TRINITY COUNTY. Board Item Request Form Phone (530)

Size: px
Start display at page:

Download "TRINITY COUNTY. Board Item Request Form Phone (530)"

Transcription

1 County Contract No B Department Transportation TRINITY COUNTY 2.14 Board Item Request Form Contact Richard Tippett Phone (530) Requested Agenda Location Consent Requested Board Action: Award to Renner Petroleum of Eureka, California, the agreement to supply the County of Trinity with Fuel for Southern Trinity area (Schedule II) and Lubricants for the Southern Trinity area (Schedule IV) for a total amount of $106, Fiscal Impact: Road Funds - $106, Motion: Second Roll Call: Ayes: Nays: Tabled To: Action: Notes:

2 STAFF REPORT Subject: Award contract to supply South County fuel, and lubricating oil & greases Date: January 6, 2015 ISSUE: Should the Board approve an agreement with Renner Petroleum to supply fuel (Schedule II), and lubricating oil, & greases (Schedule IV), to the Department of Transportation (DOT) south county facilities for the period of January 1, 2015 thru December 31, DISCUSSION: This Agreement provides for a continuing supply of fuel delivered to the various Department of Transportation facilities in South County (everything south and west of South Fork Mountain) for use by the Department of Transportation, other County Departments and public agencies that draw fuel from those facilities, and to provide lubricating oils and greases to departmental facilities in South County. Included in this agreement are the requirements that the successful bidder maintains a minimum fuel reserve of 20% in all tanks and a 36 hour delivery response time, regardless of weather. The bid establishes the base price as the RACK AVG as reported in the report of Oil Price Information Services publication for the area and date the fuel is delivered to a DOT facility plus a per gallon differential rate (delivery charge plus overhead and profit) which is fixed, by location, in the contract for its term. Federal and State taxes and fees, based on the number of gallons delivered, are then added. The 5% bidders preferential (local) is based on the differential rate. The DOT sent out three bid packages to area fuel distributors. Renner Petroleum was the only bid received on Schedules II and IV, see attached bid summary. ALTERNATIVES INCLUDING FINANCIAL IMPLICATIONS 1. Approve agreement as written. 2. Deny the agreement. Denial of the agreement could potentially result in increased fuel costs and the loss of contractual warranties of minimum fuel inventories available for County operations. RECOMMENDATION: Approve the agreement. Respectfully submitted, Richard Tippett, Director CAO RECOMMENDATION: Concur: Yes No Comments:

3 TRINITY COUNTY BID SUMMARY PROPOSAL NO. 15-FUEL Recorded By: Opened By: Page 1 of 1 l_vso- r^\ct\^jl^ \z^r^, <?ujliu~+-o iy- Date: December 16, 2014 Time: 3:00 PM Engineers Estimate: N/A Budgeted Amount: N/A Name and Address of Bidders: 1) ^ross Petroleum 3560 So Market St. Redding, CA ) Northern Lights Energy 2340 Wyndham Lane Redding, CA ) L & M Renner, Inc. PO Box 4868 Eureka, Ca ) Gross Bid 5% Pref. Net Bid Gross Bid 5% Pref. Net Bid Gross Bid 5% Pref. Net Bid Gross Bid 5% Pref. Net Bid Schedule I.^ 21 /-(=,'2.._QSi. ^jf *"~jt^ "~"" ~- -"-^yim,fos^bc( $ fir^ >~~S.L.;"'V~>A--^ "3T-,\c; $ ^3^-1Sq.3^ <(.W5 l ^ $ W3l7bll^%S Schedule II $ 'NO 6(0 $_p tc-i'c -er 1^1..- "S1& <;, r"-f Mo Bic^ ' " Schedule III $ 6^^&;.SS/-1I' ^o 6n^ \.- ^,....^.-.. -" $ ~S:-.-^...L^-^-y-LS-^'i- $ ^-1^4L-i.S3 LC 13 - i_ $ 5S'^c^.t-lLi cvo Q(Q,/" $ Sq.&a-R.O^ A/O e>iq "" Schedule IV.;C '"^ ^ ^.."^ Ci^,"'<,,..^..-T:l $ ^&A<. $ MQ &t0 '- $ ^, $ $

