Size: px
Start display at page:

Download ""

Transcription

1

2

3

4

5

6

7 MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO(S).: MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET SUPPLEMENTAL AGREEMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT EXHIBIT A ENTITLEMENT ANALYSIS

8 MDX PROJECT /SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137TH AVENUE TO SW 136TH STREET BACKGROUND INFORMATION: The contractual Scope of Services (the "Services") for Stantec Consulting Services, Inc. (Stantec) was negotiated to perform preliminary engineering design and environment (PD&E) study services (the "Study") for a potential Southwest extension of the SR 836/Dolphin Expressway from its current terminus at SW 137th Avenue to SW 136th Street. Originally, MDX assumed a Federal Highway Administration (FHWA) led federalized process to complete an Environmental Impact Statement (EIS) for the new alignment. However, MDX has requested additional Services for Stantec to perform a Risk Assessment to consider alternatives to an EIS documentation, varying Class of Action, and differing lead agency scenarios. Also, MDX recently amended the Miami-Dade Metropolitan Planning Organization (MPO) 2040 Long Range Transportation Plan to include two (2) new ramp projects (SR 836 New HEFT Ramp Connections and SR 874/SW 72 nd Street Interchange) which may impact the traffic analysis for the sub-area. Therefore, MDX has requested that the Consultant re-run the traffic models to include these two (2) new ramp projects and an assumed tolling scheme for the new alignment. As a result, the Alternatives Corridor Evaluation Report (ACER) will also have to be updated to include the results of the new traffic analysis. Funding for the additional Services is proposed to be redistributed from Optional Service #7.5, Traffic Analysis. Optional Service #7.5, was originally established for the completion of an Interchange Modification Report and Interim Year Analysis for SR 836 at the HEFT Interchange and these Services are no longer required for this Agreement. ENTITLEMENT ANALYSIS FOR SUPPLEMENTAL AGREEMENT NO. 1 (SA #1): 1. Additional and Revised Scope of Services As the Project has progressed, it has been determined that additional and revised Services are required to proceed with the PD&E Study. The following are the proposed changes to the Scope of Services under this Agreement. a. Additional Scope of Services Task Class of Action Risk Assessment: MDX requested that the project team conduct a review of governing standards and National Environmental Policy Act (NEPA) law and regulations to evaluate the risks and opportunities associated with four (4) alternative processes for completing the Study. The options to be analyzed include completing a State Environmental Impact Report (SEIR); completing an EIS with the U.S. Army Corp. of Engineers as the lead agency; continuing with an EIS with FHWA lead; and continuing with an EIS but delaying the Notice of Intent issuance. In this process, various elements are evaluated in a matrix and a recommendation is provided after the team working sessions are completed. During this process, consideration of changes occurring in the Project Development and Environment manual, used as a guide for MDX PD&E Study, will be included. The Florida department of Transportation (FDOT) is in the process of creating a new process and document called a Project Environmental Impact Report (PEIR) which is similar in nature to a SEIR. The final determination will likely be for MDX to proceed with the PEIR process, which is a more simplified agency review process. Both Stantec and its Subconsultant, Osiris 9 Consulting, LLC (Osiris 9) will participate in the Risk Assessment. Supplemental Agreement No. 1 - Exhibit A, Entitlement Analysis Page 2 of 5

9 MDX PROJECT /SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137TH AVENUE TO SW 136TH STREET At this time, it is not yet known what impact following an alternative process and documentation will have on future project management and/or public involvement hours for Stantec. As the project progresses, the project management hours in the Contract may need to be revisited. These services will be performed in tandem with the original Scope efforts. b. Revised Scope of Services Task Corridor Analysis: As a result of MDX requested changes and the addition of the two (2) new projects previously mentioned, the Traffic Analysis completed at the corridor level has to be re-run. Therefore, the Alternative Corridor Evaluation Report (ACER) will require updates to: the traffic sections; purpose and need evaluation section; the user benefits evaluation section; and the ranking analysis for the corridors. The supporting Traffic Report to the ACER will also need to be revised. The Traffic Report will be revised by Subconsultant, Jacobs Engineering Group, Inc. (Jacobs) and the ACER will be updated by Stantec and Subconsultant, Osiris 9. Task Traffic Analysis: As a result of MDX requested changes and the addition of the two (2) new projects previously mentioned, Jacobs is required to re-run the traffic model to determine impacts to the Corridor Analysis. Jacobs will also include a new tolling scheme on the proposed extension as directed by MDX (for purposes of this study it is 12 cents a mile). Additional traffic coordination meetings will be required as part of this update and analysis. Jacobs will complete the additional Traffic Operational Analysis and update the Traffic Report. Stantec will update the ACER. Both Stantec and Jacobs will participate in traffic coordination meetings. 2. Modifications to the Method of Compensation and Attachments: The Additional and Revised Scope of Services described above will require an additional One Hundred Forty Thousand, Thirty-Six Dollars and Seventy-Four Cents ($140,036.74) The Method of Compensation; Compensation Rates; Estimate Sheets; and the Subcontractor/ Subconsultant Utilization Report are being revised to reflect the dollar amount changes and additional hours required pursuant to this SA #1. 3. Funding: Optional Service #7.5 funds were negotiated in the amount of Four Hundred Twenty-Three Thousand, Three Hundred Thirteen Dollars and Fifty-Eight Cents ($423,313.58). This consists of Thirteen Thousand, Eight-Eight Dollars and Ninety-Eight Cents ($13,088.98) for BND Engineers, Inc. (BND); Three Hundred Sixty-Six Thousand, Three Hundred Seventy-Six Dollars and Sixty Cents ($366,376.60) for Jacobs; and Forty-Three Thousand, Eight Hundred Forty-Eight Dollars and Zero Cents ($43,848.00) for Osiris 9. Supplemental Agreement No. 1 - Exhibit A, Entitlement Analysis Page 3 of 5

10 MDX PROJECT /SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137TH AVENUE TO SW 136TH STREET The Scope for Optional Service for Task #7.5 will now be a separate MDX project and is no longer required under this Agreement. Therefore, partial funds allocated for Optional Service #7.5 will be used to fund the Additional and Revised Scope of Services being recommended in this SA #1. As a result, GEC recommends that funds from Optional Service #7.5 in the amount of One Hundred Forty Thousand, Thirty-Six Dollars and Seventy-Four Cents ($140,036.74) be used to fund these additional Services. Of the original negotiated amount for Optional Service #7.5, the balance of Two Hundred Eighty-Three Thousand, Two Hundred Seventy-Six Dollars and Eighty-Four Cents ($283,276.84) will remain to cover future project needs. Subsequently, the overall Contract Amount will not change as a result of this reallocation of funds. 4. Small Business and Local Business Participation Requirements: SUMMARY Pursuant to the Agreement, the Small Business (SB) and Local Business (LB) Participation Requirement (the Requirement ) were both established at fifteen percent (15%). The Additional and Revised Scope of Services will be completed by two non-sb firms (Stantec and Jacobs) as well as one SB firm (Osiris 9). The portion of the Services being provided by SB firm Osiris 9 is Ten Thousand, Ninety-Two Dollars and Zero Cents ($10,092.00) and will go towards meeting the Requirement for the Agreement. The remaining portion of One Hundred Twenty Nine Thousand, Nine Hundred Forty Four Dollars and Seventy Four Cents ($129,944.74) will be performed by Stantec and Jacobs, which are non-sb firms. These Services being performed by Stantec and Jacobs cannot be completed by a SB firm on the Consultant team and therefore will result in the Requirement falling below the fifteen percent (15%) Requirement. GEC is therefore recommending that this dollar amount be waived for the portion of the Services being provided by Stantec and Jacobs in order for the Consultant to meet the SB Requirement. In summary, the purpose of SA #1 is as follows: 1. For Additional Scope of Services to include the Class of Action Risk Assessment; 2. To revise the Scope of Services to include the additional efforts needed for the Traffic Analysis and corresponding updates to the ACER; 3. To revise the Method of Compensation, Compensation Rates, and Subcontractor/ Subconsultant Utilization Report to reflect the new Contract Amount for Basic Services and Optional Service #7.5 as a result of SA # 1; and 4. For the dollar amount of One Hundred Twenty Nine Thousand, Nine Hundred Forty Four Dollars and Seventy Four Cents ($129,944.74) to be excluded from the SB Participation Requirement. Supplemental Agreement No. 1 - Exhibit A, Entitlement Analysis Page 4 of 5

