PROJECT MANUAL. Naples Municipal Airport Naples, Florida

Size: px
Start display at page:

Download "PROJECT MANUAL. Naples Municipal Airport Naples, Florida"

Transcription

1 PROJECT MANUAL Naples Municipal Airport Naples, Florida Demolition of Executive Hangar # 4 and Attached Offices Bid Submittal Due July 31, :30 A.M. Prepared By: City of Naples Airport Authority

2 TABLE OF CONTENTS VOLUME 1 Page Numbers BIDDING REQUIREMENTS Notice to Bidders N-1 BID FORMS Bid Form/Bid Schedule B-1 to B-3 Bid Bond BB-1 to BB-2 Non-collusion Affidavit NC-1 Sworn Statement Public Entities Crimes PEC-1 to PEC-3 Performance of Work by Subcontractors SB-1 Bidder s Qualification Questionnaire BQ -1 to BQ-2 CONTRACT FORMS Service Agreement C-1 to C-8 Exhibit A A-1 to A-3 Exhibit B Scope of the Project EB1 to EB2 Certificate of Secretary CS-1 Performance Bond PB-1 to PB-2 Payment Bond PAY-1 Naples Municipal Airport ACTC Elevator Modernization TOC-1 TABLE OF CONTENTS

3 NOTICE TO BIDDERS The City of Naples Airport Authority (NAA) invites the submission of Bid Proposals from all interested and qualified parties with demonstrated construction expertise for the Demolition of Executive Hangar # 4 and Attached Offices to the Second Floor Administration Desk, General Aviation Terminal, 160 Aviation Drive North, Naples, FL Electronic Bidding and Contract documents may be obtained from beginning Monday, June 29, Bid proposals must be submitted on the forms provided in the Bidding & Contract documents no later than 9:30 A.M. on Friday, July 31st, 2015 at which time bids will be publically opened and read aloud in the Larson Conference Room, Naples Municipal Airport, 160 Aviation Drive North, Naples, Florida Bids must be accompanied by a Bid security in the form of a bid bond equal to 5% of the total bid made payable to the City of Naples Airport Authority. Contract security in the form of 100% Performance and Payment Bonds will be required. This project is the demolition and removal of the hangar building and offices located at 200 Patriot Way, Naples, FL at the Naples Municipal Airport. Contract time will be thirty (30) consecutive calendar days after issuance of permit to Final Completion. Bidders are invited to attend a Pre-bid Conference to be held at 10:00 a.m., Wednesday, July 15, 2015 in the Larson Conference Room, Naples Municipal Airport, 160 Aviation Drive North, Naples, Florida No bid may be withdrawn after closing time for the receipt of proposals for a period of sixty (60) days. A Notice-of-Award for the Contract will be issued once a successful bidder has been determined and funding has been secured. All questions concerning the bidding process and/or the contract documents must be ed in Microsoft WORD format to Kerry Keith at kkeith@flynaples.com before 5:00 p.m., July 21, Responses will be published by 5:00 P.M. on on July 23, All Bidders must be licensed in accordance with Florida Laws. The Authority recognizes fair and open competition as a basic tenet of public procurement. Respondents doing business with the Authority are prohibited from discriminating on the basis of race, color, creed, national origin, handicap, age or sex. The NAA has a progressive Disadvantaged, Minority, and Women-Owned Business Enterprises Program in place and encourages Disadvantaged, Minority, and Women-Owned Business Enterprises to participate in its RFP/RFQ/IIFB process. The City of Naples Airport Authority reserves the right to waive any informalities or irregularities in the bids received and to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests. Naples Municipal Airport Executive Hangar #4 Demolition N-1 NOTICE TO BIDDERS

4 BID FORM (Failure to clearly furnish all requested data will be cause for considering Bidder nonresponsive and may render this Bid invalid on that basis.) BID FOR: Demolition of Executive Hangar # 4 and Attached Offices SUBMITTED TO: SUBMITTED BY: City of Naples Airport Authority Second Floor Administration Desk General Aviation Terminal 160 Aviation Drive North Naples, FL Bidder's Name Company Address City, State and Zip Code 1. The undersigned, hereinafter called Bidder, in compliance with the "Notice to Bidders," proposes and agrees, if awarded the Contract, to enter into an Agreement with the Owner in the form of Agreement included in the Contract Documents, to furnish all materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the work to be performed under this Contract within the Contract Time indicated in this Bid, in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents, to the full and entire satisfaction of the Owner, for the amounts contained in the Bid Schedules. 2. This Bid will remain open for sixty (60) days after the day of Bid opening. If awarded a contract, Bidder will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within ten (10) days after the date indicated in Owner's Notice of Award. 3. In submitting this Bid, Bidder represents that: a. Bidder has become thoroughly familiar with the terms and conditions of the proposed Contract Documents accepting the same as sufficient to indicate understanding of all the conditions and requirements under the Contract which will be executed for the Work. b. Bidder has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as Bidder deems necessary. c. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. Naples Municipal Airport Hangar Demo B-1 BID FORM

5 d. That no member of the Naples Airport Authority Office or other officers or employees of said Owner is interested directly or indirectly in the Bid or in any portion of the Bid nor in the Contract or any part of the Contract which may be awarded the undersigned on the basis of such Bid. e. It is a condition of this Bid and any subsequent contract entered into pursuant to this Bid, and it shall be made a condition of each subcontract entered into pursuant to the prime contract that the Contractor and any Subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsatisfactory, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards, Title 29, CFR, Part FR7340, promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 82, Statt. 96; that it is a further condition of this Bid that he shall be solely responsible for the enforcement of such Construction and Health Standards, and that he definitely understands that the Owner and his authorized representatives will not assume any liability resulting from his failure to police and enforce all such standards. f. The description under the lump sum project, being briefly stated, implies, although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute Bidder's obligations as described in the Specifications, and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. g. Lump sum prices shall include all sales taxes, and other applicable taxes and fees. 4. Contract Time: Bidder agrees that: a. The work will be substantially completed within thirty (30) consecutive calendar days after issuance of a permit. The Bidder agrees to provide a sequencing/safety plan for the Owner's approval at least three (3) days prior to the mandatory preconstruction conference. b. The selected contractor will commence work with an adequate force and equipment at the time stated in the Notice to Proceed, and complete all work in the number of days stipulated for each phase from the date stated in said notice including working overtime or on Saturdays, Sundays, or legal holidays except as specifically allowed by the Contract Documents and approved by the Owner. 5. Bid Schedule: Demolition of Executive Hangar # 4 and Attached Offices Lump Sum $ Spell out amount: 6. Execution of Contract: Bidder agrees that: a. In case of failure on his part to execute the said Contract and Bonds within ten (10) days after the date indicated in the "Notice of Award", the check or bid bond accompanying this Bid, and the money payable thereon, shall be paid to the OWNER as liquidated damages for such failure; otherwise the Bid Bond or check accompanying this Bid shall be returned to the undersigned. Naples Municipal Airport Hangar Demo B-2 BID FORM

6 7. Bid Documentation: The following documents are attached to and must be completed and submitted along with Bid Form as part of this Bid: a. Required Bid Security in the form of a Bid Bond payable to the order of the Naples Airport Authority. b. Non-collusion Affidavit c. Sworn Statement - Public Entity Crimes d. Subcontractor List e. Bidders Qualification Questionnaire f. Certificate of Secretary 8. Name, business name, and business address (mailing and street) of Bidder to which all formal Notices shall be sent: 9. Bidder hereby acknowledges receipt of the following addenda: Addendum No. Date 10. The Bidder shall state on the line below, if a corporation, the name of state in which incorporated and the date of said corporation. Signed this day of 20. Contractor By: (Signature of individual, partner or officer signing the Bid) (SEAL) General Contractor License Number ATTEST: NOTE: Contractor is a Corporation, Secretary should attest seal. Seal is required if Bidder is a Corporation. If Contractor is a Partnership, all partners shall execute the Bid (add spaces as required). Naples Municipal Airport Hangar Demo B-3 BID FORM

7 BID BO KNOW ALL PERSONS BY THESE PRESENTS, that we, the undersigned as Principal, and as Surety, are hereby held and firmly bound unto City of Naples Airport Authority (OWNER) in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. Signed, this day of, 20. The conditions of the above obligation is such that whereas the Principal has submitted to City of Naples Airport Authority certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing for the Construction of: DEMOLITION OF EXECUTIVE HANGAR # 4 A ATTACHED OFFICES NOW THEREFORE, (a) (b) If said Bid shall be rejected, or in the alternate, If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Agreement attached hereto (properly completed in accordance with said Bid) and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. Naples Municipal Airport Executive Hangar #4 Demolition BB-1 BID BO

8 The Surety, for value received, hereby stipulates and agrees that obligations of said Surety and its Bonds shall be in no way impaired or affected by any extension of the time within which the Owner may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Principal (L.S.) Surety By: (SEAL) (1) Date of Bond must be same date as Bid. (2) Bond must be signed or countersigned by Surety's proper Florida Resident Agent. Date of Power-of-Attorney shall be same date as date of Bond. (3) If a Partnership, all partners shall execute Bond. Naples Municipal Airport Executive Hangar #4 Demolition BB-2 BID BO

9 FORM OF NONCOLLUSION AFFIDAVIT (This Affidavit is Part of Bid) STATE OF ) ) SS. COUNTY OF ) being first duly sworn, deposes and says that he is (Sole owner, a partner, president, secretary, etc.) of the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham; that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Proposal or Bid are true; and further, that such BIDDER has not, directly or indirectly submitted this BID, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent thereof. (Bidder) By: (Bidder) (Signature) Sworn to and subscribed before me this day of, 20. Notary Public in and for County My Commission expires, 20. (SEAL) Naples Municipal Airport Executive Hangar #4 Demolition NC-1 FORM OF NONCOLLUSION AFFIDAVIT

10 SWORN STATEMENT - PUBLIC ENTITY CRIMES (This statement is part of the bid) SWORN STATEMENT UER SECTION (3)(a). FLORIDA STATUES ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS This sworn statement is submitted with Bid, Proposal or Contract No This sworn statement is submitted by whose business address is (name of entity submitting sworn statement) and (if applicable) its Federal Employer Identification Number (FEIN). (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ) My name is and my relationship to the (please print name of Individual signing) entity named above is I understand that a "public entity crime" is defined in Paragraph (1)(g), Florida Statues, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation I understand that "convicted" or "conviction" as defined in Paragraph (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trail court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry plea of guilty or nolo contendere I understand that an "affiliate" as defined in Paragraph (1)(a), Florida Statues, means: (1) A predecessor or successor of a person convicted of a public entity crime: or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of Naples Municipal Airport Executive Hangar #4 Demolition PUBLIC ENTITY CRIMES PEC-1