4 AGREEMENT FOR SUPPLYING COUNTY OF TRINITY WITH PETROLEUM PRODUCTS THIS AGREEMENT made this ^/^ day of fi)^,2014. by and between the County of Trinity, a political ypbdivision of the State of California, hereinafter referred to as "COUNTY" and, 1'^ _hereinafter referred to as "SUPPLIER". WITNESSETH: WHEREAS, COUNTY has requested quotations for the furnishing of various petroleum products; and WHEREAS, SUPPLIER has submitted a proposal in response to the COUNTY'S request. NOW, THEREFORE, IT IS MUTALLY AGREED AS FOLLOWS: 1. SUPPLIER agrees to furnish the COUNTY with certain petroleum products outlined on COUNTY'S "Request for Quotation" dated October 21, Fuel products delivered to COUNTY under this Agreement shall conform to the specifications outlined in the "Request for Quotation" which is attached as Exhibit 1 and by reference hereto is incorporated herein, and the following material specifications: Unleaded gasoline shall conform to the American Society for Testing Materials, Specification D- 439 and be a minimum octane rating of 87. Regular diesel and diesel heating oil shall conform to the American Society for Testing Materials, Specification D-975. Petroleum price for the various petroleum products listed in Schedules I and II will vary on a daily basis as identified in the OPIS (Report of Oil Price Information Services) for both the Chico and Eureka areas respectively. The price for Schedule I Gasoline (CARFG Ethanol - 5.7%) shall be the "RACK AVG" price for the Chico, CA. area on date delivered to the County plus the price differential for the delivery point. The price for Schedule I Diesel (NO. 2 RED-DYED DISTILLATE) shall be the "RACK AVG" price for Chico, CA. plus the price differential for the delivery point. The price for Schedule 11 Gasoline (CARFG Ethanol - 5.7%) shall be the "RACK AVG" price for the Eureka, CA. area on date delivered to the County plus the price differential for the delivery point. The price for Schedule II Diesel (NO. 2 RED-DYED DISTILLATE) shall be the "RACK AVG" price for Eureka, CA. plus the price differential for the delivery point. Schedules III and IV, Lubricant prices shall be as bid. However, individual item or items prices may be increased when the successful bidder can demonstrate to the satisfaction of the County that wholesale unit cost of such item or items has increased by five percent (5 %) or more since the inception of this Agreement.

5 The increased cost to the County shall be limited to the absolute amount, in dollars or fractions thereof, of the increase in the wholesale unit cost of the item or items. Increases shall become effective from the date the County receives notification of the increase(s) and shall not be retroactive to prior transactions. 4. For bulk fael deliveries, all COUNTY tanks shall be kept filled as set forth in these bid specifications. Tanks will be considered empty when they are down to 20 percent of their respective capacities. Fuel reserves in all tanks will be determined weekly by physical measurement (stabbing). SUPPLIER shall be notified by COUNTY that a particular tank has reached the aforementioned minimum, and thereafter SUPPLIER shall deliver fuel to that tank within 36 hours. SUPPLIER'S failure to provide fuel as set forth in this Agreement shall be deemed a material breach of this Agreement and of the COUNTY fuel bid. Further, failure to provide fuel as set forth in said paragraph one of "Request for Quotation" shall give cause to COUNTY to immediately terminate this Agreement. 5. To the extent possible, SUPPLIER shall make fuel deliveries during working days and when COUNTY personnel are present. COUNTY may provide 24-hour access to the Department of Transportation maintenance yards, by means oflike-keyed padlocks on each gate or filler caps. 6. All tanks receiving fael shall be stabbed before and after the delivery. The two stabs as well as the amount delivered shall be noted on the delivery ticket, A copy of the notice, with price, of delivery shall be left at the yard, showing the above information, date and time. The original delivery receipt shall be submitted to the appropriate COUNTY department for billing purposes and to start computation of billing periods. Payment will be according to the schedule established by the Auditor/Controller's Office, 7. It is understood by the parties and agreed that COUNTY, its officers, agents and employees, shall not be liable or responsible for any injury pr damage to person or property resulting from the operations or activities of SUPPLIER while engaged in complying with any of the terms of this Agreement. SUPPLIER agrees to indemnify and hold harmless COUNTY its officers, agents, and employees, from any injury to persons or property resulting from the activities of SUPPLIER. 8. Insurance is requu-ed as shown in Exhibit A (copy attached) 9. This Agreement shall cover the period of January 1, 2015, through December 31, , This Agreement constitutes the sole and entire Agreement between the parties. Any modification or change shall be duly executed in writing by mutual consent of both parties. 11. The documents comprising the Agreement include the "Request for Quotation", and Proposal Form, including '{Schedules I, II, III & IV" thereof and the proposal documents furnished by SUPPLIER dated,1/2^/1^. 12. In the event that SUPPLIER subcontracts for delivery, all payments will be made directly to SUPPLIER. 13, COUNTY reserves the right to limit quantities at specified delivery points upon notice to SUPPLIER by COUNTY. 14. Failure to comply with any of the provisions of this Agreement on part of SUPPLIER, may result, at COUNTY'S discretion, in immediate termination of the Agreement.

