AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF FERNDALE Water Softening Alternatives Analysis

Size: px
Start display at page:

Download "AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF FERNDALE Water Softening Alternatives Analysis"

Transcription

1 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF FERNDALE Water Softening Alternatives Analysis THIS AGREEMENT is made by and between City of Ferndale, a municipal corporation of the State of Washington, hereinafter referred to as "City," and Wilson Engineering, LLC, Consulting Engineers and Surveyors, hereinafter referred to as the "Engineer," for the purpose of providing engineering services for evaluation of Water Softening Alternatives for the drinking water treatment plant. SECTION 1: RELATIONSHIP OF THE PARTIES City desires to retain the services of an engineer as consultant and engineer for planning and engineering matters related to the City's business and hereby employs Wilson Engineering, LLC to perform the engineering work described herein for the planning, design, and construction of projects contemplated by the City. All work will be done under the supervision of the Public Works Director. The Parties to this Agreement, to the extent permitted by law, each bind themselves, their successors, executors, administrators, and assigns to the other party to this Agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants to this Agreement. The Parties intend that this Agreement shall create an independent contractor relationship between the Engineer and the City. No agent, employee, servant, or representative of the Engineer will be deemed to be an employee, agent, servant, or representative of the City for any purpose whatsoever, and no employee of the Engineer will be entitled to any benefits of City employment. The Engineer will solely and entirely be responsible for its acts and for the acts of its agents, employees, servants, and/or subcontractors during the term of this Agreement. SECTION II: SCOPE OF SERVICES A. ANTICIPATED SERVICES Purpose: We understand that the primary issue at hand, and of concern to the public, is the hardness of the groundwater. There are several options for treatment- the most common and least expensive being lon Exchange using sodium as the regenerant. However, the City will need to be assured that the water quality of the public's drinking water is considered carefully in its entirety, so that any solution does not create additional problems or excessive costs. The purpose of this work is to provide a thorough study of the feasibility (including cost-effectiveness) of various options for softening the drinking water supply. The presumptive target hardness concentration is 70 mg/l (i.e., close to pre-2012 concentrations). Treatment alternatives will be evaluated based on this goal. However, estimated costs for lesser treatment (i.e., higher target hardness) will be provided for comparison. Issues that need to be considered in the evaluation: Cost of treatment (initial capital, O&M, and future capital). Groundwater chemistry may change over time, so flexibility of the treatment system is important. Effectiveness of treatment. Negative effects of treatment. Increase in salinity and sodium using the traditional ion exchange process. Will the treatment process increase or decrease the concentrations of disinfection byproducts? and will any changes to the disinfection system be needed? 1

2 How will the softened water affect corrosion control? What will be the effect on taste? Is there an economical alternative or modification to the current filtration and disinfection system? How much water would be wasted using nanofiltration? and is this acceptable? Is activated carbon absorption a needed or desired additional treatment step to improve taste and quality? and is it affordable? Phase 1: SCOPE OF WORK 1. Meet with City staff. 2. Evaluate existing issues and water chemistry. Obtain samples and comprehensive test results. 3. Perform research on approaches to softening (nanofiltration, ion exchange, lime softening) 4. Perform research on approaches to disinfection improvements. 5. Evaluate how these alternative approaches work with the City's existing treatment system and water chemistry. 6. Discuss with Public Works staff the preliminary findings and conclusions and where to go from there. 7. Prepare report describing viable approaches based on tiered levels of improvement desired. Prepare basic cost-benefit analysis based on costs from EPA documents. Describe benefits for each system or combination of systems. Describe limitations for each system in general and specifically for Ferndale's system. Explain overall benefits and limitations of potential changes. 8. Meet with City staff and others as determined by the City to discuss findings. 9. Identify major vendors and sales representatives for viable systems or system components. Obtain proposals and quotes. Obtain all system details including operating costs (or requirements), performance, pretreatment, requirements, post-treatment requirements, limitations, and side effects. 10. Prepare refined cost benefit analysis. 11. Perform preliminary bench tests on systems as (or if) needed (i.e., for taste, DBPs). 12. Present findings to the City Council. 13. Present findings and recommended alternative to the public. 14. Complete Final Report. The City will provide existing water quality data reports and will provide initial complete inorganic testing analyses of the wells, raw water and treated water for Task 2. The City may provide some testing of samples from bench testing. Possible Future Phases (not included in the scope of work) Preliminary design report to WDOH Perform pilot testing (to be determined depending on WDOH input) Project Report to WDOH Construction documents 2

