AWARD AND APPROVAL OF CONSTRUCTION CONTRACT CONTRACTOR: JOHNSON-PELTIER ELECTRICAL CONTRACTOR
|
|
|
- Reynold Cunningham
- 9 years ago
- Views:
Transcription
1 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 ELECTRICAL CONTRACTOR SUMMARY: Staff requests that the Board of Harbor Commissioners (Board) approve the award of the construction contract to Johnson-Peltier Electrical Contractor. The Badger Avenue Bridge Rehabilitation project (Project) will replace the existing electrical system which allows the bridge to liftfor passage of vessels below the bridge. The existing drives and motors have reached their service life and require replacement. The lowest responsive and responsible bidder is Johnson-Peltier Electrical Contractor located in Santa Fe Springs, California. The contract amount, plus a 10% contingency, is $1,217, The contract duration is 365 calendar days. The City of Los Angeles Harbor Department (Harbor Department) is financially responsible for payment of expenses under the proposed contract. RECOMMENDATION: It is recommended that the Board of Harbor Commissioners (Board): 1. Find that the proposed action is exempt from the requirements of the California Quality Act (CEQA) under Article III Section 1(32) of the Los Angeles City CEQA Guidelines as determined by the Director of Environmental Management; 2. Award and approve, Specification No for Item Nos. 1 through 11 of the proposal schedule to Johnson-Peltier Electrical Contractor, in the amount of $1,107,050.00; that a 10% contingency not included in the original contract amount be applied for a total authorization of $1,217,755.00; and authorize payment from the City of Los Angeles Harbor Department Construction Account. The contract time for performance of the work will be 365 calendar days from the Notice to Proceed;
2 DATE: MAY 24,2016 PAGE 2 OF 5 3. Authorize the Executive Director to execute and the Board Secretary to attest to this contract for and on behalf of the Board; 4. In accordance with City Charter Section 655 (g), delegate and authorize the Executive Director to adjust final bid quantities and accept the construction contract upon its completion; and 5. Adopt Resolution No.. DISCUSSION: Background / Context - The scope of this Project consists of replacing existing direct current (DC) drive motors, DC variable speed drives, and Programmable Logic Controller (PLC) system with new alternating current (AC) motors, flux vector drives, and new PLC system, and integrating the new system with the existing system components, which provides the electrical lift system for the existing bridge and allows navigational crossing. This Project also includes programming, testing, commissioning, and interfacing the sensors and controls for interlocking and signaling with the railroad authority. An aerial site plan showing the limits of the Project can be found in Transmittal 3. This Project will be constructed in compliance with the City of Los Angeles Harbor Department's (Harbor Department) Small BusinessA/ery Small Business Enterprise Program (SBEA/SBE). This contract is consistent with State of California Prevailing Wage provisions. This Project will be performed under a Project Labor Agreement. This construction contract is temporary in nature and requires specific experience and equipment to perform the work. As such, it is not feasible for the City of Los Angeles (City) to hire employees and purchase equipment to perform the work under this contract. Construction Award Process - City of Los Angeles Charter Section 371(a) - Competitive Bidding sets forth the procedure staff followed to award this contract. For construction contracts such as this one, the Harbor Department publishes the Notice Inviting Bids in daily newspapers and trade publications circulated in the City of Los Angeles, as well as on the Port of Los Angeles website. The Harbor Department conducts a pre-bid conference to familiarize the prospective bidders with the Project and to answer questions related to the construction contract. Following submittal to the Harbor Department, the bids are publicly opened, and the apparent lowest bidder is declared. Bid documents, SBE and VSBE participation, and other required documents are reviewed for compliance with Harbor Department requirements. Once all information is verified, and, if the lowest bidder is deemed
3 DATE: MAY 24,2016 PAGE 3 OF 5 responsive, recommendation for award of the construction contract is made. If the apparent lowest bidder is found non-responsive, the next lowest bidder is reviewed. In conformance with the City Charter section for competitive bidding, as stated above, the Notice of Inviting Bids for Specification No was advertised on February 25, 2016 on the Port of Los Angeles website, in Chinese Daily News, Dodge Construction "Green Sheet", L.A. Watts Times, Los Angeles Times, and Metropolitan News Company to reach out to as many potential bidders as possible. A pre-bid meeting was held on March 8, As authorized by the Executive Director on February 25, 2016, the Chief Harbor Engineer received 2 bids for the subject contract on April 27, The Analysis of Bids (Transmittal 1) lists the companies that submitted bids and their respective bid amounts. The bids received were opened, and Johnson-Peltier Electrical Contractor was declared the apparent lowest bidder at the time of the bid opening with a bid of $1,107, Construction Division staff has verified Johnson-Peltier Electrical Contractor's state license. In conformance with Section of Ordinance No , verification is hereby made that Johnson-Peltier Electrical Contractor has executed and filed an Affirmative Action Plan with their bid. A notification letter has been sent to the City Office of Contract Compliance as required in the ordinance. Johnson-Peltier Electrical Contractor's bid has been found responsive. An approximate 10% contingency is recommended based on a qualitative review of project specific tasks, including schedule constraints and potential unforeseen conditions that may arise during construction, utility conflicts and design and scope changes to accommodate field conditions, for a total project cost of $1,217, The Harbor Department had set minimum participation levels of 1% SBE, and 0% VSBE. Johnson-Peltier Electrical Contractor is a SBE and has provided the required documents regarding their SBE participation, which qualifies for 100% SBE participation (Transmittal 2). This contract is consistent with State of California Prevailing Wage provisions. This Project is subject to the terms of Project Labor Agreement No , as approved by the Board on March 17, 2011, and the Los Angeles City Council on May 11, ENVIRONMENTAL ASSESSMENT: The proposed action is award of a contract to Johnson-Peltier Electrical Contractor for the replacement of existing DC motors, drives and PLC with AC motors, drives and PLC. This activity represents the maintenance and replacement of equipment which are accessory to the use of an existing structure involving no expansion of use. As such, the Director of Environmental Management has determined that the proposed
4 DATE: MAY 24,2016 PAGE 4 OF 5 action is exempt from the requirements of CEQA in accordance with Article III 1(32) of the Los Angeles City CEQA Guidelines. Class FINANCIAL IMPACT: Funds for fiscal year 16/17 in the amount of $684, have been requested to be budgeted in Capital Budget, Account No , Center No. 1002, Program No The funds are expected to be expended as follows: Fiscal Year 2016/2017 $ 684, Fiscal Year 2017/2018 $ Total $1,217, Funds for future fiscal years will be requested to be budgeted as part of the annual budget process, upon Board Approval. The total construction budget for this Project, including contingency, is $1,217, Although the contractor is not obligated to perform any work under the contract in any fiscal year in which no appropriation for the contract has been made, the contractor agrees to resume performance of the work required by the contract on the same terms and conditions for a period of 60 days after the end of the fiscal year if an appropriation is approved within that 60-day period. The contractor is responsible for maintaining all insurance and bonds during this 60-day period. The time for performance shall be extended during this period until the appropriation is made; however, such extension of time is not compensable. If, in any subsequent fiscal year, funds are not appropriated for work required by the contract, the contract shall be terminated. However, such termination shall not relieve the parties of liability for any obligation previously incurred. ECONOMIC BENEFITS: Spending under the proposed contract will support 6 direct and 4 secondary one-year equivalent jobs for the five-county region.
5 DATE: MAY 24, 2016 PAGE 5 OF 5 CITY ATTORNEY: The Office of the City Attorney reviewed and approved Specification No as to form and legality on August 25, TRANSMITTALS: 1. Analysis of Bids 2. Contractor and Subcontractor List 3. Vicinity Map FIS Approval: ^A(jnitials) CA Approval: (//flp (initials) SHAUN SHAHRESTANI Chief Harbor Engineer Construction Division ANTONIO V. GIOIELLO, P.E. Deputy Executive Director - Development feugene D. SEROKA Executive Director Author: Mahsa Hematabadi MH:lh 2772B01 File No. 4.6
1.,\ THE PORT OF LOS ANGELES DATE: JUNE 13,2012
1.,\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: JUNE 13,2012 FROM: CONSTRUCTION RESOLUTION NO. - AWARD OF CONTRACT CONSULTANT: APSI CONSTRUCTION MANAGEMENT
Lr\ THE PORT DATE: APRIL 19, 2013 DEBT & TREASURY
Lr\ THE PORT OF LOS ANGELES Executive Director's Report to the Board of Harbor Commissioners DATE: APRIL 19, 2013 FROM: DEBT & TREASURY RESOLUTION NO. - AWARD OF PERSONAL SERVICES AGREEMENTS WITH FIELDMAN
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools
Frequently Asked Questions Concerning the Public Bidding and Prevailing Wage Requirements of New Jersey Charter Schools 1. Are charter schools required to comply with New Jersey public bidding requirements
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS
GUIDELINES FOR SMALL BUSINESS CONSTRUCTION CONTRACTS HARRISBURG, PENNSYLVANIA MAY 2014 EDITION Guidelines for the DGS Small Business Reserve Program For Construction Contracts 1 General a.) Pursuant to
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
Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 AWARD CONTRACT FOR AC/AIR COMPRESSORS
52 Los Angeles County One Gateway Plaza Metropolitan Transportation Authority Los Angeles, CA g0012-2g52 Metro OPERATIONS COMMI'ITEE JUNE 18,2009 SUBJECT: ACTION: AIR CONDITIONING (AC) AND AIR COMPRESSORS
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
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)
RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM
Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer
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:
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
ATTACHMENT A HCIDL A Request for Issuance of Bonds for Skid Row Southeast 1. Resolution for Skid Row Southeast 1 on next page.
