2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein.

Size: px
Start display at page:

Download "2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein."

Transcription

1 NORTH CAROLINA DURHAM COUNTY Substantial Completion SERVICE CONTRACT OTIS ELEVATOR COMPANY THIS CONTRACT is made, and entered into this the1st day of September, 2013, by and between the COUNTY of DURHAM, a political subdivision of the State of North Carolina, (hereinafter referred to as COUNTY ), and OTIS ELEVATOR COMPANY a corporation duly authorized to do business in the state of North Carolina, (hereinafter referred to as CONTRACTOR ). For and in consideration of mutual promises to each as herein after set forth, the parties hereto do mutually agree as follows: 1. SCOPE OF SERVICES. CONTRACTOR hereby agrees to provide the services and/or materials under this contract pursuant to the provisions and specifications identified in Attachments (hereinafter collectively referred to as Services ). Attachments is hereby incorporated herein and made a part of this contract. Time is of the essence with respect to all provisions of this contract that specify a time for performance. The COUNTY will perform on-going contract monitoring to ensure that the terms of this contract are complied with. CONTRACTOR agrees to cooperate with the COUNTY in its monitoring process and provide documentation and/or information requested during the term of this Agreement for the purpose of monitoring the services provided by CONTRACTOR. 2. TERM OF CONTRACT. The Term of this contract for services is from September 1, 2013 to June 30, 2014 unless sooner terminated as provided herein. This contract is to be extended annually as determined reasonable. Rates will remain firm for future terms. Any price escalation approved in the future will only apply to labor, service and supplies as applicable or documented. 3. PAYMENT TO CONTRACTOR. CONTRACTOR shall receive from COUNTY an amount not to exceed FIFTY ONE THOUSAND SEVEN HUNDRED DOLLARS ($51,700.00) as full compensation for the provision of Services. COUNTY agrees to pay CONTRACTOR at the rates specified for Services performed to the satisfaction of the COUNTY, in accordance with this contract, and Attachment 1. Unless otherwise specified, CONTRACTOR shall submit an itemized invoice to COUNTY by the end of the month during which Services are performed. A Funds Reservation number may be assigned to encumber the funds associated with this contract and must appear on all invoices and correspondence mailed to Purchaser. Payment will be processed promptly upon receipt and approval of the invoice by COUNTY. Full maintenance service rates: Courthouse (11 elevators) $4,120.00/month Justice Center Parking Deck (3 elevators) $1,050.00/month 4. INDEPENDENT CONTRACTOR. COUNTY and CONTRACTOR agree that CONTRACTOR is an independent contractor and shall not represent itself as an agent or employee of COUNTY for any purpose in the performance of CONTRACTOR s duties under this Contract. Accordingly, CONTRACTOR shall be responsible for payment of all federal, state and local taxes as well as business license fees arising out of CONTRACTOR s activities in accordance with this Contract. For purposes of this contract taxes shall include, but not be limited to, Federal and State Income, Social Security and Unemployment Insurance taxes. CONTRACTOR, as an independent contractor, shall perform the Services required hereunder in a professional manner and in accordance with the standards of applicable professional organizations and licensing agencies. 5. INSURANCE AND INDEMNITY. To the fullest extent permitted by laws and regulations, CONTRACTOR shall indemnify and hold harmless the COUNTY and its officials, agents, and employees from and against all claims, damages, losses, and expenses, direct, indirect, or consequential

