1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below.

Size: px
Start display at page:

Download "1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below."

Transcription

1 I. General Requirements A. This bid is for removing and reinstalling six (6) Flexi-Liner Tl liners (no substitution) in six (6) chemical tanks at the SFPUC Sunol Valley Chlorination Facility (SVCF) as shown in the attached drawings (Attachment C). B. Successful bidder shall remove the existing liners in the chemical tanks, place the removed liners in a City-provided dumpster. and perform the relining work per tank as specified in this document. The entire scope of work (remove existing liners, deposit existing liners and install new liner per tank) shall be completed within 180 working days of starting the work unless otherwise directed by City Engineer. C. All bids prices must be bid on the City and County of San Francisco Purchasing's bid document. All attached forms must be completed and submitted with the bid package. Any incomplete bid package may result in the rejection ofthe bid. D. The services to be provided under this Contract are subject to compliance monitoring and enforcement of prevailing wage requirements by the California Department of Industrial Relations ("DIR") and the San Francisco Office of Labor Standards Enforcement ("OLSE"). No contractor or subcontractor may be listed in a bid for this Contract and no contractor or subcontractor may be awarded this Contract unless registered with the DIR per California Labor Code Section [with limited exceptions from this requirement for bid purposes only under California Labor Code Section (a)]. Satisfactory evidence that the Bidder and every subcontractor is currently registered with the California Department of Industrial Relations as required by California Labor Code section shall be furnished with the Bid. II. Bidder's Qualifications A. Experience 1. In order to receive consideration, Bidder must have technical knowledge and experience as stated below. 2. The Bidder shall have a minimum of fifteen (15) years of experience, and be reputable, qualified, and regularly engaged in the installation of tank liners. Pagel of 11

2 3. Individuals entering into a chemical tank (confined space) and performing any work inside the tank shall have safety training and valid Confined Space training. Proof of training shall be provided upon request. B. References 1. Bidder shall provide at least two (2) references (Attachment D) of similar tank liner removal and installation services and submit with bid. One of the references should be from a public utility. C. City reserves the right to reject any bid in which the information submitted by Bidder fails to satisfy City and/or Bidder is unable to supply the information and documentation requested. III. Bidder's Requirements/Responsibilities A. Bidder shall refer to Bid Sheets and Attachments A, C, D, E, and F, for additional bid requirements and specifications. B. Successful bidder shall maintain regular business hours and be available to answer questions and offer technical assistance required during normal business hours Monday - Friday, 8:00 a.m. - 5:00 p.m. C. Successful bidder shall provide all services, tools, materials, equipment, and trained personnel necessary to perform the work specified in the Bid Documents. Refining work shall be performed strictly in accordance with Flexi Liner's specifications. Successful bidder shall be responsible for obtaining all necessary technical information from the liner manufacturer. D. Successful bidder must assume complete responsibility for all component parts of the removal of the existing liner and installation of the new liner. This responsibility shall include, but not be limited to, transportation, storing, installing, and inspection. E. Bids must be submitted with separated materials (bid lines 1-3) and labor (bid line 4) costs. No tax to be applied to labor costs. F. Pre-Bid Inspection ofthe existing chemical tanks: Page 2 of 11

3 Bid No. ITSF CD Photos have been included in the bid package to define and describe the existing site conditions in Appendix G. If site inspection is desired, Bidder must contact Brad Wilson at (650) and/or bwi 1 sonfu)scw ater.oru no less than 5 days prior to bid due date to schedule field visit. Only one site visit will be scheduled for interested Bidders. G. Prevailing Wage Requirements: 1. Services to be performed by Contractor under this Contract are covered by the provisions of Section 6.22(e) [Prevailing Wages] ofthe Administrative Code (collectively, "Covered Services"). The provisions of Administrative Code Section 6.22(e), including the enforcement provisions set forth in 6.22(e)(8), are incorporated as provisions of this Contract as if fully set forth herein and will apply to any Covered Services performed by Contractor and its subcontractors. 2. The latest prevailing wage rates for private employment on public contracts as determined by the San Francisco Board ofsupervisors and the Director ofthe California Department of Industrial Relations, as such prevailing wage rates may be changed during the term of this Agreement, are hereby incorporated as provisions of this Contract. Copies of the prevailing wage rates as fixed and determined by the Board of Supervisors are available from the SFPUC Contract Administration Bureau, and are also available on the Internet at Contractor agrees that it shall pay not less than the prevailing wage rates, as fixed and determined by the Board, to all workers employed by Contractor who perform Covered Services under this Contract. 3. Contractor further agrees as follows: a. As required by Section 6.22(e)(5) of the Administrative Code, Contractor shall insert in every subcontract or other arrangement, which it may make for the performance of Covered Services under this Contract, a provision that said subcontractor shall pay to all persons performing labor in connection with Covered Services under said subcontract or other arrangement not less than the highest general prevailing rate of wages as fixed and determined by the Board ofsupervisors for such labor or services. b. As required by Section of the Labor Code, Contractor shall post job site notices prescribed by the California Department of Page 3 of 11

