ADDENDUM #3. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

Size: px
Start display at page:

Download "ADDENDUM #3. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center."

Transcription

1 ADDENDUM #3 Design/Build Contractor RFP Bid # for the Joint-Use 21 st Century Post-Century Education Center SJECCD California July 17, 2014

2 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT 4750 San Felipe Road San Jose, CA Design/Build Contractor RFP Bid # Joint-Use 21 st Century Post-Secondary Education Center Located in Milpitas California ADDENDUM #3 CONSISTS OF THE FOLLOWING 1. ACKNOWLEDGEMENT 2. DESCRIPTION OF CHANGES Respondents sign and return one copy of this addendum with your proposal. Failure to do so may subject respondent to disqualification. The Addendum #3 supersedes and modifies portions of the RFP issued by the District for: Design/Build Contractor, Joint-Use 21 st Century Post-Secondary Education Center, Milpitas, California. Carlos Marques Purchasing Agent (408) Date: Company Name: Signed By: Printed Name: Phone/Fax:

3 Joint-Use 21 st Century Post-Secondary Education Center Design/Build Contractor RFP Bid # Respondents Questions and Description of Changes July 17, 2014 ADDENDUM NO. 3 The Following Changes, deletions, additions, and/or alterations in, on and to the RFP shall apply to proposals submitted for the project identified above. Careful Note of This Addendum shall be taken by all parties of interest so that the proper allowance may be made in all computations, estimates and contracts, and all Proposers affected shall be fully advised in the performance of the work which will be required of them. In Case of Conflict between the RFP and this Addendum, this Addendum shall govern. This Addendum supersedes all previous instructions pertaining to the items. Questions received to the RFP: Item 1 Re: Scoring RFP Section 4.3 Clarification: Revise Evaluation Factors as follows: A. Price.1 Price 20 B. Non-Price Factors 1. Technical Expertise and Design Excellence Safety 0 3. Proposer s Management Plan (Incl. IPD) Interviews 30 Total 100 Revise Scoring of Price Factors as follows:.1 Section Add d. Experience with Pre-Engineered Systems..2 Section Safety Record 0 Points Delete Per Education Code...of the Labor Code and and will... for this section..3 Section Points - Scores for the Proposer s Management Plan s they might apply to conventional and Pre- Engineered construction methods shall be based on the following..4 Section Points See Revised Section Scoring of Price Factor attached RFP DB Contractor Joint-Use 21 st Century Post-Secondary Education Center Addendum #3 Page 1

4 Item 2 Re: Geotechnical Information Attachment 6 Clarification: Geotechnical information is not available at this time. Item 3 Re: Contingency Attachment 9 General Conditions, Section Clarification: Add Any remaining Contingency balance at the end of the project will be shared savings 50/50 with the Owner and Design-Build Entity. to Attachment 9, General Conditions, Section Item 4 Re: Agreement Attachment 9, Contract Time Clarification: Section Design and Construction Change Six Hundred Sixty-Six (666) to Seven Hundred (700) Add to last line, or on August 1, 2016, whichever comes first. Revised Agreement Attached. Item 5 Re: Special Conditions Attachment 15 Clarification: Add Attachment 15 to RFP Special Conditions attached. Item 6 Re: Construction Careers Program Agreement Clarification: Please note, Attachment 15 Special Conditions, Section 9 In order to be responsive, all Design Build Entity s submitting bid proposals on this project must submit the Construction Careers Agreement's Appendix A - "Agreement to be Bound" and Appendix B - Construction Technology Program "Agreement of Contractors" with their Bid Proposals. Item 7 Re: Program Priorities Question: Our team would like to know if there is some way to learn if the clients and users of this facility would prefer to have all or much of the functionality represented in the program (and expand to the full program area in the future), or if providing the full areas defined in the program (but without all the operable walls and spatial relationships) would be preferred. It seems we are in a place of needing to "guess" at what is most important to the clients and users if we cannot provide the full or even required elements of the program (functionality and area). Therefore we would like to request a prioritization system, or an opportunity to learn from the clients and users, so what we prose will best meet the most important needs of the clients and users. Are there any opportunities to learn more about the relative priority of these items? RFP DB Contractor Joint-Use 21 st Century Post-Secondary Education Center Addendum #3 Page 2

5 Answer: Priorities are being developed by the District and will be reviewed with the Design-Build Entity upon completion of the Final Program and beginning of the Design Phase. Item 8 Re: Site Plan Requirements Question: With respect to Proposal Form Attachment 10, as revised by Addendum #2, should we provide a separate Site Plan for each type of construction method (Conventional Construction and Pre-Engineered Systems)? Answer: A separate Site Plan for each type of construction is not required. Please provide one (1) Site Plan. Item 9 Re: Costs for Design-Build Subcontractors Clarification: Design fees and pre-construction costs for design build subcontractors are to be included in Part 1 A for both conventional and Pre-engineered options as applicable. List only the General Contractors General Conditions and Fee in Part 1 B and C. The subcontractor s General Conditions and Fee would be included in Part 2 Hard Costs. Item 10 Clarification: After receiving the RFP submittals from the Design-Build teams it will be the intent of the District to select a team according to the considerations outlined in the RFP, article 4.3 and clarified in this Addendum. Once the Design-Build team has been selected and approved by the Board of Trustees the Owner will initiate the design process with the DB team and work together to establish the most appropriate methods of construction that will provide the most program space for the Owner and maximize the project budget. This is a design to budget project. A completed Program document along with a Soils Report and draft EIR will be made available to the selected Design-Build team. Priorities in the project scope will be considered along with alternate ways of meeting the program needs. ~End of Addendum #3~ RFP DB Contractor Joint-Use 21 st Century Post-Secondary Education Center Addendum #3 Page 3

