Department of Public Works. Bureau of Engineering Bureau of Contract Administration Joint Report No. 1. February 8, 2017 CD No. 11

Size: px
Start display at page:

Download "Department of Public Works. Bureau of Engineering Bureau of Contract Administration Joint Report No. 1. February 8, 2017 CD No. 11"

Transcription

1 Department of Public Works Bureau of Engineering Joint Report No. 1 February 8, 2017 CD No. 11 REQUEST TO AWARD A CONTRACT FOR THE HYPERION TREATMENT PLANT (HTP) ONE-MILE OUTFALL REPAIR (CIP 2437) RE-BID - WORK ORDER NO. SZH11770 RECOMMENDATIONS 1. Declare Curtin Maritime, Corp. (Curtin), first low bidder after the Local Business Preference (LBP) is applied, to be non-responsive, as discussed in this report. 2. Declare TechCom International, Corp. (TechCom), second low bidder after the LBP is applied, to be the lowest responsive, responsible bidder, and award them a contract for this project for $5,465, Authorize the President or two members of the Board of Public Works (Board) to execute the contract after approval as to form has been obtained from the City Attorney. TRANSMITTALS 1. Summary of bids received on October 19, Copy of the letter dated November 8, 2016, from the Office of Contract Compliance (OCC) to Martin Curtin, Curtin Maritime Corporation, P.O. Box 2531, Long Beach, CA Copy of the letter dated November 10, 2016, from Mr. Steven Chew, Vice President, Operations, Curtin Maritime Corporation, to the (BCA). DISCUSSION Background The work to be performed includes mobilization; furnishing all materials, equipment, and tools; transportation; and the performance of necessary labor for the rehabilitation of the HTP One-Mile Outfall Repair. The work consists of: Placement of rock ballast scour protection along a portion of the One-Mile Outfall, perform concrete repairs to voids found on several locations of the outfall concrete pipe encasement and at two of the outfall s pylons near the offshore end of the encasement. Clean heavy marine growth from voids to be repaired, form and place concrete, and fill voids for repair. Remove marine growth and debris that has plugged a gas release vent located on top of the south diffuser leg end structure of the Five-Mile Outfall pipe. Meet special condition requirements including provision of Marine Wildlife Monitoring and Contingency Plan, Pre-construction Marine Biological Survey and Report, Anchoring Plan, Spill Response

2 Joint Report No. 1 Page 2 Plan, Critical Operations and Curtailment Plan, Post-Project Marine Biological Survey and Report, Pre-construction Caulerpa Survey in accordance with the Caulerpa Control Protocol, Pre-construction Eelgrass Survey in accordance with the California Eelgrass Mitigation Policy, US Coast Guard Notifications, Post-project implementation memorandum, and Water Quality Monitoring Plan. The contract duration is 180 calendar days. Aerial Photo of the Hyperion One-Mile Outfall The project has been reviewed for environmental considerations and was determined to be categorically exempt pursuant to the provisions of the California Environmental Quality Act (CEQA) of 1970 under Article III of the City s CEQA Guidelines. Bid Review The three bids received (Transmittal No. 1) compared with the City Engineer s estimate of $5,750,000 are: Business Inclusion Program (BIP) Codes: MBE = Minority Business Enterprise WBE = Women Business Enterprise SBE = Small Business Enterprise LBE = Local Business Enterprise EBE = Emerging Business Enterprise DVBE = Disabled Veteran Business Enterprise OBE = Other Business Enterprise

3 Department of Public Works Bureau of Engineering Joint Report No. 1 February 8, 2017 Page 3 Bid No. Contractor Name Bid Amount % High/Low % Pledged Low Bid 2 nd Bid 3 rd Bid TechCom (WBE, SBE, EBE) Manson Construction Co. (Manson) (OBE) Curtin (SBE, LBE) $5,465,000 $5,717,500 $5,723, % Low 0.57% Low 0.46% Low MBE WBE SBE 0.00% 0.00% 9.80% EBE DVBE OBE 9.27% 0.00% 47.55% MBE WBE SBE 0.00% 0.00% 0.00% EBE DVBE OBE 0.00% 0.00% 28.52% MBE WBE SBE 0.00% 0.00% 3.05% EBE DVBE OBE 2.52% 0.54% 10.05% Based on the range of bids submitted for this project, staff believes that these bids are reasonable. The contract may be awarded to either one of these bidders subject to verification of all other bidding requirements. LBP Program City Ordinance No adopted the LBP Program. This Program is designed to increase local employment and expenditures in the local private sector. Bidders that qualify as an LBE may be granted an 8 percent reduction of their bid amount solely for bid evaluation purposes. Additionally, all non-lbe bidders may be granted a 1 percent reduction, up to a maximum of 5 percent, of their bid amount for bid evaluation purposes, for every 10 percent of their bid that is to be performed by an LBE subcontractor. For this project, the BCA verified that the apparent first and second low bidders, TechCom and Manson, respectively, are not certified LBEs and that the apparent third low bidder, Curtin, is a certified LBE. Staff calculated the bids as follows: Prime Contractor Certification Bid Amount LBP Percentage LBP Adjusted Bid Amount Bid No. After LBP TechCom Non-LBE $5,465,000 2% $5,355, Manson Non-LBE $5,717,500 2% $5,603, Curtin LBE $5,723,804 8% $5,265,

