INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD. CON:TNB 1 of
|
|
- Timothy Reynolds
- 6 years ago
- Views:
Transcription
1 INGHAM COUNTY ROAD DEPARTMENT NOTICE TO BIDDERS CN/GTW RAILROAD CON:TNB 1 of The following information may be pertinent to the determination of construction methods and railroad protective insurance rates. RAILROAD CONTACTS For Flagging Services: Ms. Mary Ellen Carmody US-Audit Officer CN Vreeland Road Flatrock, Michigan Phone: (734) maryellen.carmody@cn.ca For Construction and Insurance Issues: Mr. Jim Gasiecki Manager of Public Works Grand Trunk Western Railroad Vreeland Road Flat Rock, Michigan Cell: (248) jim.gasiecki@cn.ca TRAIN MOVES AND SPEED Train moves are approximately 30 freight moves daily and 2 passenger moves daily at 65 mph maximum authorized speed. The train movement and speed information does not represent a commitment by the Railroad and is subject to change without notice. This structure is National Inventory #283657J at Okemos-Haslett Road.
2 MICHIGAN DEPARTMENT OF TRANSPORTATION COORDINATION CLAUSE FOR WORK ON RAILROAD PROPERTY GTW RR RAL:SMR 1 of The successful bidder, hereinafter referred to as the Contractor, agrees: 1. To cooperate with public utility, railroad and other organizations having occasion to carry on their usual work within the limits of the Project, or doing work on and in connection with the Project. 2. To conduct the work without damage to the property of and insofar as is possible, without delay to the trains operating on Grand Trunk Western Railroad Company, hereinafter referred to as the Railroad. The Contractor must submit insurance documents to, and observe such restrictions as the Railroad's Manager Public Works [currently Mr. Jim Gasiecki, Grand Trunk Western Railroad Company, Vreeland Road, Flat Rock, Michigan 48134, phone , jim.gasiecki@cn.ca ] or authorized representative on the project site (acting through the engineer of the Department of Transportation, hereinafter referred to as the Department), may impose for the safety and dispatch of persons and property of and in care of the Railroad and for the safe and expeditious operation of its trains. 3. To provide protection from falling debris to the property, track, and rail traffic of the Railroad, in accordance with the Railroad s (including American Railway Engineering and Maintenance-of-Way Association [AREMA] current-edition Manual for Railway Engineering) and Department's specifications. Any such protection must not be constructed lower than 22 feet vertically from the top of the rail. 4. To obtain written approval from the Railroad's Manager Public Works or authorized representative, at least ten business days before starting work, of the proposed construction and demolition methods, schedule of operations, debris protection and horizontal and vertical clearances over and adjacent to the track of the Railroad to be provided during the construction period. Approval will be based on the specifications of the Railroad (including AREMA). Such approval must not be construed to relieve the Contractor of any responsibility for the adequacy and safety of the construction. 5. To notify the Manager Public Works of the Railroad [currently Mr. Jim Gasiecki, Grand Trunk Western Railroad Company, Vreeland Road, Flat Rock, Michigan 48134] in writing a minimum of ten business days (excluding Saturdays, Sundays, and holidays) before entering upon the property of the Railroad or starting any work which may require protection by the Railroad. Access to Railroad property by the Contractor, Sub-Contractors, and other non-railroad personnel will not be allowed until the following requirements have been met and
3 RAL:SMR 2 of documentation provided to Railroad s Manager Public Works: Requirements: Completion of website training. Contact Mr. James Conroy at or James.Conroy@cn.ca to obtain a Vendor Number needed to access the website. All employees of the Contractor and Sub-contractors must be fully aware of Safety and Related Requirements and Instructions for Work on CN Railway Right-of-Way by Non CN Personnel. Documentation: Safety sticker (to be affixed to hardhat) and contractor orientation card obtained through website. The Contractor, Sub-Contractors, and other non-railroad personnel must contact the Railroad s Manager Public Works and/or other personnel listed to obtain the required forms, vendor numbers, training classes and safety requirements. All costs associated with these requirements and documentation is at the sole expense of the Contractor, Sub-Contractors, and other non-railroad personnel, to be included in the unit price bid for affected items, and not paid for separately. All Contractor and Sub-Contractor employees on the job site are required to comply. To arrange for a railroad flagger the Contractor must complete the Request for Flagging Services form, available from CN s Mary Ellen Carmody, and forward it, along with prepayment in an amount as agreed between the Contractor and the Railroad, to Ms. Mary Ellen Carmody, US- Audit Officer, CN, 700 Pershing Street, Pontiac, Michigan (phone , maryellen.carmody@cn.ca) at least ten business days before work is to be performed. Flagging arrangements must be in place and pre-paid by the Contractor directly to the Railroad before work can begin on, above, or below the property of the Railroad. If this requirement is not complied with, the Railroad may have the work stopped until arrangements for protection are made. The Contractor will not be entitled to any additional payment or any other compensation for damages because of work stoppage mandated by the Railroad. 