Authorize the Chief Executive Officer to award and execute the following contracts for the Eastside Phase I1 Transit Corridor Project:

Similar documents
3. Award and execute contract modifications for up to $1,200,000.

Met r 0 Met"'fKK'ibn Transportation Authority

One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA

LANDSCAPE AND IRRIGATION MAINTENANCE SERVICES SYSTEMWIDE (EXCLUDING METRO ORANGE LINE)

SUBJECT: REGIONAL RAlL PLANNING AND ENGINEERING BENCH AND REGIONAL RAlL UPDATE. INITIATE PROCESS TO ESTABLISH A REGIONAL RAlL BENCH

SECTION II. Collection and Analysis of Metro Contract Data

Long Range Transportation Plan

Appendix H Invitation Letters

Metro. Board Report. File #: , File Type:Informational Report

CALIFORNIA HIGH-SPEED RAIL DIANA GOMEZ

Annual Report on Funding Recommendations

Metropolitan Transportation Authority One Gateway Plaza z13.gzz.zo~-.,. Los Angeles, CA g0012-2g52 rnetro.net

Medium-Size Business Enterprise Program (MBEP) Public Comment Response

Metro REVISED PLANNING AND PROGRAMMING COMMITTEE JUNE 18, 2014

VTA s Capital Projects Program & BART Phase II Procurement Opportunities. VTA s Procurement Fair and Workshop. November 1, 2016

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

Public-Private Partnership Program May 2015 Transit Coalition Update

Exposition Light Rail Transit Project

Santa Clara Valley Transportation Authority Disadvantaged Business Enterprise (DBE) Program

REPORT TO THE DULLES CORRIDOR COMMITTEE RECOMMENDATION TO AWARD A CONTRACT FOR CLAIMS CONSULTING SERVICES FOR THE DULLES CORRIDOR METRORAIL PROJECT

Fixing America s Surface Transportation Act: FAST Act Implications for the Region

TRANSIT JOINT POWERS AUTHORITY FOR MERCED COUNTY

PLANNING AND PROGRAMMING COMMITTEE NOVEMBER 5, 2014 CHAVEZ AND SOTO JOINT DEVELOPMENT

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

Unsolicited Proposal Policy FAQs

FISCAL YEAR TRIENNIAL PERFORMANCE REVIEW REPORT RECEIVE AND FILE FISCAL YEAR TRIENNIAL REVIEW REPORT

ATTACHMENT G-1 LOS ANGELES COUNTY REGIONAL ITS ARCHITECTURE CONSISTENCY SELF-CERTIFICATION FORM

MEMORANDUM. July 7, 2016

CRENSHAW/LAX TRANSIT CORRIDOR PROJECT: A New Beginning for the Crenshaw Corridor Through Use of Innovative Procurement Strategies

Los Angeles County One Gateway Plaza z13.gzz.zooo Tel Metropolitan Transportation Authority Los Angeles, CA gooi2-zp52 metro.net

The Division expects to let the following FTA/ USDOT-assisted projects in FFYs :

Solano County Transit (SolTrans) Overall Disadvantaged Business Enterprise (DBE) Goal FFY through FFY

INDEPENDENT AUDITING SERVICES

MULTIMODAL TRANSPORTATION DISTRICT ALTERNATIVES ANALYSIS. Executive Summary

August 9, Re: DBE Program Triennial Goal Concurrence - Recipient ID #1674. Dear Mr. Smith:

APP NVITAT ON LETTERS COOPERATING AGENCY - Agency Categories:

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

REQUEST FOR PROPOSALS FOR THE FEASIBILITIY STUDY

Subject: Request for Proposal Route 99 Interchanges at Hammett Road and Kiernan Avenue

CRENSHAW/LAX PILOT BUSINESS SOLUTION CENTER (BSC} and METRO'S PILOT BUSINESS INTERRUPTION FUND (BIF} MONTHLY REPORT

Lessons Learned for a Transit Public-Private Partnership. Phillip A. Washington, General Manager Regional Transportation District

