REQUEST FOR PROPOSALS JANITORIAL SERVICES CONTRACT DATE ISSUED: August 13, 2012

Size: px
Start display at page:

Download "REQUEST FOR PROPOSALS JANITORIAL SERVICES CONTRACT DATE ISSUED: August 13, 2012"

Transcription

1 REQUEST FOR PROPOSALS JANITORIAL SERVICES CONTRACT DATE ISSUED: August 13, 2012 The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set forth, sealed proposals to provide Janitorial Services, at Capital Region International Airport, Lansing, Michigan. A mandatory pre-proposal meeting and walk-through is scheduled for August 20, 10:00 a.m. in the Community room located near bag claim in the Terminal Building, 4100 Capital City Blvd. Proposals must be received in the office of the Capital Region Airport Authority, Capital Region International Airport, Lansing, Michigan, by 10:00 a.m. August 27, Proposals received after this specified time will not be given consideration. To request a copy of the bid package call 517/ M:\Specifications\Janitorial\2012 RFP\Ad.docx

2 INSTRUCTIONS TO PROPOSERS JANITORIAL SERVICES CONTRACT The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set forth, sealed proposals to provide Janitorial Services, at Capital Region International Airport, Lansing, Michigan, as more particularly set forth in the contract. For the information of interested firms and their convenience in the submission of a proposal, the following documents, which constitute the Proposal Package, are being furnished and are attached hereto: 1. Instructions to Proposers; 2. Janitorial Services Questionnaire; 3. Proposal Form; 4. Janitorial Services Contract; 5. Janitorial Specifications. This contract covers the Terminal building located at 4100 Capital City Boulevard. It is the intention of the CRAA to select one (1) qualified janitorial services contractor and to enter into the enclosed Janitorial Services Contract. A mandatory pre-proposal meeting and walk-through is scheduled for August 20, 10:00 a.m. in the Community Room located near bag claim on the first floor of the terminal. Each interested firm must complete and return the attached Proposal Form and Business Information Questionnaire, filling in the forms completely and in full accordance with these instructions; so that the proposal is received in the office of the Capital Region Airport Authority, Capital Region International Airport, Lansing, Michigan, by 10:00 a.m. August 27, Proposals received after this specified time will not be given consideration. In addition, all proposers must submit business information data on the form provided for that purpose. A DBE Program should also be included. The CRAA reserves the right to consider the relative experience and qualifications of each of the respective proposers and to select the proposer to whom it will award a contract. Each proposer must produce evidence satisfactory to the CRAA concerning the experience and ability of the firm to complete the Janitorial Services Contract. The CRAA reserves the right to reject any and all proposals and to waive any informality or irregularity in the submittals. The CRAA shall be the sole judge of the adequacy of proposer s qualifications. The CRAA will award to the proposer best meeting the airport's needs, as determined by the CRAA in its discretion. The CRAA is not bound to award the Concession based on lowest price. The CRAA reserves the right to negotiate with one or more firms after opening proposals. The CRAA may, in its discretion, conduct one or more interviews with firms prior to selection. Prospective proposers should familiarize themselves fully with these documents and the needs

3 of the CRAA. The submission of a proposal shall mean that the proposer is thoroughly familiar with the area, the necessary equipment and the condition thereof and all of the stipulations and requirements. Should a proposer find any discrepancy in or omissions from these "Instructions", "Contract", or other proposal documents, he/she should at once notify the CRAA in writing, which will send clarifying written instructions to all prospective proposers. The CRAA will not accept responsibility for any other explanations or interpretations of the instructions. No proposal will be considered from any person, firm or corporation who has failed to perform acceptably any existing or prior contract or agreement with the CRAA.

4 Capital Region Airport Authority Janitorial Services Questionnaire A. GENERAL INFORMATION Name: Business Address: Telephone Number: Federal ID or Social Security #: How long has this firm been in business: Does this firm operate as a: Sole Proprietorship. If so, who owns this company? Corporation. If so, what State are you incorporated in? Partnership. If so, list Partners List company officers and titles: Company Officers Titles Please enclose any literature that describes your company or the scope of its operation. Please indicate the number of employees in the greater Lansing area. Average length or employment of cleaning personnel: Full-Time Years Part Time Years List any other services provided by your company 1 M:\Specifications\Janitorial\2012 RFP\Janitorial Questionnaire.doc

5 B. FINANCIAL Describe briefly the financial position of your company as of March 1, Specifically, provide information that will permit us to evaluate the financial stability of your company. Financial References: Institution Contact with Phone Number List projects presently contracted or contracted during the last two years in the Lansing area. Company Contract Company Amount Period Previous Work Reference: Company Contract Company Amount Period C. OPERATIONS Does your company do drug screening? Does your company do pre-employment screening? Describe screening process briefly: 2 M:\Specifications\Janitorial\2012 RFP\Janitorial Questionnaire.doc

6 Explain your training program and include documentation. Describe your company s method of supporting your on-site cleaning staff (including organizational chart). Disclose your company s pay rates for the following categories: Pay Rates Project Manager Assistant Manager Supervisors General Cleaner $ Hour $ Hour $ Hour $ Hour 3 M:\Specifications\Janitorial\2012 RFP\Janitorial Questionnaire.doc

7 CAPITAL REGION AIRPORT AUTHORITY PROPOSAL for JANITORIAL SERVICES TOTAL MONTHLY RATE (For all services & supplies per specifications) $ per month In addition to total monthly rate, please provide unit pricing for the following services should they be requested outside the scope of work as specified: Carpet cleaning (truck mount system): Window cleaning (exterior windows): Proposal Submitted By: (Name) (Title) (Address) (Phone) (Signature of Authorized Representative) M:\Specifications\Janitorial\2012 RFP\Janitorial Rate Page.doc

8 JANITORIAL SERVICES CONTRACT

9 TABLE OF CONTENTS Page 1. INTRODUCTION Nature and Scope of Employment 1.2 Joint Cooperation 1.3 Term of Contract 2. SERVICES Specific Janitorial Services 2.2 Training Materials 2.3 Permits and Licenses; Compliance with Law 2.4 Sanctions for non-compliance 2.5 Costs of Contractor 3. PERSONNEL Contractor Personnel 3.2 Security 3.3 Personnel Acceptability 3.4 Uniforms 4. MATERIALS AND SUPPLIES... 4 Materials and Supplies Costs. 5. EQUIPMENT Equipment Supplied by Contractor 5.2 Equipment Type 5.3 Authority Approval of Equipment 6. COMPENSATION Authority s Obligation to pay Compensation 6.2 Amount of Compensation 6.3 Payment Procedure 6.4 Adjustment to the Amount of Compensation 6.5 Adjustments for Change in Services 6.6 Withholdings 7. INDEMNIFICATION Indemnification of Airport Authority 7.2 Indemnification of Contractor 8. SPACE AND OTHER ACCOMMODATIONS PROVIDED BY THE AUTHORITY Space and Utilities 8.2 Employee Parking 9. JOINT REVIEW Joint Review 9.2 Work Logs 10. TERMINATION FOR BREACH Notice of Breach and Termination 10.2 Termination by Contractor Based on Authority s Failure to Pay the Net Amount Due i

10 11. NOTICES... 6 Form of Notices and Delivery 12. GENERAL PROVISIONS Severability 12.2 Headings 12.3 Entire Contract 12.4 Amendments 12.5 Assignments 12.6 Choice of Law or Jurisdiction 12.7 Non-Waiver 12.8 Counterparts 12.9 Right of Survivorship Insurance Exhibit A Janitorial Specifications ii

