AGENDA PRE-CONSTRUCTION MEETING MIAMI-DADE EXPRESSWAY AUTHORITY STEEL BRIDGE/STRUCTURESPAINTING AND REPAIRS MDX WORK PROGRAM No

Size: px
Start display at page:

Download "AGENDA PRE-CONSTRUCTION MEETING MIAMI-DADE EXPRESSWAY AUTHORITY STEEL BRIDGE/STRUCTURESPAINTING AND REPAIRS MDX WORK PROGRAM No"

Transcription

1 AGENDA PRE-CONSTRUCTION MEETING MIAMI-DADE EXPRESSWAY AUTHORITY STEEL BRIDGE/STRUCTURESPAINTING AND REPAIRS WORK PROGRAM No DATE: September 22, 2009 TIME: PLACE: PROJECT: CONTRACTOR: CEI CONSULTANT: DESIGNERS: 9:00 A.M. Miami-Dade Expressway Authority, 3790 Northwest 21 st Street, FL Steel Bridge/Structures Painting and Repairs Seminole Equipment Inc. Bolton, Perez and Associates Sanchez-Zeineli & Associates, Inc. BCC Engineering 1. Introductions 2. Project Description The required services for this project include, providing all Labor, Materials, Equipment, Traffic Control, and incidentals necessary for heavy metal paint removal, surface preparation, minor repair and painting of steel bridges and restoring damaged bridge areas for nineteen (19) bridges. The bridges are located on SR 836, SR 874 and SR 112. This project also includes surface preparation and painting of nine (9) high-mast light poles located on SR Project Highlights Addendums: Addendum No. 1 Dated June 1, 2009 Addendum No. 2 Dated June 5, 2009 Addendum No. 3 Dated June 17, 2009 Addendum No. 4 Dated June 22, 2009 Addendum No. 5 Dated June 24, 2009 Construction Time: 730 Calendar Days Contract Amount: $8,120, Liquidated Damages: $3, Daily Charge per Calendar Day

2 Notice to Proceed: August 20, 2009 Beginning Work: September 28, 2009 SB Participation: 0% 4. Lines of Authority s: Assistant Director of Engineering, Juan Toledo, P.E. Manager of Maintenance and Operations, Mike Smith Rick Johnson, Roadway Operations Manager GEC B Program Director, Chris Bucknor, P.E. GEC B Senior Project Manager, Sergio Besu GEC B Project Manager, Jenner M Alfaro, P.E. CEI Project Administrator, Mario Nunez CEI Managing Director Coatings Group, Kevin A. Schweikhart, CEI Senior Inspector, Mark McCarty CEI Senior Inspector, Enrique Gonzalez Contractors : President, Themi Damalos Project Manager, Jim Klimis 5. Key Personnel Contact Numbers See attachment No Emergency Contacts The Contractor must submit the phone numbers and names of personnel designated to be contacted in case of emergencies, along with a description of the project location, to Florida Highway Patrol and all other local Law Enforcement Agencies. 7. Correspondence All the correspondence will be between the Contractor and the CEI with copy to GEC B Project Manager. Contractor must copy the CEI Project Administrator on all coordination and correspondence with the utility agency/owners. 8. The Contractor is furnished with the following project contract forms Certification for Sublet Work Cert. Disbursement Sub-Contractors/Sub-Consultants/ Suppliers Construction Compliance with Specifications& Plans Lane Closure / Construction Update Request Contractor Past Performance Report Certificate of Partial/Final Payment, Waiver and release Contractor s Final Affidavit Maintenance of Traffic Review Report FDOT Notice of Rental Agreement FDOT Cert. & Request for Payment of Stockpiled Materials FDOT

