MINNESOTA RIVER VALLEY PUBLIC UTILITIES COMMISSION AGENDA

Size: px
Start display at page:

Download "MINNESOTA RIVER VALLEY PUBLIC UTILITIES COMMISSION AGENDA"

Transcription

1 MINNESOTA RIVER VALLEY PUBLIC UTILITIES COMMISSION AGENDA Wednesday, May 23, :00 p.m N Commerce Street 1. Call to Order 2. Request, Communications, and Visitors 3. Approval of Minutes - Special Meeting of April 23, Reports - Plant Liquid Process - Agropur Update - Lab Procedures 5. Screen Project Bids Tom Dye/Stantec 6. Bio Solids 7. Financials April Bills April Unfinished Business - Bylaws Update & Discussion - Purchase Order Policy - Surplus Property - Monthly Meeting Day Change 10. New Business 11. Adjournment Next Regular Meeting To Be Determined at meeting

2 MN River Valley P.U.C. Special Meeting April 23, 2018 A Special Meeting of the Minnesota River Valley Public Utilities Commission was held on Wednesday, April 23 rd in the Conference Room at the Wastewater Treatment Plant with Commissioners Present: Favolise, Geldner, Huntington, Wartman, and Tiegs. Commissioners Absent: Wilke. Also present: Jeff Shodean from Agropur/LS Cheese, Operators Rick Rogich & Pete Burns, LS City Administrator Jasper Kruggel and LS Mayor Greg Hagg. Daniel Marx from Flaherty and Hood was present via telephone for part of the meeting. The meeting was called to order by Chairman Favolise. MPCA Settlement Agreement: The following Motion was made by Commissioner Tiegs, Seconded by Commissioner Huntington, all voted in favor, motion carried: To approve and authorize execution of the Settlement Agreement and Mutual Release between MRVPUC and the MPCA related to the appeal challenging MPCA s decision deny MRVPUC s contested case petition and issue its wastewater permit. To authorize Flaherty & Hood, P.A., to withdraw MRVPUC s pending appeal in the Minnesota Court of Appeals (case No.: A ), upon MPCA rescission of its October 12, 2017 order denying MRVPUC s the contest case hearing request and reissuing its permit. To authorize Flaherty & Hood, P.A. to take all actions necessary to represent and protect MRVPUC s legal rights and interests in the mediation with MPCA and in a contested case hearing. Approval of Minutes: Motion by Commissioner Huntington, Seconded by Commissioner Geldner to approve the March 19 th, 2018 Meeting Minutes, all voted in favor, motion carried. Bills: Motion by Commissioner Wartman, Seconded by Commissioner Huntington to approve the bills, all voted in favor, motion carried. Miscellaneous: Discussion was made about changing the Regular Meeting to a different evening for future meetings to avoid scheduling the same evening as Henderson City Council Meetings. Will discuss further at the next regular meeting. Motion by Commissioner Huntington, Seconded by Commissioner Wartman to adjourn the meeting, all voted in favor, motion carried. The next regular meeting is Wednesday, May 23, 2018 at 5:00 pm. Chairperson Secretary-Treasurer Page 1 of 1

3 Field Report and Observation Waterbalance and Operations LLC Todd Arlander 501 First Ave SW Pine Island, Minnesota Date May 15, 2018 Weather Problems No Compliance Problems, continued clean operations. Laboratory work and scheduling: Departure of Rick Rogich has our staff scrambling to perform all the necessary testing and procedures to meet the requirements of our Permit. This staffing change comes at a time when we have reverted back to the 2011 NPDES Permit requirements, (due to our success in Court) testing requirements are substantially different from the 2011 Permit to the 2017 Permit. Pete is currently sending out more tests to the Certified Laboratory to help cover Rick s vacant position; and help Ryan Larson to acclimate to the duties in the lab and blend them with his own maintenance duties. We need at least three days per week of data to fill out the spreadsheet that produces our billing each month. MRVPUC currently pays for all the testing that is required to produce our billing. What I see in most user agreements has each entity paying for their own testing that happens in a certified lab. In some ways that is cleaner due to the fact that the contributor has options on how much testing they think is needed to represent their activity and usage. For Example: I have some ideas on composite sampling that could reduce some costs. A rate payer could make the argument that accuracy is sacrificed when this is done. At that point, it would be easy to offer: what tests would you like to add? Landfilling of Biosolids: I have begun to research landfilling for the Tank Cleanings that we are expecting to have this summer, as we drain the Aeration Basins, and clean the bottom. I expect some numbers for possible costs. I think that Pete is expecting to use some summer help to do some collecting and loading of these Biosolids.

4 Possible Future Biosolids Alternative: If storage of Class B Biosolids are in MRVPUC s future, there are a number of existing Storage Facilities in other communities which we can examine. Mankato, and Owatonna both store cake Biosolids for Land Application in the Spring or Fall. Pictured below is the facility in Winona. Biosolids stored there are the approximate consistency of our Biosolids from the Centrifuge (before dryer). Winona stores these cake solids and land applies them each Spring and Fall. They use the equipment pictured below: Slinger Trucks. Barscreen Project: Stantec has awarded the Barscreen project, staff is really looking forward to a better operation over in the Pre- Treatment part of the Plant.

