New York State Office of General Services. Lease Audit Services

Size: px
Start display at page:

Download "New York State Office of General Services. Lease Audit Services"

Transcription

1 Group No: Solicitation No: 1517 Class Code: 80 & 84 Request for Proposals (RFP) are being solicited by the New York State Office of General Services For Lease Audit Services PROPOSAL DUE DATE: March 24, 2009 Issue Date: February 17, 2009 Designated Contact: Alternate Contact: Robert A. Neiles Bill A. Macey Voice: Same Fax: Same

2 New York State Office of General Services Lease Audit Services Solicitation Number 1517 Table of Contents 1. INTRODUCTION Overview Designated Contact Minimum Bidder Qualifications Key Events PROPOSAL SUBMISSION Intent to Submit a Proposal RFP Questions and Clarifications Proposal Format and Content Instructions for Bid Submission Packaging of RFP Response ADMINISTRATIVE INFORMATION Issuing Office Method of Award Term of Contract Price Method of Payment Electronic Payment Past Practice Proposal Exceptions Dispute Resolution Examination of Contract Documents Prime Contractor Responsibilities Glossary of Terms Rules of Construction EVALUATION AND SELECTION PROCESS Proposal Evaluation Notification of Award SCOPE OF WORK Operations Standards Scope Scheduling of Work Assumptions and Parameters Staffing Expectations Security Procedures Reporting Requirements Acceptance of Work

3 New York State Office of General Services Lease Audit Services Solicitation Number CONTRACT CLAUSES AND REQUIREMENTS Appendix A / Order of Precedence Procurement Lobbying Requirement (see Appendix B) Contractor Insurance Requirements Tax and Finance Clause (see Appendix B) Participation Opportunities for New York State Certified Minorities and Women-Owned Businesses (see Appendix C) Freedom of Information Law / Trade Secrets Consultant Contractor Requirements (see Appendix B) Security/Confidentiality (see Appendix B) General Requirements Contract Terms Subcontractors Procurement Rights Extent of Services Debriefings Termination NYS Standard Vendor Responsibility Questionnaire (see Appendix B) Ethics Compliance Extension of Use Appendix A..Standard Clauses for New York State Contracts Appendix B..Required Forms Appendix C..Minority/Woman Owned Business Opportunities Attachment 1 Cost Proposal Form Exhibit A Spreadsheet Lease listing 3

4 New York State Office of General Services Lease Audit Services Solicitation Number Introduction 1.1 Overview This document is a Request for Proposals (RFP) for the auditing of property leases for the State of New York (State). The Office of General Services (OGS) Bureau of Internal Audit Services is seeking qualified vendor(s) to conduct audits of leases negotiated by OGS and / or held by State Agencies in New York City (NYC) and other various locations within the State of New York. OGS will make separate awards for lease audit services with the five boroughs of NYC, and all other New York State locations. The efforts of the successful bidder will supplement the lease auditing currently being performed by OGS. 1.2 Designated Contact In compliance with the Procurement Lobbying Law, Robert A. Neiles, Purchasing Agent, NYS Office of General Services, Division of Financial Administration has been designated the ONLY contact for this procurement solicitation and may be reached by , voice or fax for all inquiries regarding this solicitation. Robert A. Neiles, Purchasing Agent NYS Office of General Services Financial Administration Corning Tower, 40th Floor, ESP Albany, New York Voice: Fax: robert.neiles@ogs.state.ny.us In the event the designated contact is not available, the alternate designated contact is: Bill A. Macey, Team Leader NYS Office of General Services Financial Administration Corning Tower, 40th Floor, ESP Albany, New York Voice: Fax: bill.macey@ogs.state.ny.us 1.3 Minimum Bidder Qualifications The following minimum qualifications must be met by each proposing company/firm: All proposers, the firm as well as the identified supervisor, must have experience conducting lease audits. If submitting a proposal for the NYC region, this experience must include conducting lease audits of NYC properties. 1.4 Key Events The Table below outlines the tentative schedule for important action dates. 4

5 New York State Office of General Services Lease Audit Services Solicitation Number 1517 Key Events (Estimated) Action Date OGS issues Request for Proposal (RFP) for Lease Audit Services February 17, 2009 Proposers submit Intent to Submit a Proposal Notification to OGS March 3, 2009 Proposer questions due to OGS March 3, 2009 OGS issues responses to questions (estimated) March 10, 2009 Proposals due to 3 PM EST March 24, 2009 Contract start date (estimated) May 18,

6 New York State Office of General Services Lease Audit Services Solicitation Number Proposal Submission 2.1 Intent to Submit a Proposal Vendors who wish to submit a proposal must register their Intent to Submit a Proposal with OGS by the date stated in Section 1.4 Key Events by sending written notice to Robert A. Neiles, via at robert.neiles@ogs.state.ny.us. Vendors shall include their company name, address, phone, fax, contact name, title, and address. Only vendors who have submitted Intent to Submit a Proposal will be allowed to submit proposals and receive updates and responses to questions regarding this RFP. By issuing Intent to Submit a Proposal, the vendor is not obligated to submit a proposal. 2.2 RFP Questions and Clarifications Questions and requests for clarification regarding this RFP shall only be directed to: Robert A. Neiles, Purchasing Agent OGS Division of Financial Administration 40th Floor, Corning Tower, ESP Albany, NY Phone: Fax: robert.neiles@ogs.state.ny.us Questions and requests for clarification are only accepted via . Deadline for submission of questions will be as stated in Section 1.4 Key Events. Official answers to questions will be provided via addendum per the date shown in Section 1.4 Key Events, by the Issuing Office and distributed via to all interested Proposers who have submitted a timely letter of Intent to Submit a Proposal. 2.3 Proposal Format and Content In order for the State to evaluate proposals fairly and completely, proposers should follow the format set forth herein and must provide all of the information requested. All items identified in the following list must be addressed as concisely as possible in order for a proposal to be considered complete. Failure to conform to the stated requirements may necessitate rejection of the proposal. 1. Cover Letter. The cover letter must confirm that the proposer will comply with all the provisions of this RFP and that, should the contract be awarded to your company, you would be prepared to begin audit services upon contract approval by the Office of the State Comptroller. (See Section 3.3 Term of Contract). a. The cover letter must include the full contact information of the person(s) NYS OGS shall contact regarding the proposal. A proposer representative authorized to make contractual obligations must sign the cover letter. The letter must also state whether or not subcontractors will be used (See Section Subcontractors). b. The cover letter must confirm understanding of Method of Payment (Section 3.5) and that the proposer has the capability to fully operate its business, including the payment of salaries without compensation from the State until audit findings are accepted and the State receives reimbursement and can then effectuate the payment process. c. The cover letter must indicate if the proposal is for NYC, all other NYS, or both. 2. Proposer s Qualifications and Prior Experience. Proposers must describe their capabilities to provide the services requested in this RFP by providing the following: 6