3 Vehicle Registrations Affidavit FDOT Contractor s Time Extension Request FDOT Stormwater Pollution Inspection Report FDOT Contractors Certification of Quantities (MOT) FDOT Contractor s Certification of Quantities (MOT) FDOT A Daily Worksheet (MOT) FDOT Occupational Safety and Health Requirements. The Contractor shall take precautions necessary for the protection of life, health and general occupational welfare of all persons (including employees of both the Contractor and and its designee) until the Work of the Project has been completed and accepted by. Comply at all times with applicable Federal, State, and local laws, provisions and policies governing safety and health, including 29 CFR 1926, including all subsequent revisions and updates. The Contractor (and any Subcontractor) shall not require any person employed in performance of the Work of the Project to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to health or safety, as determined under the safety and health standards, set forth in Title 29, CFR Part 1926, including any subsequent revisions and/or updates. 10. Insurance Policy Requirements: The Contractor shall submit all insurance requirements as required in the Invitation to Bid, Exhibit Contractor s Vehicles registered in State of Florida (General Specifications Section 7.25) Submit copies of Contractor s Motor Vehicle Registration of all vehicles used in the course of providing the Work as required by Chapter 320, Florida Statutes. 12. Sublet and Rental Agreements (General Specifications Section 8.2) Contractor is to notify in writing if he intends to perform any work through an Equipment Rental Agreement before using the rented equipment. 13. Errors and Omissions. (General Specifications Section 5.4) Immediately notify the Engineer if you find any error or omission otherwise, submit copy of the certification that there are no known errors or omission in the plans or other Contract Documents. 14. Beginning of Work (General Specifications Section 8-3.3) Submit notification in writing of the day work begins 15. Construction Schedule (General Specifications Section 8.3.2)

4 The Contractor shall submit the project schedule no later than twenty one (21) Calendar Days after Contract Award or at the preconstruction conference. The schedule shall reflect the milestones in the Invitation to Bid (ITB), Section 1.0, and Addendum No Request for Information(RFI) The Contractor shall submit the Requests for Information (RFI) directed to the CEI Project Administrator. 17. Shop Drawings (General Specifications, Section 5-1.4) Shop drawings and submittals shall be transmitted to the CEI Project Administrator for distribution to the Engineer of Record. (General Notes 40035B, Page 2) The contractor shall submit detailed shop drawings and/or manufacturer s literature for all new structural components to become part of the renovated structure and facilities. 18. Utilities Location The Contractor must ensure that no damage occurs to any of the existing utilities attached to the bridge as a result of this work. The Contractor shall identify and locate all utilities attached to the bridge before starting work. The Contractor shall notify all utility companies that are in direct conflict before beginning work. 19. Maintenance of Traffic According to Contract documents, the Contractor shall be responsible for developing and permitting Traffic Control Plans including lane closures, with the appropriate agencies having jurisdiction as necessary to perform the work. The WTS responsibilities as per the Contract Special Provisions, section include: Be available on a 24 hour a day basis Reviews the project MOT and devices on a daily basis Be present for initial set-up and any and all changes to TCP Immediately corrects safety deficiencies Ensure that minor deficiencies are corrected within 24 hours. Be available on site within 45 minutes after notification of an emergency situation and prepared to positively respond to make corrections Conduct initial drive through of TCP and provides a written report listing deficiencies and proposed corrective measures. Use form , Initial Evaluation of New Phase of Construction, available on website and referenced in the handout handed out to Seminole. Conduct weekly inspections of all traffic control, devices and pavement markings and submits a weekly comprehensive report to me within 24 hours of the inspection. Report should also address as applicable, pedestrian and bicyclist safety measures and business entrances. The report shall note all deficiencies and list proposed corrective measures. We will discuss the report and the deficiencies. Within 24 hours of the WTS s corrections of the deficiencies, note the date corrective action was taken and submit to me. Use form ,