3 Phase I Schedule: The proposed schedule for the above PHASE I scope of work is as follows. Note this schedule does not include possible delays due to public discussion of the merits and costs of the alternatives. The completion of the final report may be delayed by the need to incorporate public input. Additional interim reports and fact sheets may also need to be prepared to keep Council and the public fully informed about this vital work. TASK No. START FINISH Task 1 Dec 13 Dec 13 Task 2 Dec 13 Jan 20 Task 3 Dec 13 Jan 27 Task 4 Dec 13 Jan 27 Task 5 Dec 13 Jan 27 Task6 Jan 27 Jan 27 Task 7 Jan 17 Feb 17 Task8 TBD TBD Task 9 Feb6 Feb27 Task 10 Feb 12 Mar4 Task 11 Feb 12 Mar4 Task 12 TBD TBD Task 13 TBD TBD Task 14 Mar 11 B. ESTIMATED BUDGETS The estimated budget for completing the scope of work is included as Exhibit A The Scope of Work is based on the best information available at the time regarding the anticipated and recommended work requirements. The Engineer will not incur costs to the City beyond such budgeted amount without City's prior approval; and at such times as it appears to the Engineer that the total costs to perform the Scope of Work for a specific budgeted project will exceed the agreed upon budget, Engineer will notify the City in writing. The City and Engineer then shall consider whether some work should be deleted or the budgeted amount should be increased. If, after such notification, additional funds are not allotted or agreed to be provided, the Engineer shall not be obligated to continue performance that would incur costs in excess of the aforementioned sum. C. ASSIGNMENT AND/OR SUBCONTRACTING: The Engineer shall not assign or subcontract any portion of the services provided within the terms of this Agreement without obtaining prior written approval of the City. All terms and conditions of this Agreement shall apply to approved subcontracts or assignments related to this Agreement. Engineer shall be responsible for all payments to subcontractors and shall prevent, or promptly remove any and all liens against the project arising from the work of any subcontractor, supplier, or employee. 3

4 SECTION Ill: PAYMENT FOR ENGINEERING SERVICES A. BASIS OF COMPENSATION Payment to the Engineer for services set forth in Section II shall be based on actual work performed at the personnel rates defined by the Engineer's then current fee schedule (Exhibit B included for January 1 - December 31, 2012). It is anticipated that the fee schedule will be adjusted annually on January 1, and any such annual adjustments will be subject to the approval of the City. In addition, the Engineer shall be reimbursed for all subcontractor costs at the rate of cost plus 5%. The Engineer shall also be reimbursed for out-of-pocket expenses incurred in the direct performance of the consulting services or attributable to a specific project at actual invoice charge. Out-of-pocket expenses are defined as all costs, other than payroll costs, which are directly attributable to a specific project. They shall include items such as directly applicable technical expenses, postage, permit application fees, and such other items of expense incurred in the direct performance of the consulting services or attributable to a specific project. Payment shall be made monthly upon receipt and approval of the Engineer's invoice. B. TIMELINESS OF PAYMENT The City agrees promptly to make payments, as invoiced, for services and costs to be furnished and incurred under this Agreement. In the event an invoice remains unpaid for more than 60 days from date of invoice, the City shall pay interest at the rate of one percent per month until full payment is made on the past due amount, unless otherwise provided for in this Agreement. In the event that an invoice for payment remains unpaid for more than 90 days from date of invoice, the Engineer shall not be obligated to continue with the performance of the services described and contracted for herein. The Engineer will not incur any liability for damages due to delay of the project as a result of stopping performance of services due to the failure of the City to pay for services rendered. SECTION IV: STANDARD PROVISIONS A. PROFESSIONAL SERVICES The Engineer shall be consultant and advisor to the City and shall not be agent or representative of the City, except as may specifically be authorized in writing by the City in respect to particular scope(s) of services relating to the project. The Engineer represents that the studies, projections, plans, reports, designs, drawings, specifications, cost estimates, and all other engineering, consulting, and analytical services furnished under this Contract will be in accordance with generally accepted professional practices. The Engineer makes no other representation or warranty, express or implied. B. CLAIMS AND DISPUTES OF OTHER PARTIES The Engineer will assist the City in reviewing and evaluating claims and disputes, preparing information for the City's legal counsel, providing services as witness in litigation, arbitration, or mediation to which the City is a party, and providing other services in connection with actual or potential claims or disputes arising out of the project, regardless of whether or not the Engineer is named in such legal action. The Engineer will be compensated for providing such assistance in accordance with Section Ill of this Agreement. C. RESPONSIBILITY OF ENGINEER 1. The Engineer shall perform such professional services as may be necessary to accomplish the work required to be performed under the terms of this contract agreement including, but 4

