page 1 of 5 Page 1 of 5 -WELL ANODES ON THE PACHECO CONDUIT PROJECT Project No. 91214010 Contract No. C0623 1. Notice. Notice is hereby given that sealed Proposals will be accepted by the Construction Program of the

More information

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods

More information

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project

Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project Brazoria Drainage District No. 4 Request for Qualifications (RFQ) For Engineering Design Services for the Mykawa Drainage Improvement Project Brazoria Drainage District No. 4 is requesting Statements of

More information

Mid-Coast Corridor Transit Project Construction Bench Open House November 9, 2016

Mid-Coast Corridor Transit Project Construction Bench Open House November 9, 2016 Mid-Coast Corridor Transit Project Construction Bench Open House November 9, 2016 MID-COAST TRANSIT CONSTRUCTORS Clayton Gilliland, MCTC, Project Manager WELCOME! Mid-Coast Transit Constructors Construction

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

Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises

Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises Increasing Diversity in Commonwealth Contracting: A Guide for Commonwealth Agencies on Contracting with Minority and Women Business Enterprises TABLE OF CONTENTS INTRODUCTION 1 MBE/WBE PROGRAM RESPONSIBILITIES

More information

SAN FRANCISCO NONPROFIT SPACE STABLIZATION PROGRAM FINANCIAL ASSISTANCE PROGRAM GUIDELINES February 2017

SAN FRANCISCO NONPROFIT SPACE STABLIZATION PROGRAM FINANCIAL ASSISTANCE PROGRAM GUIDELINES February 2017 The Northern California Community Loan Fund (NCCLF) announces the availability of technical and financial assistance to stabilize the real estate of San Francisco nonprofits. Applications must be received

More information

SEQUOIA UNION HIGH SCHOOL DISTRICT BACKGROUND INFORMATION FOR AGENDA ITEMS FOR 7/22/15, BOARD MEETING

SEQUOIA UNION HIGH SCHOOL DISTRICT BACKGROUND INFORMATION FOR AGENDA ITEMS FOR 7/22/15, BOARD MEETING SEQUOIA UNION HIGH SCHOOL DISTRICT BACKGROUND INFORMATION FOR AGENDA ITEMS FOR 7/22/15, BOARD MEETING 1. CALL TO ORDER Anyone wishing to address the Board on closed session matters may do so at this time.

More information

SCHOOL BOARD ACTION REPORT

SCHOOL BOARD ACTION REPORT SCHOOL BOARD ACTION REPORT DATE: October 25, 2017 FROM: Executive Committee of the School Board For Introduction: November 15, 2017 For Action: November 15, 2017 1. TITLE Approval of a contract for an

More information

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15 EXHIBIT A SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES Revised 3/10/15 TABLE OF CONTENTS 1.0 PURPOSE... 3 2.0 PROJECT APPROACH... 3 3.0 SCOPE... 5 4.0 LENGTH OF SERVICE... 6 5.0 PERFORMANCE OF THE

More information

CUYAHOGA COUNTY OF OHIO

CUYAHOGA COUNTY OF OHIO Cuyahoga County Together We Thrive Office of Procurement and Diversity CUYAHOGA COUNTY OF OHIO Office of Procurement and Diversity QUICK CERTIFY APPLICATION SMALL BUSINESS ENTERPRISE (SBE) MINORITY BUSINESS

More information

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS PIMA ASSOCIATION OF GOVERNMENTS 2014-2016 TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS Proposals may be obtained by contacting: Pima Association of Governments 1 E. Broadway Blvd, Ste.401 Tucson, AZ 85701

More information

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY Police Department CITY OF LA PALMA Released on November 27, 2013 Police Operations Study REQUEST FOR PROPOSAL ( RFP ) 1. BACKGROUND The City of La Palma

More information

An ordinance authorizing the employment of personnel in the Bureau of Sanitation of the City of Los Angeles.

An ordinance authorizing the employment of personnel in the Bureau of Sanitation of the City of Los Angeles. ORDINANCE NO. 133391 SANITATION 2014-15 An ordinance authorizing the employment of personnel in the Bureau of Sanitation of the City of Los Angeles. THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

More information

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m. City of Dade City Potable Water, Reclaimed & Wastewater Systems RFQ for Professional Services REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA CLOSING

More information