11 JANITORIAL SERVICES CONTRACT This Contract, made this, 2012, by and between CAPITAL REGION AIRPORT AUTHORITY, a Michigan corporation organized under the laws of the state of Michigan (herein after referred to as the ( Airport Authority or Authority ) and (herein referred to as Contractor). RECITALS: WITNESSETH: A. The Airport Authority owns and operates the terminal building at Capital Region International Airport, Lansing, Michigan and needs various janitorial services regularly provided for the benefit of all users of the terminal building. B. The Contractor has extensive experience and expertise in providing janitorial services and in providing certain of the materials and supplies needed therefore. C. The Parties wish to contract for janitorial services of the Contractor to provide such janitorial services for the Airport Authority at this terminal building at Capital Region International Airport. NOW, THEREFORE, in consideration of the foregoing and the terms and conditions set forth below, the parties agree as follows: 1. INTRODUCTION 1.1 Nature and Scope of Contract. The Airport Authority hereby contracts with the Contractor as the sole, exclusive provider of janitorial services as set forth in section 2, and to provide certain materials, supplies and equipment for the efficient performance of such services as set forth in sections 4 and 5. The Airport Authority agrees to pay the consideration therefore as provided in section 6. Contractor accepts such duties and responsibilities and agrees to provide such services and to make available to the Authority such materials, supplies and equipment, all as set forth herein. 1.2 Joint Cooperation. The closest collaboration and cooperation shall be maintained by Contractor with representatives of the Authority and the Authority will be at all times entitled to be advised, at its request, of the status of the work performed by contractor and of the details thereof. 1.3 Term of Contract. The term of this Contract shall be for three (3) years, commencing on, 2012, with an option to renew for two additional one year terms upon satisfactory performance under this Contract and at the discretion of the Authority, unless terminated earlier pursuant to this Contract. The Contract renewal price may be adjusted by the Authority upon review and renegotiation after the initial three (3) year term. It is expressly understood by both parties that the pricing shall remain firm for the initial three year term, price adjustments will be made only for any option year(s), provided the Authority and Contractor enter into Contract for the option year(s). Contractor may be granted option to renew only upon satisfactory performance under this Contract and option will be exercised by the Authority no later then forty-five (45) days prior to the expiration of the contact or first renew term pursuant to the conditions of SERVICES 2.1 Specific Janitorial Services. (a) The Capital Region Airport Authority hereby retains contractor to furnish services as 1

12 specifically assigned by the Authority in connection with the furnishing of labor, material, equipment, supervision, tools and all other items, facilities and personnel necessary to provide janitorial services for the Terminal Building at Capital City Airport, which services are more particularly described in Exhibit A which is included in this Contract. Said work shall be performed on and about designated airport property in accordance with the terms of this Contract and Exhibit A. (b) Contractor agrees to train, manage and direct its employees to provide all required services to the Airport Authority. Such training, management, and direction shall be provided in the context of the physical areas, job descriptions and duties of the Contractor s employees and the elaboration of Contractor s duties as are set forth in the Exhibits attached hereto and hereby incorporated in this Contract by reference. 2.2 Training Materials. Contractor will, at its expense, provide and maintain all necessary training equipment, films, slides, literature, daily work and project schedule, indices, standard operational procedures, and all material used to train Contractor s employees. Such material shall, at all times, remain the property of Contractor. 2.3 Permits and Licenses; Compliance with Law. Contractor shall, at its expense, procure all licenses and permits which are or may become required for the lawful rendering of the janitorial services and Contractor agrees to comply with all statutes, ordinances and regulations which are applicable to the conduct of its services and activities hereunder. 2.4 Sanctions for noncompliance. In the event of Contractor s non-compliance with any or all of the above, the Authority shall impose such sanctions as it may determine to be appropriate, including but not limited to: a. Withholding of payments to Contractor until Contractor complies, and/or b. Cancellation, termination or suspension of the Contract in whole or in part. 2.5 Costs of Contractor. (a) Contractor shall pay all direct operating costs incurred in connection with the janitorial services it provides. The term direct operating costs means all costs directly attributable to the provisions of the services hereunder except that the term does not include those items listed in paragraph (b) below. The term includes (but is not limited to) the following costs: 1. Salaries of all Contractor personnel, 2. Taxes and fees imposed by federal, state and local authorities in connection with the provision of the services, as well as mandated insurance coverages, 3. Training materials described in 2.2, 4. Purchase of additional or replacement equipment. (b) The following costs are not direct operating costs and are not costs which are to be paid by Contractor as provided in (a) above: 1. Repair and maintenance of space provided to Contractor pursuant to section 9.1; unless repair is due to Contractor negligence or abuse. 3. PERSONNEL 3.1 Contractor Personnel. (a) Contractor agrees to furnish, at its own expense, all coordinating management personnel which, in its judgment, are required for the proper performance of the janitorial services. One of such persons shall be an on-site manager, who shall be Contractor s chief representative in connection with the performance of Contractor s duties under this Contract. Contractor shall provide a 24-hour contact telephone number to the Authority. Contact is to be a supervisory person and number is not to be a pager, answering machine, or answering service. Cell phone contact with such person is acceptable. Contractor shall also provide direct contact numbers for on-shift supervisory personnel so they can be contacted for service request. 2

13 (b) In addition to the management personnel, Contractor will furnish all necessary janitorial service employees, supervisory, training and technical and special projects personnel as required for the efficient performance of services. (c) Contractor will be required to have appropriate staff on duty in the Terminal Building during operational/business hours, seven days per week, as well as appropriate staff after operational/business hours to perform tasks as specified in exhibit A. (d) The employees (including subcontractors) of Contractor shall be deemed to be under the sole control and direction of the Contractor, who shall be directly responsible for their acts and omissions. (e) It is understood that the Contractor is obligated to frequently inspect the quality and effectiveness of Contractor s services and work and, when inspections indicate that there is a deficiency, the Contractor will then follow through without hesitation to correct the deficiency. All of the personnel described in sub-paragraphs (b) and (c) will be employees of Contractor. Contractor will pay all of their salaries and all payroll and other taxes, fees, worker s compensation insurance and other charges or insurance levied or required by any federal, state or local statute in connection with their employment. Contractor is to be held responsible for all acts/omissions of its employees and subcontractors. 3.2 Security. All Personnel shall be issued an approved Airport Identification Badge. Personnel must possess this identification to perform janitorial duties. Badges are issued through the Airport Operations Department and require the following: 1. $100 deposit per badge. $50 refunded upon surrender of badge year employment back-ground check performed by Contractor (Must be kept on file and made available to the Authority upon request). 3. Successful completion of a criminal background check, including finger printing, performed by Airport Operations. $40, non-refundable fee for finger printing. 4. Successful completion of a security class conducted by Airport Operations. 5. Security threat assessment must be completed for each employee (to be badged) based on information obtained from badge application form. Due to new TSA Directives in which all applicants are subjected to TSA Threat Assessments, it is recommended that you schedule any new employees for the Security and SIDA class and/or fingerprinting two to three weeks prior to their start date. Please keep in mind that fingerprint results are only valid for 30 days from the print date so the badge must be picked up within that time frame. Our airport does not participate in sharing SIDA information to another airport so any request will be denied. 6. Authority reserves the right to deny issuance of a badge for security purposes. 7. Denial or inability to attain and/or maintain an Airport issued security badge will in effect deny employment of the individual at the airport. 3.3 Personnel Acceptability. All Contractor personnel must be acceptable to the Executive Director or his designee. The Executive Director or his designee may require a replacement of personnel deemed not acceptable. The Authority shall have the right at all times to require Contractor to remove and/or replace any personnel working on the Authority s property. 3.4 Uniforms. Contractor shall, at its own expense, furnish uniforms for all non-management personnel. Uniform design shall be approved by the Authority prior to being placed in service. 3