5 Stantec Consulting Services Inc West Highway 36 St. Paul MN Tel: (651) Fax: (651) May 16, 2018 Board Chair Favolise Minnesota River Valley PUC 1500 North Commerce Ave Le Sueur, MN Re: MRVPUC Influent Screening Improvements & Centrate Lift Station Project No Bid Results Dear Mr. Favolise and Board Members: Bids were opened for the above referenced Project on May 9, Transmitted herewith is a copy of the Bid Tabulation for your information and file. There were 4 Bids received for the Project. The following summarizes the results of the Bids received: Contractor Total Base Bid Low Gridor Construction, Inc. $693,500 #2 Magney Construction, Inc. $768,700 #3 PCiRoads $869,000 #4 Minnesota Mechanical Solutions $904,235 The low Bidder on the Project was Gridor Construction, Inc. with a Total Base Bid Amount of $693,500. These Bids have been reviewed and found to be in order. If the City Council wishes to award the Project, then Gridor Construction, Inc should be awarded the Project on the Total Base Bid of $693,500. Should you have any questions, please feel free to contact me at (651) Sincerely, STANTEC CONSULTING SERVICES INC. Thomas G. Dye, PE Sr. Associate Enclosure

6 Project Name: Influent Screening Improvements and Centrate Lift Station Engineering No.: Project No.: I hereby certify that this is an exact reproduction of bids received. BID TABULATION Bid Opening: Wednesday, May 9, 2018 at 11 A.M., CST Bidder No. 1 Magney Construction, Inc. Owner: MRVPUC Le Sueur, MN Bidder No. 2 Minnesota Mechanical Solutions Thomas G. Dye, PE License No Bidder No. 3 PCiRoads Bidder No. 4 Gridor Constr., Inc. Item Num Item Units Qty Unit Price Total Unit Price Total Unit Price Total Unit Price Total BASE BID 1 INFLUENT SCREENING IMPROVEMENTS LS 1 $500,000 $500,000 $760,235 $760,235 $685,795 $685,795 $410,000 $410,000 2 CENTRATE PUMP STATION LS 1 $262,700 $262,700 $128,000 $128,000 $173,205 $173,205 $269,000 $269,000 3 ADDITIONAL DUCTILE IRON PIPE FITTINGS LB 2000 $3.00 $6,000 $8.00 $16,000 $5.00 $10,000 $7.25 $14,500 TOTAL BASE BID $768,700 $904,235 $869,000 $693,500 SUBSTITUTE SCREENING EQUIPMENT DEDUCT $8,000 ADD $10,000 SUBSTITUTE PUMPING EQUIPMENT DEDUCT $6,500 DEDUCT $10,000 DEDUCT $4,000 Contractor Name and Address: Magney Construction, Inc Park Road Chanhassen, MN Minnesota Mechanical Solutions th Ave South Waite Park, MN PCiRoads LLC nd Street NE St. Michael, MN Gridor Constr., Inc th St. SE Buffalo, MN Phone: mark@magneyconstruction.com greg@mnmechanical.com kmichels@pciroads.com jason@gridor.com Signed By: Mark Magney Gregory Braegelmann Gary Gulden G. H. Theisen Title: President CEO President President Bid Security: Bid Bond Bid Bond Bid Bond Bid Bond Addenda Acknowledged: 1, 2 1, 2 1, 2 1, 2 TGD BidTab.xlsm BT-1

7 2335 Highway 36 West, St. Paul MN May 17, 2018 Mr. John Favolise Chairperson Minnesota River Valley Public Utilities Commission 1500 North Commerce St. Le Sueur, MN Reference: MRVPUC Influent Screening Improvements & Centrate Lift Station Construction Phase Services Dear Mr. Favolise, The current contract between Stantec and MRVPUC covers Design & Bidding phase services which ends after bids are reviewed and Stantec provides a recommendation of award letter for the construction contract. Stantec s services during the construction of the influent screening improvements and centrate lift station are described below. Our proposed agreement is attached. Stantec has included Todd Arlander, of Waterbalance and Operations LLC, as our field technician to provide periodic construction observation. Waterbalance and Operations LLC invoices will be a straight pass through onto Stantec invoices without markup. Stantec proposes to provide the following scope of services: Construction Phase Services 1. Prepare construction contracts and mail to Contractor. 2. Conduct a preconstruction meeting. 3. Review Contractor submittals (shop drawings, temporary screening plan, O&M manuals) and provide comments to contractor. 4. Respond to contractor requests for information. 5. Provide periodic construction observation by field technician during critical construction activities such as underground work, concrete pours, temporary screening setup, below grade electrical. Proposal includes 183 hours of observation by a field technician. 6. Conduct up to twelve (12) person-trips by professional staff to attend construction progress meetings and/or observe construction. 7. Attend up to five (5) MRVPUC Board meetings during construction. Intention is progress meetings will be held on the same day as Board meetings to minimize number of trips. 8. Review and process contractor pay requests for Board approval.

8 May 17, 2018 Page 2 of 2 Reference: MRVPUC Influent Screening Improvements - Construction Phase Services 9. Following substantial completion, provide one site visit by process and electrical professional staff to create a punch list of incomplete items. 10. Attend startups for the pumping and screening equipment. 11. Complete contract close-out at end of project. 12. Provide Record Drawings based on contractor markups and documented field observations. Services Not Included 1. Planning, Design, and Bidding phase services. 2. Attendance at additional meetings beyond those included in Construction Phase Services. 3. Services not specifically included under Construction Phase Services. Additional services may be provided under a separate, or amended, agreement. Stantec proposes to provide Construction Phase Services for an hourly estimated fee of $46,000. The proposed fee includes reimbursable expenses such as mileage and printing. Services will be provided in accordance with the attached Terms and Conditions. Thank you for the opportunity to propose our services to the Minnesota River Valley PUC. If this proposal is acceptable, please sign in the space below and return a copy to us. We look forward to assisting the MRVPUC in completing this project. Regards, STANTEC CONSULTING SERVICES INC. Approved By MRVPUC: Thomas G. Dye Sr. Associate Tel: (651) Mobile: (651) thomas.dye@stantec.com Signature & Date Name & Title c. Pete Burns, MRVPUC Operator dt v:\1938\active\ \management\scopeschedulefee\screening redesign\constr admin\mrvpuc infl screen - scope constr phase srvc docx

