How To Prequalify For A Disaster Recovery Contract

Size: px
Start display at page:

Download "How To Prequalify For A Disaster Recovery Contract"

Transcription

1 Board of Regents of the University System of Georgia Request for Qualifications To Provide First Response Disaster Recovery Services DIS-1501 For The University System of Georgia Colleges and Universities; Georgia Archives; and Georgia Public Library System (Statewide & Local) Solicitation Issue Date: January 20 th, 2015 Qualifications Packages Due: March 6th, 2015, 12:00pm

2 REQUEST FOR QUALIFICATIONS First Response Disaster Recovery Services University System of Georgia Colleges and Universities; Georgia Archives; and Georgia Public Library System (Statewide & Local) The Board of Regents of the University System of Georgia ( BOR, USG ) oversees the Georgia Public Library System, the Georgia Archives, and 31 public colleges and universities throughout the State of Georgia. This includes approximately 60,000 acres of land as well as academic campuses, agricultural field and research stations, forest research lands, and a variety of leased facilities located in communities dispersed throughout the state. Overall, the USG s inventory of buildings exceeds 3,415 accounting for over half of the total space owned by the State of Georgia. Reference to BOR / USG / USG Institutions throughout the RFQ includes the USG Colleges and Universities, the Georgia Archives, and the Georgia Public Library System. In the case of a major incident or event of a regional extent, there would not be the opportunity to effectively identify firms that offer the range of necessary services, experience and response capabilities for emergency situations. This Pre-Qualification process is intended to identify firms that are able to provide services for the stabilization of facilities and operations prior, during and/or immediately following an emergency situation. Stabilization activities are described, but not limited to - activities requiring prompt immediate action to prevent/reduce threats to life safety and/or protect facilities, including content, from further damage. In some situations, restoration of facility operations is a part of the immediate stabilization service to include services required for institutions to resume full or partial operations in the affected areas. 1. Application Procedure for Basic Prequalification To be considered for USG disaster recovery services, firms/entities who wish to be considered must submit applications for basic pre-qualification. The application, and list of pre-qualified or eligible firms, once substantially compiled, may be viewed at the Board of Regents office. Each application shall be identical and include a transmittal with an electronic pdf document submittal that is digitally signed by the firm principal(s) and preparer. The transmittal must identify 1

3 the single point of contact to be used for the duration of the pre-qualification process. Documents should not exceed 10MB in size. A zipped file is acceptable if it does not exceed the 10MB limit. The application form and necessary attachments as described in section 6 must be submitted by each firm/entity that wishes to be considered. Incomplete or information not submitted in the format requested may be disqualified from further consideration. The pages of the submittal must be numbered. A table of contents, with corresponding hyperlinks, must be included to identify each section. Responses are limited to twenty (20) pages or less using a minimum of an 11-point font. Any exhibits, affidavits or other enclosure information called for may be included in an appendix and will not count toward the page limit. Each Application shall be prepared electronically in a pdf file format. Applications received will be reviewed to determine initial eligibility of applicant based on the minimum requirements met by the applicant. Eligible applicants will be notified of their eligibility and will be required to submit Appendix A with pricing information. Vendors responding as required within 30 days of initial notification will be placed into a pool of pre-qualified service providers for a period of 12 months (1 year) contingent on the firm s continued eligibility. Applicants will be notified of eligibility status within 45 days from receipt of Appendix A information and/or additional information requested. The pool of providers will be the source of First Response Facility Disaster Recovery Services to consider when such services are required. At the end of 12 months, approved vendors will be required to submit confirmation of continued ability to meet minimum qualifications and resubmission of Appendix A with pricing information, Appendix B, and Appendix C. Failure to comply with confirmation and resubmission will result in a vendor being removed from the pool of pre-qualified service providers. 2. Minimum Qualifications Firms to be considered should have the capability of providing a full range of stabilization services for USG facilities within the State of Georgia. At a minimum, firms must demonstrate through their submitted documentation: Ability to respond to any USG institution, or identification of specific institutions that they are able to respond to, within 2 hours or less to begin initial assessment, (A listing of institutions is provided as Appendix B); Minimum of ten (10) years of experience of firm leadership in providing services as described, with a minimum of (5) demonstrable projects ranging from moderate to large-scale responses; and Firm s knowledge, skills and abilities to provide, at a minimum, the services identified in Section 5. Firms will also be evaluated by their ability to coordinate with the campus(es), library(ies) and University System s administrators for the disaster recovery program, to include the firm s ability to; Provide an immediate assessment of the scope and nature of the services required and the development of a program to effectively respond to those needs; Manage and supervise the crew(s) providing services; Identify and secure all goods, materials, and labor required to provide the services; 2

