SECOND AMENDMENT TO AGREEMENT BY AND BETWEEN THE COUNTY OF SANTA CLARA AND WASTE MANAGEMENT SERVICES

Size: px
Start display at page:

Download "SECOND AMENDMENT TO AGREEMENT 5500002302 BY AND BETWEEN THE COUNTY OF SANTA CLARA AND WASTE MANAGEMENT SERVICES"

Transcription

1 County of Santa Clara Office of the County Executive Procurement Department 2310 North First Street, Suite 201 San Jose, CA Telephone Fax SECOND AMENDMENT TO AGREEMENT BY AND BETWEEN THE COUNTY OF SANTA CLARA AND WASTE MANAGEMENT SERVICES This is the Second Amendment to the Agreement between the County of Santa Clara ( County ) and Waste Management Services ( Contractor or Supplier ) entered into on August 9, 2013 to provide landfill waste services for the County. On August 25, 2015, the Board of Supervisors approved this Amendment to the Agreement. On July 20, 2015, Waste Management noticed that their name was incorrect on the Agreement and they requested the correction of their name to reflect the two separate landfill entities. Therefore the Agreement is now between Waste Management, Inc. (on behalf of: 1. Guadalupe Rubbish Disposal Co., Inc. and 2. Waste Management of California, Inc. (dba Kirby Canyon Landfill)) and the County. The parties now desire to substitute Waste Management, Inc. (on behalf of: 1. Guadalupe Rubbish Disposal Co., Inc. and 2. Waste Management of California, Inc. (dba Kirby Canyon Landfill)) for Waste Management Services or Waste Management, Inc. for all obligations, duties and rights from the date of this Amendment forward. This Agreement is amended as follows effective August 25, 2015: 1. AGREEMENT TERM is revised to read: This Agreement commences on August 9, 2013 and expires on January 31, 2018, unless terminated earlier or otherwise amended." Approved: 08/25/ SUPPLIER is revised to read: Waste Management, Inc. (on behalf of: 1. Guadalupe Rubbish Disposal Co., Inc. and 2. Waste Management of California, Inc. (dba Kirby Canyon Landfill)) Attn: Omar Numair Guadalupe Mines Road San Jose, CA TOTAL AGREEMENT VALUE is revised to read: Contractor is entitled to reimbursement for actual allowable expenditures subject to the provisions of this Agreement, not to exceed the amount of $1,000,000, which represents an increase of $650,000 from the prior not to exceed amount of $350, Replace APPENDIX A 1, RATE STRUCTURE INBOUND MATERIALS with APPENDIX A 2, RATE STRUCTURE INBOUND MATERIALS attached hereto and incorporated herein by this reference. 5. Replace APPENDIX B, SCOPE OF SERVICES with APPENDIX B 1, SCOPE OF SERVICES attached hereto and incorporated herein by this reference. Board of Supervisors: Mike Wasserman, Cindy Chavez, Dave Cortese, Ken Yeager, S. Joseph Simitian County Executive: Jeffrey V. Smith

2

3 APPENDIX A-2 RATE STRUCTURE INBOUND MATERIALS Rate Structure for Inbound Materials 1. Kirby Canyon Landfill 910 Coyote Creek Golf Drive, Morgan Hill, CA Telephone: (408) Line # Description Price Unit of Measure 1 Household Trash (mixed debris) $74.57 Per ton 2 Composition Roofing Material $74.57 Per ton 3 Construction & Demolition Material $67.15 Per ton 4 Bulk Roofing Material (wood shakes) $67.15 Per ton Greenwaste (tree trimmings, wood chips, etc. $27.93 Per ton 5 no palm, ivy or sod) 6 Wood/lumber (unpainted & untreated) $24.45 Per ton Concrete/Asphalt/Brick/Rock/Tile Roofing clean $17.63 Per ton 7 (less than 24 in any dimension) 8 Soil (must be preapproved prior to disposal) $26.27 Per ton Treated Wood pressure or chemically treated $85.22 Per ton 9 (1/2 ton minimum charge) 10 Electronic Waste (T.V s. Computers, etc.) accepted at no charge $0.00 Per ton Other Materials 11 Passenger Car Tires $20.00 Each 12 Truck/Tractor Tires $45.00 Each Carpet or Carpet Padding more than 12 in $20.00 Each 13 diameter & 6 in length 14 Stuffed (cushioned) Furniture (sofas, recliner, etc.) $20.00 Each Mattresses and Box Spring Mattresses with $20.00 Each 15 Springs Appliances without Freon (washers, dryers, $20.00 Each 16 heaters, etc.) 17 Appliances with Freon (refrigerators, air conditioners, water coolers, etc.) $35.00 Each Between the County of Santa Clara and Waste Management Page 3 of 10