5 MOT Review Report Form, available on website and referenced in the handout I gave you. WTS shall sign the report certifying that the Contractor, in accordance with the Contract Documents is handling all of the above. Lane closures on off-peak hours as per Contract Documents The CEI will review the MOT and discuss with the WTS any deficiencies he/she may find and note such on the Contractor s MOT Review Report as well as the daily diary. 20. Pre-Activity Meeting The contractor is informed that prior to any new operation, a meeting will be held between the CEI, the Contractor and the QC Manager, to discuss the specifics of such activity and verify that all requirements are met. 21. Hurricane Preparedness and Emergency Plans Contractor should provide written instructions for actions to secure the project as well as Emergency Contact Numbers of personnel for prime and sub-contractors in the event of a hurricane or any other emergency situation. 22. Environmental Requirements (General Specifications ) Coating materials and their waste products must be characterized as non-hazardous as defined by Resource Conservation and Recovery Act (RCRA) Subarticle C rules, Table 1 of 40 CFR Toxicity Characteristic. Volatile Organic Compounds (VOC shall be less than 3.5 lb/gal when tested in accordance with AASHTO R-31. (General Specifications ) Use abrasive materials that meet the requirements of SSPC-AB 1, Mineral and Slag Abrasives, SSPC-AB 2, Cleanliness of Recycled Ferrous Metallic Abrasives, or SSPC- AB 3, Newly Manufactured or Re-Manufactured Steel Abrasive and do not introduce any contamination that interferes with the coating application and performance. Provide certification to the Engineer that the abrasives used do not contain any chlorides and other salts. Ensure recycled abrasive meets all requirements of this Specification each time it is placed in the blast pot. (General Specifications ) Prior to construction of the containment area or removing any hazardous materials perform Total Suspended Particulate (TSP) sampling and testing of the air and soil for any hazardous materials. Document the number and specific location where each sample is taken as outlined in Project Design Industrial Lead Paint Removal Handbook, Volume 2 and use these results to determine a baseline level of any hazardous materials on the job site. Continue the TSP monitoring from the beginning of work to the removal of the containment. (General Specifications )

6 Pollution Control: Submit a written pollution control and monitoring plan at the preconstruction meeting which clearly describes the means for complying with all Local, State and federal regulations including pollution control provisions specified herein. The written plan must be in accordance with Project Design: Industrial Lead Paint Removal Handbook, Volume II, Phase 6, Environmental Monitoring and Phase 7, Worker Protection and specifically include, but not be limited to, providing a scaled map of the work site layout showing the proposed number and location of soil and sediment sampling, waste storage areas, staging areas, temporary waste storage areas and ambient air and personnel sampling frequency 23. Contractor Quality Control Plan (CQC). (General Specifications, Section 6-7.5, SS Section 105-4) The Contractor shall have an approved Quality Control Program meeting the requirements of Section 105 of the FDOT Standard Specifications for the transportation, storage, placement, and other related construction operations required by the Contract Documents. The Contractor shall submit a Project QC Plan for review and approval 21 calendar days after the Contract Award date. 24. Partial Payments (General Specifications, Sections 9-5-1, ) Percentage of Original Contract Time Completed Amount Retained 0 to 75 5% of the work completed. 75 to 100 Once the contract time elapsed exceeds 75% of the original contract time, in addition to the standard 5% retainage will withhold an additional retainage of 5% of the amount due on the current estimate as retainage when the percent of allowable Contract time used exceeds the percent of Contract amount earned by more than 15%. (General Specifications, Sections 9-5-5) Partial payments will be allowed for Materials stockpiled in approved locations in the vicinity of the Project. The Contractor shall furnish with copies of certified invoices to document the value of the materials received. The amount of the partial payment will be determined from invoices for the material up to the unit price in the Contract. The Contractor will receive partial payments on monthly estimates. The monthly cutoff date will be the last Sunday of each month. Retention will apply in accordance to Section Claims (General Specifications Section )