4 Bid No. ITSF CD Industrial Relations ("DIR") at all job sites where Covered Services are to be performed, c. As required by Section 6.22(e)(6) of the Administrative Code and Section 1776 of the Labor Code, Contractor shall keep or cause to be kept complete and accurate payroll records for all trade workers performing Covered Services. Such records shall include the name, address and social security number of each worker who provided Covered Services on the project, including apprentices, his or her classification, a general description of the services each worker perfonned each day, the rate of pay (including rates of contributions for, or costs assumed to provide fringe benefits), daily and weekly number of hours worked, deductions made and actual wages paid. Every subcontractor who shall undertake the performance ofany part of Covered Services shall keep a like record of each person engaged in the execution of Covered Services under the subcontract. All such records shall at all times be available for inspection of and examination by the City and its authorized representatives and the DIR. 4. The City will not process monthly progress payments which include payment for Covered Services until Contractor and each subcontractor performing Covered Services submits weekly certified payrolls to the City for the applicable time period. Contractor and each subcontractor performing Covered Services must also submit weekly certified payrolls directly to the DIR before the City will process monthly progress payments. 5. Certified payrolls shall be prepared pursuant to Administrative Code Section 6.22(e)(6) and California Labor Code Section 1776 for the period involved for all employees, including those of subcontractors, who performed labor in connection with Covered Services. Contractor and each subcontractor performing Covered Services shall submit certified payrolls to the City and to the DIR electronically. 6. Contractor shall submit payrolls to the City via the reporting system selected by the City. The DIR will specify how to submit certified payrolls to it. The City will provide basic training in the use of the reporting system at a scheduled training session. Contractor and all subcontractors that will perform Covered Services must attend the training session. Contractor and applicable subcontractors shall comply with electronic certified payroll requirements (including training) at no additional cost to the City. Page 4 of 11

5 Bid No. ITSFI /CD 7. Covered Services to be performed under this Agreement are subject to compliance monitoring and enforcement of prevailing wage requirements by the DIR under applicable provisions ofthe California Labor Code and/or the Office of Labor Standards Enforcement (OLSE) under Administrative Code Section 6.22(e). Contractor and any subcontractors performing Covered Services will cooperate fully with the DIR and/or the OLSE and other City employees and agents authorized to assist in the administration and enforcement of the prevailing wage requirements, and agrees to take the specific steps and actions as required by Section 6.22(e)(7) ofthe Administrative Code. 8. Should Contractor, or any subcontractor who shall undertake the performance of any Covered Services, fail or neglect to pay to the persons who perform Covered Services under this Contract, subcontract or other arrangement for the Covered Services, the general prevailing rate of wages as herein specified, Contractor shall forfeit, and in the case of any subcontractor so failing or neglecting to pay said wage, Contractor and the subcontractor shall jointly and severally forfeit, back wages due plus the penalties set forth in Administrative Code Section 6.22 (e) and/or Labor Code Section The City, when certifying any payment which may become due under the terms ofthis Agreement, shall deduct from the amount that would otherwise be due on such payment the amount of said forfeiture or forfeitures as so certified. 9. Apprenticeship a. Contractor and its subcontractors shall comply with the requirements ofthe State Apprenticeship Program (as set forth in the California Labor Code, Division 3, Chapter 4 [commencing at Section 3070] and Section ), as it may be amended from time to time, Contractor shall include in its subcontracts the obligation for subcontractors to comply with the requirements of the State Apprenticeship Program. IV. Scope of Work A. Services and Refining 1. Scope of work includes removing the liners from the existing tanks (2T- 101, 2T T-103, 2T-201, 2T-202, & 2T-301). placing removed liners in a City-provided dumpster, and installing new Flexi-Liner T-l (no substitutions) liners [0.100" thickness] in each tank per manufacturer Page 5 of 11

