REQUEST FOR PROPOSAL RFP GP101314

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL RFP GP101314"

Transcription

1 REQUEST FOR PROPOSAL FLEET MANAGEMENT STUDY EAST SIDE UNION HIGH SCHOOL 830 North Capitol Avenue San Jose, CA RFP DUE JUNE 11, 2014

2 Page 2 of 12 SECTION TABLE OF CONTENTS PAGE Table of Contents 2 Notice to Vendors 3 Purpose of the Proposal 4 About the District 4 Overview of the Transportation Operations 5 Inquiries and/or Clarifications 6 Errors and Omissions 6 Addenda 6 Submission of RFP 6 Bidder s Cost 7 Proposed Timeline 7 Exceptions 7 Scope of Services 7 Organizations of RFP 9 Delivery of RFP 10 Evaluation Criteria 10 Bid becomes property of 10 Confidential Material 10 Rejection of Bids, Waiver or Informalities 10 Cancellation 11 Award of Contract 11 Term of Contract 11 Execution of Contract 11 Failure to execute the Contract 11 Termination of Contract 12 Proposed Cost 12 Payment 12 Indemnification and Insurance Requirement 12 Administrative and Legal Requirement 12 References 12 Attachment A - Indemnification and Insurance Requirements Attachment B - Administrative and Legal Requirements Attachment C List of District Vehicles Exhibit 1 - General Consultant Information/Signature Page (Required Bid Submittal Documentation) Exhibit 2 - Conflict of Interest (Required Bid Submittal Documentation) Exhibit 3 - Non-Collision Declaration (Required Bid Submittal Documentation) Exhibit 4 - Certificate of Nondiscrimination by Seller (Required Proposal Submittal Documentation)

3 Page 3 of 12 Notice to Vendors The Board of Trustees of the (ESUHSD) is seeking proposals from qualified consultants to conduct a review of its current fleet operations program. The District s fleet management program should be cost efficient, effective, and customer driven. The District desires a modern fleet management program and wants to utilize best management practices and techniques that are precise and well established. One (1) original and three (3) copies plus a DVD/Flash Drive including all proposal documents must be received on or before 1:00 PM, June 11, 2014 Proposals shall be received at: Purchasing Department ATTN: Donna Bertrand C.P.M. Contracts Administration Coordinator 830 North Capitol Avenue San Jose, CA Copies of the RFP, including forms that need to be completed, can be picked up at the above address, requested by phone to Donna Bertrand at or downloaded from the ESUHSD website: No vendor may withdraw any proposal for a period of ninety (90) calendar days after the date set for the receiving of the proposal. ESUHSD will review the responses, contact references, and complete a weighted scoring matrix for each respondent vendor. ESUHSD reserves the right to accept or reject any item or group(s) of items of a proposal. ESUHSD also reserves the right to waive any minor informality or irregularity in any Proposals. Additionally, ESUHSD may, for any reason, decide not to award a contract as a result of this RFP. There will not be a formal public bid opening for this RFP. After the recommendation for contract award is submitted to the Board of Trustees for approval, all proposals will be available for public review.

4 Page 4 of PURPOSE OF THE PROPOSAL The is seeking proposals to from qualified consultants to conduct a review of its current fleet operations program. The District s fleet management program should be cost efficient, effective, and customer driven. The District desires a modern fleet management program and wants to utilize best management practices and techniques that are precise and well established. This study is intended to evaluate all aspects of the District s fleet program and to assess its overall effectiveness. The Consultant is charged with identifying where best fleet management practices are being used and how to achieve better results in those areas where they are not. At a minimum, the following areas must be assessed: Evaluate and recommend the most efficient and effective method for transporting special education students (buses, vans, etc.) Fleet organization structure Preventive maintenance program Vehicle to technician ratio Parts inventory and parts warranty Fuel program management Fleet operations costs Shop labor rates and charge back rates Special Education transportation program Fleet replacement funding Fleet motor pool feasibility Fleet life cycle cost analysis Fleet vehicle management system Policies, procedures, and practices Compare fleet services to other districts Identify underutilized equipment Parts and equipment purchasing practices Facility layout and functionality ESUHSD would like to have the successful Consultant offer other school districts and community college districts, any public corporation or agency, including any county, city, town or public corporation or agency within the State of California, the right to purchase the identical item(s) at the same price and at the same terms and conditions pursuant to sections (K-12) and (Community Colleges) of the Public Contract Code. ESUHSD waives its right to require such other districts and offices to draw their warrants in the favor of the District as provided in said Code sections. Acceptance or rejection of this clause will not affect the outcome of this RFP. 1.1 ABOUT THE DISTRICT ESUHSD encompasses a 180 square mile area of San Jose, bordering on Silicon Valley in Santa Clara County. It is one of California s largest high school districts (grades 9-12) with an enrollment of over 24,500 students. ESUHSD operates eleven comprehensive high schools, one continuation high school, three alternative schools and six charter schools in ESUHSD. The charter schools

5 Page 5 of 12 serve an additional 1,745 students. ESUHSD also administers an Adult Education Program that serves over 5,000 adults. Our school sites are comprised of: Traditional High Schools o Andrew P. Hill o Evergreen Valley o Independence o James Lick o Mount Pleasant o Oak Grove o Piedmont Hills o Santa Teresa o Silver Creek o William C. Overfelt o Yerba Buena Alternative Education Schools o Apollo o Calero o Foothill o Pegasus o Phoenix Adult Education o Independence o Overfelt On-site Charter Schools o KIPP San Jose Collegiate (at Independence) o Leadership Public (at W.C. Overfelt) o Summit Rainier (at Mount Pleasant) o Andrew Hill (not a separate location; within the High School location) o ACE (at Independence) o Downtown College Prep (at Independence) o Luis Valdez (Yerba Buena) 1.1 OVERVIEW OF THE TRANSPORTATION OPERATIONS ESUHSD operates more than forty-five (45) school buses each day to carry more than 1000 students safely to and from school. Our drivers log more than 1.04 million miles annually, operating in a safe, efficient manner from our district office. The majority of our routes are special education. We also provide transportation for outside vendors for field trips. Our department staff consists of forty-three (43) bus drivers, one full-time dispatcher, two part time instructors and three mechanics The vehicle maintenance operation is comprised of the following employees: (1) Director (part-time) (36) Bus Drivers (1) Van Driver (2) Dispatchers (1) Mechanic 2 (1) Mechanic I (2) Trainers/Instructors (part time) Most maintenance and repair work is performed at the District s Education Center located at 830 N. Capitol Ave., San Jose, CA

6 Page 6 of The District does contract out some vehicle maintenance and repairs to local repair shops on an as needed basis The District has one centralized fueling facility located at 830 N. Capitol Ave. This facility houses two 10,000 gallon underground storage tanks (UST), one for unleaded and one for diesel at the Education Center 1.1 INQUIRIES AND/OR CLARIFICATIONS Any requests for clarification of the RFP shall be made IN WRITING and delivered to: Mail: Donna Bertrand, C.P.M. 830 North Capitol Avenue San Jose, CA Donna Bertrand at [email protected] Phone: Fax: ESUHSD is responsible only for what is expressly stated in this RFP and any authorized written addenda thereto. ESUHSD is not responsible for and will not be bound by any person not authorized to act on its behalf. As of the Issuance date of this RFP and continuing until the final date for submission of proposals, contact with ESUHSD employees is strictly limited. All personnel representing ESUHSD are specifically directed not to hold meetings, conferences or technical discussions with any Consultant for purposes of responding to this RFP. Any Consultant found to be acting in any way contrary to this directive will be disqualified from entering into any contract that may result from this RFP. 1.2 ERRORS AND OMISSIONS If a bidder discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP or any of its attachments, he/she shall immediately notify ESUHSD of such error in writing and request modification or clarification of the document. Modifications will be made by addenda. Clarifications will be given by written notice to all parties who have been furnished or who have requested a RFP for proposing purposes, without divulging the source of the request for same. If a Bidder fails to notify ESUHSD prior to the date fixed for submission of bids of an error in the RFP known to him/her, or an error that reasonably should have been known to him/her, he/she shall bid at his/her own risk, and if he/she is awarded the contract, he/she shall not be entitled to additional compensation or time by reason of the error or its later correction. 1.3 ADDENDA The ESUHSD may modify this RFP, any of its key action dates, or any of its attachments, prior to the bid submittal date. Addenda will be numbered consecutively as a suffix to the RFP Reference Number. It is the Bidder s responsibility to ensure they have incorporated all addenda. Failure to acknowledge and incorporate addenda will not relieve the Bidder of the responsibility to meet all terms and conditions of the RFP and any subsequent addenda. 1.4 SUBMISSION OF RFP Proposals submissions are to be in the format as described below in section Proposal Submission Instructions and will include one (1) original and three (3) copies plus a

