Hennepin County Transportation Department ADDENDUM

Size: px
Start display at page:

Download "Hennepin County Transportation Department ADDENDUM"

Transcription

1 Hennepin County Transportation Department ADDENDUM TO PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS FOR ADVANCED TRAFFIC MANAGEMENT SYSTEM HENNEPIN COUNTY TRANSPORTATION DEPARTMENT (To be opened Tuesday, August 22, 2016 at 2:00 P.M.) ADDENDUM NO. 1 CSAH 17, 130, 152; C.P S. P Minn. Proj. HSIP 2717 (156) NOTICE TO ALL BIDDERS: This Addendum shall be attached to the Contract Documents and shall be included as part of said Contract Documents. Items herein shall take precedence over any clauses which they modify in the Contract Documents or portions of plans which they modify or supplement. PROPOSAL 1. Division S on page 14-S, Delete Section S-12.8 B) within, S-12 (1404) MAINTENANCE OF TRAFFIC, (1707) PUBLIC SAFETY, AND (2563) TRAFFIC CONTROL and Replace with the following: S-12.8 B) The Contractor shall complete the work on CSAH 130 first followed by CSAH 152 and then CSAH Division S Delete section S-24.3 within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.3 The provisions of MnDOT are hereby supplemented with the following: Attached to this Proposal is a copy of The Canadian Pacific Railroad Utility Occupancy License for this Project. The Contractor will be required to execute and comply with this agreement with Canadian Pacific Railroad prior to performing any work on Canadian Pacific Railroad s right of way. Upon completion of the work the Contractor and all subcontractors shall remove all machinery, equipment, temporary buildings, falsework, debris and rubbish from Canadian Pacific Railroad s right of way, provide proper drainage away from the railroad tracks, and leave the tracks and right of Transportation Department 1600 Prairie Drive Recycled Paper Medina, MN (612) FAX: (612)

2 Addendum # 1; Page 2 CSAH 17, 130, 152; C.P S.P Minn Proj HSIP 2717 (156) way in a neat condition, equal to its preconstruction condition, and satisfactory to Canadian Pacific Railroad s Chief Engineer or designated representative. Materials and equipment shall not be placed or stored where they will interfere with Canadian Pacific Railroad s operations or on the property of the Railroad without prior permission from Canadian Pacific Railroad. Such permission from Canadian Pacific Railroad will be with the understanding that Canadian Pacific Railroad shall not be liable for loss of or damage to such materials and equipment from any cause and that Canadian Pacific Railroad may move, or require the Contractor to move, at the Contractor's sole expense, any such material and equipment. No work shall be done or obstruction placed over or within twenty-five (25) feet laterally of the centerline of any track without advanced notification to Canadian Pacific Railroad and Progressive Railroad and receipt of assurance that arrangements have been made to furnish flagging service as Canadian Pacific Railroad and Progressive Railroad deems necessary for protection of railroad traffic, but such service shall not relieve the Contractor from any liability. The Contractor shall reimburse Canadian Pacific Railroad the full amount of any costs incurred by Canadian Pacific Railroad for repairing damage to tracks, including disturbance of their alignment and surface, interlocking or other facilities which Canadian Pacific Railroad maintains, other than those proposed elsewhere herein, and which are caused by or resulting from the operations of the Contractor and its subcontractors. The Contractor shall notify Canadian Pacific Railroad at least 10 Working Days prior to the Contractor or any subcontractor performing any work on Canadian Pacific Railroad s right of way and again after all work on Canadian Pacific Railroad s property has been completed. All notifications shall be made through Mr. Otis Goodman at telephone number or at Otis_goodman@cpr.ca. The Contractor shall also have completed the Canadian Pacific Call Before You Dig ( ) process prior to performing any work on the Canadian Pacific Railroad s right of way. The Contractor shall notify Progressive Rail at least 10 Working Days prior to the Contractor or any subcontractor performing any work on Canadian Pacific Railroad s right of way. All notifications shall be made through Mr. David Lawrence at telephone number or cell at or at dlawrence@progressiverail.com. Said notification(s) must be made to enable Progressive Rail to arrange for flagging and such other protective services as might be necessary to ensure safety of railroad operations. The Contractor shall call Progressive Rail Call Before You Dig group at ( ) prior to performing any work in order for Progressive Rail to mark its underground facilities.