5 not limited to, assisting the City in obtaining all necessary approvals from local, state and federal reviewing agencies. The Engineer does not guarantee that permits and approvals for City projects can be obtained. 2. The Engineer shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all designs, drawings, specifications, contract documents, reports, and other services furnished by the Engineer under the terms of this contract agreement. 3. The Engineer shall, without additional compensation, correct or otherwise revise any errors, omissions, or other deficiencies in the design, drawings, specifications, reports, and other similar documents/data prepared or furnished by the Engineer. 4. Approval by the City or by the State of Washington or any of their departments, agencies, or employees of any construction phase designs, drawings, specifications, reports, and incidental engineering work or materials furnished shall not relieve the Engineer of the responsibility for the technical adequacy and accuracy of this work. 5. Neither the City's review, approval or acceptance of, nor payment for, any of the Engineer's services shall be construed as a waiver of any rights under this contract agreement or any cause of action arising out of the performance of this contract agreement. 6. During the construction phase (if included in the scope of work), the Engineer shall make on-site observation of the work in progress and checks of material and equipment as required, and report observed deficiencies in the work. The Engineer is not responsible for the safety of persons on and about the construction site. In connection with construction work, the Engineer is not and does not purport to be a safety engineer and is not engaged in that capacity by this contract, and shall have neither authority not responsibility to enforce construction safety laws, rules, regulations, or procedures. Responsibility, if any, of the City for monitoring or enforcement of laws, rules, regulations or procedures relating to safety in connection with construction of the project shall be discharged by the City in such a manner as the City may elect. Furnishings by the Engineer of resident or periodic project representation shall not make the Engineer responsible for construction means, methods, techniques, sequences, or procedures, nor for the contractor's failure to perform the construction work in accordance with safety laws and/or the contract documents. D. RESPONSIBILITY OF THE CITY FOR PERMITS The Engineer will assist the City in obtaining and maintaining permits (if any) as requested. However, the City retains sole responsibility for obtaining and complying with the terms and conditions of any and all permits necessary for the operations of its facilities. E. ESTIMATED CONSTRUCTION COSTS The Engineer's cost estimates (if any) for construction work (if any) contemplated by the City are to be made on the basis of experience and qualifications and represent best judgment as design professionals familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or the project construction costs will not vary from cost estimates prepared by Engineer. City acknowledges that the Engineer has no control over a contractor's methods of determining prices, or over competitive bidding or market conditions. 5