7 Page 7 of 12 DVD/Flash drive with workable files (not acrobat or protected files) that includes all documents provided with Proposals submissions. Proposals must be sealed and clearly marked,. Any proposal received after the due date and time cannot be accepted and will be rejected and returned to the bidder unopened. Therefore, the envelope must also have a return address on the outside. Proposals must be submitted no later than 1:00 P.M. June 11, Proposals and supporting documentation are to be submitted to: Attn: Donna Bertrand C.P.M. Contracts Administration Coordinator 830 North Capitol Avenue San Jose, CA BIDDER S COST Costs for developing Bids are entirely the responsibility of the Bidder and shall not be chargeable to the ESUHSD. 1.6 PROPOSED TIMELINE The following is the anticipated Proposal and engagement schedule. ESUHSD may change the estimated dates and process as deemed necessary. May 23, 2014 June 4, 2014 June 11, 2014 June 19, 2014 June 20, 2014 Release of Request for Proposals Last Day for submission of inquiries and clarifications (by 5:00 PM) Proposals Due (by 1:00 PM) Board of Trustees Meeting Contract start date (contingent on Board of Trustees) 1.7 EXCEPTIONS If a Bidder takes exception to any part of this RFP, including but not limited to specifications of the Insurance, Administrative and Legal Requirements as written, here in or as amended by any addenda subsequently issued, must be done in writing. Said exceptions must be submitted with the proposal. Failure to do so will be construed as acceptance of all items. 1.8 SCOPE OF SERVICES The contractor will undertake a comprehensive review of the ESUHSD s vehicle fleet and its management, addressing the question of whether the fleet is being managed in an efficient, cost effective manner and provide recommendations on improvements. In additional the consultant will review and assess the District s Special Education transportation program to determine most cost effective manner of transporting special education students. Specific areas for review/questions to be answered include, but are not limited to: Project Startup Consultation Meetings- At the start of the project, the consultant will be required to meet with the District Management to gain an understanding of fleet operations and concerns. The consultant shall have no administrative authority. The District will provide all available fleet data and written documentation on the District s fleet operations including budget, financial records, organizational charts, inventory of vehicles,

8 Page 8 of 12 policies and procedures, productivity data, etc., necessary to understand the fleet operations. Below are specific review/questions to be considered: Analysis of the size, composition, and age of the current fleet (See Attachment C) Analysis of the utilization of vehicles (See Attachment C) Are the District s vehicle maintenance practices appropriate? Is contract maintenance vs. use of in-house forces cost effective? Analysis of the current organizational structure and resources allocated for both operating and capital purposes Are the useful economic life designations for each vehicle type reasonable and appropriate? Analysis of the reasonableness of the fleet replacement plan and the manner in which it is developed Analysis of fleet life cycle costs Analysis of vehicle operator maintenance and provide recommendations What are areas for cost reduction in the short, mid, and long term that could be achieved without negatively impacting mission delivery Analysis to determine if leasing vehicles and equipment is a cost effective approach versus buying On-Site Assessment - The consultant must schedule time to provide an on-site assessment. The consultant will have access to, and is expected to schedule time to spend on site with fleet maintenance, finance, and appropriate staff. The consultant will tour the District s fleet facility to document and examine shop tools, inventory, and equipment. The consultant will analyze workflow patterns to determine if there are areas that are affecting the productivity of fleet staff. The consultant will review administrative and field processes including, but not limited to: review of administrative processing systems, work order system, technology, productivity, staffing, inventory management, key policies, etc. The consultant will be expected to identify strategic and tactical gaps, isolate best practices, identify areas of opportunity and communicate findings Perform a Cost Competitive Analysis - The consultant will review the appropriateness of current shop labor rates and the methodology used to compute them and the system used for charging back to school sites Review and Evaluate the Fleet Operations - Review and recommend most cost efficient and effective practices used in the preventive maintenance and repair programs; shop operations; parts inventory control and parts services; fuel systems; use of fleet management information system; and use of contracting out/consolidation of services Alternative Service Delivery Options - Review vehicle requirements relating to the use of large busses versus vans for transporting Special Education Students and recommend most cost effective option Review and Evaluate the Fleet Asset and Replacement Program - The consultant will assess the existing methods to acquire fleet assets along with financing the operation and capital replacement of the fleet, including the rate chargeback methodology and vehicle/equipment replacement program to include:

9 Page 9 of Help to determine funding levels to provide a framework for proper, long range replacement funding and a methodology to support it Assessment of vehicle acquisition to determine if leasing vehicles as opposed to purchasing will reduce costs Determining if replacement cycles are appropriate and how the District performs retain/replace/repair analysis of vehicles and equipment that are candidates for replacement Determining if and how life cycle cost are used in the acquisition and selection process Determining if the methods used to dispose of vehicles and equipment are both timely and brings the best rate of return Fleet Management Policy, Procedure and Practices Review and Recommendations The consultant will assess the existing policies, procedures, and practices to acquire fleet assets (lease, purchase) along with maintenance of the operations. This assess will also include a strategy for vehicle/equipment replacement program Report Results Once the study is complete, the consult will submit a draft written report with their findings and recommendations to include a return on investment if suggestions are implemented. The consultant will make a presentation of the report to the Associate Superintendent of Business Services, Director of General Services, and Contracts Administration Coordinator. If needed, the consultant will present the report to the Board of Trustees The consultant will then make any changes necessary, if needed, finalize the report and provide a copy to the Associate Superintendent of Business, Director of General Services, and Contract Administration Coordinator ORGANIZATION OF RFP Proposal responses are to be organized simply, economically and will be submitted in the specific order as defined below Exhibit 1 - General Vender Information/Signature Page (ESUHSD provided form) Exhibit 2 - Conflict of Interest (ESUHSD provided form) Letter from Consultant s Insurance Broker or Evidence of Insurance Executive Executive Summary & Narrative: The Executive Summary should contain an outline of your professional Fleet Management Study services, philosophy and business approach, along with a brief summary of your firm s history and qualifications to engage in a professional relationship with ESUHSD. (No more than 3 pages) The Narrative may include the following; firms experience with public educational projects, preferably with public high school districts; scope of projects; and additional data about the firm as it may relate to this RFP. (No more than 3 pages) Proposed Individual/Team with detailed resumes W-9, download this form from this link: List of References