3 Addendum # 1; Page 3 CSAH 17, 130, 152; C.P S.P Minn Proj HSIP 2717 (156) The Contractor is hereby made aware flagging service is limited to a maximum of 8 hours per day and there is no option of working outside of an 8 hour work day. The Contractor shall have on hand a copy of the engineering approval letter attached to this proposal, Canadian Pacific Railroad license agreement attached to this proposal, Canadian Pacific Railroad s contractor SAFTEY BRIEFING CARD prior to performing any work on the Canadian Pacific Railroad s right of way. All personnel shall wear a minimum of four forms of Personal Protective Equipment: hardhat, safety glasses with side shields, hy-vis-vest, and steel toe boots. Upon completion of the work, the Contractor shall furnish proof satisfactory to Canadian Pacific Railroad that there are no outstanding mechanics' or other liens on Canadian Pacific Railroad s property. If any such lien is asserted, the Contractor shall take immediate steps to satisfy such lien at its sole expense and shall indemnify and hold harmless the Indemnitees, as hereinafter defined, from any claim, judgment, cost and expense (including reasonable attorney's and witnesses' fees) arising out of or connected with such lien. This paragraph shall not, however, limit the Contractor's right in good faith to contest the validity or amount of any such lien. 3. Division S on page 36-S Delete Section S-24.6 a. within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.6 a. A Railroad Protective Liability Insurance Policy providing for protection of the Indemnitees, as hereinafter defined, in accordance with the Federal Highway Administration Federal-Aid Highway Program Manual Volume 6, Chapter 6, Section 2, Subsection 2. The limits of such policy shall be not less than Five Million Dollars ($5,000,000) combined single limit per occurrence for bodily injury, death, property damage and physical damage to property, with an aggregate limit of not less than Ten Million Dollars ($10,000,000) per policy period. 4. Division S on page 36-S Delete Section S-24.6 c. within (1708) RAILROAD-HIGHWAY PROVISIONS and Replace with the following: S-24.6 c. Automobile Liability Insurance, covering all owned, non-owned, and hired vehicles engaged in or about Canadian Pacific Railway s Property with combined single limit each occurrence coverage for bodily injury and property damage of Two Million Dollars ($2,000,000). 5. Division S on page 36-S Add the following to the end of Section S-24.6 within (1708) RAILROAD-HIGHWAY PROVISIONS: S-24.6 e. Pollution Liability Insurance, including naming CP as an additional insured with a limit of not less than Two Million Dollars ($2,000,000).

4 Addendum # 1; Page 4 CSAH 17, 130, 152; C.P S.P Minn Proj HSIP 2717 (156) 6. Division SS on page 4-SS and 5-SS Delete the last paragraph, which starts on page 4-SS and continues on page 5-SS, and Replace with the following: The Contractor shall jet install the fiber optic cable. A suitable cable feeder guide shall be used between the cable reel and the face of the conduit to protect the cable and guide it into the conduit off the reel. It shall be carefully inspected for jacket defects. If defects are noticed, the operation shall be stopped immediately and the Engineer notified. Precautions shall be taken during installation to prevent the cable from being "kinked" or "crushed". The Contractor shall ensure the installation tension value specified by the cable manufacturer is not exceeded. The mechanical stress placed on a cable during installation shall not be such that the cable is twisted or stretched. Damage to the FO Cable from any source or exceeding the manufacturer s recommended tensile strength limits or cable-bending radius is cause for the cables to be rejected. The installation of cable shall be hand assisted at each controller cabinet. The cable shall not be crushed, kinked or forced around a sharp corner. Sufficient slack shall be left at each end of the cable to allow proper cable termination. When installing fiber optic cable in existing conduits through existing hand holes or controller cabinets, the Contractor shall visually check the cable route to ensure that there is a smooth transition between exit and entrance elevations and that the horizontal and vertical angle is not so sharp as to cause damage to the cable as it is being installed through the existing conduit. Should the Contractor encounter sharp bends in existing conduit, the Contractor shall bring the situation to the Engineer s attention. The Contractor shall clean the existing conduit of any debris that could impede fiber optic cable installation or that could damage the cable if the debris remained, as directed by the Engineer. SPECIFICATIONS Add Attachment A Canadian Pacific Railroad Utility Occupancy License. KSA:jj August 11, 2017 Attachment(s) Receipt of this addendum must be acknowledged in accordance with the provisions of 1210 of the specifications.