6 IN WITNESS WHEREOF, the duly authorized officers of the parties have executed this Agreement as of the date first above written. COUNTY OF TRINITY BY: BY: ATTEST: CHAIRMAN-Board of Supervisors County of Trinity "COUNTY" WENDY G. TYLER Clerk of the Board of Supervisors By: Deputy

7 Exhibit A INSURANCE REQUIREMENT FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimiun Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Service Office form number GL 0002 (Ed. 1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed 1/78) covering Automobile Liability, code 1 "any auto"; and 3. Contractors Pollution Liability applicable to the work being preformed 4, Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 0001 covering CGL on ui "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit 2. Automobile Liability; ISO Form Number CA covering any auto (Code 1), or if Contractor has no owned autos, hired, (Code 8) and non-owned autos (Code 9), with limit no less than $1,000,000 per accident for bodily injury and property damage 3. Contractors Pollution Liability applicable to the work being preformed, with a limit no less than $1,000,000 per claim or occun-ence and $2,000,000 aggregate per policy period of one year 4. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 ' per accident for bodily injury or disease

8 Exhibit A - Continued C, Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the County. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D, Other Insurance Provisions The policies are to be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The County, its officials, employees and volunteers are to be covered as additional insureds with respect to: liability arising out of activities performed by or on behalf of the contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the County, its officials, employees or volunteers. b. The contractor's insurance coverage shall be primary insurance as respects the County, its officials, employees and volunteers. Any insurance or self-insurance maintained by the County, its officials, employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the County, its officials, employees or volunteers. d. Coverage shall state that a Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverages The insured shall agree to waive all rights of subrogation against the County, its officials, employees and volunteers for losses arising from work performed by Contractor for the. County.

9 Exhibit A - Continued 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by Certified Mail, return receipt requested, has been given to the County. E, Acceptability of Insurers Insurance is to be placed with a Bests' rating of no less than A-:VIII. F. Verification of Coverage Contractor shall furnish the County with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates are to be received and approved by the County before work commences. G. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.

10 SCHEDULE I - FUEL (North) Schedule to be completed signed and attached to your regular contract Proposal Form. When so executed, the information contained herein will be considered as part of your Proposal as fully as though set forth in detail in your regular Proposal Form. The Quantity figures supplied herein are the estimated quantities required at the various delivery points during a contract year and are based on the past 12 months' experience. DELIVERY POINT PRODUCT STORAGE EST BASE CAPACITY QUANTITY PRICE A X (B DIFFERENTIAL PRICE 0 TOTAL Hawkins Bar (Road) Unl. Gasoline 1,000 1,000 $ Diesel 2,000 5,000 $ Hayfork (Road) Diesel 1,000 12,000 _$_ Diesel - heating oil A Hyampom (Road) Diesel 3,000 5,000 _$_ Lewlston (Road) Diesel 4,000 5,000 J_ Trinity Center (Road) Diesel 2,500 5, Weaverville (Road & Unl. Gasoline 10,000 90,000 A other agencies) Diesel 10,000 80,000 A- 2,7523 Weaverville (Courthouse) Diesel - heating oil 2,500 7,50C (Sheriff) Diesel - heating oil 1, C Trinity River Conservation Camp* Unl. Gasoline 500 5, Diesel 450 5, *Deliveries to be made only on request. SUBTOTAL, VALUE OF PRODUCTS $ Diesel 7.5% SALES TAX $ Unl Gas 2.25% SALES TAX $ TOTAL SCHEDULE I $ Signature: Date: Company Name: Schedule I