7 New York State Office of General Services Lease Audit Services Solicitation Number 1517 a. A description of Proposer s experience in lease auditing services. Include the number of years the Proposer has been in business, the number of leases audited each year, the scope of relevant audits, and experience with audits of office properties leased in New York City (if applicable). Also, evidence of the financial wherewithal/capability to perform the desired audits for the state under this contract under the payment structure of this RFP. b. An organizational chart and staffing plan for this contract which identifies the Supervisor and their responsibilities, job qualifications and years experience in lease audit services. In addition to this staffing plan, submit the following: Resumes of key personnel who would be assigned to the contract. A description of any subcontractors and how these subcontracted services relate to this proposed contract (See Section Subcontractors Clause). A description of how staff auditors will be selected prepared and / or trained to work on Lease Audits. Note that proposers are not obligated to identify and include resumes of staff auditors; however they may do so at their option. 3. References. A list five (5) references that are able to demonstrate the successful completion of base year field lease audits, three (3) of which must have been for leases for office space in New York City. The references must include audits of operating costs and tax escalation. At least three of the references must be for lease audits conducted by the proposed supervisor and the remaining two references can be for the firm alone or a combination of both the firm and the supervisor. If Proposers bid only on the audits outside of NYC the references provided do not have to be for NYC lease audits. The Proposer is responsible for ensuring that references can be reached for verification. 4. Operational Plan. Describe your plan for providing the services required by this RFP. At a minimum, this section must include a description of how the Proposer will staff and perform these audits to assess whether Landlord billings are in compliance with the terms of OGS leases, and a description of how cost recoveries will be identified from billings that are not in lease compliance. 5. Pricing. Proposer shall list on the attached cost proposal form (Attachment 1), its fixed percentage of each of the following three (3) types of audits; tax escalation, operating costs and other cost savings recovered and approved by OGS, as well as an hourly rate for consulting services. Said percentage and rate shall include contractors travel, insurance, overhead, profit, and any and all ancillary expenses. The pricing portion of your proposal must be submitted in a separate sealed envelope within the total bid package submitted to OGS. 6. Include any other documentation indicating the expertise that the Proposer believes would enhance their proposal. 7. All other required completed Exhibits, Appendixes and Attachments. 7

8 New York State Office of General Services Lease Audit Services Solicitation Number Instructions for Bid Submission Only those Proposers who furnish all required information and meet the mandatory pre-proposal requirements will be considered for evaluation. Submit all required proposal contents, including attachments, exhibits, supporting documents, and proposal addenda if any, by sending or delivering all to the OGS Division of Financial Administration at the following address: Division of Financial Administration NYS Office of General Services Corning Tower, 40th Floor Empire State Plaza Albany, NY Attn: Robert A. Neiles OGS requires written proposals from qualified entities interested in providing these services. or fax proposal submissions are not acceptable and will not be considered. The State of New York will not be held liable for any cost incurred by the Proposer for work performed in the preparation and production of a proposal or for any work performed prior to the formal execution of a contract. Proposals must be received in the above office on or before 3:00 PM EST on March 24, The received time of proposals will be determined by OGS at the clock at the above noted location. Proposals must remain open and valid for 120 days from the due date, unless the time for awarding the contract is extended by mutual consent of NYS OGS and the Proposer. A proposal shall continue to remain an effective offer, firm and irrevocable, subsequent to such 120 day period until either tentative award of the contract(s) by issuing Office is made or withdrawal of the proposal in writing by Proposer. Tentative award of the contract(s) shall consist of written notice to that effect by the issuing Office to the successful Proposer(s), who shall thereupon be obligated to execute a formal contract for lease audit services. This RFP remains the property of the State at all times, and all responses to this RFP, once delivered, become the property of the State. NO CONSIDERATION WILL BE GIVEN TO PROPOSALS RECEIVED AFTER THE STATED DATE AND TIME Packaging of RFP Response 1. OGS requires four original and four exact copies of the proposal, as well as four original Attachment 1 Cost proposals to be submitted. The Attachment 1 Cost Proposals must be submitted in a separately sealed envelope, clearly marked Cost Proposal, and included within the proposal package. The proposal documents must be submitted by mail, hand delivery, overnight carrier or certified mail in a package showing the following information on the outside: Proposer's complete name and address Solicitation Number 1517 Proposal Due Date and Time: Mach 24, 3:00 PM EDT Proposal for Lease Audit Services 8

