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

Similar documents
EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

Twenty Seven Million, One Hundred Thirty-Seven Thousand, Twnety-Nine Dollars and no/100

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

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

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

RFP GENERAL TERMS AND CONDITIONS

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

GENERAL TERMS AND CONDITIONS

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

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

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

Dayton Truck Meet 2019 Vendor Agreement

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

SAMPLE SUBCONTRACTOR AGREEMENT

SAFETY FIRST GRANT CONTRACT

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

CONTRACT FOR SERVICES RECITALS

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

PERSONAL SERVICES CONTRACT County of Nevada, California

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

Services Agreement for Public Safety Helicopter Support 1

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

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

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

OGC-S Owner-Contractor Construction Agreement

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

Exhibit E Additional Provisions

AGREEMENT FOR SERVICES

BUSINESS ASSOCIATE AGREEMENT

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

BUSINESS ASSOCIATE AGREEMENT

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

OCIP Contract Language

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

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

FIXTURING/INSTALLATION AGREEMENT

Attachment A GENERAL TERMS AND CONDITIONS

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

PURCHASE ORDER ACKNOWLEDGEMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

DOUKPSC04 Rev Feb 2013

CONSTRUCTION CONTRACT

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

QUOTATION ONLY -- NOT AN ORDER

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

SAMPLE FORMS - CONTRACTS Compression Services Agreement (Form 8100) (See Attached Form)

City of La Palma Agenda Item No. 5

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ADDENDUM 1 IFB No. S Dairy Equipment Maintenance and Repair Services - Deuel Vocational Institution

RFQ #2766 Sale of Surplus Scrap Metal

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

General Purchase Order Terms and Conditions (Pro-buyer)

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

APPENDIX B: Compression Services Agreement

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

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

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

SUU Contract for Workshops and Entertainment

P R O P O S A L F O R M

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

SUBCONTRACT CONSTRUCTION AGREEMENT

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 AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

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

TERM CONTRACT AWARD CONTRACT NO:

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

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

The cost of a Project as stated in a Proposal or Service Order. An offer by Etch to provide Services to the Client.

SURPLUS BID ATTACHMENT

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

ANNEX A Standard Special Conditions For The Salvation Army

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

PERFORMER/GUEST SPEAKER/GUEST ARTIST AGREEMENT

Ceres Unified School District SERVICES CONTRACT

EXHIBIT G. Insurance Requirements. [with CCIP]

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

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

LONE TREE SCHOOL FLOORING REPLACEMENT

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

Fixed-to-Mobile satellite services

MASTER TRANSPORTATION BROKERAGE AGREEMENT

General Conditions for Consultancy Services Agreements

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND ABM ELECTRICAL POWER SOLUTIONS

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

7/14/16. Hendry County Purchase Order Terms and Conditions

Transcription:

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 below: STATE AGENCY'S NAME Department of Forestry and Fire Protection CONTRACTOR'S NAME 2. The term of this Agreement is: July 1, 2010 through June 30, 2013 3. The maximum amount of this Agreement is: $0.00 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Agreement: Exhibit A Scope of Work 1 page(s) Exhibit B Budget Detail and Payment Provisions 1 page(s) Exhibit C* General Terms and Conditions GTC 307 Exhibit D Special Terms and Conditions 2 page(s) Exhibit E Additional Provisions 2 page(s) Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at www.ols.dgs.ca.gov/standard+language IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR CONTRACTOR S NAME (if other than an individual, state whether a corporation, partnership, etc.) California Department of General Services Use Only BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) ADDRESS STATE OF CALIFORNIA AGENCY NAME Department of Forestry and Fire Protection BY (Authorized Signature) PRINTED NAME AND TITLE OF PERSON SIGNING DATE SIGNED(Do not type) Exempt per: ADDRESS