6 Scoring of Price Factor. Addendum #2 Addendum #3 1. Price 20 Points The ranking of the Design-Build Proposals from most advantageous to least advantageous will be based on the point totals (the highest point total being the most advantageous and lowest point total being the least advantageous ) using the following formula: (Lowest Price submitted divided by Proposers Price) x 20 + Non-Price Factors Score = Total Points Scoring of Non Price Factors. 1. Explanation. Scoring of all Non-Price Factors will be based on the gross scores received from the evaluation of the Proposer s information provided for each of the Factors listed in Section Part B, above. 2. Technical Expertise and Design Excellence 25 Points Scores for Technical Expertise and Design Excellence shall be determined based on each of the following sub-factors, based on the information provided in the Design-Build Proposal: a. A site plan and general discussion of one (1) (RFP Addend #1) architectural design concepts for the Joint-Use 21 st Century Post-Secondary Education Center project presented by the Proposer. b. Approach to the importance of aesthetics of the new design regarding the image it presents to the community and its compatibility with the surrounding school buildings and neighborhood. c. Approach to the use of BIM within your team and its application to this project. d. Experience with Pre-Engineered Systems. 3. Safety Record 0 Points Per Education Code 81703, each Proposer must have an experience modification rate for the most recent three-year period is an average of 1.0 or less, and its average total recordable injury or illness rate and average lost work rate for the most recent three-year period must not exceed the applicable statistical standards for its business category, or if the (Proposer) is a party to an alternative dispute resolution system as provided for in Section of the Labor Code. Each Proposer that has completed a Pre- Qualification Questionnaire will have already met this minimum requirement and will receive maximum points allotted for this section. 4. Proposer s Management Plan (Including Applying IPD Principles). 25 Points Scores for the Proposer s Management Plan as they might apply to conventional with and Pre-Engineered construction methods shall be based on the following: a. General approach to working together with the District as a member of an integrated project team to develop an architectural design, maintain budget, schedule and quality of project. b. Use of IPD contract principles with subcontractor and subconsultant agreements. c. Use of IPD & Lean Construction Techniques listed below in a Collaborative Environment i. Target Value Design Approach ii. BIM Utilization Approach iii. Pull Plan Scheduling Approach iv. Value Stream Mapping Approach SJECCD Joint-Use 21 st Century Post-Secondary Education Center Design/Build RFP # Page 17 of 29

7 5. Interviews 30 Points After the interviews have been conducted for all Proposer s, the results shall be scored based on the following: a. Proposer s understanding of, and responsiveness to, the requirements of the RFP Documents. b. Proposer s presentation of the design concept and proposed construction methods for the Project. c. Proposer s demonstrated ability to collaborate with members of the Design/Build team and their willingness to collaborate with the client during the design phase SJECCD Joint-Use 21 st Century Post-Secondary Education Center Design/Build RFP # Page 18 of 29

8 SJECCD Project No. 309 AGREEMENT: JOINT-USE 21 ST CENTURY POST-SECONDARY EDUCATION CENTER This Design-Build contract between District and Design-Build Entity ( Design-Build Contract ) is entered into on this 27 th day of August, 2014 by and between the San Jose Evergreen Community College District ( District ) and XXXXXXXXXX at XXXXXXXXXX ( Design-Builder ). 1 DEFINITIONS Capitalized terms used in the Contract Documents shall have the meanings assigned to them in the General Conditions. If not defined in the General Conditions they shall have the meanings assigned to them elsewhere in the Contract Documents. If not defined in the General Conditions or elsewhere, they shall have the meanings reasonably understood to apply to them by the context of the portion of the Contract Documents where such terms are used. 2 THE WORK 2.1 SCOPE OF WORK Design-Builder shall execute the entire Work called for by the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of District or other Project Team members retained by District. 2.2 STANDARD OF PERFORMANCE In addition to and without limiting Design-Builder s other obligations under the Contract Documents, Design-Builder shall at all times in its performance of its obligations under the Contract Documents conform to the following general standards of performance: Comply with the requirements of the Contract Documents; Comply with Applicable Laws; Conform to the standard of care applicable to those who provide design-build project services and construction of the type called for by this Design-Build Contract for projects of a scope and complexity that is comparable to the Project; Furnish efficient business administration of the Work, utilizing sufficient senior level management and other qualified personnel to manage the Work; and Apply its best and highest skill and attention to completing the Work in an expeditious and economical manner, consistent with the expressed best interests of the District and within the limitations of the Contract Sum and Contract Time. 3 CONTRACT TIME 3.1 DATES OF COMMENCEMENT The Contract Time for completion of the design portion of the Work shall be measured from the Date of Commencement of Design. The Contract Time for Substantial completion of entire Work, including the design and non-design portions, shall be measured from the Date of Commencement of Construction. RFP # Attachment 9: Design/Build Agreement Page 1 of 5

