CITY OF GAINESVILLE INSURANCE MATRIX

Size: px
Start display at page:

Download "CITY OF GAINESVILLE INSURANCE MATRIX"

Transcription

1 Appendix A

2 CITY OF GAINESVILLE INSURANCE MATRIX Type of Insurance Onsite Repair of Equipment or Property Small Projects (Renovation, Maintenance, Repair of Buildings), Tree Pruning, and Property Beautification Janitorial Sevices Lease or Use of City Facilities or Properties by Others Lease or Loan Equipment to others Licensed Professional Services (legal, accounting, A/E, medical) Consultant Services Construction Projects (Buildings, Roads, Infrastructure, etc.), Tree Cutting and other high-risk jobs - SEE RISK MANAGER Commercial General Liability Each Occurance $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Personal & Advertising Injury $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Medical Expense Any One Person $5,000 $5,000 $5,000 $5,000 $5,000 $5,000 $5,000 - Damage to Rented Premises $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 $50,000 - General Aggregate $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 - Products (Completed / Operations Aggregate) $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 $2,000,000 - Damage to others' property in your care, custody &control CCC Endorsement Auto Liability (Incl bodily injury & property damage) - Combined Single Limit per Accident - Any Auto (owned, hired & non-hired) $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Excess / Umbrella Liability Each Occurrence $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Aggregate $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Workers Compensation and Employers Liability WC - Each Employee Statutory Statutory Statutory Statutory Statutory Statutory Statutory Employer's Liability - Each Employee $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Employer's Liability - Each Accident $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 - Professional Liability (errors,ommissions,malpractice) - Each Claim N/A N/A N/A N/A N/A $1,000,000 $1,000,000 - NOTES: A) The City of Gainesville to be named as Additional Insured on a Primary/Non-contributory basis on all coverage except workers compensation and professional liability. B) A waiver of subrogation in favor of The City of Gainesville is to be added to all policies except professional liability. C) The Per occurrence and Aggregate limits for specified should apply on a per location or per project basis - If you have questions or you are unsure please see Risk Manager D) Automobile Liability Coverage is required IF an automobile is used in the execution of their contract. E) Umbrella should follow form (shall provide coverages at least as broad as specified for the underlying coverages & covering those insured in the underlying policies) F) For Licensed Professional Services and Consultant Services: Excess/Umbrella and Liability coverage may increase dependent upon scope of work. See Risk Manager with any Questions

3 Appendix B

4 CITY OF GAINESVILLE GROUNDS CARE FOR CITY GOVERNMENT & INDUSTRIAL PARKS BID BREAKDOWN FORM GROUNDS CARE AT CITY GOVERNMENT BUILDINGS AND INDUSTRIAL PARKS MAY, 2017 Date: The undersigned, after having carefully examined the Bidding Documents entitled Grounds Care at City Government Buildings and Industrial Parks and all it's addenda listed below, and after making a thorough on-site inspection of all locations shown on the area map, hereby proposes to furnish all services, labor, materials, and equipment necessary to provide the grounds care in strict conformance with the terms, conditions, provisions, specifications, and drawings as set forth in the Bidding Documents, the following bid amounts are detailed below. 1) Yearly Government Complex: $ (see note below) 2) Yearly Community Service Center: $ 3) Yearly Public Safety Complex $ 4) Yearly Hall Area Transit: $ 5) Yearly Traffic Building: $ 6) Yearly Police Firing Range: $ 7) Yearly Fire Station 3 $ 8) Yearly Fire Station 4 $ 9) Total for Sign Planting at CSC: $ 10) Total for Exit 20 Maintenance $ The City Government Complex consists of : The City Administration Building

5 CITY OF GAINESVILLE GROUNDS CARE FOR CITY GOVERNMENT & INDUSTRIAL PARKS BID BREAKDOWN FORM The Henry Ward Building Old City Hall The Brenau Center Main Street Square, the Belk s lot, Main Street Parking Lot and Maple Street Parking Lot. Industrial Parks 1) Yearly Airport Industrial Park: $ 2) Yearly Atlas Circle Business Park: $ 3) Yearly Industrial Park North: $ 4) Yearly Industrial Park South: $ 5) Yearly Industrial Park West: $ 6) Yearly Gainesville Industrial Park: $ Yearly Industrial Parks Total: $ Yearly Total Contract Amount: $ END OF SECTION

6 Appendix C

7

8

9

10

11

12

13

14

15

16

17

18

19

20 Appendix D

21 CITY OF GAINESVILLE GENERAL CONDITIONS 1. SCOPE OF THE WORK & QUALIFICATIONS: The scope of the work shall be to provide grounds care service as specified in the Minimum Standards of Service (attached hereto) as part of this bidding and contract document. Due to the extensive area and scope of this contract it is essential that the contractor be adequately staffed and experienced in order to be able to comply with the specifications. References of equivalent ongoing contracts will be required of any potential contractor. The Owner reserves the right to disallow bids from Contractors who cannot prove their capability to perform this work as per the specifications. 2. AREAS COVERED UNDER THIS CONTRACT: The areas covered under this contract shall be the City Government Complex Area (see next paragraph), Public Safety Complex, Gainesville Connection building (formally Hall Area Transit), Fire Station 3 & 4, Traffic Building, Community Service Center (Carol Lundy Center), Police Firing Range, Exit 20 and six (6) Industrial Parks as shown highlighted on the attached area maps. The City Government Complex landscape maintenance areas are: The City Administration Building, the landing around the Bridge between City Hall and the Brenau Center, the Brenau Center and Parking Deck, Roosevelt Square, City Hall, the Main Street Parking Lot, Maple Street Parking Lot, Main Street Square, Main Street in front of the Parking Deck and the Henry Ward Building. Areas include all adjacent City owned parking lots. The six (6) Industrial Parks are: Airport Industrial Park, Atlas Circle Industrial Park, Industrial Park North, Industrial Park South, Industrial Park West and Gainesville Industrial Park. Exit 20 maintenance area are: 3 landscaped areas coming of the exit ramp & the trees planted on the West side of Candler Hwy. It shall be the responsibility of the bidder to conduct a thorough on-site inspection of the areas covered under this contract so as to familiarize himself/herself with the conditions of the grounds as well as the extent of the areas to be covered prior to the preparation and submission of a bid. Please contact Todd Beebe for site tours as needed. 3. PERMITS, LICENSES AND INSURANCE:

22 CITY OF GAINESVILLE GENERAL CONDITIONS It shall be the responsibility of the contractor to secure all permits, licenses and insurance as may be required by Federal, state or local government laws, ordinances or rules and regulations. Insurance shall meet the City of Gainesville s requirements as listed on the insurance Matrix. The successful Contractor shall present a copy of their State Pesticide Contractor s License before contract execution. 4. SUBCONTRACT: The Contractor shall not sublet to any subcontractor any part of the regular maintenance work. Installations or other extra cost work may be subcontracted with written authorization from the Owner. In case any part of the work is approved by the owner for the contractor to sublet, the contractor shall require his subcontractor to secure and maintain all licenses, permits, and insurance as specified in Article 3, above. Proof of such licenses, permits, and insurance shall be submitted to the owner prior to the execution of any work by any subcontractor. 5. RIGHT OF THE OWNER TO TERMINATE CONTRACT: In the event that any of the provisions of this contract are violated by the contractor, or by any of his subcontractors, the owner may serve written notice upon the contractor of the owner s intention to terminate the contract. Such notice is to contain the reasons for such intention to terminate the contract, and unless within five (5) working days after serving of such notice upon the contractor, such violation or delay shall cease and satisfactory arrangement or correction be made, the contract shall, upon the expiration of said five (5) working days, cease and terminate. 6. CONTRACT S LENGTH OF TIME: The Contract for the service shall start on or around July 1, 2017 ending June 30, At the end of this contract period, the City can renew the contract for up to 2 additional twelve (12) month periods of time if the work performed has been satisfactory. 7. BID FORM: All bids shall be submitted using the attached Bid Forms. Bids submitted in forms other than the attached official bid form shall be disqualified and rejected. 8. SOIL AND DISEASE TESTING:

23 CITY OF GAINESVILLE GENERAL CONDITIONS The contractor shall be responsible for all costs associated with soil and plant disease testing. Turf and soil tests shall be performed as needed to keep the planting material in good condition. Perform plant disease testing as needed. Soil and disease lab results shall be submitted to the City for review with pricing of recommended action. 9. CONTRACT PRICE AND PAYMENT: a. The bid forms, completely filled out, shall be accepted by the City and shall include the cost for all labor, materials, equipment, tools, incidental expenses, overhead and profit for the performance of the contract. The basis for contractor selection shall be determined by the total annual basic services price, experience and references. b. Payment for the contract shall be made on a monthly basis. Each payment shall equal one-twelfth of the lump sum annual contract price. The contractor shall submit his invoice on the first business day of the month requesting payment for service of the previous month. Payment shall be made to the contractor within twenty (21) calendar days of the receipt of the invoice. 10. COMPLIANCE WITH GEORGIA LABOR RULE The successful contractor will be required to sign the City s affidavit verifying compliance with O.C.G.A and Georgia Dept. of Labor Rule and that the contractor has been issued a Federal Basic Pilot Program User ID Number. END OF SECTION

24 Appendix E

25 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS MINIMUM STANDARDS OF SERVICE CITY GOVERNMENT BUILDINGS GROUNDS CARE PROGRAM The following minimum standards of service shall be followed for the duration of the contract. Any proposed variation of service must be submitted in writing at least seven days before the bid opening. These specifications are specific to Full Maintenance Locations, Traffic Building, Fire Stations 3 &4, Police Firing Range, and Industrial Parks. The areas to be maintained are as shown on the Landscape Maintenance Plans and City Complex Plan B. The contractor shall maintain outside the all the streetscape landscaping including across the streets on all four sides and the former Belk s parking lot. Include sidewalks, planting beds and parking spaces along this perimeter. This area has two irrigation systems and the Contractor is to manage the time clock settings for each season and insure the system is winterized in order to avoid freezing and subsequent damage to system. The City and Contractor is responsible for the eastern half of the Community Service Center (Carol Lundy Center). The boundary in the front is the main center entry and in the rear the courtyard. This area includes the parking lot and landscaping adjacent to Prior Street and the Senior Center. All other building locations are to the property line or fence with the exception of Hall Area Transit which includes the landscaping outside the fence along the creek and the north property line. 1. TURF MAINTENANCE a. Mowing b. Trimming 1) Fescue will be mowed every seven days. Height of cut shall be ) Bermuda will be mowed every seven days. Rotary mower is acceptable if blades are sharp. Height of cut shall be ) Excess clippings will be collected and properly disposed of offsite. No disposal is allowed in City dumpsters. Curbs, walks and streets shall be blown off after each mowing. 4) Public Safety Complex only The steep hills shall be cut or trimmed monthly during the growing season. These hills are the pecan tree hill, the Police parking lot slope and the outside the fence slopes on the east and south boundaries. 1) Trimming shall be provided with a string trimmer for obstacles and inaccessible areas and will correspond with the mowing schedule.

26 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS c. Edging d. Aerating 1) All curbs, walks and paved areas shall be edged with a steel blade edger every two weeks. Tree beds and shrub beds, buildings and other perimeter areas should be edged with herbicides. 1) Warm season grasses will be aerated from mid-march through June. Cool season grasses will be cored from early September through November. e. Over-seeding 1) Cool season grasses will be reseeded from early September through December. f. Liming Requirements 1) As per soil analysis. Apply at times recommended by industry practices. g. Lawn Fertilizer & Weed Control 1) Fescue & Bermuda: Apply balanced slow release fertilizer 3 times per year. Apply pre and post-emergence at industry recommended times. h. Disease Control i. Insect Control 1) As needed. Apply at times recommended by industry practices. 1) As needed. Apply at times recommended by industry practices. j. Soil Testing 1) Soil tests shall be performed as needed to determine fertilization and lime requirements. 2. SHRUBBERY, TREES, PLANTING BEDS, NATURAL AREAS, GROUNDS COVER, VINES AND ORNAMENTALS a. Fertilization and Lime 1) Shrubs and small trees shall be fertilized once per year if the plant has matured and three times a year to encourage growth at rates as determined by