6 F. INSURANCE The Engineer agrees to obtain and maintain, at its expense, such insurance as will protect the Engineer from claims under the Workmen's Compensation Act and such comprehensive general liability insurance in an amount of not less than $1,000, per occurrence as will protect the City and the Engineer from all claims for bodily injury, death, or property damage which may arise from the performance of the Engineer's functions and services required under this Agreement, by the Engineer or by the Engineer's employees. In addition, the Engineer shall obtain and maintain in force a policy of Architects and Engineers Professional liability Insurance, with a limit of not less than $1,000,000, to protect the Engineer from professional liability claims arising out of the performance of this Agreement. All insurance policies shall be issued by companies authorized to do business under the laws of the State in which the work or any portion of the work is performed, shall be in form satisfactory to the City and Engineer and shall contain a provision prohibiting cancellation, termination or modification except upon at least 30 days prior written notice to the City. Certified copies of said policies or certificates evidencing such insurance shall be filed with the City before any payments are made to the Engineer. Said professional liability policy shall be maintained in force at Engineer's expense for one year following completion of work covered by this agreement. G. INDEMNITY The Engineer shall indemnify and hold the City harmless for all claims arising out of the Engineer's negligent performance of the professional services as set forth under this Agreement. H. NON-DISCRIMINATION CLAUSE The parties hereto agree to abide by all federal, state, and county laws prohibiting discrimination with regard to employment and provision of services. The Engineer shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, creed, marital status, physical, mental, or other sensory handicap, or age, except where such constitutes a bona fide occupational qualification. I. LICENSING The Engineer agrees to comply with all applicable federal, state, county, or municipal standards for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals. The Engineering firm hereby certifies that it is authorized to do business in the State of Washington and that it is in full compliance with the requirements of the Board of Professional Registration. J. SUSPENSION/TERMINATION This Agreement may be terminated, in whole or in part, by either party hereto upon thirty (30) days advance written notice sent by registered mail to the other party at its usual place of business. In the event this Agreement is terminated, the City will pay the Engineer for the services performed to the time of such termination in accordance with the Engineer's then current fee schedule. In addition, the Engineer shall be reimbursed for all direct out-of-pocket expenses incurred in the direct interests of the work. K. SEVERABILITY It is understood and agreed by the parties hereto that if any part of this Agreement is determined to be illegal, the validity of the remaining portions shall not be affected and the rights and obligations of the parties shall be construed as if the Agreement did not contain the particular illegal part. 6

7 L. DISPUTE RESOLUTION If a dispute arises out of or relates to this contract, or the breach thereof, and if said dispute cannot be settled through negotiation, the parties agree first to try in good faith to settle the dispute by mediation administered by the American Arbitration Association under its Construction Industry Mediation Rules before resorting to arbitration. Any such dispute not resolved by mediation shall be settled by arbitration administered by the American Arbitration Association under its Construction Industry Arbitration Rules if the Engineer's professional liability insurer agrees to that course of action, and judgment on the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. M. LIMITATION OF LIABILITY In recognition of the relative risks and benefits of the project to both City and Engineer, to the maximum extent permitted by law, the City. Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, the total liability, in the aggregate, of Engineer and Engineer's officers, directors, partners, employees, agents, and Engineer's Consultants, and any of them, to City and anyone claiming by, through, or under City for any and all claims, losses, costs, or damages whatsoever arising out of, resulting from or in any way related to the Project or the Agreement from any cause or causes, including but not limited to the negligence, professional errors or omissions, strict liability or breach of contract, or warranty express or implied, of Engineer or Engineer's officers, directors, partners, employees, agents, or Engineer's Consultants, or any of them (hereafter "City's Claims"), shall not exceed the total insurance proceeds paid on behalf of or to Engineer by Engineer's insurers in settlement or satisfaction of City's Claims under the terms and conditions of Engineer's insurance policies applicable thereto (excluding fees, costs and expenses of investigation, claims adjustment, defense, and appeal). If no such insurance coverage is provided with respect to City's Claims, then the total liability, in the aggregate, of Engineer and Engineer's officers, directors, partners, employees, agents, and Engineer's Consultants, and any of them to City and anyone claiming by, through, or under City for any and all such uninsured City's claims shall not exceed $200, or the Engineer's total fee for services rendered on the project, whichever is greater. This limitation shall apply regardless of the cause of action or legal theory pled or asserted. N. THIRD- PARTY BENEFICIARY CLAUSE Where State of Washington funds may be used to pay for particular services of the Engineer, all parties agree that the State of Washington shall, upon occasion, be named in writing as an express third party beneficiary of this contract agreement, with full rights as such. This agreement is made entirely for the benefit of the City and the Engineer and successors in interest. No third party (save specific State of Washington exception above) shall have any rights hereunder, whether by agency or as a third party beneficiary or otherwise. 0. GOVERNMENT INTEREST EXCLUSION CLAUSE It is anticipated that certain projects may be funded in part by the Washington State Department of Ecology Centennial Clean Water Fund or State Revolving Fund, the Washington State Department of Health Drinking Water State Revolving Fund, the federal Rural Utility Service, the State Community Trade and Economic Development department, the Public Works Board's Public Works Trust Fund, and other such public funding mechanisms. Neither the Federal Government nor the State of Washington nor any of its agencies, departments, or employees are, or shall be, a party to this contract agreement or any subcontract. 7