9 SJECCD Project No NOTICES TO PROCEED The design portion of the Work shall not commence prior to the date fixed in the Notice to Proceed with Design. No physical construction at the Site shall proceed prior to the date fixed in the Notice to Proceed with Construction. 3.3 CONTRACT TIME Design. The Design-Builder shall complete the Final Construction Documents and receive DSA approval. A Notice to Proceed for the Design Phase will be issued upon full execution of this contract Design and Construction. Design-Builder shall achieve Substantial Completion of the entire Work, including the design and non-design portions of the Work, not later than Seven Hundred (700) Calendar Days after the Date of Commencement of Design/Construction and shall achieve Final Completion of the entire Work not later than forty-five (45) Days after the occurrence of Substantial Completion or by August 1, 2016, whichever comes first. 3.4 LIQUIDATED DAMAGES TO DISTRICT District Right. The District and the Design-Builder acknowledge and agree that if the Design- Builder fails to Substantially Complete the Work within the Contract Time, the District will suffer substantial Losses which are both extremely difficult and impracticable to ascertain and on that basis agree, as a reasonable estimate of those Losses and not a penalty, to the payment by Design-Builder of liquidated damages pursuant to this Section Daily Rate. If the Design-Builder fails to achieve Substantial Completion of the entire Work within the Contract Time for Substantial Completion, the Design-Builder shall pay the District as liquidated damages the amount of One Thousand Five Hundred Dollars ($1,500) per Day for each Day occurring after the expiration of the Contract Time for Substantial Completion until the Design-Builder achieves Substantial Completion of the entire Work Extensions of Time. Liquidated damages shall not be charged to Contractor for Delays to Substantial Completion for which the Contractor is entitled under the Contract Documents to receive an adjustment of the Contract Time for Substantial Completion Partial Completion. Liquidated damages shall not be reduced or apportioned for Substantial Completion of portions of the Work prior to Substantial Completion of the entirety of the Work Remedies. District may deduct such liquidated damages as are payable hereunder from money due or to become due to the Design-Builder, or pursue any other legal remedy to collect such liquidated damages from the Design-Builder and/or its Surety Not a Limitation. District s rights under this Section 3.4 shall not be interpreted as precluding or limiting: (1) any right or remedy of District in the event of an Event of Design-Builder Default other than a failure to Substantially Complete the Work within the Contract Time; or (2) District s right to order an acceleration, at Design- Builder s Own Expense, of performance of the Work to overcome Delay, including, without limitation, a Delay for which District has the right to assess liquidated damages. RFP # Attachment 9: Design/Build Agreement Page 2 of 5

10 SJECCD Project No CONTRACT SUM 4.1 LUMP-SUM CONTRACT Price. District shall pay the Design-Builder in current funds for the Design-Builder s complete performance of the Work in accordance with the Contract Documents. District will pay Design-Builder a Lump Sum Price to be negotiated at the end of the design phase of the Contract, including an open-book buyout of subcontracts. The end of the design phase is deemed to occur when the design documents for the Project receive Division of State Architect ( DSA ) approval. In no event, however, shall the Lump Sum Price be greater than the Maximum Allowable Price (MAP) of Seven Million Five Hundred Thousand Dollars ($7,500,000). The MAP is the maximum amount the District will pay and includes all costs and fixed fees set forth below for Design and Pre-Construction Services, Construction Services, Fee, and Hard Costs as defined below. 1. Maximum Allowable Price (MAP). This is the advertised price that is the maximum amount contained in the District s budget for all Work to be provided by the Design-Builder, and is the amount the Design-Builder agrees, through its control of the design, in collaboration with the District, will not be exceeded when establishing the Lump Sum Price. 2. Fixed Fees. Fixed fees include Design and Preconstruction Services. Construction Services and Fee, as defined below. 3. Open Book Buyout of Subcontracts. This shall be accomplished collaboratively with the District during the design process using Hard Costs as the design target amount. The final Hard Costs amount will be included in the Lump Sum Price Design and Pre-Construction Services. The total fixed sum payable for Design and Pre- Construction Services shall be XXXXXXXXXXX ($XXXXX.XX) subject to adjustment by Change Order, according to terms of the Design-Build Contract. This amount shall be incorporated into the Lump Sum Price as stipulated in Article The amount payable to the Design-Builder in the event that the Design-Build Contract is terminated prior to commencement of construction shall be limited to a prorated amount of the Design and Preconstruction Services, based on the percentage of acceptable completion of the Construction Documents that has been accomplished by Design-Builder at the time of such termination Construction Services. The total sum payable for Construction Services shall not exceed XXXXXXXXX ($XXXXXX.XX). These sums are incorporated into the MAP as stipulated in Article Fee. The Fee payable to the Design-Builder shall not exceed (XXXXX %) of the MAP, not to exceed XXXXXXXXXX ($XXXXX.XX). These sums are incorporated into the MAP as stipulated in Article Hard Costs. The total sum payable for Hard Costs shall not exceed ($XXXXXX). These sums will be incorporated into the Lump Sum Price as stipulated in Article and include 2% Design-Builder contingency All Inclusive Lump-Sum Price. This shall be the sum total of Fixed Fees and final Hard Costs established at the end of the design phase of the Contract. The Contract Sum set forth in Article 4 is the total lump-sum maximum amount payable by District to Design-Builder for performance of the Work under the Contract Documents and is deemed to cover all Losses arising out of or related to the performance of the Work, including, without limitation, the effects of natural elements upon the Work, unforeseen difficulties or obstructions affecting the performance of the Work (including, without limitation, unforeseen conditions at the Site that do not constitute Differing Site Conditions) and fluctuations in market conditions and price escalations (whether occurring locally, nationally or internationally) from any cause. RFP # Attachment 9: Design/Build Agreement Page 3 of 5

