SMUGGLERS COVE ROAD STORM DAMAGE REPAIR

Size: px
Start display at page:

Download "SMUGGLERS COVE ROAD STORM DAMAGE REPAIR"

Transcription

1 SAN JUAN COUNTY SMUGGLERS COVE ROAD STORM DAMAGE REPAIR SHAW ISLAND CRP SPECIFICATIONS AND CONTRACT DOCUMENTS 20 September 2007 SAN JUAN COUNTY PUBLIC WORKS DEPARTMENT 915 Spring Street Friday Harbor, WA John A. Van Lund, P.E. County Engineer

2 TABLE OF CONTENTS GENERAL BID INFORMATION AND BIDDERS CHECKLIST... 3 PROJECT PROPOSAL... 5 PROPOSAL... 6 SCHEDULE OF BID ITEMS... 7 STATEMENT OF BIDDER S QUALIFICATIONS... 8 LIST OF SUBCONTRACTORS AND MAJOR SUPPLIERS... 9 CONTRACT DOCUMENTS CONTRACT STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS STANDARD SPECIFICATIONS SPECIAL PROVISIONS DEFINITIONS AND TERMS BID PROCEDURES AND CONDITIONS CONTROL OF WORK LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC PROSECUTION AND PROGRESS EROSION CONTROL AND WATER POLLUTION CONTROL ROADSIDE RESTORATION ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING PREVAILING WAGES STATE RATES PG. 2 of 24

3 CHKLST GENERAL BID INFORMATION AND BIDDERS CHECKLIST DATE OF BID OPENING Checklist items must be supplied with the bid. Sealed bids will be received by the San Juan County Department of Public Works, State of Washington, at Public Works, 915 Spring Street, P.O. Box 729 Friday Harbor, Washington, 98250, until 2 p.m., October 1, A public bid opening will follow. The bids shall be contained within a sealed envelope, clearly marked SMUGGLERS COVE ROAD STORM DAMAGE REPAIR ATTN: RUSS HARVEY A Bid Deposit is required in the amount equal to 5% of the amount of bid. A Bid Bond Form is to be executed by the bidder and the surety company, unless bid is accompanied by a certified check. Proposal Documents must be fully completed including: BID PROPOSAL Lump sums and unit prices must be shown in the spaces provided. Bid prices must include all appropriate taxes as outlined in Section of the Standard Specifications. The Bid Proposal must be completely filled out, including acknowledgment of Addendum No.(s), and signed by the bidder. STATEMENT OF BIDDER S QUALIFICATIONS LIST OF PROPOSED SUBCONTRACTORS & MAJOR SUPPLIERS Documents to be executed after the contract is awarded, and prior to commencing work: Contract Performance And Payment Bond equal to 100% of the bid amount; Certificate Of Insurance for public liability and property damage; and Statement Of Intent To Pay Prevailing Wages state. Retainage Form LOCATION OF PROJECT The project is on 350 of Smugglers Cove Road, Shaw Island approximately ½ mile north of Blind Bay Road DESCRIPTION OF WORK The project consists of rebuilding the existing rock armoring that serves as a road and shoulder support along the shoreline. PROJECT COMPLETION Work shall commence within 10 calendar days from Notice to Proceed and Substantial Completion shall be achieved within 30 calendar days from commencement of work. PRE-BID SHOWING PG. 3 of 24

4 There will not be a pre-bid showing on this project. If there is interest, one may be scheduled. BID AWARD San Juan County reserves the right to accept or reject any and/or all bids. Bid award will be based on the proposal which, in the opinion of the County Engineer, best serves the interest of the people of San Juan County. ADDITIONAL INFORMATION Prospective bidders are encouraged to contact Russ Harvey, Operations Manager, San Juan County Public Works Department at (360) for additional information. PG. 4 of 24

5 PROJECT PROPOSAL PG. 5 of 24

6 PROPOSAL TO: San Juan County Council, Court Street, #1 Friday Harbor, WA The undersigned has examined the site, prevailing wage rates, special provisions, WSDOT Standard Plans and Specifications, project plans and specifications, and laws and ordinances covering the improvements contemplated. In accordance with the terms, provisions, and requirements of each of the foregoing, their respective terms and conditions are incorporated herein by this reference, and the following unit prices, and lump sums are tendered as an offer to perform work, and to furnish the equipment, materials, appurtenances and guarantees, where required, complete in place and in good working order. As evidence of good faith, a cash bond, cashier's check, or certified check made payable to the San Juan County Treasurer- Public Works Department is attached hereto. The undersigned understands and hereby agrees that, should the offer be accepted and the undersigned fail or refuse to enter into a contract and furnish the required construction performance bond and necessary liability insurance, the undersigned will forfeit to the County, an amount from the "good faith token," equal to five (5) percent of the amount bid. The undersigned fully understands and agrees that the unit prices here submitted shall apply to the quantity actually used, regardless of its relation to the quantity shown in the proposal. The undersigned confirms familiarity with the provisions of the Competitive Bidding Statutes of the State of Washington, specifically the provisions of R.C.W. Chapter 9.18 and certifies that with respect to this proposal, there has been no collusion or understanding with any other person, persons, or corporation, to prevent or eliminate full and unrestricted competition upon bidders on this public works project. NOTE: Show amounts in figures. PG. 6 of 24

