AIR CONDITIONING MAINTENANCE SERVICE

Size: px
Start display at page:

Download "AIR CONDITIONING MAINTENANCE SERVICE"

Transcription

1 BOOK 1 CONTRACT DOCUMENTS for AIR CONDITIONING MAINTENANCE SERVICE at the Defense Manpower Data Center (DMDC) DoD Building #4385, Seaside, California Approved by: Tim O Halloran, P.E. City Engineer / Public Works Services Manager Reviewed by: Rick Riedl, P.E., Associate Civil Engineer CITY OF SEASIDE Department of Public Works July 29, 2010

2

3 Table of Contents Air Conditioning Maintenance Service I. Notice to Inviting Bids... 2 II. Special Provisions... 3 Section 1. General Information... 3 Definitions and Terms... 3 Contract Documents... 3 Regulations... 3 Wage Rates... 4 Interpretation of Contract Documents... 4 Section 2. Proposal Requirements and Conditions... 5 Examination Of Contract Documents and Work Site... 5 Bid Validity... 5 Unbalanced Bid... 5 Withdrawal Of Proposal... 5 Bid Rejection... 5 Disqualification of Bidders... 5 Competency of Bidders... 5 Permits and Licenses... 5 Section 3 Award and Execution of Contract... 6 Contract Bond... 6 Indemnification... 6 Responsibility for Damage and Insurance... 6 Section 4. Beginning of Work...10 Pre Contract Conference...10 Section 5. NOT USED...10 Section 6. NOT USED Section 7. Materials...11 Section 8. Other Requirements...12 Payroll Records...12 Contractor's Copies of Contract Documents...12 Project Appearance...12 Order of Work...12 Descriptions of Bid Items...13 Ancillary Items...15 III. Performance Work Statement...16 Attachments Exhibit A AC Equipment List Exhibit B Maintenance Schedule...

4 CITY OF SEASIDE I. NOTICE INVITING BIDS AIR CONDITIONING MAINTENANCE SERVICE at the Defense Manpower Data Center (DMDC) PUBLIC NOTICE IS HEREBY GIVEN that the City of Seaside will receive sealed bids for the above stated project in the office of the City's Deputy City Manager Administrative Services, located at City Hall, 440 Harcourt Avenue, Seaside, CA 93955, until 3:30 P.M. on Monday, August 30, 2010, at which time all bids will be publicly opened and read aloud. The scope of the work will consist of all labor, material, equipment and services necessary to complete the work shown in the contract documents, including but not limited to: The maintenance of air conditioning systems located in the Defense Manpower Data Center (DMDC), DoD Building #4385, Seaside, CA. A site visit will be held on Monday, August 16, 2010 at 2:00 PM at the Defense Manpower Data Center DoD Building #4385, Seaside, California. Contractors will meet outside the front entrance to the building. Copies of the Bid Documents are available from the City of Seaside Resource Management Services office, 440 Harcourt Avenue, Seaside, CA 93955; by telephone at (831) ; by fax at (831) or from the City s website, There is a nonrefundable fee of $5.00 charged for the contract documents and an additional $2.00 mailing fee. All electricians performing work under this contract, as defined as making electrical connections at or above 100 volt-amperes, shall be certified pursuant to Section 3099 et seq. of the California Labor Code. Contractor shall submit proof of certification, or proof that the requirements of Section (a) of the California Labor Code have been met, prior to electricians commencing work under this contract. The successful bidder shall furnish a Surety Bond in the contract amount. The successful bidder will be required to secure a City business license and must possess an Air Conditioning Contractor License before commencing work on the project. The Contractor must pay the higher of the State general prevailing wage or the Federal minimum wage rates. The State general prevailing wage rates have been determined by the Director of the California Department of Industrial Relations and are pursuant to Section 1773 of the Labor Code and can be found at Federal minimum wage rates are included in these contract documents at Appendix 1. Current Federal minimum wage rates can be found at the following website: The City reserves the right to reject any or all bids and the right to waiver minor irregularities or informalities in any bid proposal. CITY OF SEASIDE Public Works Department /s/ 7/28/10 Tim O Halloran, PE City Engineer / Public Works Services Manager Date AC Maintenance Service Page 2

5 CITY OF SEASIDE II. SPECIAL PROVISIONS Air Conditioning Maintenance Service SECTION 1. GENERAL INFORMATION DEFINITIONS AND TERMS For the purposes of this document, the following definitions shall apply: CITY: ENGINEER OR CITY ENGINEER: BIDDER: CONTRACTOR: COUNCIL OR CITY COUNCIL: SPECIAL PROVISIONS: CCONTRACT DOCUMENTS: The term City refers to and indicates the City of Seaside, Monterey County, State of California. The term Engineer or City Engineer refers to and indicates the City Engineer / Public Works Services Manager of the City of Seaside or his duly authorized representative. Party submitting a bid for consideration by the City of Seaside The term Contractor refers to and indicates the party or parties contracting to perform the work to be done in pursuance of these contract documents. The City Council of the City of Seaside Section II of these contract documents. This document, in its entirety. CONTRACT DOCUMENTS Order of precedence: The work embraced herein shall be done in accordance with the appropriate provisions of these Contract Documents. In case of conflict, the order of precedence shall be as follows: The Performance Work Statement, shall take precedence over the Special Provisions. REGULATIONS The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to the work and safety. These authorities include but are not limited to: 1. Uniform Building Code (latest edition as adopted by the City of Seaside) 2. California Building Code (latest edition as adopted by the City of Seaside) Nothing in these contract documents shall be construed as permitting work not conforming to the above regulations and codes. All electricians performing work under this contract, as defined as making electrical connections at or above 100 volt-amperes, shall be certified pursuant to Section 3099 et seq. of the California Labor Code. Contractor AC Maintenance Service Page 3