14 4. MATERIALS AND SUPPLIES Materials and Supplies Costs. (a) The cost of all materials and supplies which are needed in connection with the performance of the janitorial services is included in the Contract amount. (b) The Airport Authority is exempt from state and local sales and use taxes. The Authority will furnish to Contractor a Certificate of Tax Exemption upon the commencement of services. (c) Exterior window washing, high window washing, regular carpet maintenance, and deep carpet cleaning will be performed by or may be subcontracted and managed by Contractor as part of this contract. Any work subcontracted will be deemed to have been performed by contractor. 5. EQUIPMENT 5.1 Equipment provided by Contractor. All equipment provided by Contractor in connection with the rendering of janitorial services (including computer hardware and software) shall remain in the property of Contractor. Contractor shall be responsible for the repair, maintenance, and replacement of such equipment, at no additional cost to the Airport Authority. 5.2 Equipment Type. Contractor shall supply all necessary equipment to fulfill its obligations as specified under this Contract. 5.3 Authority Approval of Equipment. All equipment is expected to be in good repair. All equipment used is subject to approval of the Airport Authority and shall be replaced at Contractor expense upon request by the Airport Authority. 6. COMPENSATION 6.1 Authority s Obligation to Pay Compensation. In consideration of the performance by Contractor of the services, the Authority agrees to pay to Contractor, at the times set forth in section 6.3, and the terms set forth in section 6.2 the Contract amount. 6.2 Amount of Compensation. Subject to adjustments as provided in subsequent sections of this section 6, the Agreement amount to be paid shall be $ per month. If the services commence on a day other than the first day of a month, or services terminate on a day other than the last day of a month, the Agreement amount for the first or last period shall be prorated on the basis of the number of days within such first or last month on which services were provided. 6.3 Payment Procedure. Contractor will submit invoices for each month on the last day of the month worked. Such invoices shall contain an explanation/breakdown of the hours being billed. The Airport Authority shall pay to Contractor the Agreement amount for services provided by the fifteenth of the following month, provided all services were rendered satisfactorily. If the Authority does not approve Contractor s invoice pursuant to section 6.6, the Authority shall pay such amount as it deems owing to Contractor, and give Contractor written notice of why such approval was not given. 6.4 Adjustment to the Amount of Compensation. Pursuant to the terms of Section 1.3, the contract amount will remain firm for the initial three year period. For any option year, both parties agree to enter good faith negotiations for a price adjustment. 6.5 Adjustment for: Change in Services. The contract amount has been established on the basis of an area and applicable scope of work. If the total amount of area or the scope of work is enlarged, reduced or altered in any manner, the Authority and Contractor shall enter into good faith negotiations to adjust the contract amount accordingly. Claims for additional 4

15 compensation which may arise from such changes or any revision to the services provided proposed to be made by Contractor shall be presented in writing to the Authority before work shall commence under any changed condition. In any case, where Contractor deems any extra compensation is due it for any work not covered herein, Contractor shall notify the Authority in writing of its intention to make claim for extra work before Contractor begins the work on which the claim is based. If such notification is not given and the Authority is not afforded a strict accounting of actual costs, then Contractor hereby agrees to waive any claim for its extra compensation. Contractor shall not be required to undertake work under any changed conditions without prior written agreement or authorization by the Authority for extra compensation attributable to the changed conditions. Any compensation for extra work will be based upon the hours worked and the Contractor s published pay rates for the positions involved. 6.6 Withholdings. Contractor agrees that portions of the monthly contract amount may be withheld for unsatisfactory performance based on regular inspection scores in accordance with section Withholdings (penalties) will be based on inspections as follows: 1. 0%-50% score, 50% of monthly contract deduction 2. 51%-89% score, 25% of monthly contract deduction Amount will be withheld from invoice for the month of substandard service. Repeated substandard inspection scores may result in immediate termination of the contract. Penalties will apply if deficiencies are not corrected by next day. 7. INDEMNIFICATION 7.1 Indemnification of Airport Authority. Contractor agrees to indemnify and hold the Authority and its directors, officers and employees harmless from any liability imposed against the Authority by reason of the negligence, acts, errors, or omissions of Contractor or its employees, agents, or servants. 7.2 Indemnification of Contractor. The Capital Region Airport Authority shall indemnify and hold Contractor and its partners, directors, officers and employees harmless from any liability imposed against Contractor by reason of the negligence, acts or omissions of the Authority or its employees. This paragraph does not constitute a waiver or release by the Airport Authority of any legal or equitable defense, such as but not limited to governmental immunity, which shall be fully applicable hereto. 8. SPACE AND OTHER ACCOMMODATIONS PROVIDED BY THE AUTHORITY 8.1 Space and Utilities. The Authority shall provide Contractor with an area which may be used as an office, storage space and facilities on the Authority s premises from which Contractor will conduct the services. Such office and storage space shall be under the control of Contractor. The provision of such space shall include all utilities (including water, sewer, electricity and local telephone service). Such space, local facilities and utilities shall be provided without cost to Contractor. 8.2 Employee Parking. Contractor employees shall be entitled to free parking during their work hours. 9. JOINT REVIEW 9.1 Joint Review. Authority representative and Contractor will meet on a weekly basis for the purpose of reviewing Contractor s performance with respect to the services and generally to review the results of operations under this contract in comparison with the expectations of the parties. Additionally, Authority representative and Contractor representative will jointly inspect the building monthly. Such inspections will be formal, written or electronic inspections and are to be filed as part of records of Quality Control. In addition to the above inspections, Contractor is to provide and show evidence of scheduled and unscheduled visits by management level staff to ensure optimum levels of cleanliness in accordance with this contract. 5