Small Business Utilization, FY January Legislative Report

In developing the program, as directed by the Board (Attachment A), staff used the following framework:

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

CALL TO ARTISTS Request for Qualifications

A. Amend the FY LACMTA Budget to add $3,000,000 from Measure R 3% Commuter Rail funds for the Rancho Vista Grade Separation Project

MOTION NO. M Preliminary Engineering Consulting Services Contract for the Downtown Redmond Link Extension

SAN IPSE CAPITAL OF SILICON VALLEY ?/2W/(T. Memorandum TO: HONORABLE MAYOR AND CITY COUNCIL. FROM: Kim Walesh Jim Ortbal

Metrolink Budget for FY /Additional Service on the Antelope Valley Line

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

TO: FROM: RECOMMENDATION: BACKGROUND: May 19, Honorable Mayor and City Council. Department of Transportation

Cotton Belt Rail Corridor Innovative Finance Initiative

City of Houston Office of Business Opportunity

Summary of Committee Discussion/Questions Chris Beckwith, Senior Project Manager from the Gold Line Project Office, presented this item.

PUBLIC-PRIVATE PARTNERSHIP PROGRAM, HIGH DESERT CORRIDOR

ORANGE COUNTY TRANSPORTATION AUTHORITY. Agreement for Construction of the Placentia Avenue Railroad Grade Separation Project.

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

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

Metropolitan Washington Airports Authority. Request for Qualifications Information RFQI 1-11-C097

Project Budget and Schedule Status

REQUEST FOR PROPOSALS

CONTRACTING AND PURCHASING

To: From: Subject: Program continues to. Overview. the City of. Background. began the. As part of with both

FISCAL & COMPLIANCE AUDITS

CITY COUNCIL STUDY SESSION MEMORANDUM

Posted: December 28, 2015

ipt BOARD OF AIRPORT COMMISSIONERS REPORT TO THE

DBE/Small Business Workshop. June 12, 2015

Puget Sound Gateway Program

Request for Proposals (RFP) to Provide Auditing Services

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

REQUEST FOR PROPOSALS

Project Deliverable 4.1.3e Individual City Report - City of Pomona

STRATEGIC PLAN: This item supports SCAG S Strategic Plan Goal 3: Enhance the Agency s Long Term Financial Stability and Fiscal Management.

CONSTRUCTION/ARCHITECTURAL & ENGINEERING CONTRACT SOLICITATION NOTICE/PROJECT OVERVIEW

Sandpoint Airport. FY Overall Goal Amendment to the Disadvantaged Business Enterprise (DBE) Program

AIRPORT CONCESSIONS DISADVANTAGED BUSINESS ENTERPRISE (ACDBE) PROGRAM

NDOT Civil Rights DBE Program Small Business Element

REQUEST FOR QUALIFICATIONS

Disadvantaged Business Enterprise (DBE) Program and Goals for LSCOG

Request for Proposal Number #512-11

The information contained in this presentation is for informational purposes only

SUBJECT: RESOLUTION NO. - ZERO EMISSIONS CONTAINER MOVER SYSTEM REQUEST FOR CONCEPTS & SOLUTIONS: COST SHARING AGREEMENT WITH PORT OF LONG BEACH

APPENDIX A SCOPE OF WORK

SUBRECIPIENT CIVIL RIGHTS COMPLIANCE FOR FEDERAL GRANTS

I-225 Light Rail Design/Build/Finance Staff Recommendation. RTD FasTracks Monitoring Committee July 3, 2012

REQUEST FOR PROPOSALS (RFP): COMMERCIAL LEASE BROKER

General Procurement Requirements

Metro. REVISED FINANCE, BUDGET AND AUDIT COMMITTEE May 14, 2014 SUBJECT: FUNDING FOR FARE SUBSIDY PROGRAMS APPROVE RECOMMENDATIONS RECOMMENDATIONS

