NOTICE OF REQUEST FOR PROPOSALS (RFP) RFP DOTPL-004
|
|
- Alexander Robbins
- 7 years ago
- Views:
Transcription
1 NOTICE OF REQUEST FOR PROPOSALS (RFP) RFP DOTPL-004 ADDENDUM 1 Wide & Metropolitan Area Network Re- Design, Installation, and Configuration Consultant Services September 25, 2009
2 ADDENDUM 1 RFP DOTPL-004 Wide & Metropolitan Area Network Re-Design, Installation, and Configuration Consultant Services INSTRUCTIONS: The purpose of this addendum is to: 1. Clarify and revise requirements of the RFP as described in this Addendum, Section I; and 2. Respond to questions that were submitted (up through September 23, 2009, 5pm Pacific Time) as described in this Addendum, Section II. All other specifications, terms and conditions of this RFP not addressed by this or other formal addenda issued by the City of San Jose are unchanged. Section I Clarify and Revise Requirements: 1. Part 1, General Conditions & Requirements, Subsection 4.1. Delete in its entirely and replace with the following: Proposer must submit recent customer reference(s) where the Proposer s network design has been implemented and accepted for projects similar to the SV-ITS WAN (regional, multiagency network) and DOT-MAN (network validation & wireless component). One reference from one customer will suffice if the project reference contains similar components of both the SV-ITS WAN and DOT-MAN. 2. Part 1, General Conditions & Requirements, Subsection Delete in its entirely and replace with the following: The Project Plan shall also include 1) a direct and detailed response to each item outlined under Part 2, Statement of Requirements, Sections 1, 2, 4, 5, 6, 7, 11, 12, and 15; 2) a summary of suggested task revisions/additions deemed necessary to further define and enhance the project; and 3) a proposed plan for quality and cost control to enhance the service and responsiveness to the CITY. Addendum 1 to RFP DOTPL-004 Page 2 of 9
3 3. Part 1, General Conditions & Requirements, Subsection Delete in its entirely and replace with the following: Proposals will be evaluated on a variety of factors. The evaluation and weighting criteria follow: Description Weight Proposal Responsiveness Pass / Fail Experience: 45% Project Approach: 40% Pricing (points will be based on lowest responsive offer divided by proposer offer and then multiplied by the weight). 15% Total 100% 4. Part 1, General Conditions & Requirements, Subsection 25, Non-Discrimination Preferential Treatment. Delete in its entirely and replace with the following: The successful Proposer shall fully comply with Chapter 4.08 of the San José Municipal Code and agrees that there shall be no discrimination against, or segregation of, any person, on account of race, sex, color, age, religion, sexual orientation, actual or perceived gender identity, disability, ethnicity, national origin, marital status, or family status, in connection with or related to the performance of City of San José contracts. 5. Attachment A, Cost Proposal. Delete in its entirety and replace with the attached Cost Proposal. 6. Attachment F, Exemplar Agreement, Exhibit E, Insurance. Delete in its entirety and replace with the attached Exhibit E, Insurance." Addendum 1 to RFP DOTPL-004 Page 3 of 9
4 Section II Questions and Answers: Q1. What is the anticipated budget amount for this project? A1. The services being provided by this RFP are components of larger grant funded projects: $9M Transportation Incident Management Center and $20M Traffic Light Synchronization Program (TLSP). The costs of the services in this RFP are estimated to be between $150,000 and $250,000. Q2. What is the start date? A2. Execution of a consultant agreement is anticipated to occur in the 1 st Quarter of Q3. Is there a set timeline for completion? A3. Task 3 and 4, outlined in Part 2, Statement of Requirements, Section 3 and 4, are part of the TLSP project. Construction of the TLSP project is underway and must be completed by July In order to meet the project grant deadlines, Task 3 and 4 need to be completed in the 2 nd Quarter of The remaining tasks of the RFP are expected to be completed in the 4 th Quarter of Q4. Where do you submit proposals? Name and address? A4. Per Part 1, General Conditions & Requirements, Section of the RFP, Proposers are to submit proposals by the due date and delivery locations outlined in Part 1, General Conditions & Requirements, Section 5, Procurement Timeline, of the RFP. Q5. Does San Jose expect one consulting firm to handle the total solution? A5. This RFP proposes to secure the professional services of one consultant to meet the goals and objectives outlined in Part 1, General Conditions & Requirements, Section 3, Project Goals & Objectives, for both the SV-ITS Network Re-design and Implantation and the DOT-MAN Consultation efforts. Q6. Is additional documentation available on the SV-ITS WAN and DOT-MAN? A6. Appendix A, SV-ITS WAN Diagram & Project Description, Figure A-2, SV-ITS WAN Diagram, of the RFP provides a high level schematic of the SV-ITS WAN layout. As outlined in Figure A-2, the existing SV-ITS WAN consists of 10/100MB unmanaged Ethernet switch/hubs that connect SV-ITS Program partner agencies Transportation Management/Operations Centers (TMC/TOC). The brands of Ethernet switch/hubs are 3Com SuperStack, BlackBox, and Cisco. Media convertors connect the Ethernet switch/hubs to the fiber optic cables that span between the TMC/TOC s. As outlined in Part 1, General Conditions & Requirements, Section of the RFP, additional information on the SV-ITS WAN is included in the SV-ITS Infrastructure Master Plan (SV-ITS IMP). Addendum 1 to RFP DOTPL-004 Page 4 of 9