4 RATE STRUCTURE INBOUND MATERIALS (Continued) 2. Guadalupe Recycling & Disposal Facility Guadalupe Mines Road, San Jose, CA (408) Line # Description Price Unit of Measure 1 Household Trash (mixed debris) $60.02 Per ton 2 Composition Roofing Material $60.02 Per ton 3 Bulk Roofing Material (wood shakes) $39.19 Per ton 4 Construction & Demolition $55.79 Per ton 5 Concrete/Asphalt/Brick/Rick/Tile Roofing: less than 24 in any dimension $20.58 Per ton 6 Soil All soil must be approved prior to disposal $26.57 Per ton 7 Treated Wood pressure or chemically treated (1/2 ton minimum). All treated wood must be approved prior to disposal $75.47 per ton 8 Wood (not painted or treated with chemicals) $24.23 Per ton 9 Greenwaste $31.75 Per ton 10 Electronic Waste (T.V s, Computers, etc.) accepted at no charge $0.00 Each Other Materials 11 Passenger Car Tires $21.00 Each 12 Truck/Tractor Tires $47.50 Each 13 Carpet or Carpet Padding more than 12 in diameter & 6 in length $21.00 Each 14 Stuffed (cushioned) Furniture (sofas, recliner, etc.) $21.00 Each 15 Mattresses and Box Spring Mattresses with Springs $21.00 Each 16 Appliances without Freon (washers, dryers, heaters, etc.) $21.00 Each 17 Appliances with Freon (refrigerators, air conditioners, water coolers, etc.) $37.00 Each Price does not include Environmental Fee of $16 per load; Adjustable Fuel Surcharge of 5.67% (as of 7/2/15, changes weekly based upon DOT s Fuel Index); and Regulatory Cost Recovery fee of 3.6%. Between the County of Santa Clara and Waste Management Page 4 of 10

5 APPENDIX B-1 SCOPE OF SERVICES Section I Rate Determination Contractor shall provide landfill waste disposal services for County. Rate Structure for Inbound Materials is in Appendix A-2. Price adjustments may occur during the five-year agreement term based on changes to the Consumers Price Index (CPI) as reviewed in January of each year (see Price Adjustments below). Price adjustment request is to be in writing and include related CPI information and adjustment analysis. Price Adjustments: Contractor may adjust the per unit rate structure for inbound materials listed on Rate Structure by providing County thirty (30) days written notice. Commencing January 1, 2016 and thereafter on each January 1 that this Agreement is in effect, including any extension years, rates stated above may be increased or decreased by 100% of the change in the value of the All Urban Consumers Index (CPI-U), All Items, for the San Francisco-Oakland-San Jose, CA, Base Period = 100, not seasonally adjusted, compiled and published by the U. S. Department of Labor, Bureau of Labor Statistics (or its successor) for the previous December and its value twelve months before. In the event that any government agency imposes upon Contractor any additional regulations or fees which result in additional expenses, charges, fees, or taxes to Contractor and which relate specifically to the services provided, prices may be adjusted during the annual price adjustment review and analysis in January. Any other modifications to the Rate Structure are prohibited, unless Contractor obtains the prior express written consent of County. Section II Program Services 1. Contractor shall maintain an approved landfill or transfer facility in accordance with County and State regulations and zoning codes to receive the type of County waste categories as listed in Appendix A. Contractor shall provide the necessary personnel, services, equipment and material to provide landfill waste disposal services, as detailed in Appendix A-2 and Appendix B-1 Section I in accordance with the terms and conditions stated in this agreement. Contractor agrees to perform the work set forth in the Scope of Services which is described below. 2. Contractor shall accept refuse and other roadside trash picked up by County personnel alongside County Road ways trucked to Contractor s landfill site in accordance in accordance with the terms and conditions stated in this Agreement. 3. The contract is to be used as a master agreement against which the using department shall issue subordinate purchase documents (referred to as, contract release purchase orders) based on the pricing, terms, and conditions of this agreement. 4. Hours of Operation: Contractor must have standard hours of operation during the week and on weekends available for County personnel to dump refuse. Hours of operation are: Guadalupe: Monday to Saturday: 8 am to 4 pm Kirby Canyon: Monday to Friday: 7 am to 4 pm; Saturday 7 am to 1 pm. Check hours for Thanksgiving, Christmas Eve, New Year s Eve. Closed: Sundays, Christmas, and New Year s Day. Between the County of Santa Clara and Waste Management Page 5 of 10