9 PROFESSIONAL SERVICES TERMS AND CONDITIONS Page 1 of 2 The following Terms and Conditions are attached to and form part of a proposal for services to be performed by Consultant and together, when the CLIENT authorizes Consultant to proceed with the services, constitute the AGREEMENT. Consultant means the Stantec entity issuing the Proposal. DESCRIPTION OF WORK: Consultant shall render the services described in the Proposal (hereinafter called the SERVICES ) to the CLIENT. DESCRIPTION OF CLIENT: The CLIENT confirms and agrees that the CLIENT has authority to enter into this AGREEMENT on its own behalf and on behalf of all parties related to the CLIENT who may have an interest in the PROJECT. TERMS AND CONDITIONS: No terms, conditions, understandings, or agreements purporting to modify or vary these Terms and Conditions shall be binding unless hereafter made in writing and signed by the CLIENT and Consultant. In the event of any conflict between the Proposal and these Terms and Conditions, these Terms and Conditions shall take precedence. This AGREEMENT supercedes all previous agreements, arrangements or understandings between the parties whether written or oral in connection with or incidental to the PROJECT COMPENSATION: Payment is due to Consultant upon receipt of invoice. Failure to make any payment when due is a material breach of this AGREEMENT and will entitle Consultant, at its option, to suspend or terminate this AGREEMENT and the provision of the SERVICES. Interest will accrue on accounts overdue by 30 days at the lesser of 1.5 percent per month (18 percent per annum) or the maximum legal rate of interest. Unless otherwise noted, the fees in this agreement do not include any value added, sales, or other taxes that may be applied by Government on fees for services. Such taxes will be added to all invoices as required. NOTICES: Each party shall designate a representative who is authorized to act on behalf of that party. All notices, consents, and approvals required to be given hereunder shall be in writing and shall be given to the representatives of each party. TERMINATION: Either party may terminate the AGREEMENT without cause upon thirty (30) days notice in writing. If either party breaches the AGREEMENT and fails to remedy such breach within seven (7) days of notice to do so by the non-defaulting party, the nondefaulting party may immediately terminate the Agreement. Non-payment by the CLIENT of Consultant s invoices within 30 days of Consultant rendering same is agreed to constitute a material breach and, upon written notice as prescribed above, the duties, obligations and responsibilities of Consultant are terminated. On termination by either party, the CLIENT shall forthwith pay Consultant all fees and charges for the SERVICES provided to the effective date of termination. ENVIRONMENTAL: Except as specifically described in this AGREEMENT, Consultant s field investigation, laboratory testing and engineering recommendations will not address or evaluate pollution of soil or pollution of groundwater. PROFESSIONAL RESPONSIBILITY: In performing the SERVICES, Consultant will provide and exercise the standard of care, skill and diligence required by customarily accepted professional practices normally provided in the performance of the SERVICES at the time and the location in which the SERVICES were performed. LIMITATION OF LIABILITY: The CLIENT releases Consultant from any liability and agrees to defend, indemnify and hold Consultant harmless from any and all claims, damages, losses, and/or expenses, direct and indirect, or consequential damages, including but not limited to attorney s fees and charges and court and arbitration costs, arising out of, or claimed to arise out of, the performance of the SERVICES, excepting liability arising from the sole negligence of Consultant. It is further agreed that the total amount of all claims the CLIENT may have against Consultant under this AGREEMENT, including but not limited to claims for negligence, negligent misrepresentation and/or breach of contract, shall be strictly limited to the lesser of professional fees paid to Consultant for the SERVICES or $50, No claim may be brought against Consultant more than two (2) years after the cause of action arose. As the CLIENT s sole and exclusive remedy under this AGREEMENT any claim, demand or suit shall be directed and/or asserted only against Consultant and not against any of Consultant s employees, officers or directors. Consultant s liability with respect to any claims arising out of this AGREEMENT shall be absolutely limited to direct damages arising out of the SERVICES and Consultant shall bear no liability whatsoever for any consequential loss, injury or damage incurred by the CLIENT, including but not limited to claims for loss of use, loss of profits and/or loss of markets. INDEMNITY FOR MOLD CLAIMS: It is understood by the parties that existing or constructed buildings may contain mold substances that can present health hazards and result in bodily injury, property damage and/or necessary remedial measures. If, during performance of the SERVICES, Consultant knowingly encounters any such substances, Consultant shall notify the CLIENT and, without liability for consequential or any other damages, suspend performance of services until the CLIENT retains a qualified specialist to abate and/or remove the mold substances. The CLIENT agrees to release and waive all claims, including consequential damages, against Consultant, its subconsultants and their officers, directors and employees arising from or in any way connected with the existence of mold on or about the project site whether during or after completion of the SERVICES. The CLIENT further agrees to indemnify and hold Consultant harmless from and against all claims, costs, liabilities and damages, including reasonable attorneys fees and costs, arising in any way from the existence of mold on the project site whether during or after completion of the SERVICES, except for those claims, liabilities, costs or damages caused by the sole gross negligence and/or knowing or willful misconduct of Consultant. Consultant and the CLIENT waive all rights against each other for mold damages to the extent that such damages sustained by either party are covered by insurance. DOCUMENTS: All of the documents prepared by or on behalf of Consultant in connection with the PROJECT are instruments of service for the execution of the PROJECT. Consultant retains the property and copyright in these documents, whether the PROJECT is executed or not. These documents may not be used for any other purpose without the prior written consent of Consultant. In the event Consultant s documents are subsequently reused or modified in any material respect without the prior consent of Consultant, the CLIENT agrees to defend, hold harmless and indemnify Consultant from any claims advanced on account of said reuse or modification. Any document produced by Consultant in relation to the Services is intended for the sole use of Client. The documents may not be relied upon by any other party without the express written consent of Consultant, which may be withheld at Consultant s discretion. Any such Professional Services Terms and Conditions on StanNet Forms> Company Forms>Risk Management> Standard Form Agreements