7 SCHEDULE OF BID ITEMS Item Description WSDOT Std Spec Qty Unit 1 Mobilization L. S. 2 Project Temporary Traffic Control L.S. 3 Clearing, and Grubbing L.S Roadway Excavation (incl. stockpile) Unsuitable Foundation Excavation Construction Geotextile for Perm. Erosion Control Rock for Rock Wall Three to Four Man Rock C.Y C.Y S.Y Ton 8 Quarry Spall Ton 9 Rock Placement L.F. 10 Ballast C.Y Temporary Erosion Control Measures Roadside Restoration Topsoil, Type A (1)A 1 L.S C.Y. 13 Seeded Lawn Installation S.Y. GRAND TOTAL Unit Bid Price Total Amount (in figures) Legal Name of Bidder: Address: By: Title: (Signature) Washington State Contractors License No.: UBI No. Employment Security Department No. Industrial Insurance No. Date: Has this company violated any RCW s within the past two (2) years? By signing above, Bidder acknowledges receipt of Addendum No. [Enter appropriate No.(s)] NOTE: In the best interest of the people, San Juan County reserves the right to accept or reject any or all bids. PG. 7 of 24

8 STATEMENT OF BIDDER S QUALIFICATIONS 1. Name of Bidder: 2. Business Address: 3. Telephone No: FAX No: 4. How many years has the bidder been engaged in the contracting business under the present firm name: 5. Contracts now in hand (gross amount): $ 6. General type of work performed by said company: 7. List of more important projects constructed by said company, including approximate costs and dates: 8. List of company s major equipment: 9. Bank references: Name of Bidder Signed By Date Title PG. 8 of 24

9 LIST OF SUBCONTRACTORS AND MAJOR SUPPLIERS NAME ADDRESS AND TELEPHONE 1. Proposed contribution: 2. Proposed contribution: 3. Proposed contribution: 4. Proposed contribution: 5. Proposed contribution: 6. Proposed contribution: 7. Proposed contribution: PG. 9 of 24

10 CONTRACT DOCUMENTS PG. 10 of 24

11 CONTRACT SMUGGLERS COVE ROAD STORM DAMAGE REPAIR SHAW ISLAND, WASHINGTON This Agreement is made this day of 2007 between SAN JUAN COUNTY, a political subdivision of the state of Washington, hereafter referred to as "County," and. hereafter referred to as "Contractor." In consideration of the terms, conditions, covenants and performance contained in this contract, the parties agree as follows: 1. Contractor agrees to furnish all equipment, material, and labor for in accordance with its proposal dated for a sum not to exceed $ and to perform that work strictly in accordance with the drawings, specifications, requirements and general notes on file in the San Juan County Public Works Department. 2. The Contractor's proposal, and contract documents, all of which are on file in the office of the San Juan County Public Works Department, shall constitute a part of this contract and are by this reference incorporated and made a part of this contract as though fully set forth. Each of the parties expressly covenants and agrees to carry out and fully perform each and all of the provisions of these documents upon its or his part to be performed. 3. The Contractor shall indemnify, defend and hold the County and its agents harmless against and from all claims, demands, injury, damages, or causes of action arising out of or in any way referable to the work, or arising out of any act or omission of the Contractor, its officers, agents and employees. This includes negligence on the part of the Contractor and the Contractor's officers, agents and employees based on violation of any code or regulation. 4. The Contractor shall indemnify the County against all tort liabilities and loss in connection with, and shall assume full responsibility for, payment of all federal, state and local taxes or contributions imposed or required under unemployment insurance, workman s compensation, social security and income tax laws, for himself and any employees of the Contractor. 5. The Contractor shall not assign its rights and duties under any portion of this Contract without the written consent of the Public Works Director. Consent must be sought in writing by the Contractor not less than fifteen (15) days prior to the date of any proposed assignment 6. County agrees to pay for the performance of Contractor's work at the time and in the manner provided in the specifications. 7. Contractor agrees to commence work within ten (10) days of notice to proceed and to complete the work as set forth in the specifications and special provisions, following receipt of Notice to Proceed. If the work is not completed within that time, Contractor agrees to pay to the County compensation for liquidated damages per Section of the WSDOT Standard Specifications, for each and every calendar day the work remains uncompleted after expiration of the time specified. 8. If the Contractor fails to perform in the manner called for in this Agreement, or if the Contractor fails to comply with any other provisions of the Agreement and fails to correct such noncompliance within five (5) days written notice thereof, the County may terminate this Agreement PG. 11 of 24