4 Joint Report No. 1 Page 4 Based on these findings, Curtin becomes the apparent first low bidder, for bid evaluation purposes, after the LBP Percentage is applied. BIP On January 12, 2011, the Mayor issued Executive Directive No. 14 which created the BIP. This program provides MBE, WBE, SBE, EBE, DVBE, and OBE firms an equal opportunity to compete for and participate in City contracts. Additionally, the BIP requires bidders to perform and document a BIP Outreach via the internet utilizing the Los Angeles Business Assistance Virtual Network service. This project was advertised with anticipated participation levels of 4 percent MBE, 2 percent WBE, 25 percent SBE, 8 percent EBE, and 3 percent DVBE. This project was also advertised with the Board s Mandatory Subcontracting Minimum (MSM) requirement of 20 percent. The Bidders MSM percentages were calculated after subtracting the fixed cost items of $350,000 from their total bid amount. The OCC, based on a review of the submitted documents, reported the following: 1. Curtin, the first low bidder after the LBP is applied, pledged an MSM amount of percent which did not meet the required percentage of 20 percent set for this project. In a letter, dated November 8, 2016 (Transmittal No. 2), the OCC notified Curtin that the OCC would be recommending that their bid be deemed non-responsive for failing to meet the MSM Requirement set for this project. Subsequently, the OCC notified Curtin that they also failed to pass their BIP Outreach by failing to demonstrate a negotiation in good faith. Communication Received While Curtin did not respond to the failed BIP Outreach notification, Curtin did respond to the OCC notification of their failure to meet the MSM requirement. In a letter dated November 10, 2016 (Transmittal No. 3), Mr. Steven Chew, Vice President, Operations, Curtin, acknowledged that due to a clerical error, the contract value amount for one bidlisted subcontractor, Global Diving and Salvage, Inc. (Global) was not listed on page 1-6 of their bid proposal. However, Curtin stated that the BCA should not declare their bid unresponsive due to the clerical error because Curtin properly submitted two other documents to the Board that indicated Global s contract dollar value. Therefore, Mr. Chew claims that Curtin is in compliance with the MSM requirement. Staff Response According to the Page 1-6 of the Bid Proposal, Failure to list subcontractors and subcontracting amounts on pages 1-6 through 1-8 with the bid sufficient to meet or exceed the MSM may cause the bid to be rejected by the Board as non-responsive. The dollar values for Global listed on the BIP Summary Sheet and Escrow Documents, as well as on the subbid submitted as part of the BIP Outreach do not match.

5 Department of Public Works Bureau of Engineering Joint Report No. 1 February 8, 2017 Page 5 Furthermore, these documents cannot be used as substitutes for listing the dollar amounts on pages 1-6 through 1-8. In view of the above findings, the OCC recommends that Curtin be found to be non-responsive for failure of their BIP Outreach and for failure to meet the MSM requirement. 2. TechCom, the second low bidder after the LBP is applied, complied with the BIP Outreach requirements of the bid. TechCom pledged participation levels of 0 percent MBE, 0 percent WBE, 9.80 percent SBE, 9.27 percent EBE, 0 percent DVBE, percent OBE, and complied with the MSM requirement by pledging a subcontractor participation level of percent. In view of the above findings, TechCom is the lowest responsive, responsible bidder after the LBP Percentage is applied. TechCom pledged the following subcontractor utilization: MBE/WBE/ SBE/EBE/ DVBE/OBE Gender/ Ethnicity % of Bid Subcontractors Dollar Amount MBC Applied Environmental Sciences SBE, EBE 9.27% $ 506,595 George L. Throop Company SBE 0.53% $ 28,800 American Marine Corporation 1 OBE 9.67% $ 528,240 Connolly-Pacific Co. 1,2 OBE 11.95% $ 653,340 Pacific Tugboat Services OBE 25.93% $1,417,059 Note: Subcontractors may be certified in multiple certification categories; therefore, per the requirements of Executive Directive 14, the dollar amounts were credited toward multiple pledged participation categories. 1 Certified LBE 2 This firm is both a manufacturer and a supplier; therefore, their bid-listed dollar amount of $788,700 was credited at 100 percent for the items that they intend to manufacture, and at 60 percent for the items that they intend to supply. In view of the above findings, TechCom becomes the lowest responsive, responsible bidder.