9 New York State Office of General Services Lease Audit Services Solicitation Number 1517 Mailed Bids Proposers mailing their proposal must allow sufficient mail delivery time to ensure receipt of their proposal no later than the specified date and time. Important Security Procedures for Delivered Bids Security procedures are in effect at the Corning Tower. Photo identification is required. All visitors must register for building access, for delivering bids. Vendors are encouraged to pre-register by contacting the OGS Finance Office at at least 24 hours prior to the bid opening. Pre-registered visitors are to report to the visitor desk located at the Concourse level of the Corning Tower. Upon presentation of appropriate photo identification, the visitor will be allowed access to the building. Upon arrival at the visitor desk, visitors that have not pre-registered will be directed to a designated phone to call the OGS Finance Office. The Finance Office will then enter the visitor s information into the security system. Access will not be allowed until the security system has been updated. Visitors are encouraged to pre-register to ensure timely access to the building. Vendors who intend to deliver bids or conduct business with OGS should allow extra time to comply with the security procedures. These security procedures may change or be modified at any time. Visitor parking information can be viewed by viewing the following OGS web site: 9

10 New York State Office of General Services Lease Audit Services Solicitation Number Administrative Information 3.1 Issuing Office This RFP is being released by the New York State Office of General Services Division of Financial Administration on behalf of The Bureau of Internal Audit. 3.2 Method of Award This will be a multiple award, best value procurement. Separate awards will be made for 1) the NYC region, and 2) All other NYS locations. In the event that the same proposer is awarded both regions, a single contract will be executed. The Proposer(s) affording OGS the best value, as evidenced by achieving the highest total score using the evaluation criteria listed in section 4, will be considered the successful bidder and may be requested to enter into contract for the services outlined in this RFP. (See Section 4 Evaluation & Selection Process) 3.3 Term of Contract The service contract will commence upon OSC approval, and will be in effect for five (5) years. The Contractor is to submit a percentage of costs recovered that will be fixed for the five (5) year term. 3.4 Price Price shall be represented as a percentage of the total savings realized and/or reimbursed to the State based upon contractor s audit of the lease. Contractors will not be paid for projected savings for future lease costs that will be billed for the remainder of the lease term. Proposers are required to submit a percentage of savings realized and/or reimbursed to the State for each of the three lease audit findings: tax escalation, operating costs, and other cost savings using Attachment 1 Cost Proposal as the fees for the lease audit services. Percentages quoted must be inclusive of all costs including travel, licenses, insurance, administrative, profit and other ancillary costs and be fixed for the five (5) year term. Proposers may bid separate rates for audits in NYC, and all other NYS locations. Note that proposers must bid a single fixed percentage for each audit type sliding scales or ranges are not acceptable and will result in rejection of proposal. Additionally, an hourly rate for consulting services must be included on the Cost Proposal Attachment. This hourly rate shall be inclusive of all costs including travel, licenses, insurance, administrative, profit and other ancillary costs. This hourly rate shall be fixed for the contract term. 3.5 Method of Payment For the purposes of this contract, payments will be issued on a per audit basis, as a percentage of the savings actually realized by reimbursement of payments by a Landlord or through agreement by the Landlord of a credit to be applied against a currently due lease payment. Contractor may not invoice for services until after Contractor, Landlord and the State reach a settlement of the audit findings or the State has made a determination to withhold funds based upon the audit. Upon acceptance, the Contractor may issue an invoice to the Claims Unit for payment. Invoices will be processed in accordance with established procedures of the Office of General Services and the Office of the State Comptroller (OSC) and payments will be subject to the prompt payment provisions of Article XI- A of the New York State Finance Law. Consulting hours invoiced must be detailed to include date of service, number of hours and consultant name. 10

11 New York State Office of General Services Lease Audit Services Solicitation Number 1517 Each invoice must contain the Contract ID number (i.e.: C00XXXX), an itemized list of the services performed such as type of audit, date of service, lease number, location of lease, savings realized and the percentage of costs recovered applied to the realized savings. Invoices without the above stated information will be returned to Contractor to be completed as required in the paragraph above. Payment will not be issued until a corrected invoice is received and approved by OGS. All invoices must be submitted for payment to either: THE CLAIMS UNIT DIVISION OF FINANCIAL ADMINISTRATION -or- claimsunit@ogs.state.ny.us OFFICE OF GENERAL SERVICES EMPIRE STATE PLAZA STATION P. O. BOX 2117 ALBANY, NEW YORK Also, a copy of the invoice, audit report and backup documentation (See Section 5.5 Reporting Requirements) must be forwarded to the Director, OGS Bureau of Internal Audit Services, 29 th Floor, Corning Tower, Empire State Plaza, Albany, New York. 3.6 Electronic Payment The Office of the State Comptroller (OSC) offers an electronic payment option in lieu of issuing checks. Contact OSC to obtain an information packet at or to epunit@osc.state.ny.us or visit their website at Past Practice The failure to exercise any right hereunder in the past shall not operate as a waiver of such right. No breach of this Agreement shall be deemed waived unless such waiver shall be in writing and signed by the party claimed to have waived. No waiver of any breach of the Agreement at any time in the past shall constitute a waiver of subsequent breach. 3.8 Proposal Exceptions The Issuing Office will consider all requests to waive any proposal requirement. However, proposers should be aware that failure to obtain a waiver of any proposal requirement in advance of proposal submission could result in rejection of Bidder s proposal and disqualification from the bidding process. Bidders wishing to obtain an exemption or waiver for any part of this solicitation must contact the Issuing Office in writing by the Questions Due Date as identified in Key Events (Section 1.4). The request must cite the specific section and requirement in question, and clearly identify any proposed alternative. Requests will be considered and responded to in writing, either with the Answers to Questions as identified in Key Events (if the response results in a change to the RFP), or directly to the requesting vendor. 3.9 Dispute Resolution It is the policy of the Office of General Services Financial Administration to provide vendors with an opportunity to administratively resolve disputes, complaints or inquiries related to proposal solicitations or contract awards. OGS Financial Administration encourages vendors to seek resolution of disputes through consultation with OGS Financial Administration staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written disputes. A copy of the OGS Financial Administration Dispute Resolution Procedures for Vendors may be obtained by contacting the designated contact person identified on the front of the bid document. 11

