POLICY COMMITTEE AGENDA REPORT

Size: px
Start display at page:

Download "POLICY COMMITTEE AGENDA REPORT"

Transcription

1 POLICY COMMITTEE AGENDA REPORT Meeting Date: September 3, 2015 Tab No: 3 Subject: Recommended Action: Background and Discussion: Alternatives, Pros and Cons of Each Alternative: Concurrence: Fiscal Impact: Terminal Reservoir Valve Replacement and Bypass Installation Project Concur to recommend that the MID Board formally accept the work for the Terminal Reservoir Valve Replacement and Bypass project in the construction contract with KG Walters Construction, Inc., ( KGW ) and record a notice of completion within 15 days following such action. On April 8, 2014,the MID Board of Directors ( Board ) authorized the General Manager to execute a contract with KG Walters Construction (KGW) for the construction of the Modesto Irrigation District Terminal Reservoir Valve Replacement and Bypass Installation, for an amount not-to-exceed $2,423,400 and an additional change order authority of ten percent (10%)of the construction contract amount; provided that such change orders have been approved through the process described in the Amended and Restated Treatment and Delivery Agreement with the City of Modesto. KGW has completed the work and met their obligations covered by the construction documents for the Terminal Reservoir Valve Replacement and Bypass Installation Project. In accordance with specification section Final Completion and Payment, the Owner s Representative shall recommend to the MID Board to formally accept the project. After which time MID will file a notice of completion with the county. MID will release final retention to KGW promptly and no later than 35 days after the board accepts the project. The start date for the project warranty for the equipment in Valve Vault 1 is May 6, 2015 and the start date for all other equipment is April 10, Valve vault 1 startup was delayed to accommodate the Reservoir Recoating Project. The Covello Group, as the Project s Construction Manager, recommends acceptance of this work, which includes the concurrence of Carollo Engineers. MID staff, along with Ewing Construction Services, concur with this recommendation. Upon Technical Committee acceptance, this item will be presented for consideration to the Policy Committee and then to the MID Board. The Covello Group, as the Project s Construction Manager, recommends acceptance of this work, which includes the concurrence of Carollo Engineers. MID staff, along with Ewing Construction Services, concur with this recommendation. Upon Technical Committee acceptance, anticipated on August 31, this item will be presented for consideration to the Policy Committee and then to the MID Board. The original contract value was $2,423,400. The change order budget of $242,340 was split $220,985 for bypass pipeline and $21,355 valve replacement changes in accordance with the loan agreement between MID and the City. There were 15 change orders authorized for an amount of $124, of which $87, was funded from the Bypass CCO budget, a credit amount of $12, (through contract deductions for) has been added back to the Valve Replacement CCO budget and $49, was funded from the O&M Budget to replace breakers on existing pumps, so the final contract amount is $2,547,577.79, which is nearly $385,000 below the maximum project budget. 1

2 POLICY COMMITTEE AGENDA REPORT Recommendation: Attachments: Upon formal acceptance $200,574.41, the final amount of the ball valve replacement portion of the contract shall be noted in the Phase 2 Expansion Budget Sheet and the unused CCO budget amount of approximately $34k shall be put back into the Project s unallocated contingency budget. Thus, this portion of the rework for the Phase 2 Expansion was completed under it s projected cost within the $9M overall estimate for the Project. Concur to recommend that the MID Board formally accept the work for the Terminal Reservoir Valve Replacement and Bypass project in the construction contract with KG Walters Construction, Inc., ( KGW ) and record a notice of completion within 15 days following such action. Supporting documents attached: Presentation Other supporting docs None attached 1) Covello Recommendation, CCO Summary Sheet 2