6 Joint Report No. 1 Page 6 Compliance with the City s Non-Discrimination Policies TechCom has complied with the Affirmative Action, Non-Discrimination/Equal Employment Practices Provisions, Equal Benefits Ordinance, and Slavery Disclosure Ordinance requirements of the bid. First Time Bidder TechCom has no record of having worked on any previous contracts awarded by the Board within the last five years. The OCC has checked with various State agencies and none of these agencies reported any labor compliance problems on file concerning the contractor. The Inspector of Public Works has conducted a First Time Bidder investigation of references provided by the contractor and did not find any evidence of violations of statutes, regulations, ordinances, or wrong doing by the contractor. The report was submitted to the Board on December 13, Contractor Performance Evaluation In accordance with Article 13, Chapter 1, Division 10, of the City of Los Angeles Administrative Code (L.A.A.C.), the Project Manager and the City Inspector for this construction contract shall submit Contractor Performance Evaluation Reports to the BCA upon completion of this contract. Peak Hour Construction and Right-of-Way Obstruction Regulations All contractors must comply with the requirements specified in the Los Angeles Municipal Code Section related to peak hour traffic restrictions, unless an exemption from the Peak Traffic Hours Prohibition is approved. Contractor Responsibility Ordinance All contractors participating in this program are subject to compliance with the requirements specified in the City of Los Angeles Contractor Responsibility Ordinance No (Article 14, Chapter 1, Division 10, L.A.A.C.). Failure to comply with all the requirements specified in the Ordinance may render this bidder s contract subject to termination pursuant to the conditions expressed therein. Enhanced Electrical Safety Policy If the estimated value of the electrical work for this project is $100,000 or more, the electrical work will be performed and inspected under the conditions of the most current, amended Board s Enhanced Electrical Safety Policy. Bid Bond Extension Techcom and Curtin were both requested to extend their Bid Bonds which expired on January 17, Both contractors have agreed to extend their Bid Bonds until February 17, 2017.

7 Department of Public Works Bureau of Engineering Joint Report No. 1 February 8, 2017 Page 7 Conclusion In view of the above findings, staff recommends that the Board declare Curtin, first low bidder after the LBP is applied, to be non-responsive; declare TechCom, second low bidder after the LBP is applied, to be the lowest responsive, responsible bidder; and award TechCom the contract for this project. Program Review Committee (PRC) Approval The PRC approved a total budget of $6,037,500, including contingency, for this project on June 28, STATUS OF FINANCING There is no impact to the General Fund. The total funding for this project is not-to-exceed $5,738,250. No funding is required in the current fiscal year. However, funds and appropriations for future fiscal years are not yet identified and existing appropriations may change based on available cash balances. Therefore, Funds and Appropriations, once determined by the Director of Sanitation or designee, will be reviewed and certified by the Director of the Office of Accounting (OOA) or designee, as to the status and availability of funding. The contract contains a Financial Liability Clause which states that the City s liability under this contract shall only be to the extent of the present City appropriation to fund the contract. However, if the City shall appropriate funds for any succeeding years, the City s liability shall be extended to the extent of such appropriation, subject to the terms and conditions of the contract. The following funding has been verified and approved by the Director of the OOA, subject to the conditions described above: Fund No.* Appropriation Unit No. Budget Fiscal Year Contract Contingencies Total TBD WCIP BUDGET SZH /2018 $4,304,762 $215,238 $4,520,000 TBD WCIP BUDGET SZH11770 FUTURE $1,160,238 $ 58,012 $1,218,250 Total $5,465,000 $273,250 $5,738,250 *To be determined (TBD) by the Director of the Bureau of Sanitation or appointed designee.

8 Joint Report No. l Page 8 ( MJS EBO RMK KRR CLS ) Report reviewed by: BOE (ADM and EED) and BOS (FMD) Report prepared by: Project Award and Control Division Respectfully submitted, 4~Cu~ Gary Lee Moore, PE, ENV SP City Engineer Bureau of Engine Edick B. Ohanian, PE Division Engineer Phone No. (213) Compliance Review performed and approved by: Hannah Choi, Program Manager Office of Contract Compliance Statement ~slo F~nds Vvu---4 proved by: G v Victoria A. SantiagaJ DirectoF Office of Accounting Fund Ref. No Funding for Fiscal Year Date: Future Funding TBD I,. I 2fV 1 I 7 EBO/SZ/ PAC.gva Questions regarding this report may be referred to: Sean Zahedi, PE, Project Manager Phone No. (310) Sean.Zahedi@lacity.org

Note to all City Departments. Request for Bid (RFB)

Note to all City Departments. Request for Bid (RFB) Note to all City Departments Request for Bid (RFB) This boilerplate should be used on RFB projects. These projects are competitively bid, where the Awarding Authority is looking to award to the lowest

More information

Attachment No. 4 Contracting Requirements for New Hall. City Contracting Procedures

Attachment No. 4 Contracting Requirements for New Hall. City Contracting Procedures ing Requirements for New Hall City ing Procedures The following table contains a list of those City of Los Angeles ing Requirements for Personal Services Consultant s and Construction s that are required