5 Attachment A - Canadian Pacific Railroad Utility Occupancy License

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD. CON:TNB 1 of

INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD. CON:TNB 1 of INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD CON:TNB 1 of 1 08-28-15 The following information may be pertinent to the determination of construction methods and railroad protective insurance

More information

SPECIAL PROVISION Legal Relations and Responsibilities

SPECIAL PROVISION Legal Relations and Responsibilities 2004 Specifications CSJ 0092-14-083 SPECIAL PROVISION 007--1217 Legal Relations and Responsibilities For this project, Item 007, Legal Relations and Responsibilities, of the Standard Specifications, is

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Right of Entry Permit

Right of Entry Permit Page 1 OR SMART USE ONLY Permit Number 2015 ROE DATE SAMPLE RIGHT-OF-ENTRY PERMIT This Right-of-Entry Permit ( Permit ) is entered into as of ( Effective Date ) by and between SONOMA-MARIN AREA RAIL TRANSIT

More information

APPENDIX. CSX Transportation CSXT SPECIAL PROVISIONS. Public Projects Group Jacksonville, FL Date Issued: July 2017

APPENDIX. CSX Transportation CSXT SPECIAL PROVISIONS. Public Projects Group Jacksonville, FL Date Issued: July 2017 APPENDIX CSX Transportation CSXT SPECIAL PROVISIONS Public Projects Group Jacksonville, FL Date Issued: July 2017 CSX Corporation PAGE 63 Revised July 2017 CSXT SPECIAL PROVISIONS AUTHORITY OF CSXT ENGINEER

More information

GP-4-1 of 9 GP-4 SCOPE OF WORK

GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,

More information

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS

TRANSFLO MOTOR CARRIER OPERATING PROVISIONS Purpose The purpose of this document is to establish operating and safety requirements, policies and procedures for motor carriers conducting operations within a TRANSFLO terminal. Motor Carrier Access

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4

AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4 AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4 SCRRA File No. SCRRA Project/Task No. Subdivision Mile Post The Contractor, hereby requests permission to cross the

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS

DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS Date: DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS Project CSSTP-0007-00(370) Murray County PI No. 0007370 Railroad File No. GA 0429 Traffic signal

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

Standard Specifications for Work on Railroad Property

Standard Specifications for Work on Railroad Property Standard Specifications for Work on Railroad Property Section 1. Section 2. Section 3. Section 4. Section 5. Section 6. Section 7. Section 8. Section 9. Section 10. Section 11. Section 12. Section 13.

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

CN Course Exercise. c. Ensure all employees have received the required training for their work.

