NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS. And STANDARD CONTRACTUAL REQUIREMENTS. Construction of

Size: px
Start display at page:

Download "NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS. And STANDARD CONTRACTUAL REQUIREMENTS. Construction of"

Transcription

1 NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS And STARD CONTRACTUAL REQUIREMENTS Construction of GATEWAYS STREETSCAPE LOCATED AT OLYMPIC BLVD AT SPALDING DR SAN VICENTE BLVD AT WILSHIRE BLVD Within the City of BEVERLY HILLS, CALIFORNIA PUBLIC WORKS DEPARTMENT BEVERLY HILLS, CALIFORNIA MARK CUNEO, P.E. CITY ENGINEER Contact Person: Alan Schneider (310) Construction Contact: Tristan Malabanan, P.E. (310) PREPARED BY: Gruen Associates 6330 San Vicente Boulevard, Suite 200 Los Angeles, California Issue for Bid Submittal October 15, 2014 Project No / Drawing 7446 BID # Approved As To Form: City Attorney N-1

2 (Page Intentionally Left Blank) N-2

3 TABLE OF CONTENTS BIDDING CONTRACTUAL DOCUMENTS Page Notice to Bidders... N-1 to N-14 Proposal Form... P-1 to P-26 SPECIFICATIONS Section 1 - General Provisions 1-01 Work to be Done Standard Contractual Requirements Reference Specifications Section 2 - Special Provisions 2-01 Time for Completion and Liquidated Damages Plans and Specifications Work Schedule Limits of Existing Pavement Punctured, Cut or Removed Traffic Control Utilities Business License Permits Additional Work and Extra Work Safety Regulations and Shoring of Excavations Avoidance of Dust Nuisance Recycling of Materials and Non-storm water Discharges Shop Drawing Submittals Items of Work Section 3 - Construction Requirements and Materials 3-01 Removal and Disposal of Materials Avoidance of Dust Nuisance Storage of Materials in Public Streets PCC Specifications Asphaltic Concrete Pavement Pruning Tree Roots Thermoplastic Traffic Striping and Pavement Markings Pavement Markers Crushed Gravel Paving Landscape Irrigation Precast Concrete Wall Cap Landscape Planting Topsoil Landscape Maintenance and Plant Establishment Miscellaneous Metals N-3

4 3-16 Dimension Stone Anti-Graffiti Coating Not used 3-19 Paints and Coatings High Performance Coatings Signs and Graphics Electrical Concrete for planters STARD CONTRACTUAL REQUIREMENTS Part 1 - General Provision 1-01 Applicability... SCR Definition of Terms... SCR Abbreviations... SCR-4 Part 2 - Proposal Requirements 2-01 Proposal Forms... SCR Rejection of Proposals Containing Alterations, Erasures or Irregularities... SCR Bidders Security... SCR Forfeiture of the Bidder's Security... SCR Bonding Letter... SCR Withdrawal of Bids... SCR Jurisdiction of the City Council Regarding Bids... SCR Decision as to Which Contractor is the Lowest and Best Bidder... SCR Awards... SCR Execution of the Contract... SCR Contract Bonds... SCR Return of Bidder's Security... SCR Examination of the Site of the Work, Plans and Specifications... SCR Compliance with the Provisions of the Government Code... SCR Rejection of Bids... SCR Compliance with Provisions of the Federal Equal Employment Opportunity Bid Conditions... SCR Interpretation of Contract Documents... SCR-10 Part 3 - Legal Relations and Responsibility to the City 3-01 Laws to be Observed... SCR Social Security Requirements... SCR Prevailing Wages... SCR Penalties... SCR Payroll Records... SCR Working Hours... SCR Apprentices... SCR-12 N-4

5 Part 3 - Legal Relations and Responsibility to the City (continued) 3-08 Collusion in Bidding... SCR Registration of Contractors... SCR Permits and Licenses... SCR Patents... SCR Indemnity... SCR Insurance and Worker's Compensation... SCR Dispute Resolution Meetings... SCR Audit... SCR Third Party Claims... SCR Eligibility to Contract... SCR Unfair Business Practice Claims... SCR Claims Under $375, SCR Statutory Payment Obligations... SCR-15 Part 4 - Prosecution and Progress of the Work 4-01 Work Schedule... SCR Subletting and Assignment... SCR Character of Workmen... SCR Agents or Foreman... SCR Temporary Stoppage of Construction Activities... SCR Time of Completion and Liquidated Damages... SCR Suspension of Contract... SCR-18 Part 5 - Control of the Work 5-01 Authority of the City Engineer... SCR Conformity with Plans and Allowable Variation... SCR Progress of the Work... SCR Samples... SCR Trade Names and Alternatives... SCR Protection of the Work... SCR Access to Residents Driveways... SCR Conflict of Terms... SCR Interpretation of Plans and Specifications... SCR Alterations, Increases and Decreases of Work to be Done... SCR Change Orders... SCR Lines and Grades... SCR Grade Stakes... SCR Protection of Survey Monument... SCR Public Utilities... SCR Unidentified Existing Utilities... SCR Removal of Interfering Obstructions... SCR Procedure in Case of Damage to Adjoining Work... SCR-24 N-5

6 5-19 Avoidance of Patchwork Appearance... SCR Care of Gutters Adjacent to Areas to be Paved... SCR Depth of the Required Excavation... SCR Sequence of the Work of Excavation... SCR Avoidance of Dust Nuisance... SCR Maintenance of Traffic and Safety Requirement... SCR Barriers, Lights, Etc.... SCR Removal of Defective or Unauthorized Work... SCR Supervision... SCR Inspectors... SCR Final Cleaning Up... SCR Loss or Damage... SCR-27 Part 6 - Measurement and Payment 6-01 Extra Work... SCR Payments... SCR-28 Bidder's Bond... Exhibit "A" Instructions for Execution of Instruments... Exhibit "B" Agreement... Exhibit "C" Performance Bond... Exhibit "D" Contractor's Payment Bond... Exhibit "E" Certificate of Insurance (Public Liability)...Exhibit "F" Certificate of Insurance (Worker's Compensation)... Exhibit "G" N-6

