NOTICE OF REQUEST FOR PROPOSALS FOR ELEVATOR MAINTENANCE AND INSPECTION SERVICES

Size: px
Start display at page:

Download "NOTICE OF REQUEST FOR PROPOSALS FOR ELEVATOR MAINTENANCE AND INSPECTION SERVICES"

Transcription

1 NOTICE OF REQUEST FOR PROPOSALS FOR ELEVATOR MAINTENANCE AND INSPECTION SERVICES NOTICE IS HEREBY GIVEN that the (City) will receive proposals for providing Elevator Maintenance and Inspection Services. Proposals will be received at the City Hall Reception Desk, Civic Center Drive, Bellflower, California, until 4:30 p.m. (Pacific Time) on Thursday, March 15, All proposals must be clearly marked, CITY OF BELLFLOWER ELEVATOR MAINTENANCE SERVICES PROPOSAL, and will be delivered during the business hours of 8:30 a.m. to 4:30 p.m., Monday through Friday, except holidays and those Fridays on which City Hall is closed, to the City Hall Reception Desk. POSTMARKS WILL NOT BE ACCEPTED. Failure of, or disturbances in any mail service is not a legitimate reason for proposals submitted after the above due date. Facsimiles will not be accepted. The City may extend the deadline at its option. Submit three (3) copies of your Proposal. It should be understood that the final fee will be negotiated with the City. As part of the Cost Proposal, please provide a breakdown of the fee by monthly fees and reimbursables. All submitted proposals will be reviewed and analyzed by City staff and the proposals which best meet the City s needs will be selected for further analysis and negotiation. The City reserves the right, in its sole discretion during the selection process, to reject any or all proposals or any portion without exception or explanation. Parties interested in obtaining a Request for Proposals (RFP) Package (at no cost) should contact the: Public Works Department 9944 Flora Vista Street Bellflower, CA (562) x2259 A copy of the RFP can also be downloaded from the City s website at: For questions regarding this RFP you may contact Bernardo Iniguez, Public Works Manager, at , extension SUBMITTAL DEADLINE TO BE CONSIDERED, PROPOSAL MUST BE SUBMITTED NO LATER THAN Thursday, March 15, 2018, at 4:30 p.m. at the City Hall Reception Desk, Civic Center Drive, Bellflower, California, Postmarks will not be accepted. Failure of, or disturbances in any mail service is not a legitimate reason for proposals submitted after the above due date. Electronic mail or facsimiles will not be accepted. The City may extend the deadline at its option. Page 1 of 10

2 Notice of RFP for Elevator Maintenance and Inspection Services Page 2 of BACKGROUND The (City) is seeking proposals from qualified Contractors who can provide maintenance, inspection, emergency response and repair services to the City s three (3) operable elevators and one (1) accessibility lift, as shown in Exhibit A. The successful Contractor must have the capacity to service both City elevator types, and be able to perform all the work as specified within this RFP. 2.0 SCOPE OF SERVICES PRECISION ELEVATORS 2.1 PREVENTATIVE MONTHLY MAINTENANCE PROGRAM Contractor will examine the following elevator equipment for optimum operation, on the first Thursday of each month: Control and landing positioning systems. Signal fixtures. Machines, drives, motors, governors, sheaves and ropes. Power units, pumps, valves and jacks. Car and hoistway door operating devices and door protection equipment. Loadweighers, car frames and platforms, and counterweights. Safety mechanisms. Contractor will perform the following tasks during the monthly visit: Lubricate equipment for smooth and efficient performance. Adjust elevator parts and components to maximize performance and safe operation. Document all work performed on maintenance and emergency service/callback logs to be provided by Contractor. 2.2 FULL COVERAGE PARTS REPLACEMENT Contractor will perform all repairs and maintenance that may be necessary to keep the elevator in compliance with the Elevator Safety Orders, Title 8 of the California Code of Regulations, including relamping all signals as necessary and repairing or replacing components worn due to normal wear. 2.3 MONTHLY SAFETY TESTING Contractor will perform fire service operation testing on the elevator once per month, on the first Thursday of each month. 2.4 ANNUAL SAFETY TESTING Contractor will test elevator equipment as outlined in the American National Standard Safety Code for Elevators and Escalators, ANSI/ASME A17.1 and A17.3, current edition. Contractor will perform relief pressure tests on the elevator once per year.