10 PROFESSIONAL SERVICES TERMS AND CONDITIONS Page 2 of 2 consent will provide no greater rights to the third party than those held by the Client under the contract, and will only be authorized pursuant to the conditions of Consultant s standard form reliance letter. Consultant cannot guarantee the authenticity, integrity or completeness of data files supplied in electronic format ( Electronic Files ). CLIENT shall release, indemnify and hold Consultant, its officers, employees, Consultant s and agents harmless from any claims or damages arising from the use of Electronic Files. Electronic files will not contain stamps or seals, remain the property of Consultant, are not to be used for any purpose other than that for which they were transmitted, and are not to be retransmitted to a third party without Consultant s written consent. FIELD SERVICES: Consultant shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with work on the PROJECT, and shall not be responsible for any contractor s failure to carry out the work in accordance with the contract documents. Consultant shall not be responsible for the acts or omissions of any contractor, subcontractor, any of their agents or employees, or any other persons performing any of the work in connection with the PROJECT. Consultant shall not be the prime contractor or similar under any occupational health and safety legislation. GOVERNING LAW/COMPLIANCE WITH LAWS: The AGREEMENT shall be governed, construed and enforced in accordance with the laws of the jurisdiction in which the majority of the SERVICES are performed. Consultant shall observe and comply with all applicable laws, continue to provide equal employment opportunity to all qualified persons, and to recruit, hire, train, promote and compensate persons in all jobs without regard to race, color, religion, sex, age, disability or national origin or any other basis prohibited by applicable laws. DISPUTE RESOLUTION: If requested in writing by either the CLIENT or Consultant, the CLIENT and Consultant shall attempt to resolve any dispute between them arising out of or in connection with this AGREEMENT by entering into structured non-binding negotiations with the assistance of a mediator on a without prejudice basis. The mediator shall be appointed by agreement of the parties. If a dispute cannot be settled within a period of thirty (30) calendar days with the mediator, if mutually agreed, the dispute shall be referred to arbitration pursuant to laws of the jurisdiction in which the majority of the SERVICES are performed or elsewhere by mutual agreement. ASSIGNMENT: The CLIENT and Consultant shall not, without the prior written consent of the other party, assign the benefit or in any way transfer the obligations under these Terms and Conditions or any part hereof. SEVERABILITY: If any term, condition or covenant of the AGREEMENT is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions of the AGREEMENT shall be binding on the CLIENT and Consultant. Professional Services Terms and Conditions on StanNet Forms> Company Forms>Risk Management> Standard Form Agreements

11 BIOSOLIDS OPERATION 2018 Dryer Building Design Data To Meet Class A -Centrifuge 100 gpm@1% output 18% -% Solids 90 % Solids -Dryer 345 lb. - Product Temp 176 F BIOSOLIDS OPERATION April 2018 Cost to Dry/Pound April.19 March Centrifuge Operation Centrifuge Ran 196.0Hrs GPM producing an average cake 20.3% LSC W.A.S. 200,633 gallons at 25,256 mg/l (average MLSS daily) = 42,260 lbs. MRVPUC W.A.S. 846,000 gallons at 10,320 mg/l (average MLSS daily) = 72,816 lbs. Total Bio solids processed 1,045,000 gallons 13,204 mgl= 115,076 lbs. 115,076 monthly lbs. = lbs. /hr hours run March Dryer Operations Dryer Ran Hrs. 115,802 lbs of Dry Product Produced at Average 96.3% Dry 115,802 monthly lbs. = lbs. /hr hours run Average Class A Temp F Average % Solids 96.3 % We Ran Class A Product 100 % of the Month Used 9223 pounds of salt for 23.7 lbs/hr. April Centrifuge Operation Centrifuge Ran 245.0Hrs GPM producing an average cake 19.29% LSC W.A.S. 233,099 gallons at 31,858 mg/l (average MLSS daily) = 61,933 lbs. MRVPUC W.A.S. 903,000 gallons at 8,919 mg/l (average MLSS daily) = 67,172 lbs. Total Bio solids processed 1,246,000 gallons 12,424 mgl= 129,105 lbs. 129,112 monthly lbs. = lbs. /hr hours run April Dryer Operations Dryer Ran Hrs. 128,526 lbs of Dry Product Produced at Average 98.3% Dry 128,526 monthly lbs. = lbs. /hr hours run Average Class A Temp F Average % Solids 98.3 % We Ran Class A Product 100 % of the Month Used 2500 pounds of salt for 6.2 lbs/hr.