3 MID Terminal Reservoir Valve Replacement and Bypass Installation TO: Greg Dias, P.E., MID Project Manager FROM: Chris Davenport, P.E., Construction Manager DATE: August 28, 2015 SUBJECT: Recommendation to Accept the Project INTRODUCTION: KGW has completed the Terminal Reservoir Valve Replacement and Bypass Installation Project. In accordance with specification section Final Completion and Acceptance, this memo serves as the formal notice from the Construction Manager to the owner, that the work is complete in accordance with the contract and the project is ready for formal acceptance. RECOMMENDATION: Have the MID Board of Directors formally accept the project and file the notice of completion. DISCUSSION: The District awarded a construction contract to KGW to build the Terminal Reservoir Valve Replacement and Bypass Installation. The work included replacing the two existing ball valves that control flow into each of the terminal reservoirs with new plunger style valves and installing a new bypass pipe between the 60-inch waterline coming from the treatment plant to the 54-inch pipeline connecting to the City of Modesto s water system. KGW has completed all of the work, including items listed on the punch list in accordance with the contract and therefore, the project is ready for the MID Board to accept it. No stop notices were submitted on this project. KGW completed the work timely, with care and quality and submitted no claims. Final Contract Cost: The final contract amount is $2,547, There where fifteen change orders issued in an amount of $124, of which $87, was funded from the Bypass CCO budget, a credit amount of $12, (through contract deductions) has been added back to the Valve Replacement CCO budget and $49, was funded from the O&M Budget. The final funding split therefore is the following: Funded from: Loan Phase 2 O&M Budget Original Bid Amount - $2,209, $213, $49, Change Orders - $87, $12, $0.00 Total - $2,297, $200, $49, Final Contract Dates: The final contract dates for the contract are, Substantial Completion - April 10, 2015 Final Completion - June 24, 2015 Prepared by: cd Attachments: Spec section

4 found which prevent such use or occupancy, the Construction Manager shall notify the Contractor in writing of such items by issuing a Corrective Work Item List. Upon the completion of such corrective work, the Contractor shall so notify the Construction Manager in writing. The Construction Manager, the Owner and/or the Engineer shall inspect the Work to determine its acceptability for Substantial Completion and for determination of other items which do not meet the terms of the Contract. Upon verification that the Work is substantially complete the Construction Manager shall prepare a Certificate of Substantial Completion and the Punch List (see Form CERTIFICATE OF SUBSTANTIAL COMPLETION found in Section REFERENCE FORMS). The Certificate shall establish the date of Substantial Completion and the responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, commencement of warranties required by the Contract Documents, and shall fix the time, not to exceed 60 days, within which the Contractor shall finish all items on the Punch List or remaining work or administrative requirements accompanying the Certificate. When the preceding provisions have been approved by both the Owner and the Contractor, they shall sign the Certificate to acknowledge their written acceptance of the responsibilities assigned to them in such Certificate. By such acknowledgment, the Owner has the right to retain withheld monies due the Contractor to pay the Owner's actual costs including, but not limited to, charges for engineering, inspection and administration incurred due to the failure to complete the Punch List within the time period provided in the Certificate of Substantial Completion, which costs the Owner may deduct from amounts due or that may become due the Contractor under the Contract. 9.7 Final Completion and Payment When the Work is fully completed, Contractor shall provide Owner with a Certificate of Final Completion and shall request final inspection in writing. Additionally, Contractor shall provide legally effective releases or waivers satisfactory to the Owner of all stop payment notice and payment bond claim rights in connection with the Work. Within ten (10) calendar days of receipt of such completed request form, the Owner shall make final inspection. The Certificate, consistent with California Public Contract Code Section 7100, shall state that acceptance of the final payment described below shall operate as and shall be, a release to the Owner, the Construction Manager, the Engineer, and their duly authorized agents, from all claim of and/or liability to the Contract arising by virtue of the Contract related to undisputed contract amounts. Disputed Contract claims in stated amounts previously filed as provided in Section , Resolution of Disputes, may be specifically excluded by the Contractor from the operation of the release. Upon receipt of the Certificate of Final Completion, the Construction Manager, the Owner s Representative(s) and the Engineer will make the final inspection, to determine if the Work is fully completed in accordance with the terms of the Contract. If materials, equipment, workmanship or administrative requirements are found which do not meet the terms of the Contract, the Construction Manager shall prepare a Final Inspection List of such items and submit it to the Contractor. Following completion of the work to correct all items in the Final Inspection List the Contractor shall notify the Construction Manager. The Construction Manager shall, in turn, notify the Owner that the Work has been completed in accordance with the Contract. The Owner s Representative will recommend to its Board of Directors to accept the Work as complete. Acceptance of the Project for final completion requires formal acceptance by Owner's Board of Directors. If Owner determines that the Work is not complete after receipt of certification, Contractor shall be notified in writing of deficiencies. After the deficiencies have been corrected, the procedure for final inspection as set forth above shall again be initiated by Contractor. In the event Owner s Representative determines the Work is then fully completed, January A20 pw://carollo/documents/client/ca/mid/8600a20/specifications/trps Bypass and Valve Replacement/00700 (Final_BidSet)