2 (including but not limited to fees and charges of engineers or architects, attorneys, and other professionals and costs related to court action or mediation) arising out of or resulting from CONTRACTOR s performance of this Contract or the actions of the CONTRACTOR or its officials, employees, or contractors under this Contract or under contracts entered into by the CONTRACTOR in connection with this Contract. This indemnification shall survive the termination of this Contract. In addition, CONTRACTOR shall comply with the North Carolina Workers Compensation Act and shall provide for the payment of workers compensation to its employees in the manner and to the extent required by such Act. Additionally, CONTRACTOR shall maintain, at its expense, the following minimum insurance coverage: $1,000,000 per occurrence /$2,000,000 aggregate --- Bodily Injury Liability, and $ 100, Property Damage Liability, or $1,000,000 per occurrence /$2,000,000 aggregate---combined Single Limit Bodily Injury and Property Damage CONTRACTOR, upon execution of this Contract, shall furnish to the COUNTY a Certificate of Insurance reflecting the minimum limits stated above. The Certificate shall provide for thirty-(30) days advance written notice in the event of a decrease, termination or cancellation of coverage. Providing and maintaining adequate insurance coverage is a material obligation of the CONTRACTOR. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The limits of coverage under each insurance policy maintained by the CONTRACTOR shall not be interpreted as limiting the CONTRACTOR s liability and obligations under the Contract. Notwithstanding the foregoing, nothing contained in this section 5 shall be deemed to constitute a waiver of the sovereign immunity of the County, which immunity is hereby reserved to the County. 6. HEALTH AND SAFETY. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs required by OSHA and all other regulatory agencies while providing Services under this Contract. 7. NON-DISCRIMINATION IN EMPLOYMENT. CONTRACTOR shall not discriminate against any employee or applicant for employment because of age, sex, race, creed, national origin, or disability. CONTRACTOR shall take affirmative action to ensure that qualified applicants are employed and that employees are treated fairly and legally during employment with regard to their age, sex, race, creed, national origin, or disability. In the event CONTRACTOR is determined by the final order of an appropriate agency or court to be in violation of any non-discrimination provision of federal, state or local law or this provision, this Contract may be canceled, terminated or suspended in whole or in part by COUNTY, and CONTRACTOR may be declared ineligible for further COUNTY contracts. 8. LIVING WAGE. Unless otherwise exempt, CONTRACTOR shall comply with the COUNTY s Living Wage Policy (the Policy ). Pursuant to the Policy, CONTRACTOR agrees to pay all employees, providing Services in connection with this Contract, at least a Living Wage, as herein defined. Living Wage is defined to be a wage paid at an hourly rate of not less than 7.5% above the Federal Poverty Guidelines, as defined by the Bureau of Census, for a family of four. The hourly rate for the COUNTY s fiscal year 2014 (July 2013 through June 2014) is $ CONTRACTOR shall furnish to the COUNTY a copy of the CONTRACTOR s payroll (with personal identification redacted) on at least a quarterly basis showing the wages paid to the CONTRACTOR s employees who perform work pursuant to this Contract. Failure to comply with the Policy may, in addition to all other remedies available for breach of contract, result in CONTRACTOR being barred from receiving any other contracts with the COUNTY for a period of up to three years.

3 9. GOVERNING LAW. This Contract shall be governed by and in accordance with the laws of the State of North Carolina. All actions relating in any way to this Contract shall be brought in the General Court of Justice in the County of Durham and the State of North Carolina. 10. TERMINATION EVENT OF DEFAULT. Any one or more of the following acts or omissions of the Contractor shall constitute an Event of Default hereunder: a. Failure to perform the Services satisfactorily or on schedule, b. Failure to submit any report required hereunder; and/or c. Failure to perform any other covenant, term, or condition of this Agreement. Upon the occurrence of an Event of Default, the County may take one or more or all of the following actions: 1. Give Contractor written Notice of the Event of Default, specifying the Event of Default and requiring it to be remedied within, in the absence of greater or lesser specification of time, seven (7) calendar days from the date of the notice; and if the Event of Default is not timely remedied, terminate the agreement, effective two (2) days after giving the Contractor written Notice of Termination; and/or 2. Deduct any and all expenses incurred by the County for damages caused by the Contractor s Event of Default; and/or 3. Treat the agreement as breached and pursue any of its remedies at law or in equity, or both, including damages and specific performance TERMINATION FOR CONVENIENCE. This Contract may be terminated, without cause, by either party upon thirty (30) days written notice to the other party. This termination notice period shall begin upon receipt of the Notice of Termination. Termination of this Contract, under either section 10.1 or 10.2, shall not form the basis of any claim for loss of anticipated profits by either party. 11. SUCCESSORS AND ASSIGNS. CONTRACTOR shall not assign its interest in this Contract without the written consent of COUNTY. CONTRACTOR has no authority to enter into contracts on behalf of COUNTY. 12. COMPLIANCE WITH LAWS. CONTRACTOR represents that it is in compliance with all Federal, State, and local laws, regulations or orders, as amended or supplemented. The implementation of this Contract shall be carried out in strict compliance with all Federal, State, or local laws. 13. NOTICES. All notices which may be required by this contract or any rule of law shall be effective when received by certified mail sent to the following addresses: COUNTY OF DURHAM OTIS ELEVATOR COMPANY ATTN: GENERAL SERVICES ATTN: K.B. BAILEY 310 S. DILLARD STREET 6010-D TRIANGLE DRIVE DURHAM, NORTH CAROLINA RALIEGH, NORTH CAROLINA AUDIT RIGHTS. For all Services being provided hereunder, COUNTY shall have the right to inspect, examine, and make copies of any and all books, accounts, invoices, records and other writings relating to the performance of the Services. Audits shall take place at times and locations mutually agreed upon by both parties. Notwithstanding the foregoing, CONTRACTOR must make the materials to be audited available within one (1) week of the request for them.