27 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS soil tests if the plantings are still filling out. Fertilizer shall be slow release ornamental type. 2) Soil tests shall be performed as needed to determine fertilization and lime requirements. 3) Lime shall be applied as per required per soil testing. b. Trimming and Pruning For all shrubs and trees under 4 caliper or 12 in height except as noted. 1. All plant materials shall receive light pruning as needed during the growing season to shape, maintain plant size, encourage new growth and remove deadwood. 2. Severe or heavy pruning shall be performed during dormant months (late February or early March). 3. Weeds shall be controlled and removed in these mulch areas as needed. 4. Trees over 4 caliper shall be trimmed when side or overhanging branches impede pedestrian traffic. b. Mulching c. Fungicides 1) Pine straw shall be installed to all planting beds and natural areas once per year. The major mulch application shall be made during the dormant season after fall leaf drop. Subsequent mulch applications shall be made throughout the remainder of the year to cover bare spots and provide uniform coverage as needed. At all times mulch will be sufficient to inhibit erosion and weeds and to not expose soil. 1) Plant diseases shall be monitored and reported to the Owner and controlled with the appropriate chemicals at additional cost to the Owner. d. Insecticides 1) Insect problems shall be monitored and reported to the Owner with preventive spraying utilizing approved insecticides at additional cost to the Owner.

28 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS e. Fire Ant Control 1) Insecticide treatments for fire ant control shall be applied in the spring and fall to all lawn areas, planting beds and natural areas. 3. OTHER SERVICES a. Leaves b. Litter 1) Leaves shall be collected and disposed of off-site during the leaf season. Leaves during the rest of the year will be blown into mulch areas from sidewalks and parking areas. 1) The grounds and parking lots shall be policed for litter on every visit. This is a year round schedule the same as the mowing schedule- once a week. 2) The parking lots and sidewalks shall be blown and or vacuumed each visit to remove debris. 3) Minor storm damage such as individual tree branches shall be removed by the Contractor. 4) The parking lots include the following: Old Belk's Lot - The parking lot located between Spring Street and the City parking deck. Include the parking spaces along Spring Street. Main Street Square - Include sidewalks, planting beds and parking spaces and interior of the Square and across the four adjacent streets. Main Street from the Square to the two City owned parking lots listed below. Main Street parking lot (corner of Main & Broad). Maple Street parking lot (corner of Maple & Broad). Public Safety Complex all pavement City Hall rear parking lot Henry Ward Building Both lots. Community Service Center (Carol Lundy Center) The East side parking lot. Hall Area Transit Building All parking lots. Traffic Building parking and yard paving

29 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS c. Herbicide Applications d. Safety 1) There shall be weed control in all sidewalks, curbs and paved areas, including the parking lots at the Brenau Center, Belk's Lot, City Hall, Henry Ward Building and Public Safety Complex. In addition it will be used at obstacles in order to prevent damage by trimmers. 1) The contractor shall be responsible for proper personnel safety practices. All equipment, materials, and labor practices shall comply with all Federal, State and local safety and health standards, including the Georgia Department of Agricultural Pesticide Use and Application Rules. 2) The contractor shall present a copy of State License to Apply Pesticides at time of bid submittal. e. Inspection 1) The contractor shall be subject to inspection at all times by duly authorized City personnel for conformance with the specifications. f. Disposal of Yard Waste 1) The contractor shall be responsible for disposal of all yard waste and trimmings. Dumpsters shall not be used for disposal of any yard wastes. ADDITIONAL SERVICES a. Additional services are services in addition to and/or supplementing the basic services defined in Sections I through III. Any additional services shall be added to the base service agreement by addendum or change order. 5. FULL MAINTENANCE LOCATIONS a) The Public Safety Complex 701 Queen City Parkway & 725 Pine Street b) The City Administration Building 300 Henry Ward Way c) The Brenau Center 310 Main Street d) Roosevelt Square Between City Administration Building and the Brenau Center e) City Hall 117 Jesse Jewel Parkway f) The Main Street Parking Lot Corner of Jesse Jewel and Main Street, see notes under Section 3, Paragraph b g) The Maple Street Parking lot- Corner of Jesse Jewel and Maple Street., see notes under section 3, Paragraph b

30 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS h) Main Street Square Downtown square with statue i) The Henry Ward Building 311 Henry Ward Way j) The Community Service Center (Carol Lundy Center) 430 Prior Street k) Hall Area Transit Building 687 Main Street 6. TRAFFIC BUILDING Located at 1039 Hancock Avenue a) Grassing shall be mowed, trimmed, litter picked up and blown once a week during the growing season. During the off season weekly visits will be made for litter pickup and blowing off organic debris. No other work. b) On all visits litter will be policed up from the grounds and parking lots and the sidewalks and parking lots will be blown free of organic debris. c) The location is: 1039 Hancock Avenue; cut outside the fence and halfway between side wall and adjacent building. 7. POLICE FIRING RANGE Located at 1645 Fulenwinder Road a) Visits will be every two weeks April through October and once a month November through March. b) Entrance drive will be mowed ten feet on each side of road each visit. c) Mow all Bermuda and mixed turf at Firing Range. d) Edge walks and trim inaccessible areas. e) Spray weeds in pavement cracks and gravel areas. f) Power blow paved areas each visit. g) Apply three pre/post treatments to all Bermuda turf. h) Apply four fertilizations to all Bermuda turf. 8. FIRE STATION 3 & 4 Station 3 located at 3335 Nancy Creek Road. (Approx. 4,500 sq. ft. of Bermuda) Station 4 located at 2163 Memorial Park Drive. (Approx. 75,000 sq. ft. of Bermuda) a) Perform standard yearlong weed control and fertilizer program for Bermuda turf at each station- (minimum 4 applications of slow release fertilizer and 3 pre and post weed treatments as per industry standards). No other work required.

31 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS 1. TURF MAINTENANCE INDUSTRIAL PARK RIGHT-OF-WAY MAINTENANCE Definition of Maintained Areas: In general the maintenance areas are the entrance plantings and or pylon and the frontages on unoccupied property within the park. Land that has been sold or leased is maintained by the occupant. The attached maps of the park shows the limits of the parks boundaries. Mowing: Once every two weeks during the growing season and as needed during the winter. Height of cut should be 3-4. As needed (if blocking sunlight to turf) excess clippings will be collected and properly disposed. Curbs, walks and streets shall be blown off after each mowing. Trimming: Edging: Reseeding: Trimming should be provided with a monofilament trimmer and shall be done every two weeks during the growing season and as needed during the winter. All curbs, walks and paved areas shall be edged with a steel blade edger. Tree beds and shrub beds, buildings and other perimeter areas should be edged with herbicides. Edging frequency shall be every four weeks. Lawn areas will be aerated and reseeded once a year. Fescue Fall (October/November) Bermuda Spring (February/March) Fertilizer and Lime: Apply balanced slow release turf fertilizer 3 times/ year in early, late fall and late winter. Apply lime as needed as per soil tests. Herbicide Applications: Herbicides will be applied around obstacles, buildings and other items to prevent damage by trimmers. Herbicides will also be applied to stop the growth of weeds in sidewalks, curbs and pavement.