11 SJECCD Project No ENUMERATION OF CONTRACT DOCUMENTS 5.1 LIST OF CONTRACT DOCUMENTS The Contract Documents include, without limitation, the following: Project Criteria. The Project Criteria set forth in the RFP Documents RFP Documents. The RFP Documents and Addenda, with the exception of Approved Deviations Design Build Proposal. The Design-Builder s written responses to the RFP, including its Proposal. The Contract Documents shall not include any portion of the Design-Build Proposal that deviates from the Project Program or Criteria Design-Build Contract. This executed Design-Build Contract between District and Design-Builder General Conditions. The General Conditions to the Design-Build Contract Division One Requirement. The Division One Requirements to the Design-Build Contract General Requirements, Supplemental and Special Conditions. Any General Requirements and Supplemental and Special Conditions Final Construction Documents. The Final Construction Drawings and Technical Specifications to be hereafter prepared by the Design-Builder and its Subconsultants that are accepted by the District and approved by the DSA in accordance with the terms of the Contract Documents; provided, however, that, with the exception of Approved Deviations, the Contract Documents shall not include any portion of the Design-Build Proposal that deviates from the Project Program or Criteria Addenda. All Addenda associated with the completed set of contract documents Reference Documents. All Reference Documents associated with the completed set of contract documents. RFP # Attachment 9: Design/Build Agreement Page 4 of 5

12 SJECCD Project No. 309 WHEREFORE, This Design-Build Contract is entered into as of the day and year first written above. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTOR S STATE LICENSE BOARD WHICH HAS JURISDICTION TO INVESTIGATE COMPLAINTS AGAINST DESIGN-BUILDERS IF A COMPLAINT REGARDING A PATENT ACT OR OMISSION IS FILED WITHIN FOUR YEARS OF THE DATE OF THE ALLEGED VIOLATION. A COMPLAINT REGARDING A LATENT ACT OR OMISSION PERTAINING TO STRUCTURAL DEFECTS MUST BE FILED WITHIN 10 YEARS OF THE DATE OF THE ALLEGED VIOLATION. ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO THE REGISTRAR, CONTRACTORS STATE LICENSE BOARD, P.O. BOX 26000, SACRAMENTO, CALIFORNIA, San Jose Evergreen Community College District Design Builder, a By: Douglass Smith, Vice Chancellor By: Title: RFP # Attachment 9: Design/Build Agreement Page 5 of 5

13 ATTACHMENT 15 SPECIAL CONDITIONS 1. Application of Special Conditions. 1.1 These Special Conditions are part of the Contract Documents for the Work generally described as: Joint-Use 21 st Century Post-Secondary Education Center #309. In accordance with Contracting Definitions Article1.3.12, these Special Conditions shall control over the General Conditions. 2. Insurance General. Design Build Entity shall purchase and maintain the following insurance in the prescribed amounts as described below. All insurance must be issued by an admitted insurance carrier (licensed to do business in the State of California), carrying a rating of not less than A-VII in the most current A.M. Best's Insurance Rating Guide, or otherwise acceptable to the District. Insurance afforded by these policies shall also apply to the San Jose'/Evergreen Community College District, its' Trustees, officers, agents, employees and volunteers, individually and collectively, as additional insured. Specifically name the following entities on policies as additionally insured: San Jose'/Evergreen Community College District 4750 San Felipe Road San Jose, CA Gilbane Building Company 7 Jackson Walkway Providence, RI Workers' Compensation Insurance; Employer's Liability Insurance. The Design Build Entity shall purchase and maintain Workers' Compensation Insurance as will protect the Design Build Entity from claims under workers' or workers compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be performed, whether such operations be by the Design Build Entity or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. Design Build Entity shall purchase and maintain Employer's Liability Insurance covering bodily injury (including death) by accident or disease to any employee which arises out of the employee's employment by the Design Build Entity. The Employer's Liability Insurance required of the Design Build Entity hereunder may be obtained by The Design Build Entity as a separate policy of insurance or as an additional coverage under the Workers' Compensation Insurance required to be obtained and maintained by The Design Build Entity hereunder. The limits of liability for the Employer's Liability Insurance required hereunder shall be in accordance with statutory limits required by law. RFP # Attachment 15: Special Conditions Page 1 of 7

14 2.2 Commercial General Liability and Property Insurance. The Design Build Entity shall purchase and maintain Commercial General Liability and Property Insurance covering the types of claims set forth below which may arise out of or result from the Design Build Entity's' operations under the Contract Documents and for which the Design Build Entity may be legally responsible: (i) claims for damages because of bodily injury, sickness or disease or death of any person other than the Design Build Entity's employees; (ii) claims for damages insured by usual personal injury liability coverage which are sustained (a) by a person as a result of an offense directly or indirectly related to employment of such person by the Design Build Entity, or (b) by another person; (iii) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; (iv) claims for damages because of bodily injury, death of a person or property damages arising out of ownership, maintenance or use of a motor vehicle; and (v) contractual liability insurance applicable to the Design Build Entity's obligations under the Contract Documents. Minimum Limit of Two-Million Dollars per claim Aggregate Amount of Four-Million Dollars ($2,000,000) ($4,000,000) 2.3 Comprehensive Automobile Liability Insurance. The Design Build Entity shall purchase and maintain Comprehensive Automobile Liability Insurance including all company-owned, non-owned and hired vehicles, (or "any" auto). Minimum limit of One-Million Dollars per claim Aggregate Amount of Two-Million Dollars ($1,000,000) ($2,000,000) 2.4 Excess Liability Insurance. The Design Build Entity shall purchase and maintain Excess Liability Insurance in the amount listed below. Minimum limit of Two-Million Dollars per claim Aggregate Amount of four-million Dollars ($2,000,000) ($4,000,000) 2.5 Professional Liability Insurance. The Design Build Entity shall purchase and maintain Professional Liability Insurance in the amounts listed below. Each of the Design Build Entity's Design-Assist Subcontractors shall purchase and maintain insurance coverage equal to 50% of the amounts listed below. Minimum limit of Two-Million Dollars per claim Annual Aggregate Amount of Four-Million Dollars ($2,000,000) ($4,000,000) RFP # Attachment 15: Special Conditions Page 2 of 7