CN Course Exercise. c. Ensure all employees have received the required training for their work. CN Course Exercise First Name Last Name If you facilitated this course and persons other than you went through this course, please fill out their names below. Each student must be individually regis tered

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

TEMPORARY CONSTRUCTION AGREEMENT

TEMPORARY CONSTRUCTION AGREEMENT TEMPORARY CONSTRUCTION AGREEMENT KNOW ALL MEN BY THESE PRESENTS that the undersigned, City of Cheyenne, a Municipal Corporation, hereinafter referred to as Grantor, in consideration of the sum of Ten Dollars

More information

EXCAVATION PERMIT GUIDELINES

EXCAVATION PERMIT GUIDELINES TOWN OF HANOVER, NEW HAMPSHIRE PUBLIC WORKS DEPARTMENT PO Box 483, 194 Lebanon St TEL. 643-3327 FAX. 643-0736 EXCAVATION PERMIT GUIDELINES 1. Application & Permit (Page 1 & 2): a. Application must be filled

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

EXHIBIT 1. To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS

EXHIBIT 1. To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS EXHIBIT 1 To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS EXHIBIT 2 UPRR Folder No.: Audit No. To Wayside Horn System Agreement RIGHT OF ENTRY AGREEMENT PERTAINING TO WAYSIDE HORN SYSTEM AGREEMENT

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

DATE: October 26, ACHD Commissioners, ACHD Director, ACHD Deputy Directors. Al Busche, Project Manager

DATE: October 26, ACHD Commissioners, ACHD Director, ACHD Deputy Directors. Al Busche, Project Manager Jim D. Hansen, President Sara M. Baker, Vice President Rebecca W. Arnold, Commissioner Kent Goldthorpe, Commissioner Paul Woods, Commissioner DATE: October 26, 2015 TO: FROM: SUBJECT: ACHD Commissioners,

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

MASTER AGREEMENT BETWEEN THE UTAH DEPARTMENT OF TRANSPORTATION AND UNION PACIFIC RAILROAD COMPANY COVERING GRADE CROSSING SAFETY IMPROVEMENT PROJECTS

MASTER AGREEMENT BETWEEN THE UTAH DEPARTMENT OF TRANSPORTATION AND UNION PACIFIC RAILROAD COMPANY COVERING GRADE CROSSING SAFETY IMPROVEMENT PROJECTS 1 138565 Master Agreement 9 UPRR Audit Number: f?>lri~r 1/ :l7?o70 MASTER AGREEMENT BETWEEN THE UTAH DEPARTMENT OF TRANSPORTATION AND COVERING GRADE CROSSING SAFETY IMPROVEMENT PROJECTS IN THE STATE OF

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS Page 1 of 8 ARTICLE 3.1000. RIGHT-OF-WAY RULES AND REGULATIONS Sec. 3.1001. Findings and purpose. The purpose of this article is to: (a) Assist in the management of facilities placed in, on or over the

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT Back s Construction, Inc. 1602 Front Street, Suite 100 San Diego, CA 92101 Phone: 619-713-2566 Fax: 619-713-0992 MASTER SUBCONTRACT AGREEMENT This subcontract made and entered into this Monday, January

More information

Rail Owner Controlled Insurance Program Manual

Rail Owner Controlled Insurance Program Manual Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST 1. AUTHORITY OF RAILROAD ENGINEER AND DEPARTMENT ENGINEER:

SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST 1. AUTHORITY OF RAILROAD ENGINEER AND DEPARTMENT ENGINEER: North Carolina DOT & Norfolk Southern Railway - Protection of Railway Interest.doc State Project: County SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST Under the terms of these provisions, the North

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

Department of Transportation Mitchell Region Office

Department of Transportation Mitchell Region Office Connecting South Dakota and the Nation Department of Transportation Mitchell Region Office PO Box 1206 Mitchell, SD 57301-7206 605/995-8129 FAX: 605/995-8135 June 14, 2016 TO: Interested Bidders (pdf only)

More information

OPERATIONS AND MAINTENANCE AGREEMENT

OPERATIONS AND MAINTENANCE AGREEMENT OPERATIONS AND MAINTENANCE AGREEMENT THIS OPERATIONS AND MAINTENANCE AGREEMENT, ( Agreement ) dated for reference purposes only,, is made by and among LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY,

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

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

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

More information

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103 Part I. PROCEDURE FOR SUBMITTING PROPOSAL 1.1 SCOPE : Contractor to manage the

