Contract task assignment to CDM Smith, Inc., for utility engineering services for southwest interconnect services area...

Size: px
Start display at page:

Download "Contract task assignment to CDM Smith, Inc., for utility engineering services for southwest interconnect services area..."

Transcription

1

2

3

4

5 2301 Maitland Center Parkway, Suite 300 Maitland, Florida tel: fax: Volusia County Water Resources and Utilities 123 West Indiana Avenue DeLand, Florida Subject: Task Assignment for Southwest Interconnect Services Area Ammonia Addition (Chloramination) System Final Design Dear Mr. Ulrich: Per your request, CDM Smith Inc. is pleased to submit this proposal for the final design of an ammonia addition (chloramination) system for the four water treatment plants of the Southwest Interconnect Service Area (SWISA). This is an assignment under the Contract for Professional Consulting Services for Utilities Engineering Services dated September 20, 2012 between the County of Volusia (COUNTY) and the consulting firm of CDM Smith Inc. (ENGINEER). Project Background The COUNTY owns and operates four water treatment plants in the SWISA, including the Glen Abbey Water Treatment Plant (GAWTP), the Breezewood Water Treatment Plant (BWWTP), the Four Towns Water Treatment Plant (FTWTP), and the Highland Water Treatment Plant (HLWTP). Collectively, these four facilities are referenced as the Southwest Interconnect Water System (SWIWS) and operate under one Public Water System Identification Number (PWS ID No ). Each of these facilities treats groundwater which contains moderate concentrations of hydrogen sulfide and total organic carbon. Following the addition of sodium hypochlorite (i.e. the primary disinfectant), naturally occurring organic material in the water reacts with sodium hypochlorite in the distribution system to form undesired disinfection by-products (DBPs). These DBPs include trihalomethanes (THMs) and haloacetic acids (HAAs), both of which are regulated by the U.S. Environmental Protection Agency (USEPA) under the Stage 2 Disinfectant/Disinfection By- Product Rule (D/DBPR), and the Florida Department of Environmental Protection (FDEP) under Chapter , FAC. Due to the high concentrations of THMs and HAAs formed in the service area, the COUNTY intends to modify the treatment process of all four of the facilities within the SWISA to comply with Stage 2 D/DBPR requirements. As part of a November 2012 Study, the ENGINEER evaluated potential process modifications including the addition of a granular activated carbon (GAC) process, the addition of a nanofiltration (NF) process, and/or the use of combined chlorine (i.e. monochloramine) as the disinfectant residual in the distribution system. The ENGINEER, as

6 Page 2 part of the November 2012 Study, also developed a chloramination testing protocol, which COUNTY staff conducted, to evaluate the effectiveness of chloramination, as a process to reduce concentrations of THMs and HAAs in the distribution system to levels in compliance with Stage 2 D/DBPR requirements. The results of the testing protocol and sampling event have documented chloramination as an effective and economical process to control concentrations of THMs and HAAs of the finished water within the SWISA distribution system. The purpose of this Task Assignment, as more fully described below, is to implement design, bidding and limited services during construction for ammonia addition (chloramination) at the four plants of the SWISA. Scope of Work The ENGINEER s Scope of Work for the SWISA Ammonia Addition (Chloramination) System Final Design shall include the tasks outlined below. Task 1 Meetings, Project Management and Quality Control Activities performed under this task consist of those general functions required to maintain the project on schedule, within budget, and that the quality of the work products defined within this scope is consistent with ENGINEER s standards and COUNTY s expectations. Specific activities included are identified below: Subtask 1.1 Project Kick-off and Progress Meetings ENGINEER will prepare for and conduct a kick-off meeting for the project to discuss the design of the project, the detailed project approach, schedule and budget. At this meeting, the ENGINEER will present the COUNTY with a list of relevant and available information and data required to complete the project. Highlights of the meeting, including documentation of the design approach, will be summarized in a design memorandum and distributed to all attendees. The CONSULTANT will attend up to one monthly progress meeting during the estimated 5-month project duration of final design. Meetings during the construction phase of the project are included in Task 6. The ENGINEER will prepare and distribute meeting minutes of each meeting as appropriate. Subtask 1.2 Project Quality Control (QC) Technical Review ENGINEER maintains a QC program on all of your projects. An internal project quality management planning session will be conducted at the start of the project. This action is required by ENGINEER s quality management system (QMS) guidelines. Technical Review Committee (TRC) meetings are budgeted for and will be performed to review the 30 and 60 percent complete submittals. COUNTY s representatives are invited to attend and participate at the TRC meetings, if desired, in addition to the COUNTY reviews of deliverables identified in this Scope of Work S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx 31-6

7 Page 3 Subtask 1.3 Project Progress Reports ENGINEER s project manager will prepare and submit written monthly progress reports in support of each monthly invoice for an anticipated project life of 12 months. Task 2 30% Preliminary Engineering Design Subtask 2.1 Data Collection and Review The ENGINEER will perform the following: Review site plans and As-Built drawings, provided by the COUNTY for the four SWISA water treatment plants sites, including utility locations; Conduct a site visit to identify site-conditions and potential locations for the ammoniation system for each site, and utility needs; Develop conceptual site plan and yard piping plan layouts based upon equipment sizing, and an Electrical Single Line Diagram and a Process and Instrumentation Diagram; Conduct a topographic and site specific survey to locate above- grade features for each site. Conduct a subsurface utility survey, based upon as-built information provided by the COUNTY. Recommend soft dig locates for utilities that need to be verified. The soft dig locations, if needed, will be performed under Task 7.0, Owner-Controlled Contingency. Conduct a geotechnical investigation to obtain subsurface information, and geotechnical field and laboratory classification testing for up to two soil borings at each facility. Review distribution system maps and computerized hydraulic models, if available, to assist with the development of a unidirectional flushing plan (UDFP) for the SWISA finished water distribution system. This UDFP is to be developed under Task 2.3. Subtask % Engineering Design The ENGINEER will prepare 30% Preliminary Engineering documents. The 30% submittal will include a P&ID of the proposed improvements indicating new equipment and its control, confirm the overall site plan and piping layout and spacing requirements, and the estimated Engineer s Opinion of Probable Construction Costs. Preliminary drawings will be included, showing the ammoniation system location for each site and electrical service drawings. The ENGINEER will meet with COUNTY staff to present and review the findings and results of the draft 30% submittal. The draft will be revised to reflect discussions at the meeting. Four copies each of the draft and final 30% documents will be submitted to the COUNTY. The final 30% submittal will also be provided in PDF format S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx

8 Page 4 Subtask 2.3 SWISA Distribution System Uni-Directional Flushing Plan (UDFP) The ENGINEER will develop a UDFP for the SWISA distribution system. The UDFP is intended to assist the COUNTY with the initial flushing after modifying the disinfection treatment process to chloramination, as well as periodic flushing of the finished water distribution system to reduce and/or eliminate the buildup of sediment, corrosion product concentrations and nitrifying compounds in the SWISA distribution system. Free chlorine may also be added during this flushing period to help with the removal of these nitrifying compounds. The UDFP will be based upon GIS base maps, provided by the COUNTY, that identify the existing distribution system, by pipe size and type of pipe, valve and blowoff locations and sizes, and the current flushing station locations and sizes. The UDFP is intended to document the recommended sequence or path to allow the system to be flushed from the inner most distribution pipe network to the outer most distribution pipe network, in a sequential order, isolating or closing valves as needed to prevent backflow or short circuiting of water into a previously flushed part of the distribution system. A draft Technical Memorandum will be developed recommending any system improvements and/or modifications, as well as outlining the UDFP procedures, detailing the flow path of the flushing water from the inner to outer pipe networks. The Draft Technical Memorandum will include the following information or recommendations: A key map or water atlas to identify the sequential pipes to be flushed. The key map will be based upon the GIS base map provided by the COUNTY using the distribution attributes listed for the pipes, valves, fire hydrants, current flushing stations, etc. The valves to be opened or closed to provide the required flow paths for the flushing water and to also prevent short circuit flow or back flow into previously flushed pipes. Estimates for the duration of the flush for the pipe segment or network, based upon the pipe network maps provided, pipe sizes, etc. Recommended modifications or additions to the distribution system, as needed, to provide a more uniform flushing path and eliminate any dead ends or pipe segments not able to be completely flushed. The ENGINEER will attend a review meeting with the COUNTY, on the draft UDFP. The ENGINEER will then incorporate any comments received at the meeting into the Final Technical Memorandum. Task 3 Preparation of Contract Documents Subtask 3.1 Final Engineering Design After receipt of the COUNTY s approval of the 30% submittal, the ENGINEER will prepare final design documents suitable for bidding and construction of the ammoniation systems for all four 31-8 S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx 31-8

9 Page 5 water treatment plant sites as a single construction contract, based on the 30% final submittal conducted under Task 2.0 of this Scope of Work. All the drawings developed will be based upon As- Built information, new survey and existing and/or new geotechnical data provided by the COUNTY. The plans will be submitted to the COUNTY for review at 60% and 90% levels of completion, in 22 x 34 size. The COUNTY s comments on the 60% and 90% submittals will be incorporated into the construction documents as warranted. The design plans will evaluate avoiding existing utilities where possible. It is anticipated that the construction plans will consist of 24 sheets including: Cover Sheet with Location Map 1 sheet Existing and Proposed Site Plan (one sheet per WTP, except 5 sheets Glen Abbey) - Including Horizontal/Vertical Controls, Erosion Control - Including Proposed Plan and Demolition Plan Civil Design (including one Yard Piping plan per site) and 6 sheets two typical Civil Details sheets Typical Structural Design and Structural Details 2 sheet Typical Mechanical Design and Mechanical Details 2 sheet Typical Electrical Design and Details 6 sheets Typical Process & Instrumentation Design 2 sheets In addition to the design plans listed above, the ENGINEER will also include the following items in the construction documents as necessary: COUNTY s Standard Procurement Bid and Contract Forms (Front-End Documents) Instructions to Bidders and General Conditions Supplementary General Conditions Technical Specifications (CSI 16 Division Format) Four copies of the 60% and 90% Contract Documents will be provided to the COUNTY for review. Those copies will include two (2) sets of 22 x 34 full-size drawings and two (2) sets of 11 x 17 half-size drawings. The Contract Documents will also be submitted in PDF format, including the appropriate technical specifications. At the 60% and 90% submittal, the technical specifications will include Section (Measurement and Payment) with a detailed description of the Bid Items S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx

10 Page 6 and what is included in the Pay/Bid Item. A meeting to review the draft 60% and 90% Contract Documents will be held with COUNTY staff to collect comments to be incorporated into either the 90% or the 100% bid package. A memo will be prepared listing the comments received and the disposition of the suggestions to the plans for approval by the COUNTY. The ENGINEER will prepare final Contract Documents (drawings and specifications). The Contract Documents will be presented to the COUNTY and be considered final, after receipt of the Volusia County and/or City of DeBary Building Permit. The ENGINEER will deliver four copies of drawings in 22 x 34 format, four sets of other Contract Documents as listed above, and electronic files on a CD in PDF format, Microsoft Word, and AutoCAD format, as appropriate of the 100% final Contract Documents. Subtask 3.2 Engineer s Opinion of Probable Construction Cost The ENGINEER will provide an Engineer s Opinion of the Probable Construction Cost for the project at the 60%, 90% and Final (100%) completion milestones, in addition to the conceptual (30%) Engineer s Opinion of Probable Construction Cost included under Task 2.2. Task 4 Permit Assistance The ENGINEER will assist with the following permitting services: Submit a Volusia County and/or City of Debary Building Permit and a City of Debary Site Plan Permit, for pre-approval prior to bidding the project. The CONTRACTOR shall be listed as To Be Determined. Submit a Florida Department of Environmental Protection Application for a Specific Permit to Construct PWS Components (DEP Form (1)) to the Volusia County Health Department for the disinfection modifications. Respond to one (1) Request for Additional Information (RAI) for the two (2) permits listed above. Task 5 Bidding Services Subtask 5.1 Pre-Bid Meeting The ENGINEER will attend the pre-bid meeting held by the COUNTY to discuss the project with prospective bidders. The ENGINEER will assist in the preparation of the meeting summary to document items discussed with the parties in attendance as part of the first addendum. The COUNTY will distribute the official meeting summary. Subtask 5.2 Prepare Addenda The ENGINEER will assist in the preparation of the addenda to the Contract Documents based upon the pre-bid meeting and technical questions submitted in writing to the COUNTY during bidding. The COUNTY will distribute all addenda S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx 31-10