12 for cause. Termination shall be effected by serving a notice of termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will only be paid for services performed in accordance with the manner of performance set forth in this Agreement. 9. The duration of this contract will be for the period beginning on the date stated above and ending on. 10. Prevailing Wages: The work provided under this Agreement is subject to the minimum wage requirements of RCW Prior to beginning work under this Agreement, the Contractor shall deliver to the County a signed statement of Intent to Pay Prevailing Wages as filed with the Washington State Department of Labor and Industries (L&I). In the event the Contractor employs any person in the performance of this Agreement, the Contractor shall file an Affidavit of Wages Paid as required under RCW If employing labor in a class not listed by L&I, the Contractor shall request a determination of the correct wage rate for that class from the Industrial Statistician, L&I. 11. Insurance: The Contractor will carry and maintain throughout the period of the Agreement comprehensive general liability insurance in the amount of $1,000,000 to cover all classifications of work contemplated herein, and will also carry and maintain auto liability insurance within the limits of $1,000,000 for each person and for each occurrence. Certificates demonstrating insurance coverage shall be furnished to the County within fifteen (15) days of the execution of this Agreement. Maintenance of such insurance is a condition precedent to the compensation of the Contractor. The Contractor shall also maintain statutory workers compensation insurance and employer s liability insurance to cover employees and volunteers as required by state and federal law. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed this day of [COMPANY NAME] [NAME] [TITLE] SAN JUAN COUNTY PUBLIC WORKS Jon Shannon Director Date APPROVED AS TO FORM ONLY Randall K. Gaylord San Juan County Prosecuting Attorney Date FINAL APPROVAL Pete Rose San Juan County Administrator By: Date Date PG. 12 of 24

13 STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS PG. 13 of 24

14 STANDARD SPECIFICATIONS All materials and workmanship shall be in accordance with the requirements of the State of Washington, Department of Transportation, Standard Specifications for Road, Bridge and Municipal Construction, 2006, and conform to the best standard practices for material and workmanship. Any conflicts among Specifications will be resolved by the Engineer. CONTRACT PLANS The San Juan County Smugglers Cove Road Storm Damage Plans with the most recent modifications and as augmented or modified by the Washington State Department of Transportation Standard Plans. STANDARD PLANS The latest issue Washington State Department of Transportation Standard Plans for Road and Bridge Construction apply to this contract SPECIAL PROVISIONS Special Provisions hereinafter contained supersede the Standard Specifications and are hereby made a part of this contract DEFINITIONS AND TERMS Definitions, the following definitions are added to the given list: Incidental Referring to a construction activity or material which is neither measured nor paid for separately, but whose cost is built into an item or items appearing in the bid proposal. Bid Additive Referring to a bid item which may or may not be awarded, at the Engineer's discretion, as part of the described contract proposal. Furthermore, the following definitions are to be replaced as shown below: DEFINITION Department, Dept. of Transportation Engineer SUBSTITUTION San Juan County Public Works Dept. San Juan County Engineer PG. 14 of 24

15 Secretary of Transportation State Superior Court of Thurston County (Sections , (3) and (3)A) County Administrator, San Juan County, WA San Juan County Superior Court of San Juan County 1-02 BID PROCEDURES AND CONDITIONS Bid Deposit, the second sentence of the first paragraph shall be revised to read: This deposit may be by check, cash, certified check, cashiers check, or surety bond, which shall be made payable to the "San Juan County Treasurer-Public Works Department" CONTROL OF WORK Guarantees, shall be revised by adding the following: Except where a longer period is established elsewhere in these specifications all work including labor, materials, and equipment performed under this Contract shall be guaranteed for a period of one year from the date of acceptance of work by the County. Guarantee shall include but is not necessarily limited to correction of soft spots, including payment for resurface of damage area. During the terms of the guaranty the Contractor, when notified by the Engineer, shall promptly replace or put in satisfactory condition any deficiency in the guaranteed work, and shall make good all damage to the structures and grounds, and to any other material, equipment and property which are disturbed in fulfilling the requirements of the guaranty or which have been damaged because of the deficient work. In the event of failure by the Contractor to comply with this provision within thirty (30) days following date of notification, the County may proceed to have such defects repaired and the Contractor and her/his surety shall be liable for the costs incurred in doing so LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC Public Liability and Property Damage Insurance, shall be deleted and the following substituted therefore: The Contractor shall obtain and keep in force during the term of the contract, Commercial General Public Liability and Property Damage PG. 15 of 24