10 Fee Proposal Proposed Schedule of Work Noncollusion Declaration form (ESUHSD provided form) Certification of Nondiscrimination by Seller form (ESUHSD provided) Page 10 of DELIVERY OF RFPS RFPs submitted by mail should be post-marked sufficiently in advance of the bid opening to ensure delivery to the Purchasing Dept at ESUHSD prior to the specified opening time. The ESUHSD assumes no responsibility for delay in delivery of the bid by U.S. Mail or any other service. LATE BIDS WILL NOT BE ACCEPTED EVALUATION CRITERIA The following is the criteria by which ESUHSD will evaluate proposals submitted in response to this RFP. Contract award shall be based on the Proposer's ability to provide services as required in this RFP, overall price and the experience and success of the Proposer in executing similar contracts. RFP Evaluation Criteria Value Pricing-Rates 50% Consultant Qualifications and Experience 30% Past Relationship w/esuhsd and/or other School Districts 5% References 15% Total 100% 1.13 BIDS BECOME THE PROPERTY OF ESUHSD Bids become the property of ESUHSD and information contained therein shall become public property subject to disclosure laws after Notice of Intent to Award. ESUHSD reserves the right to make use of any information or ideas contained in the bid CONFIDENTIAL MATERIAL Bidder must notify ESUHSD in advance of any proprietary or confidential material contained in the bid and provide justification for not making such material public. ESUHSD shall have sole discretion to disclose or not disclose such material subject to any protective order which Bidder may obtain REJECTION OF BIDS, WAIVER OF INFORMALITIES With respect to this BID, ESUHSD reserves certain rights at any time as follows: Reject any proposal without indicating any reason for such rejection; Waive or correct any minor or inadvertent defect, irregularity or technical error in a proposal, or in the BID process, or as part of any subsequent contract negotiation; Request that Consultants supplement or modify all or certain aspects of their BIDS or other documents or materials submitted; Request the Consultant make an oral and/or written presentation if more information is deemed necessary; Terminate this BID and issue a new BID; Modify the selection process, the specifications or requirements for materials or services, or the content or format of the BIDS; Extend a deadline specified in this BID, including deadlines for accepting BIDS; Negotiate with any or none of the Consultants; Modify the final contract from terms described in this BID;

11 Page 11 of Terminate failed negotiations with a Consultant without liability, and negotiate with other Consultants; Disqualify any Consultant on the basis of a real or apparent conflict of interest, or evidence of collusion that is disclosed by the proposal or other data available to ESUHSD; Request that services be provided by certain staff of a Consultant, or request that certain staff of a Consultant be excluded from providing services as determined by ESUHSD to be in its best interest; Reject a Consultant's proposal where the Consultant is in breach of, or in default under, any other agreement with the ESUHSD; Award multiple contracts if it is deemed necessary to provide the specified services CANCELLATION This solicitation does not obligate the ESUHSD to enter into an agreement. ESUHSD retains the right to cancel this RFP at any time, should the project be canceled, ESUHSD loses the required funding, or it is deemed in the best interest of ESUHSD. No obligation, either expressed or implied, exists on the part of ESUHSD to make an award or to pay any cost incurred in the preparation or submission of a bid AWARD OF CONTRACT Award, if any, will be to the Consultant(s) whose bid best complies with all of the requirements of the RFP documents and any addenda. A Contract and Purchase order shall be awarded to the Consultant(s) whose offer is determined to be the most advantageous to ESUHSD from the standpoint of suitability to purpose, quality, service, previous experience, price, ability to deliver, or for any other reason deemed by the ESUHSD to be in the best interests of ESUHSD and, as such, will not be determined by price alone and may not be the lowest bid especially where services are of utmost importance. ESUHSD reserves the right to negotiate any terms and conditions in the RFP responses received, to reject any or all responses received, and to waive any informality or minor defects in responses received TERM OF CONTRACT The term of the contract shall commence upon ESUHSD execution of contract, tentatively scheduled for June 20, 2014 and continue through and including December 31, EXECUTION OF THE CONTRACT The contract shall be signed by the Consultant and returned, along with the required attachments to the within 10 working days. The period for execution may be changed by mutual agreement of the parties. Contracts are not effective until approved by the appropriate officials. Any work performed prior to receipt of a fully executed contract shall be at Consultant's own risk FAILURE TO EXECUTE THE CONTRACT Failure to execute the contract within the time frame identified above shall be sufficient cause for voiding the award. Failure to comply with other requirements within the set time shall constitute failure to execute the contract. If the successful Consultant refuses or fails to execute the contract, the may award the contract to the next qualified highest ranked Consultant.

12 Page 12 of TERMINATION OF CONTRACT The ESUHSD may terminate the contract at any time for any reason with 30 days notice to the Consultant. Because ESUHSD terminates the contract, this does not preclude the Consultant from meeting obligations to other school districts that has entered into a contract with the Consultant utilizing the piggyback clause, if applicable PROPOSED COST Consultant will submit a Fee Proposal for the entire Project. The fee shall include all normal Consultants operational expenses). Please indicate any and all exceptional expenses not included in fee (if none, so state) PAYMENT The ESUHSD will only pay by original invoice. All invoices shall contain the proper pricing as specified in the proposed cost. In addition, all invoices shall include the appropriate purchase order number. Invoices not including the proper purchase order number may experience delayed payment. ESUHSD payment terms are Net30. All invoices for payment must be submitted to, 830 North Capitol, San Jose, CA and shall be in sufficient detail to understand the service provided. (i.e. who provided the service, date of services, hours, description of service, etc.) ESUHSD reserves the right to audit Consultant s records when deemed necessary to verify information on invoice submitted INDEMNIFICATION AND INSURANCE REQUIREMENTS Indemnification. The Bidder will agree to indemnify, defend, and save harmless the ESUHSD, its officers, agents, employees, and volunteers from any and all claims and losses accruing or resulting to any and all persons, firms, or corporations furnishing or supplying work, services, materials, or supplies in connection with the performance of this agreement and from any and all claims and losses resulting to any person, firm, or corporation who may be injured or damaged by the Provider in the performance of this agreement. Insurance. The Bidder will maintain general liability insurance, automobile coverage, and workers compensation coverage in such an amount as specified in Attachment A included herein. ESUHSD shall be named as additional insured on a separate endorsement with respect to the general liability coverage. The Provider agrees to provide copies of the required policies of insurance to ESUHSD. A certificate of insurance or letter is required from Consultant's insurance broker indicating compliance or ability to comply with the insurance requirements as stated below shall be provided with Consultants' Proposals. Actual certificates and additional insured endorsements naming ESUHSD as additional insured will be required to be delivered prior to execution of the final contract if applicable ADMINISTRATIVE AND LEGAL REQUIREMENTS Bidders must meet Administrative and Legal Requirements included in this RFP and as outline in Attachment B, contained herein REFERENCES Consultants will provide at two (2) reference studies conducted by their firm and the individual/team proposed for ESUHSD s project of similar size and scope. Include clients names, addresses, contact name(s), phone/fax numbers, and brief description of project and outcomes.