More information

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

More information

Railroad DOT Mitigation Strategies (R16) Master Project Agreement

Railroad DOT Mitigation Strategies (R16) Master Project Agreement Railroad DOT Mitigation Strategies (R16) Master Project Agreement The master project agreement includes standard legal provisions that are common to nearly all projects and incorporates them into one overall

More information

Right-of-Way Utilization Permit Please complete a separate application for each road

Right-of-Way Utilization Permit Please complete a separate application for each road Right-of-Way Utilization Permit Please complete a separate application for each road Applicant Name: Date: / / Name Permit Will Be Returned To: Section Township Range Street Address Road Name / City, State,

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

REFUSE AND RECYCLING COLLECTION CONTRACT

REFUSE AND RECYCLING COLLECTION CONTRACT REFUSE AND RECYCLING COLLECTION CONTRACT This contract is effective as of July 1, 2012, between Waste Management of Minnesota, Inc, hereinafter called Contractor and the City of Lake Crystal, hereinafter

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

Works Appointment: We, on behalf of the Employer, would like to inform you that your quotation, Reference Number

Works Appointment: We, on behalf of the Employer, would like to inform you that your quotation, Reference Number 6/F Dorset House, Taikoo Place, 979 King's Road, Quarry Bay, Hong Kong Project Works Order Works Order No.: Name of Contractor: Description of the works: Date: "Contractor") "Works") Address of premises:

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

Massachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-#

Massachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-# Massachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-# [LICENSEE S NAME], MASSACHUSETTS Railroad Line THIS LICENSE AGREEMENT

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018 NAME OF CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS & CITY OF ALLEGAN MARCH 21, 2018 BOARD OF COUNTY ROAD COMMISSIONERS OF ALLEGAN COUNTY, MICHIGAN 1308 Lincoln Road,

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor

More information

Town of Lee Septic Tank Pumping Services

Town of Lee Septic Tank Pumping Services Invitation to Bid The invites bid bids from qualified bidders for the pumping of septic holding tanks and floor drains for all Town-owned buildings. Prospective respondents are advised to read the bid

More information

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1 CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though

More information

Electric Service Information Sheet Georgia Power Company

Electric Service Information Sheet Georgia Power Company Electric Service Information Sheet Georgia Power Company Project: Location: Developer: (Name of S/D or Customer) (Street Address or road Name) (Developer s Name) Georgia Power Company (the Company) will

More information

CONSTRUCTION CONTRACT AGREEMENT

CONSTRUCTION CONTRACT AGREEMENT Commonwealth of Pennsylvania Rev. 133A2CC CONSTRUCTION CONTRACT AGREEMENT This Construction Contract Agreement (this Agreement ) is made as of the 17 day of January, 2018 by and between Anthony E Cummins,

More information

BARTOW COUNTY UTILITY PERMIT PROCEDURES

BARTOW COUNTY UTILITY PERMIT PROCEDURES BARTOW COUNTY UTILITY PERMIT PROCEDURES A Utility Permit is required for utility work as specified in the Bartow County Utility Accommodation Ordinance. Work in a Bartow County right-of-way without a permit,

More information

AIA Document A105 TM 2017

AIA Document A105 TM 2017 AIA Document A105 TM 2017 Standard Short Form of Agreement Between Owner and Contractor AGREEMENT made as of the» day of in the year 2018» (In words, indicate day, month and year.) BETWEEN the Owner: (Name,

More information

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo; Conditions of Approval for Personal Delivery Device PDD Use Permit Updated November 13, 2017 A. The operation of any PDD shall not commence in, on or over the surface of any public thoroughfare, right-of-way

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial

PRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement

More information

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS NOTICE OF BID TO MOWING CONTRACTORS Notice is hereby given that the City of San Juan is seeking bids for Mowing of Weedy Lots. Bids will be received at

More information

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia Project Manual and Bid Documents City of Ranson 2017 Street Paving Projects City of Ranson, West Virginia Bids Close: June 30, 2017 @ 11:00 a.m. City of Ranson 312 S. Mildred Street Ranson, West Virginia