11 Page 7 Subtask 5.3 Bid Review and Recommendation for Award The ENGINEER will review the bids and prepare a recommendation of award for the COUNTY. It is anticipated that the apparent low bidder will be responsive and a bid review meeting will not be required. The ENGINEER will also attend a Volusia County Commission Meeting to support the approval of the Construction Contract and provide input to public and commission comment at the meeting, if needed. Task 6 Construction Services Subtask 6.1 General Services During Construction The Engineer will assist with the following task during construction: Attend one pre-construction conference; Review shop drawings, including resubmittals; Respond to requests for information (RFI) from the Contractor; Conduct four site visits (one visit per month during construction, to begin one month after Contractor s notice to proceed (NTP)); Conduct one site visit for substantial completion inspection. Conduct one final inspection to determine if the project is complete, the Chloramination system is functioning as intended and the work is acceptable so that the ENGINEER may give written notice to the COUNTY and Contractor recommending final payment to the Contractor. If additional site visits are required after final completion (during the warranty period) to determine if the Chloramination system is functioning as intended, the ENGINEER will conduct these site inspections and will be considered owner-controlled contingency services (Task 7). Subtask 6.2 Record Drawings Prepare Record Drawings showing changes made during the construction process, based on markup prints, drawings, and other data furnished by the Contractor. The ENGINEER will provide two full size sets of Record Drawings, electronic files on a CD in PDF and AutoCAD format. Task 7 Owner Controlled Contingency The Engineer has included a contingency fee to cover additional, unforeseen services required to complete the project. Activities performed under this task shall include design and field services activities not described or anticipated under Task 1 through 6 listed herein. No contingency fees will be utilized without prior written approval by the COUNTY. S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx

12 Page 8 Deliverables Under this Scope of Work, the ENGINEER will submit the following documents to the COUNTY: Project Kickoff Meeting Minutes; Four copies of the 30% design documents and UDFP. The 30% design documents and UDFP will also be submitted in PDF format; Four copies of the draft and final UDFP. The UDFP will also be submitted in PDF format; Four copies of 60% and 90% design documents. The 90% Contract Documents will also be submitted in PDF format ; Four copies and one digital copy (PDF, AutoCAD and Microsoft Word, as applicable) of final Contract Documents; and, A 30%, 60%, 90% and Final Engineers Opinion of Probable Construction Cost. Schedule The ENGINEER is prepared to begin the final design report upon NTP and will complete the Final Design Contract Documents within 150 days (5 months) from the NTP. 30% Design Documents 60 days from NTP; UDFP 90 days from NTP ( includes two weeks for COUNTY review of the Draft UDFP); 60% Contract Documents 90 days from NTP (includes one weeks for COUNTY review); 90% Contract Documents 120 days from NTP (includes one week for COUNTY review of 60% Contract Documents); 100% Final Contract Documents 150 days from NTP (includes one week for COUNTY review of 90% Contract Documents); Construction Notice to Proceed Issuance Approximately 240 days from NTP with this Task Assignment (includes 90 days for procurement following 100% Contract Document submittal); and, Construction Completion Approximately 420 days from NTP with this Task Assignment (includes 180 days or 6 months from Issuance of Notice to Proceed to the selected contractor) S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx 31-12

13 Page 9 County s Responsibility It is the COUNTY s responsibility to provide timely response to requests for information and for periodic review of all submittals. The COUNTY will provide available As Built drawings and information. The COUNTY will provide all applicable permit fees. List of Assumptions 1. A Florida Department of Environmental Protection (FDEP) Application for a Specific Permit to Construct PWS Components and a Volusia County and/or City of Debary Building Permits will be required for this work. 2. Record Drawings and/or As Built Drawings, if available will be provided by the COUNTY. 3. Available hydraulic model information for the SWISA distribution system will be provided by the COUNTY for consideration/use by ENGINEER is development of the UDFP at ENGINEER s discretion. COUNTY provides no assurances to ENGINEER regarding whether the model information provided is up to date or calibrated for use by ENGINEER. 4. Existing SCADA system will be used to tie in new I/O. 5. No RTU or remote communications are required for design. 6. The existing electrical power distribution system and equipment, both normal and emergency standby, at each WTP have adequate amperage, capacity and spare provisions to service equipment associated with the ammonia injection systems. 7. Startup of the chloramine system and advance public notification is not included. Compensation and Payment Compensation for all services, materials, supplies, and any other items or requirements necessary to complete the work defined in this Task Assignment will be based upon a Not to Exceed lump sum amount of $158,427. Invoices shall be submitted to the COUNTY and ENGINEER will prepare a monthly progress report that presents task by task. The justification for the Not to Exceed amount is presented in Exhibit I. We trust that our proposal is acceptable to the COUNTY and we thank you for the opportunity to be of service to you. If you have any questions, please do not hesitate to contact me at (direct) or (mobile). S:\0000 New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word Excel\Ltr 15May2013.docx

14 Page 10 Sincerely, Approved: David J. Prah, P.E., BCEE Principal CDM Smith Inc. Eric J. Grotke, P.E., BCEE Vice President CDM Smith Inc. Enclosure cc: Mark Burgess Colin Hobbs S:\ New Business\MABNB\Volusia Co\SW Interconnect\final proposal \Parts Word-Excel\Ltr-15May2013.docx 31-14