6 shall submit proof of certification, or proof that the requirements of Section (a) of the California Labor Code have been met, prior to electricians commencing work under this contract. WAGE RATES Wage Rates This project is partially or completely federally funded. Federal and/or State prevailing wage rates, whichever are higher, shall apply. Contractor and all subcontractors shall be responsible for determining which prevailing wage rate applies to the corresponding labor classification to be used in the execution of this contract and shall pay accordingly. State of California Prevailing Wage Rates Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the County of Monterey have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet Web Site at: or at the City of Seaside Public Works Department office at 440 Harcourt Avenue, Seaside, CA.. Future effective general prevailing wage rates which have been predetermined and are on file with the Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The wage rates determined by the Director of Industrial Relations and published in the Department of Transportation publication entitled "General Prevailing Wage Rates" refer to expiration dates. If the published wage rate does not refer to a predetermined wage rate to be paid after the expiration date, said published rate of wage shall be in effect for the life of this contract. If the published wage rate refers to a predetermined wage rate to become effective upon expiration of the published wage rate and the predetermined wage rate is on file with the Department of Industrial Relations, such predetermined wage rate shall become effective on the date following the expiration date and shall apply to this Contract in the same manner as if it has been published in said publication. If the predetermined wage rate refers to one or more additional expiration dates with additional predetermined wage rates, which expiration dates occur during the life of this contract, each successive predetermined wage rate shall apply to this contract on the date following the expiration date of the previous wage rate. If the last of such predetermined wage rates expires during the life of this contract, such wage rate shall apply to the balance of the contract. The Federal Prevailing Wage Rates are predetermined by the United States Secretary of Labor and are available from the U.S. Department of Labor Employment Standard Administration internet website at If there is a difference between the Federal minimum wage rates predetermined by the Secretary of Labor and the State General prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The City will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. INTERPRETATION OF CONTRACT DOCUMENTS Should a Bidder be in doubt as to the true meaning of any item in the contract documents or should Bidder discover items containing discrepancies or omissions, the Engineer shall be immediately notified. The party submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents prior to bid opening will be made only by addendum duly issued, and a copy of such addenda will be mailed to each person receiving a set of such documents. The City will not be responsible for any other explanations or interpretations of the proposed documents. All requests for interpretations must be submitted forty-eight (48) hours before bid opening. Such addenda are to be considered as part of the contract documents, and the bidder shall acknowledge this condition by listing each addendum by number in his proposal. The Engineer shall not be held responsible for any oral interpretations or instructions. AC Maintenance Service Page 4

7 SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS EXAMINATION OF CONTRACT DOCUMENTS, AND WORK SITE. -- The bidder shall examine carefully the site of the work contemplated and the proposal and contract forms therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and quantities of work to be performed, materials to be furnished, and as to the requirements of the contract documents, and the contract. BID VALIDITY No bidder may withdraw his or her bid for the period specified in the Proposal Form of the Bidder s Proposal for the purpose of reviewing the bids and investigating the qualifications of bidders, prior to awarding of the contract. UNBALANCED BID, Bids which are obviously unbalanced may be rejected. For the purposes of this section, an unbalanced bid is one that a) has unit prices based on nominal prices for some items of work and enhanced unit prices for other items of work, and b) the amount and manner in which the unit prices are distributed is not reflective of the true cost to perform the work. Any unbalanced bid may be rejected by the City Engineer whether the result of the unbalanced bid increases the cost of the project to the City or not. WITHDRAWAL OF PROPOSAL.-- Any bid may be withdrawn at any time prior to, but not after, the hour fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid, is filed with the City Engineer. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. BID REJECTION Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. The City reserves the right to reject any or all bids as the best interests of the City may dictate and, to the extent permitted by law, waive any irregularity in any bid. DISQUALIFICATION OF BIDDERS.-- More than one proposal from an individual, firm, or partnership, a corporation, or an association under the same or different names, will not be considered. This shall not be interpreted to mean that the same Contractor may not be interested in one bid as prime Contractor and another as subcontractor, providing no collusion exists. COMPETENCY OF BIDDERS.-- No bid will be accepted from or contract awarded to a Contractor to whom a proposal form has not been issued by the Engineer or who has not successfully performed on projects of similar character and scope of proposed maintenance project. Bidders are required to furnish a complete experience statement with the proposal. PERMITS AND LICENSES.-- The Contractor shall: Hold a valid City of Seaside business license during the execution of this contract. Possess the appropriate State of California contractor license prior to commencing the work Obtain all applicable permits AC Maintenance Service Page 5

