Procurement Approach Clause Samples
Procurement Approach. This procurement was handled in accordance with the Authority’s procedures for competitive bids in accordance with state law. These projects are handled as sealed bids and award is made to the lowest responsive, responsible bidder. On February 16, 2010, Invitation for Bids (IFB) 9-0704 was released and sent electronically to 519 firms registered on CAMM NET. The project was advertised on February 16 and February 23, 2010, in a newspaper of general circulation. A pre-bid conference was held on February 23, 2010 with eight attendees representing eight firms. Addendum No. 1 was issued to respond to questions and post administrative changes. Addenda No. 2 and 3 were issued to revise the Scope of Work and Price Summary Sheet. On March 18, 2010, six bids were received. All bids were reviewed by staff from the Maintenance Division and Contracts Administration and Materials Management Department (CAMM) to ensure compliance with the terms, conditions, and specifications. The pricing listed below from the bidders includes basic cleaning charges and pesticide/bait application. State law requires award to the lowest responsive, responsible bidder. Fleetwash, Inc. $221,040 Qualified Mobile, Inc. $536,360 ATM Detailing Services $583,739 Corporate Image $666,700 KBM Facility Solutions $701,760 Master Wash $745,900 The apparent low bidder Fleetwash, Inc., withdrew the firm’s bid citing that the firm’s operations group in Santa Fe Springs could not fulfill the terms of the contract. Qualified Mobile, Inc., and ATM Detailing Services were non-responsive to the bid requirements because they did not provide proof of the firm’s pest licenses as required in the IFB and by the State of California. Corporate Image, KBM Facility Solutions, and Master Wash were found responsive and responsible to the bid requirements. The engineer’s estimate for this project is $750,000. The bid by Corporate Image is eleven percent below the engineer’s estimate and therefore, is considered fair and reasonable. Staff recommends an award of bus cleaning services to Corporate Image, the lowest responsive, responsible bidder, in an amount not to exceed $666,700, for a period from May 1, 2010 through April 30, 2013. Fiscal Impact The project was approved in the Authority’s Fiscal Year 2009-10 Budget, Transit Division, Maintenance Department, Account 2159-7613-D3107-2WP, and is funded through the Local Transportation Fund.
Procurement Approach. Given the intent to procure a SaaS based solutions, vendors are not asked to respond to a detailed technical specification as these may differ between solutions. Vendors will be asked to describe how their solution addresses The City’s operational and customer experience objectives and describe their service offering with respect to service levels, approach to customer experience, and approach to project management and delivery.
Procurement Approach. This procurement was handled in accordance with OCTA’s procedures for competitive bids. These projects are handled as a sealed bid and award is made to the lowest responsive, responsible bidder. On July 15, 2010, Invitation for Bids (IFB) No. 0-1652 was released and sent electronically to 107 firms registered on CAMM NET. The project was advertised on July 15, 2010 and July 22, 2010, in a newspaper of general circulation. A pre-bid conference was held on July 22, 2010, and was attended by seven firms. Two addenda were issued to provide the list of attendees at the pre-bid conference, to respond to questions received, and to post administrative changes. On August 12, 2010, eight bids were received. All bids were reviewed by staff from the Maintenance and the Contracts Administration and Materials Management departments to ensure compliance with the terms, conditions, and specifications of the IFB. The three lowest responsive, responsible bidders for hazardous waste and non-hazardous waste transportation and disposal are identified below. Firm and Location Bid Price
Procurement Approach. In relation to procurement, the General Conditions emphasize: - Use of the Borrower’s/Recipient’s procurement regulations, provided they are deemed to be consistent with IFAD’s guidelines; and - The increased importance of the project procurement plan in identifying procurement procedures to be followed by the Borrower/Recipient to ensure consistency during implementation (Procurement Guidelines, paragraph 45).
Procurement Approach. This procurement was handled in accordance with OCTA’s sole source procurement procedures which provide for professional and technical services. HASTUS is proprietary software developed and sold exclusively by GIRO. HASTUS is a complete software package for bus scheduling, crew scheduling, and customer trip planning. This upgrade will allow GIRO to migrate the application, configuration, and data from version 2006 to version 2010 and includes all improvements made by GIRO since the last upgrade. This is a federally funded procurement. Federal Transit Administration (FTA) guidelines allow for sole source procurements under certain circumstances. The HASTUS software is a proprietary product with data rights restrictions. Therefore, it meets the FTA guidelines as the software is available from only one source and no other supplier can meet the requirements. The contract is a firm-fixed price, in the amount of $242,113, for a two-year term. Due to the fact that this is a sole source request over $50,000, OCTA’s Internal Audit department has conducted a price review and has deemed the price quoted by GIRO to be fair and reasonable. Based on the above and given the proprietary nature of GIRO’s product, this award is recommended to GIRO. Fiscal Impact The project was approved in OCTA’s Fiscal Year 2010-11 Budget, Finance and Administration/Information Systems, Account 1285-7519-IX015-AA2, and is grant funded through CA-90-Y697. Based on the information provided, staff recommends award of Agreement No. C-0-1668 to GIRO, in the amount of $242,113, for the HASTUS version 2010 upgrade.