11 shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate I understand that a "person" as defined in Paragraph (1)(c), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, A (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings, the final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administration Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Naples Municipal Airport Executive Hangar #4 Demolition PUBLIC ENTITY CRIMES PEC-2

12 Company By: (Legal Signature) Date: STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority who, after first being sworn by me, (name of Individual signing) affixed his/her signature in the space provided above on this day of, 20. NOTARY PUBLIC My Commission Expires: E OF SWORN STATEMENT - PUBLIC ENTITY CRIME Naples Municipal Airport Executive Hangar #4 Demolition PUBLIC ENTITY CRIMES PEC-3

13 PERFORMANCE OF WORK BY SUBCONTRACTORS (This listing is part of the bid) The BIDDER hereby states that he proposes, if awarded the Contract, to use the following subcontractors on this project: List below all proposed subcontractors and trade specialties and costs. (List only one subcontractor for each item.) Write on back or provide additional pages if additional space is needed. COST OF TRADE SUBCONTRACTOR SUBCONTRACTORS SPECIALTY WORK TOTAL: Naples Municipal Airport Executive Hangar #4 Demolition SUBCONTRACTORS FORM SB-1

14 BIDDER QUALIFICATION QUESTIONNAIRE (This questionnaire is part of the bid) PLEASE PRINT OR TYPE FIRM NAME: PRESIDENT: PRINCIPAL OFFICE ADDRESS: TELEPHONE: Contractor's License # FAX NUMBER: ( ) An Individual ( ) A Partnership ( ) A Corporation Federal Identification # How many years has your organization been in business as a contractor under your present name? How many years experience in construction work has your organization had as a general contractor? What was the last project of this nature which you completed? The following are named as three corporations or individuals for which you have performed work and which airport staff may contact as additional references (include addresses and telephone numbers): Have you ever failed to complete work awarded to you? If so, where and why? Have any claims been filed against your surety bond company in the last five (5) years? If so, describe the nature Naples Municipal Airport BIDDER QUALIFICATION QUESTIONNAIRE Executive Hangar #4 Demolition BQ-1

15 of the claims and give the names of the surety companies, dates of each claim, identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) Has your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary) I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my permission to contact any or all of those parties listed in this questionnaire. Incorrect or misleading statements in this questionnaire shall be grounds for a determination of nonresponsiveness with respect to such contractor. ******************************************************************************************* ************ (AUTHORIZED SIGNATURE) (DATE SIGNED) (PRINTED NAME A TITLE) (TYPE OR PRINT COMPANY NAME) (TYPE OR PRINT ADDRESS) Naples Municipal Airport Executive Hangar #4 Demolition BQ-2 BIDDER QUALIFICATION QUESTIONNAIRE

16 Form Service Agreement (Revised 02/07) SERVICE AGREEMENT FORM THIS SERVICE AGREEMENT (this Agreement ) is made effective as of the day of, 2015 (the Effective Date ) by and between the CITY OF NAPLES AIRPORT AUTHORITY, a political subdivision of the State of Florida ( the Authority ), and, ( Contractor ) a legal entity licensed to do business in the State of Florida. RECITALS A. The Authority anticipates instructing Contractor to perform and provide all of the specific services and work described on Exhibit A attached hereto and made a part of this Agreement (the Work ). B. Contractor is willing and fully competent to perform such Work pursuant to the terms and conditions set forth in this Agreement. TERMS NOW, THEREFORE, in consideration of the mutual representations, warranties, covenants and agreements set forth in this Agreement, and other valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Authority and Contractor agree as follows: 1. General. This Agreement sets forth the general terms and conditions under which Contractor shall perform and provide the Work for the Authority at the Authority s direction from time to time. The precise Work to be performed by Contractor for the Authority, and the deadline for satisfactory completion of all of the Work by Contractor (the Deadline For Satisfactory Completion ), are fully described and set forth in Exhibit A attached hereto and made a part of this Agreement. 2. Term. This Agreement is effective from the Effective Date until terminated as provided herein. Notwithstanding anything in this Agreement to the contrary, the Authority shall have the exclusive right to terminate this Agreement at any time and for any reason whatsoever in its sole discretion upon thirty (30) days written notice to Contractor. 3. Termination Event. Notwithstanding anything in this Agreement to the contrary, upon the occurrence of any of the following events (each individually a Termination Event ), all of the rights and privileges granted to Contractor shall, at the Authority s sole option, cease to exist and this Agreement shall automatically terminate: (a) Contractor fails to strictly comply with, fulfill, perform, keep, or observe any of its other obligations, covenants, or conditions under this Agreement within two (2) days after written demand from the Authority, time being of the essence; (b) Contractor makes any misrepresentation under this Agreement or other instrument or document delivered pursuant hereto; (c) The appointment of a receiver to take possession, or the attachment, execution, or other judicial seizure, of this Agreement or all or any part of Contractor s assets or business; (d) A general assignment by Contractor for the benefit of creditors; -C1- Executive Hangar #4 Demolition /1/2007

17 Form Service Agreement (Revised 02/07) (e) The Authority determines, in its sole reasonable discretion, that Contractor is or will be unable to pay its debts as they become due in the ordinary course of Contractor s business; or (f) Any voluntary or involuntary petition, or similar pleading, under any bankruptcy act shall be filed by or against Contractor or any voluntary or involuntary proceeding in any court shall be instituted to declare Contractor insolvent or unable to pay its debts. In the event that under applicable law the trustee in bankruptcy or Contractor has the right to affirm this Agreement and continue to perform the obligations of Contractor hereunder, such trustee or Contractor shall, in such time period as may be permitted by the bankruptcy court having jurisdiction, cure all defaults of Contractor hereunder outstanding as of the date of the affirmance of this Agreement and provide to the Authority such adequate assurances as may be necessary to ensure the Authority of the continued performance of Contractor's obligations under this Agreement. Further, the Authority shall receive all the protections available to creditors under the United States Bankruptcy Code including, but not limited to, Section 365 thereof, as amended from time to time. (g) No right, power, or remedy conferred upon or reserved to the Authority by this Agreement is intended to be exclusive of any other right, power, or remedy, but each and every such right, power, and remedy shall be cumulative and concurrent and shall be in addition to any other right, power, and remedy given hereunder or now or hereafter existing at law or in equity or by statute. 4. Duties of Contractor. Contractor shall perform and complete all of the Work on or before the Deadline For Satisfactory Completion to the satisfaction of the Authority in a good and workmanlike manner in accordance with generally accepted standards of practice in the State of Florida and all other applicable laws, regulations, and governmental requirements. In addition, Contractor shall: (a) Furnish all of the labor, management, information, assistance and other services required to perform the Work; (b) Furnish such equipment, products and supplies, if any, as may be specifically required to perform the Work; (c) Deliver to the Authority all reports, analyses, documents and other instruments as may be reasonably requested from time to time by the Authority relating to the performance of the Work and Contractor s other obligations under this Agreement; (d) Provide the Authority with prompt notification of any anticipated delays in the performance of the Work; (e) Designate one or more individuals to act on behalf of the Contractor with respect to the Work and with whom the Authority may confer with respect to the Work; (f) Furnish such performance bonds, if any, as may be specifically required or reasonably requested by the Authority. If required or requested, such performance bond shall guarantee Contractor s obligations under this Agreement. The Authority shall not be required to reimburse the cost of any performance bond to Contractor; and (g) At all times conduct itself in a reasonable and cooperative manner in the discharge of its obligations under this Agreement. Contractor shall be responsible and liable for insuring strict compliance by the Contractor s personnel, employees, agents, suppliers, subcontractors, licensees, invitees and trespassers with each and -C2- Executive Hangar #4 Demolition /1/2007

18 Form Service Agreement (Revised 02/07) every term and condition of this Agreement. If Contractor shall fail to perform any of its obligations under this Agreement, the Authority may, in its sole discretion, without waiving or affecting its option to terminate this Agreement or any other rights hereunder, perform or hire a third party to perform the same without thereby becoming liable to Contractor or any other person, and all payments made or costs incurred by the Authority in connection therewith shall be immediately repaid by Contractor to the Authority, with interest thereon at the highest lawful rate. Nothing contained herein shall be construed as requiring the Authority to expend monies or perform any obligations of Contractor hereunder. Contractor covenants and agrees with the Authority that should Contractor at any time become aware of any act, occurrence, or omission on the part of the Authority, its commissioners, officers, employees, agents, insurers, attorneys, representatives, successors, and assigns, which Contractor believes or has reason to suspect would give rise to a claim by Contractor for bad faith, negligence, fraud or any other form of liability against the Authority, Contractor will advise the Authority in writing of such claim or potential claim within a reasonable period of time not to exceed thirty (30) days of discovery, or Contractor shall be deemed to have waived the claim and be forever barred from asserting that claim or a related claim against the Authority. The purpose of this provision is to promptly advise the Authority of any potential claim and to allow the Authority to immediately investigate, and if necessary, remedy the alleged claim. Contractor agrees that its failure to notify the Authority within a reasonable period of time not to exceed thirty (30) days shall be a complete bar to the pursuit of the claim against the Authority and the Authority s past and present commissioners, officers, employees, agents, insurers, attorneys, representatives, successors, and assigns, in both their individual and representative capacities. 5. Ownership of Documents. All drawings, blueprints, models, reports, analyses, documents, instruments and other information prepared by Contractor in connection with the Work shall be the property of the Authority. 6. Compensation and Written Invoices. The Authority shall pay Contractor for the performance and completion of the Work at the rates and in the manner set forth in Exhibit A attached hereto and made a part of this Agreement. Upon completion and acceptance of the Work in accordance with the terms and conditions of this Agreement to the satisfaction of the Authority, Contractor shall send the Authority a written invoice detailing the authorized charges for such Work. All such written invoices are payable within sixty (60) days of receipt by the Authority 7. Licenses. Contractor represents and warrants to the Authority that it has the expertise in the type of services that shall be required to complete the Work so that Contractor can complete the Work in accordance with the terms and conditions of this Agreement. Contractor agrees to obtain and maintain throughout the entire term of this Agreement all such licenses and permits as are required to transact business in the State of Florida, Collier County, and the City of Naples, including but not limited to, all licenses and permits required by the respective state boards and other governmental agencies responsible for regulating and licensing the services to be provided by Contractor in performing the Work. The personnel, employees, agents, suppliers, subcontractors, licensees or invitees assigned by Contractor to perform the Work shall be qualified to perform the assigned duties and shall be individually licensed and permitted to perform such duties if required by applicable law. Upon request of the Authority, Contractor shall provide the Authority with copies of all applicable licenses and permits of Contractor and Contractor s personnel, employees, agents, suppliers, subcontractors, licensees and invitees required under this Section Non-Discrimination. Contractor shall operate in compliance with all requirements imposed by Title 49 CFR Sub Title A, Office of the Secretary, Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation - Effectuation of Title IV of the Civil Rights Act of Contractor shall not discriminate against any person on the basis of race, color, gender, national -C3- Executive Hangar #4 Demolition /1/2007