13 Attachment B Administrative and Legal Requirements Page 1 of 5 1. Fingerprinting and Criminal Records Check. Vendor shall comply with all fingerprinting, background check and testing requirements under State and federal law including but not limited to the fingerprint requirements in Education Code section and the testing requirements in Education Code section (tuberculosis as to each employee/intern or other person which Vendor desires to place in the Program. Verification of compliance with this section shall be provided in writing to the ESUHSD prior to Vendors activities at any ESUHSD facility or program and prior to contact with students. A worker whom Vendor intends to place at ESUHSD shall be not be allowed to have contact with ESUHSD students until Vendor has provided written confirmation and certification to ESUHSD that the worker has undergone a fingerprint criminal background check conducted by the Department of Justice ( DOJ ) and the Federal Bureau of Investigation ( FBI ), and the worker has no pending criminal charges for violent or serious felonies as defined in Education Code section , any sex offense as defined under Education Code section 44010, or any crime involving a controlled substance offense as defined under Education Code section Pursuant to Penal code section (c), Vendor shall request from the DOJ notification of subsequent state or federal arrests or dispositions of pending criminal proceedings, for all workers whom Vendor desires to place at ESUHSD. Vendor agrees that it shall not allow any person to continue to work or volunteer or provide any services at ESUHSD pursuant to this MOU upon receiving a subsequent arrest report from the DOJ indicating that such person been arrested for violent or serious felonies as defined in Education Code section , any sex offense as defined under Education Code section 44010, or any crime involving a controlled substance offense as defined under Education Code section Health Examination. No person shall be initially allowed to interact with students unless he/she has placed on file with the Vendor or ESUHSD a certificate from a physician licensed under the Business and professions Code indicating that a tuberculosis examination within the past 60 days shows that he/she is free from active tuberculosis. The tuberculosis examination shall consist of an approved intradermal tuberculin test. An X-ray of the lungs shall be required only if the intradermal test is positive. (Education Code 49406). 3. Assignment. This agreement shall not be assigned by the vendor in whole or in part without the consent in writing from ESUHSD.

14 Attachment B Administrative and Legal Requirements Page 2 of 5 4. Successors and Assigns. This resulting contract shall be binding on the heirs, executors, administrators, successors, and assigns of the respective parties. 5. Governing Law and Jurisdiction. The Contract(s) will be governed and interpreted under the laws of the State of California. 6. Amendments; Waivers. Except as otherwise provided in the Contract including the License Contract if separate, no modification to either Contract will be binding unless in writing and signed by an authorized representative of both parties. 7. Severability. If a court of competent jurisdiction holds that any provision of the Contract (s) is invalid or unenforceable, the remaining portions of the Contract(s) will remain in full force and effect, and the parties will replace the invalid or unenforceable provision with a valid and enforceable provision that achieves the original intent of the parties and economic effect of the Contract(s). 8. Insurance In the event that vendor shall fail to maintain and keep in force the insurance requirements as stated in Attachment B of this RFP and certificates of insurance with the separate additional insured endorsements verifying insurance coverage ESUHSD shall have the right to modify, cancel and/or terminate the resulting contract forthwith and without notice. ESUHSD shall have the right to require higher levels of insurance if deemed necessary solely by ESUHSD. 9. Independent Contractor Vendors will perform all work and services described herein as an independent contractor and not as an officer, agent, servant or employee of ESUHSD. None of the provisions of any resulting contract is intended to create, nor will be deemed or construed to create, any relationship between the parties other than that of independent parties contracting with each other for purpose of effecting

15 Attachment B Administrative and Legal Requirements Page 3 of 5 the provisions of any resulting contract. The parties are not, and will not be construed to be, in a relationship of joint venture, partnership or employeremployee. Neither party will have the authority to make any statements, representations or commitments of any kind on behalf of the other party, except with the written consent of the other party. Vendors will be solely responsible for the acts and omissions of its officers, agents, employees, Vendors and subcontractors, if any. ESUHSD will be solely responsible for the acts and omissions of its officers, agents, employees, Vendors and subcontractors, if any. Vendors' personnel rendering services under any resulting contract will not have any of the rights or privileges of ESUHSD or State employees. Vendors and its agents, employees and subcontractors will not have any claim against the ESUHSD or State for any employment privileges and benefits, including but not limited to vacation pay, sick leave, retirement benefits, Social Security, workers compensation, unemployment benefits, disability benefits, etc. Notwithstanding any reference to a managed care plan or system of care, Vendors will act as an entity separate and apart from ESUHSD, and will be considered Independent Vendors for all purposes, including liability and litigation. 10. Non-Discrimination. No discrimination shall be made in the employment of persons under this agreement because of the race, religion, sex, age, national origin, ancestry, political affiliations, disability, medical condition, marital status, or sexual orientation. 11. Conflict of Interest. Before executing a Contract with ESUHSD, the Vendor shall disclose to the ESUHSD the identities of any board member, officer, or employee of the ESUHSD, or relatives thereof, who the Vendor knows of should know will have any financial interest resulting from this agreement. 12. Force Majeure. Except for the obligation to make payments, neither party will be liable for any failure or delay in its performance under the Contract(s) due to any cause beyond its reasonable control, including acts of war, acts of God, earthquake, flood, embargo, riot, sabotage, labor shortage or dispute, governmental acts including by not limited to failure or refusal to appropriate funds or failure of the Internet (not resulting from the actions or inactions of the vendor), provided that the delayed party: (a) gives the other party prompt notice of such cause, and (b)

16 Attachment B Administrative and Legal Requirements Page 4 of 5 uses its reasonable commercial efforts to promptly correct such failure or delay in performance. 13. Entire Contract. The final Contract(s) that is negotiated based on the results of this RFP shall supersedes all previous Contracts and representations of, between or on behalf of both parties with respect to its subject. The Contract(s) shall contain all of vendor and ESUHSD warranties, understandings, terms, conditions, covenants and representations. Neither the vendor nor ESUHSD will be liable for any Contracts, warranties, understandings, terms, conditions, covenants or representations not expressly set forth or referenced in the Contract(s). Any additional provisions in purchase orders, invoices or similar documents will be unenforceable. 14. Notices. Any notice under the Contract(s) must be in writing and will be deemed given upon the earlier of actual receipt or ten (10) days after being sent by first class mail, return receipt requested, to the address supplied by the vendor and to the address designated for receipt of notices, or as may be provided by both parties. 15. Non-Collusion. By submitting a proposal the vendor hereby represents and agrees that it has in no way entered into any contingent fee arrangement with any firm or person concerning the obtaining of the License Contract, and that the vendor firm has received from ESUHSD no incentive or special payments, or considerations not related to the provision of products and services described in the License Contract. 16. Payment Terms. ESUHSD shall pay the vendor, the fees specified in the Contract(s) within thirty (30) days from the date of invoice. 17. Cost of Bid Preparation ESUHSD will not pay any costs incurred in bid preparation, presentation, demonstration or negotiation, and does not commit to procure or contract for any services. All costs of proposal preparation shall be borne by the Vendor. 18. Confidential and Proprietary Information

17 Attachment B Administrative and Legal Requirements Page 5 of 5 All materials received in response to this Request for Qualifications may be made available to the public. If any part of a vendor s proposal is proprietary or confidential, the vendor must so identify and so state. ESUHSD reserves the right to retain all bids submitted, whether or not the bid was selected or judged to be responsive. All materials received in response to this Request for Proposal may be made available to the public to the extent required or permitted by law. If any part of a Vendor s proposal is proprietary or confidential, the Vendor must so identify and so state. ESUHSD reserves the right to retain all bids submitted, whether or not the bid was selected or judged to be responsive. Vendor understands and agrees that Vendor may have access to private or confidential information which may be owned or controlled by the ESUHSD and that such information may contain proprietary details, the disclosure of which to third parties will be damaging to the ESUHSD, its employees or students. Vendor also understands and agrees that the disclosure of such information may violate state and/or federal law and may subject the Vendor to civil liability and/or subject the ESUHSD to a loss of State and/or Federal funding. Consequently, Vendor agrees that all information disclosed by the ESUHSD to the Vendor, including all Pupil Records (as that term is defined in California Education Code Section 49076) shall be held in confidence and used only in performance of the Contract. Vendor shall exercise the same standard of care to protect such information as is used to protect its own proprietary data. Except as otherwise provided, all data provided to Vendor and its subcontractors and/or agents is confidential. Vendor shall become familiar with the State of California privacy laws, including HIPPA, and comply with HIPPA and all other laws pertaining to confidentiality of student information as they apply to the Vendor s performance of the work under Contract that is issued as a result of this RFQ. Vendor and the ESUHSD shall enter into a HIPAA Confidentiality Contract concurrent with the signing of a resulting Contract. Vendor shall retain records relating to services provided under this agreement in accordance with the ESUHSD s legal obligations to retain records as set forth in 5 CCR section et seq.