6. To avoid use of railroad property without written permission of the Railroad and to leave railroad roadbed and property in a condition acceptable to the Manager Public Works or authorized representative of the Railroad. The cost of any agreements, permits, requirements, approvals, and documentation required by the Railroad is to be paid by the Contractor. There will not be a separate pay item for this work, as the cost must be included in other related items of work. 7. That no provisions in this Coordination Clause, nor approval by the Railroad as to construction operations, shall relieve the Contractor of any responsibility or liability whatsoever. 8. To pay the Railroad or owning company for any changes to railroad property, facilities, or to wire and pipe lines, required for the Contractor's convenience, other than as shown on the
4 RAL:SMR 3 of plans for the Project. 9. The Contractor is prohibited from driving on, along, or across any track. Tracks can be traversed only on an approved crossing installed by the Railroad. In the event that the Contractor requires a temporary crossing of the railroad track, at least six weeks advance notice must be given to the Railroad of such need, but this in no way requires the Railroad to approve a temporary crossing. It must be the responsibility of the Contractor to determine and comply with the requirements of the Railroad covering the location, installation, protection, maintenance, use, and removal of such temporary crossing. An agreement between the Contractor and Railroad covering the temporary crossing will be required. The Contractor must bear all costs and expenses incidental thereto, including, but not limited to, the cost of installation, protection, maintenance, and removal of such temporary crossing, contractual liability and other insurance specific to the temporary crossing as required by the Railroad, and incidental work such as agreement preparation and fees, drainage facilities and removal, alteration, and replacement of railroad fences. 10. To conduct operations both on and off the Railroad right of way so that no earth, mud, silt, or other foreign matter will be allowed to foul railroad track ballast. In order to accomplish this, it may be necessary for the Contractor to construct temporary earth dikes, sheeting, tie cribbing, or take other precautions to prevent the fouling of railroad track ballast. Where, in the opinion of the Railroad, work along, over, or across the track will result in the ballast becoming fouled, the Contractor must take preventive measures to protect the entire ballast section by nailing canvas, plywood, or similar material to the ties in the entire area likely to be affected. The protective material must remain in place until there is no further possibility of fouling the ballast and must then be removed by the Contractor. These protective measures must be performed by, and at the expense of, the Contractor and under the supervision of, and to the satisfaction of, the Railroad's Manager Public Works or authorized representative; but the Railroad assumes no responsibility for the adequacy thereof. The costs for protective measures will not be paid for separately, but are included in other related items of work. However, in spite of the aforementioned protective measures, if railroad track ballast does become fouled, the Railroad may with its own forces, remove the fouled ballast and replace same with clean ballast. The charges for this work will be billed by the Railroad to the Contractor who must pay them promptly. 11. To maintain temporary minimum construction clearances of 22 feet vertically from top of rail and 12 feet horizontally from and measured at right angles to the centerline of the active track for the erection of any necessary falsework, bracing, or forms. Exceptions to these clearances require advance approval from the Railroad s Manager Public Works or authorized representative. 12. To comply with Railroad safety rules that require, without exception, hard hats, eye protection, and safety shoes be worn while working on structures over or under the tracks of the Railroad. This requirement must also apply to Department personnel. 13. That acceptance of work under this contract involving the Railroad, by the Michigan Department of Transportation will be conditioned upon approval of the Manager Public Works, or designated representative, of the Railroad. 14. To pre-pay to the Railroad the cost of daily Railroad inspection and flagging services, switchtenders, conductors, pilots, and/or other protective services and devices furnished by