11

12 MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO(S).: MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137TH AVENUE TO SW 136TH STREET SUPPLEMENTAL AGREEMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT EXHIBIT B ADDITIONAL AND REVISED SCOPE OF SERVICES

13 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET ADDITIONAL AND REVISED SCOPE OF SERVICES In addition to the Services set forth in Exhibit A, Scope of Services to the Agreement, the following additional Services shall hereby be incorporated under the Contract pursuant to this Exhibit B, Additional and Revised Scope of Services to Supplemental Agreement No. 1 (SA #1). 1. PURPOSE: The purpose of this Exhibit B, Additional and Revised Scope of Services is to account for the additional level of effort for the Consultant to perform a Risk Assessment to consider alternatives to an EIS documentation, varying Class of Action, and differing lead agency scenarios. Also, MDX recently amended the Miami-Dade MPO 2040 Long Range Transportation Plan to include two (2) new ramp projects (SR 836 New HEFT Ramp Connections and SR 874/SW 72nd Street Interchange) which may impact the traffic analysis for the sub-area. Therefore, MDX has requested that the Consultant re-run the traffic models to include these two (2) new ramp projects and an assumed tolling scheme [for purposes of this study it is twelve (12) cents a mile]. As a result, the Alternatives Corridor Evaluation Report (ACER) will also have to be updated to include the results of the new traffic analysis. 2. ADDITIONAL SCOPE OF SERVICES A. Class of Action Risk Assessment (194 Hours) (Task 5.9) The Consultant shall conduct a review of governing standards and National Environmental Policy Act (NEPA) law and regulations to evaluate the risks and opportunities associated with four alternative processes for completing the Study. Sub-Tasks: i.) Risk Assessment Development 120 Hours 1. Review of governing standards and NEPA law and regulations. 2. Identification and Evaluation of Potential Processes: Evaluate the risk and opportunity associated with four potential processes or options as follows: SEIR: Completing a SEIR and then applying for a federal permit EIS with ACOE as lead: EIS with ACOE as the lead agency (no federal funds required, no interstate involvement) EIS with FHWA as lead: EIS with FHWA as the lead agency EIS with FHWA as lead - Delay Notice of Intent (NOI): EIS with FHWA as the lead agency, Delay the NOI until the Corridor Analysis is completed 3. Potential Risk/Opportunity Evaluation: Evaluate the followings elements that could present a threat or opportunity in the execution of these processes: Supplemental Agreement No. 1 Exhibit B, Additional and Revised Scope of Services Page 2 of 5

14 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Review Times Segmentation Legal Challenges Staffing Planning Consistency Federal Funds Land Use / CDMP Section 106 Section 4(f) Federal Permit Scope / Budget Creep Public Involvement Coordination with Local Agencies 4. Create Evaluation Matrix: A comparative analysis of the processes shall be documented in an Evaluation Matrix. ii.) Working Sessions 68 Hours The Consultant shall conduct working sessions as follows: Stantec staff (3) people (PM, Deputy PM and Senior Advisor). Working sessions will be held with team to brainstorm the process, develop and review drafts and coordinate with the following agencies: iii.) Quality Control - 6 Hours 3. REVISED SCOPE OF SERVICES The Consultant shall be responsible for ensuring that all work products conform to MDX standards and criteria. This shall be accomplished through an internal Quality Control (QC) process performed by the Consultant. This QC process shall ensure that quality is achieved through checking, reviewing, and surveillance of work activities by objective and qualified individuals who were not directly responsible for performing the initial work. A. Corridor Analysis (300 Hours) (Task 7.4) MDX recently amended the Miami-Dade MPO 2040 Long Range Transportation Plan (LRTP) to include the following ramp projects: SR 836 New HEFT Ramp Connections SR 874/SW 72 nd Street Interchange At the request of MDX, the Year 2050 No Build and Build Corridor 2, 5A, 5B, and 6 model highway networks and turn penalty files will be updated to reflect the addition of the two (2) new ramp systems. As a result of the update to the model highway networks for the No Build and Build Corridors scenarios, the Alternative Corridor Evaluation Report (ACER) will be updated to incorporate the analysis and results. The Consultant shall complete the following tasks necessary for revisions to the ACER: Supplemental Agreement No. 1 Exhibit B, Additional and Revised Scope of Services Page 3 of 5

15 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Sub-Tasks: i.) Refinement of ACER Purpose and Need Analysis and Evaluation 60 Hours o o Update the traffic sections and tables of the Annual Average Daily Traffic (AADT) and Vehicle Hours Traveled (VHT). Update Purpose and Need evaluation results and tables. ii.) Refinement of User Benefits Evaluation 68 Hours o Update User Benefits Analysis with revised AADT and VHT. iii.) Refinement of Ranking Analysis 40 Hours o Update ranking analysis with revised traffic analysis and results. iv.) Revise Traffic Report 132 Hours The Corridor Report will be updated to incorporate the analysis and results from Task 7.5. The Concept Report will be updated based on one (1) round of comments received from MDX. B. Traffic Operational Analysis (326 Hours) (Task 7.5) Sub-Tasks: i.) Travel Demand Model Tolling Scheme and Network Update 186 Hours The Year 2050 No Build and Build Corridor 2, 5A, 5B, and 6 model highway networks and turn penalty files will be updated to reflect the addition of the two (2) new ramp systems. The Build Models will also be updated to include a new tolling scheme (MDX to provide the tolling scheme). Once all of the input files have been updated, the models (Year 2050 No Build and Build Corridor 2, 5A, 5B, and 6) will then be rerun using SERPM The model s highway assignment results will be reviewed for reasonableness. After the model runs have been completed and the highway assignment has been reviewed, the SERPM HEVAL post-processor will be run for all 5 scenarios (Year 2050 No Build and Build Corridor 2, 5A, 5B, and 6) to obtain the daily, AM and PM peak period VMT, VHT, total volume, and system user speed (original, congested) for the study area. The resulting performance measure metrics, along with a comparison of the No Build and Build scenarios, will be presented in a tabular format. This analysis does not include any revisions to the previously coded Build Corridors 2, 5A, 5B and 6 beyond those listed above and does not include determination of arterial improvements that may be needed to improve traffic flow to/from the Build Corridors. Supplemental Agreement No. 1 Exhibit B, Additional and Revised Scope of Services Page 4 of 5

16 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET ii.) Traffic Coordination Meetings 140 Hours The Consultant shall coordinate meetings and comment resolution meetings with the Consultant and MDX/GEC for revised traffic scope and reports. C. Quality Control (24 Hours) (Task 7.28) The Consultant shall be responsible for ensuring that all work products conform to MDX standards and criteria. This shall be accomplished through an internal Quality Control (QC) process performed by the Consultant. This QC process shall ensure that quality is achieved through checking, reviewing, and surveillance of work activities by objective and qualified individuals who were not directly responsible for performing the initial work. Supplemental Agreement No. 1 Exhibit B, Additional and Revised Scope of Services Page 5 of 5

17 MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO(S).: MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET SUPPLEMENTAL AGREEMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT EXHIBIT C METHOD OF COMPENSATION