5 The SV-ITS IMP can be obtained through the File Transfer Protocol (FTP) site at: ftp://eft.sanjoseca.gov/dot/ in folder WAN_MAN_RFP with user name dot and password Welcome2CSJ. Appendix B, DOT MAN Project Description, Figure B-1, DOT MAN Fiber Hub Overview, and Figure B-2, DOT-MAN Future wireless Connections at 1 of the 6 Areas, of the RFP provides a high level schematic of the DOT MAN layout. Currently Ethernet over copper units are being deployed that aggregate communications to the fiber hub locations. The current plan entails installing ruggedized Ethernet routers at the fiber hub locations and a centralized router to aggregate communications and connect to the SV-ITS WAN. Additional information on the plan to upgrade the DOT communication system is included in the TLSP grant application. The TLSP grant application can be obtained from the same FTP site listed above. Q7. Is there a network diagram of the existing system that is available for download or reference? In particular, for the WAN side of the system. A7. See Answer to Question #6 in this Addendum, Section II, Questions and Answers. Q8. SV-ITS L2 Ethernet switches. Are these the Cisco units? Which Models? Connected via fiber? What is the interface, what are the new proposed interfaces? A8. See Answer to Question #6 in this Addendum, Section II, Questions and Answers. Q9. What is the OC level of the Caltrans SONET ring? A9. The Caltrans SONET ring is an OC192. Q10. Who can apply for this project? Can DBE participate? A10. Proposals will be accepted by Proposers meeting the minimum qualifications as stated in Part 1, General Conditions & Requirements, Section 4, Minimum Qualifications, of the RFP. Per Part 1, General Conditions & Requirements, Section 29, Disadvantaged Business Enterprises (DBE) of the RFP, DBE are encouraged to participate in the performance of the consultant services. Addendum 1 to RFP DOTPL-004 Page 5 of 9
6 ATTACHMENT A COST PROPOSAL PROPOSAL FOR SV-ITS WAN DESIGN & IMPLEMENTATION AND DOT-MAN CONSULTATION Project Phase/Deliverable Qty. Unit of Measure Unit Cost TASK 1: Project Management 1 lump sum $ $ TASK 2: Conduct Kick-Off & Preliminary Meetings 1 lump sum $ $ TASK 3: Gather Required DOT-MAN Information 1 lump sum $ $ TASK 4: Develop Conceptual Wireless DOT-MAN Design 1 lump sum $ $ TASK 5: Gather Required SV-ITS WAN 1 lump sum $ $ TASK 6: Develop Conceptual Design 1 lump sum $ $ TASK 7: Recommend DOT-MAN Network Management System 1 lump sum $ $ TASK 8: Conduct DOT-MAN Consultation Meeting 1 lump sum $ $ TASK 9: Develop Detailed Designs 1 lump sum $ $ TASK 10: Stage Network Devices & Equipment 1 lump sum $ $ TASK 11: Install & Configure Network Devices & Equipment 1 lump sum $ $ TASK 12: Perform & Support Enterprise Network Testing 1 lump sum $ $ TASK 13: Conduct Training Sessions TASK 14: Supplemental Services Program Manager per hour $ Programmer per hour $ Technician per hour $ TOTAL PROPOSAL COST $ Total Cost Proposer shall provide a breakdown of the cost for each task. The cost breakdown shall be submitted with the Cost Proposal and include Proposer personnel, hours, and rates; and reimbursable expenses as outlined in Attachment F, Exemplar Agreement, Exhibit D, Compensation. Addendum 1 to RFP DOTPL-004 Page 6 of 9
7 EXHIBIT E INSURANCE CONSULTANT, at CONSULTANT'S sole cost and expense, shall procure and maintain for the duration of this AGREEMENT insurance against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of the services hereunder by CONSULTANT, its agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. The coverage provided by Insurance Services Office Form Commercial General Liability coverage ( occurrence ) Form Number CG 0001, including products and completed operations; and 2. The coverage provided by Insurance Services Office Form Number CA 0001 covering Automobile Liability. Coverage shall be included for all owned, non-owned, and hired automobiles; and 3. Workers' Compensation insurance as required by the California Labor Code and Employers Liability insurance; and 4. Professional Liability Errors & Omissions for all professional services. There shall be no endorsement reducing the scope of coverage required above. B. Minimum Limits of Insurance CONSULTANT shall maintain limits no less than: 1. Commercial General Liability: One Million Dollars ($1,000,000) combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit; and 2. Automobile Liability: One Million Dollars ($1,000,000) combined single limit per accident for bodily injury and property damage; and 3. Workers' Compensation and Employers Liability: Workers Compensation limits as required by the California Labor Code and Employers Liability limits of One Million Dollars ($1,000,000) per accident; coverage shall be endorsed to state carrier waives its rights of subrogation against the CITY, its officers, employees, agents, and contractors; and 4. Professional Liability Errors & Omissions One Million Dollars ($1,000,000) per occurrence/aggregate limit. Addendum 1 to RFP DOTPL-004 Page 7 of 9