4 15. COUNTY NOT RESPONSIBLE FOR EXPENSES. COUNTY shall not be liable to CONTRACTOR for any expenses paid or incurred by CONTRACTOR, unless otherwise agreed in writing. 16. EQUIPMENT. CONTRACTOR shall supply, at its sole expense, all equipment, tools, materials, and/or supplies required to provide Services hereunder, unless otherwise agreed in writing. 17. ENTIRE CONTRACT. This contract, including Attachment 1, shall constitute the entire understanding between COUNTY and CONTRACTOR and shall supersede all prior understandings and agreements relating to the subject matter hereof and may be amended only by written mutual agreement of the parties. 18. HEADINGS. The subject headings of the sections are included for purposes of convenience only and shall not affect the construction or interpretation of any of its provisions. This contract shall be deemed to have been drafted by both parties and no interpretation shall be made to the contrary. 19. EXISTENCE. CONTRACTOR warrants that it is a corporation duly organized, validly existing, and in good standing under the laws of the State of North Carolina and is duly qualified to do business in the State of North Carolina and has full power and authority to enter into and fulfill all the terms and conditions of this contract. 20. CORPORATE AUTHORITY. By execution hereof, the person signing for CONTRACTOR below certifies that he/she has read this contract and that he/she is duly authorized to execute this contract on behalf of the CONTRACTOR. IN TESTIMONY WHEREOF, the parties have expressed their agreement to these terms by causing this Service Contract to be executed by their duly authorized office or agent. COUNTY OF DURHAM Mike Ruffin, Durham County Manager This instrument has been pre-audited in the manner required by the Local Government Budget and Fiscal Budget and Fiscal Control Act. George K. Quick, Durham County Chief Financial Officer OTIS ELEVATOR COMPANY By: Authorized Representative Print Name: Title: ATTACHMENTS to follow

5 Durham County Department of General Services Attachment 1 Elevator Services Scope of Services This Scope of Services is an integral part of the contract between the County of Durham (hereafter referred to as County ), and OTIS ELEVATOR COMPANY (hereafter referred to as Contractor ). Contractor hereby agrees to provide services effective September 1, 2103-June 30, 2014 to the County pursuant to the provisions set forth below. 1. Service Requirements: Full Maintenance Elevator Service. Under Full Maintenance Service, all elevator equipment shall be maintained, repaired or replaced as originally specified, designed, manufactured or installed. The importance of maintaining elevator equipment in line with its original design performance and in proper and safe operation condition requires the service to be performed by an experienced and competent Contractor who has satisfactorily maintained equipment of this type and to the degree required by these specifications. 2. Location: Monthly service begins September 1, 2013 Justice Center Parking Deck (3 Elevators)-502 S. Dillard St. Durham, NC Monthly service begins after warranty drops off Courthouse (11 Elevators)-510 S. Dillard St. Durham, NC Schedule of Maintenance: The Contractor shall provide service to the County 8:00 AM 4:30 PM, Monday through Friday. Service outside these hours are billable and requires pre-approval by County Representative. On all overtime service requests, Otis Elevator will absorb straight time costs for labor, and the County will be responsible for the difference between the straight time costs and overtime costs for labor. Labor costs include travel time, travel expenses, and time spent on the job. Overtime service requests are performed before or after normal business working days and hours. The Contractor shall be on the job within two (2) hours of service notification. The Contractor shall respond to emergency calls such as trapped passengers, within one hour (1) of notification. The County requires services listed in service specifications are to be performed once a month (not periodically), or more often as required to maintain this equipment at proper performance levels. Examination of the work performed will be made by the County Representative. 4. Additional Repair Services: Repairs not included in the Full Service Maintenance require a written estimate of labor hours and material costs. Transportation, trip charges, shipping costs and other expenses will not be paid separately, and are to be included in the estimate. Repair proposals must include estimated elevator "down" times. If "down" times are exceeded due to labor unavailability or scheduling conflicts by the Contractor, credits or discounts will be given to the County. All additional repairs not covered under monthly service specifications require a written proposal and County authorization. 5. Accessibility: The County Representative will provide access to property. The County Representative s contact information is listed below. 6. Qualifications of Contractor and Personnel: The importance of maintaining elevator equipment in line with its original design performance and in proper and safe operation condition requires the service to be performed by an experienced and competent Contractor who has satisfactorily maintained equipment of this type and to the degree required by these specifications.