7 NOTICE TO BIDDERS For the THE GATEWAYS AT OLYMPIC BLVD AT SPALDING DRIVE AT SAN VICENTE BLVD. AT WILSHIRE BLVD. Within the City of BEVERLY HILLS, CALIFORNIA BIDS - Sealed proposals for the GATEWAYS AT OLYMPIC BLVD AT SPALDING DRIVE AT SAN VICENTE BLVD. AT WILSHIRE BLVD within the Cities of Beverly Hills and Los Angeles, California, will be received up to the hour of 2:00 p.m., on December 18, 2014 at the office of the City Clerk of said City, located in Room 290 at 455 North Rexford Drive, Beverly Hills, California. Bids will be publicly opened at 2:00 p.m. on the above-mentioned date in the office of the City Clerk of said City Hall and award of the contract will be made during a subsequent meeting of the City Council. There will be a non-mandatory Pre-Bid meeting on December 8 at 10:30 AM in Room 217, Public Works Building, 345 Foothill Road, Beverly Hills, CA SCOPE OF THE WORK - The work to be done shall consist of furnishing all the required labor, materials, equipment, parts, implements and supplies necessary for, or appurtenant to, the construction and completion of the project indicated above in accordance with Standard Drawings and the Specifications prepared for this project. CONTRACTOR IS RESPONSIBLE FOR ACCURACY OF QUANITITIES SHALL PROVIDE A PRICE FOR THE COMPLETE DESIGN AT NO ADDITIONAL COST TO THE CITY. In general terms, the contract work for this project shall consist of the following items of work: OLYMPIC BLVD AT SPALDING DR. bid item description qty unit Safety 1 MOBILIZATION 1 LS 2 TRAFFIC CONTROL 1 LS 3 CONSTRUCTION SURVEY STAKING 1 LS 4 FURNISH INSTALL PAVEMENT TRAFFIC STRIPING 150 LF 5 FURNISH INSTALL CURB MARKINGS 150 LF 6 PROTECT IN PLACE EXISTING UTILITIES 1 LS Demolition 7 REMOVE TREES 4 EA 8 UNCLASSIFIED EXCAVATION SOIL 70 C.Y. Hardscape 9 FURNISH INSTALL 3" PEA GRAVEL LAYER- MEDIAN 84 S.F. Monument Sign in Parkway: 10 CUSTOM PLANTER WALL/PRECAST CAP 2 EA N-7

8 11 PYLON TOWER 2 EA 12 BEVERLY HILLS SHEILD 2 EA Monument Sign in Median: 13 LANTERN ALUMINUM PIERS 4 EA 14 CUSTOM WALL/PRECAST CAP 1 EA 15 SIGNAGE SEAL 1 EA Irrigation 16 COORDINATE, FURNISH INSTALL WATER METER 1 LS 17 TRENCHING BORING FOR MAINLINE SLEEVES WIRE 65 LF 18 FURNISH INSTALL TREE BUBBLERS 9 EA 19 FURNISH INSTALL DIRECT BURIAL WIRE NOT IN CONDUIT 100 LF 20 FURNISH INSTALL DRIP LINE SYSTEM 1700 LF 21 FURNISH INSTALL SHUT-OFF VALVE ASSEMBLY, INCLUDING VALVE BOX 1 EA 22 FURNISH INSTALL REMOTE CONTROL VALVES (RCVS) 2 EA 23 FURNISH INSTALL REMOTE CONTROL VALVES (DRCVS) 1 EA 24 FURNISH INSTALL QUICK COUPLER VALVES (QCVS) 1 EA 25 FURNISH INSTALL PVC MAINLINE, INCLUDING CONCRETE THRUST BLOCKS 20 LF 26 FURNISH INSTALL PVC LATERALS 470 LF 27 FURNISH INSTALL AUTOMATIC IRRIGATION CONTROLLER ASSEMBLY 1 EA 28 FURNISH INSTALL WYE STRAINER ASSEMBLY 1 EA 29 FURNISH INSTALL BACKFLOW ASSEMBLY WITH ENCLOSURE 1 EA 30 FURNISH INSTALL HYDROMETER ASSEMBLY 1 EA 31 FURNISH INSTALL AIR RELEASE VALVE (ARVS) 3 EA 32 FURNISH INSTALL FLUSH VALVES (FVS) 8 EA 33 FURNISH INSTALL SLEEVES PIPES 160 LF Planting 34 PALM TREES 3 EA " BOX STREET TREES 6 EA GA SHRUBS 17 EA GAL SHRUBS 300 EA GAL SHRUBS 181 EA. 39 2" MULCH LAYER PARKWAY 1330 S.F. 40 FINE GRADING SOIL AMENDMENT 1330 S.F. 41 IMPORT SOIL 13 C.Y. 42 AGRICULTURAL SOIL TESTING 3 EA. 43 ALUMINUM EDGING 110 LF Electrical and Lighting 44 TRENCHING/BORING TO SCE PEDESTAL, PIPE, STREET LSCAPE REPAIR 500 LF 45 INSTALL PEDESTAL WIRING CONDUIT 1 LS 46 INSTALL LSCAPE LIGHTING FIXTURES CONNECTION 20 EA 47 INSTALL LANTERN FIXTURES CONNECTION 2 EA 48 INSTALL GFI OUTLETS CONNECTION 9 EA 49 INSTALL SIGNAGE LIGHTING CONNECTION 4 EA N-8

9 50 4" SCHEDULE 80 PVC CONDUIT 500 LF 51 SERVICE MONUMENT WITH INTEGRAL BREAKER PANEL, LIGHTING CONTROL CONNECT TO SERVICE METER. 1 EA A, 120/240V 1PH 3W, 30 CKT WEATHERPROOF RATED PANEL 1 EA 53 3" SCHEDULE 80 PVC WITH (3) 1" INNERDUCTS 100 LF 54 LOW VOLTAGE WEATHERPROOF RATED PHOTOCELL SENSOR 1 EA 55 PROGRAMMABLE TIMECLOCK RELAY (CEC APPROVED) 1 EA 56 N30 (CHRISTY) FIBRELYTE ELECTRICAL SPLICEBOXES (MINIMUM SIZE 16" X 16"). UPSIZE TO #6 IF NECESSARY 18 EA 57 GFCI WEATHERPROOF RATED DUPLEX RECEPTACLES 10 EA 58 1" SCHEDULE 80 PVC CONDUIT 750 LF 59 #10 AWG COPPER CONDUCTORS 2000 LF 60 #12 AWG COPPER CONDUCTORS 750 LF SCHEDULE 80 PVC 100 LF SAN VICENTE BLVD. AT WILSHIRE BLVD. bid item description qty unit Safety 61 MOBILIZATION 1 LS 62 TRAFFIC CONTROL 1 LS 63 CONSTRUCTION SURVEY STAKING 1 LS 64 FURNISH INSTALL PAVEMENT TRAFFIC STRIPING 115 LF 65 FURNISH INSTALL CURB MARKINGS 200 LF 66 PROTECT IN PLACE EXISTING UTILITIES 1 LS Demolition 67 SAWCUT REMOVE AC PAVEMENT 1480 SF 68 SAW CUT REMOVE PCC SIDEWALK 800 SF 69 SAW CUT REMOVE PCC MEDIAN CURB 125 LF 70 REMOVE STREET SIGN BASE, REFURBISH 1 EA 71 REMOVE TREES (PALMS ON ISL) 4 EA 72 UNCLASSIFIED EXCAVATION SOIL 113 C.Y. Hardscape 73 CONSTRUCT ASPHALT PAVEMENT 390 SF 74 CONSTRUCT CRUSHED MISCELLANEOUS BASE 10 CY 75 CONSTRUCT CONCRETE SIDEWALK 30 SF 76 CONSTRUCT CURB GUTTER PER BH LF 77 FURNISH INSTALL 3" PEA GRAVEL LAYER- ROUND PLANTER 200 S.F. 78 GRANITE SIDEWALK 1-1/2" THICK IRIDIUM GRANITE 670 SF 79 CONCRETE CURB RAMPS PER BH103 TRUNCATED DOMES 2 EA 80 INSTALL CATCH GASIN FILTER INSERT RETRACTABLE CB SCREEN 1 EA GRANITE PLANTER 81 CONCRETE FOOTING 15 CY 82 FORM WORK 423 SFCA 83 FURNISH INSTALL BLACK GRANITE STONE LOGOTYPE 1 EA 84 CMU WALL PLANTER 507 SF N-9