18 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET TABLE OF CONTENTS 1. PURPOSE: COMPENSATION: Details of Compensation (as applicable) Lump Sum Amount Limiting Amount (Direct Salaries and Wages) Operating Margin Facilities Capital Cost of Money (FCCM) Direct and/or Itemized Expenses and Operating Expenses Contingency Services INVOICING PROCEDURE: PAYMENT TO THE CONSULTANT PROJECT CLOSEOUT: Final Audit: Certificate of Completion: COMPENSATION RATES: ATTACHMENTS: Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 2 of 12

19 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET 1. PURPOSE: This Method of Compensation (the Method of Compensation ), attached as Exhibit C to Supplemental Agreement No. 1 to the Professional Services Agreement ( SA #1 ), defines the method of compensation to the Consultant for the Services described within the Scope of Services, (Exhibit A to the Agreement) and the Additional and Revised Scope of Services (Exhibit B to Supplemental Agreement No. 1 to the Professional Services Agreement) (collectively referred to as the Services ). In any conflict between the Method of Compensation and the Agreement, the language of the Agreement shall govern. This Method of Compensation has been negotiated pursuant to MDX s Policies, FDOT s Negotiation Handbook for Professional Services Contracts - Effective and SA #1. 2. COMPENSATION: For the satisfactory completion of the Services, MDX will pay the Consultant a not to exceed amount of six million, seven hundred seventy thousand, six hundred twenty-seven dollars and sixteen cents ($6,770,627.16) (the Contract Amount ), as detailed in Tables 1.0 through 25.0 of Attachment D.1 to the Method of Compensation, Compensation Rates. The supporting information provided herein Tables 1.0 through 25.0 of Attachment D.1 are a direct product of the information generated during the Consultant s final negotiations with MDX and as represented by the Consultant s approved Cost Proposal. The Consultant has submitted a Cost Proposal and Audit Package with information supporting the negotiated dollar amounts for this Agreement. The amount of the Agreement is comprised of the following: Basic Services in the negotiated amount of six million, two hundred fifty-seven thousand, three hundred twenty-four dollars and forty-nine cents ($6,257,324.49). Optional Services in the negotiated amount of five hundred thirteen thousand, three hundred two dollars and sixty-seven cents ($513,302.67). The amounts for Optional Services are broken down as follows: o o o Optional Service # 5.7 Legal Opinions Negotiated in the amount of thirty-four thousand, seven hundred eighty-four dollars and zero cents ($34,784.00). Optional Service # 7.1 Data Collection Negotiated in the amount of thirty-nine thousand, four hundred fifty-one dollars and sixty-seven cents ($39,451.67). Optional Service # 7.5 Traffic Analysis Negotiated in the amount of two hundred eighty-three thousand, two hundred seventy-six dollars and eighty-four cents ($283,276.84). Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 3 of 12

20 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET o o o o Optional Service # 7.14 Geotechnical Coordination Negotiated in the amount of one thousand, six hundred sixty-two dollars and ten cents ($1,662.10). Optional Service # 7.21 Value Engineering Negotiated in the amount of eleven thousand, eight hundred forty-two dollars and forty-one cents ($11,842.41). Optional Service # 8.1 Sociocultural Impacts Negotiated in the amount of seventy thousand, eight hundred sixty-two dollars and seventeen cents ($70,862.17). Optional Service # 9.2 Additional Survey and Geotechnical Support Negotiated in the amount of seventy-one thousand, four hundred twenty-three dollars and forty-eight cents ($71,423.48). MDX will issue a Notice to Proceed (NTP) for Services to be paid out for the Basic Services. The Consultant shall not perform any Basic Services prior to receipt of a NTP. Should MDX determine that the Services for Optional Services # 5.7, Optional Services # 7.1, Optional Services # 7.5, Optional Services # 7.14, Optional Services # 7.21, Optional Services # 8.1, or Optional Services # 9.2 is needed, MDX will issue a separate, written approval for each of the Options. The Consultant shall not perform any Optional Services prior to receipt of written approval from MDX for that Optional Service. 2.1 Details of Compensation (as applicable) For the following elements, MDX will compensate the Consultant for all reasonable and allowable costs, which have been properly allocated, incurred in the categories defined below. The compensation as described herein sought under the Contract is expressly made subject to the terms of the Contract; Federal Acquisition Regulations, if applicable; Office of Management and Budget Circulars A-21, A-87, A-102, A-110, if applicable; and any applicable and pertinent federal and state laws and MDX Policies. The Contract Amount may include the following elements: Lump Sum Amount Subject to established Lump Sum Amounts, the Consultant will receive progress payments for labor, and either direct or itemized expenses, based on the percentage of the overall Services completed and approved by MDX for the billing period. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 4 of 12

21 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Limiting Amount (Direct Salaries and Wages) Subject to the established maximum Limiting Amounts and the MDX Rate Schedule of Established Caps for each job class, the Consultant will receive progress payments for direct salaries and wages for time expended by approved personnel in the performance of authorized Services during the billing period. Direct salaries and wages include both straight-time payments and all overtime payments made to an employee based on a forty (40) hour work week. For the purpose of this Contract, the forty (40) hour work week will begin on Saturday and end the following Friday. The overhead rates as established by FDOT, and approved by MDX, will be applied to the approved straight-time salary and wage costs. Straight-time is the amount paid to an employee excluding any premium overtime costs. Overtime shall be preapproved by MDX prior to the Services being performed. MDX shall not be liable for any overtime expenses not previously approved by MDX Operating Margin The Operating Margin, will be applied to the approved direct salary rates. The Operating Margin is intended to compensate the Consultant and its Subconsultants for those normal business expenses that are excluded from allowable overhead by Federal Regulation (e.g., interest, advertising, bad debts, un-recovered direct costs, etc.), as well as provide the Consultant and its Subconsultants with a reasonable profit. If the Operating Margins are designated as a Lump Sum Amount, any balance remaining will be due upon completion and approval of the Services. If the Operating Margin is designated as a Limiting Amount, the Consultant and its Subconsultants are only due the amount that corresponds to the actual direct salary rates and wages billed. The Operating Margin percentage is a negotiated rate calculated using the Florida Department of Transportation (FDOT) Consultant Contract Negotiations Operating Margin table based on direct salaries. This percentage will vary from contract to contract based on the complexity, degree of risk, schedule and the Consultant s cost control efforts. This table can be found in FDOT s Negotiation Handbook for Professional Services Contracts. The FDOT s Negotiation Handbook for Professional Services Contracts used for negotiating this Agreement is attached hereto and incorporated herein. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 5 of 12

22 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Facilities Capital Cost of Money (FCCM) The Consultant and its Subconsultants will receive compensation of allowable FCCM in association with their direct salary rates. FCCM will be calculated as a percentage of chargeable direct salary rates and wages with the exception of premium overtime. If the FCCM is designated as a Lump Sum Amount, any balance remaining will be due upon completion and approval of Project Services. If the FCCMs are designated as a Limiting Amount, the Consultant and its Subconsultants is only due the amounts that correspond to the actual direct salary rates and wages billed Multiplier The multiplier shall be applied against direct labor only. Subject to the audited rates, the multiplier shall be calculated as follows: A. Total Direct Salary B. Overhead Rate multiplied by (A) (Total Direct Salary) C. Subtotal of (A) + (B) D. (A) multiplied by FCCM E. Subtotal of (C) + (D) F. Operating Margin multiplied by (A) G. Subtotal of (E) + (F) H. Direct Expense Rate multiplied by (A) I. Total Labor Related Costs (Loaded Salary Rate) = (G) + (H) For the purposes of the Agreement, the calculated multipliers for the Consultant and each of its Subconsultants (as applicable) have been designated in Table 23 of Attachment D.1 to this Exhibit. During negotiations, some of the multipliers used exceeded the MDX allowable three hundred percent (300%) cap. However, after Execution of the Agreement, for any additional fees added by means of a Supplemental Agreement, firms whose multiplier have exceeded the three hundred percent (300%), shall be capped at the three hundred percent (300%) Direct and/or Itemized Expenses and Operating Expenses The Consultant shall receive progress payments for authorized direct and/or itemized and operating expenses relating to the Services. Allowable expenses shall include identifiable transportation expenses, per diem meals and lodging, expenses paid or incurred for the purchase of materials or parts, purchase or lease of equipment, reproduction services, film processing, long distance telephone charges, delivery costs, and purchases of other services and/or items as authorized by MDX in connection with the Services, subject to the limitations of Section , Florida Statutes. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 6 of 12