19 Form Service Agreement (Revised 02/07) origin, age, disability, religion or marital status, in connection with the performance of Work under this Agreement. Contractor shall comply with all applicable sections of Public Law , commonly known as the Americans with Disabilities Act. Contractor shall furnish its services on a fair, equal and not unjustly discriminatory basis, and Contractor shall charge fair, reasonable and not unjustly discriminatory prices for performing the Work. 9. Insurance. Contractor shall comply with each of the following insurance requirements and obligations: (a) Contractor shall obtain comprehensive general liability insurance, including, without limitation, coverage against claims for bodily injury, death, liability, and property damage by reason of, caused by, or resulting from the Work performed by, or any other acts or omissions of, Contractor, any of Contractor s personnel, employees, agents, suppliers, subcontractors, licensees, invitees or trespassers, and anyone claiming by or through the Contractor, and insure Contractor s indemnification obligations to the Authority under Section 10, with a combined single limit of not less than One Million And 00/100 Dollars ($1,000,000.00) as the result of any one occurrence. Contractor s comprehensive general liability insurance shall also include premises and operation, contractors, products and completed operations and contractual liability. (b) Contractor shall obtain worker s compensation insurance covering all employees meeting statutory limits in compliance with the applicable state and federal laws. The coverage must include employees' liability with the minimum limit of One Hundred Thousand And 00/100 Dollars ($100,000.00) for each accident. If exempt, Contractor shall obtain and submit to the Authority a Certificate of Exemption from Florida Workers' Compensation Law in lieu of such workers compensation insurance coverage. (c) Contractor shall obtain automobile liability insurance for all automobiles owned, used or hired by Contractor, any of the Contractor s agents, employees, contractors, subcontractors, licensees, invitees or trespassers, and anyone claiming by or through the Contractor, with a combined single limit of not less than One Million And 00/100 Dollars ($1,000,000.00) as the result of any one occurrence. (d) All of the insurance required under this Section 9 shall be obtained by Contractor prior to the commencement of the Work and shall thereafter, until the termination of this Agreement, be continually maintained by Contractor at its sole cost and expense. The Authority shall be included as an additional insured on all of Contractor s policies of general liability insurance. Renewal certificates evidencing all of the insurance required under this Section 9 shall be sent by Contractor to the Authority thirty (30) days prior to the expiration date of each applicable insurance policy. Each insurance policy required under this Section 9 shall provide that the Authority shall receive at least thirty (30) days prior written notice in the event of any cancellation or modification of any insurance coverage. All insurance coverage of Contractor shall be in addition to, and shall in no way be construed or interpreted to be a limitation of, Contractor s indemnification obligations to the Authority under Section 10. It is expressly agreed that Contractor s policies of insurance required under this Section 9 shall be primary over any insurance which the Authority may maintain or carry, and that Contractor shall obtain from its insurers an endorsement waiving any other insurance clauses which may be in conflict with this provision, and evidence of such waiver shall be indicated on all insurance policies or certificates of insurance furnished to the Authority. Contractor shall be responsible and liable for insuring that all of Contractor s personnel, employees, agents, suppliers, subcontractors, licensees or invitees who perform any of the Work carry and comply the same insurance coverages and requirements required of Contractor under this Section 9. Upon the request of the Authority, Contractor shall deliver to the Authority copies of all insurance policies of Contractor and Contractor s personnel, employees, agents, suppliers, subcontractors, licensees and invitees (and certificates of insurance for the same). -C4- Executive Hangar #4 Demolition /1/2007

20 Form Service Agreement (Revised 02/07) 10. Indemnification. Contractor covenants and agrees, in accordance with F.S. Sections and , to save and keep harmless and indemnify the Authority and the Authority s past and present commissioners, officers, employees, agents, insurers, attorneys, representatives, successors, and assigns, in both their individual and representative capacities, of, from and against any and all liabilities, losses, damages, costs, expenses, causes of action, suits, penalties, claims, demands, and judgments of every kind and nature, including, without limitation, attorneys' fees and expenses of defense (through all appeals), arising out of or caused by Contractor s negligence or intentional misconduct in connection with (i) any act or omission of Contractor or Contractor s personnel, employees, agents, suppliers, subcontractors, licensees or invitees, (ii) the performance of the Work under this Agreement, and (iii) the failure to fulfill any obligations of Contractor under this Agreement. The indemnification obligations under this Section 10 shall survive completion of the Work performed by Contractor and termination of this Agreement for any reason until the expiration of the statute of limitations as set forth in F.S. Section 95.11(3). The scope of Contractor s obligations under this Section 10 shall be broadly construed and includes all economic losses, including consequential and indirect damages up to a dollar amount equal to a reasonable commercial relationship to the Compensation amount specified on Exhibit A. 2 This Section 10 shall also pertain to any claims brought against the Authority by any of Contractor s personnel, employees, agents, suppliers, subcontractors, licensees or invitees and anyone claiming by or through Contractor. Contractor s obligations under this Section 10 shall not be limited in any way by Contractor s limit of, or lack of, sufficient insurance protection. 11. Rules and Regulations. Contractor shall comply with each of the following: (a) any and all (i) City Of Naples Airport Authority Rules And Regulations For Naples Municipal Airport, Naples, Florida as amended, (ii) regulatory or compliance regulations and (iii) all other procedures or rules on file in the offices of the Executive Director of the Authority or as hereafter promulgated, established, or amended from time to time by the Authority in its sole discretion (collectively the Airport Rules And Regulations ). The Airport Rules And Regulations are incorporated by reference and made a part of this Agreement. Upon request, Contractor shall have the right to review any of the Airport Rules and Regulations during regular business hours at the offices of the Executive Director of the Authority; and (b) any and all applicable laws, statues, ordinances, codes, rules, regulations, orders, and governmental requirements. 12. No Waiver. The failure of the Authority to enforce at any time or for any period of time any one or more of the provisions of this Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. The waiver by the Authority of a breach of any provision of this Agreement shall not be deemed a continuing waiver or a waiver of any subsequent breach of the same or any other provision hereof. 13. Severability. The invalidity of any one or more of the provisions contained in this Agreement shall not affect the enforceability of any or all of the remaining provisions hereof, all of which are inserted conditionally on their being valid in law, and, in the event that any one or more of the provisions 1 Applies to construction contracts only 2 Statutory limitation applies to construction contracts only -C5- Executive Hangar #4 Demolition /1/2007

21 Form Service Agreement (Revised 02/07) contained in this Agreement shall be declared invalid, this Agreement shall be construed as if such invalid provisions had not been inserted. 14. No Assignment. Contractor shall not voluntarily, involuntarily, or by operation of law assign, transfer, or otherwise encumber this Agreement, or any rights or privileges of Contractor hereunder, in whole or in part, without first obtaining in each and every instance the prior written consent of the Authority, which consent may be granted or withheld in the Authority s sole discretion for any reason whatsoever. Any assignment, transfer, or encumbrance contrary to the foregoing shall be a material default under this Agreement and shall be null and void at the Authority s election. 15. Independent Contractor. Neither Contractor nor Contractor s personnel, employees, agents, suppliers, subcontractors, licensees or invitees shall be deemed to be a servant, employee, partner, or joint venturer of the Authority. Contractor shall perform the Work and its obligations under this Agreement as an independent contractor. Neither Contractor nor Contractor s personnel, employees, agents, suppliers, subcontractors, licensees or invitees shall hold themselves out as having the power or authority to bind or create liability for the Authority. Contractor shall not be treated as an employee for FICA, FUTA, federal, state or local income tax withholding purposes, and Contractor shall be responsible for its own (and its personnel, employees, agents, suppliers, subcontractors, licensees and invitees) appropriate employment, social security and other tax payments, as well as any statutorily required insurance coverages. 16. Notices. All notices and communications under this Agreement shall be in writing and shall be given by personal delivery, facsimile (with receipt confirmed) or by registered or certified first class United States mail, return receipt requested, to the respective parties as follows: If to the Authority : City of Naples Airport Authority Attention: Kerry Keith 160 Aviation Drive North Naples, Florida Phone: (239) Facsimile: (239) With Copy to the Authority s Attorney: F. Joseph McMackin III, Esq. Bond, Schoeneck & King, P.A Tamiami Trail North, Suite 250 Naples, Florida Phone: (239) Facsimile: (239) If to Contractor: Attention: Phone: Facsimile: -C6- Executive Hangar #4 Demolition /1/2007

22 Form Service Agreement (Revised 02/07) Notice shall be deemed given upon personal delivery or upon receipt. Either party may change its mailing address, phone number and fax number by giving written notice to the other party in accordance with the requirements of this Section Attorneys Fees. In the event of any controversy, claim, dispute or litigation relating to this Agreement, or the breach hereof, the prevailing party shall be entitled to recover from the losing party the prevailing party s costs and expenses, including, without limitation, reasonable attorneys fees. 19. Governing Law and Venue. This Agreement shall be interpreted under, and its performance governed by, the laws of the State of Florida (excluding any conflict of law rule or principle that would refer to the laws of another jurisdiction). Each party hereto irrevocably submits to the jurisdiction of the Circuit Court of the State of Florida, Collier County, in any action or proceeding arising out of or relating to this Agreement, and each party hereby irrevocably agrees that all claims in respect of any such action or proceeding must be brought and/or defended in such court; provided, however, that matters which are under the exclusive jurisdiction of the Federal courts shall be brought in the Federal District Court for the Middle District of Florida. Each party hereto consents to service of process by any means authorized by the applicable law of the forum in any action brought under or arising out of this Agreement, and each party irrevocably waives, to the fullest extent each may effectively do so, the defense of an inconvenient forum to the maintenance of such action or proceeding in any such court. THE CONTRACTOR A THE AUTHORITY HEREBY IRREVOCABLY A UNCOITIONALLY WAIVE, TO THE FULLEST EXTENT IT MAY LEGALLY A EFFECTIVELY DO SO, TRIAL BY JURY IN ANY SUIT, ACTION OR PROCEEDING ARISING UER THIS AGREEMENT. 20. Section Headings. None of the Section headings of this Agreement shall be construed as a limitation upon the provisions hereof, said Section headings having been inserted as a guide and partial index and not as a complete index of the contents of any Section or other provision of this Agreement. Whenever the singular or plural number, masculine or feminine or neuter gender is used in this Agreement, it shall equally include the other. 21. Counterparts. This Agreement may be executed in any number of counterparts, each such counterpart being deemed to be an original instrument, and all such counterparts shall together constitute the same agreement. Delivery of an executed signature page by facsimile transmission shall be as effective as delivery of a manually signed counterpart. 22. No Modification. No modification or change to this Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. 23. Encumbrances. Contractor s rights and privileges under this Agreement are subject and subordinate to any and all rights, liens, licenses, tenancies, mortgages, uses and other encumbrances which may now or hereafter bind the Authority or encumber the Naples Municipal Airport, and to all renewals, modifications, and extensions thereof. Contractor shall, upon request of the Authority, execute any subordination documents which the Authority may deem necessary, but no such document shall be required to effectuate this subordination. 24. Further Assurances. From and after the execution and delivery of this Agreement, Contractor shall cooperate with the Authority in taking such actions, executing such instruments and -C7- Executive Hangar #4 Demolition /1/2007

