CITY MANAGER MEMORANDUM. John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services
|
|
- Beryl Leonard
- 6 years ago
- Views:
Transcription
1 City Manager 22 S. Beach Street Ormond Beach Florida (386) Fax (386) CITY MANAGER MEMORANDUM To: Through: From: The Honorable Mayor Kelley and City Commissioners Joyce A. Shanahan, City Manager John Noble, City Engineer Date: July 30, 2013 Subject: John Anderson Drive Roadway Improvements - Construction Engineering and Inspection Services Introduction This is a request for approval to award contract amendment No.3 to Ghyabi & Associates, Inc. (GYA) for construction administration and inspection services for the John Anderson Drive Roadway Improvement project, Bid Number Background On a separate agenda item, the City Commission will vote to approve the award of the bid for the John Anderson Drive Roadway Improvement project, Bid Number Should this project bid be awarded for construction, professional services from the City s continuing contract engineering consultant will be required for construction administration and inspection services. Although staff will maintain project oversight and assist in resolving the various challenges that will be encountered throughout the construction of this project, the current staff workload, length of construction, and the time commitment required for administering and inspecting this project exceeds staff resources to provide this service in-house. The project construction will involve milling and resurfacing of John Anderson Drive and includes extensive stormwater, and utility system improvements. The Construction Contract for this project allows for 280 calendar days to reach substantial completion and will involve extensive interaction between the contractor, engineer and residents throughout the course of the work. Staff has an open contract with Zev Cohen & Associates, Inc. to provide public coordination throughout construction with local residents. The residents were notified at a public meeting on April 24 th of the upcoming project and will be kept involved throughout construction. Discussion Staff has negotiated a scope of work (see attachment) with GYA, to provide construction administration and inspection services for the John Anderson Drive Roadway Improvement project, Bid Number in the amount of $255,402. Due Page 1 of 3
2 to the complexity of this project and need for strict oversight of the underground work due to the extensive utilities that exist within this roadway, full-time inspection is being proposed for this project. This cost represents approximately 7.4% of the construction contract cost of $3,438, which is at the low end of standard engineering percentages for CEI services considering the complexity of the project work, length of the contract time, and inclusion of full time inspection services. Budget Impact Funding for this contract amendment work will be derived from Fund 308-Transportation Fund ($63,850), Fund 107-Stormwater Fund ($166,011), and Fund 409- Water and Wastewater Fund ($25,541). As this project was budgeted several years ago, a budget amendment will be needed to include the cost in the current budget. Sufficient funding is available in each of the aforementioned funds to approve the contract amendment. Recommendation Staff recommends approval of contract amendment No.3 for construction administration, engineering inspection services for the John Anderson Drive Roadway Improvement project, Bid Number , to Ghyabi & Associates, Inc., for the not-toexceed amount of $255,402. Attachments: John Anderson Amendment 3 w-ghyabi _P G_ (PDF) Ghyabi & Assoc Amendmnt 3 _John Anderson Design Svcs P G_ (PDF) REVIEWED BY: APPROVED BY: Page 2 of 3
3 Page 3 of 3
4 RESOLUTION NO A RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT NO. 3 TO THE AGREEMENT BETWEEN THE CITY AND GHYABI & ASSOCIATES, INC. REGARDING THE JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS PROJECT; AUTHORIZING PAYMENT THEREFORE; AND SETTING FORTH AN EFFECTIVE DATE. WHEREAS, on June 22, 2012 by Resolution , the City Commission authorized the execution of a Professional Services Agreement with Ghyabi & Associates, Inc. regarding the John Anderson Drive roadway improvements project ( the project ), and WHEREAS, on November 15, 2011 by Resolution , the City Commission authorized the execution of Amendment No. 1 to the above-described Professional Services Agreement for the purpose of investigating alternative designs in the project scope, and WHEREAS, on April 17, 2012 by Resolution C, the City Commission authorized the execution of Amendment No. 2 to the above-described Professional Services Agreement for the purpose of amending the Scope of Services to reflect a limited reconstruction design, and WHEREAS, the parties desire to further amend the aforestated agreement for the purpose of amending the Scope of Services and increasing the costs associated therewith to reflect the addition of construction, administration and inspection services, and WHEREAS, the City Manager has certified that $255, for the additional Scope of Work will be appropriated in the Transportation Fund, the Stormwater Fund and Water and Wastewater Fund and has not been appropriated for any other purpose, now therefore, S:\Legal\CITY COMMISSION ITEMS\RESOLUTION\2013\ \ John Anderson Amendment 3 w-ghyabi (P G).docx
5 BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF ORMOND BEACH, FLORIDA, THAT: SECTION ONE. The Mayor and the City Manager are hereby authorized and directed to execute Amendment No. 3 to the Agreement between the City of Ormond Beach and Ghyabi & Associates, Inc. for the limited purpose of amending the Scope of Services and additional costs associated therewith. A copy of said Amendment No. 3 is attached hereto and incorporated herein by reference. SECTION TWO. This Resolution shall take effect immediately upon its adoption. APPROVED AND AUTHENTICATED this 30 th day of July, ATTEST: ED KELLEY Mayor J. SCOTT McKEE City Clerk S:\Legal\CITY COMMISSION ITEMS\RESOLUTION\2013\ \ John Anderson Amendment 3 w-ghyabi (P G).docx
6 AMENDMENT NO. 3 TO AGREEMENT THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT is entered by and between the City of Ormond Beach, Florida (hereinafter referred to as City ), and Ghyabi & Associates, Inc., (hereinafter referred to as Engineer ) for the purposes stated herein, as follows: WHEREAS, the City and Engineer are parties to an Agreement dated June 22, 2010, subsequently amended on December 19, 2011 (Amendment No. 1), and May 1, 2012 (Amendment No. 2), and WHEREAS, the City and Engineer desire to amend the subject Agreement for the limited purpose of amending the Scope of Services and increasing the costs associated therewith; now therefore, Paragraph 1 of that certain Professional Services Agreement between the City and Engineer is hereby amended to read as follows: 1. SCOPE OF PROFESSIONAL SERVICES A detailed description of the scope of professional services to be provided is provided in Exhibit A, Exhibit 1A, and Exhibit 2A, and Exhibit 3A. effect. All other terms and conditions of the subject Agreement shall remain in full force and IN WITNESS WHEREOF, the parties hereto have caused this amendment to be executed by the undersigned officials as of the date listed below. DATED:, CITY OF ORMOND BEACH, FLORIDA BY: Ed Kelley, Mayor ATTEST: Joyce A. Shanahan, City Manager DATED:, GHYABI & ASSOCIATES, INC. BY: Name: Title: ATTEST: Name: Title: S:\Legal\CINDY\Contracts\Ghyabi & Assoc Amendmnt 3 (John Anderson Design Svcs)(P G).docx
7 ENGINEERING PLANNING EXHIBIT 3A July 1, 2013 John Noble, P.E. City Engineer City of Ormond Beach 22 S. Beach Street Ormond Beach, FL RE: John Anderson Drive Roadway Improvements City of Ormond Beach Project Construction Administration/Resident Inspection Dear Mr. Noble: Thank you for requesting Ghyabi & Associates, Inc. (G&A) and McKim and Creed (M&C) to provide a proposal for Construction Administration and Resident Project Representative Services (RPR) to the City of Ormond Beach for the John Anderson Drive Roadway Improvements project. Project Summary This scope of services includes construction administration and construction observation services for the John Anderson Drive project. The scope of services is detailed in the following tasks: I. Scope of Services A. Preconstruction Meeting G&A will schedule and conduct the preconstruction conference. Also in attendance will be M&C and the RPR. G&A will prepare an agenda which will be distributed at the meeting. G&A will prepare minutes of the preconstruction conference and distribute the minutes electronically via to all who attend. B. Shop Drawing Review G&A will log all Shop Drawing submittals received from the Contractor. Then either G&A or M&C, as is appropriate, will review the shop drawings and material certificates. After review for conformance with the contract documents, and processed; the Shop Drawings will be sent to the City and Contractor. w w w. g h y a b i. c o m 1459 North US Highway 1, Suite 3, Ormond Beach, FL (386) West Adams Street, Suite 700, Jacksonville, FL (904) Exh 3A-1
8 C. Site Visits G&A and M&C will make periodic site visits to observe construction activities at times requested by the City and/or the RPR. G&A assumes an average of sixteen (16) hours per month for site visits by design staff during the construction phase of the project. D. Monthly Progress Meetings G&A will schedule and lead monthly construction progress meetings. M&C and the RPR will also be in attendance. With the assistance of the RPR, G&A will prepare an agenda, RFI logs, and shop drawing logs for distribution at the meeting. G&A will prepare minutes of the monthly progress meeting and distribute the minutes electronically via to all who attend. E. Prepare and Process Additional Work Request G&A will prepare, review, and process Contractor additional work requests. This includes review of the cost associated with the additional work and a summary (either memorandum or ) with the recommended course of action along with any justification leading to the additional work. F. Review and Verify Contractor Pay Requests The RPR will perform a monthly pay request walk thru with the Contractor prior to submittal of each month pay request. The RPR will review and verify Contractor pay requests. G&A will then signoff on the pay request prior to sending the City the final approved pay request. G. Respond to Contractor Requests for Additional Information and Engineer s Plan Clarification G&A and M&C will respond to Contractor Requests for Additional Information (RAI). RAIs will be logged by G&A as they are received, and will be reviewed and responded to by the appropriate firm. Request for Additional Information will be responded to in a format providing direction to the Contractor either via plan revisions or written direction. G&A will also provide Engineer s Plan Clarification (EPC) when direction is required but no impact to contract pricing or contract schedule is involved. H. Attend the Substantial Completion Inspection G&A s and M&C s project teams will attend the substantial completion inspection at the project site. G&A will prepare a memorandum with punch list items that the Contractor will need to address prior to final completion. I. Review Project Close-out Documents G&A and M&C will review project close-out documents which include: Evidence of compliance with requirements of governing authorities; Contractor s Project Record Documents including As-built surveys Evidence of Payment and Release of Liens; Certificate of Insurance for Products and Completed Operations; Warranties and Bonds. Exh 3A-2
9 II. Resident Project Representation During Construction G&A will provide a Resident Project Representative for construction observation in accordance with the provisions of the attached Attachment A. Construction observation services are scoped during normal working hours (five 8 hour working days) for a period of 46 consecutive weeks commencing at the Contractor's Notice to Proceed and do not include time spent over holidays or weekends Full time RPR Services shall average 40 hours per week and be directed by a certified Professional Engineer (PE) registered in the State of Florida familiar with the design elements of the John Anderson Drive project. The PE will have the discretion to utilize resources within G&A to meet the demands of the project through professional engineers, engineer interns, designers and support staff. III. Compensation: Compensation for the above services is outlined in the attached staff hour and fee estimate (page Exh 3A-12). The referenced fee does not include services not specifically listed. Should additional services be required, they can be furnished with compensation based on the Schedule of Hourly Rates contained in the Standard Conditions. Receipt of the fully executed Amendment No 3 document will be considered our notice to commence work. Thank you for requesting this contract from our firm. We look forward to working with you on this project. If you have any questions, please feel free to contact me. Sincerely, Alan L. King, P.E. Senior Project Engineer Exh 3A-3
10 ATTACHMENT A DUTIES, RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE ENGINEER shall furnish a Resident Project Representative ("RPR"), to assist ENGINEER in observing progress and quality of the work of Contractor. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the RPR, ENGINEER shall endeavor to provide further protection for CITY against defects and deficiencies in the work of Contractor. However, ENGINEER shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have Control over Contractor's work nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, sequences or procedures selected by Contractor, for safety precautions and programs incident to the work of Contractor, for any failure of Contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor's performing and furnishing the work, or responsibility of construction for Contractor's failure to furnish and perform the Work in accordance with the Contract The duties and responsibilities of the RPR are limited to those of ENGINEER in ENGINEER s agreement with the CITY and in the construction Contract Documents, and are further limited and described as follows: A. General RPR is ENGINEER s agent at the site, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding RPR s actions. RPR s dealings in matters pertaining to the on-site work shall in general be with ENGINEER and Contractor, keeping CITY advised as necessary. RPR s dealings with subcontractors shall only be through or with the full knowledge and approval of Contractor. RPR shall generally communicate with CITY with the knowledge of and under the direction of ENGINEER. B. Duties and Responsibilities of RPR 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by Contractor and consult with ENGINEER concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences; progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: Serve as ENGINEER s liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of Contract Documents; and assist ENGINEER in serving as CITY s liaison with Contractor when Contractor's operations affect CITY s on-site operations. Assist in obtaining from CITY additional details or information, when required for proper execution of the Work. Exh 3A-4
11 4. Shop Drawings and Samples: Record date of receipt of Shop Drawings and Samples. Receive Samples which are furnished at the site by Contractor, and notify ENGINEER of availability of Samples for examination. Advise ENGINEER and Contractor of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by ENGINEER. 5. Review Work, Rejection of Defective Work, Inspections and Tests: Conduct on-site observations of the Work in progress to assist ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. Report to ENGINEER whenever RPR believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the compelled Project as a functioning whole as indicated In the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work that RPR believes should be corrected or rejected or should be uncovered 'for observation, or requires special testing, inspection or approval. Verify that tests, equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel and that Contractor maintains adequate records thereof; and observe record and report to ENGINEER appropriate details relative to the test procedures and start-ups. Accompany visiting inspectors representing public, specialty product manufactures or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. 6. Interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by ENGINEER. 7. Modifications: Consider and evaluate Contractor s suggestions for modifications in Drawings or Specifications and report with RPR s recommendations to ENGINEER Transmit to Contractor in writing decisions as issued by ENGINEER. 8. Records: Maintain at the job site (within the Job Site Trailer if provided by the contractor) orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents including all Work Change, Addenda, Change Orders, Field Orders, additional Drawings issued subsequent to the execution of the Contract, ENGINEER s clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing submittals received from and delivered to Contractor and other Project related documents. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the job site, weather conditions, data relative to questions of Work Change Directives, Change Orders or changed conditions, list of job site visitors, daily activities, decisions, observations in Exh 3A-5
12 general, and specific observations in more detail as in the case of observing test procedures; and send copies to ENGINEER. Record names, addresses and telephone numbers of all Contractors, subcontractors and major suppliers of materials and equipment. 9. Reports: Furnish to ENGINEER periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample Submittals. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the work. Draft proposed Change Orders and Work Change Directives, obtaining backup material from Contractor and recommend to ENGINEER Change Orders, Work Change Directives, and Field Orders Report immediately to ENGINEER and CITY the occurrence of any accident. 10. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to ENGINEER, noting particularly the relationship of the payment requested to the schedule or values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to ENGINEER for review and forwarding to CITY prior to final payment for the Work. 12. Completion: Before ENGINEER issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. Observe whether Contractor has had performed inspections required by laws, rules, regulations, ordinances, codes, or orders applicable to the work, including but not limited to those to be performed by public agencies having jurisdiction over the work. Conduct a final inspection in the company of ENGINEER, CITY and Contractor and prepare a final list of items to be completed or corrected. Observe whether all items on final fist have been completed or corrected and make recommendations to ENGINEER concerning acceptance and issuance of the Notice of Acceptability of the Work. Exh 3A-6
13 C. Limitations of Authority by RPR Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or-equal" items), unless authorized by ENGINEER. 2. Shall not exceed limitations of ENGINEER s authority as set forth in the Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors, Suppliers, or Contractor's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work. 6. Shall not accept Shop Drawing or Sample submittals from anyone other than Contractor. 7. Shall not authorize CITY to occupy the Project in whole or in part. 8. Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized by ENGINEER. Exh 3A-7
14 EXHIBIT 3A SCOPE OF SERVICES McKIM and CREED CONSTRUCTION PHASE SERVICES JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS McKim & Creed s Scope of Services, as outlined below, pertains to the utility structure and pipeline construction associated with the roadway improvements, and is based on an eleven (11) month construction duration. TASK 1 ATTEND PRECONSTRUCTION CONFERENCE McKim & Creed s Project Manager will attend the preconstruction conference conducted by the Ghyabi & Associates, Inc. (Ghyabi). McKim & Creed will address and respond to questions related to the utility portion of the construction contract and if not able to address at the meeting, will follow-up through or other correspondence so that a written record is available in the files. Meeting minutes will be prepared and distributed by Ghyabi. TASK 2 ATTEND MONTHLY PROGRESS MEETINGS McKim & Creed will attend up to eleven (11) monthly construction progress meetings. Meetings will be held at a location designated by the City. McKim & Creed will be copied on all RFI logs, shop drawing and change proposal logs. McKim & Creed will respond to utility issues discussed at the meeting. If unable to address at the meeting, follow-up correspondence will be sent to all parties, through Ghyabi. TASK 3 RESPOND TO CONTRACTOR REQUESTS FOR ADDITIONAL INFORMATION McKim & Creed will respond to Contractor Requests for Additional Information (RFI) with regard to utility construction issues. RFIs will be logged by McKim & Creed as they are received. RFI s will be responded to in a format providing direction to the Contractor either via plan revisions or written direction. Exh 3A-8
15 TASK 4 REVIEW SHOP DRAWINGS McKim & Creed will process and review shop drawings and material certificates for those items that are part of the utility portion of the Contract. Shop drawings (in Adobe PDF format, where applicable) will be sent to McKim & Creed by Ghyabi. Submittals received will be logged and processed. A copy of the submittals (in Adobe PDF format, where applicable) will be sent to the City for review. McKim & Creed will review the shop drawing and include the City s comments. The reviewed shop drawing will be sent to Ghyabi, who will in turn distribute the reviewed shop drawings to the appropriate parties. TASK 5 SITE VISITS McKim & Creed will make periodic site visits to observe construction activities at times requested by Ghyabi or the City. McKim & Creed assumes an average of twenty (20) hours per month for eleven (11) months for site visits by design staff during the construction phase of the project. It is our understanding that the City will have on site a qualified full time project observer and that the observation daily reports prepared by that individual will be made available to McKim & Creed on a daily basis. TASK 6 PREPARE AND PROCESS CHANGE ORDERS McKim & Creed will prepare, review, and provide our recommendation of Contractor initiated change orders, up to a limit of six (6). Our effort for this task is strictly for the utility portion of the Contract. This includes review of the cost associated with the change order request and a summary (either memorandum or ) with the recommended course of action along with justification leading to the change order claim. TASK 7 - REVIEW CONTRACTOR PAY REQUESTS McKim & Creed will review each monthly pay request for mathematical accuracy and compliance with the specified format. Verification of quantities will be performed by the full time on-site City employee, or others, prior to submission to City for payment. TASK 8 ATTEND THE SUBSTANTIAL AND FINAL COMPLETION INSPECTION McKim & Creed will attend both the substantial and final completion inspections at the project site. Following the substantial completion inspection, McKim & Creed will prepare a memorandum with punch list items for the utility portion of the project. Once the Contractor completes the deficiencies, the final completion inspection will be scheduled. Exh 3A-9
16 TASK 9 REVIEW PROJECT CLOSE-OUT DOCUMENTS McKim & Creed will review project close-out documents which include: Evidence of compliance with requirements of governing authorities; Evidence of Payment and Release of Liens Certificate of Insurance for Products and Completed Operations; Warranties and Bonds TASK 10 REVIEW CONTRACTOR AS-BUILT DRAWINGS McKim & Creed will review the as-built drawings submitted by the Contactor for conformance with the observed utility construction. Questions or requests for clarification will be submitted to the Contractor. TASK 11 PROJECT CERTIFICATION McKim & Creed will prepare and execute required permit certifications pertaining to wastewater, water and stormwater to FDEP, Volusia County Board of Health and St. John s River WMD. Applications, attachments and registered surveyor signed and sealed As-Built drawings will be included with the certifications/requests for clearance. COMPENSATION McKim & Creed will complete the Scope of Services in the preceding paragraphs for the fee located in the Construction Services Fee Matrix attached. Exh 3A-10
17 FEE MATRIX AMENDMENT NO. 3 CITY OF ORMOND BEACH JOHN ANDERSON DRIVE ROADWAY IMPROVEMENTS CONSTRUCTION SERVICES FEE PROPOSAL TASK NO. 1 2 Attend Pre-Construction Conference Attend Monthly Progress Meetings Travel RATE: $ RATE: $ RATE: $ RATE: $ RATE: $ /Mile HOURS TOTAL HOURS TOTAL HOURS TOTAL HOURS TOTAL HOURS TOTAL 3 $ $ $22 $ $6, $ $242 $7, Respond to Contractor RFI's 24 $3, $4, $ $2, $ $11, Review Shop Drawings 16 $2, $1, $3, $ $8, Site Visits 110 $16, $11, $4,840 $32, Prepare & Process Change 6 Orders 8 $1, $1, $1, $4, DESCRIPTION Review Contractor Pay Requests Attend Substantial & Final Completion Inspection Sr.Project Manager Project Engineer Engineer Intern CAD Designer Project Admin 12 $1, $1, $ $3, $2, $1, $ $ $44 $4, Docs 8 $1, $ $1, $200 $2, Review Contractor As-Builts 8 $1, $ $1, $2, Project Certification 4 $ $ $ $500 $2, TOTAL $81,508 Printing TOTAL PER TASK DIRECT EXPENSES Description Price Travel Mileage $5, Printing $ Total $5, Exh 3A-11
18 EXHIBIT 3A ESTIMATE OF WORK EFFORT AND COST - GHYABI AND ASSOCIATES Name of Project: John Anderson Drive Roadway Improvements Consultant Name: Ghyabi and Associates County: Volusia Construction Services Amendment No.3 to the Professional Services Agreement Consultant No.: for the John Anderson Drive Roadway Improvements project Date: 7/9/2013 Estimator: Alan King Staff Classification Total Staff Hours RPR Project manager Senior Engineer Project Engineer Senior Designer SH Salary Average By Cost By Rate Per $75.00 $ $ $ $ $80.00 Activity Activity Task Project Tasks $35, $ RPR 1,840 1, ,840 $138, $75.00 Engineer Intern Total Staff Hours 2,116 1, ,116 Total Staff Cost $138, $22, $0.00 $3, $5, $4, $173, $82.18 SALARY RELATED COSTS: $173, Ghyabi SA #3 Fee $173, McKim and Creed SA #3 Fee $81, TOTAL AMENDMENT 3 COMBINED FEE: $255, Project Tasks Units No of Units Hours/ Unit Total Hours Comments Est. Costs Shop Drawing Reviews LS Includes processing and/or review - assume 10 shop drawings to process $5, Site Visits MN periodic based on 8 hrs/month $11, Process Additional Work Requests EA Assume 3 for this estimate $1, Review and Verify Contractor Pay Requests MN Monthly $5, Respond to Contractor's RAI's EA Assume 3 for this estimate $1, Attend Substantial Completion Inspection LS $2, Review Project Close-Out Documents LS $2, Meetings LS See listing below $6, Resident Project Representative WK $138, Project Tasks Total Hours 2116 $173, Meetings: Preconstruction Meeting EA Includes Preparation, attendance, and minutes Monthly Progress Meetings EA Includes Preparation, attendance, and minutes Total Project Manager Meetings Exh 3A-12
ADDENDUM NO. 2. Penny Owens, Assistant Purchasing Agent, City of Knoxville
ADDENDUM NO. 2 DATE: June 6, 2018 TO: FROM: SUBJECT: RFQS TO BE OPENED: All Potential Submitters Penny Owens, Assistant Purchasing Agent, City of Knoxville Addendum No. 2 to the RFQ for Inspection Services
More informationAGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA
AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL ENGINEERING SERVICES FOR WATERMAIN EXTENSION FROM CASPIAN AVENUE CITY OF VOLGA, SOUTH DAKOTA This Agreement, made and entered into this day of, 2018,
More information(TO) TASK ORDER AMENDMENT TO CSC AGREEMENT (PROFESSIONAL CCNA SERVICES) Clerk Tracking No. /f,p -ooo 7'K
(TO) TASK ORDER AMENDMENT TO CSC AGREEMENT (PROFESSIONAL CCNA SERVICES) Clerk Tracking No. /f,p -ooo 7'K I THIS TASK ORDER AMENDMENT (the "Amendment") to the (CSC) Continuing Services ~act for Professional
More informationThis is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order
This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes
More informationAttachment 1 Architectural Services
A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout
More informationATTACHMENT D SCOPE OF SERVICES
ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.
More informationADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW
January 31, 2018 To Whom It May Concern: I. INSTRUCTIONS ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project 18-0018PW A. The following additions, deletions, revisions, and/or
More informationEXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN
EXHIBIT A SCOPE OF SERVICES FOR DISTRICTWIDE CONSULTING ENGINEERNG SERVICES STRUCTURES DESIGN Financial Project ID: 417069-1-32-04 Work Program Item No.: N/A Federal Aid Project ID: County/Section No.:
More informationAPPENDIX D CONSTRUCTION PHASE CRITERIA
A. GENERAL REQUIREMENTS CONSTRUCTION PHASE CRITERIA For the Construction Phase of the Project, the Architect/Engineer (A/E) is responsible for providing project administration for the Owner in accordance
More informationBerlin School RFQ / RFP: Clerk of the Works/Owner s Rep Berlin, Vermont
Request for Qualifications The Berlin School District requests submissions of Qualification Statements and Salary Requirements for the position of Clerk of the Works/Owner s Representative for building
More informationDocument B252TM 2007
Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation
More informationVILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES. Part I: Proposal Information
VILLAGE OF VERNON HILLS REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGER AT RISK SERVICES Part I: Proposal Information A General Information The Village of Vernon Hills is soliciting proposals for construction
More informationSECTION QUALITY REQUIREMENTS
SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.
More information1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES
TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING
More informationSeptember 17, located at of work: Bella. Rd. pay CPH for. This Task CPH, INC. By: Authorized Signature. By: Jeremiah. Printed Name.
TASK ORDER NO. 2014-3 Potential Special Assessment District Ft. Florida Rd. 15 th Street and River Drive, Water Main Extension 5000 West Fulton Street S Sanford, FL 32771 Phone: 407.322.6841 Fax: 407.330.0639
More informationOwner's Representative Scope Matrix - D/B Rev 10/28/2013
Ecluded Owner's Representative Scope Matri - D/B Rev 10/28/2013 The following matri is a worksheet to identify required and optional scope for Owner's Representative services. Please identify the scope
More informationCLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract.
THIRTY-FOURTH AMENDMENT TO MASTER CONTRACT FOR WASTEWATER TREATMENT PLANT ENGINEERING SERVICES ROCK CREEK AWWTF DIGESTER 1 AND 2 MODIFICATIONS PROJECT NO. 6787 CLEAN WATER SERVICES AND CAROLLO ENGINEERS,
More informationUNIFIED FACILITIES GUIDE SPECIFICATIONS
USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.10 20 (February 2010) Changed 1-08/17 ----------------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 45 02.10 (November 2008) UNIFIED FACILITIES
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified
More informationTown of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements
Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements Request for Qualifications Construction Owners Representative & Inspection Services Issued: January 11, 2018 Due: February 5,
More informationExhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction
- State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN
More informationDepartment of Public Works Division of Engineering. Nassau County, New York
TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October
More informationTown of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)
, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION
More informationREQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components
REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro
More informationMain Building Auditorium
Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform
More informationAppendix 3. POLICY & PROCEDURE No
DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:
More informationNAPA SANITATION DISTRICT
NAPA SANITATION DISTRICT PSOMAS COMPANY - TASK ORDER No. 25 HEADWORKS EQUIPMENT REHAB-REPLACE PROJECT (CIP 17726) Date: July 25, 2018 Issued under Professional Services Agreement dated ---------, 2018.
More informationARTICLE 1 - ARCHITECT/ENGINEER S BASIC SERVICES
- Architect/Engineer s Scope of Services (Multiple-Prime Project) State of Ohio Professional Services Agreements for Public Facility Construction 1.1 General ARTICLE 1 - ARCHITECT/ENGINEER S BASIC SERVICES
More informationCITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017
CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS
More informationDocument B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition
Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN
More informationA62 UT PRE-CONSTRUCTION MEETING AGENDA
Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:
More informationA62 PRE-CONSTRUCTION MEETING AGENDA
Provided below are the agenda items typically required by the Owner for the Pre-Construction Meeting. Guidance provided in agenda items does not revise the requirements of the Agreement. Instructions:
More informationTown of Brandon, Vermont US Route 7 (Center Street) Segment 6 Improvements NH 019-3(496) Request for Qualifications
, Vermont US Route 7 (Center Street) Segment 6 Improvements NH 019-3(496) Request for Qualifications Construction Inspection Services Issued: January 18, 2017 Due: February 8, 2017 I. INTRODUCTION The,
More informationTDOT PROPOSED SCOPE OF WORK CEI
REVISED 12/14/09 TDOT PROPOSED SCOPE OF WORK CEI SCOPE OF SERVICES SUMMARY This document is to define as clearly as possible the duties of the consultant with regard to administration of the TDOT construction
More informationPre-Construction Conference Discussion Guide
Pre-Construction Conference Discussion Guide This guide is a summary of the topics normally required at the Pre-Construction Conference based upon the Tennessee Board of Regents Designers Manual standard
More informationREQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District
REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September
More informationSECTION BID FORM
Attachment 1 Contract 13 Addendum 3 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: SECTION 00300 BID FORM CITY OF CAPE CORAL NORTH 2 UTILITIES EXTENSION PROJECT CONTRACT 13 City of Cape Coral,
More informationADMINISTRATIVE DIRECTIVE #CS-04
HILLSBOROUGH COUNTY Office of the County Administrator ADMINISTRATIVE DIRECTIVE #CS-04 SUBJECT: EFFECTIVE DATE: UTILITY COORDINATION PROCEDURES FOR HILLSBOROUGH COUNTY CONSTRUCTION PROJECTS WITHIN COUNTY
More informationAPPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES
Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF
More informationChapter 4 State Requirements for Educational Facilities Section 4.1
providential cause, other impending danger to life safety, or pursuant to Section 1013.46(1)(b), F.S., the board can declare an emergency, can negotiate a contract with a design-build firm, design professional,
More informationCONTRACT FOR CONSULTANT SERVICES Agreement entered into as of MPS Board of Education approval date (if required, NA if not required):
CONTRACT FOR CONSULTANT SERVICES - 2016 Agreement entered into as of MPS Board of Education approval date (if required, NA if not required): For the project: MPS Project Name: By and Between: The Owner:
More informationSECTION QUALITY CONTROL
SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested
More informationJUDD STREET LIFT STATION DEWATERING CONTRACT
JUDD STREET LIFT STATION DEWATERING CONTRACT MONTCALM COUNTY, MICHIGAN MAY 23, 2018 CITY OF GREENVILLE JOB NO. 401-590-975.281 PREPARED BY: CITY OF GREENVILLE ENGINEERING DEPARTMENT 411 S. LAFAYETTE GREENVILLE,
More informationPROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67
August 28, 2018 PROJECT MANUAL for Phantom Canyon Tunnel Repair Project Location On Fremont County Road 67 7.5 miles North of Intersection US Highway 50 with FCR 67 Fremont County, Colorado OWNER: Fremont
More informationCity of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders
City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders Issued: November 15, 2017 Closing Date and Time: January 16, 2018, at 2:00 pm Project Summary The City of Eagle Point is requesting
More informationCity of Eagle Point 2017 Paving Instruction to Bidders
City of Eagle Point 2017 Paving Instruction to Bidders Issued: August 2, 2017 Closing Date and Time: Wednesday August 16, 2016 at 2:00 pm Project Summary The City of Eagle Point is requesting bids for
More informationADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018
Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu
More informationEXHIBIT A SCOPE OF SERVICES FOR. FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES
EXHIBIT A SCOPE OF SERVICES FOR FINANCIAL PROJECT ID(S). Various Projects DISTRICT 2 VARIOUS COUNTIES 1 PURPOSE... 3 2 PROJECT DESCRIPTION... 5 3 PROJECT COMMON AND PROJECT GENERAL TASKS... 6 4 ROADWAY
More informationSECTION CONTRACTOR QUALITY CONTROL
SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.
More informationTown of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services
, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services Issued: March 13, 20192 Due: April 3, 2019 I. INTRODUCTION The, Vermont, herein
More informationAs a state agency, the College administration is required to develop procedures for Construction Manager selection.
COLLEGE of CENTRAL FLORIDA ADMINISTRATIVE PROCEDURE Title: Construction Management Selection Process Page 1 of 2 Implementing Procedure For F.S. 1013.45 Date Approved: 09/11/02 Division: Administration
More informationEL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS February 5, 2019
EL PASO WATER - PUBLIC SERVICE BOARD REQUEST FOR SUBMITTALS RFS 25-19 February 5, 2019 TO: RE: Invited Firms Request for Submittals to El Paso Water - Public Service Board (EPWater) Statement of Work Professional
More informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol
More informationThe Home Depot U.S.A., Inc. Instructions to Bidders
The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding
More informationSAN FRANCISCO PUBLIC UTILITIES COMMISSION INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURES
SAN FRANCISCO PUBLIC UTILITIES COMMISSION INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURES SECTION: SFPUC INFRASTRUCTURE CONSTRUCTION MANAGEMENT PROCEDURE NO: 032 TITLE: SQS PLAN AND SURVEILLANCE PROCESS
More informationSunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735
Sunnycrest Manor 2375 Roosevelt Street Dubuque, IA 52001 Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735 Sunnycrest Manor Kitchen Ventilation SUNNYCREST MANOR KITCHEN VENTILATION 2375
More informationADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013
ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013 BIDDING AND CONTRACT DOCUMENTS FOR THE HORRY COUNTY SOLID WASTE AUTHORITY YARD WASTE MANAGEMENT AND COMPOSTING FACILITY HORRY COUNTY, SOUTH CAROLINA ****************************************************************************************************
More informationOSNI PONCA OFFICE REMODEL
OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING
More informationREQUEST FOR PROPOSALS AUDIT
REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business
More informationEXHIBIT 6 Preconstruction Work
EXHIBIT 6 Preconstruction Work The following tasks shall be accomplished by the CM/GC as part of its obligations during the preconstruction phase. The work is to be coordinated with the services requirements
More informationPING YUEN & PING YUEN NORTH REHABILITATION
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES PING YUEN & PING YUEN NORTH REHABILITATION On behalf of Ping Yuen, L.P. and North Ping Yuen, L.P. ( Owner ), Chinatown Community Development Center
More informationI. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM
I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM A. Delete the following pages and substitute the new pages which are attached and made a part of this Addendum. Changes to existing contract
More informationDRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project
Ms. Elaine Camia Project Manager City of Calabasas 26135 Mureau Road Calabasas, CA 91302 Subject: DRAFT Proposal to Provide Public Works Observation Services for the City of Calabasas Overlay Project Dear
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations
More informationCONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the
CONTRACT AGREEMENT This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the "City") and Contractor as of the date the last party to this Contract Agreement signed below. W I T N E
More informationBidders Name: DOCUMENT 330 BID FORM
Bidders Name: DOCUMENT 330 BID FORM TO: The City of Topeka, Kansas Contracts & Procurement Division 215 S.E. 7th St., Room 60 Topeka, Kansas 66603 Project No. and Description: 1. The undersigned Bidder
More informationADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.
ADDENDUM #2 Design/Build Contractor RFP Bid #0606-14 for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 7, 2014 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San
More informationProfessional Practice 544
February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com
More informationCity of Palo Alto (ID # 4369) City Council Staff Report
City of Palo Alto (ID # 4369) City Council Staff Report Report Type: Consent Calendar Meeting Date: 1/13/2014 Summary Title: Seismic Upgrade Project Amendment #1 w/ URS Title: Approval of Amendment Number
More informationDRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER
DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer
More informationHighlands Housing Authority
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,
More informationREQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.
REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested
More informationAppendix A - Technical Specifications Engineering Services for the Ponte Vedra Blvd 6 CI WM Replacement Project
Appendix A - Technical Specifications Description of Scope of Services GENERAL Consultant agrees to provide Engineering Services for the above project as outlined herein. SCOPE OF SERVICES The Scope of
More information[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B , STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION
[JURISDICTION] S AMENDMENTS TO AIA DOCUMENT B141-1997, STANDARD FORM OF ARCHITECT S SERVICES: DESIGN AND CONTRACT ADMINISTRATION ARTICLE 2.1. PROJECT ADMINISTRATION SERVICES. Paragraph 2.1.2. Paragraph
More informationOxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS
1.1 INSTRUCTION TO BIDDERS Oxford & Area Trails Association River Philip Bridge Construction, Project No.: OATA003 INSTRUCTIONS TO BIDDERS August 7, 2015 SECTION 1.0 INSTRUCTION TO BIDDERS 1.2 TENDER DOCUMENTS
More informationCITY OF MARSHALL, MINNESOTA
Office of the Director of Public Works/City Engineer 344 West Main Street Marshall, MN 56258 507-537-6773 Fax: 507-537-6830 CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR REMOVAL OF
More informationI INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project
I INVITATION TO BID Water Distribution Department The Water Distribution Department is accepting sealed bids for a until 2:45 p.m. (our clock) on March 8, 2018 at City Hall located at 110 Main Street,
More informationTown of Shelburne, Vermont U.S. Route 7 and Falls Road Sidewalk Installation STP BP14(5) and STP SDWK(24)
, Vermont U.S. Route 7 and Falls Road Sidewalk Installation STP BP14(5) and STP SDWK(24) Request for Qualifications Construction Inspection and Testing Services Issued: January 5, 2017 Due: February 2,
More informationREQUEST FOR PROPOSAL. Construction Management Services Not at Risk
REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk
More informationNORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017
SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification
More informationDOCUMENT BID PROPOSAL
DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of
More informationTABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID
TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS
More informationRESOLUTION NO. WHEREAS, the 2012 Long Range Water Plan was presented in a work session to the City of Dothan Commission May 28, 2013; and
RESOLUTION NO. WHEREAS, the City of Dothan entered into contract with Polyengineering, Inc., by Resolution No. 2009-454 on December 15, 2009 to develop new sources of water supply to meet the intermediate
More information700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION
700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single
More informationSECTION SUPPLEMENTARY GENERAL CONDITIONS
SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation
More informationSECTION 1.0 PROJECT REVIEW AND ACCEPTANCE PROCESS
1.1 INTRODUCTION SECTION 1.0 PROJECT REVIEW AND ACCEPTANCE PROCESS 1.1.1 This technical manual has been prepared as a guide for the design and construction of water, wastewater, and reclaimed water system
More informationAGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR MULTI-PRIME PROJECT (New Elementary School at McCandless)
AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR MULTI-PRIME PROJECT (New Elementary School at McCandless) This Construction Management Services Agreement ( Agreement ) is made and entered into this
More informationQUALITY REQUIREMENTS
SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification
More informationADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.
ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP ADDENDUM DATE: February 10, 2017 BID DATE: February 15, 2017, 11:30 a.m. This ADDENDUM is issued to institute the included changes and/or
More informationOWNER S AFFIDAVIT. I, certify that I am the owner of the property described as: ADDRESS: LOT: BLOCK: SUBDIVISION:
DEVELOPMENT SERVICES DIVISION 3521 NW 43 rd Avenue Lauderdale Lakes, FL 33319 (954) 535-2480 Fax (954) 731-5309 www.lauderdalelakes.org OWNER S AFFIDAVIT ATTENTION: BUILDING OFFICIAL I, certify that I
More informationBID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141
BID FORM PROJECT DESCRIPTION Ellis Avenue Stream Improvements City of Glasgow, KY PROJECT NUMBER GRW Project No.: 4339 ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: City of Glasgow 126 East Public
More informationREQUEST FOR QUALIFICATIONS
REQUEST FOR QUALIFICATIONS DESIGN / ENGINEERING TEAM RIVERFRONT TOWN CENTER Town of Shallotte 106 Cheers Street, PO Box 2287 Shallotte, North Carolina 28459 Deadline for Submittal: February 9, 2018 at
More informationSubmission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit
Building Code The Florida State University Building Code Administration Program (BCA) was established in 2001 and is responsible for ensuring that all construction activities on FSU owned facilities are
More informationGuidance for Rating Each Performance Category on Contractor Performance Evaluation
Guidance for Rating Each Performance Category on Contractor Performance Evaluation Section 1: KNOWLEDGE Knowledge of WSSC Standards (Details/Specifications) Extremely knowledgeable of WSSC standards. Contractor
More informationBidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue
Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued
More informationThe purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.
HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS (HCBCC) PURCHASING DEPARTMENT DATE: 6/19/15 BID NO. ITB 15-044 ADDENDUM No. 2 Project.: Owner: Lake Josephine Drive resurfacing Highlands County BCC Attn:
More informationITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)
EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high
More informationDEVELOPMENT SERVICES PO Box 1110 Tampa, FL Date: May 12, Interested Parties. John L. Barrios, CBO, Building Official
DEVELOPMENT SERVICES PO Box 1110 Tampa, FL 33601-1110 DEVELOPMENT SERVICES DEPARTMENT Date: May 12, 2017 To: From: SUBJECT: Interested Parties John L. Barrios, CBO, Building Official THRESHOLD BUILDINGS
More informationRoles & Responsibilities
Roles & Responsibilities Table of Contents Roles and Responsibilities... 2 Corporate Management, Total Energy Services Inc... 2 President/ CEO... 2 VP Legal & General Counsel... 2 Vice President, Operations...
More information