15 Exhibit I Southwest Interconnect Service Area Ammonia Addition - Design Services Fee Estimate Officer Project Manager Senior Engineer Project Engineer Junior Engineer GIS/ACAD Clerical/Financial Total Raw ODCs Labor Cost Hours Labor $ 80 /hr $ 65 /hr $ 55 /hr $ 45 /hr $ 35 /hr $ 30 /hr $ 25 /hr 5% Raw Raw Raw Raw Raw Task Description Hrs Hrs Hrs Raw Labor Hrs Raw Labor Hrs Hrs Hrs 3.0 Labor Labor Labor Labor Labor Bailey Engineering Survey Geotech Total Subs Subs * 10% Total Cost 1.0 Meetings, Project Management and Quality Control 1.1 Project Kickoff and Progress 2 $ $ $ $ $ - 0 $ - 2 $ 50 Meeting Subtotal 2 $ $ $ $ $ - 0 $ - 2 $ $ 760 $ 2,280 $ 114 $ 350 $ - $ - $ 350 $ 35 $ 2, Project Quality Control 2 $ $ $ $ $ - 0 $ - 2 $ 50 Subtotal 2 $ $ $ $ $ - 0 $ - 2 $ $ 1,310 $ 3,930 $ 197 $ - $ - $ - $ - $ 4, Project Progress Reports 0 $ - 4 $ $ $ - 0 $ - 0 $ - 4 $ 100 Subtotal 0 $ - 4 $ $ $ - 0 $ - 0 $ - 4 $ $ 800 $ 2,400 $ 120 $ - $ - $ - $ - $ 2, % Prelimiinary Engineering 2.1 Data Collection and Review 0 $ - 4 $ $ $ $ $ 60 2 $ 50 Subtotal 0 $ - 4 $ $ $ $ $ 60 2 $ $ 1,090 $ 3,270 $ 164 $ 1,750 $ 4,400 $ 5,122 $ 11,272 $ 1,127 $ 15, % Engineering Design 2 $ $ $ $ 1,080 8 $ $ 1, $ 300 Subtotal 2 $ $ $ $ 1,080 8 $ $ 1, $ $ 4,160 $ 12,480 $ 624 $ 8,170 $ - $ - $ 8,170 $ 817 $ 22, Uni-Directional Flushing Plan 2 $ $ $ $ 1, $ 1, $ $ 50 Subtotal 2 $ $ $ $ 1, $ 1, $ $ $ 4,920 $ 14,760 $ 738 $ - $ - $ - $ - $ 15, Preparation of Contract Documents 3.1 Final Engineering Design 3 $ $ 1, $ 1, $ 1, $ $ 2, $ 800 Subtotal 3 $ $ 1, $ 1, $ 1, $ $ 2, $ $ 8,600 $ 25,800 $ 1,290 $ 5,170 $ - $ - $ 5,170 $ 517 $ 32, Engineers Opinion of Probable 1 $ 80 2 $ $ $ $ $ 60 2 $ 50 Construction Cost Subtotal 1 $ 80 2 $ $ $ $ $ 60 2 $ $ 1,460 $ 4,380 $ 219 $ - $ - $ - $ - $ 4, Permit Assistance 4.1 Permit Assistance 1 $ 80 4 $ $ $ $ $ $ $ 80 4 $ $ $ $ $ $ $ 2,080 $ 6,240 $ 312 $ 2,770 $ - $ - $ 2,770 $ 277 $ 9, Bidding Services 5.1 Pre-bid Meeting 0 $ - 2 $ $ $ $ - 0 $ - 2 $ 50 Subtotal 0 $ - 2 $ $ $ $ - 0 $ - 2 $ $ 470 $ 1,410 $ 71 $ - $ - $ - $ - $ 1, Prepare Addenda 0 $ - 4 $ $ $ $ $ $ 100 Subtotal 0 $ - 4 $ $ $ $ $ $ $ 2,240 $ 6,720 $ 336 $ 2,770 $ - $ - $ 2,770 $ 277 $ 10, Bid Review and Recommendation for 4 $ $ $ $ 90 0 $ - 2 $ 60 4 $ 100 Award Subtotal 4 $ $ $ $ 90 0 $ - 2 $ 60 4 $ $ 1,270 $ 3,810 $ 191 $ - $ - $ - $ - $ 4, Construction Services 6.1 General Services During Construction 1 $ $ $ $ $ 1,400 4 $ $ 600 Subtotal 1 $ $ $ $ $ 1,400 4 $ $ $ 3,960 $ 11,880 $ 594 $ 9,280 $ - $ - $ 9,280 $ 928 $ 22, Record Drawings 0 $ - 1 $ 65 4 $ $ $ $ $ 50 Subtotal 0 $ - 1 $ 65 4 $ $ $ $ $ $ 1,695 $ 5,085 $ 254 $ - $ - $ - $ - $ 5, Owner Controlled Contingency $ 5,000 $ 5,000 Total All Tasks 18 $ 1, $ 4, $ 7, $ 8, $ 4, $ 5, $ 2, $ 34,815 $ 109,445 $ 5,222 $ 30,260 $ 4,400 $ 5,122 $ 39,782 $ 3,978 $ 158,

16 31-16

PUBLIC ANNOUNCEMENT. By order of the Board of County Commissioners, Warren County, Ohio.

PUBLIC ANNOUNCEMENT. By order of the Board of County Commissioners, Warren County, Ohio. PUBLIC ANNOUNCEMENT Sealed statement of qualifications for professional engineering services for the design of water treatment plant membrane softening upgrades will be received by the Warren County Water

More information

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17, Request for Proposal for Sue Howard Closing Date: January 17, 2017 Email: sue.howard@wetaskiwin.ca Contents Purpose... 3 Background... 3 Terms of Reference... 4 1. General... 4 2. Key Dates... 5 Scope

More information

CITY OF SIGNAL HILL SUBJECT: AUTHORIZE RELEASE OF REQUEST FOR PROPOSALS FOR ON- CALL ENGINEERING DESIGN SERVICES

CITY OF SIGNAL HILL SUBJECT: AUTHORIZE RELEASE OF REQUEST FOR PROPOSALS FOR ON- CALL ENGINEERING DESIGN SERVICES CITY OF SIGNAL HILL 2175 Cherry Avenue Signal Hill, CA 90755-3799 AGENDA ITEM TO: FROM: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL GRISSEL CHAVEZ DEPUTY DIRECTOR OF PUBLIC WORKS SUBJECT: AUTHORIZE

More information

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project Request for Proposal For Design Engineering Services City of Lansing, Kansas Wastewater Utility Department 800 First Terrace Lansing, Kansas 66043 February 14, 2018 Page 1 of 14 A. INTRODUCTION The City

More information

FLORIDA KEYS AQUEDUCT AUTHORITY AND MONROE COUNTY

FLORIDA KEYS AQUEDUCT AUTHORITY AND MONROE COUNTY FLORIDA KEYS AQUEDUCT AUTHORITY AND MONROE COUNTY REQUEST FOR PROPOSALS CUDJOE REGIONAL WASTEWATER COLLECTION SYSTEM DESIGN BUILD PROJECT FOR OUTER ISLANDS FKAA Project No. 4053-12 Volume 1 Instructions