23 Form Service Agreement (Revised 02/07) granting such rights as may be reasonably necessary or requested by the Authority to effectuate the purposes of this Agreement and to perfect the rights and privileges granted and the obligations assumed hereunder. 25. No Third Party Beneficiary Intended. This Agreement is made solely for the benefit of Contractor and the Authority, and their respective successors and permitted assigns, and no other person or entity shall have or acquire any right by virtue of this Agreement. 26. Entire Agreement. This Agreement represent the entire agreement between Contractor and the Authority and supercedes all prior agreements, oral or written, and all other communications relating to the subject matter hereof. Each party has had the opportunity to review with counsel the form of this Agreement and to negotiate same. Therefore, any ambiguity in this Agreement shall not be construed against either party by virtue of having drafted this Agreement. IN WITNESS WHEREOF, the parties have executed this Service Agreement as of the day and year first above written. AUTHORITY: CITY OF NAPLES AIRPORT AUTHORITY, a political subdivision of the State of Florida By: Print Name: Theodore D. Soliday Print Title: Executive Director Approved as to form and legal sufficiency by: F. Joseph McMackin III, Esq. Counsel to the Authority CONTRACTOR: By: Print Name: Print Title: -C8- Executive Hangar #4 Demolition /1/2007

24 EXHIBIT A Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Demolition of Executive Hangar # 4 and Attached Offices The project consists of the following: The scope of this project is the demolition and removal of a hangar and attached offices at the Naples Municipal Airport. Article 2. ENGINEER The project will be designed by the winning contractor or his supplier, according to the existing codes for the City of Naples, FL Building Codes. The Director of Airport Development, who is hereinafter called Director and who is to act as OWNER s representative, assumes all duties and responsibilities and has the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME 3.1 Completion of Project: Total contract time will be thirty (30) consecutive calendar days after issuance of a permit to Final Completion. The Bidder agrees to provide a sequencing/safety plan and schedule for the Owner's approval at least three (3) days prior to the mandatory preconstruction conference. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 3.1 above. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER the amount $ per day based on paragraph 3.1 for Service, Completion and readiness for Substantial and Final Completion. 3.3 CONTRACTOR agrees that the sums to be paid the OWNER in accordance with Articles 3.2 above may be deducted from the sum due the CONTRACTOR for work performed. Article 4. CONTRACT PRICE 3.4 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, and in accordance with the lump sum price submitted on the contract amount of $. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment once per month. Applications for Payment will be processed by OWNER. 5.1 Progress Payments. OWNER will make progress payments on account of the Contract Price on the basis of CONTRACTOR's Applications for Payment as recommended by OWNER, within 30 calendar days after receipt of an application for payment that has been reviewed and approved by the OWNER. The last Friday of every month that work is Naples Municipal Airport Hangar Demo A-1 EXHIBIT A

25 performed shall be the ending date for establishing the quantity of units completed for submission in the application for payment Progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as OWNER shall determine, or OWNER may withhold: 90% of Work completed as determined by OWNER. 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to OWNER. 5.2 Final Payment. Upon final completion and acceptance of the Work, OWNER shall pay the remainder of the Contract Price as recommended by OWNER. Article 6. CONTRACTOR S REPRESENTATIONS In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: 6.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 6.2 CONTRACTOR has reviewed and checked with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. 6.3 CONTRACTOR has given OWNER written notice of all conflicts, error or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by OWNER is acceptable to CONTRACTOR. Article 7. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 7.1 The Service Agreement (Contract pages C-1 to C8, inclusive) and Exhibit A. 7.2 Performance, Payment and other Bonds, consisting of 3 pages. 7.3 Technical Specifications as listed in table of contents of the Project Manual. 7.4 Drawings, as listed in table of contents of the Project Manual. 7.5 All Addenda 7.6 CONTRACTOR's Bid: a. Bid Form (pages B-1 thru B-3, inclusive) Naples Municipal Airport Hangar Demo A-2 EXHIBIT A

26 7.7 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents. Article 8. MISCELLANEOUS 8.1 No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 8.4 The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the City of Naples Airport Authority. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of City of Naples Airport Authority. 8.5 This Contract is intended by the parties as a first expression of their Contract and as a complete and exclusive statement of its terms. No course of prior dealings between the parties and no usage of trade shall be relevant or admissible to supplement, explain, or vary any of the terms of this Contract. No other representations, understandings or contracts have been made or relied upon in the making of this Contract other than those specifically set forth herein. Naples Municipal Airport Hangar Demo A-3 EXHIBIT A

27 EXHIBIT B A. Scope of Project The scope of this project is the demolition and removal of a hangar and attached offices at the Naples Municipal Airport. B. Condition Assessment Contractor shall visit premises to familiarize himself/herself with project to verify all conditions, dimensions and quantities. C. Airport Operations and Security All demolition must be done so as not to interfere with regular operations of the airport. It is anticipated that work can be done during business hours with the Contractor accessing the building from the electric gate. Access will not be allowed onto the AOA. D. Safety General Requirements 1. The Contractor shall conduct his activities in a safe and secure manner. 2. The Contractor shall acquaint his supervisors and employees with the airport activity and operators which are inherent to this active air carrier airport, and shall conduct his construction activities to conform to the guidelines on safety specified in the General Requirements of the Contract Documents and FAA Advisory Circular 150/5370-2F. (Copy is available upon request or can be acquired at ). 3. The Contractor may access the Executive Hangar # 4 ramp but has no need to access the AOA. 4. The Contractor shall continuously coordinate with the NAA Operations over the life of the Project. The Contractor shall maintain clear passage for emergency vehicles at all times. 5. Contractors shall be permitted to work normal working hours. 6. Debris shall be swept and/or vacuumed from paved roadway and all ramp areas as requested by NAA Operations. Paved aircraft movement areas must remain free of dust, sand, stones, and similar debris at all times. 7. Contractor shall provide a waste disposal area on the work site. The Contractor shall be responsible for the disposal of all debris and unsatisfactory materials off airport property in compliance with all local, state, and federal environmental protection regulations. 8. All construction shall be in compliance with O.S.H.A. Safety Standards. 9. Contractor shall notify the Director of Airport Development and Facilities of any errors or discrepancies on the plans prior to construction. 10. THE EMERGENCY NUMBER TO CALL FOR ANY INCIDENT OR EMERGENCY IS Naples Municipal Airport Exhibit B Page EB 1 Hangar Demo

28 E. Security 1. The Contractor may choose to install approximately 400 feet of FAA standard security fence to secure the construction area as depicted on the Site Map, or the Contractor may choose to proceed with the NAA Security Badging process as described in paragraphs E2 through E6. 2. The fenced-in area around the Executive Hangar # 4 will require security badging to enter the site. NAA Operations shall determine and designate which individuals will receive a Security I.D. badge. Other individuals will be granted on a case-by-case basis Escort Only badges. The Contractor shall be responsible for briefing all Contractor personnel on these requirements and, from time to time, other security provisions adopted by NAA Operations. All new Contractor employees shall be briefed on these requirements prior to working on the construction site. 3. Construction Badges In accordance with Authority security procedures, the Authority issues construction badges to individuals that have passed specific training and background checks and who will be in the movement/non-movement area for construction projects or other work. This fee has been established to cover personnel, equipment and materials costs. Administration Fee Full ID $50.00 per badge Administration Fee Non-Photo $20.00 per badge Replacement or lost Badge $50.00 per badge 4. All NAA issued security badges shall be returned to NAA Operations upon completion of the project. Any un-returned Security Badges shall cause a fee of $50.00 per badge to be deducted from monies due the Contractor. 5. The Contractor shall remain on the paved ramp area surrounding the construction site. All access beyond the ramp is strictly forbidden. All vehicles shall be subjected to a rigorous search. 6. Any and all FAA imposed fines incurred by the NAA due to Contractor s operations and/or negligence shall be deducted from monies due the Contractor. Demolition of Executive Hangar # 4 and Attached Offices General Requirements All work shall be performed by a Florida State Certified General Contractor specializing in building demolition and removal. 1. Permits, taxes and licenses by contractor. Plans shall be submitted to NAA prior to submitting for permit. 2. Removal and disposal of an approximately 14,400 (120ft x 120ft) square foot hangar structure and approximately 6000 square foot (120ft x 50ft) attached office. Building is predominantly metal. Successful bidder may have to deal with the environmental mitigation (asbestos material removal) of the building. 3. Disconnect all utilities (power, water, septic) with safe termination or capping of said utilities. 4. All demolition debris from structure is to be removed from NAA property. 5. Contractor will be responsible for leaving a clean slab and paving. 6. The NAA reserves the right to the Aviation Navigation Aid on top of structure. Naples Municipal Airport Exhibit B Page EB 2 Hangar Demo

29 CERTIFICATE OF SECRETARY AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON I, hereby certify that I am the duly authorized Secretary of, charged with keeping the records and the seal of said Corporation, and that the following is a true and correct copy of a resolution adopted at a meeting of the Board of Directors of the Corporation duly held on, which resolution is now in full force and effect. RESOLVED, that (President, Vice President), of, is hereby authorized to execute contracts, performance bonds and labor and materials bonds on behalf of the Corporation. WITNESS my hand as Secretary, and the seal of the Corporation this day of, 20. Secretary Sworn to before me this day of, 20. Naples Municipal Airport Executive Hangar #4 Demolition CS-1 CERTIFICATE OF SECRETARY