16 9.2 Work Logs. All hours worked under this contract are to be recorded and kept by contractor and available for review at any time by the Authority. 10. TERMINATION FOR BREACH 10.1 Notice of Breach and Termination. The Authority may terminate this contract or any supplement hereto at any time, without forfeiture, waiver or release of any rights of the Authority, upon default or breach by the Contractor in the performance of the services to be provided by Contractor under this contract or any supplement hereto or in the nonobservance or non-compliance with any of the terms and conditions of this contract or of any supplement hereto, or if the Authority determines, in the Authority s sole discretion, that the services rendered or work performed by Contractor is unsatisfactory in any way. The Authority may give Contractor immediate written notification of such termination at any time. Upon notice of such termination, Contractor shall immediately cease all services or work under this contract and any supplement hereto, as applicable. Contractor shall invoice and be paid for only those services rendered and work performed through the date of termination which are reasonably satisfactory to the Authority. Notwithstanding the above, Contractor shall not be relieved of liability to the Authority for damages sustained by the Authority by reason of any breach or default of this Contract or supplement hereto by Contractor and the Authority may withhold any payments to Contractor for the purpose of set off for such damages so sustained by the Authority. For any other cause whatsoever, or for no cause, the Authority shall have the right to terminate this Contract or any supplements hereto at any time upon thirty (30) days written notice to Contractor of such termination. Contractor shall cease all services or work upon those services rendered and work performed through the date of termination, and shall provide any and all documents and reports relating thereto, to the Authority, as applicable, upon payment to Contractor Termination by Contractor Based on Authority s Failure to Pay the Net Amount Due. Notwithstanding the provisions of Section 1.3 Contractor may terminate this Contract upon thirty days written notice if the Authority fails or refuses to pay Contractor in accordance with the provisions of Sections 6.1, 6.2, 6.3(a). 11. NOTICES Form of Notice and Delivery. Any notice required or permitted under this Contract shall be in writing and shall be delivered either personally or by certified or registered mail, with proper postage prepaid to: Custodial Address: Capital Region Airport Authority: 4100 Capital City Boulevard Lansing, Michigan ATTN: TIM HAIZLIP In the event the date of actual receipt of any notice is not recorded, notices shall be deemed to have been received on the third day after post. 12. GENERAL PROVISIONS 12.1 Severability. If the court holds any part, term or provision of this Contract to be unenforceable, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if this Contract did not contain the particular part, term or provision. 6

17 12.2 Headings. The headings that appear in this Contract have been inserted for the purpose of convenience and ready reference. They are not intended to, and shall not be deemed to, define, limit or extend the scope or intent of any provision hereof Entire Contract. This Contract has been negotiated and prepared by and for the parties equally and shall not be construed as having been drafted by one party. When fully executed, it shall supersede any and all prior and existing Contracts, either oral or in writing. This Contract contains the entire Contract between the parties hereto with respect to the subject matter hereof Amendments. Other than as provided in Section 6.5 any amendments or modifications to this Contract must be made in writing and signed by the parties Assignments. This Contract is not assignable by either party without the prior written consent of the other party, except for an assignment by either party to a parent or a controlled subsidiary of that party Choice of Law or Jurisdiction. This Contract shall be governed by the laws of Michigan. The parties agree to submit to the jurisdiction of the courts within the State of Michigan Non-Waiver. No waiver of any default will be construed to be or constitute a waiver of any subsequent default Counterparts. This Contract may be executed in one or more counterparts, each of which shall be a separate document but all of which constitute one and the same instrument Right of Survivorship. In the event the Authority is to cease to operate under the name under which it executed this Contract, the authority shall assign to any successor entity this Contract and require such successor entity to assume this contract for services Insurance. Contractor, at its own expense, shall maintain commercial general liability (CGL) insurance covering the Contractor and the Authority against claims for bodily injury, personal injury, death, property damage and all other insurances as outlined in the Airport Rules and Regulations, which are incorporated as part of this contract. Such insurance shall have a limit of not less than $1,000,000 each occurrence. A. Contractor shall, at its own expense, procure its own worker s compensation and employer s liability insurance as provided under the laws of the State of Michigan. B. Contractor, at its own expense, shall maintain statutory unemployment insurance protection for all its employees. C. Insurance policies (except Worker s Compensation and Unemployment Insurance) shall include the Authority and all its directors, officers, employees and agents as additional insureds. The Authority shall not have liability for any premiums charged for such coverage, and the inclusion of the Authority as an additional insured is not intended to and shall not make the Authority a partner or joint venture with Contractor in Contractor s operations at the airport. D. Contractor shall furnish the Authority with certificates evidencing existence of valid policies of insurance with the coverages specified, which certificates shall state that the coverages shall not be amended so as to decrease the protection below the limits specified herein or be subject to cancellation without at least thirty (30) calendar days advance written notice to the Authority. A renewal policy or renewal certificate shall be delivered to the Executive Director at least thirty (30) calendar days prior to a policy s expiration date, except for any policy expiring on the expiration date of this Contract or thereafter. 7

18 E. In the event Contractor shall at any time fail to have in effect the insurance required under the provisions of this Contract, the Authority shall have the right to terminate this Contract at any time. In the event Contractor shall at any time fail to provide the Authority with the certificate or certificates required under the provisions of this Contract, the Authority shall have the right to terminate this Contract at any time. I witnesseth whereof the parties have entered this Contract the date and year first above written. CAPITAL REGION AIRPORT AUTHORITY By: Robert F. Selig, Executive Director Bonnie Wohlfert, Secretary CONTRACTOR By: Witness 8

19 Capital Region Airport Authority Janitorial Specifications for Capital Region International Airport RESTROOMS Location: Ticket Lobby, Baggage Claim, Gate 7, Gate 9 and Business Conference Center Daily (Monday Sunday) Daily normally 5:00 a.m.- 8p.m. 1. Empty all trash and sanitary napkin receptacles and wipe clean exterior surfaces. Replace liners if needed. The cloth used for trash receptacles shall not be used for any other cleaning procedures. 2. Remove all paper and other litter from the floor, counter tops, and other surfaces. Clean all counter tops and sinks with disinfectant and wipe surfaces dry. 3. Sweep entire floor surfaces, including under toilets, up to wall as needed during the day. 4. Mop floors as needed daily during operating hours. 5. Restock soap, toilet tissue and paper towels as needed and wipe exterior surfaces with disinfectant. 6. Clean all mirrors with glass cleaner, leaving a streak free surface. Clean all partitions, doors, walls, and light switches. 7. Clean all basins, toilet bowls and urinals as needed and wipe dry top, bottom, backs and underneath bowl area. Use plungers to clear stopped up commodes before contacting operations. Cloths used for this procedure shall not be used for any other cleaning procedure. 8. Report any problems to operations. Nightly 8p.m- 1.a.m. 1. Clean and disinfect insides of all trash receptacles, towel holders and sanitary napkin receptacles, restock if needed. 2. High dust lights and vents, wipe down heater covers and tops of mirrors (weekly). 3. Mop all floors up to walls using clean water and solution for each bathroom. 4. Damp wipe clean and polish all bright work (faucets, chrome piping, flush mechanisms, stainless steel corners, etc.) 5. Wash and disinfect all partitions and doors and let air dry. 6. Wash and disinfect all tile walls once a week and let air dry. 7. Thoroughly clean all toilet bowls and urinals. 8. Damp wipe clean and polish light fixtures once monthly. 9. Machine scrub all floors with disinfectant solution, using a corner brush to scrub where tile floors meet tile walls, and rinse thoroughly, ensuring floors are dry before 5:00 am. (weekly) Treat all sink and floor drains with approved drain maintainer/odor neutralizer to keep drains flowing freely and free from odor weekly. Notes Supervisory personnel need to check restrooms at start of daily shift to ensure cleaning from previous night has been accomplished. Restrooms at these locations need to be checked and/or serviced once per hour daily during operational hours 6am-10pm to ensure any issues can be corrected. All on-duty personnel need to be available to respond to service request during operational hours. Service intervals may increase with inclement weather (rain or snow). All restroom floors and walls are ceramic tile. All contractor personnel must adhere to the following provisions before entering opposite sex restrooms: Be certain restroom is unoccupied by announcing loudly three (3) times, Maintenance, is there anyone in this restroom? If there is a positive reply, do not enter until all occupants have left. If restrooms are unoccupied, use restroom closed markers located on walls at each entrance, for those with doors, chock door open and leave that way until finished with assignments. Closure signs must remain in place the entire time contractor personnel are in the restroom. Night work can begin in these areas generally after 6:30p.m. All restrooms will need to be checked before leaving for the night to ensure no service is needed. Service intervals/work hours depend upon flight schedules and may need to be adjusted. 1