More information

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014 The Central Valley Opportunity Center ( CVOC ) is soliciting

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

Public Private Ventures Process Guide

Public Private Ventures Process Guide Public Private Ventures Process Guide This guideline is applicable for proposed privatized transactions that utilize private bond proceeds or other private financing to fund a portion or all cost for development

More information

BIDS MUST BE RECEIVED BEFORE 12:00 (NOON) ON BID OPENING DAY

BIDS MUST BE RECEIVED BEFORE 12:00 (NOON) ON BID OPENING DAY COBB COUNTY PURCHASING DEPARTMENT 100 Cherokee Street, Suite 260 Marietta, Georgia 30090 (770) 528-8400 /FAX (770) 528-1154 Email: purchasing @cobbcounty.org www.cobbcounty.org/purchasing IMPORTANT NOTICE

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

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

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

EXHIBIT A RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6 3. PLANNING AND ADMINISTRATION A-6 OF THE PROJECT 4. PRECONSTRUCTION PHASE A-7 5. PRE-BIDDING

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

PATRICK ENGINEERING & SURVEYING

PATRICK ENGINEERING & SURVEYING PATRICK ENGINEERING & SURVEYING Patrick L. Brown, R.C.E. 18067 2110 Main Street, Suite A Post Office Box 442 Julian, California 92036 Office (760) 765-1343/Fax (760) 765-2081 E-mail: patrickeng@sbcglobal.net

More information

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan,

THREE RIVERS AREA YOUTH SPORTS COMPLEX. Request for PROPOSALS. 333 West Michigan Ave. Three Rivers, Michigan, City of Three Rivers THREE RIVERS AREA YOUTH SPORTS COMPLEX Request for PROPOSALS 333 West Michigan Ave. Three Rivers, Michigan, 49093 269 273 1075 www.threeriversmi.org Engineering Services for the Youth

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS)

AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) BUSINESS AFFAIRS PLANNING DESIGN & CONSTRUCTION AGREEMENT FOR ANNUAL CONTINUING PROFESSIONAL SERVICES (FOR USE ON MINOR PROJECTS) THIS AGREEMENT BETWEEN OWNER AND PROFESSIONAL FOR ANNUAL SERVICES (the

More information

Tri-Cities Academic Building Washington State University Richland, WA Project Manual

Tri-Cities Academic Building Washington State University Richland, WA Project Manual Tri-Cities Academic Building Washington State University Richland, WA Project Manual Project No. 8589-2016 Issued 9/25/2018 Washington State University Facility Services, Capital Tri-Cities Academic Building

More information

CONSTRUCTION MANAGER-AT-RISK CONTRACT BETWEEN THE TEXAS FACILITIES COMMISSION AND SWINERTON BUILDERS

CONSTRUCTION MANAGER-AT-RISK CONTRACT BETWEEN THE TEXAS FACILITIES COMMISSION AND SWINERTON BUILDERS TFC Contract No. l 6-100-000 CONSTRUCTION MANAGER-AT-RISK CONTRACT BETWEEN THE TEXAS FACILITIES COMMISSION AND SWINERTON BUILDERS The Texas Facilities Commission, a state agency located at 1711 San Jacinto

More information

#P Lucasville Road Transmission Main Twinning

#P Lucasville Road Transmission Main Twinning Procurement Services 450 Cowie Hill Rd. P.O. Box 8388 RP0 CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL #P09.2018 Lucasville Road Transmission Main Twinning Sealed bids submitted

More information

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser Document C132 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Adviser AGREEMENT made as of the 14th day of July in the year 2014 (In words, indicate day, month and year.) BETWEEN

More information

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner: Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT

More information

PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT

PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT TABLE OF CONTENTS SECTION 1 INTENT OF AGREEMENT... 2 SECTION 2 SCOPE OF PROJECT... 3 2.1 PROJECT DESCRIPTION AND PROFESSIONAL

More information

City of Albany, New York Traffic Engineering

City of Albany, New York Traffic Engineering City of Albany, New York Traffic Engineering REQUEST FOR PROPOSALS FOR THE PROVISION OF ENGINEERING SERVICES Traffic Signal Design Services RFP No. TE-11-001 November 15, 2011 SECTION 1: PURPOSE 1.1 The

More information

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AS MODIFIED BY OWNER AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect

More information

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP REQUEST FOR PROPOSALS FOR PROFESSIONAL CONSULTING SERVICES RFP 252018 Town of Scarborough P.O. Box 360 259 U.S. Route One Scarborough, Maine 04070-0360 Released on April 12, 2018 Proposals Due on May 7,

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

ARIZONA STATE UNIVERSITY EXHIBIT A - DESIGN-BUILDER GENERAL CONDITIONS November 25, 2014 Edition

ARIZONA STATE UNIVERSITY EXHIBIT A - DESIGN-BUILDER GENERAL CONDITIONS November 25, 2014 Edition ARIZONA STATE UNIVERSITY EXHIBIT A - DESIGN-BUILDER GENERAL CONDITIONS November 25, 2014 Edition Design-Builder General Conditions Page 1 TABLE OF CONTENTS SECTION 1 SECTION 2 SECTION 3 SECTION 4 SECTION

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES (this Agreement ) is made and entered into effective as of the date last signed below, (the Effective

More information

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents

Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Request for Proposals (RFP): Lake Avondale Stormwater Mitigation Facility Design and Construction Documents Issuing Agency: City of Avondale Estates 21 North Avondale Plaza Avondale Estates, GA 30002 Phone:

More information

SECTION PROJECT SCHEDULE 08/08

SECTION PROJECT SCHEDULE 08/08 SECTION 01 32 01.00 10 PROJECT SCHEDULE 08/08 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within

More information

REQUEST FOR PROPOSALS

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

More information

REQUEST FOR PROPOSALS Consulting Engineering Services for: Troutdale Water Master Plan

REQUEST FOR PROPOSALS Consulting Engineering Services for: Troutdale Water Master Plan REQUEST FOR PROPOSALS Consulting Engineering Services for: Troutdale Water Master Plan I. Project Background The City of Troutdale is in need of the services of a qualified Professional Engineer, licensed

More information

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1.