3 Notice of RFP for Elevator Maintenance and Inspection Services Page 3 of SCOPE OF WORK GARAVENTA ACCESSIBILITY LIFT 3.1 INSPECTIONS AND MAINTENANCE Contractor will inspect and lubricate the accessibility lift twice per year. 3.2 MATERIALS AND SERVICES Contractor will repair or replace components worn due to normal wear as necessary during regularly scheduled visits. 4.0 SERVICE HOURS AND SERVICE REQUESTS Contractor will respond to service requests from the City during normal business hours, Monday through Friday, 8:00 a.m. to 4:30 p.m. (except scheduled holidays), at no extra charge. Service requests are defined as minor adjustments or emergency entrapments. Services requested by the City outside of normal business hours will be considered an afterhours response, billable at an hourly rate. 5.0 PHONE MONITORING AND EMERGENCY CALL SERVICES Contractor will provide a 24-hour phone monitoring and emergency call service. Contractor will ensure the quick dispatch of technicians when necessary. Contractor will maintain a computerized and hard copy record of calls received and actions taken. 6.0 SCHEDULES AND RECORDS Contractor will provide a work schedule for the elevator machine room and for the posting near the accessibility lift. These work schedules will be designed for each type of equipment to be serviced (e.g. hydraulic elevator) and will conform to the manufacturer s recommended practice for the particular equipment concerned. They will show the kind and frequency of service and lubrication proposed by the Contractor for the duration of the Agreement. All services will be performed in accordance with schedules submitted by the Contractor. Posted schedules will be in chart format, which will be initialed by the service technician when each scheduled inspection is performed. Contractor will maintain an accurate and complete log of all work performed during routine maintenance. Contractor will maintain an accurate and complete log of all work performed outside of routine service at each location. The log will include emergency service calls and callback. The Contractor will deliver to the Public Works Facilities Supervisor a copy of the maintenance and emergency service/callback logs on the first Thursday of each month.

4 Notice of RFP for Elevator Maintenance and Inspection Services Page 4 of CONTRACTOR S LICENSE Contractor must possess a C-11 (Elevator Contractor) license issued by the California Contractors State License Board for the duration of the Agreement for Services. 8.0 SCHEDULING OF STATE ELEVATOR INSPECTIONS AND SUBMITTAL OF APPLICATIONS FOR ELEVATOR PERMITS Contractor will apply for Two-Year Elevator Permits on behalf of the City and schedule all applicable State inspections with the Department of Industrial Relations, Division of Occupational Safety & Health. Contractor will be responsible for submitting completed Elevator Permit Applications to: California Department of Industrial Relations Elevator Unit Santa Ana District Office 2000 E. McFadden Ave, Suite 208 Santa Ana, CA EXCLUSIONS Contractor will not be responsible for cosmetic, construction, or ancillary components of the elevator system, including the finishing, repairing, or replacement of the cab enclosure, ceiling frames, panels and/or fixtures, hoistway door panels, door frames, sills, car flooring, floor covering, lighting fixtures, ceiling light bulbs and tubes, main line power switches, breaker(s), feeders to controller, hydraulic elevator jack outer casing, buried piping, alignment of elevator guide rails, smoke and fire sensors, fire service reports, communication devices, security systems not installed by the Contractor, batteries for emergency lighting and lowering, air conditioners, heaters, ventilation fans and all other items as set forth and excluded in this Request for Proposals. Contractor will not be required to make any changes or recommendations in the existing design or function of the equipment. Contractor will not be obligated to service, make renewals or repairs upon the equipment by reason of obsolescence, misuse of the equipment, another party s negligence, loss of power, blown fuses, tripped stop switches, theft, vandalism, explosion, fire, power failure, water damage, storm, lighting, nuisance calls, acts of civil or military authorities, strikes, lockouts, acts of God, or any other reason or cause beyond Contractor s control. In the event any component of the elevator becomes obsolete or outmoded, or is no longer manufactured by the original manufacturer, it shall be the City s obligation to replace the obsolete or outmoded component at the City s expense. Contractor will not be obligated to install new attachments or parts upon the equipment as recommended or directed by insurance companies, any governmental agency or authority, or any third party QUALITY ASSURANCE Contractor will maintain all equipment in good operating condition in accordance with manufacturer s specifications and will ensure the utilization of the latest industry methods and technology available. Contractor s technicians will be equipped with the tools, materials and knowledge necessary to maintain and repair the equipment and systems specified herein.