5 Owner s Representative shall initiate the process of recommending to its Board of Directors to accept the Project. Following receipt of all required submittals and the Construction Manager's written statement that construction is complete and recommendation that the Owner accept the project, the Owner s Board of Directors will take formal action on acceptance. The final payment shall not be due and payable until the expiration of sixty (60) days from the Owner's acceptance of the Project. Acceptance of final payment by Contractor shall constitute a waiver of all claims by Contractor, except those previously made in writing in conformity with the Agreement and identified as unsettled at the time of final payment or those related to final payment or items of Work that are incomplete at the time of Final Acceptance. The Owner will pay the Contractor in lawful money such sums of money as may be due the Contractor including all sums retained but excluding such sums as have previously been paid the Contractor and as may be needed to cover outstanding stop notices. This payment will constitute the final payment to the Contractor under this Contract. 9.8 Warranties and Bonds The Contractor hereby agrees to make, at its own expense, all repairs or replacements necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which becomes evident within one (1) year after the date of acceptance of the project or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all work and materials provided by subcontractors or manufacturers of packaged equipment components. The Contractor also agrees to indemnify, defend, and hold the Owner harmless from liability of any kind arising from damage due to said defects. The Contractor shall execute and submit a completed WARRANTY FORM found in Section 01999, REFERENCE FORMS for the Work. The Warranty Form shall be submitted prior to the final acceptance of the project. The Contractor shall, upon the receipt of notice in writing from the Owner, promptly make all repairs arising out of defective materials, workmanship, or equipment. The Owner is hereby authorized to make such repairs, and the Contractor and its Surety shall be liable for the cost thereof, if ten (10) days after giving of such notice to the Contractor, the Contractor has failed to make or undertake the repairs with due diligence. In case of emergency, where in the opinion of the Owner delay could cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the expense in connection therewith shall be charged to the Contractor, and its Surety shall be liable for the cost thereof. Prior to the expiration of the Warranty period, the Owner reserves the right to hold a meeting and require the attendance of the Contractor. The purpose of the meeting is to review warranties, bonds and maintenance requirements and determine required repair or replacement of defective items. For the purpose of this paragraph, acceptance of the Work or a portion of the Work by the Owner, shall not extinguish any covenant or agreement on the part of the Contractor to be performed or fulfilled under this Contract which has not, in fact, been performed or fulfilled at the January A20 pw://carollo/documents/client/ca/mid/8600a20/specifications/trps Bypass and Valve Replacement/00700 (Final_BidSet)