4 Insure compliance with all applicable local, State and federal laws, regulations, and policies, including issues dealing with the collection and disposal of hazardous materials and debris; Create, maintain, and store to meet the standards, and in the format(s), expected by federal and state emergency management agencies such as GEMA/FEMA and insurance carriers; and The ability to obtain and provide insurance and performance/payment bonds at the amounts indicated in Section Submittal of questions and requests for clarification Questions about any aspect of the RFQ shall be submitted in writing to: Lacey E. Kondracki Board of Regents of the University System of Georgia Office of Real Estate & Facilities 270 Washington St, SW, 6 th Floor Atlanta, GA Lacey.Kondracki@usg.edu The deadline for submission of questions relating to the RFQ is March 3rd, 2015, 2:00PM. 5. Submittal of Application The deadline for submittals is March 6th, 2015, 12:00PM. Proposers should deliver a pdf version of their submittal to the Board of Regents by ing to: Facilities-Procurement@USG.edu It is the sole responsibility of the applicant to assure delivery to the noted location by the specified deadline; the Owner cannot accept responsibility for incorrect delivery, regardless of reason. No submittals will be accepted after the time stipulated above. It is the responsibility of the applicant to examine the entire RFQ, seek clarification in writing, and review their application for accuracy before submitting a response. Once the deadline has passed, all submittals will be final. No submittals will be accepted for review after the deadline. Review of applications will begin in April Vendor/Firm Miscellaneous Requirements Firms will be required to provide institutions with emergency contact information upon selection as a Pre- Qualified vendor. Information may be distributed via to institution coordinators, but at a minimum will be provided via mail. Firms are responsible for all associated printing, mailing, and other associated costs. 3

5 Firms will be required to participate in an introductory meeting with the BOR System Office Staff, including some USG Institution staff. Date and location of the meeting will be included in the notice of Pre-Qualified vendor status. Firms will be required to sign the First Response Facility Disaster Recovery Services Contract at the time services are to be delivered. (A copy of the contract will be provided with vendor notification of initial pre-qualification status.) 7. Example of Services The following lists some of those services that may typically be expected from firms that respond to this request. This is by no means a complete or comprehensive listing, but is only intended to provide a few examples of the nature of the effort and services that may be expected from the pre-qualified firms. A. Pre-emptive storm strengthening of facilities and site structures in anticipation of severe weather or other catastrophic events and may include installing boards over windows, filling and placing sand bags in areas susceptible to flooding, constructing storm drains/dams/dikes, and other storm water management systems. B. Evaluation of the disaster site (that may include part, some, or all of a campus and beyond). Such evaluation may include the identification of actions that are immediately needed to protect the public health (i.e., containing hazardous materials, re-establishing electrical service, reestablishing or temporarily replacing other utility services) 1) These duties may require the services of engineers, architects, environmental safety professionals, contractors, and a variety of trades (electricians, plumbers, surveyors, etc.) to provide a rapid assessment and to quickly gather a holistic view of the event. 2) As a part of the initial assessment, the format for data and record keeping must be established. Photographic records of the event should be liberally utilized to supplement the written documentation. C. For extensive stabilization/protective services, firms will be expected to develop action plans for presentation to the campus and USG personnel. This plan shall include, at a minimum, the following components: 1) A first priority emergency action plan that coincides with the public health and safety assessment from # 7 B above; and 2) A priority-based action plan to stabilize campus buildings and facilities, to reduce the impact of further damage, to contain/remove hazardous materials, and to re-establish utility services, permanently or temporarily, and in other ways to prepare the campus for any reconstruction activities that will be necessary. D. In addition to providing emergency damage-limiting and clean-up services, disaster recovery services will include an assessment of the extent and nature of the damage to facilities and/or structures. This assessment will include preliminary architectural and engineering evaluations, together with a professionally prepared cost estimate for the needed reconstruction activities. This assessment will not include any improvements desired by the campus. 4