5 Notice of RFP for Elevator Maintenance and Inspection Services Page 5 of 10 Contractor must be in compliance with all Government Codes including the California Code of Regulations, Title 8, Safety Orders and ANSI/ASME A17.1 and A PROGRAM SCHEDULE 11.1 CONTRACTOR SELECTION SCHEDULE The City intends to utilize the following planning chart for the timetable and process of evaluating engineering proposals. The time table is subject to change at City s discretion. Release of RFP 2/28/18 Request for Information Due at 5:00 p.m. 3/8/18 Proposals Due at 4:30 p.m. 3/15/18 Proposal Evaluation Period 3/16/18-3/20/18 Agreement Approval 3/26/18 All questions regarding this RFP must be received in writing by 5:00 p.m. on Thursday, March 8, Any changes to the RFP requirements will be made by addendum. All addenda shall be signed by proposers and attached to the proposal. Failure to attach any addenda may render the proposal non-responsive and cause it to be eliminated from consideration DELIVERABLES Deliverables will include: Monthly equipment maintenance services Monthly and Annual safety tests 24-hour emergency call services Work schedules for equipment maintenance Copies of maintenance and emergency service/callback logs 13.0 PROPOSAL FORMAT GUIDELINES Interested Contractors are to provide the City with a thorough proposal using the following guidelines: 13.1 COVER The cover should clearly display the title of this RFP, Elevator Maintenance and Inspection Services Proposal. Each submittal should have tabs numbered with the following categories: 13.2 EXECUTIVE SUMMARY

6 Notice of RFP for Elevator Maintenance and Inspection Services Page 6 of 10 Provide a cover letter that states the title of the RFP. Include the following information: Primary contact for the submittal Street address(post office boxes are not acceptable) Telephone number Fax number address Web address, if applicable 13.3 INTRODUCTION Provide general information about your firm including size, scope of practice, years in business, number of employees and office location(s). State the legal name, address and legal structure of your firm PROGRAM TEAM AND MANAGEMENT Organization: This section should include a listing of the staff and management proposed for the Services to be provided, as well as an organization chart Prior Experience: Indicate the relevant experience of the firm in undertaking this work. Provide a description of at least five previous Service Agreements. For each Service Agreement, identify the client and client contact, type of funding, and cost Key Staff: Indicate the education, registration, licenses and certifications, background and relevant experience of the individuals principally responsible for the completion of the work. Indicate years with your firm and whether qualifying experience was with your firm. Identify the roles, responsibilities and time commitment of all key staff. Include resumes of key staff APPROACH TO REQUESTED SERVICES State your understanding, approach to the services, proposed methodology and any suggestion for the City SCHEDULE AND HOURS Provide your proposed schedule for the maintenance services for the equipment listed in Exhibit A CITY PROVIDED SUPPORT State any support you will require from the City ADMINISTRATIVE REQUIREMENTS Signature: The Proposal will be signed by a company officer authorized to bind the firm and will contain a statement indicating that the proposal is valid for ninety (90) days.

7 Notice of RFP for Elevator Maintenance and Inspection Services Page 7 of Questions Regarding the RFP: Please direct any question regarding this RFP in writing to the City s Public Works Manager, Bernardo Iniguez, at biniguez@bellflower.org or via fax at COST PROPOSAL The City is interested in a cost proposal consisting of monthly rates for maintenance and inspection services listed herein, including a rate schedule for services provided outside of normal business hours GENERAL TERMS AND CONDITIONS 14.1 AGREEMENTS BETWEEN CONTRACTOR AND CITY The City will prepare an Agreement for Services for implementation between the successful Contractor using the template in Exhibit B. Proposal must state Contractor s willingness to enter into City s agreement as represented in Exhibit B, or list any amendments that may be proposed STATUTORY REQUIREMENTS The Services performed by the Vendor in accordance with an Agreement executed pursuant to this RFP must be in full conformance with all requirements, laws, rules and regulations of the State of California, all laws, rules, requirements and regulations of the Federal Government, and all local ordinances to the extent applicable LATE SUBMITTALS It is the Contractor s sole responsibility to ensure proposals are received at the City Hall Receptionist s Desk prior to the scheduled closing time specified in this RFP. Submittals will not be accepted after the deadline. Postmarks will not be accepted. Failure of, or disturbances in any mail service is not a legitimate reason for Statements of Proposals to be submitted after the above due date. s and facsimiles will not be accepted EVALUATION OF SUBMITTALS The City will evaluate submittals with the intent of selecting the most qualified Contractor. Evaluation criteria include but are not limited to the following: Evaluation Factor %Weight Cost/Value 50 Meaningful experience providing Elevator Maintenance and Inspection Services 20 Compliance with RFP requirements (Scope of Services, Proposal Format, etc.) 15 Responsiveness and thoroughness of proposal 10 Level of care and support provided to internal and external customers 5 Total 100