6 procedures/specifications. Loading and unloading at the facilities shall be performed by the successful bidder. Liner must be installed by the manufacturer or a certified manufacturer's representative. Sequence of Work: 1) Upon award, the City will provide the successfiil bidder with the required sequential order of tank liner replacement. The successful bidder shall provide a schedule based on the order of tank liner removal and replacement to the City Representative within 10 days for review and approval. The schedule shall provide start date and duration for each tank for removal and replacement - all work must be completed within 180 days. 2) A minimum of 7 days prior to start of liner removal on a given tank, successful bidder shall provide written notice to City Representative to allow for emptying and preparation of tank. City Representative will confirm receipt of notice from the successful bidder and confirm schedule. 3) Remove tank liner and dispose of liner in a City-provided dumpster. 4) Install the new 0.100" Flexi-Liner T-l liner (no substitution) per Manufacturer's (Flexi-Liner) instructions. 5) Perform a tank leak test (8 hours at the full tank water capacity). If a leak is found, successful bidder shall perform necessary work to fix the leak at no additional cost to the City. When the leak test is passed, return the assigned tank back to System Operation. 6) Repeat steps 2-5 above for remaining tanks. 2. Successful bidder shall provide all necessary equipment and tools to accomplish the work. 3. The SFPUC reserves the right to witness the relining work and perform inspections. Work to be coordinated with City Representative. City Representative to be assigned after award of contract. V. Submittals A. Bidder shall submit Material Safety Data Sheet for T-l liner with bid. Page6of 11

7 Bid No. ITSFI /CD B. Prior to start of work on individual tanks, successful bidder shall submit two (2) hard copies of relining liner sketch per tank. See Attachment C. Drawings, for each tank size and dimensions. All parts shall be new, never used before, and be recorded in a tank liner report provided by the successful bidder. Installation reports shall be provided at the completion of each tank lining. C. Installation report shall minimally contain the start date, duration, end date, results of liner weld testing, photos, and data related to the testing ofthe liner. VI. Quality Assurance A. Tank liners shall be new and identical to the technical specification in Attachment E - no substitutions. B. Tank liners must conform to applicable standards listed below: ANSI ASTM EIA IEEE ISO NEMA UL American National Standards Institute American Society for Testing and Materials Electronics Industries Association Institute of Electrical and Electronics Engineers International Organization for Standardization National Electrical Manufacturers Association Underwriters Laboratories VIII. Warranty A. During the warranty period, if tank liner fails or is found to be defective, successful bidder shall replace defective liner at no additional cost to the City. B. The successful bidder shall provide a warranty for installation of the liners for a period of one (1) year after installation. Warranty start date shall begin on the date of acceptance ofa liner by the City Representative. IX. Insurance Prior to award, the successful bidder will be required to furnish evidence of Insurance as follows: Page 7 of 11

8 A. Without in any vvay limiting Successful Bidder's liability pursuant to the "Indemnification" section ofthis Agreement, Successful Bidder must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverages: (1) Workers' Compensation, in statutory amounts, with Employers' Liability Limits not less than $1,000,000 each accident, injury, or illness: and (2) Commercial General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations including care, custody and control; and Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Owned, Non-Owned and Hired auto coverage, as applicable. (3) Contractors Pollution Liability applicable to the work being performed, with a limit no less than $500,000 per claim or occurrence and $500,000 aggregate per policy period of one year. Such coverage shall include claims concerning sudden and accidental release as well as gradual pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants. This coverage shall be endorsed to include Non-Owned Disposal Site coverage and add the City and County of San Francisco, SFPUC as additional insureds. B. Commercial General Liability and Commercial Automobile Liability Insurance, and Pollution Liability policies must provide the following: (1) Name as Additional Insured the City and County of San Francisco, its Officers, Agents, and Employees. (2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought. Page 8 of 11

9 Bid No. ITSF CD C. All policies shall provide thirty (30) days' advance written notice to City of reduction or non-renewal of coverages or cancellation of coverages for any reason. Notices shall be sent to the following address: City and County of San Francisco, Carolyn Sladnick, Senior Purchaser 525 Golden Gate Ave, 7 lh Floor San Francisco, CA D. Should any of the required insurance be provided under a claims-made form, Successful Bidder shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of three years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies. E. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit or provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence or claims limits specified above. F. Should any required insurance lapse during the term of this Agreement, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this Agreement, eifective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate this Agreement effective on the date of such lapse of insurance. G. Before commencing any operations under this Agreement, Successful Bidder shall furnish to City certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VIII or higher, that are authorized to do business in the State of California, and that are satisfactory to City, in form evidencing all coverages set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement. H. Approval of the insurance by City shall not relieve or decrease the liability of Successful Bidder hereunder. Page 9 of 11

10 San Francisco Pubiic Utilities Commission I. If a subcontractor will be used to complete any portion of this agreement, the Successful Bidder shall ensure that the subcontractor shall provide all necessary insurance and shall name the City and County of San Francisco, its officers, agents and employees and the Successful Bidder listed as additional insurers. Page 10 of 11