23 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET If the expenses are designated as a Lump Sum Amount, any balance remaining will be due upon completion and approval of the Services. If the expenses are designated as a Limiting Amount, direct project expenses will be compensated using the audited FDOT direct expense rate. Consultant shall estimate expenses and submit back-up for justification and MDX approval prior to the Services being performed incurring such direct expenses. Total expense reimbursement shall not exceed the limiting amounts indicated in Attachment D.1 to this Exhibit. This rate represents the ratio of all corporate-wide direct expenses to actual direct labor excluding premium overtime Contingency Services 3. INVOICING PROCEDURE: If applicable, and subject to further negotiation and a separate written Notice to Proceed issued by MDX, the Consultant shall be compensated for these Services based on the method of compensation and shall not exceed the limiting amount provided therein. The limiting amount includes allowances for salaries, and Lump Sum for Overhead, Operating Margin, direct expenses, and FCCM, if applicable. The Consultant shall also adhere to the Small Business Participation Requirements and Local Business Participation Requirements, as applicable, as detailed in the Subcontractor/ Subconsultant Utilization Report for this Contingency Service. 3.1 The Consultant will perform the Services in a prompt and efficient manner and complete the Services pursuant to the requirements of the Contract Documents. Payments to the Consultant will be made by MDX on the basis of monthly invoices submitted by the Consultant for appropriate costs during the billing period. Consultant shall submit invoices no more than thirty (30) Calendar Days after the end of the billing period. The amount invoiced shall be in accordance with the terms herein. Payment for out-ofpocket expenses, directly related to Services performed, shall be invoiced as described herein. Invoices shall, to the extent practicable, include receipts or other evidence that the expenses have been incurred. Salaries, when used in this Agreement or any Exhibit hereto, shall mean the base pay and shall not include any fringe benefits, governmental or otherwise, perquisites, incentives or any other form of compensation, remuneration or benefit which may accrue to the employee. Invoices for fees or other compensation for Services or expenses shall be submitted to the Authority in detail sufficient for a proper pre-audit and post-audit thereof. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 7 of 12

24 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Whenever reimbursement is sought for travel expenses on behalf of MDX, a written preapproval by the Executive Director, or designee, is required, such pre-approval shall accompany invoices which shall be submitted and paid in accordance with Section , Florida Statutes and the MDX Business Travel Policy available on the MDX Website, and the MDX Business Travel Handbook attached as an Exhibit to the Agreement. The MDX Business Travel Policy and the MDX Business Travel Handbook shall take precedence over Section , F.S. 3.2 MDX reserves the right to withhold payments for Services not completed, Services completed unsatisfactorily, or Services deemed inadequate or untimely by MDX. Any payment(s) withheld shall be released and paid to the Consultant promptly when Services are rendered and performed to the satisfaction of MDX in accordance with the Contract Documents. 3.3 Invoice submittals shall include the following forms, which may be downloaded from the MDX website at a) MDX Work program Invoice Submittal Form b) Certificate of Partial/Final Payment, Waiver and Release from Contractor/ Consultant c) Miami Dade Expressway Authority Invoice Tracking Form d) Certification of Disbursement to Subcontractors/Subconsultants/Suppliers e) Contractor s/consultant s Final Release and Affidavit Failure to submit the most current above forms, filled out and executed accordingly, may be cause for rejection of the invoice and subsequent delay in payment. 3.4 When submitting any invoice, the Consultant shall certify under oath and in writing with its invoice, in accordance with the formalities required by Florida law, that the invoice is submitted in good faith, that the supportive data is accurate and complete to the Consultant s best knowledge and belief, and that the amount of the invoice accurately reflects what the Consultant, in good faith, believes to be MDX s liability. Such certification(s) must be made by an individual legally authorized to bind the Consultant. The Consultant also agrees to indemnify MDX for any costs and expenses, including but not limited to audit costs, attorneys fees and expert witness fees that MDX incurs due to any fraudulent statements made by Consultant in said invoices. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 8 of 12

25 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET 3.5 The Consultant shall, on a monthly basis via progress reports, provide documentation to the Authority as justification for invoices submitted. Such progress reports shall include, among other things, information with respect to the utilization by the Consultant of firms that are Small Businesses, as defined in the MDX s Small Business Participation Policy and Local Businesses, as applicable, as defined in the MDX Local Preference in Procurement Policy with respect thereto, or any successor policy adopted by the Authority, and information with respect to the utilization of Disadvantaged Business Enterprises. The Authority shall make available to the Consultant, upon request, a copy of such policy or of any successor policy thereto. The Authority shall be entitled, at all times, to be advised, at its request, as to the status of Services being performed by the Consultant, and the details thereof. 3.6 The Consultant guarantees the payment of all just claims for material, supplies, tools and/or labor, as may be applicable, and/or any other just claims against the Consultant or any Subconsultant(s) in connection with the Agreement. 3.7 Invoices shall be paid in accordance with Florida Statutes and MDX s Invoice Dispute Resolution Procedure, contained in the MDX Procurement Policy, as may be amended from time to time. The Consultant agrees to be bound by MDX s Invoice Dispute Resolution Procedure. 3.8 The Consultant will promptly pay all Subconsultants their proportionate share of payments received from MDX. Payments to Small Businesses shall be paid pursuant to applicable Florida Statutes and the Section entitled Prompt Payment of the MDX Small Business Participation Policy. Payments to Local Businesses shall be paid pursuant to applicable Florida Statutes and in accordance with MDX Policies. The Consultant shall not markup the Subconsultant s invoice for any additional compensation to the Consultant. 3.9 The Consultant will maintain for this purpose an accounting system that is acceptable to MDX. The final invoice for the Agreement will be accompanied by a job cost summary report generated by the Consultant s accounting system. The report will include, at a minimum, the total number of direct salary hours actually worked on the Contract, the total direct salary and wage cost for the Contract, the total direct vehicle expenses for the Contract, and the total miscellaneous direct expenses for the Contract The Agreement will be considered completed when the Project and all Services, as well as any corrections to the Services, if required, have been accepted by MDX. The Consultant will then be released from further obligation, except as provided herein The MDX Project Manager and the Consultant shall monitor the cumulative invoiced billings to insure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by MDX. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 9 of 12

26 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET 3.12 Following is a list of key events and the associated total percentage of work considered to be complete at each event. This list will be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred. A. Scoping Meeting held.... 5% B. Agency / Public Kick-off Meetings held... 10% C. Corridor Analysis Report... 30% D. Alternatives Public Workshop held... 55% E. Acceptance of draft Preliminary Engineering Report (PER) & draft technical environmental documents... 70% F. Acceptance of final PER & technical environmental documents... 80% G. Public Hearing held... 85% H. FDOT and MDX Acceptance of completed PER... 90% I. Draft Environmental document report submitted... 95% J. Final Environmental document approval by FHWA % 4. PAYMENT TO THE CONSULTANT 4.1 Payment or use of any deliverables or portions thereof by MDX shall not constitute an acceptance of any Services not in accordance with the Contract Documents or the Agreement. MDX may refuse to make, in whole or in part, any payment because of subsequently discovered evidence, or the result of subsequent inspections or tests that nullify any previous payment, to the extent that is reasonably necessary to protect MDX with regard to the following: Any deliverables of the Services is defective, deficient and/or completed Services have been deemed unsatisfactory requiring correction or replacement; or The Services do not comply with MDX/FDOT procedural requirements; or The amount of payment due to the Consultant has been reduced by a Supplemental Agreement; or Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 10 of 12