ATTACHMENT A HCIDL A Request for Issuance of Bonds for Skid Row Southeast 1 Resolution for Skid Row Southeast 1 on next page. RESOLUTION CITY OF LOS ANGELES A RESOLUTION AUTHORIZING THE ISSUANCE, SALE
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
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
Contract Provisions. 1. Party Names: Is each party clearly identified by official legal name? department, center or program name.
The Purchasing Office at SMC has created this checklist to assist District employees with key points to consider when presenting contracts for final processing. The checklist outlines important provisions
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
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
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property
Nebraska Public Schools: Statutes Related to the Construction of Improvements to Real Property 73-101. Public lettings; how conducted. Whenever the State of Nebraska, or any department or any agency thereof,
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,
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
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:
Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR: San Diego State University Basketball Practice Facility Project Number: 03400200 October 2013 San
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
Project Name: Project No.: CONTRACTOR BID FORM. BID FROM: Name: Address:
This bid form must be filled out but is for MPOWER processing purposes only. It does not replace the contractors bid. Your contractors bid should additionally be attached. Project Name: Project No.: CONTRACTOR
.//.!. L.moi. /API J II, - l 1 d BOARD OF AIRPORT COMMISSIONERS REPORT TO THE. 'Los Angeles World Airports. DeborFlint xecu ive Director
I 1 1 a BY Appr. -..ÿ. Lisa 'Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS.//.!. L.moi. /API II rifiletti Dire fir, Environ entai & Land Use Planning Reviewed.. Cynthia Guidry,
CONTENTS OF BID. Each bid must include all of the following: A completed and signed Bid Form (the form is attached).
ISSUE DATE: March 31, 2016 Entertainment Venue Construction Project INVITATION TO BID BIDS DUE: INSTRUCTIONS: CONTACT INFO: 2:00 P.M. on May 6, 2016 (the Submission Deadline ) Submit one completed Bid
New Jersey Administrative Code. Encumbrance Accounting and Certifications of Availability of Funds
New Jersey Administrative Code N.J.A.C. 5:30-5.1 to 5.5. 5:30-5.1 5:30-5.2 5:30-5.3 5:30-5.4 5:30-5.5 Encumbrance Accounting and Certifications of Availability of Funds General authority Encumbrance systems
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
An ordinance amending Chapter I of the Los Angeles Municipal Code by adding new Sections 16.10 and 16.11 to establish the Green Building Program
ORDINANCE NO. 1_7_9_8_2_0_ An ordinance amending Chapter I of the Los Angeles Municipal Code by adding new Sections 16.10 and 16.11 to establish the Green Building Program THE PEOPLE OF THE CITY OF LOS
All other provisions of the contract documents, plans and specifications shall remain unchanged.
B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage
Notes. Score. 1 Basic Services 1.1. A few instances; could have been more proactive
Jacobs Contract performance Tracking spreadsheet = Excellent 2 = Meets performance standards 1 = Improvement needed 0= Unsatisfactory Report for the time period: Annual report 210 Total average score 2.86
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
TROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:
Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. is dedicated to the highest standards of integrity
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
CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT. FREQUENTLY ASKED QUESTIONS (FAQs)
Updated: June 25, 2015 CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING ACT FREQUENTLY ASKED QUESTIONS (FAQs) 1. What is the? A program created in 1983 which allows local agencies to perform public
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
REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR. DESIGN of Two Parking Garages:
REQUEST for STATEMENTS OF QUALIFICATIONS PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR DESIGN of Two Parking Garages: 1. Expansion of Existing Bexar County Parking Garage (approx. 500 spaces) 2.