16 insurance and commercial general auto liability insurance with companies and in form subject to the approval of the San Juan County Engineer. The County shall be specifically named as an additional insured on said policy insofar as work under the contract is concerned. The coverage provided shall protect against claims for personal injuries, including accidental death and property damage arising in whole or in part from any act or omission of the Contractor or a subcontractor, or anyone employed by either. The policy, and any endorsement naming the County as an additional insured, shall include a provision requiring written notification of the County of termination and of any changes in any of its terms which relate to this contract, ten days in advance of such termination or change. Liability insurance minimum coverage limits shall be: Commercial General Liability Insurance: 1) Bodily Injury Liability 1,000,000 each occurrence 1,000,000 aggregate 2) Property Damage Liability 1,000,000 each occurrence 2,000,000 aggregate Commercial Automobile Liability Insurance. 1) Personal Injury Liability 1,000,000 each person 1,000,000 each occurrence 2) Property Damage Liability each occurrence or combined single limit coverage 1,000,000 2,000,000 aggregate Certifications by the Contractor that a policy, or endorsement to any existing policy, naming the County as an additional insured and otherwise satisfying the requirements set forth herein has been obtained from a particular company and is in effect shall be forwarded to the San Juan County Engineer with the signed contract, as provided in Section As soon as possible, but not later than the date of commencing work under this contract, the Contractor shall forward to the San Juan County Engineer, a copy of the policy obtained. If a general policy currently in force insuring the Contractor, which satisfies all of the above requirements, has been previously filed with the San Juan County Engineer, the Contractor may submit, in lieu of an additional copy of the policy, a certification by the insurance company issuing the policy that its coverage has been extended to this contract and setting forth the basic coverage limits, together with a copy of an endorsement adding the County as named insured if the policy does not so name the County. The PG. 16 of 24

17 County will pay no progress estimate payments under Section until the Contractor has fully complied with this section. This remedy is not exclusive and the County may take such other action as is available to it under the provisions of this contract, or otherwise in law. Coverage in the minimum amount set forth herein shall not be construed to relieve the Contractor from liability in excess of such coverage PROSECUTION AND PROGRESS Suspension of Work, shall be revised by adding the following: If during development an area of potential archaeological significance is uncovered all activity in the immediate vicinity of the find shall be halted immediately and the Project Manager notified EROSION CONTROL AND WATER POLLUTION CONTROL Description, add the following: Materials, This work shall consist of preparing slopes, placing and compacting topsoil on all graded and disturbed areas in accordance with these specifications and as shown in the Drawings or as designated by the Engineer. Work in this section also includes construction of silt fences, straw bale barriers, and other erosion control measures noted on the plans or required based on site conditions or contractor work. For bid item Temporary Erosion Control Measures, per Lump Sum, follow the TESC plan as per (1)A Payment, shall be revised by adding the following: The unit price bid per cubic yard for "Temporary Erosion Control Measures", Lump Sum, shall be full pay for all work required to provide and maintaining erosion control measures noted on the plans and/or required by site conditions or contractor work ROADSIDE RESTORATION Materials For bid item Roadside Restoration Topsoil, Type A, per C.Y. follow the WA State Department of Ecology Stormwater Management Manual guideline in BMP T5.13 summarized below: The topsoil layer shall have a minimum organic matter content of PG. 17 of 24

18 5% organic matter content in turf areas. The topsoil layer shall have a minimum depth of four inches either by adding four inches of an amended topsoil or by incorporation of amendments needed to meet the criteria in the top eight inches of existing soil. Subsoils below the topsoil layer should be scarified at least 4 inches. The resulting soil should be conducive to the type of vegetation to be established. For use in bid item Seeded Lawn Installation, per acre, seed shall be of the following species composition: SPECIES % BY WEIGHT Tall or Meadow Fescue 75-80% Seaside/Colonial Bentgrass 10-15% Redtop 5-10% No Fertilizer shall be used. Mulch, virgin wood mulch, application rate 2000 lbs per acre Measurement, The first paragraph shall be revised to read: Measurement for Topsoil Type A, shall be by the compacted cubic yard, based on the cross-sections and depth and width requirements shown on the plans ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING Measurement, The first paragraph shall be revised to read: Measurement for Rock Placement, shall be by the linear foot of rock wall constructed Payment, The first paragraph shall be revised to read: Payment for Rock Placement, shall be full pay for constructing the rock wall including chinking materials and movement and placement of stockpiled materials from Roadway Excavation. PG. 18 of 24