8 C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to, and approved by CITY's Risk Manager. At the option of CITY, either; the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects CITY, its officers, employees, agents and contractors; or CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses in an amount specified by the CITY s Risk Manager. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. Commercial General Liability and Automobile Liability Coverage a. The City of San Jose, its officers, employees, agents and contractors are to be covered as additional insured as respects: Liability arising out of activities performed by or on behalf of, CONSULTANT; products and completed operations of CONSULTANT; premises owned, leased or used by CONSULTANT; and automobiles owned, leased, hired or borrowed by CONSULTANT. The coverage shall contain no special limitations on the scope of protection afforded to CITY, its officers, employees, agents and contractors. b. CONSULTANT's insurance coverage shall be primary insurance as respects CITY, its officers, employees, agents and contractors. Any insurance or self-insurance maintained by CITY, its officers, employees, agents or contractors shall be excess of CONSULTANT's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies by CONSULTANT shall not affect coverage provided CITY, its officers, employees, agents, or contractors. d. Coverage shall state that CONSULTANT's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. e. Coverage shall contain a waiver of subrogation in favor of the CITY, its officers, employees, agents, and contractors. 2. All Coverages Each insurance policy required by this AGREEMENT shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in limits except after thirty (30) days' prior written notice has been given to CITY. E. Acceptability of Insurers Insurance is to be placed with insurers acceptable to CITY's Risk Manager. Addendum 1 to RFP DOTPL-004 Page 8 of 9
9 F. Verification of Coverage CONSULTANT shall furnish CITY with certificates of insurance and with original endorsements affecting coverage required by this AGREEMENT. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Proof of insurance shall be mailed to the following address or any subsequent address as may be directed in writing by the Risk Manager: CITY OF SAN JOSE Human Resources Risk Management Attn: Connie Aparicio-Yanez 200 East Santa Clara Street, 2nd Floor Wing San José, California G. Subcontractors CONSULTANT shall include all subcontractors as insured under its policies or shall obtain separate certificates and endorsements for each subcontractor. Addendum 1 to RFP DOTPL-004 Page 9 of 9
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
More informationRIGHT 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 informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More informationAGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
More informationREQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities
REQUEST FOR INTEREST PHASE 2 2010 11 Reuse of Community Center Facilities November 30, 2010 1. INTRODUCTION The purpose of this second phase Reuse Request for Interest (RFI) is to solicit Partnership Proposals
More informationInsurance Requirements for Contractors (Without Construction Risks)
Insurance Requirements for Contractors (Without Construction Risks) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to
More informationCERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
More informationEXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS
EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to Property,
More informationSidewalk Rehabilitation Program
REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:
More informationEXHIBIT 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 informationREQUEST 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 informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More information**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**
**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,
More informationCALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
More informationRequest for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
More informationTHIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR
More informationMASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And
Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize
More informationSAMPLE 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 informationRequest for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement
Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,
More informationTown of Somers, Connecticut Geographic Information Consulting Services Request for Proposals
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.
More informationD3 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 informationPREQUALIFICATION 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 informationCOC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
More informationCeres 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 informationINSURANCE AND SURETY INFORMATION SHEET
INSURANCE AND SURETY INFORMATION SHEET In order for your company to comply with the bonding and insurance requirements per your contract with the City of Elk Grove there are several things that we require.
More informationSANTA 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 informationINSURANCE 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 informationMemorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
More informationOAKLAND 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 informationFUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY
FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective
More informationAGREEMENT 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 informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationSchedule 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 informationRequest for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications
Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses
More informationCITY of DALY CITY INSURANCE REQUIREMENTS
CITY of DALY CITY INSURANCE REQUIREMENTS IMPORTANT NOTE Contractors/Homeowners shall not perform any work, or allow any work to be performed, on behalf of the City or in the City right of way, until the
More informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
More informationAlterations 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 informationR E C I T A L S. B. GRANTEE has the necessary expertise and skill to administer the funding and management of the implementation of the ARTWORKS.
AGREEMENT BETWEEN THE CITY OF SAN JOSE AND WILLOW GLEN BUSINESS AND PROFESSIONAL ASSOCIATION FOR ARTWORK PROJECTS ON LINCOLN AVENUE THIS AGREEMENT is made and entered into this day of, 2015, by and between
More informationREQUEST 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 informationRequest 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 informationSTOPWASTE RESPONSIBILITIES
The Assessor named below hereby agrees to participate in the Home Energy Score Program being administered the Energy Council ( StopWaste ) as a partner organization to the U.S. Department of Energy ( DOE)
More informationSAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A
SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:
More informationRequest for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For
Request for Qualifications & Proposal Architectural Team For Lake County School District R-1 On-Call Services Provided by: Submittal Deadline: April 23, 2015 Time: 5:00 PM 1.0 Introduction On behalf of
More informationREQUEST 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 informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationMansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
More informationGordon 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 informationMEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF WALNUT CREEK AND DIABLO REGIONAL ARTS ASSOCIATION
Attachment MEMORANDUM OF UNDERSTANDING BETWEEN THE CITY OF WALNUT CREEK AND DIABLO REGIONAL ARTS ASSOCIATION I. PARTIES. This Memorandum of Understanding [hereinafter "MOU" or "Agreement"], dated for reference
More informationAttachment 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 informationEXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
More informationEXHIBIT 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 informationADDENDUM 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 informationATTACHMENT 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 informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
More informationCITY 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 informationARTICLE 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 informationAttachment 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 information5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
More informationCity of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES
City of Sebastopol REQUEST FOR STATEMENT OF QUALIFICATIONS/REQUEST FOR PROPOSALS FOR PERFORMING ON-CALL CONSULTING SERVICES PRE-QUALIFIED CONSULTANTS LIST September 24, 2012 Statement of Qualifications/Proposals
More informationAttachment 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 informationFY 2016-2017 Licensed Timber Operators & Tree Service Contractors