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
Unity Community Center Metal Roof Installation. Request for Bids
Unity Community Center Metal Roof Installation Unity Barn Raisers Request for Bids May 24, 2012 Town of Unity Communities for Maine s Future Bond funding Unity Barn Raisers PO Box 381 32 School Street
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
RESOLUTION NO. ---=0=1_5.,..--1_4_5_. General Manager
Resolution No. 0 15 14 5 WHEREAS, OGMA Consulting Corporation (OGMA) was awarded Agreement No. 47080-2 by the Los Angeles Department of Water and Power (LADWP) Board of Commissioners on March 20, 2012,
City of Powell Request for Proposals for a Total Compensation Survey
City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation
REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
WASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
CITY OF FILLMORE CENTRAL PARK PLAZA 250 Central Avenue Fillmore, California 93015-1907 (805) 524-3701 FAX (805) 524-5707
CITY OF FILLMORE CENTRAL PARK PLAZA 250 Central Avenue Fillmore, California 93015-1907 (805) 524-3701 FAX (805) 524-5707 TO: FROM: Mayor and Council Michael Lapraik, P.E., Building Official DATE: August
City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
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
Work Breakdown Structure Element Dictionary Construction
Initiation CON 5.1 Initiation encompasses deliverables associated with the development, implementation and control of the project s schedule, budget and scope, including the solicitation for a contractor
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
Utility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way
Public Works Department Utility Coordination Procedures for Hillsborough County Construction Projects within County Rights-of-Way October 2015 HillsboroughCounty.org HILLSBOROUGH COUNTY Office of the County
Construction Management/ General Contractor Alternative Contracting Process
Clean Water State Revolving Fund Loan Program Construction Management/ General Contractor Alternative July 2011 Last Updated: 08/03/2011 By: Larry McAllister DEQ 11-WQ-027 Prepared by: Clean Water State
REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
SAMPLE VENDOR AGREEMENT VENDOR # 00000. Sample Vendor, Vendor Title Sample Vendor Company. Evelyn V. Martinez, Executive Director
VENDOR AGREEMENT VENDOR # 00000 TO: FROM: Sample Vendor, Vendor Title Sample Vendor Company Evelyn V. Martinez, Executive Director DATE: SUBJECT: Sample Vendor Project This Agreement, by and between the
FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK DESCRIPTION OF JOB LOCATION OF JOB DEPARTMENT
To: Shelly Billingsley, P.E. Director of Engineering Division 625 52nd Street Kenosha, Wisconsin 53140 FIRM APPROVAL OF BIDDER'S PROOF OF RESPONSIBILITY DATE RECEIVED PRE-QUALIFIED BY DATE CLASS OF WORK
ALABAMA STATE DEPARTMENT OF EDUCATION
ALABAMA STATE DEPARTMENT OF EDUCATION CONSTRUCTION REQUIREMENTS FOR COUNTY AND CITY PUBLIC SCHOOLS PROJECTS TOTALLY FUNDED WITH LOCAL FUNDS AND SUBMITTAL OF ALL PLANS AND SPECIFICATIONS Thomas R. Bice,
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
BID BOND 9/7/12 BS - 1. KNOW ALL MEN BY THESE PRESENTS, that I/We. as Principal, hereinafter called Contractor, and
KNOW ALL MEN BY THESE PRESENTS, that I/We as Principal, hereinafter called Contractor, and BID BOND a corporation duly organized or authorized to do business under the laws of the State of Nevada and the
NORTH COUNTY TRANSIT DISTRICT
NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum
REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors
REQUEST FOR PROPOSAL windows,sliding glass door repair and replacement contractors TABLE OF CONTENTS INTRODUCTION AND BACKGROUND... 3 Purpose Of The Request For Proposal window repair and replacement contractors...
CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP)
Michigan Department Of Transportation 5100B (05/13) CHECKLIST TO DESIGNATE AREAS OF EVALUATION FOR REQUESTS FOR PROPOSAL (RFP) Page 1 of 2 REQUISITION NUMBER DUE DATE TIME DUE MDOT PROJECT MANAGER JOB
CONTRACTOR GUIDELINES
CONTRACTOR GUIDELINES WORKING IN NEIGHBORHOODS (WIN) HOUSING DIVISION 175 East Second Street, Suite 580 Tulsa, OK 74103 Telephone 918.576.5552 Fax 918.699.3239 Website www.cityoftulsa.org/housing Email
COUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,
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
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
CDO WORKFORCE INVESTMENT BOARD. REPLACES CDO Workforce Investment Board Procurement Policy, dated 9/30/05
CDO WORKFORCE INVESTMENT BOARD POLICY #07-03: Local Procurement of Goods and Services DATE: November 14, 2007 APPLIES TO: Use of WIA Title I-B funds REPLACES CDO Workforce Investment Board Procurement
Controlling Our Critical Path: A CDOT Guide to Better Project Management Practices
: A CDOT Guide to Better Project Management Practices Project Management practices have been a part of the CDOT culture for many years. However, with a transitioning workforce and increasing demands, it
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 BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
Solicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California
Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES ISSUED BY: INGLEWOOD UNIFIED SCHOOL DISTRICT Issued: November 20, 2015 Due: December 18, 2015 SCHEDULE OF EVENTS INGLEWOOD UNIFIED SCHOOL
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
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT. University of Nevada, Las Vegas
ADDENDUM 5 TO IFB 5212-BC UNLV UCC DORMITORY COMPLEX HUGHES AND FAIMAN HALLS HVAC AND ROOFING REPLACEMENT University of Nevada, Las Vegas Purchasing Department 4505 Maryland Parkway Las Vegas, Nevada 89154-1033
EXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