8 SECTION 3. AWARD AND EXECUTION OF CONTRACT CONTRACT BOND. -- The successful bidder shall furnish a surety bond, which shall be executed in a sum equal to one hundred percent of the Contract price and issued by a bonding company with an A.M. Best rating of A- or better, or instrument of credit. The surety bond shall serve as surety for the guaranty requirements, as follows. The successful bidder shall unconditionally guarantee the materials for a period of one year from the date of recording of the notice of completion. The guarantee shall cover one hundred percent of all costs of repairs within this one-year period, including all costs of labor, materials, equipment and incidentals. A surety bond in the amount of one hundred percent of the contract price shall be furnished to the City by the successful bidder to cover the aforesaid guaranty. Whenever any surety or sureties on any such bonds, or on any bonds required by law for the protection of the claims of laborers and material suppliers, become insufficient, or the City has cause to believe that such surety or sureties have become insufficient, a demand in writing may be made of the Contractor for such further bond or bonds or additional surety, not exceeding that originally required as is considered necessary considering the extent of the work remaining to be done. Thereafter, no payment shall be made upon such contract to the Contractor or any assignees of the Contractor until such bond or bonds or additional surety have been furnished. INDEMNIFICATION -- To the fullest extent permitted by law, the Contractor agrees to indemnify, defend and hold harmless, City and any and all of City's boards, officers, employees, agents, assigns, and successors in interest through legal counsel reasonably acceptable to the City, from and against any and all claims losses, demand and expenses, including, but not limited to, attorney's fees and cost of litigation, on account of bodily injury, including death, or property damage arising out of or in any way connected to the work performed by Contractor under this agreement. Without affecting the rights of City under any provision of this agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. RESPONSIBILITY FOR DAMAGE AND INSURANCE -- Prior to the beginning of and throughout the duration of the work, Contractor will maintain insurance in conformance with the requirements set forth below. Contractor will use existing coverage to comply with these requirements. If that existing coverage does not meet the requirements set forth here, it will be amended to do so. Contractor acknowledges that the insurance coverage and policy limits set forth in this section constitute the minimum amount of coverage required. Any insurance proceeds available to City in excess of the limits and coverage required in this agreement and which is applicable to a given loss, will be available to City. Contractor shall provide the following types and amounts of insurance: 1. Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG or the exact equivalent. Defense costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or suits by one insured against another. Limits shall be no less than $2,000,000 per occurrence for all covered losses and no less than $4,000,000 general aggregate. Contractor's policy shall contain no endorsements limiting coverage beyond the basic policy coverage grant for any of the following: Explosion, collapse or underground hazard (XCU) Products and completed operations Pollution liability Contractual liability Coverage shall be applicable to City for injury to employees of contractors, subcontractors or others involved in the project. Policy shall be endorsed to provide a separate limit applicable to this project. 2. Workers Compensation on a state-approved policy form providing statutory benefits as required by law AC Maintenance Service Page 6

9 with employer's liability limits no less than $1,000,000 per accident for all covered losses. 3. Business Auto Coverage on ISO Business Auto Coverage form CA including symbol 1 (Any Auto) or the exact equivalent. Limits shall be no less than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If Contractor or Contractor's employees will use personal autos in any way on this project, Contractor shall provide evidence of personal auto liability coverage for each such person. 4. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Any such coverage provided under an umbrella liability policy shall include a drop down provision providing primary coverage above a maximum $25,000 self-insured retention for liability not covered by primary but covered by the umbrella. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to City for injury to employees of Contractor, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of City following receipt of proof of insurance as required herein. Limits are subject to review but in no event less than $1,000,000 per occurrence and aggregate. Insurance procured pursuant to these requirements shall be written by insurers that are admitted carriers in the state of California and with an A.M. Best rating of A- or better and a minimum financial size VII. Contractor and City agree as follows: 1. Contractor agrees to endorse the third party general liability coverage required herein to include as additional insureds City, its officials, employees and agents, using standard ISO endorsement No. CG 2010 with an edition date of Contractor also agrees to require all contractors, subcontractors, and anyone else involved in any way with the project contemplated by this agreement to do likewise. 2. Any waiver of subrogation express or implied on the part of City to any party involved in this agreement or related documents applies only to the extent of insurance proceeds actually paid. City, having required that it be named as an additional insured to all insurance coverage required herein, expressly retains the right to subrogate against any party for sums not paid by insurance. For its part, Contractor agrees to waive subrogation rights against City regardless of the applicability of any insurance proceeds, and to require all contractors, subcontractors or others involved in any way with the project(s) contemplated by this agreement, to do likewise. 3. All insurance coverage maintained or procured by Contractor or required of others by Contractor pursuant to this agreement shall be endorsed to delete the subrogation condition as to City, or to specifically allow Contractor or others providing insurance herein to waive subrogation prior to a loss. This endorsement shall be obtained regardless of existing policy wording that may appear to allow such waivers. 4. It is agreed by Contractor and City that insurance provided pursuant to these requirements is not intended by any party to be limited to providing coverage for the vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage provided pursuant to this or any other agreement (express or implied) in any way relating to City is intended to apply to the full extent of the policies involved. Nothing referred to here or contained in any agreement involving City in relation to the project(s) contemplated by this agreement is intended to be construed to limit the application of insurance coverage in any way. 5. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 6. All coverage types and limits required are subject to approval, modification and additional requirements by the City, as the need arises. Contractor shall not make any reductions in scope of coverage (e.g. AC Maintenance Service Page 7