TUOLUMNE COUNTY ADMINISTRATOR S OFFICE Request for Qualifications (RFQ) AMENDED MAY 2, 2016 SPECIFICATIONS, TERMS, & CONDITIONS For: FY 2016-2017 Licensed Timber Operators & Tree Service Contractors RFQ
More informationCHECKLIST 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 informationINSURANCE 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 informationREQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING
Revised to 4/28/2015 REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING The Borough of Naugatuck is seeking responses from architectural/engineering
More informationREQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
More informationAttachment 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 informationINDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS
INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,
More informationHURRICANE 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 informationAGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
More informationSAMPLE 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 informationItems 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 informationApril 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 informationAMENDMENT 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 informationINDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
More informationBRITISH 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 informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationFIFTH AMENDMENT TO THE AGREEMENT FOR AIRPORT PARKING FACILITIES MANAGEMENT SERVICES BETWEEN THE CITY OF SAN JOSE AND AMPCO SYSTEM PARKING
FIFTH AMENDMENT TO THE AGREEMENT FOR AIRPORT PARKING FACILITIES MANAGEMENT SERVICES BETWEEN THE CITY OF SAN JOSE AND AMPCO SYSTEM PARKING This Fifth Amendment to the Agreement for Airport Parking Facilities
More informationInsurance 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 informationAppendix 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 informationExhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS
Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles
More informationThe San Jose Redevelopment Agency - A Request For Proposals
San Jose Redevelopment Agency Request for Proposals Disaster Recovery Services March 27, 2009 Summary The San Jose Redevelopment Agency (SJRA) is soliciting proposals from vendors to provide recovery services
More informationOffice of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
More information1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)
3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates
More information2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5
Dear Providers and Staff: 2 nd Notice ACTION REQUIRED September 29, 2014 Page 1 of 5 We distributed a blast fax communication to you on July 16 explaining that effective October 1, 2013 AHCCCS updated
More informationNew 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 informationTOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES
TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose
More informationCity of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
More informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationExhibit C-2 Insurance Terms
Exhibit C-2 Insurance Terms INSURANCE. The insurance requirements specified in this exhibit shall apply to Permittee and any subcontractors, suppliers, temporary workers, independent contractors, leased
More informationAppendix 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 informationAGREEMENT 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 informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationAttachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
More informationEXHIBIT K Insurance Requirements
EXHIBIT Insurance Requirements Subject to approval by the City's Risk Manager of the insurers and policy forms, and further subject to HUD's rights under the HUD Documents during the term of the HUD Documents,
More informationRequest for Proposals. On-Call Construction Management and Private Development Support Services
1 Request for Proposals On-Call Construction Management and Private Development Support Services Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403 June 2, 2015 The City
More informationTABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5
AUGUST 17, 2015 NOTICE INVITING PROPOSALS FOR THE CITY OF BEVERLY HILLS, COMMUNITY SERVICES DEPARTMENT RECREATION MANAGEMENT SOFTWARE SYSTEM The City of Beverly Hills invites prospective respondents to
More informationCONSULTANT AGREEMENT WITNESSETH. Recitals:
CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH
More informationINTERNET SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 (2014-2015)
INTERNET SERVICE FOR OAKLAND UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS (RFP) FOR E-RATE 17 (2014-2015) 1.0 OVERIVEW The Oakland Unified School District (OUSD) is seeking managed broadband Internet
More information