6 5. County Delivery: 5.1 County trucks will dump refuse as needed. No minimum contract amounts will be required. 5.2 Contractor shall weigh all solid waste received at the landfill. Upon entry to the landfill site by a County truck, truck shall be weighed and a weigh ticket shall be provided to the driver of the vehicle. Contractor shall maintain scales of sufficient size and quality to accurately weigh waste entering the landfill and exiting the landfill. 5.3 A written Contract Release Purchase Order will be issued to the Contractor by the County Department for the amount on the weigh ticket when the invoice is received. 5.4 Contractor shall make all reasonable efforts to allow County vehicles to deliver their loads and depart immediately without delay. If delays occur, Contractor and County shall make reasonable efforts to resolve the situation minimizing delays. 6. Weights and Measures 6.1 Contractor shall maintain scales of sufficient size and quality to accurate weigh solid waste entering the landfill sites and empty vehicles exiting the Landfill sites. Contractor shall update tare weights annually. Contractor shall have the scales checked and certified by a service agency registered with the State of California Department of Food and Agriculture. Contractor shall have scales inspected by local Weights & Measures officials every six (6) months. If during the six (6) month interval, Contractor s scales were determined not to be accurate by local Weights & Measures officials, then Contractor shall have its scales checked at minimum every three (3)months until deemed accurate by local Weights & Measures officials. Between the County of Santa Clara and Waste Management Page 6 of 10

7 APPENDIX C-1 INSURANCE REQUIREMENTS (B-2) Indemnity The Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter County ), its officers, agents and employees from any claim, liability, loss, injury or damage arising out of, or in connection with, performance of this Agreement by Contractor and/or its agents, employees or sub-contractors, excepting only loss, injury or damage caused by the sole negligence or willful misconduct of personnel employed by the County. It is the intent of the parties to this Agreement to provide the broadest possible coverage for the County. The Contractor shall reimburse the County for all costs, attorneys fees, expenses and liabilities incurred with respect to any litigation in which the Contractor is obligated to indemnify, defend and hold harmless the County under this Agreement. Insurance Without limiting the Contractor s indemnification of the County, the Contractor shall provide and maintain at its own expense, during the term of this Agreement, or as may be further required herein, the following insurance coverages and provisions: A. Evidence of Coverage Prior to commencement of this Agreement, the Contractor shall provide a Certificate of Insurance certifying that coverage as required herein has been obtained. Individual endorsements executed by the insurance carrier shall accompany the certificate. In addition, a certified copy of the policy or policies shall be provided by the Contractor upon request. This verification of coverage shall be sent to the requesting County department, unless otherwise directed. The contractor shall not receive a Notice to Proceed with the work under the Agreement until it has obtained all insurance required and such insurance has been approved by the County. This approval of insurance shall neither relieve nor decrease the liability of the Contractor. B. Qualifying Insurers All coverages, except surety, shall be issued by companies which hold a current policy holder s alphabetic and financial size category rating of not less than A-V, according to the current Best s Key Rating Guide or a company of equal financial stability that is approved by the County s Insurance Manager. C. Notice of Cancellation All coverage as required herein shall not be canceled or changed so as to no longer meet the specified County insurance requirements without 30 days prior written notice of such cancellation or change being delivered to the County of Santa Clara or their designated agent. Between the County of Santa Clara and Waste Management Page 7 of 10

8 D. Insurance Required 1. Commercial General Liability Insurance for bodily injury (including death) and property damage which provides limits as follows: a. Each occurrence - $ 1,000,000 b. General aggregate - $2,000,000 c. Products/Completed Operations aggregate - $ 2,000,000 d. Personal Injury - $ 1,000, General liability coverage shall include: a. Premises and Operations b. Products/Completed c. Personal Injury liability d. Severability of interest 3. General liability coverage shall include the following endorsement, a copy of which shall be provided to the County: Additional Insured Endorsement, which shall read: County of Santa Clara, and members of the Board of Supervisors of the County of Santa Clara, and the officers agents, and employees of the County of Santa Clara, individually and collectively, as additional insureds. Insurance afforded by the additional insured endorsement shall apply as primary insurance, and other insurance maintained by the County of Santa Clara, its officers, agents, and employees shall be excess only and not contributing with insurance provided under this policy. Public Entities may also be added to the additional insured endorsement as applicable and the contractor shall be notified by the contracting department of these requirements. 4. Automobile Liability Insurance For bodily injury (including death) and property damage which provides total limits of not less than one million dollars ($1,000,000) combined single limit per occurrence applicable to all owned, non-owned and hired vehicles. Between the County of Santa Clara and Waste Management Page 8 of 10