10 e1imation of contractual liability or reduction of discovery period) that may affect City's protection without City's prior written consent. 7. Proof of compliance with these insurance requirements, consisting of binders of coverage, or endorsements, or certificates of insurance, at the option of City, shall be delivered to City at or prior to the execution of this Agreement. In the event such proof of any insurance is not delivered as required, or in the event such insurance is canceled at any time and no replacement coverage is provided, City has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests under this or any other agreement and to pay the premium. Any premium so paid by City shall be charged to and promptly paid by Contractor or deducted from sums due Contractor, at City option. 8. Contractor agrees to endorse, and to require others to endorse, the insurance provided pursuant to these requirements, to require 30 days notice to City and the appropriate tender prior to cancellation of such liability coverage and notice of any material alteration or non-renewal of any such coverage, and to require contractors, subcontractors, and any other party in any way involved with the project contemplated by this agreement to do likewise. 9. It is acknowledged by the parties of this agreement that all insurance coverage required to be provided by Contractor or any subcontractor, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self insurance available to City. 10. Contractor agrees to ensure that subcontractors, and any other party involved with the project who is brought onto or involved in the project by contractor, provide the same minimum insurance coverage required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the project will be submitted to City for review. 11. Contractor agrees that all layers of third party liability coverage required herein, primary, umbrella and excess, will have the same starting and expiration date. Contractor agrees further that all other third party coverages required herein will likewise have concurrent starting and ending dates. 12. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles on any portion of the insurance required herein and further agrees that it will not allow any contractor, subcontractor, Architect, Engineer or other entity or person in any way involved in the performance of work on the project contemplated by this agreement to self-insure its obligations to City. If contractor's existing coverage includes a deductible or self-insured retention, the deductible or self-insured retention must be declared to the City. At that time the City shall review options with the contractor, which may include reduction or elimination of the deductible or self-insured retention, substitution of other coverage, or other solutions. 13. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City will negotiate additional compensation proportional to the increased benefit to City. 14. For purposes of applying insurance coverage only, all contracts pertaining to the project will be deemed to be executed when finalized and any activity commences in furtherance of performance under this agreement. 15. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on City nor does it waive any rights hereunder in this or any other regard. 16. Contractor will renew the required coverage annually as long as City, or its employees or agents face an exposure from operations of any type pursuant to this agreement. This obligation applies whether or not the agreement is canceled or terminated for any reason. The insurance shall include but not be limited to AC Maintenance Service Page 8

11 products and completed operations and discontinued operations, where applicable. Termination of this obligation is not effective until City executes a written statement to that effect. 17. Contractor agrees to waive its statutory immunity under any workers' compensation statute or similar statute, in relation to the city, and to require all subcontractors and any other person or entity involved in the project contemplated by this agreement to do likewise. 18. Requirements of specific coverage features are not intended as limitations on other requirements or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be all-inclusive. 19. Any provision in any of the contract documents dealing with the insurance coverage provided pursuant to these requirements, is subordinate to and superseded by the requirements contained herein. These insurance requirements are intended to be separate and distinct from any other provision in this agreement and are intended by the parties here to be interpreted as such. 20. All liability coverage provided according to these requirements must be endorsed to provide a separate aggregate limit for the project that is the subject of this agreement and evidencing products and completed operations coverage for not less than two years after issuance of a final certificate of occupancy by all appropriate government agencies or acceptance of the completed work by City. 21. Contractor agrees to be responsible for ensuring that no contract used by any party involved in any way with the project reserves the right to charge City or Contractor for the cost of additional insurance coverage required by this agreement. Any such provisions are to be deleted with reference to City. It is not the intent of City to reimburse any third party for the cost of complying with these requirements. There shall be no recourse against City for payment of premiums or other amounts with respect thereto. 22. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage for Architects or Engineers working on this project through Contractor. City shall determine the liability limit. AC Maintenance Service Page 9

12 SECTION 4. BEGINNING OF WORK PRE CONTRACT CONFERENCE. -- Prior to or in conjunction with issuance of the notice to proceed, a pre contract conference will be held for the purpose of discussing with the Contractor the scope of work, contract documents, existing conditions, materials to be ordered, equipment to be used, and all essential matters pertaining to the prosecution of and the satisfactory completion of the project as required. The Contractor's representative at this conference shall include all major superintendents for the work and may include major subcontractors. SECTION 5. NOT USED SECTION 6. NOT USED AC Maintenance Service Page 10

13 SECTION 7. MATERIALS At the request of the Engineer, the Contractor shall submit manufacturer/supplier certificates of compliance for any or all materials used in the project. If certification is so requested, said certificates must be reviewed and approved in writing by the Engineer prior to any use or installation of the material on the project. TRADE NAMES AND ALTERNATIVES - Whenever any material or equipment is specified by patent or proprietary name or by the name of the manufacturer, such specification shall be considered as used for the purpose of describing the material or equipment desired and shall be considered as if followed by the words "or acceptable equal," whether or not such words appear. The Contractor may offer material or equipment with equal or better qualities of performance in substitution for those specified which he considers would be in the Engineer's interest to accept. No offers for substitution will be acknowledged or considered from suppliers, distributors, manufacturers, or subcontractors. Any such offer shall be made in writing to the Engineer for his consideration at least 4 weeks in advance of the time at which the Contractor wishes to order the material or equipment for use in the work. The Contractor shall include with his offer sufficient data which, together with any other data the Engineer may require, will enable the Engineer to assess the acceptability of the material or equipment. When the substitute equipment or material necessitates changes to or coordination with any portion of the work, the data submitted shall include drawings and details showing all such changes, and the Contractor shall perform these changes as a part of any acceptance of substitute material or equipment. The use of any material or equipment so offered will be permitted only after written acceptance of the Contractor's offer by the Engineer. Such acceptance by the Engineer shall not relieve the Contractor from full responsibility from the efficiency, sufficiency, and quality, and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. AC Maintenance Service Page 11