6 Submit verification of successful completion of at least one of the following for each employee working on this service contract: Apprenticeship certification with the International Union of Elevator Constructors, or Certification with National Elevator Industry Educational Program, or Certification as an Elevator Technician or Certified Accessibility and Private Residence Lift Technician with the National Association of Elevator Contractors, or Licensed NC State Elevator Installer Personnel as verified above shall be present during the performance of any work under this contract. In addition, experienced and trained Helpers may assist in a Helper capacity only. All Personnel used by the Contractor shall have a minimum of five (5) years documented elevator repair and/or maintenance experience. The County may make such reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the County all such information for this purpose as may be requested. The County further reserves the right to reject any proposal if the evidence submitted by or investigations of such bidder shows that the bidder is not properly qualified to carry out the obligations of the contract and to complete the work contemplated herein. 7. Inspections: Any deficiencies noted on NCDOL inspections shall be corrected by the Contractor within ten (10) days of receipt of written report. Any equipment which has been determined to be unsafe to operate, either during an inspection, test, normal examination and lubrication service or daily operation shall be immediately tagged OUT OF SERVICE and the unsafe condition repaired or corrected. The elevator shall not be placed back into service until the repair work and the overall condition of the equipment has been determined to be safe by the authority having jurisdiction. 8. Records/Reports: Monthly service reports for each elevator are to be submitted to County Representative and/or available via online reporting system. Detailed records of all maintenance work, repairs, including trouble calls, parts used are records to be made available upon request by the County. Any records not previously provided, shall be turned over the County upon completion of the contract. Schematic wiring diagrams are maintained in each elevator mechanical room. If any required schematic wiring diagrams are not available in elevator mechanical rooms, it shall be the Contractor s responsibility to notify the County Representative who will obtain them. At the end of the contract term, any schematic wiring diagrams provided shall remain the property of Durham County, and all circuit changes made by the Contractor shall be clearly marked on each applicable wiring diagram. 9. Equipment to be left onsite (provided by original elevator Installer-Otis Elevator Company): Any computer or electronic service communication devices needed to communicate with the group and/or car control and motor drive for the purpose of accessing fault logs, operational variables or drive parameters. Such electronic communication devices that are to be provided are laptops and or hand held service tools, PDA s etc. This is to also include any required communication links such as SIMM or Data cards or other devices required to communicate with control system This is also to include any special instruments or tools required to monitor car suspension means. 10. Invoicing: Monthly invoices shall be forwarded to County Representative for review. Upon payment authorization, invoices will be paid net 30. Invoices and forms submitted MUST reference Durham County funds reservation number assigned to this contract. The Contractor is to include with each pay request, the completed MWBE, Appendix E Form (if applicable). In addition, submit quarterly or at end of service, the Living Wage Compliance Report. These reports are material obligations of the contractor. Authorization of payments will be forwarded to Finance Department dependent on receipt of all forms. The County may withhold payment if required reports or submittals are not received.

7 11. Subcontracting: The Contractor shall not subcontract any of the work contemplated hereunder without the prior written consent of the County s Designated Representative. All subcontracts shall incorporate this contract be reference and shall require the subcontractor to carry the minimum insurance requirements set forth, unless otherwise agreed to in writing by the County s Designated Representative. It is understood that the Contractor will be fully liable and responsible for the satisfactory accomplishment of the service or activities included in a subcontract. 12. Behavior of Contractor s Personnel: The County of Durham is committed to creating and maintaining an environment free from harassment and other forms of misconduct that fundamentally compromise the working environment of the County. All Contractors performing work/services at a County facility shall take all necessary steps to ensure that none of its employees engage in harassment or intimidation relating to personal beliefs or characteristics of anyone on the County s premises, including, but not limited to race, religion, color, sex, or national origin, or disabilities. Such harassment is unacceptable and will not be condoned in any form at the County of Durham. If such conduct occurs, the contractor will take all necessary steps to stop it and prevent its future occurrence, including but not limited to the immediate dismissal of personnel. This policy shall be strictly enforced. The County may require the Contractor to dismiss certain employees from providing services in the event such employee is careless, insubordinate or otherwise objectionable, or who continues services to the contrary of public services or security of the building. The County reserves the right to request the Contractor have an employee reassigned or removed at any time for improper activities including, but not limited to, embezzlement, poor customer service, or violating any County Rules and Regulations. 13. Quality Control Program: The County requests the Contractor to provide all Safety Data Sheets (SDS) for products utilized during service. These are to be filed on site and with General Service's Representative. All liquid materials stored in County facilities must be held in original containers and/or clearly labeled. No unmarked containers permitted. The Contractor agrees not to use any materials which do not meet necessary requirements for the safety of the public and the County of Durham. No improper use of extension cords or equipment will be accepted. Durham County is committed to its Green and LEED programs. Contractor will make all efforts to utilize green products and LEED practices. The Contractor will comply with all applicable laws, ordinances, and rules and regulations for the safety of persons and property. No grease, chlorine, bleach or other service waste by-products shall be released on the ground or into the water supply (sinks or storm drains). 14. Contractor Parking: The County will not be obligated to provide parking for Contractors. The Contractor will have access to unload/load equipment and move their vehicle to legal public designated parking areas. Parking on grass, sidewalks, curbs, driveways or in reserved parking areas is not permitted. 15. Protecting Personnel, Equipment and Facilities: The Contractor shall be responsible for the protection of their employees while working onsite. Contractor s staff should not be on-site or enter County buildings or parking lots during non-scheduled service times. The Contractor shall be responsible for the protection of all existing equipment and facilities and shall, at his/her own expense, repair or restore any damages caused by the actions or negligence of his employees. If he/she fails or refuses to make such repairs or restorations, the County may have the work accomplished under separate contract and deduct the cost from its next payment to Contractor. The use of County telephones, copy equipment, computers or communications equipment for personal use is strictly prohibited. The Contractor shall be responsible in the event of theft or destruction of County property. 16. Smoking and Drug Free Workplace: The Contractor acknowledges and certifies that it understands that the following acts by the Contractor, its employees and/or agents performing services on County property is prohibited.