12 New York State Office of General Services Lease Audit Services Solicitation Number Examination of Contract Documents 1. Each Proposer is under an affirmative duty to inform itself by personal examination of the specifications of the proposed work and by such other means as it may select, of the character, quality and extent of the work to be performed and the conditions under which the contract is to be executed. 2. Each Proposer shall examine specifications and all other data or instruction pertaining to the work. No pleas of ignorance of conditions that may be encountered or of any other matter concerning the work to be performed in the execution of the contract will be accepted by the state as an excuse for any failure or omission on the part of the Proposer to fulfill every detail of all the requirements of the documents governing the work. The Proposer, if awarded the contract, will not be allowed any extra compensation by reason of any matter or thing concerning which such Proposer might have fully informed itself prior to bidding. 3. Any addendum issued prior to the proposal due date must be acknowledged by signature, dated and be submitted on or before the proposal due date with four (4) originals. In awarding a contract any written addenda will become a part thereof. 4. Any verbal information obtained from, or statements made by, representatives of the Commissioner of General Services shall not be construed as in any way amending contract documents. Only such corrections or addenda as are issued, in writing, shall become a part of the contract Prime Contractor Responsibilities The State will contract only with the successful Bidder who is the Prime Contractor. The Issuing Office considers the Prime Contractor, the sole Contractor with regard to all provisions of the RFP, and the contract resulting from the RFP. No subcontract entered into by the Contractor shall relieve the Contractor of any liabilities or obligations in this RFP or the resultant contract. The Contractor accepts full responsibility for the actions of subcontractors who carry out any of the provisions of any contract resulting from this RFP Glossary of Terms Issuing Office shall mean the Office of General Services Department of Financial Administration. Contractor shall mean a successful company awarded a contract pursuant to this RFP. Request for Proposal or RFP shall mean this document. The State shall mean The People of the State of New York, which shall also mean the New York State office of General Services. Commissioner shall mean the Commissioner of General Services or duly authorized representative. Proposer, Offeror, or Bidder shall mean any person, partnership, firm, corporation or other authorized entity submitting a proposal to the State pursuant to this RFP. New York City, NYC shall mean any location within the following counties: Kings, Queens, Richmond, New York, and Bronx. All Other New York State, the Rest of the State shall mean any New York State location in any county other than those listed above Rules of Construction Words of the masculine and feminine genders shall be deemed and construed to include the neuter gender. Unless the context otherwise indicates, the singular number shall include the plural number and 12

13 New York State Office of General Services Lease Audit Services Solicitation Number 1517 vice versa, and words importing persons shall include corporations and associations, including public bodies, as well as natural persons. The terms hereby, hereof, hereto, herein, hereunder, and any similar terms, as used in this RFP, refer to this RFP. 13

14 New York State Office of General Services Lease Audit Services Solicitation Number Evaluation and Selection Process 4.1 Proposal Evaluation Proposals will be evaluated and scored separately by region (NYC / All Other NYS), based upon the criteria set forth in this Section. Proposals will be evaluated for best value to the State. The State may request that Proposers submitting responsive proposals provide oral presentations in Albany, NY, covering the major points of their proposals. The presentations will be given on a date, time and location to be designated by NYS OGS. If presentations are conducted, information provided will be considered in the technical scoring. A committee of OGS employees will evaluate each proposal and initially determine whether a proposal is responsive to the requirements of the RFP. The committee will subsequently evaluate each responsive proposal to determine which proposal provides the best value to the State based upon the weighting/scoring of the following criteria: A. PLAN OF OPERATION (10%) The Proposers understanding of the objectives of the contract, as demonstrated in their plan to address the requirements of this RFP. B. EXPERIENCE (45%) Experience of both the Proposer, assigned supervisor and staff auditors identified (if any) in the proposal will be evaluated. C. COST (45%) Attachment 1 Cost Proposal will be evaluated in relation to all cost proposals submitted. Separate cost evaluation will be conducted. 4.2 Notification of Award After the evaluation, all Proposers will be notified of the name of the selected Proposer(s). The selected Proposer(s) will be notified that their submitted proposal has been selected and that a contract will be forthcoming for execution. The original proposal, and any additions or deletions to the proposal become part of the contract. Public announcements or news releases pertaining to any contract resulting from this RFP shall not be made without prior approval from the Issuing Office. 14