19 PREVAILING WAGES STATE RATES The attached prevailing wage publication does not list the fringe benefit amounts separately. Contractors are not required to provide benefits to workers on public work projects. Contractors are required to pay a wage and usual benefit combination that adds to the prevailing rate of wage. For example, if the prevailing wage is $20.00 per hour, and a contractor provides usual benefits worth $3.00 per hour, the wage paid must equal or exceed $17.00 per hour. PG. 19 of 24

20 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) PO Box 44540, Olympia, WA Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. SAN JUAN COUNTY Effective ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $ BOILERMAKERS JOURNEY LEVEL $ C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $ CABINET MAKERS (IN SHOP) JOURNEY LEVEL $ CARPENTERS ACOUSTICAL WORKER $ M 5D BRIDGE, DOCK AND WARF CARPENTERS $ M 5D CARPENTER $ M 5D CREOSOTED MATERIAL $ M 5D DRYWALL APPLICATOR $ M 5D FLOOR FINISHER $ M 5D FLOOR LAYER $ M 5D FLOOR SANDER $ M 5D MILLWRIGHT AND MACHINE ERECTORS $ M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $ M 5D SAWFILER $ M 5D SHINGLER $ M 5D STATIONARY POWER SAW OPERATOR $ M 5D STATIONARY WOODWORKING TOOLS $ M 5D CEMENT MASONS JOURNEY LEVEL $ DIVERS & TENDERS DIVER $ M 5D 8A DIVER TENDER $ M 5D DREDGE WORKERS ASSISTANT ENGINEER $ T 5D 8L ASSISTANT MATE (DECKHAND) $ T 5D 8L BOATMEN $ T 5D 8L ENGINEER WELDER $ T 5D 8L LEVERMAN, HYDRAULIC $ T 5D 8L MAINTENANCE $ T 5D 8L MATES $ T 5D 8L OILER $ T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $ E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $ Page 1

21 SAN JUAN COUNTY Effective ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $ ELECTRICIANS - MOTOR SHOP CRAFTSMAN $ A 6C JOURNEY LEVEL $ A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $ A 5A CERTIFIED LINE WELDER $ A 5A GROUNDPERSON $ A 5A HEAD GROUNDPERSON $ A 5A HEAVY LINE EQUIPMENT OPERATOR $ A 5A JACKHAMMER OPERATOR $ A 5A JOURNEY LEVEL LINEPERSON $ A 5A LINE EQUIPMENT OPERATOR $ A 5A POLE SPRAYER $ A 5A POWDERPERSON $ A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $ ELEVATOR CONSTRUCTORS MECHANIC $ A 6Q MECHANIC IN CHARGE $ A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $ FENCE ERECTORS FENCE ERECTOR $ FLAGGERS JOURNEY LEVEL $ GLAZIERS JOURNEY LEVEL $ HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $ S 5J HEATING EQUIPMENT MECHANICS MECHANIC $ HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $ INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $ INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $ INLAND BOATMEN CAPTAIN $ K 5B COOK $ K 5B DECKHAND $ K 5B ENGINEER/DECKHAND $ K 5B MATE, LAUNCH OPERATOR $ K 5B INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $ GROUT TRUCK OPERATOR $ HEAD OPERATOR $ TECHNICIAN $ TV TRUCK OPERATOR $ Page 2

22 SAN JUAN COUNTY Effective ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSULATION APPLICATORS JOURNEY LEVEL $ IRONWORKERS JOURNEY LEVEL $ O 5A LABORERS ALL CLASSIFICATIONS $ LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $ M 5D PIPE LAYER $ M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $ LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $ LANDSCAPING OR PLANTING LABORERS $ LATHERS JOURNEY LEVEL $ METAL FABRICATION (IN SHOP) FITTER/WELDER $ LABORER $ MACHINE OPERATOR $ PAINTER $ PAINTERS JOURNEY LEVEL $ PLASTERERS JOURNEY LEVEL $ PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $ PLUMBERS & PIPEFITTERS JOURNEY LEVEL $ G 5A POWER EQUIPMENT OPERATORS ALL CLASSIFICATIONS $ POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & ALL CLASSIFICATIONS $ POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $ A 5A SPRAY PERSON $ A 5A TREE EQUIPMENT OPERATOR $ A 5A TREE TRIMMER $ A 5A TREE TRIMMER GROUNDPERSON $ A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $ RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $ RESIDENTIAL CARPENTERS JOURNEY LEVEL $ RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $ RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $ RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $ RESIDENTIAL GLAZIERS JOURNEY LEVEL $ Page 3