Procurement Approach. This procurement was handled in accordance with OCTA’s procedures for public works and construction projects, which conform to federal and state requirements. Public works projects are handled as sealed bids and award is made to the lowest responsive, responsible bidder. On May 24, 2010, the Board approved the release of Invitation for Bids (IFB) 0-1529 for the construction of a parking structure at the Tustin Metrolink Station. On June 1, 2010, IFB 0-1529 was released and sent electronically to 1,663 contractors registered on CAMM NET. The project was advertised on June 1, 2010 and June 9, 2010, in a newspaper of general circulation. A pre-bid conference and site visit was held on June 10, 2010, with 39 attendees representing 38 firms. Four addenda were issued to clarify project specifications, provide the list of attendees at the pre-bid conference, extend the bid due date, and include incentive language for early substantial completion. On July 12, 2010, 17 bids were received. All bids were reviewed by staff from the Rail Programs Division and Contracts Administration and Materials Management Department to ensure compliance with the terms and conditions, specifications, and drawings. The three lowest responsive, responsible bidders for the construction of a parking structure at the Tustin Metrolink Station are identified below. State law requires award to the lowest responsive, responsible bidder. Base Bid Price Alternate 1 Alternate 2 Total Price $9,922,300 $450,000 $120,000 $10,492,300 $11,587,000 $690,000 $11,600 $12,288,600 $11,873,780 $789,000 $40,000 $12,702,780
Procurement Approach. This procurement was handled in accordance with OCTA’s procedures for public works and construction projects, which conform to federal and state requirements. Public works projects are handled as sealed bids and award is made to the lowest responsive, responsible bidder. Invitation for Bids 0-1662 was released on October 25, 2010, and posted on CAMM NET with an electronic notification being sent to 2,364 firms. The project was advertised on October 29 and November 2, 2010, in a newspaper of general circulation. A pre-bid conference was held on November 3, 2010, and was attended by 35 firms. Four addenda were issued to update drawings, replace exhibits, provide the list of attendees at the pre-bid conference, and to respond to questions. On December 8, 2010, eight bids were received and publicly opened. All bids were reviewed by staff from the Highway Project Delivery Department and the Contracts Administration and Materials Management Department to ensure compliance with the terms and conditions, specifications, and drawings. The three lowest responsive, responsible bidders and the bid amounts for the construction of the Sand Canyon Avenue Railroad Grade Separation Project are identified below. State law requires award to the lowest responsive, responsible bidder.
Procurement Approach. This procurement was handled in accordance with OCTA’s Board-approved policies and procedures for sole source procurements. The contracted CAC provider must utilize CHP-approved RMS and support real-time text (RTT) for hearing-impaired motorists. AAMCOM, LLC (AAMCOM), is the only CAC provider authorized to operate the proprietary RTT system and the only provider with a CHP-approved RMS. AAMCOM meets OCTA’s criteria for being a sole source provider. Based on its technical ability and financial status, AAMCOM is deemed responsible. AAMCOM services all California SAFEs except for Ventura County, which contracts directly with the CHP due to its limited number of call boxes. Given AAMCOM’s exclusive approval by the CHP for RMS, staff engaged with the firm to obtain a quote for continued CAC services. The AAMCOM quote was reviewed by staff from the Contracts Administration and Materials Management (CAMM) and Motorist Services departments to ensure compliance with the contract terms and conditions, as well as the technical requirements.
Procurement Approach. This procurement was handled in accordance with OCTA’s procedures for public works and construction projects, which conform to federal and state requirements. Public works projects are handled as sealed bids and award is made to the lowest responsive, responsible bidder.
Procurement Approach. This RFQ seeks one or more contractor(s) to conduct BPR and TCM services. The RFQ is split into two parts, BPR and TCM. As such, there are separate deliverable tables. Further details on the response submission requirements are provided in Section 19.0 of this RFQ.