18 Attachment A Insurance Requirements Page 1 of 3 Page 1 of 3 Without limiting the Vendor's indemnification of ESUHSD, the Vendor shall provide and maintain at its own expense, during the term of the Contract(s), or as may be further required herein, the following insurance coverages and provisions: A. Evidence of Coverage Prior to commencement of a Contract, the Vendor shall provide a Certificate of Insurance certifying that coverage as required herein has been obtained along a separate special endorsement executed by the insurance carrier which actually modifies the vendor s insurance policy to include ESUHSD as additionally insured. In addition, a certified copy of the policy or policies shall be provided by the Vendor upon request. This verification of coverage shall be sent to the Purchasing Department at ESUHSD, unless otherwise directed. The Vendor shall not receive a Notice to Proceed with the work under the Contract until it has obtained all insurance required and such insurance has been approved by the ESUHSD. This approval of insurance shall neither relieve nor decrease the liability of the Vendor. 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 ESUHSD. C. 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 - $1,000,000 A minimum of 50% of each of the aggregate limits must remain available at all times unless coverage is project specific. 2. General liability coverage shall include: a. Premises and Operations b. Products/Completed c. Contractual liability, expressly including liability assumed under the resulting contract. d. Personal Injury liability e. Owners' and Vendors' Protective liability f. Severability of interest 3. General liability coverage shall include the following endorsements, copies of which shall be provided to ESUHSD:

19 Attachment A Insurance Requirements Page 2 of 3 a. Additional Insured Endorsement: Page 2 of 3 Insurance afforded by this policy shall also apply to ESUHSD, and members of the Board of Trustees, and the officers, agents, and employees of the ESUHSD, individually and collectively, as additional insureds. Such insurance shall also apply to any municipality in which the work occurs and they shall be named on the policy as additional insured (if applicable). b. Primary Insurance Endorsement: Insurance afforded by the additional insured endorsement shall apply as primary insurance, and other insurance maintained by the ESUHSD, its officers, agents, and employees shall be excess only and not contributing with insurance provided under this policy. c. Notice of Cancellation or Change of Coverage Endorsement: Insurance afforded by this policy shall not be canceled or changed so as to no longer meet the specified ESUHSD insurance requirements without 30 days' prior written notice of such cancellation or change being delivered to the ESUHSD. d. Contractual Liability Endorsement: Insurance afforded by this policy shall apply to liability assumed by the insured under written contract with the ESUHSD. 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. 5. Workers' Compensation and Employer's Liability Insurance 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. 6. Professional Errors and Omissions Liability Insurance a. Coverage shall be in an amount of not less than one million dollars ($1,000,000) per occurrence/aggregate. b. If coverage contains a deductible or self-retention, it shall not be greater than twentyfive thousand dollars ($25,000) per occurrence/event. 7. Claims Made Coverage If coverage is written on a claim made basis, the Certificate of Insurance shall clearly state so. In addition to coverage requirements above, such policy shall provide that:

20 Page 3 of 3 Attachment A Insurance Requirements Page 3 of 3 a. Policy retroactive date coincides with or precedes the Consultant's start of work (including subsequent policies purchased as renewals or replacements). b. Consultant will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. c. If insurance is terminated for any reason, Consultant agrees to purchase an extended reporting provision of at least two years to report claims arising from work performed in connection with this Agreement or Permit. d. Policy allows for reporting of circumstances or incidents that might give rise to future claims. D. Special Provisions The following provisions shall apply to the resulting contract: 1. The foregoing requirements as to the types and limits of insurance coverage to be maintained by the Vendor and any approval of said insurance by the ESUHSD 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 Vendor pursuant to the resulting contract, including but not limited to the provisions concerning indemnification. 2. The ESUHSD acknowledges that some insurance requirements contained in the resulting contract may be fulfilled by self-insurance on the part of the Vendor. However, this shall not in any way limit liabilities assumed by the Vendor under the resulting contract. Any self-insurance shall be approved in writing by the ESUHSD upon satisfactory evidence of financial capacity. Vendor s obligation hereunder may be satisfied in whole or in part by adequately funded self-insurance programs or self-insurance retentions. 3. Should any of the work under the resulting contract be sublet, the Vendor shall require each of its subvendors of any tier to carry the aforementioned coverages, or Vendor may insure subvendors under its own policies. 4. The ESUHSD reserves the right to withhold payments to the Vendor in the event of material noncompliance with the insurance requirements outlined above.

21 Attachment C Administrative and Legal Requirements Page 1 of 5 Description Tag # Location Site Dept Acq Date Disp Date Manufacturer Model Unit Cost BUS, SCHOOL FOOTHILL HIGH SCHOOL 20 1/1/1999 FORD GIRARDIN M $46, TRUCK, PICKUP ANDREW HILL HIGH SCHOO 0 1/1/1970 CHEVROLET C/10 $40, TRUCK, PICKUP 53C ANDREW HILL HIGH SCHOO 19 1/1/1981 DATSUN N/A $4, TRUCK, PICKUP JAMES LICK HIGH SCHOOL 0 1/1/ /20/2012 DODGE D-250 $13, TRUCK, PICKUP JAMES LICK HIGH SCHOOL 0 1/1/1970 CHEVROLET C/10 $40, TRUCK, PICKUP 20MP MOUNT PLEASANT HIGH SC 0 1/1/1991 DODGE D-150 $6, TRUCK, PICKUP W.C. OVERFELT HIGH SCHO 0 1/1/ /20/2012 CHEVROLET C/10 $4, TRUCK, PICKUP 55W W.C. OVERFELT HIGH SCHO 0 1/1/1991 DODGE D-150 $6, TRUCK, PICKUP PIEDMONT HILLS HIGH SCH 0 1/1/1972 CHEVROLET C/10 $40, VAN 9PH PIEDMONT HILLS HIGH SCH 19 1/1/1991 DODGE D-250 $8, TRUCK, PICKUP 540G OAK GROVE HIGH SCHOOL 0 1/1/1988 CHEVROLET C/10 $5, TRUCK, PICKUP OAK GROVE HIGH SCHOOL 0 1/1/1982 DATSUN N/A $30, VAN 45FS EDUCATION CENTER 0 9/27/2002 FORD ECONOLINE $20, TRUCK, PICKUP 24TC EDUCATION CENTER 0 5/1/2002 DODGE RAM $20, CHEVY MALIBU, SEDAN 83DP EDUCATION CENTER 13 9/17/2002 CHEVROLET MALIBU, 20 $17, TRUCK, PICKUP EDUCATION CENTER 13 1/1/ /20/2012 DODGE D-50 $8, VAN 28M EDUCATION CENTER 13 1/1/1991 FORD AEROSTAR $14, VAN 2TC EDUCATION CENTER 13 1/1/1991 CHEVROLET 1/2 TON $19, CHEV ASTRO VAN 100W EDUCATION CENTER 17 9/22/2003 CHEVROLET ASTRO VAN $19, CHEVROLET ASTRO VAN TRUCK EDUCATION CENTER 17 8/26/2003 CHEVROLET ASTRO VAN $19, CHEVROLET 2001 S-10 #18M PICK EDUCATION CENTER 19 5/24/2001 CHEVROLET S-10 PICK $15, DODGE RAM 1500 CARGO VAN EDUCATION CENTER 19 6/7/2001 DODGE 15M RAM 1500 C $19, TRUCK, PICKUP C EDUCATION CENTER 19 9/17/2002 CHEVROLET 1500 P/U 2 $18, CHEVROLET S-10 PICK UP EDUCATION CENTER 19 6/7/2001 CHEVROLET S-10 PICK $17, DODGE RAM 1500 VAN 66G EDUCATION CENTER 19 6/1/2001 DODGE RAM RAM 1500 V $19, IFW 3500 BED SLIDE EDUCATION CENTER 19 4/8/2002 IFW 3500 $ WEATHER GUARD CROSS BOX EDUCATION CENTER 19 4/8/ $ DODGE RAM 1500 VAN 5M EDUCATION CENTER 19 5/20/2002 DODGE RAM 1500, $19, CHEVY 1500 SILVERADO 30P EDUCATION CENTER 19 4/28/2003 CHEVY 2000 $8, TRAILER EDUCATION CENTER 19 1/1/ /20/2012 ZIEMAN 9999 $5, VAN 14M EDUCATION CENTER 19 1/1/1996 FORD E-250 $20, SEDAN 89DP EDUCATION CENTER 19 1/1/1995 CHEVROLET CORSICA $9, TRUCK, UTILITY 12M EDUCATION CENTER 19 1/1/1986 FORD F-700 $12, TRAILER EDUCATION CENTER 19 1/1/ /20/2012 ORLANDI 1989 TRAIL $5, TRAILER EDUCATION CENTER 19 1/1/ /20/2012 ORLANDI 1989 TRAIL $5, SEDAN 88M EDUCATION CENTER 19 1/1/1995 CHEVROLET CORSICA $9, TRUCK, PICKUP 1C EDUCATION CENTER 19 1/1/1989 CHEVY $9, VAN 50C EDUCATION CENTER 19 1/1/1999 DODGE B150 $20, TRUCK, PICKUP 8M EDUCATION CENTER 19 1/1/1987 DODGE D-50 $6, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 DODGE $6, AUTOMOBILE 95M EDUCATION CENTER 19 1/1/1994 FORD L8000 $40,800.00