12 INFLUENT PHOS LOADS/DESIGN LBS MRVPUC PHOS lbs MRVPUC PHOS Design 113 lbs/day LSC PHOS lbs LSC PHOS Design 67 lbs/day HENDERSON PHOS lbs HENDERSON PHOS Design 9 lbs/day LESUEUR PHOS lbs LESUEUR PHOS Design 37 lbs/day MRVPUC DESIGN PHOSPHORUS LOADING LESUEUR DESIGN PHOSPHORUS LOADING LS CHEESE DESIGN PHOSPHORUS LOADING HENDERSON DESIGN PHOSPHORUS LOADING POUNDS PER DAY 37 POUNDS PER DAY 67 POUNDS PER DAY 9 POUNDS PER DAY INFLUENT TSS LOADS/DESIGN LBS MRVPUC TSS lbs MRVPUC TSS Design 2166 lbs/day LSC TSS lbs LSC TSS Design 333 lbs/day HENDERSON TSS lbs HENDERSON TSS Design 300 lbs/day LESUEUR TSS lbs LESUEUR TSS Design 1533 lbs/day MRVPUC DESIGN TOTAL SUSPENDED SOLIDS LOADING LESUEUR DESIGN TOTAL SUSPENDED SOLIDS LOADING LS CHEESE DESIGN TOTAL SUSPENDED SOLIDS LOADING HENDERSON DESIGN TOTAL SUSPENDED SOLIDS LOADING 2166 POUNDS PER DAY 1533 POUNDS PER DAY 333 POUNDS PER DAY 300 POUNDS PER DAY

13 2.000 INFLUENT FLOWS/DESIGN MGD MRVPUC FLOW MGD MRVPUC Design MGD AWWF LSC FLOW MGD LSC FLOW Design MGD HENDERSON FLOW MGD HENDERSON Design MGD LESUEUR FLOW MGD LESUEUR FLOW Design MGD MRVPUC DESIGN FLOW (AVG WET) LESUEUR DESIGN FLOW LS CHEESE DESIGN FLOW HENDERSON DESIGN FLOW MILLION GALLONS PER DAY MILLION GALLONS PER DAY MILLION GALLONS PER DAY MILLION GALLONS PER DAY INFLUENT CBOD LOADS/DESIGN LBS MRVPUC CBOD lbs MRVPUC CBOD Design 1953 lbs/day LSC CBOD lbs LSC CBOD Design 333lbs/day HENDERSON CBOD lbs HENDERSON CBOD Design 270 lbs/day LESUEUR CBOD lbs LESUEUR CBOD Design 1350 lbs/day MRVPUC DESIGN CBOD LOADING 1953 POUNDS PER DAY LESUEUR DESIGN CBOD LOADING 1350 POUNDS PER DAY LS CHEESE DESIGN CBOD LOADING 333 POUNDS PER DAY HENDERSON DESIGN CBOD LOADING 270 POUNDS PER DAY

14 25 EFFLUENT CBOD LOADS/DESIGN MG/L MRVPUC CBOD mg/l MRVPUC CBOD Design 15 mg/l MRVPUC EFFLUENT DESIGN CBOD LOADING MILLIGRAMS PER LITER PER MONTH AVERAGE EFFLUENT TSS LOADS/DESIGN Mo. Avg. =.93 mgl MG/L MRVPUC TSS mg/l MRVPUC TSS Design 30 mg/l MRVPUC EFFLUENT DESIGN TOTAL SUSPENDED SOLIDS LOADING 30 MILLIGRAMS PER LITER PER MONTH AVERAGE EFFLUENT PHOPHORUS LOADS/DESIGN Mo. Avg. = 5.54 mgl MG/L MRVPUC PHOS mg/l MRVPUC PHOS Design 1 mg/l MRVPUC EFFLUENT DESIGN PHOSPHORUS LOADING 1 MILLIGRAM PER LITER PER YEAR AVERAGE Annual Avg. =.33 mgl

15 Financial Statements Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota For the Four Months Ended April 30, 2018

16 Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota Table of Contents April 30, 2018 Page No. Accountant s Compilation Report 3 Financial Statements Statement of Financial Position 5 Statements of Activities 6 Supplementary Information Accounts Receivable Detail 9 Accounts Payable Detail 10 2

17 ACCOUNTANT S COMPILATION REPORT To the Board of Directors of Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota Management is responsible for the accompanying financial statement of financial position of Minnesota River Valley Public Utilities Commission (the Commission) as of April 30, 2018, and the related statement of activities for the one and four months then ended in accordance with accounting principles generally accepted in the United States of America. We have performed a compilation engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. We did not audit or review the financial statements nor were we required to perform any procedures to verify the accuracy or completeness of the information provided by management. Accordingly, we do not express an opinion, a conclusion, nor provide any form of assurance on these financial statements. Management has elected to omit substantially all of the disclosures and the statement of cash flows required by accounting principles generally accepted in the United States of America. If the omitted disclosures and the statement of cash flows were included in the financial statements, they might influence the user s conclusions about the Commission s financial position, results of operations, and cash flows. Accordingly, the financial statements are not designed for those who are not informed about such matters. Supplementary Information The supplementary information is presented for purposes of additional analysis and is not a required part of the basic financial statements. This information is the representation of management. The information was subject to our compilation engagement; however, we have not audited or reviewed the supplementary information and, accordingly, do not express an opinion, a conclusion, nor provide any form of assurance on such supplementary information. We are not independent with respect to Minnesota River Valley Public Utilities Commission. ABDO, EICK & MEYERS, LLP Mankato, Minnesota May 15,

18 FINANCIAL STATEMENTS 4

19 Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota Statement of Financial Position April 30, 2018 Assets Current Assets Cash and cash equivalents $ 1,147,851 Accounts receivable 181,161 Prepaid expense 2,506 Total Assets $ 1,331,518 Liabilities and Net Position Current liabilities Accounts payable $ 78,256 Net Position Unrestricted 519,347 Surcharge accumulation City of Henderson 4,337 City of Le Sueur 357,420 Le Sueur Cheese 372,158 Total Net Position 1,253,262 Total Liabilities and Net Position $ 1,331,518 See Accountant's Compilation Report. 5

