COUNTY OF LOS ANGELES
|
|
|
- Dwayne Cobb
- 9 years ago
- Views:
Transcription
1 COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS Enriching Lives JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA Telephone: (626) ADDRESS ALL CORRESPONDENCE TO: P.O. BOX 1460 ALHAMBRA, CALIFORNIA IN REPLY PLEASE REFER TO FILE: C-1 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA Dear Supervisors: ADOPT AND ADVERTISE BOUQUET CANYON ROAD AT DAVID WAY, ET AL. SUPERVISORIAL DISTRICT 5 3 VOTES IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is exempt from the provisions of the California Environmental Quality Act. 2. Approve the project and adopt the plans and specifications for Bouquet Canyon Road at David Way, et al., in the vicinity of Santa Clarita (5), at an estimated cost between $215,000 and $250, Call for bids to be received on February 3, Instruct the Executive Officer of the Board of Supervisors to advertise the project and to seal and return the plans and specifications to Public Works for filing.
2 The Honorable Board of Supervisors Page 2 PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION This action involves contracting for the installation of traffic signals, striping, and pavement markings; the construction of curb ramps; the widening of the roadway; and other appurtenant work. This project is part of Public Works' ongoing highway construction and maintenance program. Implementation of Strategic Plan Goals This project is consistent with the County Strategic Plan Goal of Service Excellence since it will improve traffic flow and safety for motorists and pedestrians. FISCAL IMPACT/FINANCING The estimated construction cost is in the range of $215,000 to $250,000. This project is included in the Fiscal Year Road Fund Budget. FACTS AND PROVISIONS/LEGAL REQUIREMENTS The enclosed plans and specifications include the contractual provisions, methods, and material requirements necessary for this project. The contract agreement will be in the form previously approved by County Counsel. As required by your Board, language has been incorporated into the project specifications stating that the contractor shall notify its employees, and shall require each subcontractor to notify its employees, that they may be eligible for the Federal Earned Income Credit under the federal income tax laws. ENVIRONMENTAL DOCUMENTATION This project is categorically exempt pursuant to Class 1(i) and 1(x), Subsections (5), (14), (22), and (23), of the revised County Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987, and Section (c) and (f), of the California Environmental Quality Act guidelines.
3 The Honorable Board of Supervisors Page 3 CONTRACTING PROCESS This project will be contracted on an open competitive bid basis. The contract will be awarded to the lowest responsible bidder meeting the criteria established by your Board and the California Public Contract Code. To increase contractor awareness of our program to contract work to the private sector, this project will be listed on the County website for upcoming bids. The project specifications contain provisions 1) requiring the contractor to comply with the County's Child Support Compliance Program, 2) requiring the contractor to report solicitations of improper consideration by County employees and allowing the County to terminate the contract if it is found that the contractor offered or gave improper consideration to County employees, 3) requiring the contractor to comply with the requirements of the County's Contractor Employee Jury Service Program, and 4) requiring the contractor to comply with the Newborn Abandonment Law (Safely Surrendered Baby Law). The project specifications also contain a provision that, should the contractor require additional or replacement personnel to fill employment openings, consideration shall be given to hiring qualified participants in the County's Greater Avenues for Independence or General Relief Opportunities for Work Programs. To ensure that the contract is awarded to a responsible contractor with a satisfactory history of performance, bidders are required to report violations of the False Claims Act, their civil litigation history, and information regarding prior criminal convictions. The information reported will be considered before making a recommendation to award. IMPACT ON CURRENT SERVICES (OR PROJECTS) The project is to be completed in 40 working days. It is estimated that the work will start in March and be completed in May Local residents and businesses will be informed that traffic and local access will be mildly disrupted during the construction.