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

STUDY AND ARCHITECTURAL DESIGN SERVICES

PHILLIP A. WASHINGTON CHIEF EXECUTIVE OFFICER

TRB/AASHTO Environment & Energy Research Conference June 6-9, 2010 Session 47: Lessons Learned from P3 Public Involvement Initiatives

Local Taxes and Highway Tolls: The New Normal

International Right of Way Association Chapter 1 Los Angeles County July 2002 Newsletter

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

Santa Ana Arts and Culture Master Plan

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

METRO GOLD LINE- SOTO STATION JOINT DEVELOPMENT

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Transcription:

@ Metro lob Los Angeles County One Gateway Plaza 213.922 2000 Tt Metropolitan Transportation Authority Los Angeles, CA 90012-2952 rnetro.net PLANNING AND PROGRAMMING COMMIlTEE June 20,2007 SUBJECT: ACTION: EASTSIDE PHASE I1 TRANSIT CORRIDOR AWARD CONTRACT AND AMEND FY08 BUDGET TO PROVIDE FOR AN ALTERNATIVES ANALYSIS CONSISTENT WITH THE FEDERAL TRANSIT ADMINISTRATION NEW STARTS REQUIREMENTS FOR THE EASTSIDE PHASE I1 TRANSIT CORRIDOR PROJECT RECOMMENDATION Authorize the Chief Executive Officer to award and execute the following contracts for the Eastside Phase I1 Transit Corridor Project: A. A firm fixed-price Contract No. PS-4320-2003 to Camp Dresser & McKee/DM JM Harris Joint Venture (CDM/DM JM Harris) to provide professional services in a not to exceed amount of $ 2,203,584 for an Alternative Analysis (M) for the Eastside Phase I1 Transit Corridor Project, with options for environmental clearance; B. A firm fixed-price Contract No. PS-4320-2006 to Arellano Associates to provide professional services in an amount not to exceed $ 358,428 for facilitation of community participation; C. Contract modifications for up to $240,000 to cover the cost of any potentially unforeseen issues that may arise during the above phases; and D. Amend the FY08 Budget in the amount of $1,733,000 and add a total of 1.25 FTE's for the Communications, Construction and Planning Departments. RATIONALE In response to the Board's directive, staff released two Requests for Proposals (RFP): one for the Alternatives Analysis (AA) and one for the project's Public Outreach and Community Participation. The RFP for the M also included several additional options to continue the work, including: a Draft Environmental Impact

StatementIReport (DEISIR); completion of the Final Environmental Impact StatementIReport (FEISIR); and the Federal Transit Administration (FTA) New Starts process. Preliminary Engineering (PE) will be procured under a separate RFP. The Project Study Area is defined (West to East) as between Union Station in Downtown Los Angeles and a point approximately 14 to 16 miles East of the terminus of the Eastside Phase I Light Rail Project (currently under construction) at Pomona and Atlantic in East Los Angeles. The northern edge of the Study Corridor is approximately the 1-10 Freeway; the southern edge is the railroad tracks south of the 1-5 Freeway. The task is to define a cost-effective fmed-guideway project within the Study Corridor connecting with the Phase I Eastside Light Rail Project. FINANCIAL IMPACT Approval of this action will amend the FY08 budget in the amount of $ 1,733,000 in project 400232 (Eastside Phase I1 Transit Corridor Project). This project will be funded from Proposition A Administration Fund balance. Since this is a multi-year project, the cost center manager and Chief Planning Officer will be accountable for budgeting the cost in future years. ALTERNATIVES CONSIDERED Two alternatives were considered: (1) Using Metro staff to conduct the study: This is not viable because Metro does not have sufficient staff to conduct a study of this magnitude; (2) Not authorizing the CEO to award and execute the consultant contract: This is not considered feasible because it would prohibit staff from complying with the Board direction. COSTIPRICE ANALYSIS The final negotiated price complies with all requirements of Metro procurement, including cost analysis, legal review, and audit.