8 The unlawful manufacture, distribution, dispensing, possession or use of alcohol or other drugs, and; Any impairment or incapacitation from the use of alcohol or other drugs (except the use of drugs for legitimate medical purposes). Smokers are prohibited from smoking in, on or around any County building or property, including public spaces such as sidewalks adjacent to County or City facilities, and public bus stops. The Contractor(s) further acknowledges and certifies that it understands that a violation of these prohibitions constitutes a breach of contract and may result in default action being taken by the County of Durham in addition to any criminal penalties that may result from such conduct. 17. County Designated Representatives: Contract Contact Name: Carol Louis Phone Number: (919) clouis@dconc.gov Site Contact Name: Scott Saterlund Phone Number: (919) ssaterlund@dconc.gov

9 DURHAM COUNTY SERVICE SPECIFICATIONS Full Maintenance Service Performance Levels: The importance of maintaining elevator equipment in line with its original design performance and in proper and safe operation condition requires the service to be performed by an experienced and competent Contractor who has satisfactorily maintained equipment of this type and to the degree required by these Specifications. Per NCDOL, all repair, replacement and alterations will have to comply with the 2010 code edition ASME A17.1. Required Maintenance Service: Under the Full Maintenance Service plan all elevator equipment shall be maintained, repaired or replaced as originally specified, designed, manufactured or installed. Full Maintenance Service includes: Perform annual no load safety tests per current code and authority having jurisdiction. Perform five-year safety tests (contract speed, full load), per current code and authority having jurisdiction. The Contractor shall repair or replace any defective parts including, but not limited to the following: Motor brushes, door hangers, door operators All Motors, all gears, all guide shoes Generators, bearings, interlocks Pumps, brakes, safety switches Valves, relays, coils Belts, drives, push buttons, wiring, conduit Governors, hoist ropes, lights and fans Plunger packing, signal lamps, selectors, machine components Hydraulic oil, rectifiers, oil seals Governor ropes, traveling cables, buffers Deflector sheaves, leveling switches Rope shackles, brake pulleys, door rollers Retiring cam motors, couplings, door checks Rotating elements, exciters, chain drives Tension sheaves, leveling vanes, transformers Schedule of Maintenance: The following schedule of inspection and maintenance shall be followed in carrying out the performance of this contract. This schedule constitutes the minimum of operations to be provided. The Contractor must recognize that additional service may be required in order to comply with performance evaluation requirements and current code. The County requires these services are to be performed once a month (not periodically), or more often as required to maintain this equipment at proper performance levels. Ride each car and check the operation of car and hatch doors, acceleration, deceleration, floor stops, and brake action. Make corrections as necessary. Inspect and wipe clean all motors, machines, and generators. Inspect controllers, selectors, selector drives, and governors. Clean and adjust all controller and selector contacts. Renew worn contacts and/or shunts where necessary. Check sequence of operation. Wipe clean all motor, generator, and exciter commulators. Clean and check brushes and brush holders. Renew or reset brushes if necessary. Clean and lubricate direction and accelerating switches. Inspect brake operation. Check shoe to brake pulley clearance and adjust as required for proper operation. Clean pulley, if/as necessary. Clean hoist way pits and inspect equipment in them. Inspect working parts of all governors for free operation.