14 SECTION 8. OTHER REQUIREMENTS PAYROLL RECORDS. -- The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats. 1978, Ch. 1249). The Contractor shall be responsible for the compliance with these provisions by his subcontractors. (1) Each Contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee by him or her in connection with the public work. (2) The payroll records enumerated under Subdivision A shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (a) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (b) A certified copy of all payroll records enumerated in Subdivision A shall be made available for inspection or furnished upon request to a representative of the City, the Division of Labor Standards Enforcement and the Division of Apprenticeship Standards of the Department of Industrial Relations. (c) A certified copy of all payroll records enumerated in Subdivision A shall be made available upon request to the public for inspection or copies thereof made; provided however, that a request by the public shall be made through the City, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. The public shall not be given access to such records at the principal office of the Contractor. (3) Each Contractor shall file a certified copy of the records enumerated in Subdivision A with the entity that requested such records within ten days after receipt of a written request. (4) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the City, the Division of Apprenticeship Standards of the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the Contractor awarded the contract or performing the contract shall not be marked or obliterated. (5) The Contractor shall inform the City of the location of the records enumerated under Subdivision A, including the street address, City and county, and shall, within five working days, provide a notice of a change of location and address. (6) In the event of noncompliance with the requirements of this section, the Contractor shall have ten days in which to comply subsequent to receipt of written notice specifying in what respects such Contractor must comply with this section. Should noncompliance still be evident after such ten day period, the Contractor shall, as a penalty to the City, forfeit twenty-five dollars for each working day, or portion thereof, for each worked, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payment then due. CONTRACTOR'S COPIES OF CONTRACT DOCUMENTS. -- The Engineer will supply the Contractor with five (5) sets of contract documents. At least one complete copy of these contract documents shall be kept at the site in good condition and shall at all times available to the Engineer. Additional copies of the contract documents, if required, can be furnished by the Engineer at the cost of reproduction. PROJECT APPEARANCE. -- The Contractor shall maintain a neat appearance to the work. Full compensation for conforming to the provisions in this section, not otherwise provided for, shall be considered as included in prices paid for the various contract items of work involved and no additional compensation will be allowed therefore. ORDER OF WORK. -- The Contractor's sequence of operations shall provide for the maintenance of full and uninterrupted utility services, except that minor planned interruptions of utility services may be permitted, prior written approval of the Engineer. The Contractor shall submit to the City a written notice of the intent to disrupt AC Maintenance Service Page 12

15 services at least ten days prior to the planned disruption. The work as specified in these special provisions shall be completed in a sequence which is satisfactory to and which has been approved by the Engineer. The Contractor shall obtain approval of his sequence of work, layout of work, and schedule prior to commencing work on the project or any part of the project. Full compensation for conforming to the provisions of this article shall be considered as included in the price paid for the various contract items of work, and no additional allowance will be made therefore. DESCRIPTIONS OF BID ITEMS: The unit and lump sum prices paid shall be full compensation for completing the contract, and shall include all labor, materials, equipment, taxes and incidentals for a complete job, and no separate or additional compensation shall be made therefor. Payment of all the following items shall be for actual materials installed on the job and for actual work accomplished. The original contract term is from September 20, 2010 through May 31, There are four optional additional year terms, which end on May 31 of each subsequent year. The scope of work for each item shall include, but shall not be limited to: BASE BID Item 1. Bimonthly Service: The bimonthly service of the 29 split package AC units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per bimonthly basis. Item 2. Quarterly Service: The quarterly service of the 2 chiller units shall be performed in through May 31, This item will be paid on a per quarterly basis. Item 3. Annual Service: The quarterly service of the 2 chiller units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per annual basis. Item 4. Eddie Current Test: The annual inspection of the 2 chiller units shall be performed in through May 31, This item will be paid on a per annual basis. Item 5. Semiannual Service: The semiannual service of the cooling tower shall be performed in through May 31, This item will be paid on a per semiannual basis. Item 6. Bimonthly Service: The bimonthly service of the 2 heat pumps shall be performed in through May 31, This item will be paid on a per bimonthly basis. Item 7. Trouble Calls. Call back service shall be furnished upon request by the COR. Payment for this item shall be two hours of travel time, and the hourly rate that is appropriate for the time of call, being standard time or overtime. Hourly rates shall include labor and equipment rates. ADDITIVE ALTERNATES A1 THRU A6 These items apply to the first optional renewal year (Term 2: June 1, 2011 through May 31, 2012), if awarded: Item A1. Bimonthly Service: The bimonthly service of the 29 split package AC units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per bimonthly basis. Item A2. Quarterly Service: The quarterly service of the 2 chiller units shall be performed in through May 31, This item will be paid on a per quarterly basis. AC Maintenance Service Page 13