22 Attachment C Administrative and Legal Requirements Page 1 of 5 VAN 76M EDUCATION CENTER 19 1/1/1992 DODGE B250 $17, VAN 73P EDUCATION CENTER 19 1/1/1992 DODGE B250 $17, VAN 71P EDUCATION CENTER 19 1/1/1992 DODGE B250 $17, VAN EDUCATION CENTER 19 1/1/ /20/2012 CHEVROLET G30 $12, VAN 21TC EDUCATION CENTER 19 1/1/1990 FORD AEROSTAR $17, AUTOMOBILE 10M EDUCATION CENTER 19 1/1/1999 DODGE B250 $13, TRUCK, PICKUP 87M EDUCATION CENTER 19 1/1/2000 DODGE B1500 $19, VAN 41M EDUCATION CENTER 19 1/1/1990 FORD AEROSTAR $14, TRAILER EDUCATION CENTER 19 1/1/ /20/ TRAIL $5, VAN EDUCATION CENTER 19 1/1/ /20/2012 DODGE B350 $5, TRAILER 4G EDUCATION CENTER 19 1/1/1997 TOWMA TOWMA $5, TRUCK, PICKUP 47M EDUCATION CENTER 19 1/1/1987 CHEVROLET S-10 $4, TRUCK, PICKUP 23M EDUCATION CENTER 19 1/1/1988 DODGE D-150 $6, TRUCK, PICKUP 65G EDUCATION CENTER 19 1/1/1978 CHEVROLET $4, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 FORD RANGER $9, TRUCK, PICKUP 48M EDUCATION CENTER 19 1/1/1990 FORD RANGER $9, SEDAN EDUCATION CENTER 19 1/1/ /20/2012 DODGE ARIES $10, TRUCK, PICKUP 63G EDUCATION CENTER 19 1/1/1991 DODGE D-250 $16, TRUCK, PICKUP 64G EDUCATION CENTER 19 1/1/1991 DODGE D-250 $16, TRUCK, PICKUP 84M EDUCATION CENTER 19 1/1/1999 CHEVROLET C1500 $17, VAN EDUCATION CENTER 19 1/1/ /20/2012 CHEVROLET N/A $11, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 CHEVROLET C/20 $7, AUTOMOBILE EDUCATION CENTER 19 1/1/ /20/2012 DODGE SPORTSMAN $6, TRUCK, PICKUP 85M EDUCATION CENTER 19 1/1/1999 CHEVROLET C1500 $17, TRUCK, PICKUP 86F EDUCATION CENTER 19 1/1/1999 CHEVROLET C1500 $17, TRUCK, PICKUP 67G EDUCATION CENTER 19 1/1/1989 DODGE B250 $14, VAN EDUCATION CENTER 19 1/1/1990 FORD AEROSTAR $16, TRAILER EDUCATION CENTER 19 1/1/ /20/2012 $5, VAN 62G EDUCATION CENTER 19 1/1/2000 FORD F-753 $36, TRAILER EDUCATION CENTER 19 1/1/ /20/2012 WELDING TR $2, VAN 79C EDUCATION CENTER 19 1/1/1992 DODGE D-250 $17, TRUCK, PICKUP 75P EDUCATION CENTER 19 1/1/1992 DODGE D-250 $17, TRUCK, PICKUP 4P EDUCATION CENTER 19 1/1/1987 CHEVROLET S-10 $9, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 CHEVROLET S $9, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 TOYOTA $6, TRUCK, PICKUP EDUCATION CENTER 19 1/1/ /20/2012 CHEVROLET C/20 $6, VAN EDUCATION CENTER 19 1/1/1978 CHEVROLET $70, TRUCK, UTILITY EDUCATION CENTER 19 1/1/1967 GMC FLAT BED $50, TRUCK, PICKUP EDUCATION CENTER 19 1/1/1977 TOYOTA $60, VAN EDUCATION CENTER 19 1/1/1977 DODGE B200 $30, TRUCK, DUMP EDUCATION CENTER 19 1/1/1972 FORD F-700 $200, VAN EDUCATION CENTER 19 1/1/1994 DODGE CARAVAN $160,500.00

23 Attachment C Administrative and Legal Requirements Page 1 of 5 TRUCK, PICKUP EDUCATION CENTER 19 1/1/1970 CHEVROLET $30, TRUCK, UTILITY EDUCATION CENTER 19 1/1/1966 FORD F-600 $40, FREIGHTLINER EDUCATION CENTER 19 1/1/1981 FREIGHTLINER CABOVER $520, SEDAN EDUCATION CENTER 19 1/1/1987 DODGE ARIES $100, SEDAN EDUCATION CENTER 19 1/1/1987 DODGE ARIES $100, SEDAN EDUCATION CENTER 19 1/1/1987 DODGE ARIES $100, TRUCK, PICKUP EDUCATION CENTER 19 1/1/1978 FORD F-700 $90, THOMAS 84 PASSENGER SCHOOL BUS EDUCATION CENTER 20 1/17/2002 THOMAS S 2002 $15, BUS EDUCATION CENTER 20 9/17/2002 THOMAS DIESEL #61 $15, BUS EDUCATION CENTER 20 9/17/2002 THOMAS CNG #31 $15, BUS EDUCATION CENTER 20 9/17/2002 THOMAS CNG #29 $15, BUS EDUCATION CENTER 20 9/17/2002 THOMAS CNG #32 $15, BUS EDUCATION CENTER 20 9/18/2002 THOMAS CNG #64 $15, VAN V EDUCATION CENTER 20 9/18/2002 CHEVROLET ASTRO VAN $22, VAN V EDUCATION CENTER 20 9/18/2002 CHEVROLET ASTRO VAN $22, THOMAS SAFETY 84 PASSENGER SCH EDUCATION CENTER 20 4/19/2002 THOMAS S/2003 $15, THOMAS SAF T-LINER 84 SCHOOL B EDUCATION CENTER 20 4/19/2002 THOMAS HS/2003 $15, THOMAS SAF-T-LINER 84 PASSENGE EDUCATION CENTER 20 4/19/2002 THOMAS S/2002 $15, THOMAS SAF-T-LINER 84 PASSENGE EDUCATION CENTER 20 4/19/2002 THOMAS HS/2002 $15, THOMAS 84 PASSENGER DIESEL SCH EDUCATION CENTER 20 1/17/2002 THOMAS #007 $15, THOMAS 84 PASSENGER DIESEL SCH EDUCATION CENTER 20 1/17/2002 THOMAS #30 $15, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 FORD MINI-BUS $38, TRUCK, PICKUP T EDUCATION CENTER 20 1/1/1990 FORD $13, VAN 43W EDUCATION CENTER 20 1/1/1992 GMC 1/2 TON $12, VAN EDUCATION CENTER 20 1/1/ /20/2012 FORD AEROSTAR $14, VAN 46W EDUCATION CENTER 20 1/1/1997 FORD E-250 $15, BUS, SCHOOL EDUCATION CENTER 20 1/1/1999 GIRARDIN MINI-BUS $47, BUS, SCHOOL EDUCATION CENTER 20 1/1/1999 GIRARDIN MINI-BUS $47, BUS, SCHOOL EDUCATION CENTER 20 1/1/1999 GIRARDIN MINI-BUS $47, BUS, SCHOOL EDUCATION CENTER 20 1/1/1993 FORD MINI-BUS $41, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 FORD MINI-BUS $41, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 FORD MINI-BUS $41, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 CROWN TYPE 1 $21, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/1981 CROWN TYPE 1 $33, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 CROWN TYPE 1 $33, TRUCK, PICKUP T EDUCATION CENTER 20 1/1/1972 CHEVROLET $4,500.00