15 The Deductible shall not exceed $25,000 per claim and in no case shall the Self Insured Retention (SIR) exceed $75, Builder's Risk "Special Form" Insurance. The Design Build Entity, during the progress of the Work and until Final Acceptance of the Work by the District upon completion of the Work, shall maintain Builder's Risk "Special Form" Completed Value Insurance Coverage on all insurable Work included under the Contract Documents which coverage is to provide "Special Form" insurance coverage including, but not limited to, vandalism and malicious mischief, perils of fire, sprinkler leakage, civil authority and collapse upon the entire Work which is the subject of the Contract Documents, and including completed Work and Work in progress to the full insurable value thereof. Insurance shall not include coverage for flood or earthquake damage. Such insurance shall include the District as both a Certificate Holder and as an additional insured, the Program Manager as an additional insured, the Architect as an additional insured and any other person with an insurable interest designated by the District as an additional insured. The risk of damage to the Work due to the perils covered by the Builder's Risk "Special Form" Insurance, as well as any other hazard which might result in damage to the Work, is that of the Design Build Entity and the Surety, and no claims for such loss or damage shall be recognized by the District, nor will such loss or damage excuse the complete and satisfactory performance of the Contract by the Design Build Entity. The loss payee shall be the District. The provisions of section 7105 of the California Public Contract Code shall not apply to this Contract or the Design Build Entity's liability except to the extent of the Design Build Entity s coverage under the Builder s Risk Special Form Insurance required by the Contract Documents: Contract Amount 2.7 Design Build Entity Responsible for All Deductibles and SIRs. The insurance required of the Design Build Entity hereunder shall be written for not less than any limits of liability specified in this these special conditions, or required by law, whichever is greater. In the event of any loss or damage covered by a policy of insurance required to be obtained and maintained by the Design Build Entity hereunder, the Design Build Entity shall be solely and exclusively responsible for the payment of the deductible or Self-Insured Retentions (SIRs), if any, under such policy of insurance, without adjustment to the GMP on account thereof. 2.8 Evidence of Insurance; Subcontractor's Insurance Certificates of Insurance I Declaration Page. Prior to commencing the Work, Design Build Entity shall deliver to the District Certificates of Insurance and a declaration page evidencing the insurance coverages required by the Contract Documents. Failure or refusal of the Design Build Entity to so deliver Certificates.of Insurance and declaration page may be deemed by the District to be a default of a material obligation of the Design Build Entity under the Contract Documents, and thereupon the District may proceed to exercise any right or remedy provided for under the Contract Documents or at law. The Certificates of Insurance and declaration page and the insurance policies required by the Contract Documents shall contain a provision that coverages afforded under such policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the District. The insurance policies required of Design Build Entity hereunder shall also name the District and the Program Manager as an additional insured as its interests may appear. Should any policy of insurance be canceled before Final Acceptance of the Work by the District and the Design Build Entity RFP # Attachment 15: Evidence of Insurance Page 3 of 7

16 fails to immediately procure replacement insurance as required, the District reserves the right to procure such insurance and to deduct the premium cost thereof and other costs incurred by the District in connection therewith from any sum then or thereafter due the Design Build Entity under the Contract Documents. The Design Build Entity shall, from time to time, furnish the District, when requested, with satisfactory proof of coverage of each type of insurance required by the Contract Documents; failure of the Design Build Entity to comply with the District's request may be deemed by the District to be a default of a material obligation of the Design Build Entity under the Contract Documents Subcontractors Insurance. Design Build Entity shall require that every Subcontractor, of any tier, performing or providing any portion of the Work, obtain and maintain the policies of insurance set forth in Articles 1.1 through 1.3 of these Special Conditions and every Subcontractor of any tier, performing design or design-assist services, also obtain and maintain the policies of insurance set forth in Article 1.5; the coverages and limits of liability of such policies of insurance to be obtained and maintained by Subcontractors shall be as agreed upon between the Design Build Entity and the District prior to bidding and included in the subcontract bid package. The policies of insurance to be obtained and maintained by Subcontractors hereunder are in addition to, and not in lieu of, Design Build Entity obtaining and maintaining such policies of insurance. Each of the policies of insurance obtained and maintained by a Subcontractor hereunder shall comply with the requirements of these Special Conditions. Upon request of the District, Design Build Entity shall promptly deliver to the District Certificates of Insurance evidencing that the Subcontractors have obtained and maintained policies of insurance in conformity with the requirements of these Special Conditions. Failure or refusal of the Design Build Entity to provide the District with Subcontractors' Certificates of Insurance evidencing the insurance coverages required hereunder is a material default of Design Build Entity hereunder. 2.9 Maintenance of Insurance. Obtaining and maintaining all insurance coverage required by the Contract Documents is a material obligation of the Design Build Entity. Any insurance bearing on the adequacy of performance of Work shall be maintained after the District's Final Acceptance of all of the Work for the full one year correction of Work period and any longer specific guarantee or warranty periods set forth in the Contract Documents. Without waiving any other right or remedy of the District, should any insurance required by the Contract Documents be canceled before the end of any such periods and the Design Build Entity fails to immediately procure replacement insurance as Specified, the District reserves the right to procure such insurance and to charge the cost thereof to the Design Build Entity. In no instance will the District's exercise of its option to occupy and use completed portions of the Work relieve the Design Build Entity of its obligation to maintain insurance required under this Article until the date of Final Acceptance of the Work by the District, or such time thereafter as required by the Contract Documents. The Design Build Entity and Subcontractors' policies of Commercial General Liability and Property/Casualty insurance and the Design Build Entity's Builders Risk insurance will be accepted by the District only if the insurer(s) are: (a) A.M. Best rated A or better; (b) A.M. Best Financial Size Category XII or higher; and (c) authorized under California law to transact business in the State of California and authorized to issue insurance policies in the State of California. If at any time during performance of the Work, the insurer(s) issuing a policy of insurance covering Commercial General Liability, Property/Casualty or Builder Risk is/are not A.M. Best rated A- or better and is/are not A.M. Best Financial Size Category XII or higher, the Design Build Entity or Subcontractor, as applicable shall within thirty (30) days of the District's written notice of the insufficiency of an insurer to the Design Build Entity, obtain insurance coverage(s) from alternative insurer(s) who is are/then A.M. RFP # Attachment 15: Evidence of Insurance Page 4 of 7