More information

INTRADEPARTMENTAL CORRESPONDENCE

INTRADEPARTMENTAL CORRESPONDENCE INTRADEPARTMENTAL CORRESPONDENCE February 13, 2015 1.8 TO: The Honorable Board of Police Commissioners FROM: Chief of Police SUBJECT: APPROVAL OF REQUEST FOR PROPOSALS FOR THE EMERGENCY CRIME SCENE CLEANUP

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts CITY & COUNTY OF SAN FRANCISCO Requirements for For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B AND 14B

More information

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

More information

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: DISADVANTAGED BUSINESS ENTERPRISE (DBE) INSTRUCTIONS TO BIDDERS This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]: The contractor, sub recipient or subcontractor

More information

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM Name of Bidder (Offeror): Fed. ID: Address: Telephone: Cell: Email: Fax: Contracting Agency BALTIMORE CITY PUBLIC SCHOOLS Contract (Project) Title Contract

More information

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL

ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL ATTORNEY-CLIENT MEMORANDUM FOR POTENTIAL ENGAGEMENT OF COUNSEL TO: FROM: PROSPECTIVE COUNSEL THE LOS ANGELES CITY ATTORNEY S OFFICE DATE: June 9, 2017 RE: REQUEST FOR PROPOSALS (RFP) FOR OUTSIDE HOUSING

More information

DISADVANTAGED BUSINESS ENTERPRISE

DISADVANTAGED BUSINESS ENTERPRISE DISADVANTAGED BUSINESS ENTERPRISE I. Policy It is the policy of the City of Gardena that Disadvantaged Business Enterprises (DBEs) shall have the maximum opportunity to participate in contracts and subcontracts.

More information

TRANSMITTAL DATE PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES AWARD OF CONTRACTS WITH AECOM, BERG & ASSOC., CH2M HILL, IEM AND SIMPLUS

TRANSMITTAL DATE PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES AWARD OF CONTRACTS WITH AECOM, BERG & ASSOC., CH2M HILL, IEM AND SIMPLUS TO Eugene D. Seroka, Executive Director Harbor Department FROM The Mayor TRANSMITTAL DATE AR 0 6 20!5 0150-103 59-0000 COUNCIL FILE NO. COUNCIL DISTRICT 15 PROPOSED ON-CALL CONSTRUCTION MANAGEMENT SERVICES

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3 CITY & COUNTY OF SAN FRANCISCO Requirements for Contracts For Contracts $300,000 & over that are Advertised on or after August 1, 2016 PART I. GENERAL 1.01 SAN FRANCISCO ADMINISTRATIVE CODE CHAPTERS 12B

More information

RULES AND REGULATIONS IMPLEMENTING THE EQUAL BENEFITS ORDINANCE

RULES AND REGULATIONS IMPLEMENTING THE EQUAL BENEFITS ORDINANCE CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING THE EQUAL BENEFITS ORDINANCE EFFECTIVE JUNE 27, 2016 Department of Public Works Bureau of Contract Administration Office of Contract Compliance 1149

More information

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. - MINORITY BUSINESS ENTERPRISE Sec. 57.15. - Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which

More information

CHAPTER 57 ARTICLES II & III

CHAPTER 57 ARTICLES II & III CHAPTER 57 ARTICLES II & III ARTICLE II. MINORITY BUSINESS ENTERPRISE Sec. 57.15. Definitions. (1) For the purposes of this Chapter, Minority Business Enterprise is defined as a business firm which is

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A CITY & COUNTY OF SAN FRANCISCO Requirements for SFPUC Regional Architecture, Engineering, & Contracts For Contracts covered under SEC.14B.21 that are advertised on or after February 1, 2018 PART I. GENERAL

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CITY & COUNTY OF SAN FRANCISCO CMD ATTACHMENT 5 Requirements for Architecture, Engineering, Professional Services Contracts FOR CONTRACTS $110,000 AND LESS THAT ARE ADVERTISED ON OR AFTER August 1, 2016

More information

CITY OF TACOMA SMALL WORKS ROSTER PROGRAM FOR PUBLIC WORKS AND IMPROVEMENTS CONTRACTS

CITY OF TACOMA SMALL WORKS ROSTER PROGRAM FOR PUBLIC WORKS AND IMPROVEMENTS CONTRACTS CITY OF TACOMA SMALL WORKS ROSTER PROGRAM FOR PUBLIC WORKS AND IMPROVEMENTS CONTRACTS Table of Contents Page(s) I. GENERAL...2 A. Objective...2 B. Authority...2 C. Definitions...2 & 3 II. SCOPE OF PROGRAM...3

More information

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029 SECTION 00300 - BID BID TO: THE CITY AND BOROUGH OF JUNEAU 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the OWNER in the form included in the

More information

TABLE OF CONTENTS REQUEST FOR PROPOSAL PROCEDURES MANUAL. Section Topic Page

TABLE OF CONTENTS REQUEST FOR PROPOSAL PROCEDURES MANUAL. Section Topic Page REQUEST FOR PROPOSAL PROCEDURES MANUAL TABLE OF CONTENTS Section Topic Page 1 INTRODUCTION. 4 1.1 Sole Source. 4 1.2 Equipment, Supplies, Maintenance, Repair, Construction.. 4 1.3 City wide Personal Service