20 Location: Second and Third floor Hallway Daily 5a.m. 8p.m. Nightly 8p.m.- 1a.m. Supervisory personnel need to check restrooms at the start of daily shift to ensure cleaning from previous night has been accomplished and periodically throughout the day to ensure dispensers are stocked to appropriate levels and that restrooms remain clean. If restrooms need service during operational hours, ensure all personnel follow entry procedures listed in notes in preceding section. Service restrooms according to 1, 2, 3, 4, 5, 6, 7, and 8 in preceding nightly section except that 6 shall be done once monthly in these areas and corner brush shall be used to clean where tile walls meet tile floors in conjunction with 7. Once weekly, clean doors and door frames at these restrooms with cleaning solution top to bottom (use clean cloth to wipe dry stainless steel kick plates on doors equipped with them). PUBLIC ENTRANCES Location: First floor throughout terminal building Daily 5a.m.- 8p.m. Supervisory personnel need to check all entrances at start of daily shift to ensure cleaning from previous night has been accomplished. Additionally, all entrances, including those on the first floor behind the secure line, need to be monitored throughout the day to ensure they remain clean. Frequency of monitoring/service may increase during daily operational hours in inclement weather (rain or snow). While servicing entrances during daily operational hours, all appropriate warning signs (such as wet floor signs) need to be placed in plain sight and removed promptly when assignments are completed. The following will be done as needed upon monitoring during operational hours: 1. Empty all trash receptacles (located at entrance areas on exterior of building). 2. Monitor front sidewalk and sweep as needed during operational hours. 3. Sweep floors and vacuum runners. 4. Clean glass with glass cleaner. 5. Dust ledges and any fixtures in the entrances. 6. Mop all floors (do not move runners during operational hours). 7. Respond to any calls for service. Nightly 8p.m.-1a.m. 1. Wipe down all walls (tile surface in main entrance, vinyl surface in all others) once weekly. 2. Thoroughly wash walls once annually, using a corner brush to scrub where tile walls meet tile floors. 3. Remove runners, sweep and mop all floors and return runners when dry. Ensure areas behind cart dispensers are swept (vacuumed) to prevent dust buildup. Do not attempt to move dispensers to mop behind. 4. Vacuum all runners. 5. Thoroughly clean runners at all entrances once a week with approved method (runners may be taken off-site for cleaning but must be in place by 5:00 a.m.). 6. Clean and polish all stainless steel surfaces in entrance areas (i.e. Smarte-Cart dispensers) once weekly. 7. Dust all metal door and window frames, using appropriate equipment to reach high areas in main entrance and appropriate polish or fiber duster, as well as vents and heater covers. 8. Once quarterly, thoroughly clean all sliding door tracks where applicable. Doors will be locked open by airport personnel and closed upon completion. 9. Clean all interior lower level glass using appropriate equipment to reach high areas in main entrance. 10. Using appropriate equipment, clean all upper level glass in main entrance twice annually. 11. Thoroughly sweep sidewalk in front of terminal building each night (not during inclement weather). 12. Empty all trash receptacles in front of terminal and replace can liners. Be sure to empty cigarette butt receptacles on cans and replace extinguishing material as needed. Remove all trash to dumpster located in the tug drive. No trash is to be removed off site. PUBLIC AREAS Location: Ticketing Lobby, Main Lobby, Baggage Claim, West concourse (first floor) & Second Level Boarding Area. Supervisory personnel need to check public areas at start of daily shift to ensure cleaning from previous night has been Daily 5a.m.- accomplished and periodically throughout the day to ensure they remain clean. The following will be done as needed 8p.m. during operational hours: 1. Spot clean glass 2. Empty trash receptacles, removing trash to designated area, and replace can liners. Damp wipe tops of trash 2

21 receptacles. 3. Clean tables and chairs with mild aerosol or spray solution and clean cloth. 4. Pick up all trash from floors, counters, and tables. 5. Vacuum carpeted areas and clean all spills to prevent staining, and clean stains which may be present with appropriate equipment. 6. Mop tile floor surfaces in front of ticket counters (may be frequently during inclement weather). 7. Dust vending machines (clean glass fronts with glass cleaner). 8. Dust counters, ledges, heaters, and vents. 9. Clean telephones (pay phones and courtesy phones). 10. Clean water fountains, using a paper towel to wipe dry. Do not spray cleaning solution on water spouts. 11. Respond to all calls for service. Nightly 8p.m.-1a.m. ESCALATORS Daily 5a.m.- 8p.m. Nightly 8p.m.-1a.m. ELEVATORS Daily 5a.m.- 8p.m. 1. Pick up all trash from floors, counters, and tables. 2. Vacuum all carpeted areas, including behind airline ticket counters on first level, using wands to vacuum around base of walls and dividers and under edges of counters on all levels (remove chairs and vacuum inside volunteer booth on first level). Once weekly, use vacuum wands to clean carpeted areas in center of bag belts (do not walk on conveyors). Clean all stains on carpeted areas with approved method and materials. 3. Empty all trash receptacles and wipe down outsides of cans with mild cleaning solution (including volunteer booth). Replace liners. 4. Clean all chairs (including armrests), tables, and counters with cleaning solution. 5. Mop all tile surfaces in front of ticket counters. Machine scrub area once weekly. 6. Dust tops of vending machines weekly and clean glass fronts with glass cleaner (glass fronts cleaned nightly). 7. Dust all ledges and fixtures (light fixtures, fire alarm devices, sign frames), vents and heater covers with appropriate polish or fiber duster, using appropriate equipment to reach high areas weekly. 8. Clean all glass with glass cleaner, using appropriate equipment to reach high areas. 9. Clean all telephones with disinfectant solution or wipes. 10. Dust MUIFID displays with fiber duster, using appropriate equipment to dust tops and backs. Do not use solvent or cleaning solution of any kind on displays. 11. Clean counters at vacant airline counters with appropriate cleaning solution. Dust tops of backdrops behind all second level counters. 12. Clean stainless steel surfaces (corner guards, bag belt guards in bag claim etc.) with appropriate cleaner or polish. 13. Sweep and mop stairs at screening checkpoint and clean handrails with disinfectant solution or wipes. Do not move or clean TSA equipment unless otherwise notified. 14. Completely clean water fountains with disinfectant solution. Do not spray solution on water spouts. 15. Once weekly, clean all doors and door frames in public areas with cleaning solution top to bottom, opening doors (where available), and wiping down insides of frames and hinges. Supervisory personnel need to check escalators at the start of daily shift to ensure cleaning from previous night has been accomplished and personnel will need to respond to all calls for service throughout daily operational hours. Contact Airport Operations if escalators need to be shut down during the day for any servicing issues. 1. With escalators off (to be turned off by airport personnel), wipe clean side rails and walls, removing any dirt, smudges and fingerprints, and buff with polishing compound suitable for use on stainless steel (clean glass sidewalls on rear escalator with glass cleaner*). Use clean, damp cloth and a mild cleaner on the rubber handrails to leave non-sticky, dirt free surface. 2. Vacuum floor plates completely before mopping with solution suitable for use on steel treads. Use appropriate equipment and cleaning solution to clean in between the grooves on the floor plates to ensure all dirt and debris has been removed. *Glass on outside of rear escalator walls to be cleaned monthly, using appropriate equipment to reach high areas. Supervisory personnel need to check elevators at start of daily shift to ensure cleaning from previous night has been accomplished and personnel will need to respond to all calls for service throughout daily operational hours. Contact Airport Operations if elevators need to be shut down during the day for any servicing issues. 3