10 MONUMENT TOWER 85 CONCRETE FOOTING 16 CY 86 FORM WORK 438 SFCA 87 STRUCTURAL STEEL 7 TONS 88 STEEL ERECTION 7 TONS 89 PRECAST CONCRETE PANELS (14 panels) WITH INSTALL 1 EA 90 SHIELD SIGN 2 EA Irrigation 91 COORDINATE, FURNISH INSTALL WATER METER 1 LS 92 TRENCHING BORING FOR MAINLINE SLEEVES WIRE 60 LF 93 FURNISH INSTALL TREE BUBBLERS 26 EA 94 FURNISH INSTALL DIRECT BURIAL WIRE NOT IN CONDUIT 640 LF 95 FURNISH INSTALL DRIP LINE SYSTEM 1820 LF 96 FURNISH INSTALL SHUT-OFF VALVE ASSEMBLY, INCLUDING VALVE BOX 3 EA 97 FURNISH INSTALL REMOTE CONTROL VALVES (RCVS) 2 EA 98 FURNISH INSTALL REMOTE CONTROL VALVES (DRCVS) 3 EA 99 FURNISH INSTALL QUICK COUPLER VALVES (QCVS) 2 EA 100 FURNISH INSTALL PVC MAINLINE, INCLUDING CONCRETE THRUST BLOCKS 130 LF 101 FURNISH INSTALL PVC LATERALS 440 LF 102 FURNISH INSTALL AUTOMATIC IRRIGATION CONTROLLER ASSEMBLY 1 EA 103 FURNISH INSTALL WYE STRAINER ASSEMBLY 1 EA 104 FURNISH INSTALL BACKFLOW ASSEMBLY WITH ENCLOSURE 1 EA 105 FURNISH INSTALL HYDROMETER ASSEMBLY 1 EA 106 FURNISH INSTALL AIR RELEASE VALVE (ARVS) 3 EA 107 FURNISH INSTALL FLUSH VALVES (FVS) 5 EA 108 FURNISH INSTALL SLEEVES PIPES 130 LF Planting 109 PALM TREES 3 EA " BOX TREES 6 EA GA SHRUBS 16 EA GAL SHRUBS 183 EA " MULCH LAYER PARKWAY 2,062 S.F. 114 FINE GRADING SOIL AMENDMENT 2,062 S.F. 115 IMPORT SOIL 20 C.Y. 116 AGRICULTURAL SOIL TESTING 2 EA. 117 ALUMINUM EDGING 160 LF Electrical and Lighting 118 TRENCHING/BORING TO SCE PEDESTAL, PIPE, STREET LSCAPE REPAIR 500 LF 119 INSTALL LED LIGHTING SYSTEM MONUMENT 1 LS 120 INSTALL LSCAPE LIGHTING FIXTURES CONNECTION 27 EA 121 INSTALL LIGHTING SYSTEM COLUMN 2 EA 122 INSTALL GFI OUTLETS CONNECTION 11 EA 123 INSTALL SIGNAGE LIGHTING CONNECTION 1 EA N-10

11 124 4" SCHEDULE 80 PVC CONDUIT 500 LF 125 SERVICE MONUMENT WITH INTEGRAL BREAKER PANEL, LIGHTING CONTROL CONNECT TO SERVICE METER 1 EA A, 120/240V 1PH 3W, 30 CKT WEATHERPROOF RATED PANEL 1 EA 127 3" SCHEDULE 80 PVC WITH (3) 1" INNERDUCTS 70 LF 128 LOW VOLTAGE WEATHERPROOF RATED PHOTOCELL SENSOR 1 EA 129 PROGRAMMABLE TIMECLOCK RELAY (CEC APPROVED) 1 EA 130 N30 (CHRISTY) FIBRELYTE ELECTRICAL SPLICEBOXES (MINIMUM SIZE 16" X 16"). UPSIZE TO #6 IF NECESSARY 16 EA 131 GFCI WEATHERPROOF RATED DUPLEX RECEPTACLES 12 EA 132 1" SCHEDULE 80 PVC CONDUIT 600 LF 133 #10 AWG COPPER CONDUCTORS 2000 LF 134 #12 AWG COPPER CONDUCTORS 600 LF SCHEDULE 80 PVC 100 LF Copies of the Specifications and Proposal Form may be inspected and obtained at the office of the City Engineer, located at 345 Foothill Rd., Beverly Hills, CA or by downloading documents from the City s bid webpage ( There is no charge or deposit required for this material; therefore, they are not to be returned to the City for refund. Each bidder shall furnish the City the name, address, and telephone number of the firm requesting specifications. References in the project specifications to specific sections of the Standard Specifications refer to the book of "Standard Specifications for Public Works Construction", 2012 Edition, written by a Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and Southern California District of the Associated General Contractors of California. Contractors wishing to obtain this book may purchase copies directly from the publisher, Building News, Inc., 1612 South Clementine Street, Anaheim, California, 92802; (800) AMENDMENTS - The second paragraph of Section Contract Unit Prices, of the Standard Specifications for Public Works Construction is deleted. The fourth paragraph of Section Contract Unit Prices, of the Standard Specifications for Public Works Construction is deleted and replaced by the following: Should any Contract item be deleted in its entirety, no payment will be made to Contractor for that Bid Item. The following is in addition to the provisions of Section of the Green book: The Contractor is required to locate and tie out survey monuments in the project area prior to construction involving street and highways, and to file with the County Surveyor a Corner Record of any such work. Prior to the issuance of a completion certificate, the Contractor is required to file a Corner Record for survey monumentation that is replaced. All such survey work shall be performed under the supervision of a California licensed Land Surveyor or a Civil Engineer authorized to perform such work. N-11