27 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET MDX has been required to correct defective Services, or complete Services in accordance with the provisions setting forth MDX s right to correct defective Services; or MDX has actual knowledge of the occurrence of any of the events that constitute cause for termination of the Agreement; or Claims have been made against MDX on account of Consultant s performance or furnishing of the Services; or Other items entitling MDX to set-off against the amount for which application is made. 4.2 The payment made to the Consultant for performing the Services may be changed only by a Supplemental Agreement signed by both parties. The value of any Service covered by such Supplemental Agreement shall be determined by mutual agreement between MDX and the Consultant. 4.3 Nothing in this Section is intended to replace or amend the Section of the Professional Services Agreement entitled Disputes, Dispute Resolution and Claims. 5. PROJECT CLOSEOUT: 5.1 Final Audit: If requested, the Consultant shall permit MDX to perform or have performed an audit of the records of the Consultant and any or all Subconsultants to support the compensation paid the Consultant. The audit will be performed as soon as practical after completion and acceptance of the Services. In the event funds paid to the Consultant under the Agreement are subsequently properly disallowed by MDX because of accounting errors or charges not in conformity with the Agreement, the Consultant agrees that such disallowed funds are due to MDX upon demand. Furthermore, MDX shall have the right to deduct, from any amount due the Consultant under any other contract, any amount due MDX under the Agreement. Final payment to the Consultant shall be adjusted for audit results. 5.2 Certificate of Completion: Subsequent to the completion of the final audit, a Certification of Completion will be prepared for execution by both parties stating the total compensation due to the Consultant, the amount previously paid, and the difference. Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 11 of 12

28 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Upon execution of the Certificate of Completion, the Consultant shall either submit a termination invoice for an amount due, or refund MDX any overpayment, provided the net difference is not zero. 6. COMPENSATION RATES: The tables to be attached as Exhibit D of this Exhibit, after contract negotiations between MDX and the Consultant, are provided for definition of contractual rates including salary multipliers and are fixed and not subject to adjustment during the term of the Agreement, unless otherwise authorized herein. All negotiated and approved Contract Rates are the maximum amount MDX shall pay, at any given time, for the corresponding category. Any changes or substitutions of the personnel defined by Consultant s Audit Package, to be included after contract negotiations between MDX and the Consultant shall be requested by the Consultant and approved by MDX in writing prior to any such change(s) or substitution(s) and in accordance with the Agreement. Any substitution(s) of personnel approved by MDX shall be paid at the applicable hourly rate for the category, or actual, whichever is less, pursuant to Exhibit D hereto. These are contract rates and caps for the term of the Agreement. 7. ATTACHMENTS: Exhibit D Revised Compensation Rates (Attached as an Exhibit to SA #1). Attachment D.2 Invoice Submittal Forms (Attachments to the original Agreement)* a) MDX Work program Invoice Submittal Form b) Certificate of Partial/Final Payment, Waiver and Release from Contractor/ Consultant c) Miami Dade Expressway Authority Invoice Tracking Form d) Certification of Disbursement to Subcontractors/Subconsultants/ Suppliers e) Contractor s/consultant s Final Release and Affidavit Attachment D.3 Rate Schedule of Established Caps (Attachment to the original Agreement) Attachment D.4 Negotiation Handbook Professional Services Contracts Effective (Attachment to the original Agreement) * Available on the MDX website at Supplemental Agreement No. 1 - Exhibit C, Revised Method of Compensation Page 12 of 12

29 MDX PROCUREMENT/CONTRACT NO.: RFP MDX WORK PROGRAM NO(S).: MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET SUPPLEMENTAL AGREEMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT EXHIBIT D REVISED COMPENSATION RATES

30 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Table 1.0 Basic Services Prime Consultant Stantec Consulting Services Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $941, $24, $965, Overhead $1,660, $43, $1,703, Operating Margin $200, $5, $205, FCCM $4, $ $4, Direct Expenses $17, $ $17, Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $2,823, $73, $2,896, Table 2.0 Basic Services Sub Consultant BND Engineers, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $219, $0.00 $219, Overhead $432, $0.00 $432, Operating Margin ($6,493.80) $0.00 ($6,493.80) FCCM $1, $0.00 $1, Direct Expenses $11, $0.00 $11, Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $658, $0.00 $658, Table 3.0 Basic Services Sub Consultant Clary Consulting, LLC Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $79, $0.00 $79, Overhead $0.00 $0.00 $0.00 Operating Margin $0.00 $0.00 $0.00 FCCM $0.00 $0.00 $0.00 Direct Expenses $0.00 $0.00 $0.00 Reimbursable Expenses $6, $0.00 $6, SUBTOTAL $86, $0.00 $86, Table 4.0 Basic Services Sub Consultant F.R. Aleman & Associates, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $41, $0.00 $41, Overhead $88, $0.00 $88, Operating Margin ($9,461.94) $0.00 ($9,461.94) FCCM $67.97 $0.00 $67.97 Direct Expenses $5, $0.00 $5, Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $125, $0.00 $125, Supplemental Agreement No. 1 Exhibit D, Revised Compensation Rates 1 of 9

31 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Table 5.0 Basic Services Sub Consultant Glass Land Acquisition Service Specialists, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $41, $0.00 $41, Overhead $74, $0.00 $74, Operating Margin $1, $0.00 $1, FCCM $ $0.00 $ Direct Expenses $6, $0.00 $6, Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $123, $0.00 $123, Table 6.0 Basic Services Sub Consultant Greenberg Traurig, P.A. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $293, $0.00 $293, Overhead $0.00 $0.00 $0.00 Operating Margin $0.00 $0.00 $0.00 FCCM $0.00 $0.00 $0.00 Direct Expenses $0.00 $0.00 $0.00 Reimbursable Expenses $15, $0.00 $15, SUBTOTAL $309, $0.00 $309, Table 7.0 Basic Services Sub Consultant Hadonne Corp. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $32, $0.00 $32, Overhead $55, $0.00 $55, Operating Margin $9, $0.00 $9, FCCM $28.66 $0.00 $28.66 Direct Expenses $0.00 $0.00 $0.00 Reimbursable Expenses $256, $0.00 $256, SUBTOTAL $355, $0.00 $355, Table 8.0 Basic Services Sub Consultant HR Engineering Services, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $55, $0.00 $55, Overhead $106, $0.00 $106, Operating Margin $2, $0.00 $2, FCCM $ $0.00 $ Direct Expenses $1, $0.00 $1, Reimbursable Expenses $203, $0.00 $203, SUBTOTAL $370, $0.00 $370, Supplemental Agreement No. 1 Exhibit D, Revised Compensation Rates 2 of 9

32 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET Table 9.0 Basic Services Sub Consultant I.F. Rooks & Associates, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $9, $0.00 $9, Overhead $20, $0.00 $20, Operating Margin ($848.97) $0.00 ($848.97) FCCM $0.00 $0.00 $0.00 Direct Expenses $0.00 $0.00 $0.00 Reimbursable Expenses $2, $0.00 $2, SUBTOTAL $31, $0.00 $31, Table 10.0 Basic Services Sub Consultant Jacobs Engineering Group, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $274, $20, $294, Overhead $337, $25, $362, Operating Margin $101, $7, $109, FCCM $0.00 $0.00 $0.00 Direct Expenses $31, $2, $33, Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $744, $56, $800, Table 11.0 Basic Services Sub Consultant Janus Research, Inc. Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $68, $0.00 $68, Overhead $90, $0.00 $90, Operating Margin $23, $0.00 $23, FCCM $0.00 $0.00 $0.00 Direct Expenses $7, $0.00 $7, Reimbursable Expenses $26, $0.00 $26, SUBTOTAL $190, $26, $0.00 $216, Table 12.0 Basic Services Sub Consultant Osiris 9 Consulting, LLC Pay Item Lump Sum Amount Limiting Amount SA #1 Total Salary Related Costs $90, $3, $94, Overhead $220, $8, $228, Operating Margin ($38,827.11) ($1,440.80) ($40,267.91) FCCM $0.00 $0.00 $0.00 Direct Expenses $0.00 $0.00 $0.00 Reimbursable Expenses $0.00 $0.00 $0.00 SUBTOTAL $271, $10, $282, Supplemental Agreement No. 1 Exhibit D, Revised Compensation Rates 3 of 9