22 Nightly 8p.m.-1a.m. JETBRIDGES Daily 5a.m.- 8p.m. Nightly 8p.m.-1a.m. 1. Polish all stainless steel surfaces, removing fingerprints and smudges. 2. Vacuum carpeted elevator floors using crevice tool to vacuum corners. 3. Thoroughly clean elevator tracks and thresholds, removing all dirt/dust in grooves and clean with cleaning solution. 4. Clean wooden surfaces with suitable wood polish. 5. Dust ceilings. Remove plastic light covers in screening elevator to clean all debris and wipe clean. Supervisory personnel need to check jet bridges at start of daily shift to ensure cleaning from previous night has been accomplished and personnel will need to respond to all calls for service throughout daily operational hours. 1. Pick up any trash in walkways and cab areas. 2. Vacuum carpet. Once weekly, bridges will be extended fully so entire carpet area can be vacuumed. 3. Mop rubber floor surfaces in the cabs and damp mop dry. 4. Clean glass in cab area. 5. Wash walls in all jet bridges weekly. 6. High dust lights and vents weekly. 7. Once weekly, clean doors and door frames in jet bridges with cleaning solution top to bottom. 8. Service times will depend on flight schedules; some bridges may not be available for service until after 1a.m. All efforts will be made to notify contractor in advance. Location: Business Conference Center Daily 5a.m.- Supervisory personnel need to check business conference center at the start of daily shift to ensure cleaning from 8p.m. previous night has been accomplished and personnel will need to respond to all calls for service throughout daily operational hours. Conference room in business center will need to be checked as well. Nightly 8p.m.-1a.m. 1. Vacuum all carpeted areas (including conference center), using wands to clean near baseboards around walls and partitions. 2. Mop all tile floor surfaces. 3. Clean all glass with glass cleaner, using appropriate equipment to reach high areas. 4. Clean all counter tops. 5. Empty trash receptacles if needed and wipe clean inside and out with disinfectant solution. 6. Completely clean vending machines. Use glass cleaner to clean glass fronts. 7. Clean all furniture, use vacuum wands to clean cloth chairs. 8. Pick up any trash. 9. Clean kitchen area (use disinfectant on sink). 10. Dust all fixtures weekly. Dust television, MUFID monitor, printer and fax weekly with fiber duster (no solvents) and appropriate equipment to reach high areas. Clean all phones with disinfectant solution or wipes. 11. Once weekly, clean all doors with appropriate wood polish and clean all frames (including hinges) with cleaning solution (clean handles nightly). 12. Remove any stains in carpet using approved method. 13. Once monthly, clean carpets in accordance with monthly carpet cleaning as part of regular carpet maintenance program. 14. Twice annually, clean glass on exterior of business center using appropriate equipment (high glass area). 15. Clean restrooms according to public restroom instructions above except that floors are to be machine scrubbed annually. OFFICES Location: TSA 1 st Floor Office Suite, FSD Office and BDO Office Daily 8a.m.-5p.m. unless otherwise arranged Supervisory personnel need to consult with TSA management each day to schedule tasks. Contractor personnel are not to enter these areas without TSA personnel present. 1. Empty trash receptacles and disinfect inside and out. 2. Vacuum carpets and remove any stains. 3. Dust horizontal surfaces that are readily available and visibly require dusting. 4. Wipe down tables and countertops with disinfectant wipes. 4

23 Every two (2) weeks Monthly Three (3) times a year Twice a year Every two (2) years 5. Clean glass entry doors, inside and out. Damp mop and spray buff tile floor in break room 1. Thoroughly dust furniture in all offices. 2. Completely vacuum carpets in all offices. 3. Sweep storage room. 4. Spot clean all wall surfaces within 70 inches of the floor. Dust wall surfaces within 70 inches of the floor, vertical surfaces and under surfaces. Wash all interior and exterior glass surfaces in office suite area. Wash all interior glass in FSD and BDO offices. Strip and refinish tile floor in break room. Shampoo carpets in all office areas. Location: 3rd Floor Administrative Office (Including Hallway) Daily 8a.m.- Supervisory personnel need to check administrative offices at the start of each shift to ensure cleaning from 4:30p.m. previous night has been accomplished and personnel will need to respond for all calls for service during daily Mon.-Fri. operational hours. 1. Empty trash receptacle in HR Manager s office and wipe clean with disinfectant wipe. 2. When able, dust and vacuum HR Manager s office. *HR office is only location to be serviced DURING daily operational hours and at her discretion only. If door is closed upon arrival, check back at a later time or perform service the next business day. Nightly after 4:30p.m. Mon.-Fri. 1. Vacuum all floors, using a wand to sweep near baseboards, under counter edges, and around and under desks. 2. Clean all interior glass and window frames. 3. Dust all bookshelves, file cabinets, furniture, etc. *Do not disturb any paperwork, computers, etc. on desks. Use appropriate polish on furniture. 4. Wipe clean all counter tops, removing any fingerprints, smudges, etc. (Use glass cleaner for countertops/desks with glass protectors). 5. Empty trash receptacles and recycling bins and wipe clean inside and out. Recycling bins shall have clear plastic bags which must be deposited in cardboard recycling dumpster near the tug drive exit door. Break down and remove any boxes to cardboard recycling container. 6. Wipe clean and disinfect all telephones. 7. Clean furniture in all rooms, using vacuum wands to clean cloth chairs and couches (be sure to clean chair and table legs). 8. Clean and disinfect sink in break room. 9. Clean restroom in Executive Director s office. 10. Wipe clean all appliances in break room (Interior and exterior of microwave oven). 11. High dust all lights vents and grills weekly, clean bugs and other debris from hanging light fixture in Conference Room C. 12. Clean all doors with approved wood polish and clean door frames with cleaning solution top to bottom once weekly, (use clean cloth to wipe dry stainless steel kick plates on doors equipped with them front entrance door nightly). Clean door handles nightly. 13. Dust any signs (including authority logo sign in hallway), picture frames, fixtures, etc weekly. Clean glass in picture frames weekly. 14. Vacuum hall outside of admin offices from the elevator to FAA entrance. Clean window in hall with glass cleaner and wipe clean window frame. Sweep and mop hall outside rear door of admin offices, ensuring all baseboards are clean. Clean door and door frames as specified above. 15. Once annually, strip and refinish hall floor outside rear door of admin offices. 5

CLEANING CONTRACT BID SPECIFICATIONS

CLEANING CONTRACT BID SPECIFICATIONS CLEANING CONTRACT BID SPECIFICATIONS A. General Qualifications for contract recipient 1. A detailed, written statement is required of all bidders setting forth commercial cleaning experience, past and

More information

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested.