7 When the Contractor deems that extra compensation or a time extension is due beyond that agreed to by the Engineer, whether due to delay, additional work, altered work, differing site conditions, breach of Contract, or for any other cause, the Contractor shall follow the procedures set forth herein for preservation, presentation and resolution of the claim. (General Specifications Content of Written Claim) As a condition precedent to the Contractor being entitled to additional compensation or a time extension under the Contract, for any claim, the Contractor shall submit a written claim to which will include for each individual claim, at a minimum, the following information: (a) A detailed factual statement of the claim providing all necessary dates, locations, and items of Work affected and included in each claim; (b) The date or dates on which actions resulting in the claim occurred or conditions resulting in the claim became evident; (c) Identification of all pertinent documents and the substance of any material oral communications relating to such claim and the name of the persons making such material oral communications; (d) Identification of the provisions of the Contract which support the claim and statement of the reasons why such provisions support the claim, or alternatively, the provisions of the Contract which allegedly have been breached and the actions constituting such breach; (e) A detailed compilation of the amount of additional compensation sought and a breakdown of the amount sought as follows: (1) documented additional job site labor expenses; (2) documented additional cost of materials and supplies; (3) a list of additional equipment costs claimed, including each piece of equipment and the rental rate claimed for each; (4) any other additional direct costs or damages and the documents in support thereof; (5) any additional indirect costs or damages and all documentation in support thereof. (f) A detailed compilation of the specific dates and the exact number of calendar days sought for a time extension, the basis for entitlement to time for each day, all documentation of the delay, and a breakout of the number of days claimed for each identified event, circumstance or occurrence. Further, the Contractor shall be prohibited from amending either the bases of entitlement or the amount of any compensation or time stated for any and all issues claimed in the Contractor s written claim submitted hereunder, and any circuit court, arbitration, or other formal claims resolution proceeding shall be limited solely to the bases of entitlement and the amount of any compensation or time stated for any and all issues claimed in the Contractor s written claim submitted hereunder. This shall not, however, preclude a Contractor from withdrawing or reducing any of the bases of entitlement and the amount of any compensation or time stated for any and all issues claimed in the Contractor s written claim submitted hereunder at any time.

8 26. Time Extensions and Suspensions (General Specifications Section 8-6.4) Suspension of Contractor s Operations Holidays Unless the Contractor submits a written request to work on a holiday at least ten (10) days in advance of the requested date and receives written approval from the Engineer, the Contractor shall not work on the following days: Martin Luther King, Jr. Day; President s Day, Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day and the following Friday; and December 24 through January 2, inclusive. Contract Time will be charged during these holiday periods regardless of whether or not the Contractor s operations have been suspended. The Contractor is not entitled to any additional compensation for suspension of operations during such holiday periods. 27. Open Discussion. Meeting was adjourned at: Attachment No. 1 GEC B Senior Project Manager, Sergio Besu. Office: (305) Fax: (305) Cell: sbesu@eacconsut.com GEC B Project Manager, Jenner M. Alfaro., P.E. Office: (305) Fax: (305) Cell: (305) jalfaro@eacconsut.com Bolton Perez Project Administrator, Mario Nunez Office: (305) Fax: (305) Cell: (305) mdaruna@bpamiami.com Jim Klimis, Seminole Equipment Inc., Project Manager, Office: (727) Fax: (727) Cellular: ( ) jim3ds@hotmail.com

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

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING Approved: Effective: December 22, 2017 Review: October 10, 2017 Office: Maintenance Topic No.: 375-020-002-l Department of Transportation PURPOSE: MAINTENANCE CONTRACT ADMINISTRATION, INSPECTION, AND REPORTING

More information

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES CONTRACT # E-6J25

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES CONTRACT # E-6J25 State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES CONTRACT # E-6J25 FIXED CAPITAL OUTLAY INVITATION TO BID FOR SOUTH DADE YARD WATER LINE REPLACEMENT PROJECT. PROCUREMENT NUMBER:

More information

Florida Department of TRANSPORTATION

Florida Department of TRANSPORTATION Florida Department of TRANSPORTATION 11/1/2017 FDOT Final Estimates Level 2 Release 11, Module 7 1 7-1 Module Content Importance of Contract Time Liquidated Damages Contract Time Documentation File Federal

More information

Florida Department of Environmental Protection

Florida Department of Environmental Protection Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein

More information

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

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: March 16, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4013JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department