12 The Contractor shall provide the City a copy of the office calculations and documents submitted to the County for filing in connection with the aforementioned work. The payment for surveying, related professional services, office calculation, and furnishing all labor, materials, equipment, tools and incidentals, and for doing work involved shall be considered as included in the various items of work, and no additional compensation will be allowed therefore. Section shall be changed as follows: (a) Labor. The costs of labor will be the actual cost for wages of workers performing the extra work at the time the extra work is done, plus the employer payments of payroll taxes, health and welfare, pension, vacation, apprenticeship funds, and other direct costs, resulting from Federal, State, or local laws, as well as assessments or benefits required by collective bargaining agreements. The following will revise Section of the Greenbook: (a) Work by Contractor. An allowance for overhead and profit shall be added to the Contractor s cost as determined under and shall constitute the full and complete markup for all overhead and profit on extra work performed by the Contractor. The Contractor shall be compensated for the actual increase in the Contractor s bond premium caused by the extra work. For costs determined under each subsection in , the markup shall be: a) Labor 20% b) Materials 15% c) Tools & Equipment Rental 15% d) Other Items 15% (b) Work by Subcontractor. When any of the extra work is performed by a Subcontractor, the markup established in (a) shall be applied to the Subcontractor s costs as determined under An allowance for the Contractor s overhead and profit shall be added to the sum of the Subcontractor s costs and markup and shall constitute the full and complete markup for all overhead and profit for the Contractor on work by the Subcontractor. For Contractor markup of Subcontractor s costs, the allowance shall be 10% on the first $2,000 or portion thereof, and 5% on costs in excess of $2,000. LIQUIDATED DAMAGES - There will be a Five Hundred Dollar ($500.00) assessment for each calendar day that work remains incomplete. ENGINEER S ESTIMATE - The preliminary cost of construction of this Work has been prepared and the said estimate is $ 1,500,000. PREVAILING WAGES - In accordance with the provisions of Section 1770 et seq., of the Labor Code, the Director of the Industrial Relations of the State of California has determined the general prevailing rate of wages applicable to the work to be done. The Contractor will be required to pay to all workers employed on the project sums not less N-12

13 than the sums set forth in the documents entitled "General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code Part 7, Chapter 1, Article 2, Sections 1770, 1773, ". A copy of said documents is on file and may be inspected in the office of the City Engineer, located at 345 Foothill Rd., Beverly Hills, California Attention is directed to the provisions of Sections and of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices. Information relative to apprenticeship standards and administration of the apprenticeship program may be obtained from the Director of Industrial Relations, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. PAYROLL RECORDS - The Contractor's attention is directed to Section 1776 of the Labor Code, relating to accurate payroll records, which imposes responsibility upon the Contractor for the maintenance, certification, and availability for inspection of such records for all persons employed by the Contractor or by the Subcontractors in connection with the project. The Contractor shall agree through the Contract to comply with this section and the remaining provisions of the Labor Code. INSURANCE BOND REQUIREMENTS - The Contractor shall provide insurance in accordance with Section 3-13 of the City of Beverly Hills, Public Works Department, Standard Contractual Requirements, included as part of these Specifications. All subcontractors listed shall attach copies of the Certificate of Insurance naming the Contractor as the additional insured as part of their insurance policy coverage. In addition, the Contractor shall guarantee all work against defective workmanship and materials furnished by the Contractor for a period of one (1) year from the date the work was completed in accordance with Section 2-11 of the Standard Contractual Requirements. The Contractor s sureties for the Performance Bond shall be liable for any work that the Contractor fails to replace within a specified time. CONTRACTORS LICENSE - At the time of the Bid Deadline and at all times during performance of the Work, including full completion of all corrective work during the Correction Period, the Contractor must possess a California contractor s license or licenses, current and active, of the classification required for the Work, in accordance with the provisions of Chapter 9, Division 3, Section 7000 et seq. of the Business and Professions Code. In compliance with Public Contract Code Section 3300, the City has determined that the Bidder must possess the following license(s): A or C32 The successful Bidder will not receive a Contract award if the successful Bidder is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active. If the City discovers after the Contract s award that the Contractor is unlicensed, does not have all of the required licenses, or one or more of the licenses are not current and active, the City may cancel the award, reject the Bid, N-13

14 declare the Bid Bond as forfeited, keep the Bid Bond s proceeds, and exercise any one or more of the remedies in the Contract Documents. SUBCONTRACTORS LICENSES LISTING - At the time of the Bid Deadline and at all times during performance of the Work, each listed Subcontractor must possess a current and active California contractor s license appropriate for the portion of the Work listed for such Subcontractor and shall hold all specialty certifications required for such Work. When the Bidder submits its Bid to the City, the Bidder must list each Subcontractor whom the Bidder must disclose under Public Contract Code Section 4104 (Subcontractor Listing Law), and the Bidder must provide all of the Subcontractor information that Section 4104 requires (name, address, and portion of the Work). In addition, the City requires that the Bidder list each Subcontractor s license number and the dollar value of each Subcontractor s labor or services. SUBSTITUTION OF SECURITIES - Pursuant to California Public Contract Code Section 22300, substitution of securities for withheld funds is permitted in accordance therewith. GENERAL INSTRUCTIONS - Bids must be submitted on the Proposal Form prepared for this project and shall be delivered at the office of the City Clerk within a sealed envelope and marked on the outside as follows: "PROPOSAL FOR CITYWIDE PAVEMENT CURB MARKINGS. Each Bid shall be accompanied by a cashier s check or certified check drawn on a solvent bank, payable to City of Beverly Hills, for an amount equal to ten percent (10%) of the total maximum amount of the Bid. Alternatively, a satisfactory corporate surety Bid Bond for an amount equal to ten percent (10%) of the total maximum amount of the Bid may accompany the Bid. Said security shall serve as a guarantee that the successful Bidder will, within fourteen (14) calendar days after the date of the award of the contract, enter into a valid contract with the City for said Work in accordance with the Contract Documents. THE CITY RESERVES THE RIGHT TO REJECT ANY BID OR ALL THE BIDS TO WAIVE ANY INFORMALITY OR IRREGULARITY IN ANY BID, BUT IF THE BIDS ARE ACCEPTED, THE CONTRACT FOR THE IMPROVEMENT WILL BE LET TO THE LOWEST RESPONSIBLE BIDDER FOR THE PROJECT AS A WHOLE. Please contact Tristan Malabanan in the Office of Civil Engineering at tmalabanan@beverlyhills.org for any procedural questions or concerns regarding this project. N-14

15 To the Honorable City Council Beverly Hills, California PROPOSAL FORM Construction of GATEWAY STREETSCAPE LOCATED AT OLYMPIC BLVD AT SPALDING DR SAN VICENTE BLVD AT WILSHIRE BLVD Within the City of BEVERLY HILLS, CALIFORNIA Date: In compliance with advertised notice inviting sealed proposals for the construction of the Gateway and Streetscape project within the City of Beverly Hills, California and after having carefully examined the location of the project and studied the specifications prepared for this work, the undersigned hereby agrees to enter into a contract to furnish all labor, materials, equipment, parts, implements, and supplies needed to perform the contract work to the satisfaction and under the direction of the City Engineer of the City of Beverly Hills, said contract to be drawn in accordance with the provisions in the Specifications, Notice to Bidders, and all the applicable clauses of the "Standard Contractual Requirements for Public Improvements in the City of Beverly Hills, California", as adopted by the Department of Public Works on November 1, If awarded the contract, the undersigned agrees to furnish the necessary bonds and insurance as set forth in the above-mentioned Standard Contractual Requirements, within ten (10) days after the award of the contract. Attached hereto is cash, or cashier's check, or a certified check in favor of the City of Beverly Hills, in an amount equal to at least ten percent (10%) of the total bid, or a bid bond for said amount on a form furnished by the City, with the understanding that said security shall be held by the City Clerk until the contract for doing the work has been entered into and that said security shall be forfeited to the City as liquidated damages should the undersigned fail to enter into a contract and furnish the above-mentioned bonds and insurance within the ten (10) days specified, if awarded the contract, as the undersigned agrees that in the event of such failure, the actual amount of the damage to the City would be impractical, and extremely difficult to determine. In the event cash, or cashier's check, or a certified check is furnished for the bid bond, then a letter is required from a bonding company stating that said company will furnish the necessary bonds, as specified in Paragraph 2-11 of the Standard Contractual Requirements if the undersigned is awarded the contract. The undersigned is aware of the fact that such a letter must be from a bonding company acceptable to the City of Beverly Hills, and that all bids accompanied by cash, or cashier's check, or a certified check in lieu of the bid bond must be accompanied by such a letter in order to be considered. P-1