4 The Honorable Board of Supervisors Page 4 CONCLUSION Please return one approved copy of this letter to Public Works. Respectfully submitted, JAMES A. NOYES Director of Public Works SS:ssa O:\Projects\Programs - Road\Traffic\BouquetCanyonRoadAtDavidWay (LDD )\Board\Adv.doc Enc. cc: Chief Administrative Office County Counsel Office of Affirmative Action Compliance
5 BOUQUET CANYON ROAD AT DAVID WAY, ET AL. INSTRUCTION SHEET FOR PUBLISHING LEGAL ADVERTISEMENT From: Department of Public Works Construction Division PUBLISHING In accordance with Section of the Public Contract Code: Publish: At least ten consecutive times, prior to the date set for opening bids, in a daily newspaper of general circulation printed and published in the County and designated by the Board, or for at least two consecutive times prior to such date in a weekly newspaper printed and published in the County and designated by the Board. Time Limitation: To open bids in four weeks.
6 NOTICE INVITING BIDS Sealed Bids will be received by the County of Los Angeles Department of Public Works, Construction Division, for the installation of traffic signals, striping, and pavement markings; the construction of curb ramps; the widening of the roadway; and other appurtenant work under Project ID No. LDD , Bouquet Canyon Road at David Way, et al., in the vicinity of Santa Clarita. The Bids must be submitted at the Cashier's Office, west side of main lobby, 900 South Fremont Avenue, Alhambra, California , before 11 a.m. on Tuesday, February 3, The Bids will then be publicly opened and read in Conference Room A or at the location posted in the main lobby. The Work shall be done in accordance with the Plans and Specifications on file and open for inspection at the County Board of Supervisors Executive Office and the Department of Public Works. The Work is estimated to cost between $215,000 and $250,000 and shall be completed in 40 working days. The Work requires a California Class A or C10 contractor=s license. Prebid questions regarding the Plans and Specifications should be directed to Ms. Sumitha Shival at (626) The Bids must be submitted on the Proposal forms included in the Bidder's package of the Contract Documents which may be purchased for $14 if picked up at the aforementioned Cashier's Office, (626) , Monday through Thursday between 7 a.m. and 5:30 p.m., or at the Department of Public Works Permit Office, Sierra Highway, Palmdale, California 93550, (661) , Monday through Friday between 7:30 a.m. and 4 p.m., The Bidder's package of the Contract Documents may also be mailed for $17, which includes postage and handling. Each Bid must be accompanied by a certified check, cashier's check, or surety bond payable to Los Angeles County in an amount equal to at least 10 percent of the Bid to guarantee that the Bidder will enter into the Contract if it is so awarded. All persons performing the Work shall be paid not less than the General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to the California Labor Code. Copies of these wage rates are available at the Department of Public Works. The Bid must provide full disclosure of False Claims Act violations and civil/criminal legal actions as provided for on the three forms included as part of the Proposal. Failure to complete these forms may result in a determination that the Bidder is nonresponsive and/or not responsible. The Contract, if awarded, will be awarded to the lowest responsive and responsible Bidder; however, the Board of Supervisors reserves the right to reject any and all Bids. -1-
7 A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as quality, fitness, capacity, and experience to satisfactorily perform the Contract. It is the County's policy to conduct business only with responsible contractors. The successful Bidder will be required to submit a faithful performance bond, payment bond, liability insurance, and workers' compensation insurance with the Contract. As provided for in Section of the California Public Contract Code, the Contractor may substitute securities for any monies withheld by the Department of Public Works to ensure performance under the Contract, or enter into an escrow agreement for payment of such monies to an escrow agent. Para mas informacion con relacion a esta noticia, por favor llame a este numero (626) Nuestras horas de oficina son de 7 a.m. a 5:30 p.m. de Lunes a Jueves. Each person by submitting a response to this Notice Inviting Bids certifies that such Bidder and each County lobbyist and County lobbying firm, as defined by Los Angeles County Code Section , retained by the Bidder, is in full compliance with Chapter of the Los Angeles County Code. The County supports and encourages equal opportunity contracting. By order of the Board of Supervisors of the County of Los Angeles, State of California. Dated January 6, Violet Varona-Lukens Executive Officer of the Board of Supervisors SS:ssa O:\Projects\Programs - Road\Traffic\BouquetCanyonRoadAtDavidWay (LDD )\Board\Nib.doc -2-
IT IS RECOMMENDED THAT YOUR BOARD: 1. Find that this project is statutorily exempt from the provisions of the California Environmental Quality Act.