20 Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota Statements of Activities For the Four Months Ended April 30, 2018 One Month Four Months Ended Ended April 30, 2018 April 30, 2018 Annual Percent Actual Actual Budget of Budget Revenues: Agropur $ 8,588 $ 50,081 $ 300, % Agropur - biosolids 11,767 35,180 40, Agropur - surcharges City of Henderson 5,875 17,728 60, City of Le Sueur 43, , , City of Le Sueur - surcharges 1,081 11, Fund balance transfer - - 1,013,125 - Miscellaneous revenues , Total Revenue 70, ,130 2,140, Expenses Sewer Treatment Plant Biosolids handling - - 5,000 - Chemicals expense 4,481 28, , Contracted maintenance services 7,959 7, Contracted maintenance services - Stantec 2,721 44,799 50, Gas utilities 8,564 26, , Machinery and equipment repair 2,517 11,768 45, Municipal utilities 21,618 74, , Permits and fees - 5,900 7, Salaries and benefits 25,052 82, , Scada computer repairs - - 1,500 - Small tools and equipment repair , Vehicle repair and maintenance 2,784 2,808 1, Subtotal Sewer Treatment Plant General 75, ,516 1,008, Material, Testing and Supplies Lab supplies 688 9,090 18, Outside lab testing 2,743 8,793 30, Subtotal Material, Testing and Supplies 3,431 17,883 48, Subtotal Sewer Treatment Plant 79, ,399 1,056, Sewer Lift Station Collection/Lift station Gas utilities Maintenance of force mains - - 5,000 - Maintenance of gravity mains - - 3,000 - Municipal utilities 127 5,551 7, Structure repairs and maintenance - 4,724 10, Subtotal Collection/Lift station ,333 25, See Accountant's Compilation Report. 6

21 Minnesota River Valley Public Utilities Commission Le Sueur and Henderson, Minnesota Statements of Activities (Continued) For the Four Months Ended April 30, 2018 One Month Four Months Ended Ended April 30, 2018 April 30, 2018 Annual Percent Actual Actual Budget of Budget Capital Projects Centrate project $ - $ 36,203 $ 250,000 - % Land purchase ,000 - Pre-treatment screen project ,000 - Subtotal Capital Projects - 36, , Administration and General Audit expense 3,557 3,557 6, Building repair and maintenance 228 1,069 12, Fiscal agent fee 1,150 6,645 15, Insurance expense 835 6,445 10, IT equipment 365 1,458 - N/A Legal fees 1,571 23,469 50, Locates Miscellaneous , Office supplies , Payroll service 500 2,000 - N/A Postage Salaries and benefits 1,737 14,702 - N/A PTO accrual 2,487 9, Comp time accrual 995 3, Telephone expense 420 1, Training and instruction Uniforms and safety equipment 482 1,006 - N/A Vehicle repairs and maintenance 725 2,900 - N/A Subtotal Administration and General 15,125 80,724 97, Subtotal Administration and Capital 15, ,927 1,057, Total Expenses 94, ,659 2,140, Change in Net Assets $ (23,733) $ (152,529) $ - (7.13) % See Accountant's Compilation Report. 7

22 SUPPLEMENTARY INFORMATION 8

23 Minnesota River Valley Public Utilities Commission Accounts Receivable Detail As of April 30, 2018 Current > 90 TOTAL Agropur 20,355 19, ,803 Henderson, City of 5,875 5, ,800 Le Sueur, City of 44,102 33, , ,558 TOTAL 70,333 59, , ,161 See Accountant's Compilation Report 9

24 Minnesota River Valley Public Utilities Commission Accounts Payable Detail As of April 30, 2018 Current > 90 TOTAL AEM Financial Solutions, LLC 1, ,150 Burkhardt & Burkhardt, LTD 0 3, ,557 Flaherty & Hood, P.A. 1, ,160 Hach Company 7, ,959 Hall & Associates Hawkins, Inc. 0 3, ,036 Lano Equipment of Norwood, Inc. 2, ,784 Le Sueur, City of. 51, ,697 Minnesota Pump Works North Central Laboratories North Shore Analytical, Inc Radermacher's Step Saver Inc Trustworthy Hardware of Le Sueur LLC UC Laboratory 1, ,941 Waterbalance & Operations LLC 2, ,591 TOTAL 71,293 6, ,256 See Accountant's Compilation Report 10

25 MRVPUC LIST OF BILLS -APRIL /1/18-4/31/18 VENDOR VOUCHER DESCRIPTION AMOUNT P.O. # AEM Financial Solutions, LLC Accounting services - March 2018 $ 1, Burkhardt & Burkhardt, LTD Auditing services-year ending 2017 $ 3, Cardmember Services Memorial flowers $ Centerpoint Energy Gas utilities 4/10/18-5/9/18 $ 5, City of Le Sueur Utilities-April 2018 $ 18, City of Le Sueur Payroll, monthly overhead charges $ 32, Flaherty & Hood, PA NPDES Permit matters $ 1, Global Equipment Company Inc. Record storage racks $ Hach Company Annual phosphax maintainence agreement $ 7, verbal-mark Hall & Associates Professional services-discussion w/daniel Marx $ Hawkins, Inc. Chemicals - Zetag $ 3, Hawkins, Inc. Chemicals - Chlorine, sulfur dioxide $ 1, Innovative Office Solutions LLC Ink cartrigde, AAA batteries $ Lano Equipment of Norwood, Inc Repair skidsteer-labor & parts $ 2, Minnesota Pump Works RAS Pump 2 repairs $ verbal-pete North Central Laboratories Lab testing $ North Shore Analytical, Inc. Lab testing $ Professional Cleaning Services Plus Cleaning service - April 2018 $ Radermacher's Fresh Market Hand lotion, get well card $ Step Saver Chemicals - salt $ Trustworthy Hardware of Le Sueur LLC Floor dry, cleaner, washers, plug $ UC Laboratory Lab testing $ 1, Waterbalance and Operations Class A Services - April 2018 $ 2, Paid 5/23/18 Total $ 86, Partial list in Meeting Packet, complete list will be distributed at monthly Board meeting. Z:\WATER-WASTEWATER-MRVPUC\MRVPUC\_MRVPUC Documents\List of Bills\2018\April bills 2018.xlsx 5/18/2018