16 Item A3. Annual Service: The quarterly service of the 2 chiller units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per annual basis. Item A4. Semiannual Service: The semiannual service of the cooling tower shall be performed in through May 31, This item will be paid on a per semiannual basis. Item A5. Bimonthly Service: The bimonthly service of the 2 heat pumps shall be performed in through May 31, This item will be paid on a per bimonthly basis. Item A6. Trouble Calls. Call back service shall be furnished upon request by the COR. Payment for this item shall be two hours of travel time, and the hourly rate that is appropriate for the time of call, being standard time or overtime. Hourly rates shall include labor and equipment rates. ADDITIVE ALTERNATES B1 THRU B6. These items apply to the second optional renewal year (Term 3: June 1, 2012 through May 31, 2013), if awarded: Item B1. Bimonthly Service: The bimonthly service of the 29 split package AC units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per bimonthly basis. Item B2. Quarterly Service: The quarterly service of the 2 chiller units shall be performed in through May 31, This item will be paid on a per quarterly basis. Item B3. Annual Service: The quarterly service of the 2 chiller units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per annual basis. Item B4. Semiannual Service: The semiannual service of the cooling tower shall be performed in through May 31, This item will be paid on a per semiannual basis. Item B5. Bimonthly Service: The bimonthly service of the 2 heat pumps shall be performed in through May 31, This item will be paid on a per bimonthly basis. Item B6. Trouble Calls. Call back service shall be furnished upon request by the COR. Payment for this item shall be two hours of travel time, and the hourly rate that is appropriate for the time of call, being standard time or overtime. Hourly rates shall include labor and equipment rates. ADDITIVE ALTERNATES C1 THRU C7. These items apply to the third optional renewal year (Term 4: June 1, 2013 through May 31, 2014), if awarded: Item C1. Bimonthly Service: The bimonthly service of the 29 split package AC units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per bimonthly basis. Item C2. Quarterly Service: The quarterly service of the 2 chiller units shall be performed in through May 31, This item will be paid on a per quarterly basis. Item C3. Annual Service: The quarterly service of the 2 chiller units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per annual basis. AC Maintenance Service Page 14

17 Item C4. Eddie Current Test: The annual inspection of the 2 chiller units shall be performed in through May 31, This item will be paid on a per annual basis. Item C5. Semiannual Service: The semiannual service of the cooling tower shall be performed in through May 31, This item will be paid on a per semiannual basis. Item C6. Bimonthly Service: The bimonthly service of the 2 heat pumps shall be performed in through May 31, This item will be paid on a per bimonthly basis. Item C7. Trouble Calls. Call back service shall be furnished upon request by the COR. Payment for this item shall be two hours of travel time, and the hourly rate that is appropriate for the time of call, being standard time or overtime. Hourly rates shall include labor and equipment rates. ADDITIVE ALTERNATES D1 THRU D6. These items apply to the fourth optional renewal year (Term 5: June 1, 2014 through May 31, 2015), if awarded: Item D1. Bimonthly Service: The bimonthly service of the 29 split package AC units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per bimonthly basis. Item D2. Quarterly Service: The quarterly service of the 2 chiller units shall be performed in through May 31, This item will be paid on a per quarterly basis. Item D3. Annual Service: The quarterly service of the 2 chiller units shall be performed in accordance with Chapter III, Performance Work Statement. This is for the original contract term through May 31, This item will be paid on a per annual basis. Item D4. Semiannual Service: The semiannual service of the cooling tower shall be performed in through May 31, This item will be paid on a per semiannual basis. Item D5. Bimonthly Service: The bimonthly service of the 2 heat pumps shall be performed in through May 31, This item will be paid on a per bimonthly basis. Item D6. Trouble Calls. Call back service shall be furnished upon request by the COR. Payment for this item shall be two hours of travel time, and the hourly rate that is appropriate for the time of call, being standard time or overtime. Hourly rates shall include labor and equipment rates. ANCILLARY ITEMS Payment for any items that do not have instruction indicating where expenses for said items are to be accounted for are to be considered ancillary to the work and accounted for in every one of the lump sum or unit price items and no additional compensation will be allowed therefor. AC Maintenance Service Page 15

18 III. PERFORMANCE WORK STATEMENT (PWS) DMDC AIR CONDITIONING MAINTENANCE SERVICE 1.0 General. The Defense Manpower Data Center (DMDC) has a requirement for Air Conditioning Systems Maintenance, Emergency Repairs, and System modification or alteration at the Defense Manpower Data Center (DMDC) facility in Seaside, California (Department of Defense (DoD) Center Monterey Bay). 1.1 Scope. The Contractor shall provide complete and full preventative maintenance and emergency repairs on air conditioning equipment as listed in Exhibit A as well as system modifications or alterations should the air conditioning needs change. The Contractor shall provide Monthly chemical testing and treatment to Water system for Cooling Tower and Chillers. 2.0 PART 1 Extent of Work 2.1 Contractor s Duties The Contractor shall furnish all labor, tools and equipment necessary to provide full preventative maintenance service and emergency response on the equipment described. The contractor is to provide all materials needed to complete the Preventive Maintenance listed in the DETAILED DESCRIPTION OF SERVICE LEVELS, below Any work not specifically mentioned but which is needed to make the preventive maintenance complete is within the intent of this Performance Work Statement (PWS) and shall be performed by the Contractor The Contractor shall perform, coordinate and complete the requirements of this PWS in cooperation with any other contractors or trades doing any work at the DoD Center, in a prompt, diligent, and good workmanlike manner to the full and complete satisfaction and acceptance of the Government. The Contractor shall perform the requirements of the PWS in a manner that will not impede or obstruct the ongoing business activities of any tenants at the DoD Center The Contractor shall maintain all equipment to its original design capabilities based on the equipment condition as surveyed and all the technical information available at time of award The Contractor shall provide routine servicing of equipment as frequently as indicated in Exhibit B. Time expended on routine service shall consist of examination, minor adjustment, cleaning and lubricating the equipment. All lubrication frequencies and types of lubricants will meet the manufacturer s specifications. Any repairs or replacement of equipment is to be considered as additional time beyond that required for routine service. 2.2 Exclusions: The following work is excluded from this PWS and is not the responsibility of the Contractor: Power supply feeders to the main disconnect located on the air conditioner or chiller. All others are the Contractor s responsibility Other items caused by vandalism or negligence by persons other than the Contractor, its representative and employees, excluding wear and tear. The Contractor shall obtain the Contracting Officer s written approval to repair vandal related problems. Payment will not be made for any unauthorized work. 2.3 Conditions of Service. The Contractor shall maintain all equipment in a good operating condition in accordance with manufacturer's specifications and should conditions warrant repair or replacement of the equipment. 2.4 Special Tests. A detailed report of the tests shall be sent to the COR within two (2) weeks after the test has been completed for historical record. AC Maintenance Service Page 16