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1. 5.01 CONSTRUCTION PROCUREMENT DELIVERY METHODS A. The Owner s standard method of construction procurement for delivery of capital improvements is Design/Bid/Build. The State Building Commission (SBC) may

More information

SUBJECT: Priority Sewer Replacement Projects Adjusted Budget Augmentation Request. for Design Related and Construction Management Services

SUBJECT: Priority Sewer Replacement Projects Adjusted Budget Augmentation Request. for Design Related and Construction Management Services W E S I YOST ASSOCIATES C'Otifiuli i. It/> >et" April 8, 2014 Project No.: 454-02-09-02 Mr. Jonathon Goldman Director of Public Works/City Engineer City of Sausalito 420 Litho Street Sausalito CA 94965

More information

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS S108C00-0911 VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY III PROJECTS March 1, 2011 Section 103.06(e) Progress Schedule of the Specifications is deleted

More information

ASU PROJECT NO. DP- (CMAR) - PROJECT NAME: DATE ISSUED: OWNER. ARIZONA BOARD OF REGENTS for and on behalf of ARIZONA STATE UNIVERSITY CMAR

ASU PROJECT NO. DP- (CMAR) - PROJECT NAME: DATE ISSUED: OWNER. ARIZONA BOARD OF REGENTS for and on behalf of ARIZONA STATE UNIVERSITY CMAR AGREEMENT BETWEEN OWNER and DESIGN PROFESSIONAL (CONSTRUCTION MANAGER AT RISK FORM) ASU PROJECT NO. DP- (CMAR) - PROJECT NAME: DATE ISSUED: OWNER ARIZONA BOARD OF REGENTS for and on behalf of ARIZONA STATE

More information

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS

DOCUMENT SCHEDULING OF WORK PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS DOCUMENT 01 32 13 PART 1 GENERAL 1.1 RELATED DOCUMENTS AND PROVISIONS All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

More information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-XX-P-15-XXX CASCADE, SNELL, KERR RENOVATION DESIGN This Retainer Contract Supplement dated (the Supplement

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK MD ANDERSON AGREEMENT No. This Agreement is made as of, 2015 (the Effective Date ), by and between The Owner: The University of Texas M. D. Anderson

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

ENGINEERING SERVICES AGREEMENT DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN AND THE DRAINAGE DISTRICT

ENGINEERING SERVICES AGREEMENT DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN AND THE DRAINAGE DISTRICT DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN AND THE DRAINAGE DISTRICT BUILDING 95 WEST ONE PUBLIC WORKS DRIVE WATERFORD, MICHIGAN 48328-1907 This Agreement, made and entered into the day of, between ( ENGINEER

More information

WEST VIRGINIA UNIVERISITY REQUEST FOR PROPOSAL M FOR MILAN PUSKAR STADIUM CONCOURSE RENOVATIONS CONSTRUCTION MANAGER AT-RISK SERVICES

WEST VIRGINIA UNIVERISITY REQUEST FOR PROPOSAL M FOR MILAN PUSKAR STADIUM CONCOURSE RENOVATIONS CONSTRUCTION MANAGER AT-RISK SERVICES WEST VIRGINIA UNIVERISITY REQUEST FOR PROPOSAL 90003363M FOR MILAN PUSKAR STADIUM CONCOURSE RENOVATIONS CONSTRUCTION MANAGER AT-RISK SERVICES OFFICIAL RELEASE DATED: MONDAY, OCTOBER 27, 2014 {W0015509.1}

More information

AIA Document A133 TM 2009

AIA Document A133 TM 2009 AIA Document A133 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price

More information

North Carolina Department of Environment and Natural Resources

North Carolina Department of Environment and Natural Resources North Carolina Department of Environment and Natural Resources Revised March 23, 2000 Public Water Supply Section Division of Environmental Health 1634 Mail Service Center Raleigh, NC 27699-1634 (919)

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS Board of Commissioners Port of New Orleans REQUEST FOR QUALIFICATIONS THALIA ST. WHARF NEW PARKING GARAGE WO 1-156 ISSUE DATE: August 31, 2016 NEW ORLEANS, LOUISIANA Deadline for Proposals is no later

More information

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA

PROJECT TITLE PROJECT NO: CONTRACT TITLE UNIVERSITY OF CALIFORNIA, DAVIS CITY, CALIFORNIA This section is used for projects over $1,000,000 use other section if less than $1M SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 SCOPE A. Preliminary Contract Schedule, Contract

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

Agenda. Call to Order & Roll Call. Approval of Agenda. Minutes: 1. Minutes of Regular Board Meeting. Approval of New Members & Meters

Agenda. Call to Order & Roll Call. Approval of Agenda. Minutes: 1. Minutes of Regular Board Meeting. Approval of New Members & Meters Doña Ana Mutual Domestic Water Consumers Association Mailing Address: P.O. Box 866 Doña Ana, NM 88032 Physical Address: 5535 Ledesma Dr. Las Cruces, NM 88007 (575) 526-3491 Office (575) 526-9306 Fax Agenda

More information

CITY OF UMATILLA AGENDA ITEM STAFF REPORT

CITY OF UMATILLA AGENDA ITEM STAFF REPORT CITY OF UMATILLA AGENDA ITEM STAFF REPORT MEETING DATE: January 6, 2015 SUBJECT: ISSUE: Consultant s Competitive Negotiation Act [CCNA] Proceeding with Selection of an Engineering Firm for Water Distribution

More information

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015

MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFQ GC 2015 MCR Health Services Inc. Request for Qualifications For Construction Manager/General Contractor Services RFP GC 2015 Instruction to Proposers Invitation to Propose: MCR Health Services invites your firm

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

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX:

VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA PHONE: (352) * FAX: VILLAGE COMMUNITY DEVELOPMENT DISTRICTS PURCHASING DEPARTMENT 940 LAKESHORE DRIVE, SUITE 200 THE VILLAGES, FLORIDA 32162 PHONE: (352) 751-6700 * FAX: (352) 751-6715 E-mail: melissa.schaar@districtgov.org

More information

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016

RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 RETAINER CONTRACT SUPPLEMENT OSU RETAINERCONTRACT FOR PROFESSIONAL CONSULTANTS SUPPLEMENT NO.: OSU-xxx-P-15-xx CAMPUS ROOF REPLACEMENT DESIGN 2016 This Retainer Contract Supplement dated (the Supplement

More information

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS

VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS S108D00-0911 VIRGINIA DEPARTMENT OF TRANSPORATION SPECIAL PROVISION FOR CPM PROGRESS SCHEDULE FOR CATEGORY IV PROJECTS March 1, 2011 Section 103.06(e) Progress Schedule of the Specifications is deleted

More information

Iowa Department of Natural Resources FOR SPONSORED PROJECTS. SRF Project Milestone Checklist

Iowa Department of Natural Resources FOR SPONSORED PROJECTS. SRF Project Milestone Checklist Iowa Department of Natural Resources FOR SPONSORED PROJECTS SRF Project Milestone Checklist This checklist outlines the review and approval milestones for sponsored project. Applicant Name: Applicant Sponsored

More information

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project

Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project Document B108 2009 Standard Form of Agreement Between Owner and Architect for a Federally Funded or Federally Insured Project AGREEMENT made as of the in the year (In words, indicate day, month and year.)