8 P. AUDITS: ACCESS TO RECORDS AND INSPECTION CLAUSES 1. Where Federal or State of Washington funding is provided for engineering and surveying services provided under this agreement, the federal or state government and any of its departments or authorized representatives, shall have the right of access to any books, documents, papers, or other records pertinent to the services in order to make audits, inspections, examinations, excerpts, transcripts and copies. Such right of access is limited to the retention periods required by the specific funding programs. 2. The Engineer shall maintain books, records, documents, and other evidence directly pertinent to the work performed under this contract agreement in accordance with generally accepted accounting principles and funding program requirements that may be specifically identified. The Engineer shall also maintain the financial information and data used by the Engineer in the preparation or support of public loan or grant documentation prepared in behalf of the City. Q. EQUAL EMPLOYMENT OPPORTUNITY The Engineer shall comply with Executive Order 11246, entitled "Equal Employment Opportunity," as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CAR part 60. R. SMALL, MINORITY, AND WOMEN'S BUSINESSES The Engineer agrees to take affirmative steps to assure that small, minority, and women's businesses are utilized when possible as sources of supplies, equipment, construction, and services. Affirmative steps shall include: 1. Including qualified small, minority, and women's businesses on solicitation lists. 2. Assuring that small, minority and women's businesses are solicited whenever they are potential sources. 3. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum small, minority and women's businesses participation. 4. Where the requirement permits, establishing delivery schedules which will encourage participation by small, minority, and women's businesses. 5. Using the services and assistance of the Small Business Administration and the Minority Business Development Agency of the Dept. of Commerce. 8

9 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in duplicate on this day of n.;_, "-... b-~.~ ' 3..,... Wilson Engineering, LLC 805 Dupon~ Suite 7 Bellingham, Washington ~~ L, _/ By: (Af~kw ~1Ny=' Andrew Law, Managing Principal City of Ferndale 2095 Main Street Ferndale, WA Departmental Approval: 2/13)/7_ < I Attachment : Exhibit A Budget Estimate Exhibit B Billing Rates 9

10 EXHIBIT A Senior Gregory Project Engineer Task Z-Engineers Senior CAD Cost Korshin Engineer I (Ell) Tech Rate ($/hr) = $ 125 $ 110 $ 95 $ 78 Task 1 2 $ 250 Task 2 $ $ Task $ 3,960 Task4 $ $ 1,250 Task 5 $ $ 5,175 Task6 3 $ 375 Task 7 $ 1, $ 7, 150 TaskS $ $ 1,050 Task 9 $ $ 1,700 Task 10 $ 800 $ $ 3,320 Task $ 1,635 Task 12 4 $ 500 Task 13 4 $ 500 Task $ 1,078 Subtotal hours Total $ 4,200 $ 500 $20,750 $ 550 $ 3,135 $ 858 $ 29,993

11 EXHIBIT B Billing rates for work performed January 1-December 31, 2012: Principal Engineer, $148 per hour (not used) Senior Project Engineer, $125 per hour Project Engineer, $110 per hour Engineer II, $102 per hour Engineer I {Ell), $95 per hour GIS Analyst, $93 per hour Se nior CAD Design Technician, $78 per hour CAD Design Technician, $71 per hour Inspector, $71 per hour Clerical, $67 per hour Senior Professional land Surveyor, $121 per hour Hydrographer, $121 per hour Professional land Surveyor, $110 per hour Senior Survey Technician, $91 per hour Survey Technician, $70 per hour GIS Mapping Technician, $104 per hour 2-Person Survey Crew (conventional), $150 per hour GPS Survey Crew, $165 per hour 3-Person Survey Crew (conventional), $185 per hour Sub-consultants- reimbursed at cost plus 5% Reimbursable direct expenses- reimbursed at cost plus 5%- include (but are not limited to) the following: Project application fees and project permit fees Publication of notices Postage and shipping Specialized Equipment Rental, at rental rate

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

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

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

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

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

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

Civil Design Consultants, Inc.