6 E. Facility disaster recovery firms must be fully prepared to support the work-related activities of those members of the campus that are required to be on-site immediately following the disaster event and to support the disaster recovery firm s crews. Such support may include the coordination of site security measures working in conjunction with the campus police/public safety department to assess and respond to security needs, provision of potable water and portable toilets, provision of prepared food, emergency or portable electric generators and lights, temporary work spaces (trailers or tents), transportation, communications, a clinic or emergency aid station, and all equipment and materials required to accomplish the disaster recovery program. 1) Firms are expected to have the necessary equipment and access to additional equipment in the event of a disaster/emergency that may extend well beyond the campus to an entire region. Further, the firm must have a demonstrated ability to obtain special equipment and/or consulting services as conditions require. 2) Should the campus be subjected to a disaster of regional significance, it may be necessary for the disaster recovery firm to bring members of its disaster recovery team (work crew) in from outside of the immediate area. It shall be the responsibility of the firm to arrange for lodging, as may be required, of its work crews at or below standard FEMA/GEMA per diem rates. 8. Application Process and Format Firms wishing to be considered for pre-qualification will complete the Basic Pre-Qualification form and include a written report documenting the following: Identification of General Qualifications To qualify, the firm must demonstrate that the executive leadership has ten (10) years or more experience in response services as identified in this RFQ prior to the date of this request. A. Firm background information in addition to the Basic Pre-Qualification form: a. Identify by name, address and telephone numbers all of the principal officer(s) of the firm; location(s) to include street address, city, state, country of all of the firm s office location(s), subsidiaries, and identify the principal/headquarters office location. b. Identify the firm s federal employment verification certification information confirming firm is registered with, authorized to use, is using and will continue to use, the federal work authorization program for as long as the firm shall remain on a Pre-Qualified vendor list. This statement shall be accompanied by the completed Contractor Affidavit, Appendix C, and must include the firm s User Identification Number and Date of Authorization for said federal work authorization program (i.e. e-verify). c. Identify the firm s Georgia License Type and Number. d. Identify the number of years firm leadership has in providing like services. Information provided will include which business(es), business names, type of services provided during that time, brief history and overview of the firm to include, at a minimum, the average number of employees; Biography and resume of the principal on-site leader(s) to include projects they have led. Include biographies/resumes of the firms executive leadership. e. Identify, at a minimum, five (5) projects the firm has completed in the recent past to include; 1) date of the activities; 2) scope of work; 3) total cost associated with the recovery effort; 4) firm s fees that were associated with the work; 5) accurate and factual description of the role (principal firm, subcontractor) that the firm played in the disaster recovery project; and 6) 5

7 contact information for a reference at each of the recovery project locations; 7) involvement with GEMA/FEMA. Projects should demonstrate involvement in projects that include hazardous materials remediation/disposal, roof repair, water remediation, fire/smoke remediation, and/or business continuity services. f. Identify if the primary provider of the following services are provided by the firm s employees or by subcontractors of the firms (if subcontractor, the Subcontractor Affidavit, Appendix C, must be included): a. Engineering, structural evaluation services b. Fire/Water restoration c. 24 hour hazardous materials response, containment and remediation services d. Roofing repair, replacement B. Organizational Charts a. Normal Operations organizational chart b. Example Facility Disaster Response organizational chart for moderate damage to several buildings as a result of high winds/tornadoes. C. Equipment/Materials Firms must provide a list of equipment for review by the evaluation committee. It should be anticipated that certain equipment could reasonably be expected to support any disaster recovery project. Complete the tables included in Appendix A. (Vendor must complete the tables included in this document. Substitutes will not be accepted. Vendor may include additional equipment inventory items in an a separate appendix that will include, at a minimum: A) equipment; B) a column that indicates is the item is owned by the firm and general location(s) where equipment is maintained; C) if equipment is not owned, indicate the location of the equipment and the company from which it will be obtained and the method (rent/lease/purchase). D. Firm Stability/Financial Stability To qualify, the firm must provide information to assist the evaluation committee in assessing the firm s overall stability and financial capacity. Information must be provided regarding the firm s financial rating and any documentation such as; Dun & Bradstreet analysis which indicate relative stability. The same documentation must be provided for a parent company if the firm is a subsidiary. 1. Provide a copy of any notices of violation (NOVs) or citations from federal or state regulatory agencies for environmental safety infractions during the past five (5) years, to include any parent company and subsidiary; 2. Firm must include responses to the following: Has the firm, the firm s parent corporation, or any partner or principal of the firm or the firm s parent corporation: e. filed a voluntary petition in bankruptcy or a voluntary petition seeking reorganization or to effect a plan or other arrangement with creditors; (b) made an assignment for the benefit of creditors; (c) voluntarily suspended transaction of business, become insolvent or unable to pay its debts as they mature; or, (d) applied for or consented to the appointment of any receiver or trustee for any such entity or person or of all or any substantial portion of the property of any such entity or person? 6