24 Attachment C Administrative and Legal Requirements Page 1 of 5 BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 DODGE SUPERIOR M $5, BUS, SCHOOL EDUCATION CENTER 20 1/1/ /20/2012 FORD MINI-BUS $42, TRUCK, PICKUP 44W EDUCATION CENTER 20 1/1/1994 FORD F-800 $14, BUS, SCHOOL EDUCATION CENTER 20 1/1/1991 FORD MINI-BUS $40, Passenger Bus, Corbeil, # EDUCATION CENTER 20 4/24/2003 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 4/24/2003 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 4/24/2003 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 4/24/2003 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 4/24/2003 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 6/1/2003 FORD 2001 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 6/1/2003 FORD 2001 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 7/24/2003 FORD 2001 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 7/24/2003 FORD 2001 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 7/24/2003 FORD 2001 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, Passenger Bus, Corbeil, # EDUCATION CENTER 20 5/22/2004 FORD 2003 $49, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 4/15/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, /1 WHEELCHAIR BUS,# EDUCATION CENTER 20 5/1/2010 THOMAS 2008 $79, BUS, SCHOOL EDUCATION CENTER 20 1/1/1977 $210, BUS, SCHOOL EDUCATION CENTER 20 1/1/1977 $210, BUS, SCHOOL EDUCATION CENTER 20 1/1/1977 $210, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370,700.00

25 Attachment C Administrative and Legal Requirements Page 1 of 5 BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $540, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1972 CROWN TYPE 1 $210, BUS, SCHOOL EDUCATION CENTER 20 1/1/1974 CROWN TYPE 1 $210, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, VAN EDUCATION CENTER 20 1/1/1998 FORD E-350 $430, TRUCK, PICKUP EDUCATION CENTER 20 1/1/1968 FORD F-600 $40, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $370, TRUCK, PICKUP EDUCATION CENTER 20 1/1/1974 FORD F-350 $40, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1990 FORD MINI-BUS $380, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 FORD MINI-BUS $540, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 CROWN TYPE 1 $540, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 CROWN TYPE 1 $540, BUS, SCHOOL EDUCATION CENTER 20 1/1/1989 CROWN TYPE 1 $540, SEDAN EDUCATION CENTER 20 1/1/1987 DODGE AIRES $100, VAN EDUCATION CENTER 20 1/1/1978 FORD E-350 $60, AUTOMOBILE EDUCATION CENTER 20 1/1/1974 HARLEY DE-40 GC $50, BUS, SCHOOL EDUCATION CENTER 20 1/1/1977 $210, BUS, SCHOOL EDUCATION CENTER 20 1/1/1977 $210, STERLING ROLLOFF GARBAGE TRUCK EDUCATION CENTER 52 2/13/2001 STERLING 96M LT8500 TRU $99, FOR E-150 VAN 20G EDUCATION CENTER 6/7/1905 FORD 1992 VAN $ PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, PASS 2004 CORBEIL BUS # EDUCATION CENTER 4/18/1905 CORBEIL 2004 $60, BUS 18 PASSENGER, AMBULATORY EDUCATION CENTER 6/30/2004 $51, BUS, WHEELCHAIR EDUCATION CENTER 6/30/2004 $66, TRUCK, PICKUP SILVER CREEK HIGH SCHOO 0 1/1/1992 DODGE D-150 $80,900.00

26 Attachment C Administrative and Legal Requirements Page 1 of 5 TRUCK, PICKUP 17M SILVER CREEK HIGH SCHOO 19 1/1/1988 CHEVROLET S-10 $9, FORD TRUCK RANGER 60SC SILVER CREEK HIGH SCHOOL 9/1/1905 FORD 1996 $2, TRUCK, PICKUP 35YB YERBA BUENA HIGH SCHOO 0 1/1/1987 DODGE D-250 $13, TRUCK, PICKUP YERBA BUENA HIGH SCHOO 0 1/1/1974 DODGE D-100 $40, TRUCK, DUMP INDEPENDENCE HIGH SCHO 0 1/9/2003 CUSHMAN TITAN $8, TRUCK, DUMP INDEPENDENCE HIGH SCHO 0 1/9/2003 CUSHMAN TITAN $8, TRUCK, PICKUP INDEPENDENCE HIGH SCHO 20 1/1/ /20/2012 DODGE D-250 $6, TRUCK, PICKUP 6M SANTA TERESA HIGH SCHOO 19 1/1/1987 CHEVROLET S-10 $9, TRUCK, PICKUP 56EV EVERGREEN VALLEY HIGH S 0 9/17/2002 FORD F150 $18,150.00

27 Exhibit 1 General Vendor Information/Signature Page Page 1 of 2 The Vendor shall furnish the following information. Failure to comply with this requirement will render the proposal informal and may cause its rejection. Please fill out the un-shaded sections in the form below. Also, additional sheets may be attached if necessary. "You" or "your" as used herein refers to the vendor's firm and any of its officers, directors, shareholders, parties and principals. Firm Name Firm Address General Vendor Information/Signature Page Firm Telephone Type of Firm Individual (Mark an X for the appropriate Partnership one) Corporation Joint Venture Primary Contact Name Primary Contact Number Primary Contact Fax number Primary Contact address How many years has your organization been in business under your present business name and license number? Has your organization changed names in the past ten years? Have the company filed bankruptcy in the last ten years? (Please answer Yes or No) If Yes, explain Are you currently or within the past five (5) years been involved in litigation with any public agency particularly any school district? (Please answer Yes or No) If Yes, explain, and provide case name and number: Have you been assessed liquidated damages for any project in the past three years? (Please answer Yes or No) If Yes, explain: Will your company allow other school districts and community college districts, any public corporation or agency, including any county, city, town or public corporation or agency within the State of California, the right to purchase identical item(s) at the same price and at the same terms and conditions? ( piggyback ) Acceptance or rejection of this clause will not affect the outcome of this RFP. (Please answer Yes or No)