9 4a. Aircraft/Watercraft Liability Insurance (Required if Contractor or any of its agents or subcontractors will operate aircraft or watercraft in the scope of the Agreement). For bodily injury (including death) and property damage which provides total limits of not less than one million dollars ($1,000,000) combined single limit per occurrence applicable to all owned, non-owned and hired aircraft/watercraft. 5. Workers Compensation and Employer s Liability Insurance E. Special Provisions a. Statutory California Workers Compensation coverage including broad form all-states coverage. b. Employer s Liability coverage for not less than one million dollars ($1,000,000) per occurrence. The following provisions shall apply to this Agreement: 1. The foregoing requirements as to the types and limits of insurance coverage to be maintained by the Contractor and any approval of said insurance by the County or its insurance consultant(s) are not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Contractor pursuant to this Agreement, including but not limited to the provisions concerning indemnification. 2. The County acknowledges that some insurance requirements contained in this Agreement may be fulfilled by self-insurance on the part of the Contractor. However, this shall not in any way limit liabilities assumed by the Contractor under this Agreement. Any self-insurance shall be approved in writing by the county upon satisfactory evidence of financial capacity. Contractor s obligation hereunder may be satisfied in whole or in part by adequately funded selfinsurance programs or self-insurance retentions. 3. Should any of the work under this Agreement be sublet, the Contractor shall require each of its subcontractors of any tier to carry the aforementioned coverages, or Contractor may insure subcontractors under its own policies. 4. The County reserves the right to withhold payments to the Contractor in the event of material noncompliance with the insurance requirements outlined above. F. Fidelity Bonds (Required only if contractor will be receiving advanced funds or payments) Before receiving compensation under this Agreement, Contractor will furnish County with evidence that all officials, employees, and agents handling or having access to fund received or disbursed under this Agreement, or authorized to sign Between the County of Santa Clara and Waste Management Page 9 of 10

10 or countersign checks, are covered by a BLANKET FIDELITY BOND in an amount of AT LEAST fifteen percent (15%) of the maximum financial obligation of the County cited herein. If such bond is canceled or reduced, Contractor will notify County immediately, and County may withhold further payment to Contractor until proper coverage has been obtained. Failure to give such notice may be cause for termination of this Agreement, at the option of the County. Between the County of Santa Clara and Waste Management Page 10 of 10

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS Indemnity The Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter "County"), its officers, agents

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

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

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

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

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

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

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

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

COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES

COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES Brunswick County is requesting proposals (RFP) to provide grinding and screening services for yard wastes and land clearing

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

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 COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.

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

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

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

ADDENDUM TO SUBCONTRACT [Contractor s Consolidated Insurance Program]

ADDENDUM TO SUBCONTRACT [Contractor s Consolidated Insurance Program] ADDENDUM TO SUBCONTRACT [Contractor s Consolidated Insurance Program] The Subcontract Agreement between LAYTON CONSTRUCTION COMPANY, INC., a Utah corporation ( Contractor ) and, a ( Subcontractor ) dated

More information

DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND OUTREACH

DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND OUTREACH DRAFT VEHICLE MAINTENANCE AGREEMENT BETWEEN THE COUNTY OF SANTA CLARA AND This agreement is made by and between the County of Santa Clara, a political subdivision of the state of California, hereinafter

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

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

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON RESOLUTION 20-2014 A RESOLUTION OF THE NORTH BEACH WATER DISTRICT OF PACIFIC COUNTY, WASHINGTON, APPROVING A CONTRACT FOR ARCHITECTURAL SERVICES WITH

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

LAS VEGAS VALLEY WATER DISTRICT

LAS VEGAS VALLEY WATER DISTRICT LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000

More information

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,

More information

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and (CARRIER). BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker

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

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

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

More information

EXHIBIT D. Insurance and Bond Requirements

EXHIBIT D. Insurance and Bond Requirements EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar

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

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

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

OLYMPIC TOWER CONDOMINIUM

OLYMPIC TOWER CONDOMINIUM OLYMPIC TOWER CONDOMINIUM INDEMNIFICATION/INSURANCE REQUIREMENTS AND ENTRY PROTOCOL Revised 02-11-15 In order to gain access to the building, movers/contractors will need the following, on file with the

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

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

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

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

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

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

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

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

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ). COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with

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

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

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances

More information

Insurance Requirements Professional Services

Insurance Requirements Professional Services Insurance Requirements Professional Services A. REQUIRED INSURANCE. Without limiting any of the other obligations or liabilities of the vendor/contractor, the vendor/contractor shall, at their sole expense,

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

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

Attachment 4: Insurance Requirements

Attachment 4: Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within

More information

STOPWASTE RESPONSIBILITIES

STOPWASTE RESPONSIBILITIES The Assessor named below hereby agrees to participate in the Home Energy Score Program being administered the Energy Council ( StopWaste ) as a partner organization to the U.S. Department of Energy ( DOE)

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

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

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

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

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 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

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal

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

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

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

MINORS ON CAMPUS. 1. Supervision, Background Investigations, Compliance with Laws and Rules:

MINORS ON CAMPUS. 1. Supervision, Background Investigations, Compliance with Laws and Rules: MINORS ON CAMPUS Required Provisions in Affiliation Agreements/Contracts [Appendix D] 1. Supervision, Background Investigations, Compliance with Laws and Rules: (A) Licensee shall, at licensee s sole cost

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

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

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize

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

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

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

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

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

More information

TRANSPORTATION AGREEMENT

TRANSPORTATION AGREEMENT TRANSPORTATION AGREEMENT THIS AGREEMENT ( Agreement ) is dated as of, 200 between including its subsidiaries (collectively, Shipper ), and Dick Harris and Son Trucking Co., Inc. (Carrier). Carrier agrees

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

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

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia

More information

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

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

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and

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

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

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

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

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

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

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801 APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance

More information

RESPONSIBLE PRINCIPAL OF. CONTRACTOR'S ADDRESS: PO Box 268 Topanga, CA 90290

RESPONSIBLE PRINCIPAL OF. CONTRACTOR'S ADDRESS: PO Box 268 Topanga, CA 90290 AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND KORADE AND ASSOCIATES BUILDERS, INC. FOR REMOVAL OF LOOSE BRICK VENEER AT THE SOUTHWEST CORNER OF THE 221 NORTH CRESCENT PARKING STRUCTURE NAME OF CONTRACTOR:

More information

Gordon L. Mountjoy & Associates, Inc.

Gordon L. Mountjoy & Associates, Inc. INSURANCE REQUIREMENTS CHECKLIST Submit an Acord 25 form and the endorsements as required below. Your insurance must be in compliance immediately after you sign your subcontract and before you start work.

More information

Insurance Requirements for Contractors (Without Construction Risks)

Insurance Requirements for Contractors (Without Construction Risks) Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to

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

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies

More information

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC 2 2008 Contracts for Health projects with an Estimated Project

More information

INDUSTRIAL CARPET CLEANING SERVICES CONTRACT. THIS AGREEMENT executed on this the day of, 20 by and between. (hereinafter "Employer"), and

INDUSTRIAL CARPET CLEANING SERVICES CONTRACT. THIS AGREEMENT executed on this the day of, 20 by and between. (hereinafter Employer), and INDUSTRIAL CARPET CLEANING SERVICES CONTRACT THIS AGREEMENT executed on this the day of, 20 by and between (hereinafter "Employer"), and (hereinafter "Contractor") NOW, THEREFORE, FOR AND IN CONSIDERATION

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

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

HEALTH OWNER INSURED CONSTRUCTION PROJECTS

HEALTH OWNER INSURED CONSTRUCTION PROJECTS HEALTH OWNER INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the Design - Build Stipulated Price Contract 14-2000 for Health projects

More information

LICENSE AGREEMENT WITNESSETH:

LICENSE AGREEMENT WITNESSETH: LICENSE AGREEMENT THIS LICENSE AGREEMENT, made as of the day of, 200 by and between ROCKLAND ELECTRIC COMPANY ( Licensor ), with an address of 82 E. Allendale Road, Saddle River, New Jersey 07458, and

More information

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS 1 INTERPRETATION... 1 1.1 Definitions... 1 2 CONTRACTOR PROVIDED INSURANCE COVERAGE... 1 3 BC HYDRO PROVIDED INSURANCE COVERAGE... 2 4

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