The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Campus Custodial Service Standards The schedule is based upon a five (5) day work week (Monday through Friday). Weekend service is only when requested. Shifts Cleaning Hours 1 st 6:00 am 2:30 pm 2 nd 2:30

More information

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014

DEPARTMENT OF AIRPORT OPERATIONS CLEANING SCHEDULE FOR CONTRACT 2014 FOR CONTRACT 2014 AIRSIDE LANDSIDE Arrival/Departure Gate/ Windows cleaned in & out 104 Walkway Concourse swept 365 Trash collected 730 Floors washed twice a week 104 Baggage Make up area Sweep 730 Empty

More information

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT

SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT SPECIFICATIONS FOR JANITORIAL SERVICES FOR THE DEMPSTER FIRE TRAINING CENTER AND THE TRENTON-MERCER AIRPORT INTENT Mercer County requests bids for janitorial services for the Dempster Training Center and

More information

Commercial Maintenance Services www.cmsclean.com

Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services www.cmsclean.com Commercial Maintenance Services was founded in 1986 with the highest expectations and quality cleaning standards for customers like you. CMS is now known

More information

Janitorial Service. Scope of Work

Janitorial Service. Scope of Work Janitorial Service Scope of Work Reviewed By: Approved By: Version 3.0 Date 08-08-07 Author Deleted: 2/21/04 1 Table of Contents Background...3 Scope of WorK...4 The Housekeeping services to be provided

More information

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB.

Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. November 6, 2015 Re: 15ITB99898A-CJC, Medical Clinical Cleaning Services Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided herein,

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/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 information

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE)

SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) SPECIFICATIONS FOR JANITORIAL SERVICES 1589 LAMBERTON ROAD (PROSECUTOR S OFFICE) AND 1 JOHNSTON AVENUE (VOTING WAREHOUSE) INTENT Mercer County requests bids for Janitorial Services for the buildings stated

More information

To receive consideration, proposals must be submitted in accordance with the following instructions:

To receive consideration, proposals must be submitted in accordance with the following instructions: NOTICE The City of Bandon is accepting Proposals for Janitorial Services for: City Hall, 555 Hwy 101, Bandon, OR Community Center, 1200 11th St SW, Bandon, OR Police Department, 555 Hwy 101, Bandon, OR

More information

Subject: FO-HK Restroom Cleaning

Subject: FO-HK Restroom Cleaning FO SOP-H05 Page: 1 of 5 PROCEDURE: FO-HK Restroom Cleaning INTENDED AUDIENCE: All Facilities Operations Housekeeping Personnel PURPOSE: The purpose of this S.O.P. is to illustrate how to properly and thoroughly

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

CLEANING FREQUENCIES FOR THE FOLLOWING AREAS

CLEANING FREQUENCIES FOR THE FOLLOWING AREAS CLEANING FREQUENCIES FOR THE FOLLOWING AREAS ENTRANCES, LOBBIES, RECEPTION, FOYER APPA Level 2 Tiled and linoleum floors will be dust mopped and damp mopped/washed Doormats will be lifted and vacuumed

More information

AGREEMENT 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 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 information

How To Clean School Property For A School

How To Clean School Property For A School REQUEST FOR PROPOSAL FOR CLEANING SERVICES CESAR CHAVEZ ACADEMY DENVER Request for Proposal No. CCAD2014-04 Date of Issue: January 21, 2014 RETURN TO: CESAR CHAVEZ ACADEMY DENVER Kamini Patel, Executive

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining 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 information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST 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 information

Facilities Operations Customer Service Standards WORK ORDER PRIORITIES

Facilities Operations Customer Service Standards WORK ORDER PRIORITIES Facilities Operations Customer Service Standards WORK ORDER PRIORITIES In order to provide fair and consistent maintenance service to all University faculty, staff and students, a work priority system

More information

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL)

Customer Service Center: One Floor (7391 College Pkwy in Ft. Myers, FL) LEE COUNTY, FLORIDA INFORMAL TELEPHONE QUOTATION FOR JANITORIAL SERVICE FOR UTILITIES CUSTOMER SERVICE & MAINTENANCE FACILITIES. Vendors: Lee County is requesting quotes for janitorial services for the

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT 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 information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")

More information

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

INDEPENDENT CONTRACTOR AGREEMENT. Currituck (hereinafter County ) and, RECITALS

INDEPENDENT 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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

SUMMARY OF JOB RESPONSIBILITIES Area Custodian for Custodial Services

SUMMARY OF JOB RESPONSIBILITIES Area Custodian for Custodial Services SUMMARY OF JOB RESPONSIBILITIES Area Custodian for Custodial Services This is an explanation of what is expected of a custodian employed by Custodial Services. It does not cover aspects of custodial work

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. 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 information

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR

KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR KERN COMMUNITY COLLEGE DISTRICT AGREEMENT WITH INDEPENDENT CONTRACTOR This Agreement is entered into by and between the Kern Community College District, on behalf of (Check One): District Office Bakersfield

More information

AGREEMENT 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 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 information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City 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 information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

Insurance Producer Agreement

Insurance Producer Agreement Insurance Producer Agreement Section 1 - Producer s Authority The Producer shall periodically submit risks to the Company for its consideration as authorized by the Company. These risks shall be located

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

AGREEMENT 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: 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 information

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter

More information

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of

STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal

More information

AGREEMENT 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] 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 information

Services Agreement Instruction Sheet

Services Agreement Instruction Sheet Delta-T Group POB 884 Bryn Mawr, PA 19010 Phone: 800-251-8501 FAX: 610-527-9547 www.delta-tgroup.com Services Agreement Instruction Sheet We thank you for your interest in Delta-T Group. Below please find

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between

More information

Claridge Condominium Association, Inc. 7515 Pelican Bay Blvd. Naples, FL 34108

Claridge Condominium Association, Inc. 7515 Pelican Bay Blvd. Naples, FL 34108 Claridge Condominium Association, Inc. 7515 Pelican Bay Blvd. Naples, FL 34108 APPROVAL OF HURRICANE SHUTTERS PROCEDURES RESOLUTION OF THE BOARD OF DIRECTORS AT THE CLARIDGE WHEREAS, Claridge Condominium

More information

FACILITY USE AGREEMENT

FACILITY USE AGREEMENT FACILITY USE AGREEMENT This Facility Use Agreement (the Agreement ) is made by and between the City of Overland Park, Kansas (the City") and the Islamic Center of Kansas (the User ) for the times and dates

More information

EXHIBIT 2 - ADDITIONAL FACILITIES DENTON MUNICIPAL ELECTRIC (DME) ONLY SCOPE OF WORK AND PRODUCT SPECIFICATIONS

EXHIBIT 2 - ADDITIONAL FACILITIES DENTON MUNICIPAL ELECTRIC (DME) ONLY SCOPE OF WORK AND PRODUCT SPECIFICATIONS EXHIBIT 2 - ADDITIONAL FACILITIES DENTON MUNICIPAL ELECTRIC (DME) ONLY SCOPE OF WORK AND PRODUCT SPECIFICATIONS Note: The specifications and scope of work for the DME facilities are in addition to the

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),

More information

Bernalillo County Open Space Bachechi Environmental Education Building. Facility Use Agreement and Application Packet

Bernalillo County Open Space Bachechi Environmental Education Building. Facility Use Agreement and Application Packet Bernalillo County Open Space Bachechi Environmental Education Building Facility Use Agreement and Application Packet EFFECTIVE DATE: January 2012 Policy Statement Bernalillo County Open Space strives to

More information

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and

More information

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT

NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP SUBSCRIPTION AND SHAREHOLDERS AGREEMENT 1 NATIONAL CONTRACTORS INSURANCE COMPANY, INC., A RISK RETENTION GROUP NOTICE SUBSCRIPTION AND SHAREHOLDERS AGREEMENT This policy is issued by your risk retention group. Your risk retention group may not