8 f. If yes to any of these questions, explanations must be provided as a part of the documentation. 9. Insurance Coverage/Limits of Liability and Performance and Payment Bonds. Firm must provide proof of insurance coverage s identified below at the firm s expense and shall list the Board of Regents of the University System of Georgia as the certificate holder and as an additional insured. Type of coverage and limit of liability must, at a minimum, include: Type of Coverage Worker s Compensation Limits of Liability Statutory Limits Employer s Liability Bodily Injury by Accident $1,000,000 Each Accident Bodily Injury by Disease $1,000,000 Each Employee Bodiliy Injury/Disease Aggregate $1,000,000 Each Accident Commercial General Liability $1,000,000 Each Person (2001 ISO Occurrence Form or $1,000,000 Each Occurrence its equivalent); $1,000,000 Products-Co./Op Agg per Occurrence Includes XCU Coverage $1,000,000 Personal & Adv Injury per Occurrence $1,000,000 Contractual per Occurrence $2,000,000 General Aggregate per Project Commercial Automobile Liability *per occurrence Pollution Legal Liability $1,000,000 Bodily Injury $1,000,000 Property Damage $1,000,000 Combined Single Limit $2,000,000 per occurrence $2,000,000 annual aggregate Commercial Umbrella Liability $2,000,000 per Occurrence (*Cost of work greater than $4,000,000 Aggregate $5M will require an increase in the limit to $4/per occurrence and $10M/aggregate at time of contracting for such services.) Physical Damage Replacement Cost (To cover physical damage to USG or Component Institution property in the care custody and control of Contractor) Builders Risk written on 1991 Cause of Loss-Special Form or its equivalent OR Installation Floater (for other than new construction) Cost of Project 7

9 NOTE: The following shall be endorsed as part of the certificate of insurance: The insured contractor has provided the contract provisions concerning insurance to the Undersigned, and the Undersigned has reviewed the insurance coverage s required for the project and makes the following certifications, which shall serve to bind the various insurance carriers as follows: 1. Such insurance as is herein certified (i) are written in accordance with the company s regular policies and endorsements, subject to the company s applicable manuals or rules and rates in effect, (ii) have been issued to the insured named, and (iii) are in force at this time. 2. With the exception of the Workers Compensation Policy, the Officers, Members, Agents, & Employees of the Owner and the State of Georgia are included as additional insured s as their interests may appear and a copy of the additional insured endorsement(s) is attached hereto. The undersigned certifies that he has so notified each Insurer that Georgia law requires that the Attorney General of Georgia shall represent and defend the state entities and Indemnities named herein remains in full force and effect and is not waived by issuance of any policy of insurance. 3. Each policy either provides or has been endorsed to meet Georgia law that the policy shall not be canceled, changed, allowed to lapse, or allowed to expire for any reason until thirty (30) days (10 days for non-payment of premium) after the Certificate holder has received written notice thereof as evidenced by return receipt of certified or overnight letter. To qualify, the firm must also provide documentation verifying the ability to obtain performance and payment bonds at a level of $2,000,000 or more. (Performance and Payment Bonds shall be submitted at time of contracting for services. Bonds MUST be, at a minimum, 100% of the cost of work.) 10. Additional Terms and Conditions Restriction of Communication From the issue date of this RFQ until the pre-qualified pool of service providers is selected and the selection is announced, applicants are not allowed to communicate about this solicitation for any reason with any members of the BOR/USG/USG Institutions, except for submission of questions as instructed in the RFQ, or as provided by any existing work agreement(s). For violation of this provision, the Owner reserves the right to reject the proposal of the offending proposer. Submittal Costs and Confidentiality All expenses for preparing and submitting responses are the sole cost of the party submitting the response. The Owner is not obligated to any party to reimburse such expenses. All submittals upon receipt become the property of the Owner. Labeling information provided in submittals proprietary or confidential, or any other designation of restricted use will not protect the information from public view. Subject to the provisions of the Open Records Act, the details of the proposal documents will remain confidential until final selection. Statement of Agreement With submission of an application, the Applicant agrees that he/she has carefully examined the RFQ, and the Applicant agrees that it is the Applicant s responsibility to request clarification on any issues in any section of the RFQ with which the Applicant disagrees or needs clarified. The Applicant also understands that failure to mention these items in the application will be interpreted to mean that the Applicant is in full agreement with the terms, conditions, specifications and requirements therein. 8