More information

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

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

ITB DOT 15/ GB State of Florida DOT FPI No M E M O R A N D U M ADDENDUM NO. 1

ITB DOT 15/ GB State of Florida DOT FPI No M E M O R A N D U M ADDENDUM NO. 1 ITB DOT 5/6 8005 GB State of Florida DOT FPI No. 90775 52 47 Date: October 9, 205 M E M O R A N D U M ADDENDUM NO. To: From: Subject: Bidders Gail Brown Procurement Specialist Florida s Turnpike Enterprise

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

Audio Sessions. Session 3 PRECONSTRUCTION. Construction Contract Administration Education Program

Audio Sessions. Session 3 PRECONSTRUCTION. Construction Contract Administration Education Program Audio Sessions Session 3 PRECONSTRUCTION Education Program Certified Construction Contract Administrator (CCCA) Preparatory Course 2011 www.csinet.org This presentation is protected by US and International

More information

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR

PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR PROFESSIONAL AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is made this day of, 2018, by and between SPRINGVILLE CITY, 110 S Main, Springville, Utah (hereinafter referred to as the City ), and,

More information

EXHIBIT A SCOPE OF SERVICES. Florida Department of Transportation

EXHIBIT A SCOPE OF SERVICES. Florida Department of Transportation EXHIBIT A SCOPE OF SERVICES Florida Department of Transportation Districtwide Public Communication Services for District Four Miscellaneous Construction Projects The Florida Department of Transportation,

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

ELECTRONIC BANKING AND BILL PAY SERVICES TERMS AND CONDITIONS

ELECTRONIC BANKING AND BILL PAY SERVICES TERMS AND CONDITIONS ELECTRONIC BANKING AND BILL PAY SERVICES TERMS AND CONDITIONS The following terms and conditions govern the manner in which BankDirect (Us, We, Our) will provide Electronic Banking (Services) to You: Our

More information

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following: INVITATION TO QUOTE The Regional District of Fraser Fort George invites written quotations for the following: Sanding Services ES-15-12 Closing Date: Tuesday, November 10, 2015 (10:00 a.m.) PART 1: GENERAL

More information

REQUEST FOR INFORMAL BID

REQUEST FOR INFORMAL BID REQUEST FOR INFORMAL BID The State of Florida Department of Transportation request written bids to provide Landscape Fertilization and Pest Control Maintenance 12/1/2013 TO 11/30/2016. Details of the services

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

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

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES

State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES State of Florida Department of Transportation EXHIBIT A, SCOPE OF SERVICES FOR DISTRICT WIDE CONTAMINATION ASSESSMENT AND REMEDIATION SERVICES FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION, DISTRICT SIX

More information

1401 INTENT OF CONTRACT

1401 INTENT OF CONTRACT SCOPE OF WORK 1401 INTENT OF CONTRACT The intent of the Contract is to provide for construction of the Project and compensation for the Work in accordance with the Contract documents. The titles and headings

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

PN 126 (LPA) - 12/31/2012- REVISIONS TO THE 2013 C&MS FOR DESIGN BUILD PROJECTS

PN 126 (LPA) - 12/31/2012- REVISIONS TO THE 2013 C&MS FOR DESIGN BUILD PROJECTS PN 126 (LPA) - 12/31/2012- REVISIONS TO THE 2013 C&MS FOR DESIGN BUILD PROJECTS 101.01 On page 1, Add the following: NOTE: The fact that the bid items for this Design-Build project are general rather than

More information

AGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization. Recitals

AGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization. Recitals AGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization This Agreement is made and entered into this day of, 2016, by and between the City of Seattle, a municipal

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

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

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT

ATTACHMENT A AIA DOCUMENT B EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT ATTACHMENT A AIA DOCUMENT B141 1987 EDITION STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT Winston-Salem/Forsyth County Board of Education June 15-2015 Revised Edition for Project: Architect: Amendments,