15 New York State Office of General Services Lease Audit Services Solicitation Number Scope of Work 5.1 Operations Standards All audit services under any contract resulting from this RFP shall be of the highest quality. Proposer shall be advised that the Contractor will be responsible for providing all resources necessary for the completion of this contract. The service shall be subject to inspection by the State of New York at any time. 5.2 Scope The scope of the contract is to provide audit coverage for the list of leases included in exhibit A as well as any other leases assigned by the state. The successful Contractor(s) will be responsible to implement a process to assess the risk of overpayment of assigned leases and a process to audit leases assigned by OGS or to provide a rationale for why the lease does not require auditing. The scope of the individual lease audits will include audits of lease operating cost and tax escalations. Operating cost and tax escalation generally involve ensuring increases in operating costs and tax escalations are calculated in accordance with the terms of the lease. Audits may also include audit work pertaining to the terms of the lease, for example: calculation of square footage, utility cost verification or other components that have cost implications included in the terms of the lease. Contractor(s) must also be available for occasional lease analysis consulting services to be compensated via hourly rates bid. Consulting services shall only be at the request of and pre-approved by The Director of the Bureau of Internal Audit. These services will only be used in rare situations and typically will consist of advisement to the State in drafting new lease language. 5.3 Scheduling of Work The Director of OGS Bureau of Internal Audit Services or their designee will make lease audit assignments to the contractor throughout the term of the contract There are 128 leases in Exhibit A that have total rental value of $48 million and which our summary records indicate have escalation clauses in operating costs and or taxes. These are likely candidates for assignment to the Contractor(s). This is a very preliminary analysis of leases to be audited under this contract, which could be impacted by factors such as: whether increased costs have been requested by the Landlord, what the escalation clauses are based on (increased costs or an inflation rate). Many of these leases fall within the one year period whereby a Landlord may still request lease escalations and which we expect will become auditable in the next year. This spreadsheet is presented to help Proposer gage the amount of work available but in no way provides that every lease listed will be assigned to the successful Contractor(s). Additional leases may be assigned that are not on the spreadsheet so that OGS may benefit from a fresh audit perspective or to address work load issues. OGS will provide the Contractor(s) with an updated copy of Exhibit A and arrange for copies of the leases to be made available. Exhibit A lists leases that have not been audited which our lease information system indicates have escalation clauses for operating and/or tax escalation costs. This initial determination might not indicate the lease merits audit which would also be influenced by the terms of the escalation clause and whether an increase in lease payments has ever been requested. Information about actual payments made will be gathered from the tenant agency that made the payments. From this exhibit and information the Contractor will make a risk based plan of which lease audits will be undertaken first, and what leases do not merit further consideration for audit. Any determination by the contractor that a lease does not warrant an audit shall be discussed with the OGS Director of the Bureau of Internal Audit who shall have final determination. 15

16 New York State Office of General Services Lease Audit Services Solicitation Number Assumptions and Parameters 1. State Finance Law mandates that contracts can be audited up to six years after the end of the contract. OGS generally does not conduct audits of Landlord s expenses until the Landlord requests an increase in costs. 2. If a legal interpretation of lease terms is required, the Contractor will work with OGS Bureau of Internal Audit Services to request an interpretation of the lease term and the proper way to apply the term. Lease interpretations will be provided by OGS Legal Services and will be considered final. 3. Often agreement on the lease audit is reached after discussions and presentation of additional information. If Landlords continue to dispute the findings and OGS makes a determination that the State s interpretation of the contract and the facts stated in the audit are correct, OGS can direct Agencies to withhold increases requested or other rents due until any overpayments based on the audit are recouped. 4. Withholding of payments can result in a more serious consideration of the audit findings, submission of additional documentation and legal interpretations by the Landlord s attorney s and occasionally a lawsuit seeking recovery of rental payments claimed by Landlords and not paid. Such cases are defended by the New York State Attorney General (AG). The Contractor shall provide the background and supporting information to the attorney assigned the case. The AG s Office will make a determination based on the information provided by audit and submitted by the plaintiff Landlord. Any and all costs born by the Contractor to defend an audit conclusion will be covered by the percentage bid. Such costs might include meeting with OGS and AG attorney s and possibly presenting the audit work in court. 5.5 Staffing Expectations The Bureau of Internal Audit Services expects that all lease audits will be conducted under the supervision of experienced lease auditors identified in the proposal. Any changes in the supervisor assigned must be of comparable qualifications and experience to the person being replaced and must be approved by OGS. If the Proposer submitted the experience of staff auditors to be assigned to this contract in their proposal for consideration, then substitution of staff auditors must be of equivalent experience and subject to approval by OGS. It is expected that the Supervising Auditor or similarly experienced personnel (pre-approved by OGS) will serve as a consultant if such additional services are requested. 5.6 Security Procedures Please note that each lease location may have visitor security policies which must be followed. Contractor will work with the Bureau of Internal Audit Services to obtain contact information for each Landlord s security office. Contractor will be required to provide information such as, but not limited to, the company name, the driver s name (as it appears on ID), valid driver license number, vehicle make, model and license plate to the Bureau of Internal Audit Services and/or the Landlord s security office. 5.7 Reporting Requirements The Contractor will be responsible for the completion of a variety of administrative and reporting requirements, and the cost of same shall be included in the bid percentage. All work products shall become the property of OGS including, but not limited to, schedules of each finding demonstrating criteria from the contract, the actual payment documentation or other information substantiating calculations, source documents, discussion summaries, copies of invoices, general ledgers, etc. During the term of any contract resulting from this RFP, the Contractor shall maintain a designated officer or employee as its representative for contact with the State and for all communication and transactions relating to any contract resulting from this RFP. 16