33 MDX PROJECT/SERVICE TITLE: PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY FOR SR 836 SOUTHWEST EXTENSION FROM NW 137 TH AVENUE TO SW 136 TH STREET All Optional Services listed in Table 13.0 through Table 19.0 are subject to a written authorization issued by MDX. The Consultant shall not begin any Optional Service prior to receiving a written authorization from MDX. Table 13.0 Optional Services # 5.7 Legal Opinions Firm Lump Sum Amount Limiting Amount SA #1 Total Greenberg Traurig, P.A. $34, $0.00 $34, TOTAL FOR OPTIONAL SERVICE # 5.7 Legal Opinions $34, $0.00 $34, Table 14.0 Optional Services # 7.1 Data Collection Firm Lump Sum Amount Limiting Amount SA #1 Total BND Engineers, Inc. $3, $0.00 $3, F.R. Aleman & Associates, Inc. $36, $0.00 $36, TOTAL FOR OPTIONAL SERVICE # 7.1 Data Collection $3, $36, $0.00 $39, Table 15.0 Optional Services # 7.5 Traffic Analysis Firm Lump Sum Amount Limiting Amount SA #1 Total BND Engineers, Inc. $13, ($13,088.98) $0.00 Jacobs Engineering Group, Inc. $366, ($83,099.76) $283, Osiris 9 Consulting, LLC $43, ($43,848.00) $0.00 TOTAL FOR OPTIONAL SERVICE # 7.5 Traffic Analysis $423, ($140,036.74) $283, Table 16.0 Optional Services # 7.14 Geotechnical Coordination Firm Lump Sum Amount Limiting Amount SA #1 Total BND Engineers, Inc. $1, $0.00 $1, TOTAL FOR OPTIONAL SERVICE # 7.14 Geotechnical Coordination $1, $0.00 $1, Table 17.0 Optional Services # 7.21 Value Engineering / Cost Risk Firm Lump Sum Amount Limiting Amount SA #1 Total BND Engineers, Inc. $11, $0.00 $11, TOTAL FOR OPTIONAL SERVICE # 7.21 Value Engineering / Cost Risk $11, $0.00 $11, Table 18.0 Optional Services # # 8.1 Sociocultural Impacts Firm Lump Sum Amount Limiting Amount SA #1 Total BND Engineers, Inc. $24, $0.00 $24, Janus Research, Inc. $44, $1, $0.00 $46, TOTAL FOR OPTIONAL SERVICE # 8.1 Sociocultural Impacts $69, $1, $0.00 $70, Supplemental Agreement No. 1 Exhibit D, Revised Compensation Rates 4 of 9

AGREEMENT BROWARD COUNTY KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR

AGREEMENT BROWARD COUNTY KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR Airport Design Consultant Services Agreement CAF#404 AGREEMENT Between BROWARD COUNTY and KIMLEY-HORN AND ASSOCIATES, INC. for CONSULTANT SERVICES FOR PROFESSIONAL SERVICES FOR REHABILITATION OF NORTH

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

Whereas, the FDOT is willing to reimburse the SHPO for the increased staff required to provide priority project review; and

Whereas, the FDOT is willing to reimburse the SHPO for the increased staff required to provide priority project review; and FUNDING AGREEMENT between Florida State Historic Preservation Officer (SHPO) and STATE OF FLORIDA, Florida Department of Transportation (FDOT) and UNITED STATES DEPARTMENT OF TRANSPORTATION Federal Highway

More information

AGREEMENT. between BROWARD COUNTY. and. Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION

AGREEMENT. between BROWARD COUNTY. and. Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION AGREEMENT between BROWARD COUNTY and Parsons Transportation Group, Inc. for CONSTRUCTION PROJECT MANAGER, FLL TERMINAL MODERNIZATION IN BROWARD COUNTY, FLORIDA RLI # R1039104R1 1 ".. -- INDEX ARTICLE PAGE

More information

EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES

EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES EXHIBIT A GENERAL ENGINEERING CONTRACT (GEC) - TRAFFIC AND REVENUE SCOPE OF SERVICES Exhibit "A" SCOPE OF SERVICES General Engineering Contract - Traffic and Revenue FPN: TBD I. Purpose... A-1 II. Term

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

AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP #

AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP # AGREEMENT BETWEEN BROWARD COUNTY AND FOR CONSULTANT SERVICES FOR RLI/RFP # This is an Agreement ("Agreement") between Broward County, a political subdivision of the State of Florida ("County"), and, a

More information

AGREEMENT. between BROWARD COUNTY. and. for ACOUSTICAL CONSULTANT SERVICES FOR

AGREEMENT. between BROWARD COUNTY. and. for ACOUSTICAL CONSULTANT SERVICES FOR Airport Non-Design Consultant Services Agreement CAF403 AGREEMENT between BROWARD COUNTY and HARRIS MILLER MILLER & HANSON, INC for ACOUSTICAL CONSULTANT SERVICES FOR FORT LAUDERDALE-HOLLYWOOD INTERNATIONAL

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

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE)

COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) COMPENSATION & PAYMENT PROVISIONS (COST REIMBURSABLE) 1 Note: Articles flagged with an asterisk (*) are Flow-down requirements as defined in Article SUBCONTRACTORS AND SUPPLIERS in Contract Document GENERAL

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

Whereas, FDOT is willing to reimburse USFWS for the increased staff required to provide priority project review; and,

Whereas, FDOT is willing to reimburse USFWS for the increased staff required to provide priority project review; and, FUNDING AGREEMENT between UNITED STATES DEPARTMENT 0F THE INTERIOR Fish and Wildlife Service (USFWS) and STATE OF FLORIDA, Florida Department of Transportation (FDOT) and UNITED STATES DEPARTMENT OF TRANSPORTATION

More information

IN CONSIDERATION of the mutual terms, conditions, promises, covenants, and payments hereinafter set forth, the Parties agree as follows:

IN CONSIDERATION of the mutual terms, conditions, promises, covenants, and payments hereinafter set forth, the Parties agree as follows: BR-~ARP '- (._.': / --"1 i 1....., AGREEMENT BETWEEN BROWARD COUNTY AND NVS, INC. FOR PROFESSIONAL CONSULTANT SERVICES FOR QUALITY ASSURANCE MATERIALS TESTING FOR AIRPORT PROJECTS AT FORT LAUDERDALE-HOLLYWOOD

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 DIEGO CONVENTION CENTER CORPORATION

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

More information

PART 3. Comprehensive Agreement Between Department and Design-Builder

PART 3. Comprehensive Agreement Between Department and Design-Builder PART 3 Between Department and Design-Builder This COMPREHENSIVE AGREEMENT for the I-64 Hampton Roads Bridge-Tunnel Project (the Agreement ) is made as of [ ], 2019 (the Agreement Date ), by and between

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual

Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual Terre View Research Facility Relocation Washington State University Pullman, WA Project Manual Project No. 9574-2018 Issued 7/19/2017 Washington State University Facility Services, Capital Terre View Research

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

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

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

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

PROFESSIONAL SERVICES AGREEMENT NO

PROFESSIONAL SERVICES AGREEMENT NO PROJECT: PROFESSIONAL SERVICES AGREEMENT NO. 000000 PROJECT MANAGER: PROJECT NO. CONSULTANT: THIS AGREEMENT is made and entered into by and between the Port of Olympia (hereinafter referred to as the "Port")