17 Best rated A- or better and who is/are A.M. Best Financial Size Category XII or higher. If the Design Build Entity fails to deliver Certificate(s) of Insurance from an alternative insurer(s) meeting or exceeding the A.M. Best rating and A.M. Best Financial Size Category set forth above, within thirty (30) days of the date of the District's issuance of a written notice pursuant to the preceding sentence, in addition to any other right or remedy of the District under the Contract Documents or arising by operation of law, the District may withhold disbursement of any Progress Payment otherwise due hereunder until the Design Build Entity has delivered such Certificate(s) of Insurance from an alternative insurer(s) Design Build Entity's Insurance Primary; No Waiver of Subrogation by District. All insurance and the coverages thereunder required to be obtained and maintained by Design Build Entity hereunder, if overlapping with any policy of insurance maintained by the District, shall be deemed to be primary and non-contributing with any policy maintained by the District and any policy or coverage thereunder maintained by District shall be deemed excess insurance. The Design Build Entity and all Subcontractors shall waive rights of subrogation against the District. The costs for obtaining and maintaining the insurance coverages required herein shall be included in the GMP Indemnity. Unless arising solely out of the active negligence, gross negligence or willful misconduct of the Indemnified Parties (as that term is hereinafter defined), the Design Build Entity shall to the fullest extent permitted by law, indemnify, defend and hold harmless: (i) the District and its Board of Trustees and its members, officers, employees, agents and representatives (including the District's Inspector and the Program Manager); (ii) the Architect and its consultants for the Work and their respective agents and employees; and (iii) if one is designated by the District for the Work, the Program Manager and its agents and employees. The foregoing are individually and collectively hereinafter referred to as "the Indemnified Parties." The Design Build Entity's obligations hereunder include indemnity, defense and hold harmless of the Indemnified Parties from and against any and all damages, losses, claims, demands or liabilities whether for damages, losses or other relief, including, without limitation attorney's fees and costs, expert consultant/witness fees and costs which arise, in whole or in part, from the Work, the Contract Documents or the acts, omissions or other conduct of the Design Build Entity or any Subcontractor or any person or entity engaged by them for the Work. The Design Build Entity's obligations under the foregoing include without limitation: (i) injuries to or death of persons; (ii) damage to property (other than the Work itself to the extent such damage to property was or is caused by earthquake or flood); (iii) theft or loss of property, including loss of use; (iv) stop notice claims asserted by any person or entity in connection with the Work for which payment has been made by the District; and (v) other losses, liabilities, damages or costs resulting from, in whole or part, any acts, omissions or other conduct of Design Build Entity, any of Design Build Entity's Subcontractors, of any tier, any person or entity employed directly or indirectly by Design Build Entity or any Subcontractor in connection with the Work and their respective agents, officers or employees. If any action or proceeding, whether judicial, administrative, arbitration or otherwise, shall be commenced on account of any claim, demand, liability or other matter subject to Design Build Entity's obligations hereunder, and such action or proceeding names any of the Indemnified Parties as a party thereto, the Design Build Entity shall, at its sole cost and expense, defend the named Indemnified Parties with counsel reasonably satisfactory to the named Indemnified Parties. If there is any judgment, award, ruling, settlement, or other relief arising out of any claim, demand, liability or other matter subject to the Design Build Entity's obligations hereunder, and which binds the Indemnified Parties, Design Build Entity shall promptly pay, satisfy or otherwise discharge any such judgment, award, ruling, settlement or relief; Design Build Entity shall indemnify and hold harmless the Indemnified Parties from any and all liability or responsibility arising out of any such judgment, award, ruling, settlement or relief. RFP # Attachment 15: Evidence of Insurance Page 5 of 7