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT

VIRGINIA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR SECTION 109 MEASUREMENT AND PAYMENT SECTION 102.01 PREQUALIFICATION OF BIDDERS of the Specifications is amended as follows: The eighth paragraph is replaced by the following: When the Contractor's actual progress is more than 10 percent

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project: BT Project Name: Architect/Engineer: July 2012 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement ( Agreement ) is made this day

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

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

PROGRAM MANAGEMENT SERVICES AGREEMENT FOR THE SAN ANTONIO WATER SYSTEM SERVICE CENTER FACILITIES PROGRAM

PROGRAM MANAGEMENT SERVICES AGREEMENT FOR THE SAN ANTONIO WATER SYSTEM SERVICE CENTER FACILITIES PROGRAM PROGRAM MANAGEMENT SERVICES AGREEMENT FOR THE SAN ANTONIO WATER SYSTEM SERVICE CENTER FACILITIES PROGRAM This Program Management Services Agreement ( Agreement or Contract ) is made and entered into on

More information

SANTA ANA WATERSHED PROJECT AUTHORITY (SAWPA) REQUEST FOR PROPOSALS (RFP) For

SANTA ANA WATERSHED PROJECT AUTHORITY (SAWPA) REQUEST FOR PROPOSALS (RFP) For SANTA ANA WATERSHED PROJECT AUTHORITY (SAWPA) REQUEST FOR PROPOSALS (RFP) For Inland Empire Brine Line (Brine Line) Reach V Design Services for Rehabilitation and Improvement Project Proposal submittals:

More information

AIA Document B101 TM 2007

AIA Document B101 TM 2007 AIA Document B101 TM 2007 Previous Version: September 16, 2013 Revised: July 11, 2014 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year 2014 (In words,

More information

AGREEMENT FOR PROFESSIONAL SERVICES (COMPANY NAME)

AGREEMENT FOR PROFESSIONAL SERVICES (COMPANY NAME) AGREEMENT FOR PROFESSIONAL SERVICES WITH (COMPANY NAME) (DATE) This Agreement authorizes the Professional to provide services as described herein. TABLE OF CONTENTS PART I: PROJECT AGREEMENT FOR PROFESSIONAL

More information

Forty Three Thousand Eight Hundred Thirty Five and 00/100 43,835

Forty Three Thousand Eight Hundred Thirty Five and 00/100 43,835 CITY OF JOPLIN 602 S. MAIN STREET JOPLIN, MO 64801 Attention: CITY Name: Address: Attention: ENGINEER Department: Phone: Fax: Phone: David Hertzberg, PE Lynden Lawson Public Works Public Works-Operations

More information

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK 1 ARTICLE 1 SCOPE OF WORK 2 DEFINITIONS TABLE OF CONTENTS 3 CONTRACTOR

More information

REQUEST FOR PROPOSALS Little Trout Lake Septic System

REQUEST FOR PROPOSALS Little Trout Lake Septic System REQUEST FOR PROPOSALS Little Trout Lake Septic System The County of Marquette, K.I. Sawyer Water/Wastewater Department, seeks proposals from qualified firms for Construction Services related to Septic

More information

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

More information

MEMORANDUM TERESA MCCLISH, COMMUNITY DEVELOPMENT DIRECTOR JILL MCPEEK, CAPITAL IMPROVEMENT PROJECT MANAGER

MEMORANDUM TERESA MCCLISH, COMMUNITY DEVELOPMENT DIRECTOR JILL MCPEEK, CAPITAL IMPROVEMENT PROJECT MANAGER MEMORANDUM TO: FROM: BY: CITY COUNCIL TERESA MCCLISH, COMMUNITY DEVELOPMENT DIRECTOR JILL MCPEEK, CAPITAL IMPROVEMENT PROJECT MANAGER SUBJECT: CONSIDERATION OF A FOURTH AMENDMENT TO AGREEMENT FOR CONSULTANT

More information

Audit of Waste Management Petition for Additional Costs Audit Report No Prepared by:

Audit of Waste Management Petition for Additional Costs Audit Report No Prepared by: Audit of Waste Management Petition for Additional Costs Audit Report No. 2000-2 Prepared by: Collier County Clerk of the Circuit Court Internal Audit Department June 2000 June 7, 2000 Honorable Timothy

More information

Qualified Engineering Consulting Firms. Date: July 6, Request for Proposals for Well 14 Improvements BACKGROUND

Qualified Engineering Consulting Firms. Date: July 6, Request for Proposals for Well 14 Improvements BACKGROUND To: Qualified Engineering Consulting Firms Date: July 6, 2012 Re: Request for Proposals for Well 14 Improvements BACKGROUND The City of Reedley is interested in acquiring the services of a qualified engineering

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-1 (2004 Edition) Standard Form of Agreement Between Owner and Construction Manager (Construction Manager At-Risk) This document

More information

8570 EXECUTIVE PARK AVENUE FAIRFAX, VIRGINIA REQUEST FOR PROPOSALS. Professional Engineering Services Water Main Engineering Design Services

8570 EXECUTIVE PARK AVENUE FAIRFAX, VIRGINIA REQUEST FOR PROPOSALS. Professional Engineering Services Water Main Engineering Design Services 8570 EXECUTIVE PARK AVENUE FAIRFAX, VIRGINIA 22031 Number: 18-39 REQUEST FOR PROPOSALS Title: Professional Engineering Services Water Main Engineering Design Services Date Issued: March 14, 2018 Pre-Proposal