32 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS SHRUBBERY, TREES, PLANTING BEDS, NATURAL AREAS, GROUND COVER, VINES AND ORNAMENTALS Trimming & Pruning: For all shrubs and trees under 4 caliper or 12 in height. All plant materials shall receive light pruning as needed during the growing season to shape, maintain plant size, encourage new growth and remove deadwood. Trim trees of any size that have branches impeding vehicle traffic up to 10. Fertilization and Lime: Mulching: Herbicides: Insecticides: Shrubs and small trees shall be fertilized 1-3 per year depending on whether plants have filled their space. Pine straw shall be provided as mulch material. Mulching shall be applied during dormant months. Frequency of once per year. Weed control in shrub beds and in mulched areas shall be provided as needed. Weeds in the pavement will be sprayed and or removed as necessary. If needed insects shall be controlled with preventive spraying utilizing approved insecticides. This will be an additional cost with the Owner s approval. 2. OTHER SERVICES Leaves: Litter: Inspection: Leaves shall be collected and disposed of off-site (unless an appropriate on-site location is approved) during the leaf season. The grounds shall be policed for litter on every visit and paved areas blown to remove organic debris. The contractor shall be subject to inspection at all times by duly authorized city personnel for conformance with the specifications. INDUSTRIAL PARK LOCATIONS *SEE INCLUDED MAPS

33 CITY OF GAINESVILLE CITY WIDE GROUNDS CARE SUPPLEMENTARY CONDITIONS Name Directions S.R. 60 North (Queen City Parkway) ½ mile Airport Industrial Park Left turn at signal to Airport Parkway Atlas Circle Business Park Right turn onto.r. 13, go ½ mile north Left turn onto Hilton Drive I-985 North/Cornelia Highway/SR 365 Industrial Park North 2 miles north of Exit 24 Left turn onto Ramsey Road Cross White Sulphur Road Located on airport s Southern boundary. Palmour Industrial Park South Drive is the last street on Queen City before 985 Located on Atlanta Hwy. aprox. 2 miles south of Chicopee Mill. Industrial Park West Right turn onto West Park Drive Gainesville Industrial Park Located off Calvary Church Road about 1 mile past Candler Highway FOR ANNUALS AT CITY SIGNS The spring and fall annual plantings shall be at Industrial Park West and the Community Service Center (Carol Lundy Center). Pansies will be planted in the fall and an approved drought resistant annual in the spring. The Contractor shall prep the beds, apply fertilizer, herbicides or insecticides as needed and water as necessary. Plantings will not be done during outdoor watering bans. Include this cost in the individual breakdown for these projects. FOR EXIT 20 MAINTENANCE This location s maintenance requirements shall be weed control, yearly pine straw installation and trimming and pruning as needed or required for proper care of installed plantings. END OF SECTION

34 Appendix F

35 City of Gainesville, Georgia (Insert Name of Project/Service) CONTRACT This Contract is made this day of in the year of. BETWEEN: AND THE CONTRACTOR: PROJECT/SERVICE NAME: The City of Gainesville, Georgia (Hereinafter City) 300 Henry Ward Way Gainesville, Georgia (Insert the name of the Contractor) (Hereinafter Contractor) (Insert the address of the Contractor) (Insert the name of the Project/Service) The City and the Contractor agree as set forth below: Article 1. THE CONTRACT DOCUMENTS: The Contract consists of the following documents as indicated below and attached to this contract and herby made a part hereof, together with any other document, agreements, plans or specification which are incorporated herein by reference, all of which together are the Contract. (a) The City s Request for Proposal/Bid (Exhibit ); (b) The Contractor s Proposal/Bid (Exhibit ); (c) Scope of Work or Scope of Services (Exhibit ); (d) Conditions of the Contract (Exhibit ); (e) Minimum Standards of Service (Exhibit ); (f) Drawings (Exhibit ); (g) Specifications (Exhibit ); (h) Fee Schedule (Exhibit ); (i) Purchase Order (Exhibit ); (j) Insurance Certificates (Exhibit ); (k) Business Registration (Exhibit ); (l) Addenda issued prior to execution of this Contract and modifications issued subsequent thereto as described below (Exhibit ); ; and Page 1 of 6 Contractor City

36 (m) Other documents as described below (Exhibit ):. Article 2. CITY VENDOR STATUS: A City of Gainesville Vendor Application Packet shall be completed and accepted by the City prior to the effective date of this contract. The Vendor Application Packet information shall be revised and updated in a timely fashion by the Vendor if any information changes during the term of this Contract. Any material changes to the eligibility of the Vendor to contract with the City or which substantially impairs the ability of the Vendor to perform, may provide the City with grounds to revoke acceptance of the vendor as an approved Vendor and to terminate this Contract. Article 3. THE WORK: The Contractor shall perform all the work required by this Contract for (Insert the name of the Project/Service) as described in the Contract Documents. Article 4. CONTRACT'S LENGTH OF TIME: This Contract shall be for a month period, beginning on and ending on. The City shall have the option to renew the contract for one-year period(s) provided the service is satisfactory, both parties are willing to renew, and the extension is approved by the City. The City may terminate this Contract, with or without cause, on thirty (30) days written notice to Contract. Article 5. CONTRACT PRICE: The contract price for this Contract is $. Article 6. PAYMENT: The City shall pay the Contractor for the faithful performance of the work as specified herein. Payment for the work/services under this Contract shall be made in accordance with the provisions of this Contract. Article 7. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor is hired by the City to perform the work under this Contract as an independent contractor. Article 8. INDEMNIFICATION: The Contractor shall indemnify and hold harmless the City and its agents and employees from and against all claims, damages, losses and expenses including claims, consultants, and attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease, death, or injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Article 9. TERMINATION: In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the City may serve written notice upon the Contractor of the City's intention to terminate the Contract. Such notice to contain the reasons for such intention to terminate the Contract, and unless within five (5) working days from receipt of such notice by the Contractor, such violation or delay shall cease and satisfactory arrangement or correction be made, the City shall, upon the expiration of said five (5) working days, have the right to suspend the contract and may temporarily use its own work force or use another Contractor, to provide the services under this contract until a new contractor can be selected. Article 10. PUBLIC INFORMATION: Any contractor or subcontractor of the City of Gainesville is subject to the Sunshine and Open Records Laws as pertains to any contract with the City. Article 11. INSURANCE: Before commencing the work under this Contract, and as a condition of any payment for the work, the Contractor shall deliver to City a certificate with signed declaration pages, or written proof that the attached declaration pages are a copy of the original declaration page, and attached riders and Page 2 of 6 Contractor City