Carol Inge Chief Planning Officer Countywide Planning and Development

BOARD REPORT ATTACHMENT A PROCUREMENT SUMMARY EASTSIDE PHASE I1 TRANSIT CORRIDOR 1. 2. 3. 4. 5. 6. 7. 8. Contract Number: PS4320-2003 Recommended Vendor: Camp Dresser McKeeIDMJM Harris Joint Venture Cost/Price Analysis Information: A. BidRroposed Price: $2,995,440 Recommended Price: $2,203,584 NTE B. Details of Significant Variances are in Attachment A-1.D Contract Type: Firm Fixed Price (FFP) Procurement Dates: A. Issued: 03-06-07 B. Advertised: 03-06-07 C. Pre-proposal Conference: 04-03-07 D. Proposals Due: 04-20-07 E. Pre-Qualification Completed: 06-05-07 F. Conflict of Interest Form Submitted to Ethics: Yes - 05-25-07 Small Business Participation: A. BidProposal Goal: 20% Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) B. DBE Commitment: 17.5% Details are in Attachment A-2 Invitation for BidIRequest for Proposal Data: Notifications Sent: 1419 Evaluation Information: A. BiddersIProposers Names: 1. Carter Burgess. BidsIProposals Picked up: 132 Date Small Business Evaluation Completed: 06-06-07 BidfProposal Amount: $4,879,2 14 BidsProposals Received: 2 Best and Final Offer Amount: 2. Camp Dresser McKeeIDMJM Harris Joint Venture $2,995,440 $2,203,584 NTE 9. 10. 1 1. B. Evaluation Methodology: Details are in Attachment A-1.C Protest Information: A. Protest Period End Date: June 27,2007 B. Protest Receipt Date: NIA C. Disposition of Protest Date: NIA Contract Administrator: Ed Kichi Project Manager: Steve Brye Telephone Number: 922-3647 Telephone Number: 922-3078 Form No.: Dl,001

BOARD REPORT ATTACHMENT A-1 PROCUREMENT HISTORY EASTSIDE PHASE I1 TRANSIT CORRIDOR A. Background on Contractor Camp, Dresser & McKee Inc. (CDM) - 523 W. 6th Street, Suite 400, Los Angeles, CA 90014. Established 1947, as a partnership and incorporated in 1970. CDM has 60 years of business experience and currently employs 4,000 people working from 100+ offices worldwide; they are employee owned. CDM's services consist of consulting, engineering, construction, and operations. Their areas of experience are water, environment, transportation, facilities and processes, international development. CDM provides services through the following four major business units: Federal Services Group, Industrial Services Group, International Services Group, and Public Services Group. Major projects that CDM is worlung on include - LAX Master Plan EISIEIR; Los Angeles, CA, Los Angeles World Airports; Metro Green Line Transportation Connection Study Los Angeles, CA; Los Angeles World Airports; Environmental Support Services for Sound Transit, Seattle, WA, Design Services for Houston Bus Rapid Transifiight Rail Transit, Houston, TX. Other completed projects include - Environmental Services for Stage I1 Light Rail Transit, Pittsburgh, PA; EIRIEIS for Oakland Connector, BART Oakland, CA, DMJM Harris, Inc. 5 15 South Flower Street 9th Floor Los Angeles, CA 90071. Founded in 1927, it has become part of AECOM. DMJM Harris remains atop Engineering News- Record's list of leading Transportation and Infrastructure firms. Specializing in Transit/Rail, Highways and Bridges, Marine, Airports, EnergyPower, Planning, Program Management and Construction Management, and Design-Construct, our multidiscipline staff of engineers, construction specialists, and other professionals is strategically deployed in offices worldwide. Major projects that DLTM Harris is working on include - Exposition Line Light Rail Transit Project Los Angeles California, Los Angeles County Metropolitan Transportation Authority, Los Angeles, CA; FTA Project Management Oversight (PMO) Consultant Nationwide, Federal Transit Administration (FTA) Washington, DC; Amtrak-Folsom Light Rail Transit Extension Sacramento, CA, Sacramento Regional Transit District, Sacramento, CA; Alameda Corridor Rail Expressway, Southern California, CA, Alameda Corridor Transportation Authority Carson, CA. Other completed projects include - Metro Gold Line Eastside, Light Rail Transit extension, Los Angeles CA, Los Angeles County Metropolitan Transportation Authority; Second Avenue Subway, New York, NY, MTA Capital ConstructiodNew York City Transit; Exposition Light Rail Transit Project Phase 11, Los Angeles, CA, Exposition Metro Line Construction Authority Los Angeles CA 9001 7; Alameda Corridor Rail Expressway, Southern California, CA, Alameda Corridor Transportation Authority One Civic Plaza, Suite 400 Carson, CA. Camp Dresser McKeeDIJM Harris Joint Venture has not worked with Metro previously. Form No.: D1.OO1