30 PERFORMANCE BO KNOW ALL MEN BY THESE PRESENTS, THAT WE as Principal, also referred to as Contractor, and as Surety, are held and firmly bound unto City of Naples Airport Authority as Owner, in the full sum of /100 s dollars ($ ) for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the above bound Principal has entered into a contract with the Owner, signature dated the day of 2015 for the demolition of executive hangar # 4 and attached offices project. NOW, THEREFORE, the conditions of this obligation are such that if the above bound principal has entered into a contract with the owner under which it agrees to furnish all the labor and material and do all work necessary to construct all improvements described in these contract documents under certain terms, conditions, and stipulations and in accordance with the plans and specifications for the project, which are hereto attached and made a part of this obligation. NOW, THEREFORE, the conditions of this obligation are such that is the above bound principal shall faithfully and fully carry out and comply with the terms and conditions of said contract, in complete the work therein specified and in the event contractor fails to perform, it shall be the duty of the surety herein to assume the responsibility for the performance of the contract and to complete the work specified therein, including, but not limited to, obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend for a period of time beyond completion of said contract, and such alterations or additions as may be made therein or in the plans and specifications, and shall indemnify and save the engineer and the owner harmless against any claims for using any form of material, process, composition or anything which is patented, and likewise indemnify and save the Engineer and the owner harmless against all claims for damages by reason of any default of negligence, want of skill or care on the part of said principal or agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall complete with and perform any and all warranties and/or guarantees provided for in said contract, then this obligation shall be void; otherwise it shall remain in full force and effect. And the surety to this bond, for value received agrees that no change, extensions of time, alterations or additions to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or the work or to the plans and specifications. Said principal and surety hereby for themselves and their families waive and renounce the benefit of all homestead and exemption laws of this or any other state or the laws of the United States, as against any claim or judgement based upon the obligations of this bond. It is agreed that this bond is executed pursuant to and in accordance with the provisions of Chapter of the Florida Statues, and is intended to be and shall be construed to be a bond on compliance with the requirements thereof, except and to the extent that this bond provides owner with greater or additional rights than those set forth in Section Naples Municipal Airport Executive Hangar #4 Demolition PB-1 PERFORMANCE BO

31 IN WITNESS WHEREOF, said Principal and Surety have thereunto affixed their hands and seals on this of, 20, either in person or by agent fully authorized. day As to Principal: Signed, sealed and delivered in the presence of: Witness Notary Public By: Principal (Legal Signature) State of County of As to Surety: Signed, sealed and delivered in the presence of: Witness Notary Public Surety Legal Signature) (L.S.) State of County of NOTE: (a) Where the Performance Bond is executed by an attorney-in-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Florida. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond,. (d) The Contractor s signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department s most current list (Circular 570 as amended) and be authorized to transact business in the State of Florida. Naples Municipal Airport Executive Hangar #4 Demolition PB-2 PERFORMANCE BO

32 PAYMENT BO BY THIS BO, We as Principal and, a corporation, as Surety, are bound to City of Naples Airport Authority, herein called Owner, in the sum of $ no/100 s dollars ($ ) for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE COITION OF THIS BO is that if Principal: 1. Performs the contract dated, 20, between Principal and Owner for construction of the DEMOLITION OF EXECUTIVE HANGAR # 4 A ATTACHED OFFICES, the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney s fees, including for appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. The notice and time limitation provisions set forth in Section , Florida Statutes, are hereby incorporated into this bond by reference. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety s obligation under this bond. DATED ON, 20 CONTRACTOR, AS PRINCIPAL Company Name: By: Printed Name: Title: SURETY Company Name: By: Printed Name Title: Naples Municipal Airport Executive Hangar #4 Demolition PAYMENT BO PAY-1

33 GFA International, Inc. Florida s Leading Engineering Source City of Naples Airport Authority 160 Aviation Drive North Naples, Florida ASBESTOS CONTAINING MATERIALS BUILDINGS SURVEY REPORT A-Frame Hangar Demolition 200 Patriot Way, Naples, Collier County Florida Parcel ID: GFA Project No June 30, 2015 GFA Contacts Fort Myers Scott A. McManus, P.G. Environmental Department Manager smcmanus@teamgfa.com Travis Merrick Operations Manager tmerrick@teamgfa.com Our Specialties Environmental Consulting I Geotechnical Engineering I Construction Materials Testing Threshold & Special Inspections I Private Provider & Code Compliance

34 Since 1988 Florida s Leading Engineering Source Environmental Geotechnical Construction Materials Testing Threshold and Special Inspections Plan Review & Code Compliance Mr. Kerry D. Keith City of Naples Airport Authority 160 Aviation Drive North Naples, Florida Office: (239) keith@flynaples.com June 30, 2015 Re: Asbestos Containing Materials Buildings Survey A-Frame Hangar Demolition 200 Patriot Way, Naples, Collier County, Florida Parcel No GFA Project No Dear Mr. Keith: In accordance with your request, GFA International, Inc. (GFA) is pleased to present this National Emissions Standard for Hazardous Air Pollutants (NESHAP) Asbestos Containing Materials Building Survey Report. This survey was conducted in accordance with Chapter of the Environmental Protection Agency s (EPA) Title 40, Part 61, Subpart M of the Code of Federal Regulations (CFR). This report includes the results of our findings from visual reconnaissance, field sample collection and laboratory analysis. GFA has conducted this Asbestos Containing Materials Building Survey in general accordance with the scope and limitations of NESHAP and GFA Proposal No , dated June 19, 2015 and accepted on June 19, On June 24, 2015, Scott McManus, Environmental Department Manager and AHERA Certified Asbestos Inspector with GFA, conducted an asbestos sampling survey of suspect asbestos-containing building materials associated with the proposed demolition of the A-frame hangar building located at 200 Patriot Way, Naples, Lee County, Florida. The interior, exterior, and roof of the subject buildings proposed for demolition were inspected and surveyed during the assessment. The building consisted of a metal roofing system and metal siding, metal-steel frame structure on concrete slab. The interior of the building was an open air hangar on the south portion, a finished office and break room area in the northwest/north central portion, and epoxy painted concrete floor in the garage northeast portion of the building. During the NESHAP asbestos sampling survey conducted at the subject building on June 24, 2015, the inspector collected a total of forty-five (45) bulk samples from twelve (12) homogeneous areas of suspect asbestos-containing materials Wallace Drive Delray Beach, Florida (561) (561) (fax) OFFICES LOCATED THROUGHOUT FLORIDA

35 GFA International, Inc. Asbestos Containing Building Materials Survey Report Project No , A-Frame Hangar Demolition Page 2 of 3 The following chart lists each homogeneous area sampled during the Asbestos Containing Materials Buildings Survey and its associated material class, material description, estimated quantity located throughout the surveyed area, total samples of the material collected, material condition, physical damage, water damage, material contact level, and material friability: (HA) AREAS MATERIAL CLASS MATERIAL DESCRIPTION ESTIMATED QUANTITY TOTAL SAMPLES COLLECTED MATERIAL COITION PHYSICAL DAMAGE WATER DAMAGE MATERIAL CONTACT MATERIAL FRIABILITY 01 M 2 x 2 White Acoustic Ceiling 4,500 SF 5 Good No No Low F Tiles 02 M 2 x 4 White Acoustic Ceiling 900 SF 3 Good Yes No Low F Tiles 03 M 12 x 12 Gray Speckle Vinyl Tile, Tan Mastic, 700 SF 3 Good No No High NF Concrete Slab 04 M Gray Carpet, Yellow Mastic, 200 SF 3 Good No No High NF Concrete Slab 05 M Vinyl Coated Sheetrock Panels 6,000 SF 7 Good No No High NF 06 M *Tan Vinyl Composite Floor 250 SF 3 Good No No Low NF Tile, Concrete Slab 07 M White and Gray Painted Sheetrock, Seam Tape, Joint 950 SF 3 Good No No High NF Compound 08 M Gray Rubber Baseboard, 150 SF 3 Good No No Low NF Glue/Mastic 09 M Tan, White, Gray, Ceramic Tile, 1,500 SF 5 Good No No High NF Grout, Thinset 10 M White/Black Rubberized TBD 3 Good No No Low NF Roofing Coating 11 M/TSI CMU Block, Mortar, **Brown Vermiculite TBD 3 Good No No Low NF/F Insulation (Filling) 12 M Painted Stucco TBD 3 Good No No Low NF M = Miscellaneous S = Surface SF = Square Feet F = Friable NF = Not Friable TBD = To Be Determined *Suspect ACM found below carpet and gray speckle vinyl tile. **Suspect ACM found within CMU block cavity. Bulk Field Logs including the homogeneous area, sample number, description, location, and NESHAP Category of each sample collected are provided in Attachment A.

36 GFA International, Inc. Asbestos Containing Building Materials Survey Report Project No , A-Frame Hangar Demolition Page 3 of 3 Building materials samples were analyzed for asbestos according to the Environmental Protection Agency (EPA) Polarized Light Microscopy (PLM) Method 600/R-93/116. None of materials within the twelve (12) homogeneous areas consisting of forty-five (45) bulk samples collected and analyzed during the NESHAP asbestos sampling survey were found to contain asbestos mineral fibers, in a quantity greater that one percent (1%). A copy of the laboratory analytical results and chain-of-custody documentation is provided as Attachment B. The EPA requires a ten-day notification prior to demolition activities. GFA was not informed of additional building materials that existed at the subject property prior to this survey. If, during demolition activities, additional materials are discovered that have not been tested or if any materials are found that were not accessible at the time of the survey, they should be considered Presumed Asbestos Containing Materials (PACM) in accordance with Chapter of the Occupational Safety and Health Administration s (OSHA) Title 29, Part 1910, Subpart Z of the CFR, until laboratory testing proves otherwise. In addition, the contractor should notify the subject property owner and GFA of any such materials for further evaluation. A copy of the survey should be kept onsite during demolition activities. This report may not be used by the client to claim product endorsement by NVLAP or any agency of the U.S. Government. Method used: EPA Method for the Determination of Asbestos in Bulk Building Materials (EPA/600/R-93/116 July 1993). Copies of relevant GFA Asbestos Certifications are included as Attachment C. GFA appreciates the opportunity to work with you as a member of the project team. Please contact the undersigned at (239) if you have any questions or comments on this report. Best Regards, GFA International, Inc. Scott A. McManus, P.G. AHERA Certified Asbestos Inspector Certificate No Frederick G. Kaub, P.G. Florida Licensed Asbestos Consultant License No. AX71 Attachments: Attachment A - Bulk Field Logs Attachment B - PLM Analytical Laboratory Results and Chain-of Custody Attachment C - Certifications