11 TRINITY COUNTY PETROLEUM PRODUCTS PROPOSAL FORM SCHEDULE I NAME OF VENDOR: ADDRESS: DATE OF QUOTE: The following is our total quote for furnishing the County of Trinity with the various petroleum projects computed at the current prices for delivery of the various listed fuel and lubrication products to the delivery locations shown, TOTAL SCHEDULE I Vendor shall list here the name and address of the supplier(s) from whom he will obtain the fuel products on which this proposal is based. BY: TITLE: TELEPHONE: SIGNATURE: DATE: Sch I Proposal

12 SCHEDULE II-FUEL (South) Schedule to be completed signed and attached to your regular contract Proposal Form. When so executed, the information contained herein will be considered as part of your Proposal as fully as though set forth in detail in your regular Proposal Form. The Quantity figures supplied herein are the estimated quantities required at the various delivery points during a contract year and are based on the past 12 months' experience. DELIVERY POINT PRODUCT STORAGE CAPACITY EST QUANTITY A X BASE PRICE (B DIFFERENTIAL PRICE + C) TOTAL D Ruth (Road) fl Unl. Gasoline Diesel 1,000 2,000 1,500 $ 10,000 $ M _^s_ $ 00 It Diesel - heating oil $ ,'K ^ I/vs-y Zenia (Road) Diesel 3,000 5,000 $ ^< -$. Diesel - heating oil $ _&_ $. //</S- S- SUBTOTAL, VALUE OF PRODUCTS $ 55^sS^'-Q^ 7.5% SALES TAX $ ^ f 7^' -/2^ TOTAL SCHEDULE 11 $ S,C7-07 Signature: Date: Company Name: V Schedule

13 TRINITY COUNPf PETROLEUIVI PRODUCTS PROPOSAL FORIVI SCHEDULE II NAME OF VENDOR : ADDRESS: ^l^-)y Ch. DATE OF QUOTE: j/l^( ^f The following is our total quote for furnishing the County of Trinity with the various petroleum products computed at the current prices for delivery of the various listed fuel and lubrication products to the delivery locations shown. TOTAL SCHEDULE II $ s^.(i L-H. Vendor shall list here the name and address of the supplier(s) from whom he will obtain the fuel products on which this proposal is based.. BY: \^ w "~ f TITLE: : TELEPHONE:,, /6^S SIGNATURE: "y^ Ty^7 DATE: IIMI^ Sch II Proposal

14 SCHEDULE III - LUBRICANTS Schedule to be completed, signed and attached to your regular contract proposal form. When so executed, the information cqrrtained herein will be considered a part of your proposal as fully as though set forth in detail in your regular proposal form ie quantity figures supplied herein are the estimated quantities required at the various delivery points during the contract year and are based on the past 12 months' experience. Add sales tax where indicated. Prices shall be FOB Weaverville, CA. PRODUCT TYPE QUANTITY REQUIRED UNIT PRICE (Per Gal or Lb) TOTAL 5W-20 Motor Oil Chevron Delo cases 1qtc, (12 gal) 5W-30 Motor Oil Chevron Delo gal, cont. (12 gal) 15W-40 Motor Oil Chevron Delo 400 (Multi-Grade) gal. bar. (1210 gal) 10-1 gal, cont. (10 gal) ATF Chevron Automatic Transmission Fluid, (Multipurpose III) 12 - Cases 1 qt. c. (36 Gal) Drive Train Fluid Chevron C-3 Oil 10W, T gal. bar. (935 gal) Chevron C-3 Oil SOW - T gal. bar. (70 gal) 20-5 gal. bar. (100 gal) gal. bar. (935 gal) Chevron C-3 Oil 50W-T gal. bar. (100 gal) Or equal; Schedule III Pg1

15 Schedule III - Lubricants Page 2 of 2 PRODUCT TfPE QUANTITY REQUIRED UNIT PRICE (Per Gal orlb) TOTAL Gear Oil Chevron Universal Gear Lubricant SOW Ibs. bar (2040 Ibs) Chevron Universal Gear Lubricant 75W 140 Synthete Ibs. bar. (600 Ibs) Grease Chevron Ultra-Duty Grease NLG1, Grade Ibs. bar (840 Ibs) 3840 Cartridges (3360 Ibs) Thinner 325 Thinner or equal 5-55 gal. bar (550 gal) DEF Diesel Exhaust Fluid gal. bar (550 gal) $. $_ SUBTOTAL 7.5% SALES TAX TOTAL SCHEDULE III $. $_ $ Signature: Date: Company Name: Schedule III Pg2