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review

More information

City of Los Angeles, California Quotation/ Auction Event Details

City of Los Angeles, California Quotation/ Auction Event Details CITY-EV00005021 Sell RFx 1 Quotation/ Auction Event Details Description This Request for Quotation (RFQ) is to establish a One Time Purchase Order for the items stipulated herein. Note **Online bidding

More information

REQUEST FOR QUALIFICATIONS for HEARING OFFICER

REQUEST FOR QUALIFICATIONS for HEARING OFFICER REQUEST FOR QUALIFICATIONS for HEARING OFFICER LETTERS OF QUALIFICATIONS DUE: Friday, March 12, 2010, by 2:00 P.M. City Administrator s Office, Special Activity Permits 1 Frank Ogawa Plaza, 11 th Floor

More information

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS

DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION PROGRAM REQUIREMENTS Public Contract Code Section 10115 establishes a contract participation goal of at least three percent (3%) for Disabled Veteran

More information

FAQs Title 74, Section 303 and PennDOT s Diverse Business Participation Program

FAQs Title 74, Section 303 and PennDOT s Diverse Business Participation Program FAQs Title 74, Section 303 and PennDOT s Diverse Business Participation Program Q: What is Section 303 of Title 74 of Purdon s Statutes? A: Section 303 is a law that requires certain public entities to

More information

MAYOR S OFFICE OF EQUAL OPPORTUNITY CLEVELAND AREA BUSINESS CODE NOTICE TO BIDDERS & SCHEDULES

MAYOR S OFFICE OF EQUAL OPPORTUNITY CLEVELAND AREA BUSINESS CODE NOTICE TO BIDDERS & SCHEDULES City of Cleveland Office of Equal Opportunity MAYOR S OFFICE OF EQUAL OPPORTUNITY CLEVELAND AREA BUSINESS CODE NOTICE TO BIDDERS & SCHEDULES City of Cleveland Frank G. Jackson, Mayor Natoya J. Walker Minor,

More information

Officer Jamie L, Rhee Y 31,2015 Y 31, By Order of the Chief Procurement Officer: Signed: chi. Published: Effective: Date:

Officer Jamie L, Rhee Y 31,2015 Y 31, By Order of the Chief Procurement Officer: Signed: chi. Published: Effective: Date: DETERMINATION OF GOOD FAITH EFFORTS REGARDING MBE/WBE/DBE PARTICIPATION AT CONTRACT CLOSE-OUT UNDER 2-92-450 AND 2-92-740 LAST UPDATED: JULY 31, 2015 Mayor Rahm Emanuel Chief Procurement Officer Jamie

More information

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Home Service Line Warranty Programs Issuance Date: March 14, 2016 Response Deadline: April 14, 2016 I. Introduction The Southern California

More information

REMEDIAL POLICY OPTIONS FOR PALM BEACH COUNTY S EQUAL BUSINESS OPPORTUNITY PROGRAM (PART III GOODS AND OTHER SERVICES)

REMEDIAL POLICY OPTIONS FOR PALM BEACH COUNTY S EQUAL BUSINESS OPPORTUNITY PROGRAM (PART III GOODS AND OTHER SERVICES) REMEDIAL POLICY OPTIONS FOR PALM BEACH COUNTY S EQUAL BUSINESS OPPORTUNITY PROGRAM (PART III GOODS AND OTHER SERVICES) (Submitted by Franklin M. Lee, Esquire 8-13-18) Introduction The following policy

More information

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name:

a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name: S PECIAL P ROVISION Detail Index or Category: Changes to Specifications Related Sequence ID: 14 Version: A District: CO a00014 CHANGES TO SPECIFICATIONS: APPENDIX C DSP4 Provision Name: Completed: Yes

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

CITY OF LOS ANGELES CALIFORNIA ERIC GARCETTI MAYOR

CITY OF LOS ANGELES CALIFORNIA ERIC GARCETTI MAYOR BOARD OF PUBLIC WORKS MEMBERS KEVIN JAMES PRESIDENT MONICA RODRIGUEZ VICE PRESIDENT HEATHER MARIE REPENNING PRESIDENT PRO TEMPORE MICHAEL R. DAVIS COMMISSIONER JOEL F. JACINTO COMMISSIONER CITY OF LOS

More information

PORT OF OAKLAND NON-DISCRIMINATION AND SMALL LOCAL BUSINESS UTILIZATION POLICY

PORT OF OAKLAND NON-DISCRIMINATION AND SMALL LOCAL BUSINESS UTILIZATION POLICY DOCUMENT 00810 PORT OF OAKLAND NON-DISCRIMINATION AND SMALL LOCAL BUSINESS UTILIZATION POLICY OCTOBER 6, 1997 Original July 31, 1997 Revised 4/7/04 Revised 2/18/05 Revised 6/6/06 Revised 7/25/07 Revised