16 The undersigned also certifies to be properly licensed by the State of California as a contractor to perform work of this specialty and further certifies to have been so licensed for the three years immediately preceding the date of receipt of bids. The undersigned agrees to furnish the City satisfactory proof of ability to perform the work, as well as records of performance of similar jobs completed recently, if and when requested to do so by the City Engineer. The undersigned agrees that for change orders involving extra cost, the bidder shall allow the contingency allowance indicated by the City in the following bidding schedule. Expenditures from the contingency allowances shall be made only upon written order of the City. The portion of the allowance remaining unexpended at the completion of the work shall be deducted from the final payment due the Contractor. The undersigned agrees that the insurance and bonding requirements set forth in Sections 2-11 and 3-13, respectively, of the City of Beverly Hills, Public Works Department, Standard Contractual Requirements can and will be fulfilled. The undersigned hereby agrees to perform the work as described on Drawing No. 7446, Sheets 1 through 44, and in the Specifications prepared for this project, at the following prices, to wit: OLYMPIC BLVD AT SPALDING DR. ITEM NO. EST QTY. DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL IN FIGURES 1. 1 LS MOBILIZATION Lump sum 2. 1 LS TRAFFIC CONTROL (6 MONTH PROJECT DURATION) Lump sum P-2

17 ITEM NO. EST QTY. DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL IN FIGURES 3. 1 LS CONSTRUCTION SURVEY STAKING Lump sum LF FURNISH INSTALL PAVEMENT TRAFFIC STRIPING Per linear foot LF FURNISH INSTALL CURB MARKINGS Per each 6. 1 LS PROTECT IN PLACE EXISTING UTILITIES Lump sum 7. 4 EA REMOVE TREE Per each C.Y. UNCLASSIFIED EXCAVATION SOIL Per cubic yard P-3

18 9. 84 S.F. FURNISH INSTALL 3" PEA GRAVEL LAYER- MEDIAN Per square foot EA CUSTOM PLANTER WALL/PRECAST CAP Per each EA PYLON TOWER Per each EA BEVERLY HILLS SHEILD Per each EA LANTERN ALUMINUM PIERS Per each EA CUSTOM WALL/PRECAST CAP Per each P-4

19 ITEM NO. EST QTY. DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL IN FIGURES EA SIGNAGE SEAL Per each LS COORDINATE, FURNISH INSTALL WATER METER Per lump sum LF TRENCHING BORING FOR MAINLINE SLEEVES WIRE Per linear foot EA FURNISH INSTALL TREE BUBBLERS Per each LF FURNISH INSTALL DIRECT BURIAL WIRE NOT IN CONDUIT Per linear foot LF FURNISH INSTALL DRIP LINE SYSTEM Per linear foot P-5

20 ITEM NO. EST QTY. DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE IN FIGURES TOTAL IN FIGURES EA FURNISH INSTALL SHUT-OFF VALVE ASSEMBLY, INCLUDING VALVE BOX Per each EA FURNISH INSTALL REMOTE CONTROL VALVES (RCVS) Per each EA FURNISH INSTALL REMOTE CONTROL VALVES (DRCVS) Per each EA FURNISH INSTALL QUICK COUPLER VALVES (QCVS) Per each LF FURNISH INSTALL PVC MAINLINE, INCLUDING CONCRETE THRUST BLOCKS Per linear foot P-6

How To Write A City Hall Contract

How To Write A City Hall Contract NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS and STANDARD CONTRACTUAL REQUIREMENTS for the CITYWIDE PAVEMENT AND CURB MARKINGS within the City of BEVERLY HILLS, CALIFORNIA CIVIL ENGINEERING DIVISION

More information

TABLE OF CONTENTS. Notice to Bidders... N-1 to N-5 Proposal Form... P-1 to P-8

TABLE OF CONTENTS. Notice to Bidders... N-1 to N-5 Proposal Form... P-1 to P-8 TABLE OF CONTENTS BIDDING AND CONTRACTUAL DOCUMENTS PAGE Notice to Bidders... N-1 to N-5 Proposal Form... P-1 to P-8 SPECIFICATIONS Section 1 General Provisions 1-01 Work to be Done... 1-1 1-02 Standard

More information

NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS. and STANDARD CONTRACTUAL REQUIREMENTS. Construction of

NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS. and STANDARD CONTRACTUAL REQUIREMENTS. Construction of NOTICE TO BIDDERS PROPOSAL FORM SPECIFICATIONS and STANDARD CONTRACTUAL REQUIREMENTS Construction of GREYSTONE JOINT SEALANT AND VALVE COATINGS REHABILITATION Within the City of BEVERLY HILLS, CALIFORNIA

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

Los Angeles County Department Of Public Works. Land Development Division. Bond Calculation Sheets

Los Angeles County Department Of Public Works. Land Development Division. Bond Calculation Sheets Los Angeles County Department Of Public Works Land Development Division Bond Calculation Sheets Effective July 1, 2015 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS LAND DEVELOPMENT DIVISION ROADS COST

More information

DESCRIPTION OF WORK:

DESCRIPTION OF WORK: DEPARTMENT OF PUBLIC WORKS COUNTY OF HENRICO P.O. BOX 27032 RICHMOND, VIRGINIA 23273 PERMIT NO. One (1) copy of application and four (4) copies of plans are hereby made to the Director of Public Works

More information

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued)

WILDCAT CANYON ROAD SPECIFICATION NO. 16-11001 SLIDE REPAIR BIDDER'S PROPOSAL (continued) BIDDER'S PROPOSAL (continued) Item Estimated No. Description Quantity Unit Unit Cost Total Cost BASE BID 1 Traffic Control 1 LS $ $ 2 Construction Area Signs 1 LS $ $ 3 Excavation Safety 1 LS $ $ 4 Reset

More information

CONSTRUCTION PERMIT REQUIREMENTS

CONSTRUCTION PERMIT REQUIREMENTS CONSTRUCTION PERMIT REQUIREMENTS Any work to be done in the City right-of-way (ROW), in a utility easement, and certain work on private property, requires an Engineering Inspection Permit from the Department

More information

Asphaltic Wedge Paving

Asphaltic Wedge Paving OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local

More information

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: $ Date: / / Receipt No: Demolition Permit (including Right of

More information

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address: City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit

More information

NOTICE TO POTENTIAL BIDDERS

NOTICE TO POTENTIAL BIDDERS NOTICE TO POTENTIAL BIDDERS Downloading the Plans, Specifications and other Bid Documents will NOT place you on the City s List of Plan Holders. This is important because only those on the City s List