23 SAN JUAN COUNTY Effective ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $ RESIDENTIAL LABORERS JOURNEY LEVEL $ RESIDENTIAL PAINTERS JOURNEY LEVEL $ RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $ RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $ RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $ B 5A RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $ ROOFERS JOURNEY LEVEL $ SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $ E 5B SHIPBUILDING & SHIP REPAIR HEAT & FROST INSULATOR $ S 5J SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $9.75 1R SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $ SOFT FLOOR LAYERS JOURNEY LEVEL $ SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $ SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $ R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $ SURVEYORS SURVEYOR $ TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $ TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $ B 5A HOLE DIGGER/GROUND PERSON $ B 5A INSTALLER (REPAIRER) $ B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $ B 5A SPECIAL APPARATUS INSTALLER I $ B 5A SPECIAL APPARATUS INSTALLER II $ B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $ B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $ B 5A TELEVISION GROUND PERSON $ B 5A TELEVISION LINEPERSON/INSTALLER $ B 5A TELEVISION SYSTEM TECHNICIAN $ B 5A TELEVISION TECHNICIAN $ B 5A TREE TRIMMER $ B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $ Page 4

24 SAN JUAN COUNTY Effective ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $ K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $ T 5D 8L ASPHALT MIX (OVER 16 YARDS) $ T 5D 8L DUMP TRUCK $ DUMP TRUCK & TRAILER $ OTHER TRUCKS $ TRANSIT MIXER $ WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $ OILER $ WELL DRILLER $ Page 5

25

26

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

ADVERTISEMENT FOR BIDDERS

ADVERTISEMENT FOR BIDDERS ADVERTISEMENT FOR BIDDERS Sealed Bids will be received by the City of Lookout Mountain, Georgia, 1214 Lulu Lake Road, Lookout Mountain, Georgia 30103, Attention: Brad Haven, City Manager until: for the

More information

INDEPENDENT CONTRACTORS AGREEMENT

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

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE RATES for Public Works Contracts in Oregon Brad Avakian Commissioner Bureau of Labor and Industries Effective: January 1, 2015 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER

More information

MAINTENANCE AND PERFORMANCE BONDS

MAINTENANCE AND PERFORMANCE BONDS MAINTENANCE AND PERFORMANCE BONDS CITY OF AUSTELL MAINTENANCE BOND FOR SUBDIVISION KNOWN ALL MEN BY THESE PRESENTS, that Subdivider,, (hereinafter called the Principal), as Principal and, a corporation

More information

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri. 12325 Manchester Road. Des Peres, Missouri 63131 SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK City of Des Peres, Missouri 12325 Manchester Road Des Peres, Missouri 63131 Prepared by City Engineer March 2011 INVITATION TO BID SANITARY

More information

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

More 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

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address:

Permit No. Permit Fee: $295.00. Permit Expires (D+90 days): Business Name: Applicants Name: Telephone Number: E-mail Address: City of Woodland Park Internet Service Provider (IPS) Permit for Installation of Telecommunication Infrastructure within City Owned Rights-of-Way (up to five locations per single permit) Permit No. Permit

More 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

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

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

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

All other provisions of the contract documents, plans and specifications shall remain unchanged.

All other provisions of the contract documents, plans and specifications shall remain unchanged. B. Supplementary Conditions a. Reference Page CS-5, Section 11.0 Insurance, Section C3.3-11 Insurance Item c.7: Delete paragraph and replace with the following: Environmental Impairment Liability Coverage

More information

INSTRUCTIONS TO BIDDERS

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

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2015-04 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT JANUARY 2015 1 INVITATION TO BID Sealed Bids will be received

More 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

SECTION 3 AWARD AND EXECUTION OF CONTRACT

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

More information

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

RONALD WASTEWATER DISTRICT 17505 LINDEN AVENUE NORTH - P.O. BOX 33490 SHORELINE WA 98133-0490 (206) 546-2494

RONALD WASTEWATER DISTRICT 17505 LINDEN AVENUE NORTH - P.O. BOX 33490 SHORELINE WA 98133-0490 (206) 546-2494 17505 LINDEN AVENUE NORTH - P.O. BOX 33490 SHORELINE WA 98133-0490 (206) 546-2494 APPLICATION FOR SIDE SEWER CONTRACTOR TO WORK FOR RONALD WASTEWATER DISTRICT 1. Firm name: 2. Name of Principals: 3. Name

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991

Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA. Bid Package. Contracting Officer: Joshua Longmore, District Manager 570-674-7991 Moyer Heavy Use Area Project Hollenback Township Luzerne County, PA Bid Package Contracting Officer: Joshua Longmore, District Manager 570-674-7991 1. PROPOSALS INSTRUCTIONS TO BIDDERS A. The Drawings