17 New York State Office of General Services Lease Audit Services Solicitation Number 1517 The Commissioner s designated representative for all purposes of this contract shall be the Director of the Bureau of Internal Audit Services. Upon award of the contract and prior to the start of any work, the Contractor shall be available for an initial job meeting with the OGS Director of Bureau of Internal Audit Services. 5.8 Acceptance of Work 1. The Contractor must present potential findings to OGS for review and approval prior to seeking acceptance by the Landlord. OGS will not withhold approval without justification but will not approve grey area audit findings that have historically been interpreted to have a different meaning. Similarly OGS will not overturn audit finding settlements that have been previously resolved in a completely different interpretation. Approval of findings will not be unjustly withheld but instances where reasonable solution to a grey area has been handled in one manner will not be approved without substantial justification based on the terms of the lease. 2. Upon approval by OGS the Contractor will present the audit findings to the Landlord and provide reasonable information to the Landlord to justify the finding. If the Landlord agrees and issues a payment to the State or agrees to a credit against future rentals, OGS will notify the Contractor of the acceptance. 3. If the Contractor cannot reach an agreement with the Landlord to the results of the OGS approved audit findings after a reasonable discussion and presentation of the facts; the Contractor will inform OGS and provide the Landlord s rational for their contrary determination. OGS will make a determination of whether the amount due will be proactively withheld. When OGS makes a determination to withhold funds from future rental payments, this will constitute acceptance, the Contractor will be notified of the amount being withheld and that OGS has accepted this audit finding as a savings. 4. If such action results in a law suit against the State, the Contractor should be prepared to comply with all requests for audit information by an attorney from OGS and/or the New York State Attorney General s Office, including but not limited to preparation of affidavits and court appearances, if the case is proceeds to trial. 5. In the event audit savings claimed by the Contractor and accepted by OGS, but contested by Landlord, results in OGS withholding rent to the Landlord and paying Contractor the permissible fees based upon those savings, and the audit is subsequently disallowed either by subsequent settlement, court action or determination by the New York State Attorney General s office that the claim is not defensible, Contractor agrees to repay to OGS, the fee paid from the disallowed finding within 30 days of being notified of the resolution of the finding. 17

18 New York State Office of General Services Lease Audit Services Solicitation Number Contract Clauses and Requirements 6.1 Appendix A / Order of Precedence Appendix A Standard Clauses for New York State Contracts, dated June 2006, attached hereto, is hereby expressly made a part of this solicitation document as fully as if set forth at length herein. Appendix A is a separate document to this RFP and shall be retained for reference by the proposer. The agreement resulting from a successful award will include the following documents. Conflicts between these documents will be resolved in the following descending order of precedence: 1. Appendix A 2. The Contract 3. OGS Request for Proposal Number 1517 (This Document) 4. Selected Contractor s Proposal 6.2 Procurement Lobbying Requirement (see Appendix B) Pursuant to State Finance Law 139-j and 139-k, this solicitation includes and imposes certain restrictions on communications between OGS and an Offerer/Proposer during the procurement process. An Offerer/Proposer is restricted from making contacts from the earliest notice of intent to solicit offers/bids through final award and approval of the Procurement Contract by OGS and, if applicable, the Office of the State Comptroller ( restricted period ) to other than designated staff unless it is a contact that is included among certain statutory exceptions set forth in State Finance Law 139-j (3) (a). Designated staff, as of the date hereof, is identified on the first page of this solicitation. OGS employees are also required to obtain certain information when contacted during the restricted period and make a determination of the responsibility of the Offerer/Proposer pursuant to these two statutes. Certain findings of non-responsibility can result in rejection for contract award and in the event of two findings within a four-year period; the Offerer/Proposer is debarred from obtaining governmental Procurement Contracts. Further information about these requirements can be found on the OGS website: Contractor Insurance Requirements Prior to the commencement of the work to be performed by the Contractor hereunder, the Contractor shall file with The People of the State of New York, Office of General Services (hereinafter referred to as OGS ), Certificates of Insurance (hereinafter referred to as Certificates ), evidencing compliance with all requirements contained in this Contract. Such Certificates shall be of a form and substance acceptable to OGS. Certificate acceptance and/or approval by OGS does not and shall not be construed to relieve Contractor of any obligations, responsibilities or liabilities under the Contract. All insurance required by the Contract shall be obtained at the sole cost and expense of the Contractor; shall be maintained with insurance carriers acceptable to OGS; shall be primary and non-contributing to any insurance or self insurance maintained by OGS; shall be endorsed to provide written notice be given to OGS, at least thirty (30) days prior to the cancellation, non-renewal, or material alteration of such policies, which notice, evidenced by return receipt of United States Certified Mail; shall be sent to Office of General Services, Purchasing Unit, Corning Tower, 40th Floor, Empire State Plaza, Albany, New York and shall name The People of the State of New York, its officers, agents, and employees as additional insureds there under (General Liability Additional Insured Endorsement shall be on Insurance Service Office s (ISO) form number CG ). The additional insured requirement does not apply to Workers Compensation, Disability or Professional Liability coverage. 18

19 New York State Office of General Services Lease Audit Services Solicitation Number 1517 The Contractor shall be solely responsible for the payment of all deductibles and self-insured retentions to which such policies are subject. Deductibles and self-insured retentions must be approved by OGS. Such approval shall not be unreasonably withheld. The Contractor shall require that any subcontractors hired, carry insurance with the same limits and provisions provided herein. Each insurance carrier must be rated at least A- Class VII in the most recently published Best s Insurance Report. If, during the term of the policy, a carrier s rating falls below A- Class VII, the insurance must be replaced no later than the renewal date of the policy with an insurer acceptable to OGS and rated at least A- Class VII in the most recently published Best s Insurance Report. The Contractor shall cause all insurance to be in full force and effect as of the commencement date of this Contract and to remain in full force and effect throughout the term of this Contract and as further required by this Contract. The Contractor shall not take any action, or omit to take any action that would suspend or invalidate any of the required coverages during the period of time such coverages are required to be in effect. Not less than thirty (30) days prior to the expiration date or renewal date, the Contractor shall supply to OGS updated replacement Certificates of Insurance, and amendatory endorsements. The Contractor, throughout the term of this Contract, or as otherwise required by this Contract, shall obtain and maintain in full force and effect, the following insurance with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies): a) Commercial General Liability Insurance with a limit of not less than $5,000,000 each occurrence. Such liability shall be written on the ISO occurrence form CG 00 01, or a substitute form providing equivalent coverages and shall cover liability arising from premises operations, independent contractors, products-completed operations, broad form property damage, personal & advertising injury, cross liability coverage, liability assumed in a contract (including the tort liability of another assumed in a contract) and explosion, collapse & underground coverage. 1. If such insurance contains an aggregate limit, it shall apply separately on a per job or per project basis. b) Comprehensive Business Automobile Liability Insurance with a limit of not less than $2,000,000 each accident. Such insurance shall cover liability arising out of any automobile including owned, leased, hired and non-owned automobiles. c) If the work involves abatement, removal, repair, replacement, enclosure, encapsulation and/or disposal of any petroleum, petroleum product, hazardous material or substance, the Contractor shall maintain in full force and effect throughout the term hereof, pollution legal liability insurance with limits of not less than $5,000,000, providing coverage for bodily injury and property damage, including loss of use of damaged property or of property that has not been physically injured. Such policy shall provide coverage for actual, alleged or threatened emission, discharge, dispersal, seepage, release or escape of pollutants, including any loss, cost or expense incurred as a result of any cleanup of pollutants or in the investigation, settlement or defense of any claim, suit, or proceedings against OGS arising from Contractors work. If coverage is written on a claims-made policy, the Contractor warrants that any applicable retroactive date precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period exercised, for a period of not less than two years from the time work under this Contract is completed. If the Contract includes disposal of materials from the job site, the Contractor must furnish to OGS, evidence of pollution legal liability insurance in the amount of $2,000,000 maintained by the disposal site operator for losses arising from the disposal site accepting waste under this Contract. If autos are used for transporting hazardous materials, the Contractor shall provide pollution liability broadened coverage for covered autos (endorsement CA 99 48) as well as proof of MCS