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (this Agreement ) is made effective as of the day of 2014 (the Effective Date ), by and between Sarasota County Public Hospital District,

More information

CONSULTANT AGREEMENT

CONSULTANT 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 information

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT

PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT Customer-Owned Electric Generating Systems of 25kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Provo City -

More information

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist Carrier Name: Signed Transportation Agreement between ALL AMERICAN TRUCKING CO. LLC and Carrier Copy of Carrier s PUCO Operating Authority Signed

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention: AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement

CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement CITY OF ANN ARBOR & COUNTY OF WASHTENAW Information Technology Services Unit - Service Delivery Manager Service Agreement This Service Agreement ( Agreement ) is made this day of 2009, by and between the

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

EXHIBIT A (of Request for Proposal)

EXHIBIT A (of Request for Proposal) EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified

More information

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

PROFESSIONAL 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

Atlanta Public Schools Custodial Services, #021915-01

Atlanta Public Schools Custodial Services, #021915-01 GROUNDS (if applicable) 1. Policing - Pick up paper (perimeter of facility) X - Empty trash cans (perimeter of facility) X - Sweep/Blow (all entrance/exit to facility) X - Sweep/Blow (sidewalks leading

More information

CITY OF LASTRUP, MINNESOTA

CITY OF LASTRUP, MINNESOTA , MINNESOTA SPECIFICATIONS AND CONTRACT DOCUMENTS FOR LAWN MOWING -2016 PUBLIC NOTICE OF REQUEST FOR BIDS, MINNESOTA LAWN MOWING 2016 Notice is hereby given that the City of Lastrup is seeking bids for

More information

How To Perform A Contract With A Community College District

How To Perform A Contract With A Community College District INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 21 st day of January 2015 by

More information

Small Public Work Contract

Small 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 information

How To Pay A Contract With Neustar

How To Pay A Contract With Neustar Neustar Referral Partnership Agreement This NEUSTAR REFERRAL AFFILIATE PARTNERSHIP AGREEMENT ( Agreement ) is made and entered into between Neustar, Inc. a Delaware Corporation, located at 46000 Center

More information

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

FACILITIES USE AGREEMENT

FACILITIES USE AGREEMENT FACILITIES USE AGREEMENT Effective Date: Sponsor: Sponsor Address: Facility: THIS FACILITIES USE AGREEMENT ( Agreement ) is effective as of the Effective Date set forth above, by and between Temple University

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE 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 information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

STATE ENTITY CONTRACT. Middle Georgia State College AGREEMENT FOR OPERATION AND MANAGEMENT OF FOOD SERVICES

STATE ENTITY CONTRACT. Middle Georgia State College AGREEMENT FOR OPERATION AND MANAGEMENT OF FOOD SERVICES STATE ENTITY CONTRACT Middle Georgia State College AGREEMENT FOR OPERATION AND MANAGEMENT OF FOOD SERVICES THIS AGREEMENT is made and entered into effective the day of, 2015, by and between the BOARD OF

More information

Job Description. Custodian

Job Description. Custodian Job Description 5/30/2005 Page 1 PURPOSE OF THE POSITION (The main reason for the position, in what context and what is the overall end result) The Custodial is responsible for performing custodial duties,

More information

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

WASTE 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 information

LOCATION AGREEMENT. Location Agreement Page 1 of 5

LOCATION AGREEMENT. Location Agreement Page 1 of 5 LOCATION AGREEMENT The undersigned grants to ( Producer ) its successors and assigns, the right and license to enter upon, to make photographs (stills, film, tape or otherwise) and use for so-called location

More information

INSURANCE AGENT AGREEMENT

INSURANCE AGENT AGREEMENT INSURANCE AGENT AGREEMENT THIS INSURANCE AGENT AGREEMENT is made, 200_ by and between Athens Area Health Plan Select, Inc. ( AAHPS or the Plan ), and ( Agent ). RECITALS: WHEREAS, AAHPS is licensed to

More information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

Equipment Lease Agreement

Equipment Lease Agreement Equipment Lease Agreement This Equipment Lease Agreement (the Agreement ) is made and entered on,, by and between ( Lessor ) and ( Lessee ) (collectively referred to as the Parties ). The Parties agree

More information

RIVERSIDE COMMUNITY COLLEGE DISTRICT LEASE

RIVERSIDE COMMUNITY COLLEGE DISTRICT LEASE Page 1 of 7 RIVERSIDE COMMUNITY COLLEGE DISTRICT LEASE Western Municipal Water District with Riverside Community College District 450 E. Alessandro Boulevard, Riverside, California WESTERN MUNICIPAL WATER

More information

CONSULTANT AGREEMENT WITNESSETH. Recitals:

CONSULTANT AGREEMENT WITNESSETH. Recitals: CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH

More information

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,

More information

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.

AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave. Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott

More information

Insurance Producer Agreement

Insurance Producer Agreement Insurance Producer Agreement THIS AGREEMENT ( Agreement ) is made and entered into on this day of. (the Effective Date ), by and between KPS Health Plans (hereinafter referred to as KPS ), a duly licensed

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as SERVICE PROVIDER AGREEMENT This SERVICE PROVIDER AGREEMENT is made and entered into this day of, 20, between the Board of County Commissioners of LEE COUNTY, a political subdivision of the STATE OF FLORIDA

More information

LTC ELITE, LLC MEMBERSHIP AGREEMENT

LTC ELITE, LLC MEMBERSHIP AGREEMENT LTC ELITE, LLC MEMBERSHIP AGREEMENT This Membership Agreement (this Agreement ) is made and entered into effective, (the Effective Date ), by and between LTC Elite, LLC, a Texas limited liability company

More information

SELF-STORAGE SPACE RENTAL AGREEMENT

SELF-STORAGE SPACE RENTAL AGREEMENT SELF-STORAGE SPACE RENTAL AGREEMENT 1. Tenant Information: (b) Alternate Contact Information: Name: Zip: Home Phone: ( ) Cell Phone: ( ) Email: SS#: Driver s License #: State: 2. (a) Occupant Other Than

More information

CITY OF GALVESTON CONTRACT FOR RFP#15-20 MONUMENT RESTORATION

CITY 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 information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

Residential Lease. LAST MONTH'S RENT. Landlord will be collecting $[ propzip ] as last month's rent at the commencement of this Lease.

Residential Lease. LAST MONTH'S RENT. Landlord will be collecting $[ propzip ] as last month's rent at the commencement of this Lease. Residential Lease This Lease is entered into by and between [ landlordfirst ] [ landlordmiddle ] [ landlordlast ], whose address is [ landlordaddress ] [ landlordapt ], [ landlordcity ], [ landlordstate

More information

EDUCATIONAL INSTITUTION AFFILIATION AGREEMENT

EDUCATIONAL INSTITUTION AFFILIATION AGREEMENT EDUCATIONAL INSTITUTION AFFILIATION AGREEMENT This Educational Institution Affiliation Agreement ("Agreement") is by and between ("Educational Institution") and Life Care Centers of America, Inc. ("LCCA"),

More information

Administrative Procedure Manual Human Resources: Evaluations Custodian AP: 200C

Administrative Procedure Manual Human Resources: Evaluations Custodian AP: 200C Name: School: Date: Purpose: The general purpose of the performance evaluation is to encourage and support overall performance growth. Feedback and guidance is provided informally on a regular basis through

More information