More information

WASHINGTON COUNTY COORDINATING COMMITTEE

WASHINGTON COUNTY COORDINATING COMMITTEE WASHINGTON COUNTY COORDINATING COMMITTEE Washington County Administration Building 100 West Washington Street, Room 320 Hagerstown, Maryland 21740-4748 Telephone: 240-313-2330 FAX: 240-313-2331 Deaf and

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

More information

MOUNTAIN HOUSE COMMUNITY SERVICES DISTRICT Providing Quality Services to the Community STAFF REPORT

MOUNTAIN HOUSE COMMUNITY SERVICES DISTRICT Providing Quality Services to the Community STAFF REPORT MOUNTAIN HOUSE COMMUNITY SERVICES DISTRICT Providing Quality Services to the Community STAFF REPORT AGENDA TITLE: Approval of Amendments to Severn Trent Contract Extension MEETING DATE: September 9, 2015

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER Project Name: Continuing Services Architect/Engineer: July 2012 Edition AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER This Agreement ( Agreement ) is made

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

ADDENDUM NO. 1 TO CONTRACT DOCUMENTS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS Project: Owner: Contract No.: RFP NO. 199 CENTRAL LANDFILL PUMP STATION #3 RETROFIT PROJECT RHODE ISLAND RESOURCE RECOVERY CORPORATION Project No.: 11119271 Date: MAY

More information

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT This Construction Management-at-Risk Agreement ( Agreement ) is entered into effective as of XXXXX (the Effective Date ), by and between City of South Padre Island,

More information

Town of Belleair Request for Qualifications For Engineer of Record Professional Services

Town of Belleair Request for Qualifications For Engineer of Record Professional Services Town of Belleair Request for Qualifications For Engineer of Record Professional Services To Be Opened May 31, 2018 at 2:00 PM At Town Hall 901 Ponce de Leon Blvd. Belleair, FL 33756 Request For Qualifications

More information

St. Johns County School District, Florida

St. Johns County School District, Florida St. Johns County School District, Florida Contract Compliance Review SunGard Public Sector, Inc. Prepared By: Internal Auditors June 25, 2013 TABLE OF CONTENTS SECTION PAGE Transmittal Letter... 1 Executive

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

EASTERN OREGON UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

EASTERN OREGON UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) EASTERN OREGON UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THIS CONTRACT IS BETWEEN: OWNER: Eastern Oregon University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as

More information

NOTE: FOR PROJECT PLANNING PURPOSES, SCHEDULE STEPS 2 & 3 APPROX. 50 FHDA BUSINESS DAYS (10 WEEKS) BEFORE THE DESIRED NOTICE TO PROCEED DATE

NOTE: FOR PROJECT PLANNING PURPOSES, SCHEDULE STEPS 2 & 3 APPROX. 50 FHDA BUSINESS DAYS (10 WEEKS) BEFORE THE DESIRED NOTICE TO PROCEED DATE Bidding and Award Procedure with for Public Projects, which cost $15,000 or more [GBCVersion 05/20/02, Page 1 of 5] District s Construction Manager (CM) 1. Requests Bid Number from. 2. Submits Purchase

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

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 Page 1 of 16 ITB-PW-U-15-02 Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2 ISSUE DATE: January 7, 2015 DUE DATE: January 15, 2015 at 2:00 p.m. SUBJECT: Miscellaneous Changes INTENT: This

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 702 KAR 4:160 KENTUCKY DEPARTMENT OF EDUCATION REQUEST FOR PROPOSALS for CONSTRUCTION MANAGEMENT SERVICES School District: Project: Boyle County Boyle County Middle School RFP Date: June 20 30, 2016 CONTENTS

More information

Pinellas County. Staff Report. File #: A, Version: 1 Agenda Date: 12/13/2016

Pinellas County. Staff Report. File #: A, Version: 1 Agenda Date: 12/13/2016 Pinellas County 315 Court Street, 5th Floor Assembly Room Clearwater, Florida 33756 Staff Report File #: 16-1955A, Version: 1 Agenda Date: 12/13/2016 Subject: Ranking of firms and agreement with Jones,

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

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m. INVITATION TO BID Bid Package Montrose County Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street Montrose, CO 81401 1 General

More information

Proposal Response Date: March 18, 2019, at 1:00p.m.

Proposal Response Date: March 18, 2019, at 1:00p.m. CONSULTANT SERVICES Architectural & Engineering Design Services Tracey Elementary & West Rocks Middle School Cafeteria and Kitchen Improvements Norwalk Public Schools REQUEST FOR PROPOSAL Proposal Response

More information

REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O.

REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O. REQUEST FOR PROPOSALS Engineering Services ISSUED BY: Brian Head Town Public Works Director s Office 56 North Highway 143 P. O. Box 1900068 Brian Head, Utah 84719 1. REQUEST FOR PROPOSALS BRIAN HEAD TOWN

More information

IDIQ DESIGN PROFESSIONAL SERVICES CONTRACT

IDIQ DESIGN PROFESSIONAL SERVICES CONTRACT IDIQ DESIGN PROFESSIONAL SERVICES CONTRACT BETWEEN DESIGN PROFESSIONAL AND OWNER INDEFINITE DELIVERY-INDEFINITE QUANTITY for Professional Services BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA For

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL ENGINEERING AND PUBLIC WORKS DEPARTMENT REQUEST FOR PROPOSAL FOR DESIGN, TENDER AND CONTRACT ADMINISTRATION OF UPGRADES AT BEECH AVENUE WATER TREATMENT PLANT IN TOWN OF MACTIER FOR THE DISTRICT MUNICIPALITY

More information

ENGINEERING SERVICES AGREEMENT CADDELL DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN AND THE CADDELL DRAINAGE DISTRICT

ENGINEERING SERVICES AGREEMENT CADDELL DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN AND THE CADDELL DRAINAGE DISTRICT ENGINEERING SERVICES AGREEMENT CADDELL DRAIN OAKLAND COUNTY, MICHIGAN BETWEEN SOMAT ENGINEERING, INCORPORATED AND THE CADDELL DRAINAGE DISTRICT BUILDING 95 WEST - ONE PUBLIC WORKS DRIVE WATERFORD, MICHIGAN

More information