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

Standard Form of Agreement between Owner and Construction Manager

Standard Form of Agreement between Owner and Construction Manager Standard Form of Agreement between Owner and Construction Manager Agreement made as of the day of in the year 20 Between the Owner: Town of Warwick 132 Kings Highway Warwick, New York 10990 and the Construction

More information

HOMEOWNERS ASSOCIATION MANAGEMENT AGREEMENT. This Management Agreement ( Agreement ) is made this day of 2016,

HOMEOWNERS ASSOCIATION MANAGEMENT AGREEMENT. This Management Agreement ( Agreement ) is made this day of 2016, 33313 1 ST WAY SOUTH FEDERAL WAY, WA 98003 BUS. (253) 874-3200 FAX (253) 838-0760 AFTER HOURS EMERGENCY: (877) 269-2411 HOMEOWNERS ASSOCIATION MANAGEMENT AGREEMENT This Management Agreement ( Agreement

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO

SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID. No. 17/18-009EO SUWANNEE RIVER WATER MANAGEMENT DISTRICT INVITATION TO BID No. 17/18-009EO PHASE 1 ENVIRONMENTAL SITE ASSESSMENT FOR ROCK BLUFF SPRINGS, LLC TRACT 172.30 ACRES ±, IN GILCHRIST COUNTY Table of Contents

More information

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

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

More information

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

Film Fort Worth Filming Guidelines

Film Fort Worth Filming Guidelines Film Fort Worth Filming Guidelines Film Fort Worth Production Information Sheet I. Purpose II. III. IV. City Control Permit Requirements Application Fees V. Use of City Equipment and Personnel VI. VII.

More information

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

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

More information

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation) The supplemental conditions contained in this section, if applicable, are intended to cooperate with,

More information

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

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

More information

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect

University of Maine System Supplementary Requirements to AIA Document B Standard Form of Agreement Between Owner and Architect APPENDIX A University of Maine System Supplementary Requirements to AIA Document B102 2007 Standard Form of Agreement Between Owner and Architect NOTE: B102 2007 AS MODIFIED WITH UNIVERSITY OF MAINE SYSTEM

More information

CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT

CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT CITADEL PROPERTY MANAGEMENT GROUP, INC. MANAGEMENT SERVICES CONTRACT This agreement (the Agreement ) is made and entered into this day of, 201 by and between the association known as (the Association ),

More information

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

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

More information

GOPHER STATE ONE CALL

GOPHER STATE ONE CALL 1110 Centre Pointe Curve, Mendota Heights, MN 55120 OFFICE HOURS: 6:00 a.m. - 6:00 p.m. April thru October 7:00 a.m. - 5:00 p.m. November thru March (excluding weekends and holidays) REFER TO THE HANDBOOK

More information

ARTICLE 8 - OWNER S RESPONSIBILITIES

ARTICLE 8 - OWNER S RESPONSIBILITIES properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written

More information

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

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

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS Page 1 of 9 A. Permit applicants must complete the attached Application Form and keep the required information updated at all times. Along with the Application, the Permittee

More information

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

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

More information

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

SECTION 7 - PROSECUTION OF THE WORK TABLE OF CONTENTS

SECTION 7 - PROSECUTION OF THE WORK TABLE OF CONTENTS SECTION 7 - PROSECUTION OF THE WORK TABLE OF CONTENTS Section Page 7-1 BEGINNING OF WORK... 7.1 7-2 AMOUNT OF WORK UNDER CONSTRUCTION... 7.1 7-3 PRECONSTRUCTION CONFERENCE AND PROGRESS MEETINGS... 7.1

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

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

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

More information

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS 108.1 NOTICE TO PROCEED a. General. For each Project, the Engineer will issue to the Contractor a Notice to Proceed, a written notice to the Contractor to begin the

More information

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE

2016 CDM Smith All Rights Reserved July 2016 SECTION SAFETY, HEALTH, AND EMERGENCY RESPONSE PART 1 GENERAL 1.01 SCOPE OF WORK SECTION 01 11 01 SAFETY, HEALTH, AND EMERGENCY RESPONSE A. Pursuant to Section 107 of the Contract Work Hours and Safety Standards Act and DOL Regulations set forth in

More information

The City may choose to extend the contract one (1) additional year.