6 MID Terminal Reservoir Valve Replacement and Bypass Installation Change Order Status and Contract Value Total Bypass Valve Repl Other Original Contract $2,423, $2,209, $213, $0.00 Authorized Contingency $242, $220, $21, $49, Total Authorized Project Budget $2,665, $2,430, $234, $49, Executed/Authorized Change Orders CCO Amt Bypass Valve Replmnt Breaker Rplcmt O&M New Contr Total Rem Total CCO Budget Rem Bypass CCO Budget Rem Valve Rep CCO Budget 1 Hyd Tank Air Comp Conc Pad $3, $3, $0.00 $2,426, $239, $217, $21, Valve Vault Changes $14, $14, $0.00 $2,441, $224, $202, $21, Tee to Nozzle Connections -$11, $11, $0.00 $2,430, $235, $214, $21, P3 and P4 Replacement Breakers $47, $0.00 $0.00 $47, $2,477, $235, $214, $21, Duel Feed UPS System $28, $26, $2, $2,506, $206, $188, $18, Bypass Connection Additional Work $11, $11, $0.00 $2,518, $195, $176, $18, Valve Vault Ductbank Deletion -$20, $0.00 -$20, $2,497, $215, $176, $39, UPS Mods $4, $4, $ $2,502, $210, $171, $38, HMI Substitution $4, $3, $ $2,506, $206, $168, $38, Add P3 and P4 Breakers to Short Circuit Study $1, $1, $2,508, $204, $168, $38, Singer RCV Rep Add'l Site Visit $3, $3, $ $2,511, $201, $165, $38, Pump Station Electrical Changes $24, $22, $2, $2,536, $177, $142, $35, Misc Mechanical Changes $3, $3, $ $2,540, $173, $139, $35, CMU Sound Wall $6, $6, $ $2,547, $166, $132, $34, Plunger Valve Drain Pipe Extensions $ $0.00 $ subtotal $124, $87, $12, $49, $2,547, $165, $132, $34, $2,547, $2,297, $200, $49, Rem Bypass CCO Budget Rem Valve Rep CCO Budget Executed Field Orders FO Amt Bypass Valve Replmnt Breaker Rplmt New Contr Total Rem Total CCO Budget FO 1 CP1 Wiring Investigation - closed via CCO 12 $0.00 FO 2 Res Level to Singer Valve Piping - closed via CCO 13 CP1 Wiring Changes - closed via CCO 12 subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Potential CCOs CCO Amt Bypass Valve Replmnt Breaker Rplmt New Contr Total Rem Total CCO Budget Rem Bypass CCO Budget Rem Valve Rep CCO Budget $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8.1 8-1.01 Unit Price Contracts... 8.1 8-1.02 Lump Sum or Job Contracts... 8.1 8-1.03

More information

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR (Where Contractor Assumes Risk of Owner Payment) The original text

More information

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8-1 8-1.01 Unit Price Contracts... 8-1 8-1.02 Lump Sum or Job Contracts... 8-1 8-1.03

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents.

3.1.2 The Contractor shall perform the Work in accordance with the Contract Documents. the portion of the Work affected by a material change. After the Owner furnishes the evidence, the Owner shall not materially vary such financial arrangements without prior notice to the Contractor. 2.2.2

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

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

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

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT

DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT DESIGN AND CONSTRUCTION RESPONSIBILITY AND REIMBURSEMENT AGREEMENT BETWEEN THE CITY OF PLACERVILLE AND THE El DORADO IRRIGATION DISTRICT FOR THE WESTERN PLACERVILLE INTERCHANGES PROJECT, PHASE 2 CITY CIP:

More information

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT This Stage 2: Design-Build Work Amendment ( DB Work Amendment) is an Amendment

More information

SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City

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

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

WASHAKIE COUNTY STANDARD CONTRACT DOCUMENTS

WASHAKIE COUNTY STANDARD CONTRACT DOCUMENTS WASHAKIE COUNTY STANDARD CONTRACT DOCUMENTS FEBRUARY 2016 PREPARED BY: DAVID W. ANDERSON, PELS WASHAKIE COUNTY PLANNING OFFICE 1001 BIG HORN AVE, STE 107 WORLAND, WY 82401 (307) 347-6778 2/19/2016 TABLE

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

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM This AGREEMENT is made and entered into this day of 20, by and between, a(n) ( ADEVELOPER@) and the SNYDERVILLE BASIN WATER RECLAMATION DISTRICT, a

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

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

ETTORE ZANON S.p.A. GENERAL CONDITIONS OF PURCHASE

ETTORE ZANON S.p.A. GENERAL CONDITIONS OF PURCHASE 1. SCOPE ETTORE ZANON S.p.A. GENERAL CONDITIONS OF PURCHASE 1.1 These general conditions of purchase published at www.zanon.com -shall be deemed as an integral part of any order issued by Ettore Zanon

More information

SUBCONTRACTOR PAY APPLICATION REQUIREMENTS PLEASE PROVIDE A COPY OF THIS INFORMATION TO THE PERSON PREPARING YOUR INVOICES.