26 MINNESOTA RIVER VALLEY PUBLIC UTILITIES COMMISSION RESOLUTION MRVPUC PURCHASE ORDER POLICY BE IT RESOLVED, By the Minnesota River Valley Public Utilities Commission in the City of Le Sueur, Minnesota has adopted a Purchase Order Policy as follows: 1. A Purchase Order is required for products and/or services in the amount of $ or more a. Monthly services will not require a purchase order. 2. Buyer searches for sources, obtains quotes and negotiates price and terms of the product or service needed. 3. Buyer completes the purchase order form, defining the price, specifications and terms & conditions of the product or service and any additional obligations such as shipping method, delivery date, etc. 4. Buyer records purchase order number and relevant information into the log sheet. 5. MRVPUC Manager reviews and signs the purchase order. 6. Buyer sends purchase order to vendor and/or supplier of goods or services. 7. Administrative Assistants attaches purchase order to invoice when it arrives making sure price and terms match the purchase order. 8. MRVPUC Manager reviews and initials the invoice, approving for payment. 9. Administrative Assistant enters invoice into bill summary for payment at the monthly Board Meeting. 10. Administrative Assistant attaches printed checks to each bill for approval. 11. MRVPUC Signors reviews invoice and signs payment check at monthly meetings. 12. Administrative Assistant sends payment in mail. 13. Administrative Assistant records payment number and payment date in purchase order log book. 14. Administrative Assistant files invoice with attached purchase order in the Accounts Payable file. Said resolutions was motioned by. Said resolution was duly seconded by and put to vote. Voting in favor thereof were Commissioners:. Voting against said resolution. Motion carried. ATTEST: Mark A. Huntington, Secretary/Treasurer Minnesota River Valley Public Utilities Commission John Favolise, Chairman Minnesota River Valley Public Utilities Commission

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into effective, 2017 (the Agreement Date ) by and between: CLIENT Name: CITY OF PASCAGOULA Address: 603 Watts Avenue, Pascagoula, MS,

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

CONSULTING SERVICES AGREEMENT [Lump Sum]

CONSULTING SERVICES AGREEMENT [Lump Sum] MWH CONTRACT No. CONSULTING SERVICES AGREEMENT [Lump Sum] This agreement ( Agreement ), with an effective date of September 20, 2013, is by and between the CITY OF NORTH ROYALTON ( CLIENT ) and MWH Americas,

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER) Proposals will be accepted at the Shawnee County Counselor s Office, Shawnee County Courthouse, 200 SE 7 th Street,, until 2:00 P.M. on

More information

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

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

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

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

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

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

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

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

TOWN OF DEEP RIVER AND TOWN OF CHESTER INTERMUNICIPAL WASTEWATER TREATMENT AGREEMENT

TOWN OF DEEP RIVER AND TOWN OF CHESTER INTERMUNICIPAL WASTEWATER TREATMENT AGREEMENT TOWN OF DEEP RIVER AND TOWN OF CHESTER INTERMUNICIPAL WASTEWATER TREATMENT AGREEMENT This INTERMUNICIPAL WASTEWATER TREATMENT AGREEMENT ( Agreement ), dated as of August 19, 2005, is made and entered into

More information

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019.

BIDS WILL BE OPENED AT 1:00 p.m., local prevailing time, WEDNESDAY, MARCH 13, 2019. INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

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

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

CONTRACT for PLUMBING REPAIR SERVICES

CONTRACT for PLUMBING REPAIR SERVICES CONTRACT for PLUMBING REPAIR SERVICES BLANKET PURCHASE ORDER NUMBER BP340068 THIS CONTRACT entered into this 25th day of June, 2013 by and between the CITY OF WICHITA, KANSAS, a municipal corporation,

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO. 2018-01 ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL PLATTSBURGH, NEW YORK 12901 (518-563-7731) JONATHAN P. RUFF ENVIRONMENTAL MANAGER

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

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

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3

IFB F B-WING RENOVATIONS IFB F C OFFICES BUILD OUT. Addendum 3 JUNE 23, 2016 ATTENTION ALL PROPONENTS: IFB F2015017 B-WING RENOVATIONS IFB F2015007 9C OFFICES BUILD OUT Addendum 3 The purpose of this Amendment is to advise all offertories of the following: 1. In Project

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service: THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this of, 2013, by and between the CITY OF WINSTON-SALEM, a North Carolina municipal corporation (hereinafter, the "City")

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 B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

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

WHEREAS, City has established a self-funded program to cover Workers' Compensation insurance for City; and

WHEREAS, City has established a self-funded program to cover Workers' Compensation insurance for City; and THIRD PARTY ADMINISTRATOR AGREEMENT This agreement, made and entered into as of this day of, 2005, by and between the City of Overland Park, Kansas, with principle offices at 8500 Santa Fe Drive, Overland

More information

Battery Life Program Management Document

Battery Life Program Management Document Battery Life Program Management Document Revision 1.0 December 2016 CTIA Certification Program 1400 16 th Street, NW Suite 600 Washington, DC 20036 email: certification@ctia.org Telephone: 1.202.785.0081

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

CONSTRUCTION CONTRACT AGREEMENT

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

More information

Man Lift Standard Terms and Conditions of Sale Page 1 of 5

Man Lift Standard Terms and Conditions of Sale Page 1 of 5 Man Lift Standard Terms and Conditions of Sale Page 1 of 5 1. Definitions. Unless otherwise defined herein, all terms which appear in these Man Lift Standard Terms and Conditions of Sale in initial capital