20 New York State Office of General Services Lease Audit Services Solicitation Number 1517 d) If providing professional services, the Contractor shall maintain, or if subcontracting professional services, shall certify that Subcontractor maintain, errors and omissions liability insurance with a limit of not less than $5,000,000 per loss. Such insurance shall apply to professional errors, acts, or omissions arising out of the scope of services covered by this Contract and, if the project involves abatement, removal, repair, replacement, enclosure, encapsulation and/or disposal of any hazardous material or substance, it may not exclude bodily injury, property damage, pollution or asbestos related claims, testing, monitoring, measuring, or laboratory analyses. If coverage is written on a claims-made policy, the Contractor warrants that any applicable retroactive date precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period exercised, for a period of not less than two years from the time work under this Contract is completed. e) Waiver of Subrogation. Contractor shall cause to be included in each of its policies insuring against loss, damage or destruction by fire or other insured casualty a waiver of the insurer s right of subrogation against OGS, or, if such waiver is unobtainable (i) an express agreement that such policy shall not be invalidated if Contractor waives or has waived before the casualty, the right of recovery against OGS or (ii) any other form of permission for the release of OGS. Contractor acknowledges that failure to obtain any or all required insurance on behalf of OGS constitutes a material breach of contract and subjects it to liability for damages, indemnification and all other legal remedies available to OGS. f) WORKERS COMPENSATION INSURANCE AND DISABILITY BENEFITS REQUIREMENTS: Workers Compensation Law (WCL) 57 & 220 requires the heads of all municipal and state entities to ensure that businesses applying for permits, licenses or contracts document it has appropriate workers compensation and disability benefits insurance coverage. These requirements apply to both original contracts and renewals, whether the governmental agency is having the work done or is simply issuing the permit, license or contract. Failure to provide proof of such coverage or a legal exemption will result in a rejection of your bid or renewal. 1. Proof of Compliance with Workers Compensation Coverage Requirements: An ACORD form is NOT acceptable proof of workers compensation coverage. In order to provide proof of compliance with the requirements of the Workers Compensation Law pertaining to workers compensation coverage, a contractor shall: A) Be legally exempt from obtaining Workers Compensation insurance coverage; or B) Obtain such coverage from an insurance carrier; or C) Be a Workers Compensation Board-approved self-insured employer or participate in an authorized self-insurance plan. A Contractor seeking to enter into a contract with the State of New York shall provide one of the following forms to the Office of General Services at the time of bid submission or shortly after the opening of bids: A) Form CE-200, Certificate of Attestation for New York Entities With No Employees and Certain Out of State Entities, That New York State Workers Compensation and/or Disability Benefits Insurance Coverage is Not Required, which is available on the Workers Compensation Board s website ( The forms must reference this solicitation number. B) Certificate of Workers Compensation Insurance: 1) Form C (9/07) if coverage is provided by the contractor s insurance carrier, contractor must request its carrier to send this form to the New York State Office of General Services, or 2) Form U-26.3 if coverage is provided by the State Insurance Fund, contractor must request that the State Insurance Fund send this form to the New York State Office of General Services. 20

Attachment 4: Insurance Requirements

Attachment 4: Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within

More information

Attachment 04 Contractor s Insurance Requirements

Attachment 04 Contractor s Insurance Requirements GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required

More information

Appendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:

Appendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements: Appendix F Contractor s Insurance Requirements The Contractor shall procure at its sole cost and expense, and shall maintain in force at all times during the term of this Contract, policies of insurance

More information

Attachment 4. Contractor Insurance Requirements

Attachment 4. Contractor Insurance Requirements GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required

More information

Vendor Insurance Requirements Revised 5-12-15

Vendor Insurance Requirements Revised 5-12-15 Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless

More information

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are

More information

Appendix J Contractor s Insurance Requirements

Appendix J Contractor s Insurance Requirements Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and

More information

REQUEST FOR PROPOSAL (RFP) # 1853 SOLICITED BY THE NEW YORK STATE OFFICE OF GENERAL SERVICES ON BEHALF OF THE

REQUEST FOR PROPOSAL (RFP) # 1853 SOLICITED BY THE NEW YORK STATE OFFICE OF GENERAL SERVICES ON BEHALF OF THE REQUEST FOR PROPOSAL (RFP) # 1853 SOLICITED BY THE NEW YORK STATE OFFICE OF GENERAL SERVICES ON BEHALF OF THE OFFICE OF INFORMATION TECHNOLOGY SERVICES FOR INFORMATION TECHNOLOGY GOVERNANCE TRANSFORMATION