SUBCONTRACTOR PAY APPLICATION REQUIREMENTS PLEASE PROVIDE A COPY OF THIS INFORMATION TO THE PERSON PREPARING YOUR INVOICES. Exhibit A SUBCONTRACTOR PAY APPLICATION REQUIREMENTS PLEASE PROVIDE A COPY OF THIS INFORMATION TO THE PERSON PREPARING YOUR INVOICES. Subcontractor Pay Applications are typically to be prepared as of the

More information

!!" #$!%&#!" ' (& ')*+!"

!! #$!%&#! ' (& ')*+! !!" #$!%&#!" ' (& ')*+!" '&$,$- 1 OVERVIEW Documents organized in accordance with Construction Specification Institute Table of Contents Relationship between Division 0 and Division 1 ODOT and City Supplement

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village of Orland Park (hereinafter referred to as the VILLAGE

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

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

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

{Company.Name} {ToContact.DisplayAddress} {Projects.Name}

{Company.Name} {ToContact.DisplayAddress} {Projects.Name} ARCHITECT/ENGINEER AGREEMENT This Architect/Engineer Agreement ( Agreement or Contract ) is entered into effective as of day of, 2014 ( Effective Date ), by and between the Houston Independent School District,

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

Standard Form of Agreement Between. Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price

Standard Form of Agreement Between. Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price November 3, 2014 Standard Form of Agreement Between Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price This document has important legal consequences. Consultation with

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

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

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

PART D SUPPLEMENTAL CONDITIONS

PART D SUPPLEMENTAL CONDITIONS PART D SUPPLEMENTAL CONDITIONS Page 1 of 18 PART D - SUPPLEMENTAL CONDITIONS GENERAL D1. GENERAL D1.1 In addition to the General Conditions for Construction Contracts, these Supplemental Conditions are

More information

ADDENDUM #1. NOTICE INVITING BIDS SAN Storage

ADDENDUM #1. NOTICE INVITING BIDS SAN Storage ADDENDUM #1 NOTICE INVITING BIDS SAN Storage NOTICE IS HEREBY GIVEN that East Valley Water District is amending the notice inviting bids for SAN Storage. The date due for bids has been extended to 4:00

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

CITY OF SIMI VALLEY MEMORANDUM AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES PHASE 1, SPECIFICATION NO.

CITY OF SIMI VALLEY MEMORANDUM AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES PHASE 1, SPECIFICATION NO. CITY OF SIMI VALLEY MEMORANDUM AGENDA ITEM NO. Consent (4) July 1, 2013 TO: FROM: SUBJECT: City Council Department of Public Works AWARD OF CONTRACT FOR WATER QUALITY CONTROL PLANT ELECTRICAL UPGRADES

More information

FIELD CERTIFICATION SERVICE TERMS FOR CANADA

FIELD CERTIFICATION SERVICE TERMS FOR CANADA FIELD CERTIFICATION SERVICE TERMS FOR CANADA These Field Certification Service Terms govern Field Certification Services performed by UL Contracting Party for the Client (also sometimes referred to as

More information

WHEREAS, VDOT is the owner and operator of the Virginia E-ZPass Toll Collection System;

WHEREAS, VDOT is the owner and operator of the Virginia E-ZPass Toll Collection System; This ELECTRONIC TOLL COLLECTION (ETC) AGREEMENT (this Agreement ) is made and entered into this 19th day of December 2007, by and between VIRGINIA DEPARTMENT OF TRANSPORTATION ( VDOT ) and CAPITAL BELTWAY

More information

CITY OF SUNSET VALLEY 11. AGENDA DATE: May 15, 2018

CITY OF SUNSET VALLEY 11. AGENDA DATE: May 15, 2018 CITY OF SUNSET VALLEY 11 AGENDA DATE: May 15, 2018 SUBJECT: Consider approval of Contingency Modification Number 1 for the Sunset Valley Police and Public Works Facilities Construction project and approval

More information

General Terms & Conditions of Purchase H&R Singapore Pte. Ltd.