Civil Design Consultants, Inc. Civil Design Consultants, Inc. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES Project: CLIENT: Dakota Ridge waterline replacement Dakota Ridge Homeowner s Association ENGINEER: Civil Design Consultants,

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

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

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

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

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

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

Telemetry Upgrade Project: Phase-3

Telemetry Upgrade Project: Phase-3 Telemetry Upgrade Project: Phase-3 Cedar River Water & Sewer District is soliciting Statements of Qualifications from interested consulting engineering firms capable of providing Telemetry/SCADA Engineering

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

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

Professional Services Agreement

Professional Services Agreement Professional Services Agreement Agreement No.: Project Name: File: This Agreement, made this day of in the year Two Thousand and. Between: And The Government of Saskatchewan as represented by (insert government

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

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

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

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

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

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

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

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

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

Cboe Global Markets Subscriber Agreement

Cboe Global Markets Subscriber Agreement Cboe Global Markets Subscriber Agreement Vendor may not modify or waive any term of this Agreement. Any attempt to modify this Agreement, except by Cboe Data Services, LLC ( CDS ) or its affiliates, is

More information

DGR ENGINEERING Master Agreement for Professional Services Task Order Version

DGR ENGINEERING Master Agreement for Professional Services Task Order Version DGR ENGINEERING Master Agreement for Professional Services Task Order Version THIS AGREEMENT is entered into on the 7th day of March, 2016, by and between the City of Volga, South Dakota, hereinafter referred

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

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE

M E M O R A N D U M GLYNN COUNTY MANAGER S OFFICE GLYNN COUNTY MANAGER S OFFICE 1725 Reynolds Street, Third Floor, Brunswick, GA 31520 Phone: (912) 554-7401 Fax: (912) 554-7596 www.glynncounty.org M E M O R A N D U M TO: GLYNN COUNTY BOARD OF COMMISSIONERS

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

PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND

PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND PROJECT SUBCONTRACT AGREEMENT BETWEEN GERSHENSON CONSTRUCTION CO., INC. AND CONTRACTOR: ADDRESS: Gershenson Construction Co., Inc. #2 Truitt Drive Eureka, Missouri 63025 TELEPHONE: (636) 938-9595 SUBCONTRACTOR:

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

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

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

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

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

SUBCONTRACTOR AGREEMENT

SUBCONTRACTOR AGREEMENT SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:

More information

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures. Contractor Address Address City, Zip Work Phone Number: Cell Phone Number:

More information

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District This Agreement and Lease is entered into this 12th day of March 2015 between the Napa Valley Community

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

ADEA Property Management Co 2527 S. 3 rd W., Missoula, MT office

ADEA Property Management Co 2527 S. 3 rd W., Missoula, MT office ADEA Property Management Co 2527 S. 3 rd W., Missoula, MT 59804 office 406.728.2332 rentals@adeapm.com In consideration of the covenants herein contained of, hereinafter called "Owner" and David C. Armerding,

More information

SUBCONTRACTOR TERMS AND CONDITIONS

SUBCONTRACTOR TERMS AND CONDITIONS SUBCONTRACTOR TERMS AND CONDITIONS ARTICLE 1.0 GENERAL OBLIGATIONS The Prime Contract, including all general conditions; appendices; special and supplemental conditions or provisions; drawings or plans;

More information

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES

SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES SHORT FORM OF AGREEMENT BETWEEN OWNER AND ENGINEER FOR PROFESSIONAL SERVICES THIS IS AN AGREEMENT effective as of March 3, 2016 ( Effective Date ) between College Community School District ("Owner") and

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

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between: COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11157NO0

More information

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition) Standard Form of Contract Between Construction Manager and Contractor (Construction Manager At-Risk) This document

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

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION

AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION AGREEMENT FOR WORK TO BE PERFORMED BY KING COUNTY ROAD SERVICES DIVISION THIS AGREEMENT is made and entered into by and between King County ( the County ) and the City of Medina, ( the City ). RECITALS

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES INTRODUCTION The urban forest of Menlo Park is composed of trees growing along streets, in parks and on private property. The sustainability of

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

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at. Homeowner Contractor HomeStyle Renovation Contract Loan Number: Date: Borrower Name(s): Phone #: Phone #: THIS CONSTRUCTION CONTRACT ( Contract ) dated as of by and between ( Owner ) and ( Contractor )

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

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

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

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor

Document A Standard Abbreviated Form of Agreement Between Owner and Contractor Document A104 2017 Standard Abbreviated Form of Agreement Between Owner and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal

More information

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services) This AGREEMENT is made and entered into this day of in the year 20 ( EFFECTIVE DATE ), between the Los Alamitos