11 ATTACHMENTS A - General and Special Bid Conditions B - General Requirements and Specifications C - Drawings M-1 Chemical Storage Area Plan M-2 Sodium Hypochlorite Tank, Elevation, and Details M-3 Sodium Hydroxide Tank. Elevation, and Details M-4 Aqua Ammonia Tank, Elevation, and Details D Reference Form E - T-l Liner Technical Specification F - Site Photos (pages 1-15) Page 11 of 11

General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The San Francisco Public Utilities Commission

General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The San Francisco Public Utilities Commission ITSF16000191/CD RQUW16907111 General Specifications and Requirements for Brush Clearing Services with Brontosaurus For The I. General Requirements A. This bid is to provide brush clearing and mowing services

More information

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment.

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment. I. General Requirements A. This bid is to furnish and deliver Microwave Communications equipment, as well as support for initial onsite installation utilizing Installation will be done by SFPUC. Installation

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

Required Insurance Language for PRF Construction Contracts

Required Insurance Language for PRF Construction Contracts Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Office of Risk Management (ORM) requires

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

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

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

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID.

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID. BID ADDENDUM DOCUMENT PAGE: 001 CITY AND COUNTY OF SAN FRANCISCO PURCHASING CENTRAL OFFICE - ROOM 43 0 CITY HALL, 1 DR CARLTON B GOODLETT PLACE SAN FRANCISCO, CA 94102 BUYER : HOWARD TEVELSON PHONE : (415)

More information

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

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

More information

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

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

More information

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

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

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

More information

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

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN CITY OF SAN MATEO, CALIFORNIA PUBLIC WORKS DEPARTMENT 330W. 20 TH AVENUE SAN MATEO, CA 94403 The City of San Mateo hereby requests

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

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

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

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT 1. Applicant shall provide one (1) set of approved CVWD Drawings. 2. Applicant shall submit a completed Permanent

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP

More information

REQUEST FOR PROPOSAL Compensation Consulting

REQUEST FOR PROPOSAL Compensation Consulting REQUEST FOR PROPOSAL Compensation Consulting Request for Proposal Classification and Compensation Study and Analysis I. Purpose of Request The City of XXXX is seeking proposals from qualified consultants

More information

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1 CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT Bid Addendum 1 This addendum is hereby made a part of the Contract Documents to the same extent as though

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

More information

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below:

SAMPLE AGREEMENT. 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) SAMPLE AGREEMENT AGREEMENT NUMBER 2CA01161 REGISTRATION NUMBER 1. This Agreement is entered into between the State Agency and the Contractor named

More information

Name: Address: Attention: AMENDMENT TO WORK AUTHORIZATION NUMBER TO AGREEMENT FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES

Name: Address: Attention: AMENDMENT TO WORK AUTHORIZATION NUMBER TO AGREEMENT FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES CITY OF JOPLIN 602 S. MAIN STREET JOPLIN, MO 64801 CITY Name: Address: ENGINEER Burns & McDonnell Engineering Company, Inc. 9400 Ward Parkway Kansas City, MO 64114 Attention: Mr. Chris Parker, PE Attention:

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

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

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION Proposal: #1707001 Sheree Bell Due Date: August 17, 2017 Procurement Coordinator Not later

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

HAZARDOUS WASTE AGREEMENT

HAZARDOUS WASTE AGREEMENT HAZARDOUS WASTE AGREEMENT This Agreement, made and entered into as of this day of, 20, by and between Alaska Marine Lines, Inc., a Washington corporation, ("Carrier") with its principal place of business

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

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE] Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES OBJECTIVE DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES The objective of this program is to assist developers with public

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

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

ADDENDUM A. Subcontractor Insurance Requirements

ADDENDUM A. Subcontractor Insurance Requirements ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo;

Not operate above a maximum speed of 10 miles per hour; Have a gross weight of less than 80 pounds, excluding cargo; Conditions of Approval for Personal Delivery Device PDD Use Permit Updated November 13, 2017 A. The operation of any PDD shall not commence in, on or over the surface of any public thoroughfare, right-of-way

More information

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M. PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services

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

ALLIED HEALTH PROFESSIONALS DISCIPLINARY PROCEEDINGS DEFENSE COVERAGE POLICY

ALLIED HEALTH PROFESSIONALS DISCIPLINARY PROCEEDINGS DEFENSE COVERAGE POLICY ALLIED HEALTH PROFESSIONALS DISCIPLINARY PROCEEDINGS DEFENSE COVERAGE POLICY NOTICE: THIS POLICY PROVIDES COVERAGE FOR DISCIPLINARY PROCEEDINGS FIRST BROUGHT AGAINST THE INSURED DURING THE POLICY PERIOD