General Terms & Conditions of Purchase H&R Singapore Pte. Ltd. General Terms & Conditions of Purchase H&R Singapore Pte. Ltd. Scope Asia H&R Singapore Pte.Ltd. 8, Boon Lay Way, #11-11 TradeHub21, Singapore 609964 Tel.: +65 96490148 Fax: +65 83426899 http://www.hur.com

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT DEER CREEK WATER ASSOCIATION Project Name Account Number Developer/Owner: Developer s Authorized Representative: Name: Phone: ( ) Fax: ( ) E-Mail: Type of Development: Single

More information

(3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC.

(3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC. (3/01) NW T.O. INDIANA AMERICAN WATER COMPANY, INC. AGREEMENT FOR WATER MAIN EXTENSION DEVELOPER INSTALLED - SUBDIVISION WITH REVENUE REFUND NO SUBSEQUENT CONNECTOR THIS AGREEMENT, made and entered into

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets)

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets) THE BIDDING AND CONTRACT PROVISIONS Document Section 00 70 00 General Conditions (Standard Multiple and Single Contract Sets) GENERAL CONDITIONS ARTICLE 1 DEFINITIONS 1.1 "Applicable Laws" means all laws,

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

More information

CITY OF EAST POINT BID NO BID TITLE: CONTRACT FOR CONSTRUCTION AND INCORPORATED GENERAL CONDITIONS

CITY OF EAST POINT BID NO BID TITLE: CONTRACT FOR CONSTRUCTION AND INCORPORATED GENERAL CONDITIONS CITY OF EAST POINT BID NO. 2017- BID TITLE: Revised 12/05/2014 TABLE OF CONTENTS Page # ARTICLE I THE CONTRACT AND THE CONTRACT DOCUMENT... 1 1.1 The Contract... 1 1.2 The Contract Documents... 1 1.3 Entire

More information

CITY COUNCIL AGENDA ITEM NO. 11

CITY COUNCIL AGENDA ITEM NO. 11 Meeting Date: June 28, 2005 CITY COUNCIL AGENDA ITEM NO. 11 Subject/Title: Adopt a Resolution approving a Reimbursement Agreement with The Mark Pringle Company, LLC, Tentative Subdivision Map No. 8763,

More information

Stipulated Price. Subcontract. Subcontract No:

Stipulated Price. Subcontract. Subcontract No: Stipulated Price Subcontract Project: xxxxxxx Subcontract Work: xxxxxx Subcontractor: xxxxxxx Subcontract No: xxxxxxx TABLE OF CONTENTS AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR Article 1 Work to

More information

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET

PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET PURCHASING TERMS AND CONDITIONS DOMESTIC FLEET GENERAL Agreement means, collectively, these terms and conditions and the Order to which they apply. CSL means The CSL Group Inc., acting through its Canada

More information

SFPP, L.P. CONNECTION POLICY

SFPP, L.P. CONNECTION POLICY CONNECTION POLICY Any Shipper seeking to obtain a connection to the pipelines and other facilities of SFPP, L.P. (the SFPP System or System ) under SFPP s currently effective rules and regulations tariff

More information

AIA Document A201 TM 2007

AIA Document A201 TM 2007 AIA Document A201 TM 2007 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address) THE OWNER: (Name and address) THE ARCHITECT: (Name and address) TABLE

More information

OWNER: ARCHITECT: ARTICLE 1 AGREEMENT

OWNER: ARCHITECT: ARTICLE 1 AGREEMENT Subcontract CONTRACT DETAILS: Cost Code: {ContractSchedOfValues.BdgtCode} Date: {Contracts.ContractDate} Project #: {Projects.Number} Project Name: Project Address: {Projects.Address} Subcontract #: {Contracts.ContractNumber}

More information

DESIGN/BUILD CONTRACT BETWEEN OWNER AND DESIGN/BUILDER

DESIGN/BUILD CONTRACT BETWEEN OWNER AND DESIGN/BUILDER DESIGN/BUILD CONTRACT BETWEEN OWNER AND DESIGN/BUILDER This DESIGN/BUILD CONTRACT (the Contract ) is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation (the Owner )