October 11, 2011 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: ADOPT, ADVERTISE,
AMENDMENT TO INCREASE PEST CONTROL SERVICES CONTRACT AMOUNT (ALL DISTRICTS) (3 VOTE)
January 05, 2016 The Honorable Board of Commissioners Housing Authority of the County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 1-H January
IT IS RECOMMENDED THAT THE BOARD:
May 05, 2015 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 14 May 5, 2015 Dear Supervisors: AUTHORIZATION
AGENDA STAFF REPORT. ASR Control 15-000093
AGENDA STAFF REPORT Agenda Item ASR Control 15-000093 MEETING DATE: 03/03/15 LEGAL ENTITY TAKING ACTION: Board of Supervisors BOARD OF SUPERVISORS DISTRICT(S): 2 SUBMITTING AGENCY/DEPARTMENT: John Wayne
COUNTY OF LOS ANGELES REGISTRAR-RECORDER/COUNTY CLERK 12400 Imperial Highway P.O. Box 1024, Norwalk, California 90651-1024 www.lavote.
COUNTY OF LOS ANGELES REGISTRAR-RECORDER/COUNTY CLERK 12400 Imperial Highway P.O. Box 1024, Norwalk, California 90651-1024 www.lavote.net DEAN C. LOGAN Registrar-Recorder/County Clerk March 31, 2009 The
County of Los Angeles
,: " WILLIAM T FUJIOKA Chief Executive Officer The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Dear Supervisors:
NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34
NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34 34-201. Notice of intention to receive bids and enter contract; procedure; doing work without
15-213. Procurement practices of school districts and charter schools; definitions
ARIZONA AUTHORITY 15-213. Procurement practices of school districts and charter schools; definitions A. The state board of education shall adopt rules prescribing procurement practices for all school districts
How To Bid On A Building Project In San Jose
NOTICE TO CONTRACTORS INVITATION FOR BIDS The REDEVELOPMENT AGENCY OF THE CITY OF SAN JOSE invites sealed written proposals for the CIVIC AUDITORIUM BOILER SYSTEM REPLACEMENT PROJECT ( Project ), located
NURSING MANAGEMENT PAY PLAN (ALL SUPERVISORIAL DISTRICTS) (3 VOTES)
WILLIAM T FUJIOKA Chief Executive Offcer County of Los Angeles CHIEF EXECUTIVE OFFICE Kenneth Hahn Hall of Administration 500 West Temple Street, Room 713, Los Angeles, California 90012 (213) 974-1101
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
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:
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
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
Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE
Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South
APPROVAL TO AMEND LEGAL ENTITY AGREEMENT WITH TELECARE CORPORATION (SUPERVISORIAL DISTRICT- ALL) (3 VOTES)
October 08, 2013 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012 Dear Supervisors: APPROVAL TO AMEND
Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015
Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future
ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO
ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February
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
PITTSBURG UNIFIED SCHOOL DISTRICT
PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i
AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR
THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: MAY 24, 2016 FROM: CONSTRUCTION RESOLUTION NO. AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER
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
DEFAULTED PROPERTY TAX REDUCTION PROGRAM IMPLEMENTATION INSTRUCTIONS/GUIDELINES
DEFAULTED PROPERTY TAX REDUCTION PROGRAM IMPLEMENTATION INSTRUCTIONS/GUIDELINES TABLE OF CONTENTS I. OVERVIEW OF DEFAULTED PROPERTY TAX REDUCTION PROGRAM II. III. IV. DEFINITIONS APPLICABILITY OF DEFAULTED
Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
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
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
AGREEMENT AMENDMENT WITH MEDQUIST TRANSCRIPTIONS, LTD
8101 September 12, 2002 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Dear Supervisors: AGREEMENT AMENDMENT