5 RAL:SMR 4 of the Railroad and made necessary in the judgment of the Engineering Department of the Railroad, to ensure inspection and protection of Railroad property, safety, and continuity of Railroad traffic during the Contractor's operations on Railroad property, all as more particularly set forth in the following paragraphs: a. Such protection will be required when workers or equipment are working on Railroad property or when work is being performed adjacent to, under, or over track in use which may present hazards to track or to train operations, or when equipment is used which does or may infringe on such limits. The Contractor will not be permitted to operate any equipment on the railroad track, or property, except under proper arrangement with the Railroad. Such equipment and the operation of such equipment or equipment rented from the Railroad, must be arranged for by the Contractor with the Railroad, and the cost for its use, including protection of railroad traffic, must be borne by the Contractor. b. Railroad bills for such protection cost accruing to the Contractor must be paid promptly. Before final payment is made by the Department to the Contractor, satisfactory evidence must be submitted indicating the cost of the protection services and devices furnished by the Railroad has been paid. c. Protection cost will be charged to the Contractor by the Railroad in accordance with the working agreements between the Railroad and its employees. Such cost will include the actual cost of wages paid, including unemployment, retirement, vacation allowance, payroll taxes, surcharges, overhead, insurance, and other standard and legal costs incidental thereto. d. The Contractor must consult with the proper operating and engineering representatives of the Railroad to determine the type and cost of protection required to insure safety and continuity of railroad traffic incidental to the particular methods and equipment to be used for the work, and must be satisfied as to the provisions of the several working agreements between the Railroad and its employees, insofar as these agreements may affect the cost of protection. e. Protection of railroad traffic may include, but not be limited to, the following: (1) Flagging service to protect workers and equipment while work is being performed on Railroad property or above or below tracks, while construction equipment or materials are being moved across tracks, and while workers are required to cross continuously back and forth over tracks in the performance of their work. (2) Providing a shanty for Railroad personnel, including the installation of dispatcher's telephone, and suitable sanitation facilities. (3) Installation and maintenance of slow boards. f. Refer to the Special Provision for Railroad Inspection and Flagging for measurement and payment information. 15. Submit all insurance documents to: Mr. Jim Gasiecki, Grand Trunk Western Railroad Company, Vreeland Road, Flat
6 RAL:SMR 5 of Rock, Michigan 48134, phone , jim.gasiecki@cn.ca
7 GRAND TRUNK WESTERN SPECIAL PROVISION FOR RAILROAD INSURANCE REQUIREMENTS CON:TNB 1 of a. Description. This work consists of providing Railroad Protective Liability Insurance before work is commenced and kept in effect until all work required to be performed under the terms of the contract is satisfactorily completed as evidenced by the formal acceptance by the Department. b. Insurance Requirements. Carry the following insurance, in a form, and with an insurer or insurers, acceptable to the Department and the Grand Trunk Western Railroad Company ( Railroad ) and its parents, on all insurance forms listed below with railroad contact information as noted in Coordination Clause for Work on Railroad Property. Provide insurance as required in subsection of the Standard Specifications for Construction except with the modifications stated herein. A. Grand Trunk Western Railroad Company insurance required of Contractor: (1) Statutory Workers Compensation and Employer's Liability Insurance. (2) Automobile Liability Insurance in an amount not less than five million dollars ($5,000,000) combined single limit. (3) Commercial General Liability Insurance in an amount not less than five million dollars ($5,000,000) per occurrence with an aggregate limit of not less than ten million dollars ($10,000,000). The policy must name the Railroad and its parents as additional issued and as noted in the Coordination Clause for Work on Railroad Property B. General. (1) The insurance specified must be with an insurance company authorized by the State of Michigan and must be in effect before work is commenced and kept in effect until all work required to be performed under the terms of the contract are satisfactory completed as evidenced by the formal acceptance by the Department. Each policy must contain the following endorsement: It is hereby agreed that 30 days prior written notice of cancellation, expiration, termination, or reduction of coverage provided by this policy will be given to MDOT, and the Grand Trunk Western Railroad Company and Its Parents, Attn: Mr. Jim Gasiecki, Vreeland Road, Flat Rock, Michigan 48134, , jim.gasiecki@cn.ca. (2) The policy must not contain any provisions excluding coverage for injury, loss or damage arising out of or resulting from (a) doing business or undertaking construction or demolition on, near, or adjacent to railroad track or facilities, or (b) surface or subsurface pollution, contamination or seepage, or from handling, treatment, disposal or dumping of waste materials or substances.