The City may choose to extend the contract one (1) additional year. The City of Belmont is requesting proposals from qualified licensed Contractors to provide on-call emergency services for six (6) City owned traffic signals located throughout the City. Project Description

More information

Apron Services Licence

Apron Services Licence Apron Services Licence DETAILS Item 1 Date of Licence [insert date] Item 2 Us/We/Our Brisbane Airport Corporation Pty Ltd ABN 54 076 870 650 of 11 The Circuit, Brisbane Airport, Queensland 4008 Our Representative:[insert

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843 July 27, 2017 1. is seeking bids for Snow Removal of district facilities. 2. A Mandatory pre-bid meeting will

More information

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS

108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS SECTION 108 PROSECUTION AND PROGRESS 108.1 NOTICE TO PROCEED a. General. For each project, the Engineer will issue to the Contractor a Notice to Proceed, a written notice to the Contractor to begin the

More information

CHAPTER 6 GOPHER STATE ONE CALL

CHAPTER 6 GOPHER STATE ONE CALL CHAPTER 6 GOPHER STATE ONE CALL GOPHER STATE ONE CALL (GSOC) GSOC is the one-call notification system used in the State of Minnesota to warn facility operators and excavators about the risks to underground

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

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

More information

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

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

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

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

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

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

More information

Section 150 General Provisions Addendum

Section 150 General Provisions Addendum Section 150 General Provisions Addendum 150-10 GENERAL PROVISIONS ADDENDUM - Section 10 Definition of Terms Whenever the following terms are used in these specifications, in the contract, in any documents

More information

SCOPE OF SERVICES FOR ALTERNATIVE CORRIDOR EVALUATION

SCOPE OF SERVICES FOR ALTERNATIVE CORRIDOR EVALUATION EXHIBIT A SCOPE OF SERVICES FOR ALTERNATIVE CORRIDOR EVALUATION SR 56 EXTENSION FROM US 301/SR 41 TO US 98/SR 35/SR 700 District Seven Pasco County This Scope of Services is an Exhibit which is incorporated

More information

Supplemental Government Terms and Conditions

Supplemental Government Terms and Conditions Supplemental Government Terms and Conditions 1. GENERAL: The terms and conditions herein are in addition to Aerojet Terms and Conditions for Purchase Orders, and are incorporated by reference into individual

More information

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012

STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION. October 19, 2012 STATE OF OHIO DEPARTMENT OF TRANSPORTATION SUPPLEMENT 1113 VALUE ENGINEERING IN CONSTRUCTION October 19, 2012 1113.01 Description 1113.02 References 1113.03 Definitions 1113.04 Value Engineering Change

More information

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF ENVIRONMENTAL MANAGEMENT OFFICE OF COMPLIANCE & INSPECTION

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF ENVIRONMENTAL MANAGEMENT OFFICE OF COMPLIANCE & INSPECTION STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF ENVIRONMENTAL MANAGEMENT OFFICE OF COMPLIANCE & INSPECTION IN RE: PRESCRIPTION COMPOUNDING FILE NO.: OCI-HW-13-119 SPECIALISTS OF RHODE ISLAND,

More information

DEMOLITION 535 Fraser Street

DEMOLITION 535 Fraser Street DEMOLITION 535 Fraser Street Request for Quotations 201602 Quotations are invited for the demolition and removal of a house and site remediation located at 535 Fraser Street, Esquimalt. The Township of

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

401 KAR 42:330. Small Owners Tank Removal Account.

401 KAR 42:330. Small Owners Tank Removal Account. 401 KAR 42:330. Small Owners Tank Removal Account. RELATES TO: KRS 224.60-105, 224.60-130(1)(a), (b), (j), 224.60-140, 224.60-150, 40 C.F.R. 280 Part H STATUTORY AUTHORITY: KRS 224.60-130(1)(j) NECESSITY,