16 TRINITY COUNTY PETROLEUIV1 PRODUCTS PROPOSAL FORM SCHEDULE III NAME OF VENDOR: ADDRESS: DATE OF QUOTE: The following is our total quote for furnishing the County of Trinity with the various petroleum products computed at the current prices for delivery of the various listed fuel and lubrication products to the delivery locations shown. TOTAL SCHEDULE Vendor shall list here the name and address of the supplier(s) from whom he will obtain the fuel products on which this proposal is based. BY: TITLE: TELEPHONE: SIGNATURE: DATE: Sch III Proposal

17 SCHEDULE IV - LUBRICANTS Schedule to be completed, signed and attached to your regular contract proposal form. When so executed, the information contained herein will be considered a part of your proposal as fully as though set forth in detail in your regular proposal form The quantity figures supplied herein are the estimated quantities required at the various delivery points during the contract year and are based on the past 12 months' experience. Add sales tax where indicated. Prices shall be FOB Ruth, CA. PRODUCT TYPE QUANTITY REQUIRED 15W-40 Motor Oil Chevron Delo 400 (Multi-Grade) gal. bar. (550 gal) 10-1 gal. cont. (10 gal) UNIT PRICE (Per Gal or Lb) it y,3 ^ TOTAL A^c c^' $_^C22 ^ ATF Drive Train Fluid Chevron Automatic.Transmission Fluid, (Multipurpose III) 'X ^, Chevron C-3 Oil 10W, T04 Chevron C-3 Oil SOW - T04 Chevron C-3 Oil 50W-T04 7^/rM^b c 12-Cases 1 qt. c. (36 Gal) gal. bar. (550 gal) 14-5 gal. bar. (70 gal) 10-5 gal. bar. (50 gal) gal. bar. (550 gal) 20-5 gal. bar. (100 gal) ^J -?CF.x?. /ff^ /^ ^ /?'^ <" ui // s^ /'/,4 J7 "z '-/^^^ y>' Cc- / ^l/ ~7^~ ^ ^ /yr/ ^ Gear Oil Chevron Universal Gear Lubricant SOW Ibs. bar (2040 Ibs) / S7 3^7^^ Chevron Universal Gear Lubricant 75W 140 Synthetc Ibs. bar. (600 Ibs) C ^ /3CV './^^/-/f Schedule IV Pg1

18 Schedule IV - Lubricants Page 2 of 2 Grease PRODUCT TlTE QUANTITY REQUIRED Thinner Chevron Ultra-Duty Grease NLG1, Grade 2 /%^-// PA-/ 325 Thinner or equal yl_ Ibs. bar (840 Ibs) 3840 Cartridges (3360 Ibs) 5-55 gal. bar (550 gal) UNIT PRICE (Per Gal or Lb) 5^ $ ^ 7 y 33 TOTAL ^ 0 ^.^ ^ DEF Diesel Exhaust Fluid 5-55 gal. bar (275 gal) ^ ^ 7Z2^- SUBTOTAL 7.5% SALES TAX TOTAL SCHEDULE IV.UUJf ^ Signature: %f Company Name x -^ I^~ 1^ <-^? '/>/ /Ye^w^- //^. Date: f / ' I/ Schedule IV Pg2

19 TRINITY COUNTY PETROLEUM PRODUCTS PROPOSAL FORM SCHEDULE IV NAME OF VENDOR: ADDRESS: DATE OF QUOTE: Z-.r^/ -T^-. //C^ ^/y7/^- i( 7~~ ///^^//z/ The following is our total quote for furnishing the County of Trinity with the various petroleum products computed at the current prices for delivery of the various listed fuel and lubrication products to the delivery locations shown, TOTAL SCHEDULE IV ^sy s Vendor shall list here the name and address of the supplier(s) from whom he will obtain the fuel products on which this proposal is based. ^ )////^ r T ^e BY: <-/ -^ f ^r-/^^< TITLE: )/r yy-^r TELEPHONE: ^7-4^/T-^<S SIGNATURE: ('.) ^- DATE: /^ y//^ ^ Sch IV Proposal

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for 3 years thereafter, insurance against claims for injuries to

More information

INVITATION TO BID LANDSCAPE SERVICES

INVITATION TO BID LANDSCAPE SERVICES INVITATION TO BID LANDSCAPE SERVICES Vandenberg Village Community Services District is soliciting proposals for office landscape maintenance service and invites you to provide a proposal. Please note the