8 CON:TNB 2 of (3) Include description of operations, railroad milepost, highway or street name, city and state of location, project number, and Railroad contact person on the certificate. (4) Before commencing work in the railroad right of way, Contractor must deliver to the Railroad a certificate of insurance evidencing the foregoing coverages and true and complete copies of the policies described herein. (5) Common Policy Provisions. Each policy described in subsections b.1 and b.2 of this special provision must include the following provisions: (a) Each policy must include a waiver by the insurer of any right of subrogation against any recovery by or on behalf of any insured. (b) Each policy must provide for not less than 30 days prior written notice to the Railroad of cancellation of or any material change in that policy. (c) Each policy will cover the work of the Contractor and the work of any subcontractor of the Contractor. (6) It is understood and agreed that the foregoing insurance coverage requirements, and Contractor s compliance with those requirements, is not intended to, and must not, relieve Contractor from, or serve to limit, Contractor's liability and indemnity obligations under the provisions herein. It is further understood and agreed that the Railroad must have the right, from time to time, to revise the amount or form of insurance coverage as circumstances or changing economic conditions may require. The Railroad must give Contractor written notice of any such requested change at least 30 days before the date of expiration of the then- existing policy or policies; Contractor agrees to, and must, thereupon provide the Railroad with such revised policy or policies. c. Construction. If any of the insurance is canceled, the Contractor and all subcontractors must cease operations as of the date of cancellation and cannot resume operations until new insurance is in force. d. Measurement and Payment. The Contractor must pay for all railroad insurance. Insurance costs as described in this special provision will be included in the following pay item. Pay Item Pay Unit Railroad Insurance Requirements CN/GTWJJJJJJJJJJJLump Sum
9 12TM100(A120) MICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR RAILROAD INSPECTION AND FLAGGING OR:SMR 1 of 1 APPR:JLD:DBP: a. Description. This work consists of providing advance notice to the Railroad and the Engineer to meet the railroad notice requirements found in the Coordination Clause for Work on Railroad Property for providing flaggers for work on, above, or below Railroad property. b. Materials. None specified. c. Construction. Ensure construction methods are in compliance with the requirements in the Coordination Clause for Work on Railroad Property. d. Measurement and Payment. The Contractor must pay or pre-pay to the Railroad the full amount of the Railroad s bill for inspection and flagging. The Contractor, prior to submitting payment requests for reimbursement of flagging costs to the Engineer, will review for accuracy the actual flagging costs and days worked against the billed or pre-paid amount. Inconsistencies must be resolved between the Contractor and Railroad prior to submitting to the Engineer. The Contractor must provide to the Engineer a statement of costs paid by the Contractor for flagging and detailed itemization to support the actual cost paid or pre-paid amount. The Department will reimburse the Contractor upon satisfactory review of submitted documentation for flagging services. This process will continue for the life of the need for flagging services. Costs incurred for inspection and flagging due to the failure of the Contractor to properly notify the Railroad in advance of beginning work which may require a flagger as stated in the Coordination Clause for Work on Railroad Property, are the responsibility of the Contractor. The Contractor must inform the Railroad, with a copy to the Engineer, in writing when flagging is no longer needed and retain a copy of this written notification. Also, if the Contractor does not notify the Railroad 36 hours in advance of its no longer needing flagging, the Railroad will schedule and the Contractor must pay such flagging services until said cancellation notice is provided. Before final payment is made by the Department to the Contractor for the project, satisfactory evidence must be submitted indicating all bills for inspection and flagging services and devices furnished by the Railroad have been paid. This pay item covers only inspection and flagging services provided by the Railroad. All other costs, (except Insurance), incurred by the Contractor in complying with Railroad requirements will not be specific pay items, but must be included in prices bid for other items of the work. Pay Item Pay Unit Railroad Inspection and Flagging - CN/GTW... Dollar