8 Notice of RFP for Elevator Maintenance and Inspection Services Page 8 of 10 After evaluation of the proposals, negotiation for the price of the agreement will commence with the top ranked proposer based on the submitted cost proposals. If agreement cannot be reached, negotiations may be initiated with the next ranked proposer REJECTION OF PROPOSALS The City reserves the right to reject all proposals received in response to this RFP and to waive any informality in any proposal if it is determined to be in the best interest of the City to do so PROPOSAL VALIDITY PERIOD Each Proposal must contain a statement to the effect that the Proposal is a firm offer for 180 days from the Submission Date. This statement must be signed by an individual authorized to contractually bind the Vendor, and must include his/her name, title, address, and telephone number. All prices quoted must be firm and fixed for the full contract period SUBSTITUTION OF PERSONNEL If one or more of the key personnel represented in the proposal becomes unavailable during the course of the programs, then the Contractor may substitute other personnel of at least equal competence upon written approval of the City. In the event that the City and Contractor cannot agree as to the substitution of key personnel, the City will be entitled to terminate the Agreement for Services with the Contractor DOCUMENTS TO BE CONSTRUED TOGETHER The RFP and all documents incorporated by reference in an agreement entered into between the Contractor and the City, and all modifications of said documents, will be construed together as one document INSURANCE REQUIREMENTS The Contractor will maintain at a minimum the insurance requirements specified in the Maintenance Services Agreement EXTRA WORK The City will have the right to make alterations, eliminations, and additions to the work. Exercise of such right will in no way void the agreement. The City and the Contractor will agree upon the value of such extra work or deleted work prior to proceeding with the said extra work SUBMITTALS Three (3) copies of the proposal must be received by the date and time specified above in this RFP. Hand deliver, express, or mail proposals only to:

9 Notice of RFP for Elevator Maintenance and Inspection Services Page 9 of 10 Public Works Department Attn: Bernardo Iniguez, Public Works Manager Civic Center Drive Bellflower, CA PREVAILING WAGES A. Pursuant to Labor Code 1720, and as specified in 8 California Code of Regulations 16000, the service provider must pay its workers prevailing wages. It is the service provider s responsibility to interpret and implement any prevailing wage requirements and the service provider agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. B. In accordance with Labor Code , copies of the prevailing rate of per diem wages are available on the website for State of California prevailing wage determination at C. The City directs the service provider s attention to Labor Code , and 3098 concerning the employment of apprentices by the service provider or any subcontractor. D. Labor Code requires the service provider or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate must also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: i. When employment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or ii. iii. iv. When the number of apprentices in training in the area exceeds a ratio of one to five, or When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or When the service provider provides evidence that the service provider employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. v. The service provider is required to make contributions to funds established for the administration of apprenticeship programs if the service provider employs registered apprentices or journeymen in any apprenticeable trade on such

10 Notice of RFP for Elevator Maintenance and Inspection Services Page 10 of 10 contracts and if other the service providers on the public works site are making such contributions. vi. The service provider and any subcontractor must comply with Labor Code and in the employment of apprentices. vii. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. E. The service provider and its subcontractors must keep an accurate certified payroll records showing the name, occupation, and the actual per diem wages paid to each worker employed in connection with this Agreement. The record will be kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement. If requested by the City, the service provider must provide copies of the records at its cost DIR REGISTRATION The service provider and any subcontractors must be registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the DIR pursuant to Labor Code section Attachments: Exhibit A: List of Operable Elevators to be Maintained Exhibit B: Sample Maintenance Services Agreement

11 CITY OF BELLFLOWER NOTICE OF REQUEST FOR PROPOSALS APPENDIX A Unit Qty Location Civic Center Dr., Bellflower, CA Bellflower Blvd, Bellflower, CA, Bellflower Blvd, Bellflower, CA, Manufacturer Elevator Nos. Elevator Style Type Service Frequency Precision Hydraulic Passenger Monthly Otis , Garaventa Hydraulic Passenger Monthly Accessibility Lift Passenger Bi-annually

12 AGREEMENT FILE NO. XXX MAINTENANCE SERVICES AGREEMENT BETWEEN THE CITY OF BELLFLOWER AND CONTRACTOR FOR ELEVATOR MAINTENANCE AND INSPECTION SERVICES THIS MAINTENANCE AGREEMENT ( Agreement ) is made and entered into this 26th day of March 2018, by and between the CITY OF BELLFLOWER, municipal corporation and a general law city ( CITY ) and Contractor, a type of organization, e.g., corporation, and state of incorporation ( CONTRACTOR ). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; C. As additional consideration, CITY agrees to pay CONTRACTOR for CONTRACTOR s services not to exceed a total of $XXX for the work. CITY will pay for work on the basis of the hourly rates and cost reimbursement rates as specified in the attached Exhibit X, which is incorporated by reference. 2. TERM. The term of this Agreement will be from Date to Date. The Agreement may be renewed upon mutual consent of the parties by amending this Agreement. 3. SCOPE OF SERVICES. A. This Agreement may be used for maintenance services which include the following: i. Routine, recurring, and usual work for the preservation or protection of any publicly owned or publicly operated facility for its intended purposes. ii. Minor repainting. iii. iv. Resurfacing of streets and highways at less than one inch. Landscape maintenance. Page 1 of 9