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

PREQUALIFICATION APPLICATION REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect

More information

Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure

Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements: Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of

More information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS

1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS 1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS Indemnify, defend and hold harmless Montana Rail Link (MRL), BNSF Railway Company (BNSF) and any other railroad company, occupying or

More information

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES REQUEST FOR PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES Issued January 31, 2000 by The State of New York Office of General Services Bureau of Insurance Corning Tower Building, 36 th Floor Governor

More information

ADDENDUM A1. Subcontractor Insurance Requirements

ADDENDUM A1. Subcontractor Insurance Requirements ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

Required Insurance Language for PRF Construction Contracts

Required Insurance Language for PRF Construction Contracts Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Purdue Risk Management Department

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified

More information

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

CONTRACTS & PROCUREMENT DEPARTMENT

CONTRACTS & PROCUREMENT DEPARTMENT CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,

More information

Solicitation Addendum

Solicitation Addendum Hillsborough County Aviation Authority Solicitation Addendum Addendum No.: 1 Solicitation No.: 14-411-018 Project No.: N/A Solicitation Title: Continuing Environmental Engineering Consulting Services Addendum

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN HILLSBOROUGH COUNTY AVIATION AUTHORITY AND SHUTTLE AMERICA

More information

DIVISION OF FINANCIAL ADMINISTRATION. ADDENDUM No. 1. SOLICITATION No. 1922

DIVISION OF FINANCIAL ADMINISTRATION. ADDENDUM No. 1. SOLICITATION No. 1922 Date: September 29, 2015 Subject: Questions/Answers/Clarifications DIVISION OF FINANCIAL ADMINISTRATION ADDENDUM No. 1 SOLICITATION No. 1922 Title: Content Delivery Network & Video Platform Services for

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws

More information

1. Applicants must provide information requested in the section titled Required Information.

1. Applicants must provide information requested in the section titled Required Information. Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated

More information

CHECKLIST FOR INSURANCE REVIEWS

CHECKLIST FOR INSURANCE REVIEWS CHECKLIST FOR INSURANCE REVIEWS FOR DIRECT PURCHASE ORDERS FOR PROFESSIONAL SERVICES CONSULTANTS 1. Determine the applicable insurance requirements as set forth in Exhibit A. If the P.O. involves a Special

More information

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

New York's Real Estate Law - Requirements For the District

New York's Real Estate Law - Requirements For the District DATE: NOVEMBER 13, 2012 REQUEST FOR PROPOSAL RFP NUMBER: RDP12-024 RFP NAME: PROPOSALS WILL BE RECEIVED UNTIL 11:00 A.M. NOVEMBER 30, 2012 Proposal documents can be downloaded from the Long Island Bid

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

April 22, 2009 REQUEST FOR PROPOSALS (RFP) April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA

More information

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement AGREEMENT EMENT FOR PROFESSIONAL SERVICES Job Description: Contract No.: Consultant: GLY Job No.: Document No.: THIS AGREEMENT, made and entered into this hereinafter referred to as Contractor, and professional

More information

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013 Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013 Disclaimer: The following is a draft of suggested language for incorporation into construction insurance specifications.

More information

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS Project Name Project Address Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance required

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS

D3 Bus Wash Rehabilitation AC Transit Contract #2016-1372 SECTION 007316 INSURANCE REQUIREMENTS SECTION 007316 INSURANCE REQUIREMENTS PART 1 - INSURANCE REQUIREMENTS 1.01 GENERAL A. Any person, firm or corporation Contractor authorizes to work upon the Property, including any subcontractor, shall

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

Insurance Requirements Professional Services

Insurance Requirements Professional Services Insurance Requirements Professional Services A. REQUIRED INSURANCE. Without limiting any of the other obligations or liabilities of the vendor/contractor, the vendor/contractor shall, at their sole expense,

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

EXHIBIT D INSURANCE REQUIREMENTS

EXHIBIT D INSURANCE REQUIREMENTS A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall

More information

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013 SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith

More information

City of Kirkland, WA - Contract For Aircraft Industry

City of Kirkland, WA - Contract For Aircraft Industry City of Kirkland, WA REQUEST FOR QUOTATION LiDAR (Light Distance And Ranging) Data Acquisition Services Job #29-15-IT The City of Kirkland, Washington is soliciting price quotations from qualified and

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

How To Insure A Project In The United States

How To Insure A Project In The United States Recommended Liability Insurance Guidelines For Custom Applicators and Certified Crop Advisors May 2015 Disclaimer: The following is a draft of suggested language for incorporation into services procurement

More information

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

More information

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

Gordon L. Mountjoy & Associates, Inc.

Gordon L. Mountjoy & Associates, Inc. INSURANCE REQUIREMENTS CHECKLIST Submit an Acord 25 form and the endorsements as required below. Your insurance must be in compliance immediately after you sign your subcontract and before you start work.

More information

EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS

EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS Acceptable certificate(s) of insurance and policy endorsements, as specified below, showing that Contractor s insurance

More information

LAS VEGAS VALLEY WATER DISTRICT

LAS VEGAS VALLEY WATER DISTRICT LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

More information

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia

More information

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The

More information

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention: EXHIBIT B ASK PROJECT DESCRIPTION INSURANCE REQUIREMENTS TO ENSURE COMPLIANCE WITH THE CONTRACT DOCUMENT, ASK TYPE SHOULD FORWARD THE FOLLOWING INSURANCE CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information