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between the City of XX

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

TRINITY COUNTY. Board Item Request Form Phone

TRINITY COUNTY. Board Item Request Form Phone County Contract No. 15-061 Department General Services TRINITY COUNTY 6.03 Board Item Request Form 2015-05-19 Contact Tony Miller/Jo Scott Phone 530 623-1319 Requested Agenda Location County Matters Requested

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

Butte County Board of Supervisors Agenda Transmittal

Butte County Board of Supervisors Agenda Transmittal Butte County Board of Supervisors Agenda Transmittal Clerk of the Board Use Only Agenda Item: 3.25 Subject: Amendment Two to Agreement with Counseling Solutions to Provide Parent Education and Counseling

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

FUEL DELIVERY SERVICE CONTRACT

FUEL DELIVERY SERVICE CONTRACT WEST VALLEY SANITATION DISTRICT OF SANTA CLARA COUNTY, CALIFORNIA 100 East Sunnyoaks Avenue Campbell, California 95008 Request For Bids FUEL DELIVERY SERVICE CONTRACT West Valley Sanitation District Fuel

More information

Certificate of. Insurance Information. Packet

Certificate of. Insurance Information. Packet Insurance INSURANCE Certificate of CERTIFICATE Insurance Information INFORMATION Packet PACKET INSURANCE CERTIFICATE INFORMATION PACKET Insurance Requirements The California State University has established

More information

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract This services contract to remodel the Colusa Veterans Hall bathrooms and kitchen ( Contract ) is between the County of Colusa ( County ), a political subdivision of the State of California and ( Contractor

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

Butte County Board of Supervisors Agenda Transmittal

Butte County Board of Supervisors Agenda Transmittal Butte County Board of Supervisors Agenda Transmittal Clerk of the Board Use Only Agenda Item: 3.27 Amendment One to agreement with Northern California Youth and Family Programs for the Provision of Independent

More information

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

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN COUNTY of CONTRA COSTA AND RENEW FINANCIAL GROUP LLC This Indemnification and Insurance Agreement (the Agreement ) is entered into by and between

More information

REQUEST FOR BIDS FOR BULK FUEL SERVICE

REQUEST FOR BIDS FOR BULK FUEL SERVICE RFB for Bulk Fuel Service P a g e 1 REQUEST FOR BIDS FOR BULK FUEL SERVICE * * * December 18, 2013 CITY OF PLACENTIA 401 E. Chapman Avenue Placentia, CA 92870 RFB for Bulk Fuel Service P a g e 2 CITY OF

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written

More information

CITY OF RICHMOND SHORT FORM $25 per class.

CITY OF RICHMOND SHORT FORM $25 per class. CITY OF RICHMOND SHORT FORM CONTRACT Department: Recreation Project Manager: Arecia Yee Project Manager E-mail: arecia_yee@ci.richmond.ca.us Project Manager Phone No: (510) 620-6950 PRNo: Vendor No: 1721

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES) This CONTRACT, made this day of August 2014, by and among Crussin Explorer Transportation Inc. d.b.a. Cline Tours, Inc. (the Contractor.) and The City

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist City of Powell 270 North Clark Street - Powell,Wyoming 82435 {307) 754-5106 - FAX {307) 754-5385 April 9, 2019 Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx SUBJECT: Key Card/Credit Card

More information

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT West Valley Sanitation District PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT 1. INTRODUCTION A. West Valley Sanitation District of Santa Clara County (District) is accepting proposals for janitorial

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND AIR CANADA BOARD

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of ( Effective

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID-- *Complete and return one copy of this form with your bid. WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY 40769 --INVITATION TO BID-- REFERENCE: CLOSING TIME OF BIDS: DEPARTMENT OR SCHOOL:

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND MN AIRLINES, LLC

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA

19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA Informal Quotation Contract Page 1 19 TH STREET SEWER REPAIR CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 22nd day of June, 2015, by and between the City of Sparks, Nevada, a municipal

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

Sample. Sub-Contractor Insurance & Indemnification Agreement

Sample. Sub-Contractor Insurance & Indemnification Agreement Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the

More information

CCIP ADDENDUM. Blasting or any blasting operations;

CCIP ADDENDUM. Blasting or any blasting operations; CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is

More information

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1 CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