More information

GRANT ACCEPTANCE AGREEMENT

GRANT ACCEPTANCE AGREEMENT GRANT ACCEPTANCE AGREEMENT Between San Francisco Parks Alliance on behalf of the Friends of Larsen Playground And San Francisco Recreation and Park Department March 25, 2013 WHEREAS, The Recreation and

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

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

OCIP Contract Language

OCIP Contract Language Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered

More information

SHORELINE AREA TREE TRIMMING

SHORELINE AREA TREE TRIMMING CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

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

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

ROBERT A. BOTHMAN, INC. EXHIBIT A SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK 5 - EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this All Work in strict accordance with Contract Documents. day of 216 (Where reference

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

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

AIA Document A101 TM 2007

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

More information

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1 PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at

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

EXHIBIT B. Insurance Requirements for Construction Contracts

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

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

Insurance Claims for Recovery of Environmental Cleanup Costs

Insurance Claims for Recovery of Environmental Cleanup Costs 245 Fischer Avenue, Suite D-2 Costa Mesa, CA 92626 Tel. +1.714.770.8040 Web: www.aquilogic.com April 2014 Insurance Claims for Recovery of Environmental Cleanup Costs Introduction Environmental Damage

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

SAFETY FIRST GRANT CONTRACT

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

More information

WORK AUTHORIZATION NUMBER BMC-OC TO AGREEMENT FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES

WORK AUTHORIZATION NUMBER BMC-OC TO AGREEMENT FOR PROFESSIONAL ENGINEERING CONSULTING SERVICES CITY ENGINEER Name: CITY OF JOPLIN 602 S. MAIN STREET Address: 9400 Ward Parkway, Kansas City, MO 64114 Attention: Mr. Jeff Barnard, P.E. JOPLIN, MO 64801 Attention: Department: Phone: Mr. Chris Parker,

More information

AGREEMENT BETWEEN THE CITY OF SAN FRANCISCO AND THE TRUST FOR PUBLIC LAND REGARDING THE PARK ACTIVATION AT BUCHANAN MALL

AGREEMENT BETWEEN THE CITY OF SAN FRANCISCO AND THE TRUST FOR PUBLIC LAND REGARDING THE PARK ACTIVATION AT BUCHANAN MALL AGREEMENT BETWEEN THE CITY OF SAN FRANCISCO AND THE TRUST FOR PUBLIC LAND REGARDING THE PARK ACTIVATION AT BUCHANAN MALL This Agreement for Design and Construction of a Park Activation at Buchanan Mall

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

Subcontract Agreement

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

More information

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

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

Contractor s Insurance Requirements

Contractor s Insurance Requirements ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

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

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

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

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

Standard Form of Agreement between Owner and Construction Manager

Standard Form of Agreement between Owner and Construction Manager Standard Form of Agreement between Owner and Construction Manager Agreement made as of the day of in the year 20 Between the Owner: Town of Warwick 132 Kings Highway Warwick, New York 10990 and the Construction

More information

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,

More information

Alabama State Port Authority

Alabama State Port Authority Alabama State Port Authority Invitation to Bid Project Name Alabama State Port Authority Portable Toilets & Service Contract BID PURPOSE AND REQUIREMENTS ALABAMA STATE PORT AUTHORITY PORTABLE TOILETS &

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

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

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of ( Effective

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

More information

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

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina REQUEST FOR PROPOSALS (RFP) Marina Management Services Docktown Marina Date of Issue: Friday, October 2, 2015 Proposal Due Date: Wednesday, October 28, 2015 by 2:00 p.m. PST PROJECT OVERVIEW The City of

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: 1. THE PRICES, TERMS AND CONDITIONS OF THIS AGREEMENT #, ATTACHMENT A SPECIAL TERMS AND CONDITIONS, ATTACHMENT A_1 SECURITY, EXHIBIT 1 MANUFACTURER

More information

Office of Contract Administration ATTACHMENT B

Office of Contract Administration ATTACHMENT B I. GENERAL A. Purpose B. Term The purpose of this bid is to provide Maintenance, Inspection, Testing Services, Certification and as needed repairs on Overhead and Gantry Cranes and Hoists and their associated

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

ARTICLE V Indemnification; Insurance

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

More information

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM Request for Proposals For Consultation/Facilitation Services for Developing Deer Management Plan Due Date: Monday, September 22, 2014, 2:00 PM 1 OBJECTIVE The City of Ann Arbor is soliciting proposals

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

PERSONAL SERVICES CONTRACT County of Nevada, California

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

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information