37 ATTACHMENT A BULK FIELD LOGS

38

39

40

41

42

43 ATTACHMENT B PLM ANALYTICAL LABORATORY RESULTS A CHAIN-OF-CUSTODY

44 Report for: Mr. Scott McManus GFA International Inc Wallace Drive Delray Beach, FL Regarding: Project: ; A-Frame Hangar Demolition EML ID: Approved by: Dates of Analysis: Asbestos PLM: and Approved Signatory Balu Krishnan Service SOPs: Asbestos PLM (EPA Methods 600/R-93/116 & 600/M , SOP EM-AS-S-1267) All samples were received in acceptable condition unless noted in the Report Comments portion in the body of the report. The results relate only to the items tested. The results include an inherent uncertainty of measurement associated with estimating percentages by polarized light microscopy. Measurement uncertainty data for sample results with >1% asbestos concentration can be provided when requested. EMLab P&K ("the Company") shall have no liability to the client or the client's customer with respect to decisions or recommendations made, actions taken or courses of conduct implemented by either the client or the client's customer as a result of or based upon the Test Results. In no event shall the Company be liable to the client with respect to the Test Results except for the Company's own willful misconduct or gross negligence nor shall the Company be liable for incidental or consequential damages or lost profits or revenues to the fullest extent such liability may be disclaimed by law, even if the Company has been advised of the possibility of such damages, lost profits or lost revenues. In no event shall the Company's liability with respect to the Test Results exceed the amount paid to the Company by the client therefor. EMLab P&K, LLC EMLab ID: , Page 1 of 13

45 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Total Samples Submitted: 45 Total Samples Analyzed: 45 Total Samples with Layer > 1%: 0 Location: 1-1, 2' x 2' White Acoustic Ceiling Tile Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 55% Cellulose 5% Mineral Wool Location: 1-2, 2' x 2' White Acoustic Ceiling Tile Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 45% Cellulose 15% Mineral Wool Location: 1-3, 2' x 2' White Acoustic Ceiling Tile Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 45% Cellulose 10% Mineral Wool Location: 1-4, 2' x 2' White Acoustic Ceiling Tile Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 45% Cellulose 5% Mineral Wool The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 2 of 13

46 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 1-5, 2' x 2' White Acoustic Ceiling Tile Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 45% Cellulose 10% Mineral Wool The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 3 of 13

47 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 2-6, 2' x 4' White Acoustic Ceiling Tiles Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 40% Mineral Wool 25% Cellulose Location: 2-7, 2' x 4' White Acoustic Ceiling Tiles Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 45% Cellulose 2% Mineral Wool Location: 2-8, 2' x 4' White Acoustic Ceiling Tiles Lab ID-Version : Gray Ceiling Tile with White Surface Composite Non-: 40% Cellulose 30% Mineral Wool Location: 3-9, 12" x 12" Gray Speckle Vinyl Tiles, Tan Mastic, Concrete Slab Lab ID-Version : Gray Floor Tile Tan Mastic Gray Concrete The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 4 of 13

48 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 3-10, 12" x 12" Gray Speckle Vinyl Tiles, Tan Mastic, Concrete Slab Lab ID-Version : Gray Floor Tile Tan Mastic Gray Concrete Location: 3-11, 12" x 12" Gray Speckle Vinyl Tiles, Tan Mastic, Concrete Slab *Tan Plus - Vinyl Composite Tile, Then Concrete Slab Lab ID-Version : Gray Floor Tile Tan Mastic Gray Concrete Peach Floor Tile Location: 4-12, Gray Carpet, Yellow Mastic Concrete Slab Lab ID-Version : Gray Carpet Yellow Mastic Gray Concrete Composite Non-: 45% Nylon Location: 4-13, Gray Carpet, Yellow Mastic Concrete Slab Lab ID-Version : Gray Carpet Yellow Mastic Gray Concrete Composite Non-: 45% Nylon The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 5 of 13

49 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 4-14, Gray Carpet, Yellow Mastic Concrete Slab Lab ID-Version : Gray Carpet Yellow Mastic Gray Concrete Composite Non-: 45% Nylon Location: 4-15, Gray Carpet, Yellow Mastic Concrete Slab Lab ID-Version : Gray Carpet Yellow Mastic Gray Concrete Composite Non-: 45% Nylon Location: 4-16, Gray Carpet, Yellow Mastic Concrete Slab; Carpet, Mastic White Thinset + Plus, Vinyl Composite Tile (Tan) Lab ID-Version : Gray Carpet Yellow Mastic Gray Concrete Beige Floor Tile Composite Non-: 60% Nylon 10% Polyethylene Sample Composite Homogeneity: Poor Location: 5-17, Vinyl Coated Sheetrock Panels Lab ID-Version : Gray Drywall with Brown Paper White Skim Coat Composite Non-: 15% Cellulose The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 6 of 13

50 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 5-18, Vinyl Coated Sheetrock Panels Lab ID-Version : Gray Drywall with Brown Paper White Skim Coat Composite Non-: 15% Cellulose Location: 5-19, Vinyl Coated Sheetrock Lab ID-Version : Gray Drywall with Brown Paper Composite Non-: 20% Cellulose Location: 5-20, Vinyl Coated Sheetrock Lab ID-Version : Gray Drywall with Brown Paper Composite Non-: 15% Cellulose Location: 5-21, Vinyl Coated Sheetrock Lab ID-Version : Gray Drywall with Brown Paper White Skim Coat Composite Non-: 15% Cellulose The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 7 of 13

51 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 5-22, Vinyl Coated Sheetrock Lab ID-Version : Gray Drywall with Brown Paper White Skim Coat Composite Non-: 25% Cellulose Location: 5-23, Vinyl Coated Sheetrock * Plus Yellow Coated Pressed Wood Panelling Lab ID-Version : Gray Drywall with Brown Paper Beige Skim Coat Yellow Wood Panel Composite Non-: 30% Cellulose Location: 6-24, Tan Vinyl Composite Floor Tile, Concrete Slab Lab ID-Version : Tan Floor Tile Yellow Mastic Gray Concrete Location: 6-25, Tan Vinyl Composite Floor Tile, Concrete Slab; White Thinset Tan VCT, Concrete Slab Lab ID-Version : Tan Floor Tile Tan Mastic White Thinset The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 8 of 13

52 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 7-26, White and Gray Painted Sheetrock, Seam Tape, Joint Compound Lab ID-Version : Gray Drywall with Brown Paper White Texture with Paint Cream Tape White Joint Compound Composite Non-: 30% Cellulose Location: 7-27, White and Gray Painted Sheetrock, Seam Tape, Joint Compound Lab ID-Version : Gray Drywall with Brown Paper White Texture with Paint Cream Tape White Joint Compound Composite Non-: 35% Cellulose Location: 7-28, White and Gray Painted Sheetrock, Seam Tape, Joint Compound Lab ID-Version : Gray Drywall with Brown Paper White Texture with Paint Cream Tape White Joint Compound Composite Non-: 15% Cellulose Location: 8-29, Gray Rubber Baseboard Glue/Mastic Lab ID-Version : Gray Baseboard Beige Mastic /Paper Composite Non-: 10% Cellulose The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 9 of 13

53 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 8-30, Gray Rubber Baseboard Glue/Mastic Lab ID-Version : Gray Baseboard Beige Mastic /Paper Composite Non-: 10% Cellulose Location: 8-31, Gray Rubber Baseboard Glue/Mastic Lab ID-Version : Gray Baseboard Beige Mastic White Paint Location: 8-32, Tan White/Gray Ceramic Tile, Grout, Thinset Lab ID-Version : Gray Ceramic Tile White Thinset Gray Grout Yellow Mastic Location: 8-33, Tan White/Gray Ceramic Tile, Grout, Thinset; Gray Cermic, White Grout, Thinset + Concrete Boards Base Lab ID-Version : Gray Ceramic Tile White Thinset Gray Grout Yellow Mastic Composite Non-: 2% Glass Fibers The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 10 of 13

54 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 8-34, Tan White/Gray Ceramic Tile, Grout, Thinset; Tan Ceramic, Grout Thinset, Concrete Slab Lab ID-Version : Tan Ceramic Tile White Thinset Red Grout Gray Concrete Location: 8-35, Tan White/Gray Ceramic Tile, Grout, Thinset Lab ID-Version : White Ceramic Tile Yellow Mastic Composite Non-: 5% Cellulose Location: 8-36, Tan White/Gray Ceramic Tile, Grout, Thinset Lab ID-Version : Tan Ceramic Tile White Thinset /Paper Brown Grout Composite Non-: 10% Nylon 5% Cellulose Location: 9-37, White/Black Rubberized Roofing Coating Lab ID-Version : Black/White Roofing Material -Coating The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 11 of 13

55 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 9-38, White/Black Rubberized Roofing Coating Lab ID-Version : Black/White Roofing Material - Coating Location: 9-39, White/Black Rubberized Roofing Coating Lab ID-Version : Black/White Roofing Material - Coating Location: 9-40, CMV Block, Mortar, * Brown Vermiculite Filling Lab ID-Version : Multicolored Vermiculite Insulation Gray Mortar /Paint Composite Non-: 80% Vermiculite Location: 9-41, CMV Block, Mortar, * Brown Granular Vermiculite Filling Lab ID-Version : Dark Brown Vermiculite Insulation Gray Mortar /Paint Composite Non-: 80% Vermiculite The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 12 of 13

56 Client: GFA International Inc. C/O: Mr. Scott McManus Re: ; A-Frame Hangar Demolition EMLab P&K 6301 NW 5th way, Suite#: 1410, Ft. Lauderdale, FL (877) Fax (954) Date of Sampling: Date of Receipt: Date of Report: ASBESTOS PLM REPORT: EPA-600/M & EPA METHOD 600/R Location: 9-42, CMV Block, Mortar, * Lab ID-Version : Dark Brown Vermiculite Insulation Gray Mortar /Paint Composite Non-: 80% Vermiculite Location: 10-43, Painted Stucco Lab ID-Version : Gray Stucco /Paint Location: 10-44, Painted Stucco Lab ID-Version : Gray Stucco /Paint Location: 10-45, Painted Stucco Lab ID-Version : Gray Stucco /Paint The test report shall not be reproduced except in full, without written approval of the laboratory. The report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST, or any agency of the federal government. EMLab P&K reserves the right to dispose of all samples after a period of thirty (30) days, according to all state and federal guidelines, unless otherwise specified. Inhomogeneous samples are separated into homogeneous subsamples and analyzed individually. means no fibers were detected. When detected, the minimum detection and reporting limit is less than 1% unless point counting is performed. Floor tile samples may contain large amounts of interference material and it is recommended that the sample be analyzed by gravimetric point count analysis to lower the detection limit and to aid in asbestos identification. A "Version" indicated by -"x" after the Lab ID# with a value greater than 1 indicates a sample with amended data. The revision number is reflected by the value of "x". EMLab P&K, LLC EMLab ID: , Page 13 of 13

57

58 FOR COC ATTACHED SHEETS SEE ATTACHEMENT A

59 ATTACHMENT C CERTIFICATIONS

60

61

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT FIRST INDEMNITY OF AMERICA INSURANCE COMPANY Agreement Number: Execution Date: Click here to enter text. Click here to enter text. INDEMNITY AGREEMENT DEFINITIONS: Surety: First Indemnity of America Insurance

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

SOURCE ONE SURETY, LLC.