19 2.5 Housekeeping. All debris such as wiping rags, Hazardous Waste, trash, etc., resulting from this work shall be promptly removed and properly disposed of by the Contractor. 2.6 Stock of Materials. The Contractor shall have repair parts in a warehouse within one hundred (100) miles of the project or reasonably obtainable within 24 hours. 2.7 Wiring Diagrams: A complete set of all wiring diagrams and service manuals for the Air Conditioners covered under this SOW shall be maintained in the facilities maintenance office. All changes in circuitry made by the Contractor shall be properly recorded to include the date of change and name of person making same. The wiring diagrams are the property of the Government and are to remain in the facilities maintenance office. 2.8 Schedules and Records: Contractor shall provide a work schedule for each air conditioner unit These work schedules shall be designed for each type of equipment to be serviced, such as evaporators and condensers and shall conform to the manufacturer's recommended practice for the particular equipment concerned. They shall show the kind and frequency of service and lubrication proposed by the Contractor for the duration of the contract All inspections, lubrication, adjustments, tests, cleaning, routine repairing and other preventative maintenance activities shall be performed in accordance with schedules submitted by the Contractor Schedules posted shall be of the chart type which shall be initialed by the serviceman when each scheduled inspection is performed The Contractor shall also maintain an accurate and complete log of all work performed in addition to routine service at each location. These logs shall include call back service describing the nature of all complaints and their resolution. The logs shall be kept in the room serviced by the air conditioner. In addition to the specified air conditioners, Contractor's workmen or supervisor shall log in and out of the facility on each and every visit. This includes, but is not limited to, routine maintenance, trouble calls, repairs and supervisor's visits. These logs will remain the property of the Government The Contractor, on a bi-monthly basis, shall deliver to the COR a copy of the callback and repair log All forms required for the above schedules, bi-monthly work sheets, call back records and performance reports must be approved by the COR. 2.9 Personnel: All services shall be performed by personnel directly employed and/or supervised by the Contractor. All repairs shall be performed by a Journeyman Level Mechanic as a minimum. Helpers/ Apprentices may not work alone but may assist the Mechanic as needed. In the event that the Government becomes dissatisfied with the performance of any persons assigned to perform the services under this PWS, the Contractor agrees, upon request from the Contracting Officer, to assign other qualified personnel to perform these services Contractor personnel shall wear uniforms which bear the Contractor s name or other appropriate symbol which identifies them as employees of the Contractor and such uniforms shall be clean and in good condition Contractor personnel shall wear government provided identification badges in plain sight at all times while working on the equipment or inside the DoD Center. Security back ground identification checks may be required to obtain identification badges. AC Maintenance Service Page 17

20 3.0 PART 2 Special Provisions 3.1 Performance Guarantee. In the event of catastrophic failure of Air Conditioning equipment that serve mission critical computer systems, the contractor shall be responsible for furnishing the appropriate size unit to keep the space cool while repairs are being made. 3.2 Hours of Work: All work shall be performed during the regular working hours, 7:30 a.m. to 4:00 p.m., Monday through Friday. If overtime work is required, the Contractor shall request approval from the Contracting Officer. 3.3 Trouble Calls. Call back service shall be furnished upon request by the COR. Emergency repairs shall begin within two (2) hours of a call from the building staff, 24 hours a day, 7 days a week. The government agrees to pay two hours of travel time, and the rate that is appropriate for the time of call, being standard time, or overtime, using the rates stated in the contract documents. AC Maintenance Service Page 18

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

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

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

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

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

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

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

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements: Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of

More information

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT

CSA 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 information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you! ` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.

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

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

AIA Document A310 TM 2010

AIA Document A310 TM 2010 AIA Document A310 TM 2010 Bid Bond CONTRACTOR: OWNER: «Lane County» «125 East Eighth Avenue BOND AMOUNT: $ PROJECT: (Name, location or address, and Project number, if any) «Lane County Adult Corrections

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

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

More information

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

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

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

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to

More information

How To Insure Construction Contracts In Northern California Schools Insurance Group

How To Insure Construction Contracts In Northern California Schools Insurance Group NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling

More information

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the

More information

Kentucky Department of Education Version of Document A312 2010

Kentucky Department of Education Version of Document A312 2010 Kentucky Department of Education Version of Document A312 2010 Performance Bond CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal

More information

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement AGREEMENT EMENT FOR PROFESSIONAL SERVICES Job Description: Contract No.: Consultant: GLY Job No.: Document No.: THIS AGREEMENT, made and entered into this hereinafter referred to as Contractor, and professional

More information

CONTRACT AWARD INSTRUCTIONS

CONTRACT AWARD INSTRUCTIONS CONTRACT AWARD INSTRUCTIONS CI.1 METHOD OF AWARD The Bid will be awarded to the lowest responsive and responsible Bidder based on the lowest Base Bid and the lowest additive alternate bid, including construction

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

PREQUALIFICATION APPLICATION REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor

More information

COC-Insurance Requirements Page 1 of 9

COC-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 information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

More information

Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure

Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE 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 information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

K YROUS R EALTY G ROUP, I NC.