13 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 2 of 9 v. Work performed to keep, operate, and maintain publicly owned water, power, or waste disposal systems and electrical transmission lines of 230,000 volts and higher. vi. Carpentry, electrical, plumbing, glazing, and other craftwork. B. CONTRACTOR will perform the maintenance services listed in the attached Exhibit X, which is incorporated by reference. The provisions contained in this Agreement supersede any conflicting provisions in Exhibit X. C. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. A. Pursuant to Labor Code 1720, and as specified in 8 California Code of Regulations 16000, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR s responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. B. In accordance with Labor Code , copies of the prevailing rate of per diem wages are available upon request from CITY s Engineering Division or the website for State of California Prevailing wage determination at CONTRACTOR must post a copy of the prevailing rate of per diem wages at the job site. C. CITY directs CONTRACTOR s attention to Labor Code , and 3098 concerning the employment of apprentices by CONTRACTOR or any subcontractor. D. Labor Code requires CONTRACTOR or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate must also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except:

14 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 3 of 9 i. When employment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or ii. iii. iv. When the number of apprentices in training in the area exceeds a ratio of one to five, or When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or When CONTRACTOR provides evidence that CONTRACTOR employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. v. CONTRACTOR is required to make contributions to funds established for the administration of apprenticeship programs if CONTRACTOR employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. vi. vii. CONTRACTOR and any subcontractor must comply with Labor Code and in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. E. CONTRACTOR and its subcontractors must keep an accurate certified payroll records showing the name, occupation, and the actual per diem wages paid to each worker employed in connection with this Agreement. The record will be kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement. If requested by CITY, CONTRACTOR must provide copies of the records at its cost. 5. PAYMENTS. A. For CITY to pay CONTRACTOR as specified by this Agreement, CONTRACTOR must submit a detailed invoice to CITY.

15 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 4 of 9 B. CITY s City Manager may make payments up to $Amount for special items of work not included in the project scope of work and services. Payments for special work will only be made after CITY issues a written notice to proceed for the specific special tasks. A written scope of work, an agreed upon additional fee, a schedule for starting and completing the special tasks, and an agreed upon extension of the time for performance, if needed to complete the special work, will be required before CITY issues a notice to proceed for special work. All special work will be subject to all other terms and provisions of this Agreement. 6. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: i. Thoroughly investigated and considered the scope of services to be performed; ii. iii. Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR s own risk until written instructions are received from CITY. 7. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits (combined single) Commercial general liability $2,000,000 Professional Liability $1,000,000 Workers compensation Statutory requirement

16 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 5 of 9 B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as additional insureds under said insurance coverage and to state that such insurance will be deemed primary such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an occurrence, not a claims made, basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA , including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of A:VII. Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word endeavor with regard to any notice provisions. E. Self-Insured Retention/Deductibles. All policies required by this Agreement must allow CITY, as additional insured, to satisfy the selfinsured retention ( SIR ) and deductible of the policy in lieu of the CONTRACTOR (as the named insured) should CONTRACTOR fail to pay the SIR or deductible requirements. The amount of the SIR or deductible is subject to the approval of the City Attorney and the Finance Director. CONSULTANT understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by CONTRACTOR as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should CITY pay the SIR or deductible on CONTRACTOR s behalf upon the CONTRACTOR s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, CITY may include such amounts as damages in any action against CONTRACTOR for breach of this Agreement in addition to any other damages incurred by CITY due to the breach.

17 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 6 of 9 8. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 7 of this Agreement; and B. CITY gives CONTRACTOR a written notice to proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR s own risk. 9. TERMINATION. A. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination will be in writing. B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CITY s termination under this Section. 10. INDEMNIFICATION. A. CONTRACTOR indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney s fees), injuries, or liability, arising out of this Agreement, or its performance. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, CONTRACTOR will defend CITY (at CITY s request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. B. For purposes of this section CITY includes CITY s officers, officials, employees, agents, representatives, and certified volunteers. C. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement.

18 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 7 of INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 12. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Such noticing does not include day-to-day communications between CITY s and CONTRACTOR s project managers. Notice sent by mail will be addressed as follows: If to CONSULTANT: If to CITY: Attention: Click here to enter text. Attention: Click here to enter text. Address Click here to enter text Civic Center Drive Click here to enter text. Bellflower, CA phone (562) B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. C. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 13. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. 14. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character.