More information

CONSULTANT S AGREEMENT

CONSULTANT S AGREEMENT CONSULTANT S AGREEMENT Project No.: This Agreement made as of XXXXX by and between the State University Construction Fund, having its principal office and place of business at The State University Plaza,

More information

Pinellas County. Staff Report. File #: A, Version: 1 Agenda Date: 8/7/2018

Pinellas County. Staff Report. File #: A, Version: 1 Agenda Date: 8/7/2018 Pinellas County 315 Court Street Clearwater, Florida 33756 Staff Report File #: 17-1006A, Version: 1 Agenda Date: 8/7/2018 Subject: Ranking of firms and agreement with H.W. Lochner, Inc., for the 126th

More information

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT

APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: FINAL DESIGN AMENDMENT APPENDIX B TO COMPREHENSIVE AGREEMENT UOSA CONTRACT VSS UOSA VEHICLE SERVICE STATION FORM OF STAGE 2: This Stage 2: Final Design Amendment (Final Design Amendment) is an Amendment to the Comprehensive

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

A G R E E M E N T. Between BROWARD COUNTY. and. for. Architectural and Engineering Services. For LAUDERHILL MALL NEW TRANSIT CENTER

A G R E E M E N T. Between BROWARD COUNTY. and. for. Architectural and Engineering Services. For LAUDERHILL MALL NEW TRANSIT CENTER A G R E E M E N T Between BROWARD COUNTY and for Architectural and Engineering Services For LAUDERHILL MALL NEW TRANSIT CENTER IN BROWARD COUNTY, FLORIDA RFP # R2114326P1 BCF #202 (Rev. 4.25.17) Page 1

More information

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

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

TOWN OF QUEEN CREEK S. ELLSWORTH ROAD QUEEN CREEK, AZ (480)

TOWN OF QUEEN CREEK S. ELLSWORTH ROAD QUEEN CREEK, AZ (480) TOWN OF QUEEN CREEK 22358 S. ELLSWORTH ROAD QUEEN CREEK, AZ 86004 (480) 358-3000 www.queencreek.org DESIGN PROFESSIONAL SERVICES MASTER CONTRACT CONTRACT NO. Design Professional Contract Contract No. TABLE

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

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

More information

MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT

MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT MARION COUNTY HEALTH SERVICES BUILDING RENOVATION PUBLIC IMPROVEMENT AGREEMENT THE CONTRACT IS BETWEEN: OWNER: MARION COUNTY A political subdivision of the state of Oregon And TBD Contractor (referred

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK DIVISION 1 GENERAL REQUIREMENTS SECTION 01 2600 MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK PART 1 GENERAL 1.01 SUMMARY A. Section includes requirements that supplement the paragraphs of Document

More information

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2

SECTION GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 SECTION 00 50 00 GENERAL CONTRACTOR/CONSTRUCTION MANAGER (GC/CM) AGREEMENT TABLE OF CONTENTS ARTICLE 1 DEFINITIONS... 2 ARTICLE 2 THE CONTRACT DOCUMENTS... 3 ARTICLE 3 WORK OF THIS CONTRACT... 4 ARTICLE

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

Commonwealth of Virginia Alternate Project Delivery Office Design-Build Standard Template Documents

Commonwealth of Virginia Alternate Project Delivery Office Design-Build Standard Template Documents Alternate Project Delivery Office Design-Build Standard Template Documents Part 3 Lump Sum Agreement Part 4 General Conditions of Contract Division I Amendments to the Standard Specifications July 2013

More information

EXHIBIT "B" METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER

EXHIBIT B METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER RFP-DOT-14/15-4006TB 1.0 PURPOSE: EXHIBIT "B" METHOD OF COMPENSATION MAINTENANCE AND REPAIR OF FDOT VEHICLES AND EQUIPMENT AT THE BROWARD OPERATIONS CENTER This Exhibit defines the limits and method of

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

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

Development Credit Agreement

Development Credit Agreement Public Disclosure Authorized CONFORMED COPY CREDIT NUMBER 3909 YF Public Disclosure Authorized Development Credit Agreement (Transport Rehabilitation Project) Public Disclosure Authorized between SERBIA

More information

DEPARTMENT OF FINANCIAL SERVICES RLAC Attachment 2 - STATEMENT OF WORK. November 14, 2017

DEPARTMENT OF FINANCIAL SERVICES RLAC Attachment 2 - STATEMENT OF WORK. November 14, 2017 DEPARTMENT OF FINANCIAL SERVICES RLAC-9999-17020 - STATEMENT OF WORK November 14, 2017 1 of 9 TABLE OF CONTENTS SECTION 1 Overview... 3 SECTION 2 Contractor Responsibilities... 4 SECTION 3 Performance

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

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

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

Limits on Administrative Expenses and Executive Compensation Amendment of 14 NYCRR by the addition of a new Part 645

Limits on Administrative Expenses and Executive Compensation Amendment of 14 NYCRR by the addition of a new Part 645 Limits on Administrative Expenses and Executive Compensation Comments due: Monday, July 23, 2012 Amend Title 14 NYCRR by the addition of a new Part 645 to read as follows: PART 645 LIMITS ON ADMINISTRATIVE

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

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

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN

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

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

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

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT

Attachment C New York State Energy Research and Development Authority ( NYSERDA ) AGREEMENT Attachment C New York State Energy Research and Development Authority ( NYSERDA ) 1. Agreement Number: 2. Subgrantee: 3. Project Contact: 4. Effective Date: _/ /2016 5. Total Amount of Award: $ 6. Project

More information

(Statutory Authority: Executive Law, 91)

(Statutory Authority: Executive Law, 91) 19 NYCRR Part 144 NYCRR TITLE 19 Volume 19A Chapter III Administration Subchapter E Limits on Administrative Expenses and Executive Compensation Part 144 Limits on Administrative Expenses and Executive

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

Chapter WAC EMPLOYMENT SECURITY RULE GOVERNANCE

Chapter WAC EMPLOYMENT SECURITY RULE GOVERNANCE Chapter 192-01 WAC EMPLOYMENT SECURITY RULE GOVERNANCE WAC 192-01-001 Rule governance statement. The employment security department administers several distinct programs in Titles 50 and 50A RCW through

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

H 7636 S T A T E O F R H O D E I S L A N D

H 7636 S T A T E O F R H O D E I S L A N D LC001 01 -- H S T A T E O F R H O D E I S L A N D IN GENERAL ASSEMBLY JANUARY SESSION, A.D. 01 A N A C T RELATING TO LABOR AND LABOR RELATIONS -- WAGES Introduced By: Representatives Ranglin-Vassell, Regunberg,

More information

STANDARD CONSTRUCTION MANAGEMENT CONTRACT BETWEEN THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA AND FOR CONTRACT NO.

STANDARD CONSTRUCTION MANAGEMENT CONTRACT BETWEEN THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA AND FOR CONTRACT NO. STANDARD CONSTRUCTION MANAGEMENT CONTRACT BETWEEN THE SCHOOL BOARD OF ORANGE COUNTY, FLORIDA AND FOR CONTRACT NO. Date: TABLE OF CONTENTS SECTION 1. CONTRACT DOCUMENTS... 1 SECTION 2. SCOPE OF WORK...

More information

NOW, THEREFORE, BE IT RESOLVED BY THE GOVERNING BOARD OF THE CITY OF ORLANDO COMMUNITY REDEVELOPMENT AGENCY:

NOW, THEREFORE, BE IT RESOLVED BY THE GOVERNING BOARD OF THE CITY OF ORLANDO COMMUNITY REDEVELOPMENT AGENCY: A RESOLUTION OF THE CITY OF ORLANDO COMMUNITY REDEVELOPMENT AGENCY ADOPTING A BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2018 AND ENDING SEPTEMBER 30, 2019; MAKING FINDINGS; AUTHORIZING AMENDMENTS;

More information

CONSTRUCTION MANAGER AT RISK CONTRACT MASTER CONTRACT CONTRACT NO.