K YROUS R EALTY G ROUP, I NC. K YROUS R EALTY G ROUP, I NC. 263 West 38 th Street Suite 15E New York, NY 10018 Phone: 212.302.1500 Fax: 212.302.3855 500 Greenwich Street Condominium-Alteration Policy The following documents must be

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

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1

AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES WITNESSETH: ARTICLE 1 AGREEMENT FOR PROFESSIONAL LAND SURVEYING SERVICES This Agreement, made as of the 29 th day of January, 1999, by and between the County of Wake (hereinafter, the "Owner") and McKim & Creed Engineers, P.A.,

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

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

CONTRACTS & PROCUREMENT DEPARTMENT

CONTRACTS & PROCUREMENT DEPARTMENT CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows: AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE REQUIREMENTS FOR VENDORS INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

WASHINGTON SUBURBAN SANITARY COMMISSION

WASHINGTON SUBURBAN SANITARY COMMISSION APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: General Conditions of the Construction Contract Design/Bid/Build (SC-6.23), or Contractors Agreement Design/Bid/Build (SC-6.21),

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

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

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter

More information

ADDENDUM A1. Subcontractor Insurance Requirements

ADDENDUM A1. Subcontractor Insurance Requirements ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013 SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith

More information

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS

BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS BOND AGREEMENT: IRREVOCABLE LETTER OF CREDIT FOR COMPLETION OF IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have their signatures

More information

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS This document is provided to supply you with information regarding insurance requirements on Government contracts. Please be advised that the samples are

More information

Required Insurance Language for PRF Construction Contracts

Required Insurance Language for PRF Construction Contracts Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Purdue Risk Management Department

More information

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.)

SURETY. and Title: (Any additional signatures appear on the last page of this Performance Bond.) Performance Bond Document A312 2010 CONTRACTOR: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) OWNER: (Name, legal status and address) CONSTRUCTION CONTRACT

More information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT 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 information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

BROKER AND CARRIER AGREEMENT

BROKER AND CARRIER AGREEMENT P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")

More information

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND

EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND THIS EXPERIENTIAL EDUCATION AGREEMENT ( Agreement ) is made by and

More information

28. Time is of the essence in this Lease and in each and all of its provisions.

28. Time is of the essence in this Lease and in each and all of its provisions. COMMERCIAL VEHICLE/EQUIPMENT LEASE AGREEMENT Please print and fax to: 281-842-9345 Stutes Enterprise Systems, Inc. ("Lessor"), located at 1426 Sens Rd #5, LaPorte, Texas 77571, leases to, ("Lessee"), located

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,

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

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective

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

Eligible contractors must take one of the following two paths to participate:

Eligible contractors must take one of the following two paths to participate: The Energy Network has developed the Cool Comfort Financing Program (Program) to provide low cost financing to engage and increase participation from Property Owners and Contractors to perform HVAC upgrades

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

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

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

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

MARIN COMMUNITY COLLEGE DISTRICT 835 College Avenue, Kentfield, CA 94904 SHORT FORM OF AGREEMENT FOR MOVING SERVICES I. SCOPE OF THE SERVICES

MARIN COMMUNITY COLLEGE DISTRICT 835 College Avenue, Kentfield, CA 94904 SHORT FORM OF AGREEMENT FOR MOVING SERVICES I. SCOPE OF THE SERVICES CONTRACTOR: [Contractor Name] [Contractor Address] [Contractor phone and fax] MARIN COMMUNITY COLLEGE DISTRICT 835 College Avenue, Kentfield, CA 94904 SHORT FORM OF AGREEMENT FOR MOVING SERVICES I. SCOPE

More information

Insurance & Bonding Requirements. Eastside Trail Extension

Insurance & Bonding Requirements. Eastside Trail Extension Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)

More information

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 002113 INSTRUCTIONS TO BIDDERS PART 1 GENERAL 1.01 GENERAL SECTION 002113 INSTRUCTIONS TO BIDDERS A. Information contained in this section is supplemental to or in explanation of information in the INVITATION TO BID contained in Section

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

EXHIBIT D. Insurance Requirements

EXHIBIT D. Insurance Requirements EXHIBIT D Insurance Requirements A. Prior to commencement of the Work, Sub-Subcontractor will at its sole cost secure/procure, pay for and maintain in full force and effect, at all times during the performance

More information

Memorandum of Understanding

Memorandum of Understanding Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)

More information

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION INTENT The purpose of this written quotation is to obtain vendor(s) to provide concessions including food,

More information

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property

6. WARNING BY BUYER. BUYER shall give warning of any possible hazard to any person or persons to whom BUYER resells, gives or delivers the Property TERMS AND CONDITIONS FOR ONLINE TRANSACTIONS TO PURCHASE GP PROPERTY (VIA GOINDUSTRY DOVEBID) By submitting a bid to purchase the Property (as defined below), BUYER (as defined below) agrees that the following

More information

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND (Bond) SURETY Address Bond # SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") KNOW ALL PERSONS BY THESE PRESENTS; that SUBCONTRACTOR as Principal (the "Subcontractor"), and SURETY as Surety or Co-sureties (hereinafter

More information

Exhibit C-2 Insurance Terms

Exhibit C-2 Insurance Terms Exhibit C-2 Insurance Terms INSURANCE. The insurance requirements specified in this exhibit shall apply to Permittee and any subcontractors, suppliers, temporary workers, independent contractors, leased

More information