More information

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

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

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

More information

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

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

More information

ARTICLE 11. INSURANCE AND BONDS

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

More information

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations

Request for Proposal. For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations Request for Proposal For Installation, Care and Maintenance of Landscape and Plant Materials at Specified Locations Issued By: The Village of Hainesville 100 N. Hainesville Road Hainesville, Illinois 60030

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

WAIVER OF MECHANICS LIENS

WAIVER OF MECHANICS LIENS WAIVER OF MECHANICS LIENS KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, have commenced or are about to commence to render services, to perform work, or to furnish materials in the construction,

More information

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

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

More information

#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

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

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

More information

APPLICATION PACKET BEACON HILL SEWER DISTRICT SMALL WORKS ROSTER

APPLICATION PACKET BEACON HILL SEWER DISTRICT SMALL WORKS ROSTER COMMISSIONERS MONTE RODEN TED BRANCH DEAN TAKKO APPLICATION PACKET BEACON HILL SEWER DISTRICT SMALL WORKS ROSTER 1121 WEST SIDE HIGHWAY, KELSO, WA 98626 (360) 636-3860 FAX (360) 575-9375 INFO@BEACONHILLSEWER.ORG

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

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

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

More information

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

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and

SECTION 00900 PERFORMANCE BOND., hereinafter called PRINCIPAL, and SECTION 00900 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT (Name or Contractor) a (Address of Contractor) (Corporation, Partnership, or Individual), hereinafter called PRINCIPAL, and (Name

More information

BID BOND CITY OF EAST POINT, GEORGIA

BID BOND CITY OF EAST POINT, GEORGIA BID BOND CITY OF EAST POINT, GEORGIA BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (hereinafter referred to as the City (Name and Address): City of East Point

More information

Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department

Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department Faithful Performance Bond/Certificate of Deposit Application City of Temecula Planning Department Planting, Wall and/or Fence Installation Date Stamp Landscape Maintenance Model Home Conversion Sales Trailer

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

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

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

More information

Small Public Work Contract

Small Public Work Contract City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date

More information

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

CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

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

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title: WASTE SERVICES & DISPOSAL AGREEMENT COMPANY: CUSTOMER: By: By: Name: Name: Date Date Title: Title: Effective Date of Agreement: Initial Term: Contract No. This Waste & Disposal Services Agreement, consisting

More information

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING INVITATION FOR PRICE QUOTES FIRE HOSE TESTING The Franklin Regional Council of Governments (FRCOG), on behalf of certain Fire Departments in Franklin County, MA, is soliciting price quotes from qualified

More information

To receive consideration, bids must be submitted in accordance to the following instructions:

To receive consideration, bids must be submitted in accordance to the following instructions: CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as

More information

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

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

More information

NC General Statutes - Chapter 44A Article 3 1

NC General Statutes - Chapter 44A Article 3 1 Article 3. Model Payment and Performance Bond. 44A-25. Definitions. Unless the context otherwise requires in this Article: (1) "Claimant" includes any individual, firm, partnership, association or corporation

More information

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

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

More information

AIA Document A310 TM 2010

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

More information

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT

APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT APPLICATION FOR DEMOLITION & RIGHT-OF OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI 48473 810-635-4464 Fee Received: $ Date: / / Receipt No: Demolition Permit (including Right of

More information

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

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

More information

AIA Document A312 - Electronic Format. Performance Bond

AIA Document A312 - Electronic Format. Performance Bond AIA Document A312 - Electronic Format Performance Bond THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION

More information

Kentucky Department of Education Version of Document A312 2010

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

More information

CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY

CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY CITY OF FIFE PERFORMANCE & PAYMENT BOND WITH GUARANTY Name of Project Contractor(Principal) Project/Contract # Surety Bond Amount $ Bond # 1. Date and Parties This performance and payment bond with guaranty

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

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

More information

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch

More information

MARLBORO TOWNSHIP DEVELOPMENT WATER SERVICE CONNECTION REQUIRED DOCUMENT CHECKLIST

MARLBORO TOWNSHIP DEVELOPMENT WATER SERVICE CONNECTION REQUIRED DOCUMENT CHECKLIST MARLBORO TOWNSHIP DEVELOPMENT WATER SERVICE CONNECTION REQUIRED DOCUMENT CHECKLIST ALL COMPLETED APPLICATION FORMS ALL FEES PAID TO WATER COLLECTOR AND BONDS/ESCROWS SUBMITTED TO ENGINEERS HOLD HARMLESS

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

More information

LICENSE AGREEMENT WITNESSETH:

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

More information

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD

CITY OF KIRKLAND. REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD CITY OF KIRKLAND REQUEST FOR PROPOSALS Jail Cell Phone Services JOB NO. 28-11-PD PROJECT SCOPE: The City of Kirkland is accepting proposals from qualified providers of Jail Cell Phone Services in the four

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

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

More information

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY

M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY M AINTENANCE S ERVICE A GREEMENT L ABOR O NLY This Maintenance Service Agreement ("Agreement") is entered into as of the day of, 2002 between, (the "Client"), whose address is, and Florida Sound Engineering

More information

College of the Siskiyous Insurance Requirements

College of the Siskiyous Insurance Requirements College of the Siskiyous Insurance Requirements Minimum Insurance Coverages for 2016 Pre-Qualification Contractor Insurance. The Contractor shall obtain and maintain the following insurance coverages with

More information

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,

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

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND Section 00 61 13.13 & 00 61 13.16 Douglas County School District Re.1 Castle Rock, Colorado PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND 1. FORMS TO BE USED Two (2) separate bonds are required: Both

More information

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA 2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA Issued on January 7, 2015 1 ADVERTISEMENT FOR BIDS 2014/2015 ROADWAY PATCHING PROJECT JASPER COUNTY, GEORGIA Separate,

More information

STATE OF HAWAII DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS. List of Construction Trades in Registered Apprenticeship Programs

STATE OF HAWAII DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS. List of Construction Trades in Registered Apprenticeship Programs STATE OF HAWAII DEPARTMENT OF LABOR AND INDUSTRIAL RELATIONS List of Construction Trades in Registered Apprenticeship Programs Apprenticeship programs for the following construction trades were approved

More information

Bidding and Contract Requirements:

Bidding and Contract Requirements: CITY OF LAREDO, TEXAS WATER UTILITIES DEPARTMENT 24-INCH TRANSMISSION MAIN ADDENDUM 7 June 10, 2016 To Bidder of Record: The following changes, additions, and/or deletions are hereby made a part of the

More information

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

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

More information

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Insurance Market Solutions Group, LLC Sub-Producer Agreement Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 5/21/14 ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority McDuffie Terminal will be accepting proposals on the following. Direct all

More information

GULF POWER COMPANY. CONTRACT FOR ELECTRIC SERVICE FOR RESALE Form 2

GULF POWER COMPANY. CONTRACT FOR ELECTRIC SERVICE FOR RESALE Form 2 First Revised Sheet No. 7.5 Canceling Original Sheet No. 7.5 GULF POWER COMPANY CONTRACT FOR ELECTRIC SERVICE FOR RESALE This Agreement made and entered into this day of, by and between GULF POWER COMPANY,

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

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the

More information

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT This Computer and Information Technology Services Agreement is made as of the day of, between Crown Networking Consultants, Inc. (CNC Inc.),

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

CHAPTER 1 0 INSURANCES

CHAPTER 1 0 INSURANCES CHAPTER 1 0 INSURANCES I. PURPOSE This chapter identifies the types and extent of various contractually required insurance coverages. Sub-recipients that are units of government shall comply with their

More information

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February

More information

This page left blank intentionally

This page left blank intentionally ATTACHMENT 13 PERFORMANCE AND PAYMENT BONDS This page left blank intentionally RFP #0606-14 Attachment 13: Payment & Performance Bonds Page 1 of 8 PAYMENT BOND (CALIFORNIA PUBLIC WORK) KNOW ALL MEN BY

More information

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

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

More information

SECTION EIGHT BONDING REQUIREMENTS

SECTION EIGHT BONDING REQUIREMENTS SECTION EIGHT BONDING REQUIREMENTS 8-00 BONDING REQUIREMENTS 8-01 No building permit for any construction in the subdivision shall be issued nor any lot within the subdivision conveyed until a bond has

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

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions

PROJECT NO. 2733, RFP NO. 14-15/02. Peralta Community College District. 333 East 8th Street, Oakland, CA 94606. Questions PROJECT NO. 2733, RFP NO. 14-15/02 Peralta Community College District 333 East 8th Street, Oakland, CA 94606 August 7, 2014 ADDENDUM No. 1 This addendum supersedes items of the original contract documents

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

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

CITY OF COMMERCE CITY BID BOND

CITY OF COMMERCE CITY BID BOND BID BOND Know all men by these presents, that as principal, and, as Surety, are held and firmly bound unto the City of Commerce City, Colorado (hereinafter called City ), in the penal sum of dollars ($

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

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

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

More information

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND

COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND (Rev 03/02) Page 1 of 6 COMMONWEALTH OF VIRGINIA STANDARD PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, the Contractor ( Principal ) whose principal place of business is located at and ( Surety

More information

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

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

More information