19 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 8 of CONSTRUCTION. The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 16. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 17. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 18. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 19. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Ventura County. 20. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the Bellflower City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY s city manager may execute any such amendment on behalf of CITY. 21. ELECTRONIC SIGNATURES. This Agreement may be executed by the Parties on any number of separate counterparts, and all such counterparts so executed constitute one agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Code 16.5, the Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. 22. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control. 23. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement.

20 Agreement File No. XXX Elevator Maintenance and Inspection Services Page 9 of FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties control, then the Agreement will immediately terminate without obligation of either party to the other. 25. ENTIRE AGREEMENT. This Agreement and its attachment(s) constitutes the sole agreement between CONTRACTOR and CITY respecting Click here to enter text.. To the extent that there are additional terms and conditions contained in the exhibit(s) that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. IN WITNESS WHEREOF the parties hereto have executed this Agreement the day and year first hereinabove written. CITY OF BELLFLOWER Contractor Jeffrey L. Stewart, City Manager Name, Title ATTEST: Mayra Ochiqui, City Clerk Taxpayer ID No. enter no. APPROVED AS TO FORM: Karl H. Berger, City Attorney

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services TO: ATTENTION: FROM: SUBJECT: Honorable Mayor and Members of the City Council Jeffrey L. Stewart, City Manager Art Bashmakian, AICP, Director of Planning and Building Services Consideration and possible

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

Honorable Mayor and Members of the City Council. Jim DellaLonga, Director of Economic Development

Honorable Mayor and Members of the City Council. Jim DellaLonga, Director of Economic Development 14-J TO: Honorable Mayor and Members of the City Council ATTENTION: Jeffrey L. Stewart, City Manager FROM: Jim DellaLonga, Director of Economic Development SUBJECT: Consideration and possible action to

More information

NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR

NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR NOTICE IS HEREBY GIVEN that the (City) will receive proposals for providing Two-Way Radio Maintenance and Repair Services. Proposals

More information

NOTICE OF REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES

NOTICE OF REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES NOTICE OF REQUEST FOR PROPOSALS FOR JANITORIAL SERVICES NOTICE IS HEREBY GIVEN that the City of Bellflower (City) will receive proposals for providing Janitorial Services. Proposals will be received at

More information

Parties interested in obtaining a Request for Proposals (RFP) Package (at no cost) should contact the:

Parties interested in obtaining a Request for Proposals (RFP) Package (at no cost) should contact the: NOTICE OF REQUEST FOR PROPOSALS FOR SERVICES FOR THE ADMINISTRATION AND COORDINATION OF THE USED OIL RECYCLING PROGRAM AND BEVERAGE CONTAINER RECYCLING PROGRAM FOR THE CITY OF BELLFLOWER NOTICE IS HEREBY

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

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

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

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

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

CONTRACT FOR SERVICES RECITALS

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

More information

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

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

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

More information

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017.

Proposals must be received at or before 2:00 p.m., Thursday, November 9, 2017. October 20, 2017 NOTICE OF REQUEST FOR PROPOSALS ( RFP ) RFP SUBJECT: Pool Maintenance and Repair Services of City Swimming Pools, Spa and Sprayground at Crown Valley Community Park, located at 29751 Crown

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

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

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

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

More information

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

CONSULTANT SERVICES AGREEMENT

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

More information

AGREEMENT FOR 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

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

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

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

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

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

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

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

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

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

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

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

KOSCIUSKO REMC AGREEMENT FOR INTERCONNECTION OF DISTRIBUTED GENERATION

KOSCIUSKO REMC AGREEMENT FOR INTERCONNECTION OF DISTRIBUTED GENERATION KOSCIUSKO REMC AGREEMENT FOR INTERCONNECTION OF DISTRIBUTED GENERATION This Interconnection Agreement ( Agreement ) is made and entered into this day of, 20, by Kosciusko Rural Electric Membership Corporation,

More information

REQUEST FOR PROPOSALS CITY OF BELLFLOWER DOCUMENT CONVERSION AND SCANNING SERVICES

REQUEST FOR PROPOSALS CITY OF BELLFLOWER DOCUMENT CONVERSION AND SCANNING SERVICES REQUEST FOR PROPOSALS CITY OF BELLFLOWER DOCUMENT CONVERSION AND SCANNING SERVICES September 28, 2016 NOTICE OF REQUEST FOR PROPOSALS FOR DOCUMENT CONVERSION AND SCANNING SERVICES NOTICE IS HEREBY GIVEN

More information

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

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

More information

ThyssenKrupp Elevator. Purchaser: Nassau County Courthouse Veterans Way Yulee, FI By: Location: Units To Be Maintained