37 endorsements which show (i) that the City is listed as an Additional Insured on the policy and (ii) which shows to the satisfaction of the City, that the required insurance is in force. The Insurance Carrier(s) shall provide to the City at least thirty (30) days written notice before canceling, materially changing, or discontinuing coverage. Notice shall be sent via certified mail, return receipt requested to Bryan Lackey, City Manager, City of Gainesville, P. O. Box 2496, Gainesville, Georgia Contractor shall deliver written notice of any such cancellation, modification or termination within twenty-four (24) hours of receiving any notice thereof. Failure by the Contractor to deliver proof of insurance as provided in this Paragraph, or notice as required in this paragraph, shall constitute a material substantial breach of this Contract. All such documents shall be delivered directly to the City Manager. Each of these documents which show the required insurance coverage shall be attached to each set of original Contract Documents when the documents are transmitted to the City for final execution and approval. If desired, the insurance carrier may redact the premium amount from the declaration page Insurance is to be placed with duly licensed or approved non-admitted insurer in the state of Georgia with an A.M. Best rating of no less than A-VI. The City in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. The Contractor shall not allow any subcontractor to commence any work on subcontractor s contract until all similar insurance required of the subcontractor has been so obtained and approved by the City and Contractor. (a) Commercial General Liability: The Contractor shall procure and shall maintain during the life of this Contract, General Liability Insurance to protect the Contractor, any subcontractor performing work covered by this Contract, and the City as an additional insured, from claims for damages for bodily injury, including accidental death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations are by the Contractor or by any subcontractor or by anyone directly or indirectly employed by either of them. The amount of insurance shall not be less than the following: Each Occurrence $1,000,000 Personal & Advertising Injury $1,000,000 Medical Expense Any One Person $5,000 Damage to Rented Premises $50,000 General Aggregate $2,000,000 Products (Completed/Operations Aggregate) $2,000,000 (b) Automobile Liability: The Contractor shall procure and shall maintain during the life of this Contract, Comprehensive Automobile Liability Insurance for bodily injury and property damage. The insurance shall include coverage for owned, non-owned and hired vehicles. Amounts shall not be less than the following: Combined Single Limit Per Accident $1,000,000 (c) Excess/Umbrella Liability: The Contractor shall procure and shall maintain during the life of this Contract Excess or Umbrella Liability Insurance over General Liability, Auto Liability and Employers Liability. Umbrella or excess liability policies shall provide coverage at least as broad as specified for underlying coverages and covering those insured in the underlying policies. Coverage shall be pay on behalf, with defense cost payable in addition to policy limits. There shall be no cross liability exclusion of claims or suits by one insured against another. The amounts of coverage shall not be less than the following: Each Occurrence $1,000,000 Aggregate $1,000,000 (d) Worker s Compensation and Employer s Liability: The Contractor shall procure and shall maintain during the life of this Contract, Worker s Compensation and Employer s Liability Page 3 of 6 Contractor City

38 Insurance for all of Contractor s employees to be engaged in work on the Project/Service under this Contract, and in case any such work is sublet, the Contractor shall require the subcontractor similarly to provide Worker s Compensation Insurance for all of the subcontractor s employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor s Worker s Compensation Insurance. Workers Compensation Each Employee Statutory Limits Employer s Liability Each Employee $1,000,000 Employer s Liability Each Accident $1,000,000 If self-insured, proof of filing with the State of Georgia and secured, set aside funds shall be required. (e) Professional Liability: The Contractor shall procure and shall maintain during the life of this Contract, Professional Liability Insurance to protect the Contractor from failure to perform on the part of the Contractor or financial loss caused by an error or omission in the service provided by the Contractor. Each Occurrence $1,000,000 (f) Materials and Equipment Floater (Only required for contracts involving storage and installation of materials): The Contractor shall procure and shall maintain during the life of this Contract Materials and Equipment Floater Insurance to protect the interests of the City, the Contractor, and subcontractors against loss by vandalism, malicious mischief, and all hazards included in a standard All Risk Endorsement. (g) Other insurance requirements as described below: Additional Insured: The insurance policies required by this Contract shall be endorsed to include City of Gainesville, Georgia, its officers, elected or appointed officials, agents, employees, volunteers, and representatives as Additional Insured with respect to work performed under the Contract. (This requirement does not apply to Worker s Compensation, Employer s Liability, or Professional Liability coverage). In addition to a statement on the Certificate of Insurance, a copy of the endorsement shall be provided. Renewal certificates shall be provided to the City prior to the expiration date of existing coverage, and shall be provided continuously for a period of one year after the completion of the work. All documents shall reference the contract name. Article 12. BUSINESS REGISTRATION: (a) Business corporations, nonprofit corporations, professional corporations, limited partnerships (LP), and limited liability companies (LLC), are formed in Georgia by filing with the Corporations Division of the Georgia Office of Secretary of State. Attached hereto as Exhibit is proof that the Contractor is a registered business with the Georgia Secretary of State and (1) demonstrates that the business is active and in compliance with State registration and reporting requirements, and (2) identifies corporate officers. (b) For a sole proprietor to operate legally in the State of Georgia, registration is handled through the city or county in which the primary place of business will be located. Attached hereto as Exhibit is proof that the Contractor is a business registered with a city or county located in the state of Georgia. Page 4 of 6 Contractor City