CONSTRUCTION MANAGER AT RISK CONTRACT MASTER CONTRACT CONTRACT NO. MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Integrated Program Management Office 2601 East Roosevelt Street Phoenix, Arizona 85008-6092 CONSTRUCTION MANAGER AT RISK

More information

NC General Statutes - Chapter 143 Article 8 1

NC General Statutes - Chapter 143 Article 8 1 Article 8. Public Contracts. 143-128. Requirements for certain building contracts. (a) Preparation of specifications. Every officer, board, department, commission or commissions charged with responsibility

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

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential

More information

CITY OF NAPLES, FLORIDA

CITY OF NAPLES, FLORIDA CITY OF NAPLES, FLORIDA Bid/Proposal No. 046-09 AGREEMENT (PROFESSIONAL SERVICES) Contract No. Project Name East Naples Solana Road Booster Pump Stations Improvement THIS AGREEMENT (the Agreement ) is

More information

SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS

SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS SMALL BUSINESS PARTICIPATION POLICY TABLE OF CONTENTS ARTICLE 1 GENERAL PROVISIONS... 2 1 101 Policy, Purposes, Rules of Construction... 2 1 102 Effective Date... 3 1 103 Continual Review of Policy...

More information

Posted: Nevada Tahoe Conservation District Administrative Office, Douglas County Clerk, Washoe County Clerk, NV Division of Conservation Districts.

Posted: Nevada Tahoe Conservation District Administrative Office, Douglas County Clerk, Washoe County Clerk, NV Division of Conservation Districts. PO Box 915 Zephyr Cove, NV 89448 775-586-1610 x 21 Board Meeting Agenda November 15, 2018 4:00 PM (estimated 1 hour duration) Location: NTCD office or phone in Call in Information: (515) 739-1034, code

More information

City of Palo Alto (ID # 6600) City Council Staff Report

City of Palo Alto (ID # 6600) City Council Staff Report City of Palo Alto (ID # 6600) City Council Staff Report Report Type: Consent Calendar Meeting Date: 3/21/2016 Summary Title: Underground Utility Locating Services Title: Approval of Amendment One to Contract

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

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

Phillips 66 Company Marine Fuels Sales Addendum

Phillips 66 Company Marine Fuels Sales Addendum Phillips 66 Company Marine Fuels Sales Addendum For the sale of all marine fuels subject to this Marine Fuels Sales Addendum, (the Addendum ) the Phillips 66 Company Products Purchase/Sale Agreement -

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

HULL & COMPANY, INC. DBA: Hull & Company MacDuff E&S Insurance Brokers PRODUCER AGREEMENT

HULL & COMPANY, INC. DBA: Hull & Company MacDuff E&S Insurance Brokers PRODUCER AGREEMENT HULL & COMPANY, INC. DBA: Hull & Company MacDuff E&S Insurance Brokers PRODUCER AGREEMENT THIS PRODUCER AGREEMENT (this Agreement ), dated as of, 20, is made and entered into by and between Hull & Company,

More information

AIA Document A102 TM 2007

AIA Document A102 TM 2007 AIA Document A102 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price AGREEMENT made as of the

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information

FIXED PRICE CONSTRUCTION CONTRACT BETWEEN OWNER AND CONTRACTOR

FIXED PRICE CONSTRUCTION CONTRACT BETWEEN OWNER AND CONTRACTOR FIXED PRICE CONSTRUCTION CONTRACT BETWEEN OWNER AND CONTRACTOR This FIXED PRICE CONSTRUCTION CONTRACT BETWEEN OWNER AND CONTRACTOR (the "Contract") is made and entered into by and between the City of Plant

More information

Subcontract Agreement

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

More information

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

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

More information

AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A.

AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A. AMENDED SPECIAL COUNSEL SERVICES AGREEMENT BY AND BETWEEN THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA AND BROWN, GARGANESE, WEISS & D AGRESTA, P.A. This Special Counsel Services Agreement (the Agreement

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

More information

SUPPLEMENTAL AGREEMENT #1 FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES. CITY OF JOPLIN and GBA

SUPPLEMENTAL AGREEMENT #1 FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES. CITY OF JOPLIN and GBA SUPPLEMENTAL AGREEMENT #1 FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES CITY OF JOPLIN and GBA CITY ENGINEER CITY OF JOPLIN Name: George Butler Associates, Inc. 602 S. MAIN STREET JOPLIN, MO 64801 Address:

More information

EXCLUSIVE MANAGEMENT AGREEMENT

EXCLUSIVE MANAGEMENT AGREEMENT EXCLUSIVE MANAGEMENT AGREEMENT THIS AGREEMENT ( Agreement ) is entered into as of, 2015 (the Effective Date ) by and between Management Inc. ( Manager ) with an address at, and ( Artist ) having an address

More information

AN ANALYSIS OF ARIZONA PROMPT PAYMENT STATUTES

AN ANALYSIS OF ARIZONA PROMPT PAYMENT STATUTES AN ANALYSIS OF ARIZONA PROMPT PAYMENT STATUTES GUY W. BLUFF, ESQ. I. ARIZONA S PROMPT PAYMENT STATUTES 3 A. The General Rule 4 B. Objections Must be In Writing and Specific 6 II. SUMMARY OF STATUTORY AND

More information

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services Eastern Sierra Transit Authority (ESTA) Request for Proposal for: Financial Audit Services Due Date: June 11, 2018 at 4:00 pm to the attention of: Karie Bentley Administration Manager Eastern Sierra Transit

More information

SECOND AMENDMENT TO WAVE PROJECT AGREEMENT

SECOND AMENDMENT TO WAVE PROJECT AGREEMENT Page 1 of 26 SECOND AMENDMENT TO WAVE PROJECT AGREEMENT This Second Amendment to Wave Project Agreement ( Second Amendment ) is entered into this day of, 2017, by the State of Florida, Department of Transportation,

More information

14 NYCRR Part 800 is amended by adding a new Part 812 to read as follows: PART 812 LIMITS ON ADMINISTRATIVE EXPENSES AND EXECUTIVE COMPENSATION

14 NYCRR Part 800 is amended by adding a new Part 812 to read as follows: PART 812 LIMITS ON ADMINISTRATIVE EXPENSES AND EXECUTIVE COMPENSATION 14 NYCRR Part 800 is amended by adding a new Part 812 to read as follows: PART 812 LIMITS ON ADMINISTRATIVE EXPENSES AND EXECUTIVE COMPENSATION (Statutory Authority: Mental Hygiene Law Sections 19.07(e),

More information

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated: Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,

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

WORK AUTHORIZATION NUMBER 4 TO MASTER SERVICES AGREEMENT FOR PROFESSIONAL ADMINISTRATIVE CONSULTING SERVICES

WORK AUTHORIZATION NUMBER 4 TO MASTER SERVICES AGREEMENT FOR PROFESSIONAL ADMINISTRATIVE CONSULTING SERVICES CITY OF JOPLIN CITY CONSULTANT Name: Deloitte & Touche LLP 602 S. MAIN STREET JOPLIN, MO 64801 Attention: Troy Bolander Director, Planning Development & Neighborhood Services Department: Planning Development

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

EXHIBIT M PUBLIC FUNDS AMOUNT PAYMENT TERMS

EXHIBIT M PUBLIC FUNDS AMOUNT PAYMENT TERMS EXHIBIT M PUBLIC FUNDS AMOUNT PAYMENT TERMS Section 1 Department Payments and Adjustments (a) Starting on the Financial Close Date, the Department will make Public Funds Amount payments in accordance with

More information

June 15, 2016 AGENDA ITEM #11

June 15, 2016 AGENDA ITEM #11 June 15, 2016 AGENDA ITEM #11 Approve Agreement with Parsons Brinkerhoff for general engineering consulting services Strategic Plan Relevance: Department: Contact: Regional Mobility Engineering Justin

More information