More information

EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT. BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309

EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT. BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309 EXHIBIT A SCOPE OF SERVICES WATER SERVICE REPLACEMENT PROJECT BROWARD OPERATIONS CENTER 5548 NW 9 th AVENUE FORT LAUDERDALE, FLORIDA 33309 FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT FOUR 1.0 SCOPE OF

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

CHAPTER 67.2 RESIDENTIAL BUILDING CODE

CHAPTER 67.2 RESIDENTIAL BUILDING CODE CHAPTER 67.2 RESIDENTIAL BUILDING CODE 1. APPLICABILITY. This Chapter shall have, along with the Code adopted hereby, the scope and applicability set out in said code except as modified by the provisions

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

ROXBURY COMMUNITY CENTER

ROXBURY COMMUNITY CENTER APPENDIX A FORM OF CONTRACT This contract ("Contract") is entered into by and between the ("City"), a California municipal corporation, and, a, whose address is. In consideration of the agreements herein

More information

SECTION 02100 SITE PREPARATION

SECTION 02100 SITE PREPARATION SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General Conditions and Supplementary Conditions and Division 1 through Division

More information

ARLINGTON COUNTY CODE. Chapter 18 PLUMBING AND GAS CODES

ARLINGTON COUNTY CODE. Chapter 18 PLUMBING AND GAS CODES Chapter 18 18-1. Title and Scope. 18-2. Definitions. 18-3. Availability of Codes. 18-4. Administration and Enforcement. 18-5. Registration of Contractors and Certification Requirements. 18-6. Permits and

More information

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 KNOXVILLE, TENNESSEE SECTION 16050 PAGE 1 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: SECTION 16050 A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03

NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed

More information

ADDENDUM #2 November 4, 2015 IFB-15-881

ADDENDUM #2 November 4, 2015 IFB-15-881 ADDENDUM #2 November 4, 2015 IFB-15-881 Roof Replacement Housing Authority of Kansas City 920 Main Street, Suite 701 Kansas City, MO 64105 NOTICE TO ALL POTENTIAL RESPONDENTS The following addendum to

More information

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA 2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA Issued on January 7, 2015 1 ADVERTISEMENT FOR BIDS 2014/2015 ROADWAY PATCHING PROJECT JASPER COUNTY, GEORGIA Separate,

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received

More information

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

TABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth

TABLE OF CONTENTS. Manhole, Frame, and Cover Installation (includes Drop Manhole) Additional Manhole Depth TABLE OF CONTENTS NO. MP-1 MP-2 MP-3 MP-4 MP-4.01 MP-4.02 MP-4.03 MP-5 MP-5.01 MP-5.02 MP-5.03 MP-5.04 MP-5.05 MP-5.06 MP-5.07 MP-5.08 MP-5.11 MP-5.12 MP-5.13 MP-5.14 MP-5.15 MP-5.16 MP-5.18 MP-5.19 MP-5.20

More information

Addendum Number 1 Request for Bids #15-004 BUD BENDER PARK REHABILITATION PROJECT City Project No. CB 1302

Addendum Number 1 Request for Bids #15-004 BUD BENDER PARK REHABILITATION PROJECT City Project No. CB 1302 Addendum Number 1 Request for Bids #15-004 City Project CB 1302 To all prospective bidders under specifications for Request for Bids #15-004, the Bud Bender Park Rehabilitation Project, City Project CB

More information

SECTION EIGHT BONDING REQUIREMENTS

SECTION EIGHT BONDING REQUIREMENTS SECTION EIGHT BONDING REQUIREMENTS 8-00 BONDING REQUIREMENTS 8-01 No building permit for any construction in the subdivision shall be issued nor any lot within the subdivision conveyed until a bond has

More information

CHAPTER 53 CARE & PROTECTION OF HIGHWAYS

CHAPTER 53 CARE & PROTECTION OF HIGHWAYS CHAPTER 53 CARE & PROTECTION OF HIGHWAYS 53101. Definitions. 53102. Permits: Petty Misdemeanor. 53103. Permit Terms. 53104. Cost of Work Supervision. 53105. Bond May Be Required. 53106. Notice Demanding

More information

ARTICLE IV. DRIVEWAYS

ARTICLE IV. DRIVEWAYS ARTICLE IV. DRIVEWAYS 10-20-390 Definitions. For purposes of this article, the following definitions shall apply: Commercial driveway means any Class B driveway as specified in section 10-20- 420 of this

More information

Document Comparison. AIA Documents A134 2009 and A131CMc 2003

Document Comparison. AIA Documents A134 2009 and A131CMc 2003 Document Comparison AIA Documents A134 2009 and A131CMc 2003 AIA Document A134 2009 is in the right-hand column. Corresponding sections of AIA Document A131 CMc 2003 are in the left-hand column. Sections

More information

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA 92227 760 275 3953 NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD The contactor shall possess a California contractor s license, Class A,

More information

SECTION 02530 STORM DRAINAGE STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250.

SECTION 02530 STORM DRAINAGE STRUCTURES. 1. Trench excavation, backfill, and compaction; Section 02250. 02530-1 of 5 SECTION 02530 STORM DRAINAGE STRUCTURES 02530.01 GENERAL A. Description Storm drainage structure construction shall include, but not necessarily be limited to, furnishing and installing or

More information

Bidding and Contract Requirements:

Bidding and Contract Requirements: CITY OF LAREDO, TEXAS WATER UTILITIES DEPARTMENT 24-INCH TRANSMISSION MAIN ADDENDUM 7 June 10, 2016 To Bidder of Record: The following changes, additions, and/or deletions are hereby made a part of the

More information

CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS

CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS I "i,, I, 1 " CHAPTER 10 PERMIT PROCEDURES AND BONDING REQUIREMENTS FOR CONTRACTORS CHAPTER 10 PERMIT PROCEDURES A N D BONDING REQUIREMENTS FOR CONTRACTORS, Section I -, INDEX :, - % I I,,J Topic b 101

More information

Borough of Matawan 201 Broad Street, Matawan, New Jersey 07747

Borough of Matawan 201 Broad Street, Matawan, New Jersey 07747 Borough of Matawan 201 Broad Street, Matawan, New Jersey 07747 (732) 566-3898 Fax (732) 290-7585 DEPARTMENT OF PUBLIC WORKS APPLICATION FOR PERMIT TO CUT SURFACE OF PUBLIC PLACE PERMIT NO: DATE: Application

More information

Moving a House in Pasadena

Moving a House in Pasadena Moving a House in Pasadena To assist homeowners and contractors wishing to relocate a home in Pasadena, this handout summarizes the steps in the permitting process. Please keep in mind that the sequence

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

CITY OF SAN ANTONIO. Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03

CITY OF SAN ANTONIO. Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03 CITY OF SAN ANTONIO Issued By: Transportation and Capital Improvements Date Issued: February 10, 2016 ID NO.: 23-01472-05-03 (010) FORMAL INVITATION FOR BIDS (IFB) to CONTRACT 2016-2017 TASK ORDER CONTRACT