B. Procurement Background This Request For Proposal (RFP) is a standard Architect & Engineering (A&E), qualifications based, negotiated competitive procurement, pursuant to the Brooks Act, where cost is not a factor. Government codes 4525 through 4529 also apply. The purpose is to provide an Alternative Analysis (AA) and related supporting environmental work for the Eastside Phase I1 Transit Corridor Project. During a special Board meeting held June 29,2006, (Minutes item 1R) authorization was provided to initiate action in support of the Eastside Extension to the southern San Gabriel Valley. Based on minimal risks in performance and a thorough understanding of the technical and performance requirements, this contract is being awarded as a Firm Fixed Price (FFP). Diversity and Economic Opportunity Department (DEOD) has established a Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) of 20%. C. Evaluation of Pro~osals The solicitation was issued in accordance with the Procurement Policy Manual. A Source Selection Committee was convened and conducted a comprehensive technical evaluation of the proposals received and held oral discussions. Based on the evaluation criteria stipulated within the RFP solicitation, Camp Dresser McKeeDIJM Harris Joint Venture received the highest rank of the two responsive proposals submitted. D. Cosflrice Analysis Exulanation of Variances The recommended price of $2,203,584 NTE has been determined to be fair and reasonable based upon a Management Audit Services (MAS) pre-award audit, a cost analysis, independent cost estimates, an extensive technical review, fact findings and cost negotiations with Camp Dresser McKee/DIJM Harris Joint Venture. FomNo.: D1.OO1

BOARD REPORT ATTACHMENT A-2 LIST OF SUBCONTRACTORS EASTSIDE PHASE I1 TRANSIT CORRIDOR PRIME CONTRACTOR - Camp Dresser McKee/DIJM Harris Joint Venture DBE Commitment D Leon Consulting Engineers 5.15% LKG-CMC 7.65% Morgner Construction management 4.68% Seville Construction Services 0% Other Subcontractors ASCOM Consult, Inc Camp, Dresser & McKee. Circle Point DMJM Harris, inc. EDAW, Inc. Total DBE Commitment 17.5%. HDR Form No.: D1.OO1