More information

Table of Contents 2017 ANNUAL REPORT

Table of Contents 2017 ANNUAL REPORT Table of Contents 2017 ANNUAL REPORT A Message from John P. Hester... 1 Executive Summary... 2 9.1.1 Supplier Diversity Program Activities Internal and External... 3-4 Internal Activities... 3 External

More information

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as Job No. 07-7003 Water Transmission Main Rogers Ranch to I.H. 10 Project Solicitation No. B-10-050-DD BID PROPOSAL PROPOSAL OF, a corporation, a partnership consisting of an individual doing business as

More information

BOARD OF AIRPORT COMMISSIONERS

BOARD OF AIRPORT COMMISSIONERS N/A I 'Los Angeles World Airports REPORT TO THE BOARD OF AIRPORT COMMISSIONERS < Meeting Date: Approved by: Kendrick Okuda,.nd Environmental Affairs -irector of Planni L AO..1(.)2-/V Reviewd by7. Samañtha':ricker,,

More information

Commercial Non-Discrimination and Columbia Disadvantaged Business Enterprise (CDBE) Utilization Policy (Last Revised: November, 2016)

Commercial Non-Discrimination and Columbia Disadvantaged Business Enterprise (CDBE) Utilization Policy (Last Revised: November, 2016) Commercial Non-Discrimination and Columbia Disadvantaged Business Enterprise (CDBE) Utilization Policy (Last Revised: November, 2016) 1. Commercial Non-Discrimination Policy. It is the policy of the City

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

Fayette County Public Schools. Supplier Diversity Program Contract Forms

Fayette County Public Schools. Supplier Diversity Program Contract Forms Fayette County Public Schools Supplier Diversity Program Contract Forms Marilyn Clark Manager of Economic Development Fayette County Public Schools Department of Economic Development 1126 Russell Cave

More information

Jun CITY OF LOS ANGELES

Jun CITY OF LOS ANGELES Jun CITY OF LOS ANGELES RULES AND REGULATIONS IMPLEMENTING PERMANENT SUPPORTIVE HOUSING AND FACILITIES EFFECTIVE June 12, 2018 Department of Public Works Bureau of Contract Administration Office of Contract

More information

Table of Contents CHAPTER 1: SBE POLICY ON CONSTRUCTION CHAPTER 2: SBE PROGRAM ON CONSTRUCTION I. DEFINITIONS...

Table of Contents CHAPTER 1: SBE POLICY ON CONSTRUCTION CHAPTER 2: SBE PROGRAM ON CONSTRUCTION I. DEFINITIONS... Table of Contents CHAPTER 1: SBE POLICY ON CONSTRUCTION... 1-1 CHAPTER 2: SBE PROGRAM ON CONSTRUCTION... 2-1 I. DEFINITIONS...2-1-3 II. POWERS AND DUTIES OF THE DISTRICT... 2-4 III. GOALS AND INCENTIVES...

More information

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN by the, State of California, that sealed bids for Work in accordance

More information

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC

More information

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM City And County Of San Francisco 79000 Office Of Contract Administration APPENDIX I LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM APPENDIX I HRC FORMS HRC Attachment 3 Requirements for Contracts

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063

PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 PLAINFIELD BOARD OF EDUCATION 1200 Myrtle Avenue Plainfield, New Jersey 07063 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES WORKER COMPENSATION Submission Date: Tuesday, December 9, 2014 9:00 a.m. PLAINFIELD

More information

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE

REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE REQUEST FOR QUALIFICATIONS FOR SPECIALIZED LEGAL SERVICES BURLINGTON COUNTY SOLICITOR'S OFFICE Description: The County of Burlington is seeking responses from qualified attorneys/law firms, duly licensed

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

Solicitation. Mt. Laurel Maintenance Yard Window Removal and Replacement - Building #1543

Solicitation. Mt. Laurel Maintenance Yard Window Removal and Replacement - Building #1543 Solicitation Mt. Laurel Maintenance Yard Window Removal and Replacement - Building #1543 3310 Rt. 38 Eastbound Mt. Laurel, New Jersey 08054 (Burlington County) STATE OF NEW JERSEY Honorable Philip D. Murphy,

More information

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES Submission Date: June 9, 2015 By: Adrian Pollio School Business Administrator/ Board Secretary Page 1 of 19 Lincoln Park

More information

Grossmont-Cuyamaca Community College District Project Labor Agreement Evaluation Plan

Grossmont-Cuyamaca Community College District Project Labor Agreement Evaluation Plan March 16, 2017 PROCEDURE MANUAL TABLE OF CONTENTS PLA EVALUATION PLAN PROCESS A. OVERVIEW... 2 Projects... 2 Controlling Laws and Regulations... 2 Roles and Responsibilities... 2 B. KEY PERFORMANCE INDICATORS