More information

SHORT FORM SUBCONTRACT AGREEMENT

SHORT FORM SUBCONTRACT AGREEMENT SHORT FORM SUBCONTRACT AGREEMENT Page 1 of 7 Subcontract No. THIS AGREEMENT, made and entered into at El Dorado Hills, El Dorado County, California this day of 20, by and between ROEBBELEN CONTRACTING,

More information

QUARTER ANNUAL MEETING DATE: THURSDAY, APRIL 18, 2013 OF THE AT: SCRWWTP&DB AND DISPOSAL BOARD TIME: 5:00 P.M. A G E N D A

QUARTER ANNUAL MEETING DATE: THURSDAY, APRIL 18, 2013 OF THE AT: SCRWWTP&DB AND DISPOSAL BOARD TIME: 5:00 P.M. A G E N D A QUARTER ANNUAL MEETING DATE: THURSDAY, OF THE AT: SCRWWTP&DB SOUTH CENTRAL REGIONAL 1801 NORTH CONGRESS AVENUE WASTEWATER TREATMENT DELRAY BEACH AND DISPOSAL BOARD TIME: 5:00 P.M. A G E N D A A. CALL TO

More information

KULZER PURCHASE ORDER TERMS AND CONDITIONS

KULZER PURCHASE ORDER TERMS AND CONDITIONS 1. General KULZER PURCHASE ORDER TERMS AND CONDITIONS 1.1 This Purchase Agreement consists, in order of precedence, of the following: the Kulzer Purchase Order (also Order ) (typed portions control over

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

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition

Document A SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition Document A232 2009 SP General Conditions of the Contract for Construction, for use on a Sustainable Project, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address)

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

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

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

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

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

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

MASTER SUBCONTRACT AGREEMENT

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

More information

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

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

More information

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE GLYNN COUNTY MANAGER S OFFICE 1725 Reynolds Street, Third Floor, Brunswick, GA 31520 Phone: (912) 554-7401 Fax: (912) 554-7596 www.glynncounty.org M E M O R A N D U M TO: GLYNN COUNTY BOARD OF COMMISSIONERS

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

Request for Proposal. For Financial and Accounting Services

Request for Proposal. For Financial and Accounting Services Request for Proposal For Financial and Accounting Services Issued: Tuesday, February 20, 2018 Submission Deadline: Wednesday, March 21, 2018, 4:00 PM South Bayside Waste Management Authority (SBWMA) Attention:

More information

LINE EXTENSION AGREEMENT FOR PUBLIC WASTEWATER SYSTEM

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

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

AIA Document A103 TM 2007

AIA Document A103 TM 2007 AIA Document A103 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is the Cost of the Work plus a fee without a Guaranteed Maximum Price AGREEMENT made as of the

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street.

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street. City of RE NG CITY COUNCIL AGENDA REPORT TO: FROM: Agenda Item No.: Honorable Mayor and City Council Members Shawn Blaney Deputy Public Works Director 8- K Meeting Date: December 12, 2016 ACTION REQUESTED:

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

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

TERMS AND CONDITIONS OF RENTAL

TERMS AND CONDITIONS OF RENTAL TERMS AND CONDITIONS OF RENTAL DEFINITIONS For any Rental, the following Terms and Conditions of Rental ( Terms and Conditions ) shall have the following meanings ascribed thereto: Acceptance Date means,

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

CONSULTATION AND DESIGN AGREEMENT Between ROMAN FOUNTAINS, a New Mexico Corporation and

CONSULTATION AND DESIGN AGREEMENT Between ROMAN FOUNTAINS, a New Mexico Corporation and CONSULTATION AND DESIGN AGREEMENT Between ROMAN FOUNTAINS, a New Mexico Corporation and In consideration of the fees or sums agreed to be paid, and the recitals, covenants, obligations and representations

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Document A201 TM 2007 SP

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

More information

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

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

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

AGREEMENT REGARDING SALES TERMS, CONDITIONS AND PROCEDURES

AGREEMENT REGARDING SALES TERMS, CONDITIONS AND PROCEDURES AGREEMENT REGARDING SALES TERMS, CONDITIONS AND PROCEDURES THIS AGREEMENT, entered into as of, 2014, by and between Crown Building Products, LLC, 2155 FM 1187, Mansfield, TX 76063 ( Crown or Manufacturer

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

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition Document A232 2009 General Conditions of the Contract for Construction, Construction Manager as Adviser Edition for the following PROJECT: (Name, and location or address) THE CONSTRUCTION MANAGER: (Name,

More information

Professional Services Agreement

Professional Services Agreement Professional Services Agreement Agreement No.: Project Name: File: This Agreement, made this day of in the year Two Thousand and. Between: And The Government of Saskatchewan as represented by (insert government

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

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

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

More information

AIA Document A201 TM 1997

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

More information

CONSTRUCTION CONTRACT EXAMPLE

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

More information

ENVIRO SOLUTIONS. Cleaning fees are $1, to wash machine down, Sludge disposal will be billed at cost plus 20%.

ENVIRO SOLUTIONS. Cleaning fees are $1, to wash machine down, Sludge disposal will be billed at cost plus 20%. ENVIRO SOLUTIONS DIV LST INDUSTRIES L.L.C. Systems and equipment for industrial wastewater treatment, recycling, and reuse. 7439 Hunters Land San Antonio, TX 78249 Tel: (210) 696-6300 Fax: (210) 888-9668

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

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

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

More information

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE Page 1 of 37 for the following PROJECT: (Name and location or address) EXAMPLE THE OWNER: (Name and address) Example, THE ARCHITECT: (Name and address) TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information