More information

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More information

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601

ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601 ROSS COUNTY LAND REUTILIZATION CORPORATION Mailing Address: 35 S. Paint St., Chillicothe, OH 45601 12/27/2018 REQUEST FOR PROPOSAL (RFP) Demolition Project #2019-D-R2-181 The Ross County Land Reutilization

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING

OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING OHIO TURNPIKE CROSSING PERMIT REQUEST INFORMATION UNDERGROUND CROSSING The Ohio Turnpike Commission requests that four (4) copies of the following information be submitted; TO: Chief Engineer Ohio Turnpike

More information

Proposal and Agreement for Construction on Purchaser s Lot

Proposal and Agreement for Construction on Purchaser s Lot Proposal and Agreement for Construction on Purchaser s Lot This Proposal and Agreement is made this day of, 200, by and between The Company, (hereinafter referred to as The Company), and (hereinafter referred

More information

Standard Subcontract

Standard Subcontract Subcontractor: New York State Fence, Inc. Job Number: 92 Taxpayer ID No.: 16-1098453 THIS AGREEMENT, made this 1 st day of May, 2007 by and between Subcontract Number: 06 New York State Fence, Inc. 858

More information

Document A401. Standard Form of Agreement Between Contractor and Subcontractor

Document A401. Standard Form of Agreement Between Contractor and Subcontractor TM Document A401 1997 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year) BETWEEN the Contractor: (Name,

More information

Instructions for Completing TRANSFLO s Motor Carrier Access Agreement

Instructions for Completing TRANSFLO s Motor Carrier Access Agreement Instructions for Completing TRANSFLO s Motor Carrier Access Agreement Prior to accessing a TRANSFLO terminal, all motor carriers must sign (at the corporate level) and return TRANSFLO s Motor Carrier Access

More information

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

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

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

LICENSE W I T N E S S E T H

LICENSE W I T N E S S E T H 1 LICENSE THIS LICENSE is granted this day of 2005 by COUNTY OF MARIN, a political subdivision of the State of California, hereinafter called "County" to GEORGE D. GROSSI, hereinafter called "Licensee."

More information

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County, Specifications and Bid Forms for Riprap at Bridge Berm Structure #68-134-120 44138 303 rd Street, Yankton South Dakota, Yankton County, 57078 For Yankton County Highway Department 3302 W City Limits Road

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals

Solar/ Renewable Energy - Alternative Power Source. Richmond, NH. Cheshire County Sheriff s Office. Request for Proposals Solar/ Renewable Energy - Alternative Power Source Richmond, NH Cheshire County Sheriff s Office Request for Proposals The County of Cheshire (Sheriff s Office) is requesting a Letter of Intent, followed

More information

SCHEDULE OF RATES, CHARGES, AND FACILITY SPACE ATTACHMENT. Licensing of the right to Contact Poles and Occupy Duct

SCHEDULE OF RATES, CHARGES, AND FACILITY SPACE ATTACHMENT. Licensing of the right to Contact Poles and Occupy Duct M.P.S.C. NO. 27 (R) Sheet No. 1 SCHEDULE OF RATES, CHARGES, AND REGULATIONS GOVERNING Licensing of the right to Contact Poles and Occupy Duct Applying in the Exchanges of this Company in Michigan, as designated

More information

SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES

SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES Whereas, ( you ) and the TopBuild company identified on the purchase

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 The contract documents for each construction project will identify the standard specifications to be used for that specific

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES The City of Manchester (City) is requesting Competitive Sealed Proposals from qualified firms interested in contracting with the City

More information

WINDOW WASHING

WINDOW WASHING REQUEST FOR BID FOR WINDOW WASHING 2019-2021 Madison, Wisconsin July, 2018 Advertisement for Bids The Madison Metropolitan Sewerage District requests bids for Window Washing 2019-2021. Specifications are

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information