More information

Quiet Zone Installation Agreement

Quiet Zone Installation Agreement Quiet Zone Installation Agreement THIS QUIET ZONE INSTALLATION AGREEMENT is made effective this 3rd day of August, 2009, by and between WatersEdge Land Company, L.L.C. ( WatersEdge ) and the City of Overland

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

Harbor Department Agreement City of Los Angeles

Harbor Department Agreement City of Los Angeles Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION TO BID Sealed bids from qualified vendors will be received by the Bulloch County Board of Commissioners

More information

Environmental Management Dept. ph: U.S. Highway 421 North fax:

Environmental Management Dept. ph: U.S. Highway 421 North fax: NEW HANOVER COUNTY Kim Roane, Business Officer Environmental Management Dept. ph: 910-798-4402 3002 U.S. Highway 421 North fax: 910-798-4408 Wilmington, NC 28401 Email: kroane@nhcgov.com BID SPECIFICATIONS

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND This AGREEMENT, is made and entered into this day of, 2019, by and between the CITY OF EL SEGUNDO, a municipal corporation ( CITY ) and,

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS Contact name: Aaron Bueno Address: 1 W. Campbell Ave. #C-31, Campbell

More information

AIRPORT HANGAR LICENSE AGREEMENT

AIRPORT HANGAR LICENSE AGREEMENT AIRPORT HANGAR LICENSE AGREEMENT This Hangar License Agreement ( Agreement ) is made and entered into this day of 2011, by and between the City of Cloverdale, hereinafter referred to as City and (name

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests

More information

USE AGREEMENT BETWEEN <OWNER> AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ), is entered into by and between

USE AGREEMENT BETWEEN <OWNER> AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ), is entered into by and between Prepared by and after recording return to: Tax parcel ID No.: USE AGREEMENT BETWEEN AND ORANGE COUNTY THIS AGREEMENT (the Agreement ), is entered into by and between, a ,

More information

EMERGENCY VEHICLE UPFIT BID #17/ CITY OF SPARKS, NEVADA

EMERGENCY VEHICLE UPFIT BID #17/ CITY OF SPARKS, NEVADA General Services Contract (Rev 3/7/16) Page 1 EMERGENCY VEHICLE UPFIT BID #17/18-002 CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 12th day of July, 2017, by and between the City of

More information

Attachment 14. Due Diligence Right of Entry RIGHT OF ENTRY. (Oakland Army Base City Property)

Attachment 14. Due Diligence Right of Entry RIGHT OF ENTRY. (Oakland Army Base City Property) Attachment 14 Due Diligence Right of Entry RIGHT OF ENTRY (Oakland Army Base City Property) The CITY OF OAKLAND, a municipal corporation (the City ) as owner of record of the real property commonly referred

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

PERSONAL SERVICES CONTRACT County of Nevada, California PERSONAL SERVICES CONTRACT County of Nevada, California This Personal Services Contract is made between the COUNTY OF NEVADA (herein "County"), and Kimley-Horn and Associates, Inc. (herein Contractor ),

More information

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo hereby requests proposals for On-Call Surveying Services. All questions regarding this Request for

More information

ATTACHMENT AA Scope of Work General Services

ATTACHMENT AA Scope of Work General Services ATTACHMENT AA Scope of Work General Services Vendors providing services under this contract agree to provide general services to an applicant or eligible client of the Vocational Rehabilitation Division

More information

MCGOUGH STANDARD INSURANCE REQUIREMENTS

MCGOUGH STANDARD INSURANCE REQUIREMENTS MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS MASTER AGREEMENT (Agreement) is made and entered into by the University of Washington (Owner), and (Consultant). Owner

More information

CMMS/ASSET MANAGEMENT PLANNING AND IMPLEMENTATION CITY OF SPARKS, NEVADA

CMMS/ASSET MANAGEMENT PLANNING AND IMPLEMENTATION CITY OF SPARKS, NEVADA Professional Service Contract (Rev 3/30/15) Page 1 CMMS/ASSET MANAGEMENT PLANNING AND IMPLEMENTATION CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 8th day of June, 2015, by and between

More information

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE) This Agreement is made and entered into this (INSERT DATE HERE), 2015 between the Santa Maria Joint Union

More information

Mobile and Stationary Security Patrol Services

Mobile and Stationary Security Patrol Services Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment

More information

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation Vendors providing services under this contract agree to provide interpretation and or translation services to an applicant

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information