39 Article 13. GOVERNING LAW: Arbitration will not be allowed. This Contract will be governed by, and construed in accordance with, the laws of the State of Georgia, without regard to its conflict of laws provisions. The Contractor hereby submits to the jurisdiction of the Georgia Courts and will obtain and maintain an agent for service of process in the State of Georgia. Neither party will bring any action against the other party arising out of or relating to this Contract in any forum or venue except the Superior Court of Hall County, Georgia. The Contractor irrevocably waives any present or future objections to such venue for any such legal action and irrevocably waives the right to bring any legal action in any other jurisdiction. Article 14. COUNTERPARTS: This Contract may be executed in several counterparts, all of which taken together shall constitute one single contract between the parties hereto. Article 15. INVALIDITY: The parties to this Contract have negotiated and prepared the terms of this Contract in good faith and with the intent that every term, covenant and condition be binding upon and inure to the benefit of the respective party. Accordingly, if any one or more of the terms, provisions, promises, covenants or conditions of this Contract or the application thereof to any person or circumstance shall be adjudged to any extent invalid, unenforceable, void or voidable for any reason whatsoever by a court of competent jurisdiction, that provision shall be as narrowly construed as possible, and all the remaining terms, provisions, promises, covenants, and conditions of this Contract or their application to other persons or circumstances shall not be affected thereby, and shall be valid and enforceable to the fullest extent permitted by law. To the extent this Contract is in violation of applicable law, the parties agree to negotiate in good faith to amend this Contract to the extent possible to remain consistent with each of its purposes and to conform to applicable law. Article 16. CONFORMANCE OF CONTRACT WITH THE LAW: It is the intent and understanding of the parties to this Contract that each and every provision of law required to be inserted in this Contract shall be and is inserted herein. Furthermore, it is hereby stipulated that every such provision is deemed to be inserted herein, and if through mistakes or otherwise, any such provision is not inserted in correct form, then this Contract shall upon application of either party, be amended by such insertion so as to comply strictly with the law and without prejudice to the rights of either party. If this Contract contains any unlawful provisions, not an essential part of the Contract and which appears not to have been a controlling or material inducement to the making hereof, the same shall be deemed of no effect, and shall upon the application of either party be stricken from the Contract without affecting the binding of the Contract as it shall remain after omitting such provision. The parties agree that this Contract shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision which comes as close as possible to expressing the intention of the stricken provision. Article 17. CONSEQUENTIAL AND PUNITIVE DAMAGES: Notwithstanding any other provision of this Contract, the City and the Contractor shall be entitled to only actual damages resulting from the other party s breach of any provision of this Contract (excluding any consequential, special, punitive or exemplary damages or damages that are multiples of the actual damages). Article 18. ENTIRE CONTRACT: This Contract constitutes the entire contract between the City and the Contractor with respect to the subject matter hereof and supersedes all prior contracts. This Contract shall not be amended or waived, in whole or in part, except in writing signed by both the City and the Contractor. Article 19. NOTICES: All notices and other communications permitted or required pursuant to this Contract shall be in writing, addressed to the party at the address below or to such other address as the party may designate from time to time. All notices and other communications shall be mailed by certified or registered mail, return receipt requested, postage pre-paid, or personally delivered. The City of Gainesville, Georgia Attention: Bryan Lackey, City Manager 300 Henry Ward Way, Suite 303 P. O. Box 2496 Page 5 of 6 Contractor City

40 Gainesville, Georgia (Insert the name of the Contractor) Attention: (Insert the name and title of the owner/officer) (Insert the address of the Contractor) IN WITNESS WHEREOF, the City and the Contractor have executed under seal this Contract as of the date first above written. APPROVED AS TO FORM: Abbott S. Hayes, Jr. Hulsey, Oliver & Mahar, LLP City Attorney THE CITY OF GAINESVILLE (INSERT CONTRACTOR NAME) By: Bryan Lackey, City Manager By: (Insert name and title) Attest: Denise O. Jordan, City Clerk Attest: (Insert name and title) (CITY SEAL) (IMPRINT SEAL) Note: If the Contractor is registered with the Georgia Secretary of State as described in Article 12(a) of this contract, the contract shall be signed by an officer of the corporation, attested by the corporate secretary, and the corporate seal affixed. If the Contractor is a sole proprietor as described in Article 12(b) of this contract, the contract shall be signed by the individual and attested by a notary public. Page 6 of 6 Contractor City

CITY OF PORTLAND, TEXAS

CITY OF PORTLAND, TEXAS REQUEST FOR PROPOSAL CITY OF PORTLAND, TEXAS GROUNDS AND LANDSCAPING MAINTENANCE CITY OF PORTLAND MUNICIPAL BUILDINGS CITY OF PORTLAND, TEXAS Due Date: 1900 Billy G. Webb Drive October 7, 2014 Portland,

More information

Hall County Library System 127 Main Street NW Gainesville, Ga Phone (770) Fax (770) Invitation for Bid

Hall County Library System 127 Main Street NW Gainesville, Ga Phone (770) Fax (770) Invitation for Bid Hall County Library System 127 Main Street NW Gainesville, Ga. 30501 Phone (770) 532-3311 Fax (770) 532-4305 Invitation for Bid Part I Date Issued: April 7, 2017 Bid # 2017-2 Sealed proposals from suppliers

More information

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square It is the intent of the Borough to contract for mowing and maintenance services for the Borough Square areas

More information

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS

CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS CITY OF TRAVELERS REST, SOUTH CAROLINA INVITATION FOR BIDS FOR Landscape Services The City of Travelers Rest, South Carolina is seeking competitive bids from qualified companies to provide the City with

More information

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association

2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association 2014 COMMON AREA GROUNDS MAINTENANCE AGREEMENT Neighborhood Association This agreement is made by and between (Contractor) and the Neighborhood Association (Neighborhood) for the calendar year January

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

PO BOX 2619 Ventnor, NJ 08406

PO BOX 2619 Ventnor, NJ 08406 PO BOX 2619 Ventnor, NJ 08406 Dear Landscape Professional: Enclosed please find the Landscape specifications for you. Please submit your proposal on our form by mail or fax to 609-348-1769 Please submit

More information

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores The Town of Palm Beach Shores desires to engage the services of an individual or business entity to provide lawn and

More information

Request for Proposal. For. Grounds Maintenance Services

Request for Proposal. For. Grounds Maintenance Services Request for Proposal For Grounds Maintenance Services ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO: Jasmine Privott, Director of Housing Operations Deerfield Beach Housing Authority 533 S. Dixie Highway,

More information

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

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

More information

Landscaping and Mowing. City of Ranson, West Virginia

Landscaping and Mowing. City of Ranson, West Virginia Project Manual and Request for Proposals Landscaping and Mowing City of Ranson, West Virginia Mandatory Pre-Bid Meeting: Bids Close: January 7, 2016 @ 10:00 a.m. Ranson City Hall 312 S. Mildred Street

More information

City of St. Clair. Request for Proposals. (Lawn Maintenance Services)

City of St. Clair. Request for Proposals. (Lawn Maintenance Services) City of St. Clair Request for Proposals (Lawn Maintenance Services) SCOPE OF WORK The City of St. Clair (herein referred to as City ) is seeking to retain a contractor for general lawn maintenance services.