BOARD REPORT ATTACHMENT A PROCUREMENT SUMMARY EASTSIDE PHASE I1 TRANSIT CORRIDOR - OUTREACH 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 1 1. Contract Number: PS4320-2006 Recommended Vendor: Arellano & Associates CostPrice Analysis Information: A. Bid/Proposed Price: $5 82,192 Recommended Price: $358,428 NTE B. Details of Significant Variances are in Attachment A-1.D Contract Type: Firm Fixed Price (FFP) Procurement Dates: A. Issued: 03-01-07 B. Advertised: 03-0 1-07 C. Pre-proposal Conference: 03-26-07 D. Proposals Due: 04-16-07 E. Pre-Qualification Completed: 06-05-07 F. Conflict of Interest Form Submitted to Ethics: Yes - 05-3 1-07 Small Business Participation: A. BidiProposal Goal: 20% Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) B. DBE Commitment: 76.9% Details are in Attachment A-2 Invitation for Bid/Request for Proposal Data: Notifications Sent: BidsiProposals Picked up: 1296 57 Evaluation Information: A. BiddersiProuosers Names: 1. Diverse Strategies for Organizing, Inc. 2. Arellano & Associates 3. The Sierra Group Date Small Business Evaluation Completed: June 6,2007 BidrPro~osal Amount: $328,905 $582,192 $524,616 B. Evaluation Methodology: Details are in Attachment A-1.C Protest Information: A. Protest Period End Date: June 27,2007 B. Protest Receipt Date: N/A C. Disposition of Protest Date: N/A Contract Administrator: Ed Kichi Project Manager: David Monks Telephone Number: 922-3647 Telephone Number: 922-7456 Bids/Proposals Received: 3 Best and Final Offer Amount: $358,428 NTE Form No.: D1.OO1

BOARD REPORT ATTACHMENT A-1 PROCUREMENT HISTORY EASTSIDE PHASE I1 TRANSIT CORRIDOR - OUTREACH A. Backmound on Contractor Arellano Associates (AA) was established in 1994, they are located at 4091 Riverside Drive, Suite #117, Chino, CA. AA has placed a specific emphasis upon outreach programs for transportation, local planning, project management and technical support programs. AA serves public and private sector clients with improved communications, analytical and strategc planning methods for maximum benefit to constituents, the general public and the overall environment. AA is currently performing Outreach and Public Affairs work on the following projects: Pasadena Gold Line - Phase I1 Foothill Extension Arcadia to Montclair, CA; State Route 210 Public Information Program, San Bernardino County, CA. AA has completed Outreach and Public Affairs projects that include the following: San Gabriel Valley Transit Restructuring, Los Angeles, CA; Alameda Corridor-East (ACE), Los Angeles, CA; Orange County CenterlLine Light Rail Public Outreach Program, Orange, CA; MagLev Development Program, Los Angeles, CA; Congestion Management Plan Nexus Study, Los Angeles, CA. B. Procurement Background This Request For Proposal (RFP) is a standard competitive negotiated procurement. The purpose is to provide a public outreach program to support the Eastside Phase I1 Transit Corridor, Alternative Analysis. During a special Board meeting held June 29,2006, (Minutes item 1R) authorization was provided to initiate action in support of the Eastside Extension to the southern San Gabriel Valley. Based on minimal risks in performance and a thorough understanding of the technical and performance requirements, this contract is being awarded as a Firm Fixed Price (FFP). Diversity and Economic Opportunity Department (DEOD) has established a Disadvantaged Business Enterprise Anticipated Level of Participation (DALP) of 20%. C. Evaluation of Prouosals The solicitation was issued in accordance with the Procurement Policy Manual. A Source Selection Committee was convened and conducted a comprehensive technical evaluation of the proposal received and held oral discussions. Based on the evaluation criteria stipulated within the RFP solicitation Arellano Associates received the highest ranking of the three responsive proposals received. D. CostPrice Analysis Explanation of Variances Form No.: D1.OO1

The recommended price of $358,428 NTE has been detedned to be fair and reasonable based upon a Management Audit Services (MAS) pre-award audit, a cost analysis, independent cost estimates, an extensive technical review, fact findings and cost negotiations with Arellano & Associates. FomNo.: D1.OO1

BOARD REPORT ATTACHMENT A-2 LIST OF SUBCONTRACTORS EASTSIDE PHASE I1 TRANSIT CORRIDOR - OUTREACH PRIME CONTRACTOR - Arellano Associates - DBE Prime(AA) DBE Commitment Arellano Associates Marketing & Comunications Frank Cardenas & Associates 68.54 % 4.16% 4.18% Other Subcontractors Civic Resource Group James Klein & Associates Total DBE Commitment 76.9% FomNo.: D1.OO1