ThyssenKrupp Elevator. Purchaser: Nassau County Courthouse Veterans Way Yulee, FI By: Location: Units To Be Maintained Purchaser: Nassau County Courthouse 76347 Veterans Way Yulee, FI 32097 Location: By: Nassau County Courthouse 76347 Veterans Way Yulee, FI 32097 ThyssenKrupp Elevator Corporation 6942 Philips Parkway Drive

More information

OPERATIONS AND MAINTENANCE AGREEMENT

OPERATIONS AND MAINTENANCE AGREEMENT OPERATIONS AND MAINTENANCE AGREEMENT THIS OPERATIONS AND MAINTENANCE AGREEMENT, ( Agreement ) dated for reference purposes only,, is made by and among LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY,

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

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

More information

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

EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT

EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT EUGENE WASHINGTON PCORI ENGAGEMENT AWARD PROGRAM: SERVICES CONTRACT AGREEMENT THIS AGREEMENT is made this day of, 2014 (the Effective Date ) between the Patient-Centered Outcomes Research Institute, a

More information

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development REQUEST FOR PROPOSALS For Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development Proposal Issue Date August 22, 2017 Proposal Submittal Due Date September

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

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

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

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

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

More information

RECITALS. NOW, THEREFORE, in consideration of the mutual agreements and covenants herein set forth, it is agreed as follows:

RECITALS. NOW, THEREFORE, in consideration of the mutual agreements and covenants herein set forth, it is agreed as follows: AGREEMENT FOR FIRE CHIEF, DUTY CHIEF, AND ADMINISTRATIVE SERVICES Between PLACER HILLS FIRE PROTECTION DISTRICT and NEWCASTLE FIRE PROTECTION DISTRICT DRAFT 2 THIS AGREEMENT FOR FIRE CHIEF, DUTY CHIEF,

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

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

More information

AIRPORT HANGAR LICENSE AGREEMENT

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

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING Release Date: Friday, January 19, 2018 Due Date: Friday, February 16, 2018, 4:00 p.m. Housing Programs

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

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

More information

CITY COUNCIL CONSENT CALENDAR

CITY COUNCIL CONSENT CALENDAR CITY COUNCIL CONSENT CALENDAR NOVEMBER 7, 2016 SUBJECT: PREPARED BY: WITH KEYSER MARSTON ASSOCIATES INC. FOR TECHNICAL ASSISTANCE AND ANALYSIS SERVICES RELATED TO HOUSING HUMAN SERVICES & RENT STABILIZATION

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

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

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

More information

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN Issue Date: August 1, 2016 Proposal Receipt Date: Issuing Office: August 29, 2016, 3:00 PM Parks and Recreation The City of Jackson, Michigan is requesting

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

SECURITY/LIEN AGREEMENT INSTALLATION OF REQUIRED IMPROVEMENTS

SECURITY/LIEN AGREEMENT INSTALLATION OF REQUIRED IMPROVEMENTS Return recorded copy to: Broward County Highway Construction & Engineering Division 1 North University Drive, Suite 300B Plantation, FL 33324-2038 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS,

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

GENERAL SPECIFICIATIONS TABLE OF CONTENTS GENERAL SPECIFICIATIONS TABLE OF CONTENTS GS.1 CONTROL OF WORK 2 GS.2 CONTRACT DRAWINGS AND SPECIFICATIONS 2 GS.3 BID SCHEDULE FORM 2 GS.4 AWARD OF CONTRACT 2 GS.5 PERMITS AND RIGHTS-OF-WAY 3 GS.6 PROSECUTION

More information

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

Staff Report. Suzanne McDonald, Financial Operations Manager (925) .d Staff Report Date: February, 01 To: From: Reviewed by: Prepared by: Subject: City Council Valerie J. Barone, City Manager Karan Reid, Director of Finance Suzanne McDonald, Financial Operations Manager

More information

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP) REQUEST FOR PROPOSALS (RFP) The Planning & Environment Review Department invites submission for Full Service Building Services Date Issued: April 8, 2019 Deadline for Submissions: April 30, 2019 at 4 PM

More information

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES

REQUESTS FOR PROPOSALS ACTUARIAL SERVICES March 17, 2015 Dear Firm: REQUESTS FOR PROPOSALS ACTUARIAL SERVICES The City of West Hollywood, the Successor Agency to the West Hollywood Community Development Commission and the West Hollywood Housing

More information

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

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

More information

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property CITY OF ELK GROVE Sale of Surplus Palm Trees Located At The Proposed Sports Complex Property Office of the City Clerk City of Elk Grove 8401 Laguna Palms Way Elk Grove, CA 95758 Proposals Due by 4:00 p.m.,