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

HomeStyle Renovation Submission Checklist

HomeStyle Renovation Submission Checklist HomeStyle Renovation Submission Checklist Borrower Name: Loan #: Homestyle Calculation Worksheet (LoanBuilder) * HomeStyle Renovation Consumer Tips (Form 1204) signed by borrower Appraisal with all improvements

More information

SUBCONTRACT AGREEMENT

SUBCONTRACT AGREEMENT 200 Parr Boulevard, Richmond, CA 94801 p 510-234-0926 f 510-237-2435 www.overaa.com Subcontractor Contact Person Address Project Project Location Owner SUBCONTRACT AGREEMENT Phone No. Fax No. Subcontract

More information

City of Biddeford, Maine

City of Biddeford, Maine City of Biddeford, Maine P.O. Box 586 205 Main Street Biddeford, ME 04005 PUBLIC NOTICE REQUEST For PROPOSAL (RFP) HVAC System Replacement Biddeford Wastewater Treatment Plant Administration Building The

More information

PART INSTRUCTIONS TO BIDDERS

PART INSTRUCTIONS TO BIDDERS [ ] [ ] [ ] Date [Date] [ ] [] PART 1 - INSTRUCTIONS TO BIDDERS CLAUSE 1 - DOCUMENTS 1 DOCUMENTS Carefully examine the following information. Failure to follow these instructions may result in bid disqualification.

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

NEW YORK STATE DEPARTMENT OF TRANSPORTATION LESSEE/PERMITTEE CONSTRUCTION OR ALTERATION APPLICATION

NEW YORK STATE DEPARTMENT OF TRANSPORTATION LESSEE/PERMITTEE CONSTRUCTION OR ALTERATION APPLICATION NEW YORK STATE DEPARTMENT OF TRANSPORTATION LESSEE/PERMITTEE CONSTRUCTION OR ALTERATION APPLICATION Republic Airport Application # Date: APPLICANT HEREBY AGREES TO THE FOLLOWING TERMS AND CONDITIONS The

More information

INVITATION TO BID APRIL 18, 2016

INVITATION TO BID APRIL 18, 2016 INVITATION TO BID REGIONAL SCHOOL DISTRICT #16 207 NEW HAVEN ROAD PROSPECT, CONNECTICUT 06712 APRIL 18, 2016 PROJECT SPECIFICATIONS AND PROPOSAL FORM FOR RENOVATION OF BATHROOMS FOR LONG RIVER MIDDLE SCHOOL

More information

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department

REQUEST FOR PROPOSAL. Fiber Optic Design and Installation Services. City of Alamosa Information Technology Department REQUEST FOR PROPOSAL Fiber Optic Design and Installation Services City of Alamosa Information Technology Department Due Date: April 30, 2019 by 3:00 p.m. (local time) Issued By: City of Alamosa Information

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

DOMESTIC WATER POLICY COMMITTEE MODESTO IRRIGATION DISTRICT 1231 Eleventh Street, Modesto, California April 6, :30 a.m.

DOMESTIC WATER POLICY COMMITTEE MODESTO IRRIGATION DISTRICT 1231 Eleventh Street, Modesto, California April 6, :30 a.m. John Mensinger, Chairman, MID Bill Zoslocki, Vice-Chairman, City of Modesto Nick Blom, Board Member, MID Ted Brandvold, Mayor, City of Modesto DOMESTIC WATER POLICY COMMITTEE MODESTO IRRIGATION DISTRICT

More information

PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:

PRODUCER AGREEMENT. Hereinafter (Producer), in consideration of the mutual covenants and agreements herein contained, agree as follows: PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

Educational Use Only S A M P L E S A M P L E

Educational Use Only S A M P L E S A M P L E CONSENSUSDOCS 510 STANDARD AGREEMENT AND GENERAL CONDITIONS BETWEEN OWNER AND CONSTRUCTION MANAGER (Where the Basis of Payment is the Cost of the Work) This document was developed through a collaborative