Hennepin County Transportation Department ADDENDUM
Hennepin County Transportation Department ADDENDUM TO PLANS, SPECIFICATIONS AND SPECIAL PROVISIONS FOR ADVANCED TRAFFIC MANAGEMENT SYSTEM HENNEPIN COUNTY TRANSPORTATION DEPARTMENT (To be opened Tuesday,
More informationNATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)
NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: TEMPORARY PERMIT TO ENTER FOR (To be completed by Amtrak upon approval, PRIVATE CAR INSPECTORS for not longer than one year from date of Amtrak approval)
More informationDEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS
Date: DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION FOR PROTECTION OF RAILWAY INTERESTS Project CSSTP-0007-00(370) Murray County PI No. 0007370 Railroad File No. GA 0429 Traffic signal
More informationSPECIAL PROVISION Legal Relations and Responsibilities
2004 Specifications CSJ 0092-14-083 SPECIAL PROVISION 007--1217 Legal Relations and Responsibilities For this project, Item 007, Legal Relations and Responsibilities, of the Standard Specifications, is
More informationRight of Entry Permit
Page 1 OR SMART USE ONLY Permit Number 2015 ROE DATE SAMPLE RIGHT-OF-ENTRY PERMIT This Right-of-Entry Permit ( Permit ) is entered into as of ( Effective Date ) by and between SONOMA-MARIN AREA RAIL TRANSIT
More informationRENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:
RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP
More informationOKEECHOBEE 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 informationTRANSFLO MOTOR CARRIER OPERATING PROVISIONS
Purpose The purpose of this document is to establish operating and safety requirements, policies and procedures for motor carriers conducting operations within a TRANSFLO terminal. Motor Carrier Access
More informationAGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway
More informationSection 80 Execution and Progress
AC 150/5370-10G 7/21/2014 Section 80 Execution and Progress 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress
More informationGeneral Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR
CMAA Document CMAR-3 General Conditions of the Construction Contract Between CONSTRUCTION MANAGER AND CONTRACTOR 2004 EDITION This document is to be used in connection with the Standard Form of Agreement
More informationFATIGUE 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 informationAMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016
VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)
More informationCITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016
CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated
More information(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION
(PROGRAM NAME) SYNTHESIS STUDY SUBAWARD INFORMATION SUBAWARD NO: UNIT NUMBER: 913 PURCHASE ODER No.: SUBAWARDEE NAME: DUNS NUMBER: ADDRESS: PRINCIPAL INVESTIGATOR: ( ) PROJECT ADMINISTRATOR: ( ) AWARD
More informationAPPENDIX. CSX Transportation CSXT SPECIAL PROVISIONS. Public Projects Group Jacksonville, FL Date Issued: July 2017
APPENDIX CSX Transportation CSXT SPECIAL PROVISIONS Public Projects Group Jacksonville, FL Date Issued: July 2017 CSX Corporation PAGE 63 Revised July 2017 CSXT SPECIAL PROVISIONS AUTHORITY OF CSXT ENGINEER
More informationSUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS
SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase
More informationStandard Specifications for Work on Railroad Property
Standard Specifications for Work on Railroad Property Section 1. Section 2. Section 3. Section 4. Section 5. Section 6. Section 7. Section 8. Section 9. Section 10. Section 11. Section 12. Section 13.
More informationPN 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 informationGeneral Conditions of the Construction Contract Between OWNER AND CONTRACTOR
CMAA Document A-3 General Conditions of the Construction Contract Between OWNER AND CONTRACTOR 2005 EDITION This document is to be used in connection with the Standard Form of Agreement Between Owner and
More informationAIA 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 informationANNEX 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 informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationDATE: October 26, ACHD Commissioners, ACHD Director, ACHD Deputy Directors. Al Busche, Project Manager
Jim D. Hansen, President Sara M. Baker, Vice President Rebecca W. Arnold, Commissioner Kent Goldthorpe, Commissioner Paul Woods, Commissioner DATE: October 26, 2015 TO: FROM: SUBJECT: ACHD Commissioners,
More informationInstructions for Completing TRANSFLO s Motor Carrier Access Agreement
Instructions for Completing TRANSFLO s Motor Carrier Access Agreement Prior to accessing a TRANSFLO terminal, all motor carriers must sign (at the corporate level) and return TRANSFLO s Motor Carrier Access
More informationCONTRACT 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 informationSAMPLE DOCUMENT SUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and
More informationContractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office
More informationMassachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-#
Massachusetts Department of Transportation Acting by and through the Massachusetts Bay Transportation Authority LICENSE AGREEMENT MDOT-# [LICENSEE S NAME], MASSACHUSETTS Railroad Line THIS LICENSE AGREEMENT
More informationRailroad-DOT Mitigation Strategies (R16) Resurfacing Agreements
Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects
More informationSFPP, L.P. CONNECTION POLICY
CONNECTION POLICY Any Shipper seeking to obtain a connection to the pipelines and other facilities of SFPP, L.P. (the SFPP System or System ) under SFPP s currently effective rules and regulations tariff
More informationAGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4
AGREEMENT FOR MOVING OVERSIZED LOADS OVER HIGHWAY-RAIL GRADE CROSSINGS SCRRA FORM NO. 4 SCRRA File No. SCRRA Project/Task No. Subdivision Mile Post The Contractor, hereby requests permission to cross the
More informationStandard 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 informationROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this
ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK 5 - EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this All Work in strict accordance with Contract Documents. day of 216 (Where reference
More informationStandard 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 informationSUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS Instructions for Use The A.I.A. A201-1997, General Conditions of the Contract for Construction, with Additions and Deletions by Michigan State University, along with the Supplementary
More informationCN Course Exercise. c. Ensure all employees have received the required training for their work.