More information

Franklin Redevelopment and Housing Authority

Franklin Redevelopment and Housing Authority Franklin Redevelopment and Housing Authority REQUEST FOR PROPOSAL LAWN CARE AND MAINTENANCE SERVICES RFP 20140407 The Franklin Redevelopment and Housing Authority (FRHA) is currently accepting proposals

More information

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

CRAFT FARMS LANDSCAPE SERVICE CONTRACT This Contract is between Mack s Landscaping and Lawn Care LLC (Bidder) and the Craft Farms Property Owners Assocation (CFPOA) (Owner). This contract provides for the total scheduled lawn and landscape

More information

CRAFT FARMS LANDSCAPE SERVICE CONTRACT

CRAFT FARMS LANDSCAPE SERVICE CONTRACT This Contract is between Tree Of Life, Inc. (Bidder) and the Craft Farms Property Owners Assocation (CFPOA) (Owner). This contract provides for the total scheduled lawn and landscape maintenance services

More information

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT

THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THE STATE OF TEXAS Landscape Maintenance and Use Agreement COUNTY OF TARRANT THIS LANDSCAPE MAINTENANCE AND USE AGREEMENT (hereinafter referred to as "Agreement") is made and entered into on this day of,

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

TOWN OF TYNGSBOROUGH

TOWN OF TYNGSBOROUGH TOWN OF TYNGSBOROUGH 25 Bryants Lane Tyngsborough, MA 01879 Tel: 978 649-2300 Ext. 150 Fax: 978 649-2320 E-mail: apage@,tvngsboroughma.gov TOWN OF TYNGSBOROUGH INVITATION FOR QUOTES 1. Purpose. The Town

More information

Request for Bids. South King Fire & Rescue. December 2018

Request for Bids. South King Fire & Rescue. December 2018 Request for Bids South King Fire & Rescue Grounds Maintenance December 2018. Page 1 of 8 Request for Bids Grounds Maintenance Contents: Bid Instructions... Page 3 Scope of Work.Page 5 Bid Form... Page

More information

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

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

More information

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC. FOR DONATIONS TO FULTON COUNTY S YOUTH BASKETBALL PROGRAM THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made

More information

Fusion F.C. Soccer Club

Fusion F.C. Soccer Club Fusion F.C. Soccer Club REQUEST FOR LANDSCAPE MANAGEMENT PROPOSAL Red Land Soccer Club Complex & McLaughlin Field. January 25 th 2018 Fusion F.C. Soccer Club Board of Directors Table of Contents 1. INSTRUCTIONS

More information

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS LANDSCAPING AND LAWN MAINTENANCE SERVICES LOCATION: Central Maintenance Property 1005 South Eugene Street Greensboro, NC 27406 May 2015 GREENSBORO HOUSING

More information

Landscaping Services - Request for Quotations

Landscaping Services - Request for Quotations Landscaping Services - Request for Quotations Public Utility District No. 1 of Thurston County (District) is seeking quotations from qualified parties to provide landscaping services at its Lacey office

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

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502

CITY OF JASPER, ALABAMA P. O. Box th Street West Jasper, Alabama 35502 CITY OF JASPER, ALABAMA P. O. Box 1589 400 19 th Street West Jasper, Alabama 35502 Date: January 29, 2018 Bids to be opened at 11:00 Date: February 28, 2018 To Whom It May Concern: Sealed bids will be

More information

CITY OF LEE'S SUMMIT

CITY OF LEE'S SUMMIT CITY OF LEE'S SUMMIT City Council Information Form DATE: 05/11/2012 ASSIGNED STAFF: Kent Monter DEPARTMENT: Public Works Department TYPE OF Ordinances Form No.: 3403 FORM: APPROVALS: pur: bward 03/30/2012

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

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

ALABAMA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE COOPERATIVE MAINTENANCE OF PUBLIC RIGHT OF WAY WITH REIMBURSEMENT

ALABAMA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE COOPERATIVE MAINTENANCE OF PUBLIC RIGHT OF WAY WITH REIMBURSEMENT Form MB-06B Page 1 of 5 ALABAMA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR THE COOPERATIVE MAINTENANCE OF PUBLIC RIGHT OF WAY WITH REIMBURSEMENT County Route Number Milepost FOR OFFICIAL USE ONLY DATE

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

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

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

More information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2 RFP 08-2014 Request for Proposal Landscape, Lawn and Mowing Services GROUP 2 Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

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

More information

REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION

REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION REQUEST FOR PROPOSALS LANDSCAPING AND GROUND MAINTENANCE CONTRACT NORTH OGDEN CITY CORPORATION RECEIPT OF PROPOSALS: North Ogden City is requesting proposals for LANDSCAPING AND GROUNDS MAINTENANCE CONTRACTS.

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS 2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS Food sales are limited to those items listed on your application and approved by the Food Vendor Coordinator. Vendors may not subcontract space or allow

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

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

NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES

NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES NOTICE TO BIDDERS CITY OF PINEY POINT VILLAGE MOWING SERVICES Sealed bids for MOWING SERVICES of the City s rights-of-way will be received until 3:00 p.m., April 19, 2018, in the Office of the City Secretary,

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL 2013 COFFEYVILLE AIRPORT MOWING PROPOSAL The City of Coffeyville is accepting proposals for finish mowing and bush hog mowing for the April 2013 through October 2013 growing season. Areas to be mowed are

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

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 New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Deputy Commissioer City of New Rochelle

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

INVITATION FOR BIDS. Owner: Rockwood Electric Utility

INVITATION FOR BIDS. Owner: Rockwood Electric Utility INVITATION FOR BIDS Sealed bids from qualified, licensed contractors will be accepted and publicly read on Thursday, February 16,2017 at 10:00 a.m. at the Rockwood Electric Utility (REU) office building,

More information

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LANDSCAPING AND LAWN MAINTENANCE SERVICES.

GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LANDSCAPING AND LAWN MAINTENANCE SERVICES. GREENSBORO HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR LANDSCAPING AND LAWN MAINTENANCE SERVICES. NOT REQUIRED BUT DESIRED ADDITIONAL SERVICE: SNOW REMOVAL (CENTRAL OFFICE) 1 GREENSBORO HOUSING AUTHORITY

More information

LAWN CARE BID PACKAGE

LAWN CARE BID PACKAGE GRAND RAPIDS HOUSING COMMISSION LAWN CARE BID PACKAGE TABLE OF CONTENTS Page INVITATION TO BID 2 GENERAL CONDITIONS, INSTRUCTIONS, & INFORMATION. 2 GENERAL SCOPE OF WORK.. 4 SITE SPECIFIC REQUIREMENTS...

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS 7110 West Q Avenue, Kalamazoo, MI 49009 P: (269) 375-1591 F: (269) 375-0791 www.texastownship.org REQUEST FOR PROPOSALS 2017-2018 Lawn Maintenance Contract Proposals The Charter Township of Texas, Kalamazoo

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail)

Hillview Branch Library 155 Terry Blvd. Hillview, KY (Note: This property also includes a large back yard with a pavilion and walking trail) Request for Proposal Bullitt County Public Library ( the Library ) will be issuing a 12-month contract for lawn care and landscaping starting April 2018. The Library will be accepting individual bids on

More information

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019

Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties. Bid Package # through 2019 Specifications for Contract of Lawn Maintenance Mowing at Georgetown Township Properties Bid Package #2 2018 through 2019 It is the intent of Georgetown Township (Township) to contract services to maintain

More information

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS NOTICE OF BID TO MOWING CONTRACTORS Notice is hereby given that the City of San Juan is seeking bids for Mowing of Weedy Lots. Bids will be received at

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents-

FULTON PUBLIC SCHOOL DISTRICT Property Mowing Services. -Request of Proposals (RFP) & Contract Documents- FULTON PUBLIC SCHOOL DISTRICT 2019 Property Mowing Services -Request of Proposals (RFP) & Contract Documents- 1 TABLE OF CONTENTS Table of Contents 2 Notice to Bidders 3 Instructions to Bidders 4 Certification

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

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

Request for Bids EASTERN YORK SCHOOL DISTRICT. Service Contract for Lawn and Landscape Maintenance. Todd J. Hoover

Request for Bids EASTERN YORK SCHOOL DISTRICT. Service Contract for Lawn and Landscape Maintenance. Todd J. Hoover EASTERN YORK SCHOOL DISTRICT Request for Bids Service Contract for Lawn and Landscape Maintenance Todd J. Hoover BID320190a2-2013 Table of Contents Notice to Bidders... ii 1 Instructions to Bidders...

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

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

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

More information

Invitation to Bid Landscaping Installation. And. Landscaping Maintenance Services Contract

Invitation to Bid Landscaping Installation. And. Landscaping Maintenance Services Contract Invitation to Bid 15-09 Landscaping Installation And Landscaping Maintenance Services Contract PROPOSALS TO BE E-MAILED: Tucker-Northlake Community Improvement District ATTN: John Gurbal john.gurbal@loweengineers.com

More information

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA BID: Q17-134 TO: ALL PERSPECTIVE BIDDERS FROM: ZAKIA ALAM, PURCHASING & CONTRACTS

More information

Request for Proposal Landscape Maintenance

Request for Proposal Landscape Maintenance 11 April 2017 Request for Proposal Landscape Maintenance Mint Farm Industrial Park Table of Contents PART 0- INSTRUCTIONS TO BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT: 2 THE

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 18029 City of Gainesville Emergency Backup Generator Replacement Proposal Release: April 26, 2018 Proposal Questions Deadline: May 3, 2018 Proposal Due

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

DRY SWEEPING SERVICES AGREEMENT

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

More information

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED) Contract Number: Funding Source: Budget Number: Site/Department: Program Responsibility: Instructions / Face Sheet for INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES (CONSTRUCTION-RELATED)

More information

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE

CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE CITY CONTRACT NO. MEMORANDUM OF UNDERSTANDING BETWEEN EMPIRE BUILDERS LLC AND THE CITY OF CHEYENNE 1. Parties. This Memorandum of Understanding (MOU) is made and entered into by and between Empire Builders

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

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

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

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

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016

TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 TELL CITY TROY TOWNSHIP SCHOOL CORPORATION SPECIFICATIONS FOR LAWN CARE CONTRACT 2015 through 2016 GENERAL STATEMENTS Each bidder is responsible to inspect all school buildings and sites to be familiar

More information

AGREEMENT BETWEEN OWNER AND SELLER

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

More information

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

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

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

Bid Schedule. Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY SCHEDULE ANNUAL SCHEDULE Mows STREET MEDIANS AND EASEMENTS

Bid Schedule. Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY SCHEDULE ANNUAL SCHEDULE Mows STREET MEDIANS AND EASEMENTS Bid Schedule Contract for Mowing Services TOWN HALL AND NON-PARK PROPERTY: MOWING OF WEEDS AND GRASS ON GROUNDS WITHIN THE CORPORATE LIMITS OF THE TOWN OF SUNNYVALE, per all terms, conditions and specifications

More information

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019 A. Introduction Great Parks of Hamilton County (GPHC) is requesting proposals to apply mulch

More information

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

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

More information

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

PARKING LOT USE AGREEMENT

PARKING LOT USE AGREEMENT PARKING LOT USE AGREEMENT THIS PARKING LOT USE AGREEMENT (this Agreement ) is effective as March 1, 2017, ( Effective Date ), and is entered into by and between Port San Luis Harbor District, ( District

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

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

St. George CCSD #258

St. George CCSD #258 St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

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

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

More information

Request for Proposal for Lawn Services

Request for Proposal for Lawn Services Request for Proposal for Lawn Services Action Pathways, Inc. (API), is seeking proposals from qualified lawn care professionals to preform lawn care and landscaping maintenance of API properties. Description

More information