10 Inspect all door operating equipment including motor brushes, commulator, belts or chains, contacts, drive vanes and blocks. Clean, lubricate, adjust or replace as necessary. Check retiring cam operating and make necessary adjustments or corrections. Examine all wire ropes and fastenings, check and adjust rope tension. Examine traveling cables for wear and position. Examine counterweight and compensator ropes. Check and adjust compensator switch. Clean compensation equipment. Inspect door monitoring equipment and safety edge units. Clean, lubricate, adjust or repair as necessary. Lubricate selector drive screws and guides and clean contacts if necessary. Clean and lubricate automatic slow down and stopping switches on top of cars. Clean car position indicators, maintain as necessary. Inspect, clean, and lubricate car guides (unless roller guides are used). Check car fan motors for proper operation. Inspect drive and secondary sheaves, clean if required. Check bearings for proper operation and wear. Examine machine gear teeth for cutting or noise. While riding on top of cars, physically check condition and operation of door locking equipment. Perform electrical test of door interlock circuits. Examine door locks and door closer equipment. Clean door channels. Examine car and counterweight guide shoe and fastenings. Renew gibs or rollers when necessary. Lubricate sliding guide shoes. Remove car station cover, blowout, clean or lubricate switches and buttons. Examine, clean with proper solution, and repair as necessary commulator, brushes and brush holders of all small control motors and regulators. Thoroughly examine and clean starter and control panels. Check, clean and adjust operation of slow-down and limit switches. Examine all moving parts of governor and safety for free operation. Clean and adjust governor and safety for proper operation. Examine and clean the buffers. Oil if necessary. Perform hand test of plunger return. Blowout and vacuum controller motors and M.G. sets. Check machine gear oil, seal any oil leaks, examine gear teeth, and refill with fresh oil as necessary. Check and clean machine brake, reassemble and readjust as necessary. Disassemble and replace worn components. Clean and lubricate hatch door hanger tracks and door arms. Examine car and counterweight wire hoist ropes and governor rope for wear and condition. Re-rope if necessary. Clean rails; hatch walls, car top, pit overhead sheaves, and beams. Check bracket bolts for tightness. All parts subject to rust will be painted as required to maintain a presentable appearance. Check monthly to be sure the car lights and alarm system operate when on emergency power (emergency power battery pack) as per current code. Guide rails to be kept properly lubricated, secured, and aligned al all times except where roller guides are used, and when necessary renew guide shoe gibs or guide rollers in order to assure smooth and quiet operation. Report any potential problems to the County Representative. Respond to service calls within two (2) hours of notification, and respond to emergency calls such as trapped passengers, within one hour (1) of notification. Perform annual no load safety tests per current code and authority having jurisdiction. Perform five-year safety tests (contract speed, full load), per current code and authority having jurisdiction. The following items are not included in this contract under Full Service Maintenance Service: Underground and/or buried piping and jack casing. Smoke and fire sensors with related control equipment not specifically part of the elevator controls. Refinishing, repairing or replacement or car enclosure, car doors, hoist way door panels, frames, sills, main line power switches, breakers, and feeders to controller. Repairs to elevator cab interiors or floor finishes.

11 Repairs due to vandalism or acts of God. Performance Requirements: It is the intention of this specification that elevator equipment be maintained so as to preserve the operating characteristics in line with the original design. Should designated authority find through his own investigation or that of this representative that these standards are not being maintained, the Contractor will be given fourteen (14) days notice to restore the performance to the required level. Failure by the Contractor to restore the performance to the required level within the fourteen (14) day period shall constitute sufficient cause for termination of the contract by reason of default, at the option of the County. The following are performance levels which are a part of the original design and which shall be maintained at all times. Contract speed of all elevators shall be maintained, and brake flight times shall be maintained as originally installed. Leveling accuracy of all elevators shall be maintained at all times. Opening and closing times of all hoist way and car doors shall be maintained within limits of current code, yet assuring minimum standing time at each floor. Door reversals on all elevators equipped with mechanical safety shoes shall always be initiated within the stroke of the shoe. Light ray devices shall be operable at all times under normal operation. Variable car and hall door hold open times shall be maintained in accordance with original design. Deviations from this will not be permitted. Elevators operating under Group Supervisory Systems shall operate at all times in accordance with design specifications as originally installed. The Contractor shall be required to periodically test these systems and submit to plant engineering test data indicating performance levels of systems and proof that variable and fixed features are operating properly and all circuits and time settings are properly adjusted. Emergency fire service operation shall be tested monthly to be sure it is functioning properly as required by current elevator code and the North Carolina Building Code. Fire Log to be kept on-site. Spare Parts: To ensure the maximum use of elevators and a minimum of shut down time for repairs, the Contractor will be required to have and maintain on the job, (in metal cabinets furnished by him/her), a supply of spare parts sufficient for normal maintenance and repair of the elevator. All parts, including proprietary parts and lubricants shall be equal to or better than original manufacturer s parts. Used parts or parts that are not equal to or better than genuine manufacturer s parts are not acceptable, and will not be permitted. Obsolete, (not proprietary) components for replacement or repair deemed unavailable through all documented exhausted means may require additional repair services. It is expected that the Contractor has the resources and standing within the industry to access equipment and parts to service this contract.