Ocoee, FL May 13, 2016 Advertisement No. 1
BID SOLICITATION NOTICE Turnpike FLORIDA DEPARTMENT OF TRANSPORTATION CONSTRUCTION AND MAINTENANCE PROGRAMS Ocoee, FL May 13, 2016 Advertisement No. 1 All bids must be completed using Expedite Bid software
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,
CHAPTER 7 PUBLIC WORKS LAW
7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed
Board of Council - General Comments and Rejections
VILLAGE NEIGHBORHOOD COUNCIL OFFICERS MARY GONZALEZ PRESIDENT BOB CHU VICE-PRESIDENT RON JOHNSON SECRETARY JANE BROWN TREASURER CITY OF LOS ANGELES CALIFORNIA VILLAGE NEIGHBORHOOD COUNCIL REGULAR MEETING
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
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
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
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 2 1109 S. Marion Avenue, Mail Station 2015 Lake City, Florida 32025-5874
ADVERTISEMENT FOR LETTERS OF INTEREST FOR A DESIGN BUILD PROJECT (PROCUREMENT METHOD SHORTLISTING OF PROPOSERS WITH TECHNICAL AND PRICE EVALUATION BY ADJUSTED SCORE) PROCUREMENT NUMBER: E2N44 Financial
TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2
TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site 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 The contactor shall possess a California contractor s license, Class A,
RHODE ISLAND CONSTRUCTION LAW PRIMER
RHODE ISLAND CONSTRUCTION LAW PRIMER By Chad L. Hershman, Esq. [email protected] 617-378-4192 I. Introduction: As the construction industry continues to attempt to emerge from a period of decreased
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
CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE
CONTRACTOR PREQUALIFICATION REQUIREMENTS GENERAL CONTRACTORS, MECHANICAL/PLUMBING SUBCONTRACTORS & ELECTRICAL SUBCONTRACTORS FOR THE SANTEE SCHOOL DISTRICT 1 .......... 2 1. Effective January 1 st, 2014,
TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4
CARROLL COUNTY MINORITY BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 10/03/02 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4 IV METHODS OF PROCURMENENT
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
12-15-08 DRAFT 2009FL-0004/018
1 HEALTH REFORM - HEALTH INSURANCE 2 COVERAGE IN STATE CONTRACTS 3 2009 GENERAL SESSION 4 STATE OF UTAH 5 6 LONG TITLE 7 General Description: 8 This bill requires certain state entities to require a contractor
CITY OF COEUR D'ALENE
CITY OF COEUR D'ALENE HUMAN RESOURCES City Hall, 710 E. Mullan Avenue Cœur d Alene, Idaho 83816-3964 EXAM ANNOUNCEMENT FOR POLICE OFFICER Apply by August 15, 2014 for the September 8-12, 2014 Testing Process
Introduction/Background. Competitive Bidding- Statutory Requirements. Competitive Bidding- Charter/Code Requirements
Public Works Contracts in Missouri Presented September 8, 2008 by Joe Lauber 2008 Missouri Municipal League Annual Conference Introduction/Background Bidding the project New construction safety training
OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS
OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS THIS QUESTIONNAIRE MUST BE PRINTED ON BLUE PAPER OAKLAND UNIFIED SCHOOL DISTRICT
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
PREQUALIFICATION QUESTIONNAIRE
PREQUALIFICATION QUESTIONNAIRE BAW&G/WHW/JWF/172861.2 Revision Date: 01-14/14 1 Contractor Prequalification Package CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT
SAN BERNARDINO MOUNTAINS COMMUNITY HEALTHCARE DISTRICT CONTRACTOR PRE-QUALIFICATION QUESTIONNAIRE 1 PRE-QUALIFICATION QUESTIONNAIRE 000 CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears
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
REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,
REQUEST FOR PROPOSALS. For FINANCIAL ADVISORY SERVICES
REQUEST FOR PROPOSALS For FINANCIAL ADVISORY SERVICES Request for Proposals Issued: July 30, 2012 Deadline for Submittal of Proposals: August 17, 2012 Request for Proposals for Financial Advisory Services
ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041
NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041 WEST AVENUE K, LANCASTER, LOS ANGELES COUNTY, CALIFORNIA 93536-5426, ACTING BY AND THROUGH ITS GOVERNING
MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING
MISSOURI MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF Name Addres s FOR CONSTRUCTING OR IMPROVING Central Office Warehouse Renovation Phase I Jefferson City, Missouri
REQUEST FOR PROPOSAL For Retirement Investment Advisor Services Bid Number: 032315 March 2, 2015
Fresno Economic Opportunities Commission (Fresno EOC or Agency) is soliciting proposals to establish a contract with one (1) qualified and experienced Retirement Investment Advisory Firm to handle the
ORDINANCE NO.------- THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:
ORDINANCE NO.------- An ordinance authorizing the award of one design-build contract for the decommissioning, disablement, demolition and removal of Scattergood Generating Station Unit 3 pursuant to a
MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS
MODEL LAW ON MOTOR VEHICLE INSPECTION BY INDEPENDENT CONTRACTORS AND SELF INSPECTORS Section 1. Definitions.-- As used in this act, the term: (1) "Contractor" means any person, corporation, or partnership
SCRANTON, PA 18503 (570) 963-6800
REQUEST FOR PROPOSALS FOR GRANT WRITING SERVICES FOR ENVIRONMENTAL ASSESSMENTS OF BROWNFIELD SITES PROPOSAL FORMAT AND SCOPE OF SERVICES PROPOSALS TO BE SUBMITTED BY 10:00 AM, MONDAY, SEPTEMBER 29, 2014
Request for Proposals RFP No. 14-12
Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be
INSTRUCTIONS TO BIDDERS
CAMPUS PLANNING, DESIGN & CONSTRUCTION Sixth Avenue and Grant Street PO Box 172760 Bozeman, Montana 59717-2760 Phone: (406) 994-5413 Fax: (406) 994-5665 INSTRUCTIONS TO BIDDERS 1. Table of Contents Provided
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION
CLARK COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING & CONTRACTS DIVISION Clark County Government Center 500 Grand Central Parkway, 4th Floor Las Vegas, NV 89106 Phone: (702) 455-2897 Fax: (702)
The two sides disagree on how much money, if any, could have been awarded if Plaintiffs, on behalf of the class, were to prevail at trial.
SUPERIOR COURT OF THE COUNTY OF LOS ANGELES If you are a subscriber of Kaiser Foundation Health Plan, Inc. and you, or your dependent, have been diagnosed with an autism spectrum disorder, you could receive
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
DOCUMENT 00 11 16 NOTICE TO BIDDERS
DOCUMENT 00 11 16 NOTICE TO BIDDERS 1. Notice is hereby given that The County of Alameda General Services Agency ( GSA ) Purchasing Department ( County or Owner ) will receive sealed bids for the following
TRANSPORTATION SERVICES CONTRACTS
TRANSPORTATION SERVICES CONTRACTS STATEMENT It is the desire and intent of the Board of School Trustees for the Greater Clark County School Corporation to comply in all respects with the procedures set
HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING
HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing
D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS
PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section
Agency for Persons with Disabilities State of Florida Tacachale BIOHAZARD WASTE REMOVAL ITB # APD 11-002
Agency for Persons with Disabilities State of Florida Tacachale INVITATION TO BID (ITB) FOR BIOHAZARD WASTE REMOVAL ITB # APD 11-002 COMMODITY CODE: 991-100 Bid Opening Date: October 14, 2011 at 1:30 P.M.
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015
PUBLIC NOTICE REGIONAL TRANSIT AUTHORITY CEMETERIES TRANSIT CENTER (CANAL BLVD BUS AND STREETCAR TERMINAL) INVITATION FOR BID (IFB) #2016-015 Project Description: The Regional Transit Authority of New
SUBMISSION REQUIREMENTS
GREATER ORLANDO AVIATION AUTHORITY REQUEST FOR CONTRACTOR STATEMENT OF QUALIFICATIONS (RFQ) FOR BP-459 SECURED AREA ACCESS POINT CCTV IMPROVEMENTS ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS
