PARKING LOT SEALCOATING & STRIPING. University of Georgia Athens, Georgia
|
|
- Cornelius Simpson
- 8 years ago
- Views:
Transcription
1 PARKING LOT SEALCOATING & STRIPING University of Georgia Athens, Georgia This agreement between the University of Georgia hereinafter called Owner, and Hereinafter called Contractor, is for Sealcoating and Striping of Parking Lots. Furnish all labor, equipment, and materials to seal coat and layout existing parking lots at the University of Georgia Athens, Georgia from date of award thru June 30, 2015 in accordance with the following: A. Work must be done after normal University working hours which are 8:00 a.m.- 5:00 p.m. Monday- Friday except as instructed by the University when vehicles on lots will not be a hindrance to the marking. The Contractor shall obtain and pay all permits, licenses, etc. as required by the City, County, or State and shall give all legal notices and pay all fees required for the work. The Contractor will need to be onsite to inspect/quote within 24 hours of being notified/contacted to inspect/quote. Contractor will need to be onsite to begin work within 24 hour of being notified/contacted of work to be done, weather permitting. For call out/special small jobs the contractor needs to be onsite to begin work within 8 hour of being notified/contacted, all weather permitting. Due to the nature and quality of work required by the University we require a dedicated employee assigned to our scope of work. General Information -Seal Coating Specifications A. General This section covers the seal coating of existing (aged) parking lots using refined coal tar slurry seal coat with additive over the existing (aged) asphaltic concrete pavement to improve the lot prior to re-striping B. Description The successful bidder must provide primer and one coat of refined coal tar emulsion sealer with additive in all areas. Materials A. Refined Coal Tar Emulsion A refined coal tar emulsion prepared from a high temperature refined coal tar conforming to the requirements of ASTM specification 0490 for RT12. The use of oil and water gas tar is not
2 allowed. Base refined coal tar emulsion must conform to all requirements of Federal Specification RP-355. B. Aggregate Use washed dry silica sand or boiler slag free of dust, trash, clay, organic materials or other contaminants. This aggregate should meet the following gradation requirements: Percent Retained Sieve Size Minimum Maximum TABLE 1 #20 or coarser (0.850mm) 0-2 #30 (0.600mm) 0-12 #40 (.425mm) 2-60 #50 (0.300mm) 5-60 #70 (.212mm) 5-60 #100 (0.150mm) 5-30 #140 (.l06mm) 0-10 #200 (.075mm) 0-2 Finer than # This table represents the maximum range of aggregate gradations. In all cases the refined coal tar emulsion supplier is to give written approval of the aggregate used in the mix design. C. Additive As specified by the coal tar emulsion manufacturer. Water: Use water for mixing that is potable and free of harmful soluble salts. Control water temperature so it is at least 50 F (10 C). Crack Sealant: Oil Must be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer. Spot Primer: Must be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer. Pavement Primer: Must be certified for compatibility with the refined coal tar emulsion by the manufacturer of the refined coal tar emulsion, and approved by the engineer. Composition: The refined coal tar emulsion seal coat is to consist of a mixture of refined coal tar emulsion, water, additive and aggregate, and be proportioned as shown in the following table:
3 TABLE 2 Type of Seal Coat Composition & Quantities Water Aggregate Rubber Application Rates Gal./gal of emulsion Lbs./gal. of emulsion Gal./gal/ of emulsion Gal./space/yd. per application Rubberized Sand 0.80 (max) Slurry Rubberized 0.80 (max) Emulsion Sand Slurry 0.15 (max) Plain Emulsion 0.10 (max) D. Application Rate Application rates are not to exceed 0.17 gal/yd/coat, and at no time are total coats to exceed 0.51 gal/yd. E. Precautions Sealer should not be applied unless pavement temperature is at least 50 F (IO C) and the air temperature is 50 F (IO C) and rising. Sealer should not be applied during rainy or wet weather, or when rain is anticipated within eight hours after application is completed. Sealer should not be applied to hot surfaces under the summer sun (over 90 F, ambient) without first cooling the surface with clean water. Water should dampen the surfaces without leaving puddles. Since an emulsion may be damaged by freezing, it should be protected at all times when the temperature drops below 40 F (4 C). Execution A. Crack Sealing Remove all vegetation and debris from cracks to a minimum depth of 1/2. If extensive vegetation exists treat the specific area with a concentrated solution of a water-based herbicide approved by the engineer. Fill all cracks, ignoring hairline cracks (<1/2" wide) with a crack sealant. Wider cracks (over ½ wide (38.4mm)), along with soft or sunken spots, indicate the pavement or the pavement base should be repaired or replaced as indicated in the above specifications for Patching. B. Mixing I. Blend the coal tar emulsion mixture in equipment described in equipment section of these specifications using the ingredients described in Table 2. During the entire mixing and application process, no breaking, segregating, or hardening of the emulsion, nor balling or lumping of the sand is to
4 be permitted. Continue to agitate the seal coating mixture in the mixing tank at all times prior to and during application so that a consistent mix is available for application 2. Small additional increments of water may be needed to provide a workable consistency, but in no case is the water content to exceed the specified amount. C. Application of Aggregate Filled Seal Coat 1. Water Fog: To provide maximum adhesion the engineer may require water fog spray (dampening). 2. Prime Coat: As needed. 3. First Coat: Apply the mixture uniformly to obtain the rates specified in Table Drying and Initial Cure between Coats: Allow each coat to dry and initially cure before applying any subsequent coats. 5. Additional Coats: Additional coats may be applied over the entire surface or in heavy traffic areas such as drive lanes. 6. Final Look: The finished surface must present a uniform texture. D. Drying and Initial Cure I. The final coat must be allowed to dry a minimum of eight hours of good daylight drying conditions before opening to traffic, and initially cure enough to drive over without damage to the seal coat. 2. If marginal weather conditions exist during this eight hour drying time, additional time will be required. In some cases this could exceed 24 hours. 3. Check the surface after this for traffic ability before opening it to vehicle traffic. Equipment and Tools: A. Distributors Distributors or spray units for the spray application of the seal coat shall be self-propelled and capable of uniformly applying 0.15 to 0.55 gallons per square yard (0.69 to 2.5 liters per square meter) of material over the required with of application. Distributors shall be equipped with removable manhole covers, tachometers, pressure gauges, and volume measuring devices. The mix tank shall have a mechanically powered, full-sweep, mixer with sufficient power to move and homogeneously mix the entire contents of the tank. The distributor shall be equipped with a positive placement pump so that a constant pressure can be maintained on the mixture of the spray nozzles. B. Mixing Equipment The mixing machine shall have a continuous flow mixing unit capable of accurately delivering a predetermined proportion of aggregate, water, emulsion (and rubber) and of discharging the thoroughly mixed product on a continuous basis. The mixing unit shall be capable of thoroughly blending all ingredients together and discharging the material to the spreader box without segregation. C. Spreading Equipment Attached to the mixing machine, the spreading equipment shall be a mechanical type squeegee distributor, equipped with flexible material in contact with the surface to prevent loss of slurry from the spreader box. It shall be maintained to prevent loss of slurry on varying grades and adjusted to assure uniform spread. There shall be a lateral control device and a flexible strike-off capable of being adjusted
5 to lay the slurry at the specified rate of application. The spreader box shall have an adjustable width. The box shall be kept clean; coal-tar emulsion and aggregate build-up on the box shall not be permitted. D. Calibration The Contractor shall furnish all equipment, materials and labor necessary to calibrate the equipment. It shall be calibrated to assure that it will produce and apply a mix that conforms to the job mix design. Commercial equipment should be provided with a method of calibration by the manufacturer. All calibrations shall be made with the approved job materials prior to applying the seal coat to the pavement. A copy of the calibration test results shall be furnished to the Engineer. E. Storage of Material and Equipment All materials and equipment used on the job shall be stored off the property of the University of Georgia. All paint shall be brought to the job in and used directly from original sealed cans. General Information -Striping A. General This section covers all painting of lines and arrows on surfaces of parking areas to designate parking stalls and traffic control. B. Quality Assurance All work and materials pertinent to this section of the specifications are to be in accordance with applicable sections and paragraphs of (I) "Standard Specification for the Construction of Roads and Bridges, "Georgia Department of Transportation or DOT Specifications, and the Americans with Disabilities Act Accessibility Guidelines. Materials A. Paint Traffic paint shall be acrylic latex base paint conforming to Federal Specifications No. TT-P for surfaces that have received a seal coating treatment the pavement must be fully cured by the manufacturer recommendations or wait thirty days, whichever is longer. Traffic paint colors for directional arrows and parking stalls shall be as follows: L. Directional Arrows-white 2. Parking Stalls (regular) -white; special stalls require blue, green, yellow, or red as directed. 3. Handicap Car Stencil -blue and white per attached typical 4. Traffic Centerline -yellow 5. Horizontal and Vertical faces of islands or curbs- yellow as indicated on plans Paints shall be Sherwin- Williams Company, Glidden Paint Company, Coranado Paint Company, or approved equal. Authenticated reports of tests of materials should accompany submissions of samples. Vendor will need to match paint colors, styles, markings, striping, and stencils currently in place. Execution
6 A. Lines and Arrows Marking of areas shall be in accordance with Section 652, "Painted Traffic Stripe," DOT Specifications. All Lines shall be laid out by the striping contractor and then inspected by the owner before painting. Striper shall be capable of laying out the most effective parking designs utilizing perpendicular, angular, and regular space size. Lines shall be four inches (4") wide,.018 mils thick when wet and located as shown in drawings. They shall be straight unless otherwise shown in drawings. All edges shall be sharp and neat. Concrete curbs shall not be painted, except horizontal and vertical faces where shown on plans. Directional Arrows shall be executed as detailed on plans by striper, whether it is for painting over existing directional arrows or from plans drawn up by striper to show existing directional arrows for when they completely sealcoat over a lot or from the layout plans the striper draws up when a new lot is layed out. Sweep area to be painted free of dirt and debris. No painting shall be done at temperatures below 45 F, or on wet, damp pavement. Paint shall be sprayed using an airless striping machine. Striping equipment must have a guide to insure straightness of line. All lines shall not vary by 1/4 inch either way in crooked or wavy appearance, due consideration being given to the contours and roughness of the pavement. The paint lines shall be without mist, drip, or splatter. Lines that do not meet these requirements when placed shall be removed and/or corrected by the striper at his or her expense. Specialized Skills Specialized Skills required are Sandblasting. Sandblasting: Remove previously painted directional arrows that are pointed in opposite directions due to new traffic pattern changes. Sandblast the directional markers to eliminate potential vehicle collisions due to arrows bleeding through previous paint over. Prime the surface for the application of new directional markers. INSURANCE Contractor shall be responsible for all injury or damage of any kind resulting from this work to persons or property regardless of ownership. In addition to the liability imposed upon the Contractor on account of personal injury (including death) or property damage suffered through the Contractor's negligence, which liability is not impaired or otherwise affected hereby, the Contractor assumes the obligation to hold the Owner harmless and to indemnify the Owner from every expense liability or payment arising out of or through injury, including death, to any person or persons or damage to property (regardless of who may be the owner of the property) or any place in which work is located arising out of or suffered through any negligent act or omission of the Contractor, Its Agents, Servants or Employees. The Contractor agrees to comply with the provisions of the Worker's Compensation Laws of the State of Georgia and to require all Subcontractors likewise to comply. Prior to the beginning of work, the
7 contractor agrees to furnish the following to the Owner for Itself and for each Subcontractor: certificate from insurance company showing issuance of Worker's Compensation Coverage for the State of Georgia or a certificate from Georgia Worker's Compensation Board showing proof of ability to pay compensation directly. The Contractor further shall maintain such other insurance, with companies acceptable to the Owner (with limits as shown below) as shall protect the Contractor and the Owner from any claims for property damage or personal injury, including death, which may arise out of operations under this agreement. Contractor shall furnish the Owner's Procurement Office all certificates and policies of such insurance (as shown in Attachment B) naming the Owner as an additional insured. All such certificates and policies shall provide that the coverage thereunder and shall not be terminated without at least thirty (30) days prior written notice to the Owner. Contractor's failure to provide said certificates of insurance shall release the Owner from any obligations under this agreement. See attachment for insurance coverage which must be procured by the Contractor at his own expense. Immigration and Security An Immigration & Security form must be completed with correct e-verify number, full date of authorization (MM/DD/YYYY), be signed and notarized. Notary stamp or seal must be visible on page. If you have subcontractors please be certain they complete the page(s) that pertain to them, in the manner as listed above, and return all pages with your bid. LIMITATION OF LIABILITY It is expressly understood and agreed by the Parties that Owner, its parent, subsidiaries and/or affiliates shall not be liable or responsible in any way for any loss of or damage or injury to any equipment as referred to in this Agreement or other personal property belonging to Contractor or any personnel of Contractor while in any area of the building; nor shall Owner, its parent, subsidiaries and/or affiliates be liable for any injury suffered by any personnel of Contractor while on or in the Owner s property. Personnel of Contractor shall make all necessary arrangements for the safety and security of such equipment and other personal property at all times. NOTICES All notices to be given under the contract shall be in writing and addressed to the party to be notified, postage prepaid, by registered or certified mail, return receipt requested, or by delivering the same in person to such party. All notices shall be deemed to have been given as of the date of delivery indicated on the return receipt or date of failure to deliver by reason of changed address of which no notice was given or refusal to accept delivery, or when personally delivered. Any party or person to whom notices are to be sent or given pursuant to the Contract may, by notice to all such other parties or persons mentioned herein, change its address for the giving of notices, provided, however, that a notice of change of address shall be deemed effective only when received by the addressee. Notices to be given hereunder shall be sent or delivered to:
8 Contractor: Owner s Representative: Mr. Michael F. Volk University of Georgia Joe Frank Harris Commons 80 Carlton Street Athens, GA mvolk@uga.edu PRICE, TERM AND RENEWAL a. Owner shall pay Contractor monthly, Net 30, after receipt of proper invoice for the amount owed. b. The Owner shall forthwith pay all taxes lawfully imposed upon it with respect to this agreement. The Contractor will forthwith pay all taxes lawfully imposed upon it with respect to this agreement. By this section, the Owner makes no representation whatsoever as to the liability of exemption from liability of the Contractor to any tax imposed by any Governmental Entity. UGA is sales and use tax exempt. c. Each invoice shall be accompanied by a ticket that shows the following, if applicable: The contract number Lot number where the work was performed Itemized list of work performed Number of single lines painted Number of double lines painted Number of specialized spaces and type painted Number of letters in a stencil painted Number of and type of directional arrows painted Number of DOT directional arrows painted Number of Handicap car stencils painted Number of traffic center lines painted Number of horizontal/vertical faces of islands or curbs Number of sq ft seal coated Number of stop bars painted Number of square feet sandblasted
9 Number of call outs for small/special jobs Number of curb stops painted Number of Layout/Design Newly Painted Lots Number of Layout/Design Newly Seal Coated Lots d. The initial term of the agreement shall be from the date of award to June 30, 2015, upon written mutual agreement by Owner and Contractor, may be renewed up to four fiscal years (July 1 to June 30) thereafter. Any one (1) year renewal increase cannot exceed two percent (2%) of the previous year s rate. Any increase must be submitted in writing and should include supporting documentation justifying the proposed increase. References The Owner reserves the right to request references. TERMINATION Owner and/or Contractor reserve the right to cancel this agreement with 30 days notice.
738-B-297 POLYMERIC CONCRETE BRIDGE DECK OVERLAY. (Adopted 02-20-14)
POLYMERIC CONCRETE BRIDGE DECK OVERLAY (Adopted 02-20-14) Description The polymeric concrete bridge deck overlay shall consist of an epoxy polymer that acts together with special aggregate to form an overlay
More informationBRIDGE FIELD PAINTING, REPAINTING, 412 AND PAINT RESIDUE CONTAINMENT. A. Field Painting, Bridge Repainting and Residue Containment:
412.1 DESCRIPTION BRIDGE FIELD PAINTING, REPAINTING, 412 This specification contains the requirements for the removal, containment, and disposal of existing paint on steel surfaces, preparing the steel
More informationSECTION 311 PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE
PLACEMENT AND CONSTRUCTION OF CEMENT TREATED SUBGRADESOIL CEMENT BASE COURSE 311.1 DESCRIPTION: This item shall consist of a cement treated subgrade base course composed of a mixture of local soil, portland
More informationSECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND.
SECTION 623 CONCRETE BONDING COMPOUND, EPOXY MORTAR AND EPOXY POLYMER CONCRETE OVERLAY SECTION 623.10 CONCRETE BONDING COMPOUND. 623.10.1 Description. This work shall consist of preparing the surface,
More informationDIVISION 300 BASES SECTION 304 AGGREGATE BASE COURSE DESCRIPTION MATERIALS CONSTRUCTION REQUIREMENTS
304.06 DIVISION 300 BASES SECTION 304 AGGREGATE BASE COURSE DESCRIPTION 304.01 This work consists of furnishing and placing one or more courses of aggregate and additives, if required, on a prepared subgrade.
More informationNAPCA BULLETIN 18-99 APPLICATION PROCEDURES FOR CONCRETE WEIGHT COATING APPLIED BY THE COMPRESSION METHOD TO STEEL PIPE
NAPCA BULLETIN 18-99 APPLICATION PROCEDURES FOR CONCRETE WEIGHT COATING APPLIED BY THE COMPRESSION METHOD TO STEEL PIPE GENERAL a. These specifications may be used in whole or in part by any party without
More informationDOCUMENTED QUOTES State of Colorado University of Northern Colorado Notice Number: UNC-224-10
DOCUMENTED QUOTES State of Colorado Notice Number: UNC-224-10 Project No: A-1182 Project Title: J Lot Crackfill, Sealcoat & Striping - Summer 2010 Estimated Construction Cost: $30,000 *ARRA Funding?: No
More informationSECTION 4Aggegate Subbase
The contractor shall moist-cure the completed Lime Treated Subbase for a minimum of days before allowing any traffic on the compacted surface. The contractor shall be responsible for repairing any damages
More informationGUIDE SPECIFICATION COMBINATION SURFACE SYSTEM FOR NEW HOT MIX ASPHALT TENNIS COURTS I. PART 1 - GENERAL
COMBINATION SURFACE SYSTEM FOR NEW HOT MIX ASPHALT TENNIS COURTS I. PART 1 - GENERAL 1.1 SUMMARY A. This section is a part of the entire set of Contract Documents and shall be coordinated with the applicable
More informationColorado State University. Durrell Center Roof Repair
Colorado State University Durrell Center Roof Repair SPECIFICATION: POLYURETHANE FOAM ROOFING l.0 GENERAL REQUIREMENTS The successful application of a polyurethane foam roofing system is dependent upon
More informationSPECIAL NOTE FOR ASPHALT WATERPROOFING MIX FOR BRIDGE-DECK OVERLAYS AND ADJACENT APPROACHES
SPECIAL NOTE FOR ASPHALT WATERPROOFING MIX FOR BRIDGE-DECK OVERLAYS AND ADJACENT APPROACHES 1. DESCRIPTION. Asphalt Waterproofing Mix (AWM) is a highly elastomeric, polymermodified, impermeable asphalt
More informationCA-48 TECHNICAL SPECIFICATION
CA-48 TECHNICAL SPECIFICATION SafeLane surface overlay Pavement Substrate A Cargill Deicing Technology Product Providing customers with deicing solutions that save lives and enhance commerce. Helping to
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
More informationREQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
More informationSPECIFICATIONS FOR BRIDGE CONSTRUCTION SECTION 16 BRIDGE DECK WATERPROOFING. 16.1 General...16-1. 16.2 Materials...16-1. 16.3 Equipment...
SPECIFICATIONS FOR BRIDGE CONSTRUCTION SECTION 16 BRIDGE DECK WATERPROOFING TABLE OF CONTENTS 16.1 General...16-1 16.2 Materials...16-1 16.3 Equipment...16-1 16.4 Installation...16-2 16.4.1 Traffic Restrictions...16-2
More informationBuilding Your Interlocking Concrete Pavement to Last a Lifetime
Building Your Interlocking Concrete Pavement to Last a Lifetime A Guide for Consumers Contents Building Your Interlocking Concrete Pavement to Last a Lifetime.... 3 What Does Installation Involve?....
More informationCITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be
More informationResurfacing Concrete. Page 1 of 5
Resurfacing Concrete Materials List QUIKRETE Concrete Resurfacer (No. 1131) (see calculator on page 5 for quantity needed) QUIKRETE Concrete and Stucco Wash (No. 8601) QUIKRETE Concrete Sealer (No. 8800)
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationHow To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
More informationMinor Cracks in Horizontal Surfaces
Cracks, chips and broken or flaking areas in concrete are not only unsightly, they can lead to further deterioration of the surface. The result is a costly replacement project as opposed to a simple repair.
More informationInvitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
More informationWATERPROOFING FOR CONCRETE STRUCTURES
MANUAL OF CONTRACT DOCUMENTS FOR ROAD WORKS VOLUME 1 SPECIFICATION FOR ROAD WORKS SERIES 2000 WATERPROOFING FOR CONCRETE STRUCTURES Contents Clause Title Page 2001 General 2 2002 Protection of Bridge Deck
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationAsphaltic Wedge Paving
OFFICIAL NOTICE ADVERTISEMENT FOR BIDS Notice is hereby given by the Town of Oregon, Dane County, Wisconsin, will receive sealed bids for Road Construction as listed in this request until 4:00 P.M., Local
More informationINVITATION TO BID. Contractor Services Associated with:
INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND
More informationPHOENIX 370-120 Product Data Sheet (Updated on 14-Jan-2012) www.phoenixasia.com.hk
DESCRIPTION A water borne thin film intumescent coating for the fire protection of structural steelwork. PRODUCT FEATURES AND RECOMMENDED USES Provides up to 120 minutes fire resistance to structural steelwork.
More informationCLASS II BASE COURSE - Section 302
CLASS II BASE COURSE - Section 302 Class II Base Courses are similar to Class I Base Courses, with the exception that placement on a subgrade layer built in accordance with Specification Section 305 is
More informationSPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT
SPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT Sealed Bids DUE DATE: Tuesday, June 21, 2016 3:00 pm LOCATION: District Office: 2000 West State Street Coal Township, PA 17866 INSTRUCTIONS TO BIDDERS
More informationAGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD
AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationSECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS
SECTION 36 - CAST-IN-PLACE CONCRETE PIPE (CIPCP) TABLE OF CONTENTS Section Page 36-1 GENERAL... 36.1 36-2 PIPEMAKING EQUIPMENT... 36.1 36-3 TRENCH EXCAVATION... 36.1 36-4 SPECIAL FOUNDATION TREATMENT...
More informationCITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION
CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION THIS CONTRACT is entered into this day of, 201, by and between the City of Galveston, Texas, hereinafter called the City, and R. Alden Marshall
More information2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA
2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA Issued on January 7, 2015 1 ADVERTISEMENT FOR BIDS 2014/2015 ROADWAY PATCHING PROJECT JASPER COUNTY, GEORGIA Separate,
More informationREQUEST FOR COMPETITIVE QUOTES
REQUEST FOR COMPETITIVE QUOTES ISSUE DATE: 07/18/2011 CONTACT: Jacqueline Rodriguez PHONE NO: 563-589-4291 FAX NO: 563-589-4297 EMAIL: jrodrigu@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING
More informationAPPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT
APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: $ Date: / / Receipt No: Demolition Permit (including Right of
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
More informationCITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids
More informationLOWELL REGIONAL WASTEWATER UTILITY SPECIFICATIONS FOR THE LOWELL MA CONCRETE FLOODWALL REPAIRS
Concrete Repairs LOWELL REGIONAL WASTEWATER UTILITY SPECIFICATIONS FOR THE LOWELL MA CONCRETE FLOODWALL REPAIRS PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. The work will occur within the City of Lowell
More informationCITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS
CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS Quotes for the installation of pavement markings for the City of Corning will be received by the City of Corning at the office of the Department
More informationSECTION 1 GENERAL REQUIREMENTS
Page 1 of 6 SECTION 1 GENERAL REQUIREMENTS 1. SCOPE OF WORK: The work to be performed under the provisions of these documents and the contract based thereon includes furnishing all labor, equipment, materials,
More informationUNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT
UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received
More informationCONSTRUCTION PERMIT REQUIREMENTS
CONSTRUCTION PERMIT REQUIREMENTS Any work to be done in the City right-of-way (ROW), in a utility easement, and certain work on private property, requires an Engineering Inspection Permit from the Department
More informationARDEX GUIDE SPECIFICATION ARDEX Exterior Concrete Repair & Resurfacing Polymer-Modified, Cement-Based, Patch & Horizontal Overlay Materials
ARDEX GUIDE SPECIFICATION ARDEX Exterior Concrete Repair & Resurfacing Polymer-Modified, Cement-Based, Patch & Horizontal Overlay Materials SECTION 03 92 50 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings,
More informationIEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
More informationRecitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
More informationSolicitation Addendum One (1) RFQ 09-07 CARPET CLEANING SERVICES
Solicitation Addendum One (1) RFQ 09-07 6829 North 58th Drive, Suite 202 Glendale, Arizona 85301-2599 A signed copy of this Addendum must be received by on or before the Offer Due Date and time. This solicitation
More informationASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
More informationBUILT-UP ROOF COATING SMOOTH and GRANULE SURFACE SPECIFICATION
07560 BUR BUILT-UP ROOF COATING SMOOTH and GRANULE SURFACE SPECIFICATION PART 1: GENERAL 1.01 SCOPE: To extend the useful service life of the aged or new asphalt built-up roof system and to reduce cooling
More informationRequest for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005
Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta
More informationWastewater Capital Projects Management Standard Construction Specification
CITY AND COUNTY OF DENVER ENGINEERING DIVISION Wastewater Capital Projects Management Standard Construction Specification 10.1 Precast Concrete Pipe 10.1.1 General This section covers material requirements,
More informationCITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL INVITATION FOR BIDS RFP # 2014 01 RFP TITLE TREE TRIMMING SERVICES FOR POWER LINES ISSUE DATE June 28, 2013 DUE DATE July 29, 2013 at 2:00 PM IMPORTANT NOTE:
More informationBID NOTICE. Bids may be delivered or mailed to the Administration Office at the above address. TRAFFIC LINES AND MARKINGS
BID NOTICE Sealed proposals will be received by the Board of Supervisors of the TOWNSHIP OF WEST BRADFORD, 1385 Campus Drive, Downingtown, Chester County, Pennsylvania 19335 until 12:00 Noon on Monday,
More informationGuide to the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program
Guide to the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program Program Conducted by Texas A&M Transportation Institute In Cooperation with the Texas Department of Transportation
More informationWhy Maintain Your Asphalt?
Asphalt Maintenance Why Maintain Your Asphalt? Asphalt pavement is basically sand, gravel and glue. The glue used to keep the sand and gravel together is asphalt, a heavy by-product of oil refining. While
More informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationREQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
More informationCONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
More informationTHIRD PARTY INSPECTION GUIDELINES FOR OWNERS AND GENERAL CONTRACTORS/CONSTRUCTION MANAGERS DS150
THIRD PARTY INSPECTION GUIDELINES FOR OWNERS AND GENERAL CONTRACTORS/CONSTRUCTION MANAGERS DS150 SECTION ONE A. Objective The objective of this guide is to provide Owners and General Contractors/Construction
More informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationRequest for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
More informationSection 02702 SEWER PIPE INSTALLATION AND TESTING
PART 1 - GENERAL Section 02702 SEWER PIPE INSTALLATION AND TESTING 1-1. SCOPE. This section covers the installation and testing of all sewer pipe furnished under the following specification sections: Concrete
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
More informationINDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS
INDEPENDENT CONTRACTOR AGREEMENT THIS AGREEMENT is made the day December, 2015, between the County of Currituck (hereinafter County ) and, (hereinafter Contractor ). RECITALS County is a body corporate
More information**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**
**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,
More informationHow To Paint A State Police Cruiser
Request for Proposal For: STATE OF NEW HAMPSHIRE DEPARTMENT OF SAFETY DIVISION OF STATE POLICE PAINTING OF STATE POLICE VEHICLES PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract
More informationCity of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
More informationCITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
More informationSECTION 07560 FLUID APPLIED ROOFING (LIGHT TRAFFIC DECKS OVER CONCRETE)
SECTION 07560 FLUID APPLIED ROOFING (LIGHT TRAFFIC DECKS OVER CONCRETE) PART 1 GENERAL 1.1 DESCRIPTION 1. Fluid applied flexible acrylic waterproofing system over concrete. This work shall include the
More informationWASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:
WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting
More informationWaterproofing System for Wastewater Tanks in Petrochemical Industries and Refineries
Waterproofing System for Wastewater Tanks in Petrochemical Industries and Refineries Introduction Wastewater of petrochemical industries and refineries contains high amounts of emulsified aliphatic or
More informationSNOW REMOVAL CONTRACT
SNOW REMOVAL CONTRACT THIS SNOW REMOVAL CONTRACT ( Agreement ), is entered into this day of, 20, by and between ( Owner ), acting by and through ( Agent ), its managing agent, whose address is,, Virginia,
More informationSECTION 18 - CAST IN PLACE HIGH PERFORMANCE CONCRETE (HPC)
SECTION 18 - CAST IN PLACE HIGH PERFORMANCE CONCRETE (HPC) 1.0 DESCRIPTION This section details the requirements for materials and methods in the proportioning, mixing, transporting, placing, finishing
More informationState of Illinois Department Of Transportation CONSTRUCTION INSPECTOR S CHECKLIST FOR STORM SEWERS
State of Illinois Department Of Transportation CONSTRUCTION INSPECTOR S CHECKLIST FOR STORM SEWERS While its use is not required, this checklist has been prepared to provide the field inspector a summary
More informationHVAC Installation at the Elberton Arts Center. Request for Proposals
HVAC Installation at the Elberton Arts Center Request for Proposals February 3, 2014 The City of Elberton invites your proposal for design and installation of HVAC systems for the Elberton Arts Center.
More informationTOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION
TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:
More informationSmall Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
More informationDRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
More informationYou have retained us and we hereby agree to serve as your advertising agency in accordance with and subject to the following terms and conditions:
Contract Between an Advertising Agency and Advertiser Form #8 (Fee v. Commission) Date: [Client] [Address] Gentlemen: You have retained us and we hereby agree to serve as your advertising agency in accordance
More informationDivision 2 Section 32 14 13.19 Section 02795
Note: The text must be edited to suit specific project requirements. It should be reviewed by a qualified civil or geotechnical engineer, or landscape architect familiar with the site conditions. Edit
More informationAIR RELEASE, CLEANOUT, AND SEWER MANHOLES
AIR RELEASE, CLEANOUT, AND SEWER MANHOLES **From Hartford IM BLDG(10) DESCRIPTION. This work shall consist of the construction of air release, cleanout, and sanitary sewer manholes; and the furnishing
More informationSECTION 15420 WATER STORAGE TANK PAINTING
SECTION 15420 WATER STORAGE TANK PAINTING PART 1 GENERAL.01 SCOPE A. Section Includes Surface preparation, shop priming, and field coating for interior wet, interior dry, and exterior surfaces of steel
More informationCW 3110 SUB-GRADE, SUB-BASE AND BASE COURSE CONSTRUCTION TABLE OF CONTENTS
December 2014 CW 3110 SUB-GRADE, SUB-BASE AND BASE COURSE CONSTRUCTION TABLE OF CONTENTS 1. DESCRIPTION... 1 1.1 General... 1 1.2 Definitions... 1 1.3 Referenced Standard Construction Specifications...
More informationCREEK Technical Services, LLC
EVALUATION REPORT 2010 FLORIDA BUILDING CODE Manufacturer: Henry Company Report Issued February 20, 2013 999 North Sepulveda Blvd., Suite 800 El Segundo, CA 90245 (800) 486-1278 Manufacturing Plants: Quality
More informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationCOC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
More information1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:
Support and Maintenance Agreement For all CAE Healthcare Products Introduction to Your Support and Maintenance Services With the purchase of any brand new CAE Healthcare Product, customers are provided,
More informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More informationSECTION 03 35 43 POLISHED CONCRETE FINISHING
SECTION 03 35 43 POLISHED CONCRETE FINISHING PART 1 - GENERAL 1.01 SUMMARY A. Provide polished concrete finishing system where indicated on drawings, complete. This section includes the following: 1. Concrete
More informationBENTLEY ELEMENTS COLLECTION LVT
This document refers to the following products: Product Size Installation direction Seams treatment Elements Tiles See specifications 90 None Elements Planks See specifications Stair Step None Note: This
More informationTown of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
More informationCSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
More informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationCORROSION ENGINEERING RESIN-BASED POLYMER CONCRETES AND GROUTS
AN ERGONARMOR COMPANY TECHNICAL INFORMATION SPECIFICATION FOR INSTALLATION 07/11 SUPERSEDES 04/00 PAGE 1 OF 6 CORROSION ENGINEERING RESIN-BASED POLYMER CONCRETES AND GROUTS 1. SCOPE 1.1 This specification
More informationPermit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:
City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit
More informationSANITARY SEWER SPECIFICATIONS
SANITARY SEWER SPECIFICATIONS OCTOBER 2003 HARVEST-MONROVIA WATER, SEWER, AND FIRE PROTECTION AUTHORITY SECTION 1.00 1.10 Purpose The purpose of this document is to assemble the sewer specifications, policies,
More informationPROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS
More information