More information

XXXXX TOWN WATER SUPPLY XXXXX TOWN WATER SUPPLY SYSTEM AND SEWERAGE AUTHORITY MANAGEMENT CONTRACT FOR. Date:

XXXXX TOWN WATER SUPPLY XXXXX TOWN WATER SUPPLY SYSTEM AND SEWERAGE AUTHORITY MANAGEMENT CONTRACT FOR. Date: REPUBLIC OF UGANDA XXXXX TOWN WATER SUPPLY AND SEWERAGE AUTHORITY MANAGEMENT CONTRACT FOR XXXXX TOWN WATER SUPPLY SYSTEM Date:------------------------------ This MANAGEMENT CONTRACT is made this day of..,

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

REQUEST FOR PROPOSALS RFP#74-18

REQUEST FOR PROPOSALS RFP#74-18 REQUEST FOR PROPOSALS RFP#74-18 Sealed proposals, plainly marked "Power Plant (Burner, Boiler, etc.) Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School

More information

Document A201 TM 2007 SP

Document A201 TM 2007 SP AIA Document A201 TM 2007 SP General Conditions of the Contract for Construction, for use on a Sustainable Project for the following PROJECT: (Name and location or address) THE OWNER: (Name, legal status

More information

FleetPride, Inc. Standard Terms and Conditions of Purchase

FleetPride, Inc. Standard Terms and Conditions of Purchase FleetPride, Inc. 1. Terms of Agreement: The following terms and conditions of sale (these Standard Terms and Conditions ) contain general provisions applicable to all FleetPride, Inc. ( FleetPride ) supply

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

More information

Document A Exhibit A

Document A Exhibit A Design-Build Amendment Document A141 2014 Exhibit A This Amendment is incorporated into the accompanying AIA Document A141 2014, Standard Form of Agreement Between Owner and Design-Builder dated the day

More information

CONSTRUCTION CONTRACT RIDER

CONSTRUCTION CONTRACT RIDER CONSTRUCTION CONTRACT RIDER In connection with the work at, Massachusetts (the Development ) to be performed by (the Contractor ) pursuant to the Construction Contract dated, 20 between the Contractor

More information

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows: REQUEST FOR PROPOSAL TO PROVIDE OPERATION AND ABANDONMENT SERVICES FOR OIL AND GAS WELLS ABANDONMENT AT 9865 OLYMPIC BOULEVARD BEVRLY HILLS, CALIFORNIA ADDENDUM NO. 1 ADDENDUM NO. 1 for the above referenced

More information

SUBCONTRACT FOR BUILDING CONSTRUCTION

SUBCONTRACT FOR BUILDING CONSTRUCTION SUBCONTRACT FOR BUILDING CONSTRUCTION TABLE OF ARTICLES 1. AGREEMENT 2. SCOPE OF WORK 3. SCHEDULE OF WORK 4. CONTRACT PRICE 5. PAYMENT 6. CHANGES, CLAIMS AND DELAYS 7. CONTRACTOR'S OBLIGATIONS 8. SUBCONTRACTOR'S

More information

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid. ADDENDUM NO. 1 PROJECT: DUNHAM LIFT STATION REPLACEMENT PHASE ONE CLIENT: CITY OF ST. JOSEPH ISSUE DATE: 11/01/18 The following clarifications and changes shall be included in the Plans and Specifications

More information

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

DGR ENGINEERING Master Agreement for Professional Services Task Order Version DGR ENGINEERING Master Agreement for Professional Services Task Order Version THIS AGREEMENT is entered into on the 7th day of March, 2016, by and between the City of Volga, South Dakota, hereinafter referred

More information

FOLLOW-UP SERVICE TERMS

FOLLOW-UP SERVICE TERMS FOLLOW-UP SERVICE TERMS These Follow-Up Service Terms (i) govern Follow-Up Service performed by UL Contracting Party for the Client, also sometimes referred to as Subscriber, with respect to a Product,

More information

Construction Management-at-Risk Agreement

Construction Management-at-Risk Agreement This ( Agreement ), by and between the Lone Star College ( LSC or Owner ) and ( Construction Manager ), referred to as Party individually or Parties collectively, shall become effective upon the date this

More information