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

Fire Damage Repairs, 2510 Burton Street

Fire Damage Repairs, 2510 Burton Street Fire Damage Repairs, 2510 Burton Street Introduction: The Housing Authority of the County of San Joaquin (Authority) is seeking quotes from Class B General Building Contractors (Contractor) to provide

More information

JEFFERSON COUNTY ROAD DEPARTMENT HIGHWAY PERMIT USE OF ROADS FOR HAUL ROUTE / EVENT ROUTE. Hereinafter referred to as County/Owner and Name

JEFFERSON COUNTY ROAD DEPARTMENT HIGHWAY PERMIT USE OF ROADS FOR HAUL ROUTE / EVENT ROUTE. Hereinafter referred to as County/Owner and Name JEFFERSON COUNTY ROAD DEPARTMENT HIGHWAY PERMIT USE OF ROADS FOR HAUL ROUTE / EVENT ROUTE WHEREAS ROAD DEPARTMENT, JEFFERSON COUNTY, PO BOX 322 14991 94TH ST., OSKALOOSA, KS 66066 Hereinafter referred

More information

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA Pu6lic Works works for the Public N., ICDPW DEPARTMENT OF PUBLIC WORKS S. 11th Street Centro, CA 92243 Tel: (442) 265-1818 Fax: (442) 265-1858 COUNTY OF IMPERIAL PUBLIC WORKS 155 S. 11 th Street El Centro,

More information

CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS

CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS CHAPTER 10 - PERMIT PROCEDURES AND BONDING REQUIREMENTS 10.1 APPLICATION REQUIREMENTS AND PROCEDURES 10.1.1 A permit shall be required for any construction or installation within the public right-of-way

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

PLEASE PRINT. Job Name: Job # City File No. SIDEWALK; DRIVEWAY APPROACH; CURB & GUTTER; PEDESTRIAN RAMP; STREET LIGHT; PLANTER STRIP;

PLEASE PRINT. Job Name: Job # City File No. SIDEWALK; DRIVEWAY APPROACH; CURB & GUTTER; PEDESTRIAN RAMP; STREET LIGHT; PLANTER STRIP; City of Santa Rosa ENCROACHMENT PERMIT APPLICATION Application#: Inspector: Liability Ins: WComp. Ins: FOR OFFICE USE ONLY NOTE: YOUR APPLICATION CANNOT BE PROCESSED WITHOUT COMPLETE INFORMATION IN AREAS

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

5. MAJOR STREET CONSTRUCTION The B-Permit. 5.1. B-Permit Description and Purpose

5. MAJOR STREET CONSTRUCTION The B-Permit. 5.1. B-Permit Description and Purpose 5. MAJOR STREET CONSTRUCTION The B-Permit 5.1. B-Permit Description and Purpose The B-Permit is required for major street construction in the public right-of-way. This includes the widening of streets,

More information

TREE CONTRACTORS LICENSE APPLICATION

TREE CONTRACTORS LICENSE APPLICATION 500 CENTER AVENUE, BOX 779, MOORHEAD, MINNESOTA 56561 (218) 299-5166 TDD 711 TREE CONTRACTORS LICENSE APPLICATION Business Name: Business Address: Phone No. Cell Phone Applicant's Name: Applicant s Address

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

Please Refer to Attached Sample Form

Please Refer to Attached Sample Form Pacific Gas and Electric Company San Francisco, California U 39 Revised Cal. P.U.C. Sheet No. 29987-G Cancelling Revised Cal. P.U.C. Sheet No. 22381-G Gas Sample Form No. 62-0982 Distribution and Service

More information

Demo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts

Demo Existing Curb Demo Existing Asphalt Roadway Demo Asphalt Saw Cutting Protection Fence - 4 Snow Fence with T posts SECTION 00300 BID FORM S For additions and deletions to the Contract, the following unit prices shall be applicable for the specific items listed. Unit Prices shall be complete, in place including required

More information

LAFAYETTE TOWNSHIP SUSSEX COUNTY, NEW JERSEY ORDINANCE 2015-12

LAFAYETTE TOWNSHIP SUSSEX COUNTY, NEW JERSEY ORDINANCE 2015-12 LAFAYETTE TOWNSHIP SUSSEX COUNTY, NEW JERSEY ORDINANCE 2015-12 AN ORDINANCE GRANTING MUNICIPAL CONSENT TO THE ISSUANCE OF A FRANCHISE TO SERVICE ELECTRIC CABLE T.V. OF NEW JERSEY, INC., TO CONSTRUCT, OWN,

More information

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS

BUSINESS DEVELOPMENT INITIATIVE SMALL BUSINESS PROGRAM GUIDANCE FOR RESERVING CONTRACTS Construction/Maintenance Contracts and Design/Build Low Bid Contracts 1. Districts are responsible for reviewing their work program and identifying contracts that are good candidates for the Business Development

More information

PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS

PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS PN 126-4/15/05 - REVISIONS TO THE C&MS FOR DESIGN BUILD PROJECTS 101.01 On page 7, Add the following: NOTE: The fact that the bid items for this Design-Build project are general rather than specific shall

More information

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

UNIT PRICE LIST January 2009

UNIT PRICE LIST January 2009 UNIT PRICE LIST January 2009 1 INTRODUCTION The purpose of the Unit Price List is to provide a resource for the preparation of cost estimates for subdivisions and permit projects and should be used only

More information

ADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT

ADDENDUM NO. 2. Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT ADDENDUM NO. 2 Contract Documents for REPLACEMENT OF PHOENIX STREET BRIDGE OVER THE TANKERHOOSEN RIVER VERNON, CONNECTICUT Bridge No. 1460008 (existing) Bridge No. 06806 (new) TO ALL BIDDERS: Anchor Engineering

More information

Reference Guide for Obtaining Permits and Utility Services For New Construction

Reference Guide for Obtaining Permits and Utility Services For New Construction Reference Guide for Obtaining Permits and Utility Services For New Construction (Revised 04-2012) Table of Contents City Offices Telephone Numbers...1 Application for Utilities...2 Building Permits New

More information

City of Morro Bay Building Division 955 Shasta Ave., Morro Bay, CA 93442-1900, 805-772-6261

City of Morro Bay Building Division 955 Shasta Ave., Morro Bay, CA 93442-1900, 805-772-6261 City of Morro Bay Building Division 955 Shasta Ave., Morro Bay, CA 93442-1900, 805-772-6261 BUILDING PERMIT APPLICATION Permit No. Type Date Project Address Parcel No. Lot Block Tract Project Description:

More information

RESPONSIBLE PRINCIPAL OF. CONTRACTOR'S ADDRESS: PO Box 268 Topanga, CA 90290

RESPONSIBLE PRINCIPAL OF. CONTRACTOR'S ADDRESS: PO Box 268 Topanga, CA 90290 AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND KORADE AND ASSOCIATES BUILDERS, INC. FOR REMOVAL OF LOOSE BRICK VENEER AT THE SOUTHWEST CORNER OF THE 221 NORTH CRESCENT PARKING STRUCTURE NAME OF CONTRACTOR:

More information

Heavy Loads on Roads By-law

Heavy Loads on Roads By-law Heavy Loads on Roads By-law S-2 Consolidated May 2006 This by-law is printed under and by authority of the Council of the City of London, Ontario, Canada Disclaimer: The following consolidation is an electronic

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

SECTION 02400 - STORM DRAIN SYSTEM

SECTION 02400 - STORM DRAIN SYSTEM SECTION 02400 - STORM DRAIN SYSTEM CONTENTS: Part 1 - General... 1 1.01 Work Included... 1 1.02 Related Requirements... 1 1.03 Reference Standards... 1 1.04 Quality Assurance... 1 1.05 Measurement And

More information

PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we,

PERMIT BOND ONE LOCATION LIABILITY. KNOW ALL PERSONS BY THESE PRESENTS, that we, PERMIT BOND ONE LOCATION LIABILITY KNOW ALL PERSONS BY THESE PRESENTS, that we, hereinafter referred to as the Principal, and hereinafter referred to as the (or Sureties ) are held and firmly bound to

More information

NOTICE TO CONTRACTORS INVITATION FOR BIDS

NOTICE TO CONTRACTORS INVITATION FOR BIDS NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the FOUNTAIN ALLEY PEDESTRIAN WALK PROJECT ( Project ), located in the Century

More information

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS

DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS TEMPO PARK IMPROVEMENTS PROJECT # 2012-3-4202-86 1.01 SCOPE OF WORK DIVISION 1 - GENERAL REQUIREMENTS SECTION 01000 - SPECIAL PROVISIONS The Contractor shall perform, furnish and complete the following

More information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

PLEASE NOTE. For more information concerning the history of these regulations, please see the Table of Regulations.

PLEASE NOTE. For more information concerning the history of these regulations, please see the Table of Regulations. PLEASE NOTE This document, prepared by the Legislative Counsel Office, is an office consolidation of this regulation, current to August 1, 2013. It is intended for information and reference purposes only.

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

2-1 TITLE 7 CONSTRUCTION REGULATIONS 2-4

2-1 TITLE 7 CONSTRUCTION REGULATIONS 2-4 2-1 TITLE 7 CONSTRUCTION REGULATIONS 2-4 Sec. 2-1: Sec. 2-2: Sec. 2-3: Sec. 2-4: Sec. 2-5: Sec. 2-6: Sec. 2-7: Sec. 2-8: Sec. 2-9: Sec. 2-10: Sec. 2-11: Sec. 2-12: Sec. 2-13: Sec. 2-14: Sec. 2-15: Sec.

More information

Developer s/consultants Field Services Guidelines

Developer s/consultants Field Services Guidelines Developer s/consultants Field Services Guidelines 2007 Engineering and Works Department DEVELOPER S/CONSULTANT S FIELD SERVICES GUIDELINES Fourth Electronic Edition February 2007 STATEMENT OF COMPLETION

More information

SECTION 02221 SELECTIVE DEMOLITION

SECTION 02221 SELECTIVE DEMOLITION SECTION 02221 PART 1 -GENERAL 1.01 DESCRIPTION This section includes all material, labor, machinery and supervision required to demolish and remove the following items where applicable and as noted on

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS

CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS CHAPTER 48-01.2 PUBLIC IMPROVEMENT BIDS AND CONTRACTS 48-01.2-01. Definitions. In this chapter, unless the context otherwise requires: 1. "Agency construction management" means a public improvement delivery

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

GREENFIELD MIDDLE SCHOOL ROOF PROJECT CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.

More information

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015 Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015 Westchase District is seeking proposals to replace the colored vinyl and acrylic sections of all its 41 monuments

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

LS 2540 SEWER LATERALS AND INSPECTION TEES

LS 2540 SEWER LATERALS AND INSPECTION TEES LS 2540 SEWER LATERALS AND INSPECTION TEES A. Summary B. Submittals C. Site Information D. Sewer Pipe and Fittings E. Lateral Locations F. Lateral Installation G. Inspection Tee Installation H. Removal

More information

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

APPENDIX "F' TREE REMOVAL F-1

APPENDIX F' TREE REMOVAL F-1 APPENDIX "F' TREE REMOVAL F-1 TABLE OF CONTENTS Page 1.0 Purpose...3 2.0 Objectives...3 3.0 Definitions...3 4.0 Statutory Authority...5 5.0 Responsibility...5 6.0 Tree Removal Criteria...6 7.0 The Tree

More information

City of Myrtle Beach Construction Services Department Ph: 843-918-1111 Fax: 843-918-1158. Moving Permit Requirements

City of Myrtle Beach Construction Services Department Ph: 843-918-1111 Fax: 843-918-1158. Moving Permit Requirements City of Myrtle Beach Construction Services Department Ph: 843-918-1111 Fax: 843-918-1158 Moving Permit Requirements To move a structure into the City limits of Myrtle Beach, please provide the following

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor City, Zip Work Phone Number: Cell Phone Number: Fax Number: Email

More information

CHAPTER XIX PLUMBING

CHAPTER XIX PLUMBING CHAPTER XIX PLUMBING Section 1. Section 2. Section 3. Section 4. Sec tion 5. Section 6. Section 7. Section 8. Section 9. Sec tion 10. Section 11. Section 12. Section 13. Section 14. Short Title Administration

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

Application Package for License for Sidewalk Dining Adjacent to Eating Establishment

Application Package for License for Sidewalk Dining Adjacent to Eating Establishment Application Package for License for Sidewalk Dining Adjacent to Eating Establishment Community & Economic Development Department Planning Division T :: 831.648.3190 F :: 831.648.3184 www.ci.pg.ca.us/cedd

More information

Section 801 Driveway Access Onto Public Right-of-Ways

Section 801 Driveway Access Onto Public Right-of-Ways Section 801:00 Section 801 Driveway Access Onto Public Right-of-Ways Section 801:00. Definitions. The following words and terms, when used in this Article, shall have the following meanings, unless the

More information

CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL. for 13-05: FIRE HYDRANT MAINTENANCE AND DATA COLLECTION SERVICES

CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL. for 13-05: FIRE HYDRANT MAINTENANCE AND DATA COLLECTION SERVICES CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL for 13-05: FIRE HYDRANT MAINTENANCE AND DATA COLLECTION SERVICES Please Respond no later than September 13, 2012 by 2:00 P.M. to the City Clerk s Office City

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS Enriching Lives JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 www.ladpw.org ADDRESS ALL CORRESPONDENCE

More information

Chapter 18 - Plumbing Code City of South Milwaukee

Chapter 18 - Plumbing Code City of South Milwaukee Chapter 18 - Plumbing Code City of South Milwaukee NOTE: The information listed below may not be accurate and up-to-date. The information is accurate as of the date listed at the bottom of the page; however,

More information

Close-Out Documents... 9

Close-Out Documents... 9 Water and Sanitary Sewer Service Connection Requirements Service Connection Requirements... 1 Application for Services... 2 Water Meter Application... 2 Wet Tap/Tie-in Connection Requirements... 3 Meter

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

Ocoee, FL July 01, 2016 Advertisement No. 1

Ocoee, FL July 01, 2016 Advertisement No. 1 BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL July 01, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software

More information