More information

SUBCONTRACT FOR BUILDING CONSTRUCTION

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

More information

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

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION

STANDARD PROCEDURE FOR VALUE ENGINEERING IN CONSTRUCTION Standard Procedure No.: 510-008(SP) Effective Date: September 14, 2011 Responsible Division: Construction Management Approved: Megan Blackford, P.E. Deputy Director, Division of Construction Management

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

ARTICLE 8: BASIC SERVICES

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

More information

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

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

More information

Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS. (Effective April 16, 2018)

Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS. (Effective April 16, 2018) Attachment 1 CITY OF SAN ANGELO, TEXAS OWNER S CONSTRUCTION GENERAL CONDITIONS (Effective April 16, 2018) 1. Definitions 2. General Conditions 2.1. Architect/Engineer Administration of the Contract 2.2.

More information

City of St. Louis. Treasurer's Office

City of St. Louis. Treasurer's Office City of St. Louis Treasurer's Office Requests for Proposals for Elevator Services Proposals due no later than 3:00pm, May 29, 2015 1 1) Opening Statement The City of St. Louis Treasurer s Office ( STLTO

More information

LIMITED ENVIRONMENTAL INDEMNITY AGREEMENT

LIMITED ENVIRONMENTAL INDEMNITY AGREEMENT LIMITED ENVIRONMENTAL INDEMNITY AGREEMENT This LIMITED ENVIRONMENTAL INDEMNITY AGREEMENT is entered into as of the day of, 2011, by ("Indemnitor") and the City of (the "City"). RECITALS A. WHEREAS, Indemnitor

More information

TOWN OF CHAPEL HILL Orange County, North Carolina

TOWN OF CHAPEL HILL Orange County, North Carolina TOWN OF CHAPEL HILL Orange County, North Carolina ADVERTISEMENT, PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS FOR: TIP No.: U-4726II FA No.: STPDA-0537(5) WBS No.: 36268.3.28 Prepared For: Town of Chapel

More information

CONTRACT DOCUMENTS FOR ANNUAL PAVEMENT MARKING PALM BEACH COUNTY, FLORIDA PROJECT NO

CONTRACT DOCUMENTS FOR ANNUAL PAVEMENT MARKING PALM BEACH COUNTY, FLORIDA PROJECT NO CONTRACT DOCUMENTS FOR ANNUAL PAVEMENT MARKING PALM BEACH COUNTY, FLORIDA PROJECT NO. 2017054 PALM BEACH COUNTY, FLORIDA PROJECT NAME: ANNUAL PAVEMENT MARKING PROJECT NO.: 2017054 Cover NOTICE TO BIDDERS

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND

PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND CONTRACTOR: ADDRESS: Gershenson Construction Co., Inc. #2 Truitt Drive Eureka, Missouri 63025 TELEPHONE: (636) 938-9595 SUBCONTRACTOR:

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

GENERAL CONDITIONS FOR RETAINER CONSTRUCTION SERVICES CONTRACTS

GENERAL CONDITIONS FOR RETAINER CONSTRUCTION SERVICES CONTRACTS GENERAL CONDITIONS FOR RETAINER CONSTRUCTION SERVICES CONTRACTS January 1, 2016 INSTRUCTIONS: The attached University of Oregon General Conditions for Retainer Construction Services Contracts ("UO General

More information

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

Document C132 TM. Standard Form of Agreement Between Owner and Construction Manager as Adviser Document C132 TM 2009 Standard Form of Agreement Between Owner and Construction Manager as Adviser AGREEMENT made as of the day of in the year Two Thousand Sixteen (In words, indicate day, month and year.)

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

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

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

More information

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

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL

UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL UTILITIES INTERNAL POLICIES AND PROCEDURES MANUAL Arkansas State Highway and Transportation Department Right of Way Division September 2011 Table of Contents 1.00 GENERAL... 1 1.01 ORGANIZATION... 1 1.02

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information