SOURCE ONE SURETY, LLC. SOURCE ONE SURETY, LLC. 15233 VENTURA BOULEVARD, SUITE 500 SHERMAN OAKS, CA 91403 GENERAL INDEMNITY AGREEMENT THIS General Agreement of Indemnity (hereinafter called Agreement ), is made and entered into

More information

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)

More information

SECURITY AGREEMENT. NOW, THEREFORE, the Debtor and the Secured Party, intending to be legally bound, hereby agree as follows:

SECURITY AGREEMENT. NOW, THEREFORE, the Debtor and the Secured Party, intending to be legally bound, hereby agree as follows: SECURITY AGREEMENT THIS SECURITY AGREEMENT (this Agreement ), dated as of this day of, is made by and between corporation (the Debtor ), with an address at (the Secured Party ), with an address at.. Under

More information

THIS INSTRUMENT IS BEING RECORDED FOR THE BENEFIT OF THE CITY OF SANTA CRUZ. NO RECORDING FEE IS REQUIRED PURSUANT TO GOVERNMENT CODE

THIS INSTRUMENT IS BEING RECORDED FOR THE BENEFIT OF THE CITY OF SANTA CRUZ. NO RECORDING FEE IS REQUIRED PURSUANT TO GOVERNMENT CODE RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO: City of Santa Cruz Housing and Community Development Dept. Attn: Norm Daly 809 Center Street, Rm. 206 Santa Cruz, California 95060 SPACE ABOVE THIS LINE

More information

Home Foundation Subcontractor Services Agreement

Home Foundation Subcontractor Services Agreement Home Foundation Subcontractor Services Agreement This Packet Includes: 1. General Information 2. Instructions and Checklist 3. Step-by-Step Instructions 4. Home Foundation Subcontractor Services Agreement

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND

SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND SAMPLE PROPERTY AND LIABILITY INSURANCE BROKER SERVICES AGREEMENT BETWEEN SPOKANE AIRPORT AND TABLE OF CONTENTS 1. TERM... 1 2. SCOPE OF WORK... 2 3. COMPENSATION... 2 4. AGREEMENT DOCUMENTS... 2 5. BROKER'S

More information

DEED OF TRUST. County and State Where Real Property is located:

DEED OF TRUST. County and State Where Real Property is located: When Recorded Return to: Homeownership Programs or Single Family Programs, Arizona, DEED OF TRUST Effective Date: County and State Where Real Property is located: Trustor (Name, Mailing Address and Zip

More information

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT

SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT SCHEDULE 2 OF BYLAW 7900 CITY OF KELOWNA SERVICING AGREEMENT (November 2 nd, 1998) Page 1 of 12 SERVICING AGREEMENT LAND TITLE ACT FORM C (Section 219.81) Province of British Columbia GENERAL INSTRUMENT

More information

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader LEGAL AD Invitation to Bid Bid No. 2018-11 For the purchase of 1 new Motor Grader The Baker County Board of Commissioners will be accepting bids until June 21, 2018 at 3:30pm. Specifications may be obtained

More information

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT) CITY OF PLACERVILLE PAVEMENT REHABILITATION PROJECT PROJECT NO. xxxx THIS AGREEMENT ( Agreement ) approved by the City Council this 26th day of June, in the year

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into as of [date] by and between the City of Malibu (hereinafter referred to as the "City"), and (hereinafter referred to as "Consultant").

More information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA THIS ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT ( AGREEMENT ) is made and entered into for the above-stated

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

METER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND

METER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND METER DATA MANAGEMENT SERVICES AGREEMENT BETWEEN AMEREN SERVICES COMPANY AND THIS METER DATA MANAGEMENT SERVICES AGREEMENT (this Agreement ) is entered into this day of, (the Effective Date ), by and between,

More information

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No.

(01/31/13) Principal Name /PIA No. PAYMENT AND INDEMNITY AGREEMENT No. PAYMENT AND INDEMNITY AGREEMENT No. THIS PAYMENT AND INDEMNITY AGREEMENT (as amended and supplemented, this Agreement ) is executed by each of the undersigned on behalf of each Principal (as defined below)

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT, dated as of, 20 (this Agreement ), is made and entered into by and between William Marsh Rice University, a Texas non-profit corporation

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

CODE ENFORCEMENT MAGISTRATE RFP

CODE ENFORCEMENT MAGISTRATE RFP CODE ENFORCEMENT MAGISTRATE RFP-003-2016 TOWN OF EATONVILLE PROCUREMENT DIVISION 307 E KENNEDY BLVD. EATONVILLE FLORIDA 32751 PHONE: (407) 623-8908 EMAIL: echua@townofeatonville.org Prepared by: Roger

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

More information

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: ) SUBDIVISION IMPROVEMENT AGREEMENT Tract Map No.: (Date of Subdivision Map Recordation: ) THIS AGREEMENT is between the City of Fontana, a municipal corporation, County of San Bernardino, State of California

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS

BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS BOND AGREEMENT CERTIFICATE OF OCCUPANCY - CASH ONLY COMPLETION OF PUBLIC OR PRIVATE IMPROVEMENTS All property owners on record with Tooele County MUST be listed as Applicants. They must each sign and have

More information

PROPOSAL SUBMISSION AGREEMENT

PROPOSAL SUBMISSION AGREEMENT PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.

More information

Request for Qualifications RFQ #

Request for Qualifications RFQ # Professional Engineering, Surveying and Environmental Continuing Contract Services Request for Qualifications RFQ #2018-02 Facilities & Operations St. Johns County School District 3740 International Golf

More information

EXHIBIT H Strategic Partnership Agreement

EXHIBIT H Strategic Partnership Agreement EXHIBIT H Strategic Partnership Agreement STRATEGIC PARTNERSHIP AGREEMENT BETWEEN THE CITY OF GEORGETOWN, TEXAS AND NORTHWEST WILLIAMSON COUNTY MUD NO. 2 This Strategic Partnership Agreement (this "Agreement")

More information

LAND TRUST AGREEMENT W I T N E S S E T H

LAND TRUST AGREEMENT W I T N E S S E T H LAND TRUST AGREEMENT THIS TRUST AGREEMENT, dated as of the day of, 20, entered into by and between, as Trustee, under Land Trust No., hereafter called the "Trustee" which designation shall include all

More information

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT This agreement made as of the day of,. BETWEEN: AND The above parties, sometimes hereinafter referred to collectively as the Parties

More information

REGISTRAR AND PAYING AGENT AGREEMENT. between CITY OF DELRAY BEACH, FLORIDA. and THE BANK OF NEW YORK MELLON TRUST COMPANY, NATIONAL ASSOCIATION

REGISTRAR AND PAYING AGENT AGREEMENT. between CITY OF DELRAY BEACH, FLORIDA. and THE BANK OF NEW YORK MELLON TRUST COMPANY, NATIONAL ASSOCIATION REGISTRAR AND PAYING AGENT AGREEMENT between CITY OF DELRAY BEACH, FLORIDA and THE BANK OF NEW YORK MELLON TRUST COMPANY, NATIONAL ASSOCIATION Pertaining to City of Delray Beach, Florida Utilities Tax

More information

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER Attachment J CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter

More information

CONTRACT FOR SALE AND PURCHASE

CONTRACT FOR SALE AND PURCHASE CONTRACT FOR SALE AND PURCHASE THIS CONTRACT FOR SALE AND PURCHASE ("Agreement") is entered into on this day of, 20, by and between BROWARD COUNTY, a political subdivision of the State of Florida ("COUNTY''

More information

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the INTERGOVERNMENTAL COOPERATION AGREEMENT between the CITY OF CREVE COEUR, MISSOURI, and the EXECUTIVE OFFICE PARK WATERSHED COMMUNITY IMPROVEMENT DISTRICT Dated as of TABLE OF CONTENTS ARTICLE I DEFINITIONS

More information

SERVICE AGREEMENT XX-XXXX-XXX-XX

SERVICE AGREEMENT XX-XXXX-XXX-XX SERVICE AGREEMENT XX-XXXX-XXX-XX This Service Agreement ( Agreement ) in entered into by and between Missouri Foundation for Health ( Foundation ) and ( Contractor ). WHEREAS, Foundation desires the services

More information

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498, Des Moines, iowa 50306-3498 Phone (800) 678-8171 FAX (515) 243-3854 GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS

More information

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services INTRODUCTION The City of Malibu (City) is requesting proposals from firms to provide contracting services for government

More information

MUNI CI PAL ACCESS AGREEMENT

MUNI CI PAL ACCESS AGREEMENT MUNI CI PAL ACCESS AGREEMENT THIS AGREEMENT made the day of, Date ) ( Effective B E T W E E N: XXX (hereinafter called the Company) - and - XXX (hereinafter called the Municipality) WHEREAS the Company

More information

THIRD AMENDED AND RESTATED OPERATING AGREEMENT HRCP II, L.L.C. November 1, 2016

THIRD AMENDED AND RESTATED OPERATING AGREEMENT HRCP II, L.L.C. November 1, 2016 THIRD AMENDED AND RESTATED OPERATING AGREEMENT OF HRCP II, L.L.C. November 1, 2016 TABLE OF CONTENTS SECTION 1 ORGANIZATIONAL MATTERS... 3 1.01 Formation... 3 1.02 Name... 3 1.03 Principal Office... 3

More information

GUARANTY OF PERFORMANCE AND COMPLETION

GUARANTY OF PERFORMANCE AND COMPLETION EXHIBIT C-1 GUARANTY OF PERFORMANCE AND COMPLETION This GUARANTY OF PERFORMANCE AND COMPLETION ( Guaranty ) is made as of, 200, by FLUOR CORPORATION, a Delaware corporation (the Guarantor ), to the VIRGINIA