More information

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

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

More information

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS

Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements RECITALS Agreement for Reimbursement of Funds For Construction of Certain Tenant Improvements This reimbursement agreement (this Agreement ) dated as of September 19, 2011, (the Effective Date ) by and between

More information

TOWING SERVICE FRANCHISE AGREEMENT

TOWING SERVICE FRANCHISE AGREEMENT TOWING SERVICE FRANCHISE AGREEMENT 1. IDENTIFICATION This Towing Service Franchise Agreement ( Agreement herein), effective as of the date specified in Section 3 below, is entered into by, ( TOWING CARRIER

More information

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

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

More information

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022 Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022 REQUEST FOR QUALIFICATIONS & PROPOSALS For Consultant Pre Qualification for Graphic Design Services June 22, 2016 1. Invitation

More information

FIXTURING/INSTALLATION AGREEMENT

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

More information

CITY OF EL PASO DE ROBLES The Pass of the Oaks

CITY OF EL PASO DE ROBLES The Pass of the Oaks CITY OF EL PASO DE ROBLES The Pass of the Oaks TO: FROM: SUBJECT: INTERESTED INDIVIDUALS OR FIRMS ANGELICA FORTIN, CITY LIBRARIAN INVITATION TO SUBMIT STATEMENTS OF QUALIFICATIONS AND PROPOSALS TO THE

More information

Request for Proposal ACTUARIAL CONSULTING SERVICES

Request for Proposal ACTUARIAL CONSULTING SERVICES Request for Proposal for ACTUARIAL CONSULTING SERVICES October 12, 2005 1. Introduction The Board of Trustees of State Institutions of Higher Learning (IHL), through the Office of Insurance & Risk Management

More information

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES This Subcontract Agreement (this Agreement ) is made this day of, 20, by and between LARON INCORPORATED, an Arizona corporation ( Contractor ), and ( Subcontractor

More information

AGREEMENT FOR SERVICES

AGREEMENT FOR SERVICES AGREEMENT FOR SERVICES This AGREEMENT FOR SERVICES (the Agreement ) made as of the date stated below, between the Village of South Lebanon, Ohio, 10 N. High Street, South Lebanon, OH 45065 (the Village

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

B \ v2.doc APPENDIX C

B \ v2.doc APPENDIX C B0785-0001\1706002v2.doc APPENDIX C TAXICAB FRANCHISE AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FRANCHISEE'S NAME NAME OF FRANCHISEE: RESPONSIBLE PRINCIPAL OF FRANCHISEE: Insert name of Franchisee

More information

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

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

More information

Staff Report. City Council Sitting as the Local Reuse Authority

Staff Report. City Council Sitting as the Local Reuse Authority .q Staff Report Date: July, To: From: Prepared by: Subject: City Council Sitting as the Local Reuse Authority Valerie J. Barone, City Manager Guy S. Bjerke, Director - Community Reuse Planning Guy.bjerke@cityofconcord.org

More information

RFQ #1649 April 2017

RFQ #1649 April 2017 REQUEST FOR QUALIFICATIONS for ON-CALL EMERGENCY SEWER SERVICES RFQ #1649 April 2017 City of Culver City PUBLIC WORKS/ENGINEERING DIVISION 9770 Culver Boulevard Culver City, CA 90232-0507 RESPONSE DUE:

More information

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

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

Telemetry Upgrade Project: Phase-3

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

More information

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS Return recorded document to: Planning and Redevelopment Division 1 North University Drive, Suite 102A Plantation, Florida 33324 Document prepared by: NOTICE: PURCHASERS, GRANTEES, HEIRS, SUCCESSORS AND

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY ASSOCIATION MANAGEMENT AGREEMENT This agreement is made and entered into by and between PMI White Horse Property Management Inc. (hereinafter, PMI

More information

EXHIBIT 3 Page 1 of 12

EXHIBIT 3 Page 1 of 12 Page 1 of 12 FLORIDA DEPARTMENT OF TRANSPORTATION - DISTRICT FOUR MAINTENANCE MEMORANDUM OF AGREEMENT THIS AGREEMENT, is entered into this day of, 2017, by and between the STATE OF FLORIDA DEPARTMENT OF

More information

REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

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

More information

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

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

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

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

Mobile and Stationary Security Patrol Services

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

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

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

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

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

More information

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

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT TOWN OF HILLSBOROUGH PUBLIC WORKS DEPARTMENT AGREEMENT FOR PUBLIC IMPROVEMENTS SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT THIS AGREEMENT is made and entered into as of the -----------------, by and between

More information