18 The Design Build Entity's obligations hereunder are binding upon Design Build Entity's Performance Bond Surety and these obligations shall survive notwithstanding Design Build Entity's completion of the Work or the termination of the Contract. 3 Owner-Furnished, Owner-Installed (OFOI) Items. The following items will be OFOI: TO BE DETERMINED DURING DESIGN PHASE 4 Owner-Furnished, Design Build Entity-Installed (OFDBEI) Items. The following items will be OFDBEI: TO BE DETERMINED DURING DESIGN PHASE 5 Submittals and Material Delivery Schedule. Design Build Entity shall submit to Program Manager a schedule indicating lead times and required delivery dates for all major components under this scope of work within 30 calendar days after award of contract. 6 Hazardous Materials. Hazardous materials abatement work must be done by a properly licensed and certified contractor. EIR Compliance. The Environmental Impact Report and its associated Mitigation Monitoring and Reporting Program (MMRP) prepared for San Jose I Evergreen Community College District Projects shall apply to this project. The Report and the Mitigation Measures are available at the Program Manager's office for review. 8 District Standards. Pursuant to Public Contract Code 3400(b) the District is in the process of standardizing some building components and systems, including but not limited to the list below, throughout the San Jose I Evergreen Community College District, in order to match other products in use on a particular public improvement either completed or in the course of completion: Fire Alarm System To be determined during Design Phase. Door Hardware Components To be determined during Design Phase Security, Technology To be determined during Design Phase 9 Construction Careers Program Agreement. In order to be responsive, all Design Build Contractor s submitting bid proposals on this project must submit the Construction Careers Agreement's Appendix A - "Agreement to be Bound" and Appendix B - Construction Technology Program "Agreement of Contractors" with their Bid Proposals. Copies of the executed agreements must be submitted via to Carlos Marques - SJECCD/Purchasing at: carlos.margues@sjeccd.org Note: Prior to Construction - All tiers of Subcontractors, whether required to be listed by statute or not, shall execute both Appendix A - "Agreement to be Bound" and Appendix B - Construction Technology Program - "Agreement of Contractors" of the Construction Careers Agreement, as well as the "Contractor Work Assignment Form " included at the end of this Section, prior to the beginning of any work. RFP # Attachment 15: Evidence of Insurance Page 6 of 7

19 10 Employment of Students. To be considered in compliance with the Construction Careers Agreement, the Design Build Entity and its Subcontractors shall, during the duration of the Contract, utilize at least (1) full-time (40 hours per week) student intern (s) enrolled in the San Jose I Evergreen Community College District's internship program, or an equivalent amount of amount of intern employment hours pro-rated over the duration of the project. This requirement applies specifically to the Construction Phase(s) of this Project. The Design Build Entity shall report compliance in its monthly Progress Status Report. The remainder of this page left blank intentionally. RFP # Attachment 15: Evidence of Insurance Page 7 of 7

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr EXHIBIT A Page 1 of 1 EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE April 25, 2016 Based upon inspection form, site visit and rough savings calculation, San

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form

More information

1. Agreement 2. General Conditions

1. Agreement 2. General Conditions ATTACHMENT 9 AGREEMENT AND GENERAL CONDITIONS OF THE DESIGN BUILD CONTRACT 1. Agreement 2. General Conditions RFP #0606-14 Attachment 9: Agreement & GC s of DB Contract SJECCD Project No. 309 AGREEMENT:

More information

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

INDEPENDENT CONTRACTOR AGREEMENT (ICA) INDEPENDENT CONTRACTOR AGREEMENT (ICA) (This agreement is not a construction contract within the meaning of Civil Code section 2783, and is not an agreement for the provision of construction services within

More information

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

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

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

REQUIRED AT PROPOSAL STAGE:

REQUIRED AT PROPOSAL STAGE: DATE: February 13, 2019 SUBJECT: ADDENDUM #1-2401 E. PACIFIC COAST HIGHWAY WILMINGTON, CA 90744 The Port of Los Angeles 2401 E. Pacific Coast Highway Wilmington, CA 90744 Request for Lease Proposals Exhibit

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

ADDENDUM TO AGCC3. Unless otherwise stated, the contract price includes all taxes.

ADDENDUM TO AGCC3. Unless otherwise stated, the contract price includes all taxes. ADDENDUM TO AGCC3 This is an Addendum to the AGCC3 Long Form Standard Subcontract and shall amend and modify the Subcontract and any Contract Documents. 1. Section 3: Add the following language: Unless

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

OREGON STATE UNIVERSITY

OREGON STATE UNIVERSITY OREGON STATE UNIVERSITY SUPPLEMENTAL GENERAL CONDITIONS To The PUBLIC IMPROVEMENT GENERAL CONDITIONS Project Name: Magruder Hall Hospital Expansion & Renovation The following modify the November 1, 2016

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

BUILDING SERVICES AGREEMENT

BUILDING SERVICES AGREEMENT BUILDING SERVICES AGREEMENT THIS BUILDING SERVICES AGREEMENT (the Agreement ) is made this day of, 2015, by and between the City of Panama City, a municipality of the State of Florida (the City ) and E.

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

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

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

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

More information

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

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

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

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

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

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

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

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

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

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

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

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

More information

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES THIS AGREEMENT made and entered by and between the City of Placerville, a political subdivision of the State of California (hereinafter referred to as

More information

ARTICLE V Indemnification; Insurance

ARTICLE V Indemnification; Insurance ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

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

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

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. 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

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

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

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

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

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

More information

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

*Audio Video Design-Build Group Cypress, CA

*Audio Video Design-Build Group Cypress, CA EXHIBIT A Page 1 of 1 BID NO. 311 AUDIO VISUAL EQUIPMENT AND INSTALLATION IRVINE VALLEY COLLEGE MARCH 30, 2015 CONTRACTORS AMOUNT *Audio Video Design-Build Group Cypress, CA Digital Networks Group, Inc.