EXHIBIT A Page 2 of 7 SCOPE OF WORK 1. Contractor agrees to provide to the Department of Forestry and Fire Protection (CAL FIRE) medical oxygen cylinder refill services as described herein: The Contractor shall provide all labor, materials, supplies, equipment (including 14 cu. ft. D-cylinders in quantities as requested by CAL FIRE) and transportation, taxes, and permits necessary to provide oxygen cylinders refills. Contractor s local branch shall be a maximum of 150 miles from any service locations and Contractor must be able to respond to CAL FIRE Project Representative s request for service within 24-hours regardless of number of refills requested. 2. The services shall be performed at following CAL FIRE locations: a. Fort Jones Fire Station, 12137 Main Street, Fort Jones, California 96032 b. Hornbrook Fire Station, 14638 Bradley-Henley Road, Hornbrook, California, 96044 c. McCloud Fire Station, 1509 Squaw Valley Road, McCloud, California 96057 d. Pondosa Fire Station, 29599 Highway 89, Pondosa, California, 96057 e. Weed Fire Station, 300 Highway 97, Weed, California, 96094 f. Yreka Fire Station, 1809 Fairlane Road, Yreka, California, 96097. 3. The services shall be provided during business hours will be from 8:00 am to 5:00 pm, Monday through Friday, excluding holidays as scheduled by the CAL FIRE Project Representative. 4. The Project Representatives during the term of this agreement will be: State Agency: Forestry and Fire Protection Name: Phone: Fax: Email: Contractor: Name: Phone: Fax: Email: Direct all inquiries to: State Agency: Forestry and Fire Protection Section/Unit: Business Services Contract Unit Attention: Leslie Cary Address: P.O. Box 944246 Sacramento, CA 95815 Phone: (916) 324-5979 Fax: (916) 323-1888 Email: Leslie.Cary@fire.ca.gov Contractor: Section/Unit: Attention: Address: Phone: Fax: Email: 5. Contractor agrees to provide services in the manner specified herein and as specified in Exhibit A, Attachment 1 Detailed Scope of Work.

EXHIBIT B Page 3 of 7 BUDGET DETAIL AND PAYMENT PROVISIONS 1. Invoicing and Payment A. For services satisfactorily completed in accordance with the terms and conditions stated herein, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified as follows: Per Refill of each D Cylinder (14 cu. ft.) with Medical Oxygen (includes transportation costs of delivery) $ B. The contractor shall submit, in arrears, not more frequently than once a month, and no less than quarterly, an invoice to CAL FIRE for cost incurred pursuant to the agreement. In addition, each invoice shall contain the following information: 1) The agreement number (2CA01161). 2) The dates or time-period which the invoiced costs were incurred. 3) Description of service, quantity, rate and total for the current invoice. 4) The signature of an authorized representative of the contractor. 5) Certified Small Business or DVBE # if applicable. C. Invoices shall be submitted to: 2. Budget Contingency Clause California Department of Forestry and Fire Protection Attention: XXXXX Street Address/P.O. Box City, State, Zip Phone Number Email A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 3. Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927. In the event of an emergency, as defined in section 927.11, late payment penalties may not apply. Specific to California Department of Forestry and Fire Protection (CAL FIRE), if an invoice from a business under contract with CAL FIRE becomes subject to late payment penalties during the annually declared fire season, then the required payment approval date shall extend thirty (30) calendar days beyond the initial forty-five (45)-day period.

EXHIBIT D Page 4 of 7 SPECIAL TERMS AND CONDITIONS 1. Excise Tax The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. The State will pay for any applicable State of California or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. California may pay any applicable sales and use tax imposed by another state. 2. Settlement of Disputes In the event of a dispute, within ten (10) days of discovery of the problem contractor shall file a "Notice of Dispute" with: Department of Forestry and Fire Protection Attention: Contracts Manager P.O. Box 944246 Sacramento, CA 94244-2460 Within ten (10) days of CDF receiving contractor's notice, the contracts manager or designee shall advise contractor of the findings and recommend a method to resolve the dispute. Decision of the contracts manager or designee shall be final. In the event of a dispute, the language contained within this Agreement shall prevail over any other language including that of the bid proposal. 3. Right to Terminate (SCM 7.85) The State reserves the right to terminate this agreement subject to thirty (30) days written notice to the Contractor. Contractor may submit a written request to terminate this agreement only if the State should substantially fail to perform its responsibilities as provided herein. However, the agreement can be immediately terminated for cause. (Refer to GTC, Exhibit C, Item 7. Termination for Cause) 4. Potential Subcontractors Nothing contained in this Agreement or otherwise, shall create any contractual relation between the State and any subcontractors, and no subcontract shall relieve the Contractor of his responsibilities and obligations hereunder. The Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an independent obligation from the State's obligation to make payments to the Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor. 5. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the Agreement file. For consultant agreements, a copy of the evaluation will be sent to the Department of General Services, Office of Legal Services, if it is negative and over $5,000.