12

RFP Request for Proposal Elevator Repair and Inspection Services

RFP Request for Proposal Elevator Repair and Inspection Services RFP 06-2014 Request for Proposal Elevator Repair and Inspection Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

REQUEST FOR PROPOSAL RFP #DPL-CL Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period

REQUEST FOR PROPOSAL RFP #DPL-CL Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period REQUEST FOR PROPOSAL RFP #DPL-CL-1810 Elevator Maintenance and Repair for Detroit Public Library for a Three (3) Year Period Issued: March 5, 2018 Due Date: March 29, 2018 at 2:00 p.m. TABLE OF CONTENTS

More information

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Elevator Service and Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Elevator Service and Maintenance. Bids must be submitted in a sealed envelope plainly marked: Elevator Service and Maintenance

More information

ELEVATOR MAINTENANCE AND REPAIR SERVICES

ELEVATOR MAINTENANCE AND REPAIR SERVICES CITY OF CHICO PUBLIC WORKS DEPARTMENT CHICO, CALIFORNIA NOTICE INVITING BIDS SPECIAL PROVISIONS PUBLIC WORKS CONTRACT BID PROPOSAL FOR ELEVATOR MAINTENANCE AND REPAIR SERVICES 853-660-5330/930-640-5555

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

CITY OF ELMHURST WIRELESS RADIO ALARM LEASE

CITY OF ELMHURST WIRELESS RADIO ALARM LEASE CITY OF ELMHURST WIRELESS RADIO ALARM LEASE This agreement is made this day of, by and between the City of Elmhurst, 209 N. York Street, Elmhurst, Illinois, 60126, (the City ) and (the "Subscriber"). Name

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

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860)

Otis Elevator Company 2910 E Broadway Ave Ste 36 Bismarck, ND Jay Bachmeier Phone: (701) Fax:(860) DATE: 12/19/2012 TO: McKenzie County Court House 201 5th St. NW. Watford City, ND 58854 EQUIPMENT LOCATION: McKenzie County Courthouse 201 5th St NW. Watford City, ND 58854 FROM: Otis Elevator Company

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES THIS AGREEMENT is made by and between the School District, a political subdivision of the State of California ("DISTRICT"), and, a California corporation,

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

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

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

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

MASTER SUBCONTRACTOR AGREEMENT

MASTER SUBCONTRACTOR AGREEMENT The Builders Association of Minnesota, its local associations, and Fredrikson & Byron, P.A. disclaim any liability resulting from the use of these sample forms, and remind you that no single form is appropriate

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

More information

Southern California Edison Revised Cal. PUC Sheet No E Rosemead, California (U 338-E) Cancelling Revised Cal. PUC Sheet No.

Southern California Edison Revised Cal. PUC Sheet No E Rosemead, California (U 338-E) Cancelling Revised Cal. PUC Sheet No. Southern California Edison Revised Cal. PUC Sheet No. 53906-E Rosemead, California (U 338-E) Cancelling Revised Cal. PUC Sheet No. 45879-E Sheet 1 CUSTOMER PHYSICAL ASSURANCE AGREEMENT FORM 14-749 (To

More information

SAFETY FIRST GRANT CONTRACT

SAFETY FIRST GRANT CONTRACT SAFETY FIRST GRANT CONTRACT This agreement (the Contract ) is made this day of, by and between (the Contractor ) and (the Owner ), for the (Name of Parish Corporation, ABN or high school corporation) purpose

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work. CONTRACT This agreement (the "Contract") is made this day of, by and between (the "Contractor") and (name of parish corporation, ABN or high school corporation) (the "Owner"), for the purpose of stating

More information

AGENDA REPORT. Meeting Date: July 19, 2016 Item Number: E 10 To:

AGENDA REPORT. Meeting Date: July 19, 2016 Item Number: E 10 To: AGENDA REPORT Meeting Date: July 19, 2016 Item Number: E 10 To: Honorable Mayor & City Council From: Chad Lynn, Assistant Director of Public Works Services Logan Phillippo, Management Analyst Subject:

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

HANGAR RENTAL AGREEMENT

HANGAR RENTAL AGREEMENT HANGAR RENTAL AGREEMENT This LEASE AGREEMENT ( Agreement ) is made and entered into this day of, 2016, between ( Tenant ) and the Monroe County Board of Aviation Commissioners ( Commissioners ) for the

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS

MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS MONTCLAIR PUBLIC LIBRARY ESSEX COUNTY, NEW JERSEY NOTICE TO BIDDERS Montclair Public Library will accept sealed bid proposals for Elevator Maintenance and Repair Services on Thursday, November 1, 2018

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

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

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

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission This STANDARD INTERCONNECTION AGREEMENT, (the Agreement ), is entered into this day of, 20 by and between, hereinafter called Customer

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

TERMS AND CONDITIONS OF RENTAL

TERMS AND CONDITIONS OF RENTAL TERMS AND CONDITIONS OF RENTAL DEFINITIONS For any Rental, the following Terms and Conditions of Rental ( Terms and Conditions ) shall have the following meanings ascribed thereto: Acceptance Date means,

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

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

PUBLIC ARTWORK SERVICES AGREEMENT

PUBLIC ARTWORK SERVICES AGREEMENT PUBLIC ARTWORK SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20, by and between the City of Boulder, a Colorado home-rule city (the City ), and ( the Artist ). A. The City of Boulder

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

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

SUBCONTRACT AGREEMENT

SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT herein called Contractor and, whose address is herein called Subcontractor, hereby agrees as follows: 1. SCOPE OF WORK AND CONSIDERATION Subcontractor agrees to furnish all materials,

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

CONSULTING AGREEMENT

CONSULTING AGREEMENT CONSULTING AGREEMENT This Consulting Agreement (Agreement) is made as of the th day of, 2015, by and between NBS GOVERNMENT FINANCE GROUP, a California corporation, dba NBS ( Consultant ), and CENTRAL

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

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

Subcontractor Agreement

Subcontractor Agreement Subcontractor Agreement This agreement is made by ABLED, a Nebraska Subchapter S Corporation, hereinafter referred to as ABLED and, hereinafter referred to as Subcontractor. WHEREAS, ABLED is certified

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE 1. GENERAL: For purposes of these Terms and Conditions of Purchase, the term Talbots shall mean The Talbots, Inc. The term Order shall mean, collectively: (i) a written

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

WORCESTER HOUSING AUTHORITY

WORCESTER HOUSING AUTHORITY WORCESTER HOUSING AUTHORITY INVITATION FOR BIDS NO. 11-03 ANNUAL ELEVATOR MAINTENANCE & SERVICE RELEASE DATE: 10:00 a.m., February 17, 2010 PRE-BID CONFERENCE: 10:00 a.m., February 24, 2011 81 Tacoma St.,

More information

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #: RENOVATION CONTRACT Case Number: Date: Borrower Name(s): Phone #: Phone #: THIS RENOVATION CONTRACT ( Contract ) dated as of, by and between ( Owner ) and ( Contractor ). Owner and Contractor, in consideration

More information

AGREEMENT BETWEEN OWNER AND SELLER

AGREEMENT BETWEEN OWNER AND SELLER AGREEMENT BETWEEN OWNER AND SELLER 11-15-2018 THIS AGREEEMENT is effective as of the day of in the year of 2018 by and between the Velasco Drainage District, a political subdivision of the State of Texas,

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

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

Real Estate Management Agreement

Real Estate Management Agreement Real Estate Management Agreement (hereinafter referred to as "Owner") and Interchange Property Management (IPM) (hereinafter referred to as "Manager"), agree as follows: 1. The Owner hereby employs and

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES FORM CONTRACT FOR INDIGENT DEFENSE SERVICES WHEREAS, the City of, Washington (hereinafter City ) provides indigent defense services to individuals who have been certified for representation in criminal

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax: CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA 98629 Ph: 360-263-7665 Fax: 360-263-5700 REQUEST FOR PROPOSALS FOR A LA CENTER FARMERS MARKET MASTER The City of La Center is requesting proposals from

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT

DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT This DELIVERY DRIVER INDEPENDENT CONTRACTOR AGREEMENT ( Agreement ) is made by and entered into between-, an individual residing at,-(the Contractor ) and

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

City of La Palma Agenda Item No. 5

City of La Palma Agenda Item No. 5 City of La Palma Agenda Item No. 5 MEETING DATE: November 7, 2017 TO: FROM: SUBMITTED BY: CITY COUNCIL CITY MANAGER Mike Belknap, Community Services Director AGENDA TITLE: Award of Contract to Infrastructure

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information