CN Course Exercise First Name Last Name If you facilitated this course and persons other than you went through this course, please fill out their names below. Each student must be individually regis tered
More informationSPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST 1. AUTHORITY OF RAILROAD ENGINEER AND DEPARTMENT ENGINEER:
North Carolina DOT & Norfolk Southern Railway - Protection of Railway Interest.doc State Project: County SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTEREST Under the terms of these provisions, the North
More informationSUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018
SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor
More informationSUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES
SUPPLEMENTARY TERMS AND CONDITIONS FOR PURCHASE ORDERS ISSUED FOR CONSTRUCTION, INSTALLATION OR REPAIR WORK TO BE PERFORMED ON OUR PREMISES Whereas, ( you ) and the TopBuild company identified on the purchase
More informationOPERATIONS AND MAINTENANCE AGREEMENT
OPERATIONS AND MAINTENANCE AGREEMENT THIS OPERATIONS AND MAINTENANCE AGREEMENT, ( Agreement ) dated for reference purposes only,, is made by and among LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY,
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
More informationTHIS 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 informationGreat Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019
Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch
More informationEAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018
1 EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018 1. Scope of Work To provide all labor and equipment necessary to perform tree work on specified trees
More informationDART AND THE T LICENSE PROCEDURES
DART AND THE T Doing Business As TRINITY RAILWAY EXPRESS (TRE) LICENSE PROCEDURES Dallas Area Rapid Transit (DART) and the Fort Worth Transportation Authority (the T ) own and operate the 34-mile TRE corridor,
More informationCooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013
1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer
More informationDocument 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 informationARTICLE RIGHT-OF-WAY RULES AND REGULATIONS
Page 1 of 8 ARTICLE 3.1000. RIGHT-OF-WAY RULES AND REGULATIONS Sec. 3.1001. Findings and purpose. The purpose of this article is to: (a) Assist in the management of facilities placed in, on or over the
More informationARTICLE 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 informationMASTER SUBCONTRACT AGREEMENT
MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter
More informationFIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE
Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER
More informationRailroad DOT Mitigation Strategies (R16) Master Project Agreement
Railroad DOT Mitigation Strategies (R16) Master Project Agreement The master project agreement includes standard legal provisions that are common to nearly all projects and incorporates them into one overall
More informationBETWEEN name. address. AND name (hereinafter called the Subcontractor ) address
AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the
More informationWORK IN OR ABOUT QR PROPERTY
SYSTEMS AND CAPABILITY TECHNICAL REQUIREMENT NO: MCE-SR-002 ISSUE: Revision E DATE: 22-12-2009 PAGE: 1 of 12 WORK IN OR ABOUT QR PROPERTY ISSUE DATE DESCRIPTION / REASON Initial 05.03.1997 Revision A 14.05.1997
More informationPROFESSIONAL SERVICES AGREEMENT For Project Description, Project #
PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its
More informationCONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION
CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town
More informationREQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES
CITY OF BEVERLY HILLS REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES Please respond no later than February 14, 2013 (PST) at 2:00 pm to the City
More informationSUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT herein called Contractor and, whose address is herein called Subcontractor, hereby agrees as follows: 1. SCOPE OF WORK AND CONSIDERATION Subcontractor agrees to furnish all materials,
More informationSUPPLIER - TERMS AND CONDITIONS Materials and Goods
SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed
More informationPRODIGY. CONTRACTING GROUP INC. CommerCial residential industrial
Dear Subcontractor; Please find enclosed our Subcontractor Insurance/Hold Harmless agreement and Master Agreement for your signature and return. It is the company s policy and our insurance program s requirement
More informationVillage of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)
Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN
More informationSTANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION
STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter
More informationPlease Refer to Attached Sample Form
Pacific Gas and Electric Company San Francisco, California U 39 Revised Cal. P.U.C. Sheet No. 33010-E Cancelling Original Cal. P.U.C. Sheet No. 11568-E Electric Sample Form No. 79-938 Customer-Owned Streetlights
More informationGENERAL INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS IB-1. EXAMINATION OF CONTRACT DOCUMENTS. Before submitting a Proposal, all Bidders shall examine the complete Contract documents, including Form of Proposal, Form of Bidder
More informationMULTNOMAH COUNTY, OREGON
MULTNOMAH COUNTY, OREGON DEPARTMENT OF COMMUNITY SERVICES LAND USE & TRANSPORTATION PROGRAM RIGHT-OF-WAY PERMIT SECTION 1620 SE 190TH AVENUE PORTLAND, OREGON 97233 503-988-3582 - FAX: 503-988-3389 APPLICATION
More informationEXHIBIT 1. To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS
EXHIBIT 1 To Wayside Horn System Agreement LOCATION OF GRADE CROSSINGS EXHIBIT 2 UPRR Folder No.: Audit No. To Wayside Horn System Agreement RIGHT OF ENTRY AGREEMENT PERTAINING TO WAYSIDE HORN SYSTEM AGREEMENT
More informationDocument 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 informationBERRIEN COUNTY ROAD COMMISSION
PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice
More informationREQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS
REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS NOTICE OF BID TO MOWING CONTRACTORS Notice is hereby given that the City of San Juan is seeking bids for Mowing of Weedy Lots. Bids will be received at
More informationWESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationFIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS
MANAGEMENT COMPANY: Nightingale Realty 332 Minnesota Street, Suite W120 St. Paul, MN 55101 MANAGEMENT OFFICE: (651) 225-3666 SENIOR PROPERTY MANAGER: Richard Rossi 651-225-3664 ASSISTANT PROPERTY MANAGER:
More informationRegion of Waterloo Terms and Conditions
Region of Waterloo Terms and Conditions Note: These Terms and Conditions, as applicable, together with the attached Purchase Order form a legally binding agreement (the Agreement ) between the Vendor and
More informationCONSULTING 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 informationAIA Document C196 TM 2008
AIA Document C196 TM 2008 Standard Form of Agreement Between Single Purpose Entity and Owner for Integrated Project Delivery AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationREQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651
REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,
More informationADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A
ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form
More informationAIA 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): A201 conversion Michigan State University East Lansing, MI THE OWNER:
More informationGENERAL PROVISIONS (Jan Edition) TABLE OF CONTENTS
GENERAL PROVISIONS (Jan. 2017 Edition) TABLE OF CONTENTS Section Description Page 1 Definitions... GP-2 2 General Scope of Work... GP-3 3 Control of Work... GP-6 4 Control of Materials... GP-11 5 Legal
More informationPROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at
More information! " # $ " % made as of the 24 day of May in the year 2006 (In words, indicate day, month and year) the Owner: (Name, address and other information)
! " # $ " % made as of the 24 day of May in the year 2006 (In words, indicate day, month and year) the Owner: (Name, address and other information) Wynne Public Schools P.O. Box 69 Wynne, AR 72396 Telephone
More informationPROPOSAL AND SPECIFICATIONS FOR ROADSIDE MOWING
CONTRACTOR: PROPOSAL AND SPECIFICATIONS FOR 2019 2021 ROADSIDE MOWING January 9, 2019 ALLEGAN COUNTY ROAD COMMISSION ADVERTISEMENT FOR BIDS Sealed bids will be received by the Allegan County Road Commission
More informationOPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS
SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES
More informationEncroachment Permit. Permit Fee: Receipt #: Bond Fee: Receipt #: Expiration Date: Phone# Mailing Address:
A (Office Use Only) Encroachment Permit Permit #: City of Seaside Public Works 440 Harcourt Avenue Seaside, Ca 93955 Phone: (831) 899-6825, Fax: (831) 899-6211 All information except signature must be
More informationFilm 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 informationTOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM
TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which
More informationWATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016
SECTION 6 ENGINEERING STANDARDS CHAPTER 8 PIPE INSTALLATION 6.1. GENERAL CONSTRUCTION STANDARDS The following is in addition to Denver Water Engineering Standards Chapter 8 - Pipe Installation. All excavations
More informationDEVELOPER EXTENSION AGREEMENT
DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )
More informationNORTH CAROLINA CENTRAL UNIVERSITY
NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into
More informationICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA
ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA A COMPARATIVE ANALYSIS OF THE 1997 CHANGES TO THE AIA GENERAL CONDITIONS TO THE CONTRACT FOR CONSTRUCTION (A201) STUART
More informationINVITATION TO BID Retaining Wall
INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining
More informationRECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS
PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is
More informationStandard 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 informationTCL&P Facilities HVAC Improvements (specifications attached)
Date: April 3, 2018 Bidder: (TCL&P) will receive sealed bids in the office of TCL&P, 1131 Hastings Street, Traverse City, Michigan, 49686, until April 13, 2018 at 12:00 PM for the following project: TCL&P
More informationTHE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)
THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document
More informationHOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)
HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,
More informationExhibit E Additional Provisions
1. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the
More information