EXHIBIT D Page 5 of 7 6. Agency Liability The Contractor warrants by execution of this Agreement, that no person or selling agency has been employed or retained to solicit or secure this Agreement upon agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the State shall, in addition to other remedies provided by law, have the right to annul this Agreement without liability, paying only for the value of the work actually performed, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 7. Force Majeure Neither party shall be liable to the other for any delay in or failure of performance, nor shall any such delay in or failures of performance constitute default, if such delay or failure is caused by Force Majeure. As used in this section, Force Majeure is defined as follows: Acts of war and acts of God such as earthquakes, floods, and other natural disasters such that performance is impossible. 8. Change Contractor shall provide a written notice to the State at least thirty (30) days prior to any changes to the Contractor s current legal name. 9. Prevailing wages (Rates can be viewed at www.dir.ca.gov/dlsr) if applicable for public works In accordance with the provisions of Section 1770 and 1773 of the Labor Code, contractor and any subcontractor shall conform to the general prevailing wages as determined by the Director of Industrial Relations. Copies of these wage rate determinations or amendments may be reviewed at the principal office of the contracting agency. In accordance with Labor Code section 1813, contractor shall forfeit to the State a penalty of twenty-five dollars ($25) for each calendar day or portion thereof for any of contractor s workers or subcontractors paid less than the stipulated prevailing wage. Contractor further agrees to pay each worker the difference between the actual amount paid for each calendar day or portion thereof, and the stipulated prevailing wage rate. This provision does not apply to properly registered apprentices. In accordance with Labor Code sections 1810, 1811, and 1814, the maximum hours a worker will be employed is limited to eight (8) hours a day and 40 hours a week, except as permitted below. Contractor shall forfeit twenty-five dollars ($25) per day as a penalty to the State for each worker employed under the contract in violation of this law. In accordance with Labor Code section 1815, contractor is permitted to employ workers more than eight (8) hours a day and 40 hours a week at not less than 1 1/2 times the basic rate of pay.

EXHIBIT E Page 6 of 7 ADDITIONAL PROVISIONS 1. Insurance Requirements A. General Provisions Applying to All Policies 1) Primary Clause - Any required insurance contained in this contract shall be primary, and not excess or contributory, to any other insurance carried by the State. 2) Endorsements - Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance. 3) The Department will not provide for nor compensate Contractor for any insurance premiums or costs for any type or amount of insurance. 4) When Contractor submits a signed contract to the State, Contractor shall furnish to the State a certificate of insurance stating that all required insurance is in effect for the Contractor. B. General and Commercial Liability Insurance Contractor shall provide commercial general liability insurance of not less than $1,000,000 per occurrence for bodily injury and property damage liability combined in effect for the Contractor. The certificate of insurance will include provisions 1, and 2, in their entirety: 1) That the insurer will not cancel the insured s coverage without 30 days prior written notice to the State. 2) That the State of California, its officers, agents, employees, and servants are included as additional insured, but only insofar as the operations under this contract are concerned. Contractor agrees that the bodily injury liability insurance herein provided for shall be in effect at all times during the term of this contract. In the event said insurance coverage expires at any time or times during the term of this contract, Contractor agrees to provide at least 30 days prior to said expiration date, a new certificate of insurance evidencing insurance coverage as provided for herein for not less than the remainder of the term of the contract, or for a period of not less than one year. New certificates of insurance are subject to the approval of the Department of General Services, and Contractor agrees that no work or services shall be performed prior to the giving of such approval. In the event the Contractor fails to keep in effect at all times insurance coverage as herein provided, the State may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event. C. Worker s Compensation Insurance Contractor shall provide Worker s Compensation Insurance with Waiver of Subrogation in favor of the State of California. Employer s liability shall be not less than $1,000,000.00. By signing this Agreement, the Contractor hereby warrants that it carries Workers Compensation Insurance on all of its employees who will be engaged in the performance of this Agreement. If Staff provided by the Contractor is defined as independent contractors, this clause does not apply. D. Commercial Automobile Insurance on Owned, Hired, and/or Non-Owned vehicles. Contractor shall provide Commercial Automobile Insurance on Owned, Hired, and/or Non-Owned vehicles of not less than $1,000,000.00 policy.

EXHIBIT E Page 7 of 7 2. Regulations A. Contractor shall observe and comply with all federal, state, city, and county laws, rules or regulations affecting the work. Any work done that does not comply with any laws, rules, or regulations will be remedied at the Contractor's expense. B. Contractor shall cooperate with the Department of Forestry and Fire Protection (CAL FIRE) authorities and shall observe and comply with all regulations presently in force on Department of Forestry and Fire Protection grounds. 3. License and Permits a) The Contractor shall be an individual or firm currently licensed to do business in California and shall obtain at his/her expense all license(s) and permit(s) required by law for accomplishing any work required in connection with this contract. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this contract upon occurrence of such event. b) If you are a Contractor located within the State of California, a business license from the city/county in which you are headquartered is necessary however, if you are a corporation, a copy of your incorporation documents/letter from the Secretary of State s Office can be submitted. If you are a Contractor outside the State of California, you will need to submit to the California Department of Forestry and Fire Protection Contracts Unit a copy of your business license or incorporation papers for your respective State showing that your company is in good standing in that state. 4. Contract Amendment CAL FIRE may add or delete equipment or services as needed during the term of this agreement, at which time upon mutual consent, parties agree to reach an amicable cost apportionment and amend the contract accordingly. Except as provided herein, no alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by both parties.