28 Exhibit 1 General Vendor Information/Signature Page Page 2 of 2 Vendor's Representations Vendor understands, agrees, and warrants: 1. That Vendor has carefully read and fully understands the information that was provided by ESUHSD to serve as the basis for submission of this proposal. 2. That Vendor has the capability to successfully undertake and complete the responsibilities and obligations of the proposal being submitted. 3. That all information contained in the proposal is true and correct to the best of Vendor's knowledge. 4. That Vendor did not, in any way, collude, conspire or agree, directly or indirectly, with any person, firm, corporation or other Vendor in regard to the amount, terms, or conditions of this proposal. 5. That Vendor did not receive unauthorized information from: Any ESUHSD staff member or Consultant during the Proposal period except as provided for in the Request for Proposal package, addenda thereto, or the pre-proposal conference, if applicable. 6. That by submission of this proposal, the Vendor acknowledges that ESUHSD has the right to make any inquiry it deems appropriate to substantiate or supplement information supplied by Vendor and Vendor hereby grants ESUHSD permission to make said inquiries, and to provide any and all requested documentation in a timely manner. 7. That funding for any resulting contract is contingent on adequacy and availability. 9. To comply with ESUHSD s insurance provisions, to provide appropriate indemnification for ESUHSD and to hold ESUHSD harmless from vendor's performance of the contract. Vendor's Signature No Proposal shall be accepted which has not been signed in ink in the appropriate space below: Print Name Print Title Signature Date

29 EXHIBIT 2 CONFLICT OF INTEREST STATEMENT (Service Providers) [This form must be filled out, signed, dated and submitted by all persons seeking to serve as a consultant to the District] Board Policy 3600 of the provides in part: Independent contractors applying for a consultant contract shall submit a written conflict of interest statement disclosing financial interests as determined necessary by the Superintendent or designee, depending on the range of duties to be performed by the consultant. The Superintendent or designee shall consider this statement when deciding whether to recommend the consultant's employment. The Superintendent has determined that all persons seeking to serve as a consultant to the District shall fill out truthfully, sign, date and submit this Conflict of Interest Statement prior to performing any consultant work or services for the District. I, [NAME OF CONSULTANT], hereby certify the following: 1. I am not an employee of the District. 2. Within the past year I have not been a member of the District Board of Trustees of the District. 3. Neither I nor any member of my immediate family (includes parent, spouse, domestic partner, or child) or member or resident of my household is a member of the District s Citizens Bond Oversight Committee for the District s Measure G or Measure E bond programs. 4. Within the past year I have not provided or made, and will not provide or make, any promise of any gift 1 of any kind (money, meals, goods, services, entertainment tickets, etc.), in-kind services, commission, or fully or partially expense-paid trips to any District Board Member or District employee whose responsibilities include the selection of District consultants or the evaluation, supervision or oversight of District consultants (a Responsible Employee ), except: 1 Gifts do not include promotional or advertising items such as calendars, desk pads, notebooks and other office items valued less than $25.00 and which are of the type usually offered by business concerns free of charge to all as part of their public relations programs.

30 5. I do not employ or retain, and will not employ or retain, any current District Responsible Employee as a consultant, independent contractor or employee during the term of my consultancy agreement with the District. 6. I am authorized to make, and do make, this certification on behalf of [CONSULTANT]. The foregoing certifications are true and correct. I make this certification under penalty of perjury under the laws of the State of California. Signature of Consultant Signature Date

31 EXHIBIT 3 NONCOLLUSION DECLARATION (To Be Executed By Bidder and Submitted With Bid) I,, declare as follows: That I am the of, the party making the attached bid; that the attached bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of, 20, at, California. Print Name Print Title Signature Date Authority: Public Contract Code 7106 CCP Id5,p.2

32 EXHIBIT 4 CERTIFICATE OF NONDISCRIMINATION BY SELLER As a supplier of goods or services to the, the firm listed below certifies that it does not discriminate in its employment with regard to race, religion, creed, sex, national origin, or handicap; that it is in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment; and that it agrees to demonstrate positively and aggressively the principal of equal opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services (especially those serving minority communities), and the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. PRINT OR TYPE FIRM S NAME PRINT OR TYPE NAME AND TITLE OF PERSON SIGNING SIGNATURE DATE

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

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

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

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

More information

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

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

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

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

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

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

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

More information

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

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

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

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

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

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval

Berkeley Unified School District ROUTING FORM Contract, MOU and Amendment Approval ROUTING FORM Contract, MOU and Amendment Approval All Independent Contractor Agreement, MOU and Amendment Forms should be routed to Purchasing Department first for tracking. Purchasing will send the documents

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

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

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

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 BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

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

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More information

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Proposal Hewlett Packard Network Switches and Peripherals Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]

More information

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

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]

More information

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

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

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

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

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

How To Write A Contract Between College And Independent Contractor

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

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

Appendix J Contractor s Insurance Requirements

Appendix J Contractor s Insurance Requirements Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and

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

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

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

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT THIS AGREEMENT, entered into this day of, 2015, by and between CITY OF ALAMEDA, a municipal corporation (hereinafter referred to as "City"), and, a whose address, hereinafter called

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

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

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

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

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

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

More information

To Whom It May Concern:

To Whom It May Concern: To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

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

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

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

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

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

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] 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 [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

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

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

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

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

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

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

More information

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078 Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School

More information

Master Service Agreement

Master Service Agreement This Master Services Agreement ( MSA ) is entered into by Rack Alley Inc., a Wyoming corporation, and its affiliates ( Company ), and the below-signed customer ( Customer ) on the date Customer signs the

More information

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to:

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: REQUEST FOR PROPOSAL (RFP) 14878A FOR DENVER WATER S Auto Body and Paint Repair Issue Date: March 8, 2013 Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: Denver Water Purchasing

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School

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

E-RATE CONSULTING AGREEMENT

E-RATE CONSULTING AGREEMENT E-RATE CONSULTING AGREEMENT This E-Rate Consulting Agreement is made and entered into on this _6th_ day of August 2012 between the Harrisburg School District (the District ) and Julie Tritt-Schell (the

More information

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,

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

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued

More information

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

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

More information

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The

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

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

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

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C.

-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C. -AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C. THIS AGREEMENT, entered into this 16th day of August, 2005, by and between the COUNTY OF SAN MATEO, hereinafter called

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

NORTH CAROLINA STATE UNIVERSITY AGREEMENT STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina

More information

Vendor Insurance Requirements Revised 5-12-15

Vendor Insurance Requirements Revised 5-12-15 Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

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

BENTON COUNTY PERSONAL SERVICES CONTRACT

BENTON COUNTY PERSONAL SERVICES CONTRACT BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.

More information

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A

SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:

More information

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR

AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the

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

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

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

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT

BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT This BUSINESS ASSOCIATE AGREEMENT ( Agreement ) dated as of the signature below, (the Effective Date ), is entered into by and between the signing organization

More information

ATLANTA PUBLIC SCHOOLS

ATLANTA PUBLIC SCHOOLS Procurement Services 130 Trinity Avenue, S.W. 5 th Floor Atlanta, Georgia 30303 Request for Qualifications For October 31, 2007 Solicitation Number: 112607-01 Due Date: November 26, 2007 ADVERTISEMENT

More information

Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant

Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant Due: December 2, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 [email protected]

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to

More information

AGREEMENT FOR PROFESSIONAL SERVICES

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

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted

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

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

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

More information

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT Attachment D.13 CLAIMS ADMINISTRATION SERVICES AGREEMENT This AGREEMENT is made and entered into by and between SANTA BARBARA SCHOOL DISTRICTS hereinafter referred to as "DISTRICT", and KEENAN & ASSOCIATES,

More information

How To Perform A Contract With A Community College District

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

More information

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

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

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information