More information

Invitation to Bid #18PSX0055

Invitation to Bid #18PSX0055 State of Connecticut Invitation to Bid #18PSX0055 GROUNDS MAINTENANCE & LANDSCAPING SERVICES FOR THE DESPP FACILITY LOCATED AT 34 PERIMETER ROAD, WINDOSR LOCKS, CONNECTICUT 06096 Contract Specialist: Michael

More information

GENERAL CONTRACT - PROPOSAL FORM (revised )

GENERAL CONTRACT - PROPOSAL FORM (revised ) VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission

More information

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

Federal Transit Administration (FTA) Federal Aviation Administration (FAA) MUNICIPALITY OF ANCHORAGE OFFICE OF EQUAL OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM SPECIFICATIONS FOR MUNICIPAL CONTRACTS For Projects Funded Wholly or in Part by Federal DOT Federal

More information

SPECIAL CONDITIONS REGARDING MINORITY OWNED BUSINESS ENTERPRISE AND WOMEN OWNED BUSINESS ENTERPRISE FOR WORK SERVICES

SPECIAL CONDITIONS REGARDING MINORITY OWNED BUSINESS ENTERPRISE AND WOMEN OWNED BUSINESS ENTERPRISE FOR WORK SERVICES CITY OF CHICAGO Department of Procurement Services Jamie L. Rhee, Chief Procurement Officer 121 North LaSalle Street, Room 403 Chicago, Illinois 60602-1284 Fax: 312-744-3281 WORK SERVICES MBE & WBE SPECIAL

More information

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY I. Policy It is the policy of the Onondaga County Water Authority (OCWA or Authority) to foster and encourage minority

More information

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 ADDRESS ALL CORRESPONDENCE TO: P.O. BOX 1460

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY

More information

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) PRIME CONTRACTOR FORMAL CONTRACT PROVISIONS FOR SUBCONTRACTING WITH EMERGING BUSINESS ENTERPRISES* FEDERAL DOLLARS NON-FEDERAL DOLLARS Where Federal dollars

More information

These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago:

These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago: 1. GENERAL PROVISIONS 1.1. Statement of Authority These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago: Section 2-92-410 of the Municipal Code of Chicago establishes

More information

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CITY & COUNTY OF SAN FRANCISCO PART I. For Contracts Advertised on or after August 1, 2015 Requirements for Design-Build and Construction Manager/General Contractor Contracts For contracts in excess of

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 NOTICE TO GENERAL CONTRACTORS IFB: MDI-SAB-14-B-0003 PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000 Notice is hereby given that sealed bids for the CONSTRUCTION OF Building 7 Renovations, 2002

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional real estate appraisal

More information

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY Department of the Comptroller Bureau of Purchasing 02/20/14 TABLE OF CONTENTS I. PURPOSE... 3 II. GOALS...3 III. DEFINITIONS... 3-4

More information

CITY OF LOS ANGELES DEPARTMENT OF GENERAL SERVICES SUPPLY SERVICES DIVISION

CITY OF LOS ANGELES DEPARTMENT OF GENERAL SERVICES SUPPLY SERVICES DIVISION DEPARTMENT OF GENERAL SERVICES SUPPLY SERVICES DIVISION BIDDER CHECK LIST REQUEST FOR QUOTATION # 5533 CLOTH: AQUADIAMOND 960 /80 OPTIFIBER PES14. MFR: AQAU-AEROBICS The Bidder shall complete all documents

More information

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services The Redevelopment Authority of the City of York Request for Proposals (RFP) Accounting and Fiscal Management Services SEALED PROPOSALS MUST BE RECEIVED NO LATER THAN APRIL 5, 2018 AT 4:00PM PROPOSALS RECEIVED

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE

CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE C O N S T R U C T I O N RESPONSES TO THE QUESTIONS CONTAINED IN THIS QUESTIONNAIRE MUST BE SUBMITTED ON THIS FORM. In responding to the Questionnaire, neither

More information

DATE: November 2, 2017 MANAGEMENT SERVICES

DATE: November 2, 2017 MANAGEMENT SERVICES DATE: November 2, 2017 SUBJECT: REQUEST FOR PROPOSALS FOR MANAGEMENT SERVICES ON-CALL CONSTRUCTION Pursuant to the Request for Proposals (RFP) for On-Call Construction Management Services, all proposers

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC Sec. 10.8. Mandatory Provisions Pertaining to Non-discrimination Employment in the Performance of City Contracts. The City of Los Angeles, in letting and awarding contracts for the provision to it or on

More information

MOBILE LAPTOP CHARGING CARTS BID: # BOE

MOBILE LAPTOP CHARGING CARTS BID: # BOE SPECIFICATIONS AND BID FORMS FOR MOBILE LAPTOP CHARGING CARTS BID: #14-018- BOE Due on or before 11:30 A.M. ON FRIDAY, JUNE 20, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD

More information

Staff Report City of Manhattan Beach

Staff Report City of Manhattan Beach Agenda Item #: Staff Report City of Manhattan Beach TO: Honorable Mayor Tell and Members of the City Council THROUGH: David N. Carmany, City Manager FROM: Jim Arndt, Director of Public Works Steve Finton,