More information

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS The following Terms and Conditions are applicable to the transloading or cross-docking of any pallet, container, package, piece,

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

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

More information

Page of 5 PURCHASE AGREEMENT

Page of 5 PURCHASE AGREEMENT Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").

More information

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address)

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address) Insurance and Bonds Document A141 TM 2014 Exhibit B for the following PROJECT: (Name and location or address) Native Village of Eyak Community Health Center Repair Project P.O. Box 1388 Cordova, AK 99574

More information

SUBCONTRACT (SHORT FORM)

SUBCONTRACT (SHORT FORM) SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are

More information

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

Insurance Requirements

Insurance Requirements SECTION A. CONTRACTOR shall procure, pay for and maintain the following insurance written by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery

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

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect

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

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

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

Harbor Department Agreement City of Los Angeles

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

More information

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

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No

SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. RFQ No SANTA CLARA UNIFIED SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS RFQ No. 16-17-010 CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES FOR FUTURE PROJECTS QUALIFICATIONS DUE: June 30, 2017, 2:00

More information

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS Indemnification and Insurance Clauses (to be included in Supplementary

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

RFP ATTACHMENT NO. 1 STANDARD FORM OF PROFESSIONAL SERVICES AGREEMENT BETWEEN DISTRICT AND CONSULTANT

RFP ATTACHMENT NO. 1 STANDARD FORM OF PROFESSIONAL SERVICES AGREEMENT BETWEEN DISTRICT AND CONSULTANT RFP ATTACHMENT NO. 1 STANDARD FORM OF PROFESSIONAL SERVICES AGREEMENT BETWEEN DISTRICT AND CONSULTANT (SHORT FORM) by and between THE LOS ANGELES COMMUNITY COLLEGE DISTRICT (the "District ) and [CONSULTANT

More information

AIA Document A101 TM 2007

AIA Document A101 TM 2007 AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month

More information

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

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

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

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

More information

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

CLAIMS ADMINISTRATION SERVICES AGREEMENT

CLAIMS ADMINISTRATION SERVICES AGREEMENT CLAIMS ADMINISTRATION SERVICES AGREEMENT This Claims Administration Services Agreement (the "Agreement") is made and entered into by and between XYZ School District ("Client") and Keenan & Associates ("Keenan").

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

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

More information

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8-1 8-1.01 Unit Price Contracts... 8-1 8-1.02 Lump Sum or Job Contracts... 8-1 8-1.03

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018

INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Effective Date: April 23, 2018 The contract documents for each construction project will identify the standard specifications to be used for that specific

More information

ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) December 18, 2018 Edition Standard Form Agreement Between Owner and Design

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

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

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8.1 8-1.01 Unit Price Contracts... 8.1 8-1.02 Lump Sum or Job Contracts... 8.1 8-1.03

More information

NORTHERN ARIZONA UNIVERSITY - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

NORTHERN ARIZONA UNIVERSITY - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) NORTHERN ARIZONA UNIVERSITY - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION) December 10, 2012 Edition Standard Form Agreement Between Owner and

More information

Ceres Unified School District SERVICES CONTRACT

Ceres Unified School District SERVICES CONTRACT Ceres Unified School District SERVICES CONTRACT 2017-2018 This contract is used for any non-professional routine, recurring maintenance and equipment service for less than $15,000. THIS CONTRACT ( Contract

More information

AIA Document C196 TM 2008

AIA Document C196 TM 2008 AIA Document C196 TM 2008 Standard Form of Agreement Between Single Purpose Entity and Owner for Integrated Project Delivery AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR CONTRACTOR S COPY SUBCONTRACT NO. Alberta Standard Construction Subcontract THIS AGREEMENT made this day of, A.D. 20 BETWEEN name (hereinafter called the

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 2007 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

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:

NOW, THEREFORE, THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT DOES HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS: RESOLUTION NO. 652 RESOLUTION OF THE BOARD OF TRUSTEES OF THE TWIN RIVERS UNIFIED SCHOOL DISTRICT APPROVING THE AWARD OF PRECONSTRUCTION SERVICES CONTRACT AND LEASE-LEASEBACK CONSTRUCTION CONTRACT FOR

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

Document A Exhibit A Insurance and Bonds

Document A Exhibit A Insurance and Bonds Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month

More information

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017

STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA. Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017 STRUCTURAL ENGINEERS ASSOCIATION OF ARIZONA Gail S. Kelley, P.E., Esq., LEED AP June 3, 2017 2 Engineer shall indemnify, defend, and hold harmless the Client Suggested changes: Delete the word defend Edit

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

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

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

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT Back s Construction, Inc. 1602 Front Street, Suite 100 San Diego, CA 92101 Phone: 619-713-2566 Fax: 619-713-0992 MASTER SUBCONTRACT AGREEMENT This subcontract made and entered into this Monday, January

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

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

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

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

More information

C R D A Capital Region Development Authority

C R D A Capital Region Development Authority C R D A Capital Region Development Authority 100 Columbus Boulevard Suite 500 Hartford, CT 06103-2819 Tel (860) 527-0100 Fax (860) 527-0133 www.crdact.net September 26, 2018 Addendum #3 Regional Market

More information