Board of Regents of the University System of Georgia. Request for Qualifications

Board of Regents of the University System of Georgia. Request for Qualifications Board of Regents of the University System of Georgia Request for Qualifications To Provide Disaster Recovery Services For The University System of Georgia Colleges and Universities; Georgia Archives; and

More information

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ 16-005 Competitive Quotations will be received at the City of Powder Springs, City Clerk s Office, 4484 Marietta

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

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

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

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 QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST 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 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

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the

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

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

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

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

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

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

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

December 1, 2015. Dear Valued Brannan Companies Subcontractor,

December 1, 2015. Dear Valued Brannan Companies Subcontractor, December 1, 2015 Dear Valued Brannan Companies Subcontractor, As another construction season winds down, the time has come to submit your annual Statement of Qualifications renewal. Please complete the

More information

Phone No.: Email: Firm Year Established. Main Office Branch If Branch, Main Office Location? City: State:

Phone No.: Email: Firm Year Established. Main Office Branch If Branch, Main Office Location? City: State: Capital Planning, Design & Construction 401 Golden Shore, 2nd Floor Long Beach, CA 90802-4210 2010-2011 Application for Architectural Prequalification This document contains Word tables. To navigate within

More information

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015 Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS October 19, 2015 The Morgan Hill Unified School District ( District ) has determined that contractors on future

More information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

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

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

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE: REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS

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

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon. COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors

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

Request for Quotation (RFQ) Property/Casualty Insurance

Request for Quotation (RFQ) Property/Casualty Insurance SECTION A GENERAL INFORMATION 1. Purpose Mesa County Public Library District (MCPLD) requests written quotations for coverages to be effective January 1, 2016. The selected firm will act as advisor, consultant

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

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

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

1.1.1. The term OCIP, as used throughout the Contract documents, shall refer to the Owner Controlled Insurance Program.

1.1.1. The term OCIP, as used throughout the Contract documents, shall refer to the Owner Controlled Insurance Program. SECTION 00 73 16 - PART 1 - GENERAL 1.1. DEFINTIONS 1.1.1. The term OCIP, as used throughout the Contract documents, shall refer to the Owner Controlled Insurance Program. 1.1.2. The term OCIP Administrator,

More information

REQUEST 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 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 information

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 RFQ REQUEST FOR QUALIFICATIONS Architectural/Engineering Services MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204 Issued: January 28, 2015 Submission Deadline: February 26, 2015 @ Noon Att: Joanne

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

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

SECTION 1: Applicant Information

SECTION 1: Applicant Information Energy Trust's programs provide incentive funding and technical assistance to support Oregon projects in the utility service areas of Portland General Electric, Pacific Power, NW Natural Gas, and Cascade

More information

MAINE STATE HOUSING AUTHORITY INSURANCE REQUIREMENTS FOR MULTI-FAMILY AND SUPPORTIVE HOUSING

MAINE STATE HOUSING AUTHORITY INSURANCE REQUIREMENTS FOR MULTI-FAMILY AND SUPPORTIVE HOUSING MAINE STATE HOUSING AUTHORITY INSURANCE REQUIREMENTS FOR MULTI-FAMILY AND SUPPORTIVE HOUSING The following insurance requirements apply to all multi-family residential rental projects and supportive housing

More information

CITY OF GEORGETOWN, SOUTH CAROLINA

CITY OF GEORGETOWN, SOUTH CAROLINA CITY OF GEORGETOWN, SOUTH CAROLINA Request for Qualifications and Fee Quote For Property Insurance, General Liability, Automobile, and Workers Compensation Insurance Consulting Services Due: October 29,

More information

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card

More information

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

INDEPENDENT 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 information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO

Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO Kirkland Tourism Program Request for Qualifications Marketing and Public Relations Consultant Job # 45-13-CMO The City of Kirkland Tourism program seeks a marketing and public relations consultant to support

More information

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST

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

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project

Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT 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 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

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

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

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

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

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

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

Request for Statements of Qualifications # 27676 for Electric Motor Repair

Request 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 information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

More information

Request for Qualifications (RFQ)

Request for Qualifications (RFQ) Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural

More information

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

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

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:

More information

PITTSBURG UNIFIED SCHOOL DISTRICT

PITTSBURG UNIFIED SCHOOL DISTRICT PITTSBURG UNIFIED SCHOOL DISTRICT New Construction and Modernization Projects PRE-QUALIFICATION PROGRAM QUESTIONNAIRE FOR PROJECTS $20 MILLION AND OVER TABLE OF CONTENTS PAGE NO. GENERAL INFORMATION.......i

More information

REQUEST FOR QUOTES (RFQ)

REQUEST FOR QUOTES (RFQ) REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck

More information

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

1. 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 information

SCHEDULE 17. Insurance Requirements. Part 1 Insurance Requirements applicable to the Phase 2 Work

SCHEDULE 17. Insurance Requirements. Part 1 Insurance Requirements applicable to the Phase 2 Work SCHEDULE 17 Insurance Requirements Part 1 Insurance Requirements applicable to the Phase 2 Work Capitalized terms used in this Schedule which are not otherwise defined shall have the meanings given to

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 KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES. Proposal Due Date: April 13, 2016

CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES. Proposal Due Date: April 13, 2016 CITY OF KALAMA REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Proposal Due Date: April 13, 2016 The City of Kalama (CITY) invites proposals for the services of a registered architect and their team

More information

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as

More information

PLEASE READ CAREFULLY BEFORE PROCEEDING FURTHER

PLEASE READ CAREFULLY BEFORE PROCEEDING FURTHER Page 1 of 5 PLEASE READ CAREFULLY BEFORE PROCEEDING FURTHER Dear Prospective Subcontractor, Bingham Construction Company, Inc., a fourth generation commercial general contractor, appreciates your interest

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

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

(SAMPLE) REQUEST FOR PROPOSAL PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE CONSULTING SERVICES

(SAMPLE) REQUEST FOR PROPOSAL PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE CONSULTING SERVICES REQUEST FOR PROPOSAL FOR PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE CONSULTING SERVICES Section I General Specifications TABLE OF CONTENTS Page No. 1.1 Introduction and Background 2 1.2 Additional

More information

Insurance & Bonding Requirements. Eastside Trail Extension

Insurance & Bonding Requirements. Eastside Trail Extension Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)

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

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

2013 INSURANCE MANUAL

2013 INSURANCE MANUAL 2013 INSURANCE MANUAL All required insurance shall be in a form, amount, content and written by companies acceptable to the Georgia Department of Community Affairs (DCA) on behalf of Georgia Housing and

More information

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department

More information

Honeywell Energy Services Group

Honeywell Energy Services Group Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting

More information

COC-Insurance Requirements Page 1 of 9

COC-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 information

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility Introduction In accordance with NCGS 143-64.31, the Town of Apex requests statements

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

REQUEST 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 information

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,

More information

W.E. O NEIL CONSTRUCTION CO.

W.E. O NEIL CONSTRUCTION CO. W.E. O NEIL CONSTRUCTION CO. INSURANCE REQUIREMENTS Project Name Project Address Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance required by the Contract

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

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 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 information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86 Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: bids@rowan.edu Table of Contents Administration

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

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

14RFP00721B-WL, Small Business Market Availability Study

14RFP00721B-WL, Small Business Market Availability Study August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,

More information

Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services

Scope Statement for North Carolina State University. Administrative Computing Services. Disaster Recovery Services Authorization to Award to Vendor: Inflow Group, Inc. February 18, 2002 Scope Statement for North Carolina State University Disaster Recovery Services BCRS Contract Attachment #3 #ITS-000826 December 14,

More information

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS 1 INTERPRETATION... 1 1.1 Definitions... 1 2 CONTRACTOR PROVIDED INSURANCE COVERAGE... 1 3 BC HYDRO PROVIDED INSURANCE COVERAGE... 2 4

More information

INSURANCE REQUIREMENTS FOR VENDORS

INSURANCE 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 information

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern: Norsouth Construction Company of Georgia, Inc. is dedicated to the highest standards of integrity

More information

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO 1. INTRUDUCTION The Town of Frederick is seeking proposals in response to this Request for Proposals (RFP) from a qualified skateboard

More information

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding

More information

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

CERTIFICATE 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 information

WASHINGTON SUBURBAN SANITARY COMMISSION

WASHINGTON SUBURBAN SANITARY COMMISSION APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho REQUEST FOR QUALIFICATIONS Independent School District No. 1, Lewiston, Idaho ( District ) is seeking responses from individuals

More information