More information

Request for Quote Date: March 29, 2018

Request for Quote Date: March 29, 2018 Request for Quote Date: March 29, 2018 FROM: City of Gainesville Attn: Theresa L. Dyer, Housing Coordinator Department: Community Development Telephone: 770-538-4944 P.O. Box 2496 Fax: 770-297-7826 Gainesville,

More information

Los Angeles County Metropolitan Transportation Authority (Metro)

Los Angeles County Metropolitan Transportation Authority (Metro) Los Angeles County Metropolitan Transportation Authority (Metro) S M A L L B U S I N E S S E N T E R P R I S E ( S B E ) P R O G R A M February 2015 Revised Diversity and Economic Opportunity Department

More information

AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS

AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL OUTLAY) PROJECTS December 2006 CALIFORNIA STATE UNIVERSITY, AUXILIARY CONTRACT GENERAL CONDITIONS FOR DESIGN-BID-BUILD (MAJOR CAPITAL

More information

Bridgeville School District

Bridgeville School District Bridgeville School District Request for Quotes Informal quotes for project with estimated value under $15,000 Project Name: Proposition 39 Interior Lighting Retrofit Phase 2 Project Description: Contacts:

More information

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL)

DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) DIVERSITY & ECONOMIC OPPORTUNITY DEPARTMENT SBE/DVBE CONTRACT COMPLIANCE MANUAL (NON- FEDERAL) SECTION 100 - SMALL BUSINESS ENTERPRISE PROGRAM/ DISABLED VETERAN BUSINESS ENTERPRISE PROGRAM 100 METRO POLICY

More information

Programs TARGET MARKET PROGRAM...3 SMALL BUSINESS INITIATIVE...3

Programs TARGET MARKET PROGRAM...3 SMALL BUSINESS INITIATIVE...3 MESSAGE FROM THE MAYOR 1 Programs TARGET MARKET PROGRAM.........3 SMALL BUSINESS INITIATIVE.........3 Bid Incentives LOCAL BUSINESS & LOCAL MANUFACTURING PREFERENCE........5 ALTERNATIVE FUEL..........6

More information

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018 Division of Finance and Business Operations Procurement & Strategic Sourcing 5700 Cass Avenue, suite 4200 Detroit, Michigan 48202 (313) 577-3734 FAX (313) 577-3747 June 8, 2018 Addendum #3 To Request for

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

Los Angeles World Airports

Los Angeles World Airports Los Angeles World Airports =1 TM RESOLUTION NO. 26450 WHEREAS, on recommendation of Management, there was presented for approval, a thirty (30)-year Design-Build-Finance-Operate-Maintain Agreement with

More information

Request for Proposals Electrical Engineer Services. Marin County Office of Education. December 12th, 2018

Request for Proposals Electrical Engineer Services. Marin County Office of Education. December 12th, 2018 Marin County Office of Education December 12th, 2018 REQUEST FOR PROPOSALS FOR ELECTRICAL ENGINEER SERVICES The Marin County Office of Education (MCOE) invites proposals from qualified firms, partnerships,

More information

TRANSMITTAL. COUNCI. I ILL NO The Council

TRANSMITTAL. COUNCI. I ILL NO The Council TRANSMITTAL '?6 DATE COUNCI. I ILL NO The Council EROM I The Mayor 05/20/16 COUNCIL OlftTftlCT Contracts with CR&R, Inc. for the Processing and Marketing Of Residential Recyclable Materials from the Harbor

More information

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA The Borough of Totowa is soliciting proposals from professional engineering firms

More information

COMMISSION ADOPTED POLICY Procurement Policy

COMMISSION ADOPTED POLICY Procurement Policy Procurement Policy Adopted: December 16, 2014 Revised: N/A Page 1 of 6 1.0 Purpose and Need All procurement shall be in accordance with the Code of Virginia 2.2-4300, the Virginia Public Procurement Act,

More information

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services.

December 12, To Whom It May Concern: Enclosed please find our Request for Professional Services. December 12, 2018 To Whom It May Concern: Enclosed please find our Request for Professional Services. This service is to begin February 4, 2019 and continue through reorganization 2020. The Pine Hill Borough

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

Small Business Utilization. Legislative Report. January 2015

Small Business Utilization. Legislative Report. January 2015 Small Business Utilization Legislative Report January 2015 Budget and Capital Resources December 2009 UNIVERSITY of CALIFORNIA Budget Analysis and Planning January 2015 UNIVERSITY OF CALIFORNIA Small Business

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

PREQUALIFICATION OF PROSPECTIVE BIDDERS

PREQUALIFICATION OF PROSPECTIVE BIDDERS SUBCONTRACTOR S STATEMENTS OF EXPERIENCE Company Name: Contact Person: Email: Address: City/State/Zip: Website Address: Telephone: Contractor License.: Fax: Type(s): Business Type: Corporation Partnership

More information