More information

CITY OF RICHMOND PERFORMANCE BOND

CITY OF RICHMOND PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices

More information

TECHNOLOGY CONSULTING AGREEMENT

TECHNOLOGY CONSULTING AGREEMENT TECHNOLOGY CONSULTING AGREEMENT This Technology Consulting Agreement (the Agreement ) is made and entered into as of the last date executed below (the Effective Date ) by and between Central Nine Career

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK 1 REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK Proposal Submittal Due Date Monday, October 2, 2017 2:00 P.M. 2 TABLE OF CONTENTS Page Introduction 3 Background 3 Specifications (Spec)

More information

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter

More information

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS: GENERAL CONTRACTORS SPECIALIZING IN ELECTRICAL, PLUMBING, ROOFING, LEAD HAZARD CONTROL, AND NEW RESIDENTIAL CONSTRUCTION FOR

More information

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ]

THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] THIS INDEPENDENT ENGINEER'S AGREEMENT (this Independent Engineer's Agreement) is made on [ ] AMONG (1) REGIONAL TRANSPORTATION DISTRICT (RTD); (2) DENVER TRANSIT PARTNERS, LLC, a limited liability company

More information

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508) WEST BOYLSTON MUNICIPAL LIGHTING PLANT SECTION E AGREEMENT OPTION B THIS AGREEMENT, made this day of, 2015, by and between the party of the first part, the West Boylston Municipal Light Plant, hereinafter

More information

AHEAD Program Agreement

AHEAD Program Agreement AHEAD Program Agreement This Access to Housing and Economic Assistance for Development (AHEAD) Program Agreement (this Agreement ) is entered into this day of among the Federal Home Loan Bank of San Francisco

More information

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests

Land Trust Agreement. Certification and Explanation. Schedule of Beneficial Interests Certification and Explanation This TRUST AGREEMENT dated this day of and known as Trust Number is to certify that BankFinancial, National Association, not personally but solely as Trustee hereunder, is

More information

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015

COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 COLLEGE OF THE SEQUOIAS COMMUNITY COLLEGE DISTRICT Board of Trustees Meeting June 8, 2015 CONSENT CALENDAR 6 Weapons Firing Range License Agreement between College of the Sequoias Public Safety Training

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

BULK USER AGREEMENT RECITALS

BULK USER AGREEMENT RECITALS BULK USER AGREEMENT This BULK USER AGREEMENT ( Agreement ) is entered into this day of 20 by and between the ( Company ), and the Recorder of County, Indiana (the County Recorder or County ). Both shall

More information

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions The following are standard requirements of the Collier County Sheriff's Office (CCSO) for use in Non- Standard (Contractor/Consultant/Vendor

More information

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR THIS AGREEMENT (hereafter Agreement) is made by and between the County of Santa Barbara, a political subdivision of the State of California (hereafter COUNTY)

More information

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM

GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS FORM MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING INC. P.O. Box 14498 Des Moines iowa 50306-3498 Phone (800) 678-8171 FAX (515) 243-3854 GENERAL APPLICATION AND AGREEMENT OF INDEMNITY CONTRACTORS

More information

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD PARTIES: PUBLIC UTILITY DISTRICT No. 1 of SKAMANIA COUNTY, WASHINGTON, a Washington municipal corporation, hereinafter called PUD, and [Name] a [State

More information

ICB System Standard Terms and Conditions

ICB System Standard Terms and Conditions ICB System Standard Terms and Conditions Effective: February 12, 2007 U.S. Customs and Border Protection requires that international carriers, including participants in the Automated Manifest System (as

More information

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT Agreement Number: This Energy Service Provider Service Agreement (this Agreement ) is made and entered into as of this day of,, by and between ( ESP ), a organized and existing under the laws of the state

More information

LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016

LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016 LISTING AGREEMENT STANDARD TERMS AND CONDITIONS Date: March 1, 2016 ARTICLE 1 Definition 1.1 Definitions. In this Agreement, the following words shall have the following meanings: Agreement means this

More information

AGREEMENT FOR ON-CALL CONSULTING SERVICES BETWEEN THE THE CITY OF EL CENTRO AND FOR ON CALL RIGHT OF WAY ACQUISITION AND APPRAISAL SERVICES

AGREEMENT FOR ON-CALL CONSULTING SERVICES BETWEEN THE THE CITY OF EL CENTRO AND FOR ON CALL RIGHT OF WAY ACQUISITION AND APPRAISAL SERVICES AGREEMENT FOR ON-CALL CONSULTING SERVICES BETWEEN THE THE CITY OF EL CENTRO AND FOR ON CALL RIGHT OF WAY ACQUISITION AND APPRAISAL SERVICES On-Call Right of Way Acq Services 1 AGREEMENT BETWEEN THE CITY

More information

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business

More information

THE CORPORATION OF THE DISTRICT OF SAANICH

THE CORPORATION OF THE DISTRICT OF SAANICH THE CORPORATION OF THE DISTRICT OF SAANICH THIS GENERAL SERVICES AGREEMENT is dated the day of, 2018 BETWEEN: THE CORPORATION OF THE DISTRICT OF SAANICH 770 Vernon Avenue Victoria, BC V8X 2W7 (Hereinafter

More information

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT This Deposit Agreement Guaranteeing Site Plan Improvements with Letter of Credit (the Agreement ) is made and entered into as

More information

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System Issued by: The City of Sandusky, Ohio Issued: October 16, 2013 Contact Person: Donald Rumbutis City of

More information

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE) EJCDC C-520, Agreement Between Owner and Contractor for Construction Contract (Stipulated Price). Deletions by Engineer

More information

Old Dominion Freight Line, Inc.

Old Dominion Freight Line, Inc. UNITED STATES SECURITIES AND EXCHANGE COMMISSION WASHINGTON, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 Date of Report (Date of Earliest Event

More information

NOBLE MIDSTREAM GP LLC FIRST AMENDED AND RESTATED LIMITED LIABILITY COMPANY AGREEMENT. Dated Effective as of September 20, 2016

NOBLE MIDSTREAM GP LLC FIRST AMENDED AND RESTATED LIMITED LIABILITY COMPANY AGREEMENT. Dated Effective as of September 20, 2016 Exhibit 3.2 Execution Version NOBLE MIDSTREAM GP LLC FIRST AMENDED AND RESTATED LIMITED LIABILITY COMPANY AGREEMENT Dated Effective as of September 20, 2016 TABLE OF CONTENTS Article I DEFINITIONS 1 Section

More information

PaxForex Introducing Broker Agreement

PaxForex Introducing Broker Agreement PaxForex Introducing Broker Agreement PROVIDES THE FOLLOWING: 1. WHEREAS the IB is interested to introduce new clients to the company subject to the terms and conditions of the present agreement. 2. WHEREAS

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

ROY CITY LETTER OF CREDIT GUARANTEE AGREEMENT

ROY CITY LETTER OF CREDIT GUARANTEE AGREEMENT ROY CITY LETTER OF CREDIT GUARANTEE AGREEMENT THIS AGREEMENT, (herein AAgreement@), is entered into this day of, 20, AAPPLICANT@: * * * * * P A R T I E S * * * * * a(n): (corporation, limited liability

More information

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5 ! "#$!%&'(&) *+"#$!%&'(&'," -./ 0 " 1.2 *3#2*3% 4.45 "67 8 9 : " 5)' )!! 5.;

More information

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS This certification is required by the regulations implementing Executive Order 12549, Debarment

More information

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds. Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids

More information

BRITISH COLUMBIA UTILITIES COMMISSION. Rules for Gas Marketers

BRITISH COLUMBIA UTILITIES COMMISSION. Rules for Gas Marketers APPENDIX A To Order A-12-13 Page 1 of 3 BRITISH COLUMBIA UTILITIES COMMISSION Rules for Gas Marketers Section 71.1(1) of the Utilities Commission Act (Act) requires a person who is not a public utility

More information

ORACLE REFERRAL AGREEMENT

ORACLE REFERRAL AGREEMENT ATTENTION! ONCE YOU CLICK THE I AGREE BUTTON DISPLAYED HEREWITH, THE FOLLOWING TERMS AND CONDITIONS WILL BE LEGALLY BINDING EITHER UPON YOU PERSONALLY, IF YOU ARE ENTERING INTO THIS AGREEMENT ON YOUR OWN

More information

Effective 08/01/2005 1/6

Effective 08/01/2005 1/6 STANDARD CLAUSES FOR ROCKLAND COUNTY PURCHASE ORDERS The parties to the attached purchase order, or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the

More information

DEED OF TRUST W I T N E S S E T H:

DEED OF TRUST W I T N E S S E T H: DEED OF TRUST THIS DEED OF TRUST ( this Deed of Trust ), made this day of, 20, by and between, whose address is (individually, collectively, jointly, and severally, Grantor ), and George Stanton, who resides

More information

MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS

MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS ALL PURCHASE ORDERS BETWEEN Expert Global Solutions, INC ( EGS ) its subsidiaries and affiliates AND VENDOR ( VENDOR ) ARE SUBJECT TO THE FOLLOWING MASTER

More information

FACILITY-USE LICENSE AGREEMENT

FACILITY-USE LICENSE AGREEMENT FACILITY-USE LICENSE AGREEMENT This Facility-Use License Agreement is made and entered into this day of, 20, by and between the Board of Trustees of Southern Illinois University Governing Southern Illinois

More information

CONTRACT FORM CONTRACT #

CONTRACT FORM CONTRACT # CONTRACT FORM CONTRACT # This Contract, made and entered into this day of,, by and between the State of Nevada Department of Transportation, hereinafter called the Department, and (Contractor Name and

More information

Public Notice Advertisement for Bids

Public Notice Advertisement for Bids Public Notice Advertisement for Bids Sealed bids for the purchase of multiple self-contained breathing apparatus (SCBA) and related equipment for the Fire Department will be received by the City of Bucyrus

More information

RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM

RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM STREET NAME: STATE OF NORTH CAROLINA COUNTY OF JOHNSTON TOWN OF SMITHFIELD AND ENCROACHMENT AGREEMENT RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM This Encroachment Agreement is made as of the day

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND ABC COMPANY INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter Authority )

More information

Client Order Routing Agreement Standard Terms and Conditions

Client Order Routing Agreement Standard Terms and Conditions Client Order Routing Agreement Standard Terms and Conditions These terms and conditions apply to the COR Form and form part of the Client Order Routing agreement (the Agreement ) between: Cboe Chi-X Europe

More information

GRANT AGREEMENT WITNESSETH:

GRANT AGREEMENT WITNESSETH: NORTH CAROLINA GASTON COUNTY GRANT AGREEMENT This Agreement, made and entered into this the day of, 2017, by and between, CNB 1920, LLC, a North Carolina limited liability company, ( Grantee ) and the

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information