More information

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK

Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Ordinance No. 2016-12 CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION THIS CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION ( Agreement ) is dated as of the day of August, 2016 by and between Village

More information

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services The City of Blue Springs, Missouri, Engineering Department, invites you to submit a proposal and statement of qualifications regarding Professional Engineering and Construction Services for the 2014 Sni-A-Bar

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). SERVICE AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ). WITNESSETH: WHEREAS, Owner desires to engage Vendor, as an independent contractor,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name)

Exhibit C. CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11. (Riverside County Children and Families Commission and Agency Name) CONTRACT FOR PROFESSIONAL SERVICES Contract No. XXXX PSC-11 (Riverside County Children and Families Commission and Agency Name) This Contract for Professional Services is made and entered into by and between

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

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

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

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

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing Division CONTRACT:

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

El Dorado County Fire Safe Council

El Dorado County Fire Safe Council El Dorado County Fire Safe Council Website: edcfiresafe.org P.O. Box 1011 Diamond Springs, CA 95619 Phone: (530) 647-1700 Email: board@edcfiresafe.org "Public and Private Partners Working Together to Protect

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

More information

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA A COMPARATIVE ANALYSIS OF THE 1997 CHANGES TO THE AIA GENERAL CONDITIONS TO THE CONTRACT FOR CONSTRUCTION (A201) STUART

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

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

ENTERTAINMENT CONTRACT TOWSON UNIVERSITY. Date: Name of Artist (and address, if not represented by Agent), hereinafter Artist :

ENTERTAINMENT CONTRACT TOWSON UNIVERSITY. Date: Name of Artist (and address, if not represented by Agent), hereinafter Artist : ENTERTAINMENT CONTRACT TOWSON UNIVERSITY Date: Department: Name of Artist (and address, if not represented by Agent), hereinafter Artist : Name, Address and U.W. Federal tax identification number of Authorized

More information

AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) WITNESSETH

AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) WITNESSETH Project Title: UW Bothell Phase 4 Predesign Project No: 205294 Requisition No: AGREEMENT FOR PROFESSIONAL SERVICES OA4 (Miscellaneous Services) THIS AGREEMENT (Agreement) is made and entered into by and

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN THE DEKALB COUNTY BOARD OF EDUCATION AND THE CONSTRUCTION MANAGER Construction

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

DEVELOPER EXTENSION AGREEMENT

DEVELOPER EXTENSION AGREEMENT DEVELOPER EXTENSION AGREEMENT SILVER LAKE WATER DISTRICT APPLICATION AND AGREEMENT TO CONSTRUCT EXTENSION TO DISTRICT SYSTEM Project: Developer: The undersigned, Developer (also referred to as Owner )

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

REQUEST FOR COUNCIL ACTION

REQUEST FOR COUNCIL ACTION REQUEST FOR COUNCIL ACTION Date: 12/03/12 Item No.: 12.g Department Approval City Manager Approval Item Description: Approve Contract for Engineering Services to develop Twin Lakes Area Public Improvements

More information

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders. CITY OF LACEY, WASHINGTON REQUEST FOR STATEMENTS OF QUALIFICATIONS # AG-16.0370 GRAPHIC DESIGN, BRANDING, AND USER INTERFACE DESIGN SERVICES March 1, 2018 OVERVIEW The City of Lacey, Washington, is accepting

More information

SHORT FORM SUBCONTRACT AGREEMENT

SHORT FORM SUBCONTRACT AGREEMENT SHORT FORM SUBCONTRACT AGREEMENT Page 1 of 7 Subcontract No. THIS AGREEMENT, made and entered into at El Dorado Hills, El Dorado County, California this day of 20, by and between ROEBBELEN CONTRACTING,

More information

General Conditions for Consultancy Services Agreements

General Conditions for Consultancy Services Agreements Tebodin Middle East Ltd. P.O. Box 2652, Abu Dhabi, United Arab Emirates General Conditions for Consultancy Services Agreements 6 01.08.2016 Effective date definition changed and Vendor Declaration added

More information

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT WHEREAS Dixie Electric Membership Corporation (hereinafter DEMCO ) is a nonprofit electric membership cooperative authorized to do and doing business in the State of Louisiana;

More information