ADDENDUM #1. ON-CALL INFORMATION TECHNOLOGY SERVICES for CANAVERAL PORT AUTHORITY PUR-RFQ August 13, 2015
|
|
- Blanche Stone
- 8 years ago
- Views:
Transcription
1 ADDENDUM #1 ON-CALL INFORMATION TECHNOLOGY SERVICES for CANAVERAL PORT AUTHORITY August 13, 2015 This addendum is issued as part of the Bidding Documents for the above described project. The changes incorporated in this addendum shall be considered as a part of the documents and shall supersede, amend, add to, clarify, or subtract from those conditions shown in the original documents. The bidder shall take care to coordinate modifications herein with all trades and disciplines related to the work. The Bidder shall acknowledge receipt of this addendum on the Bid Form by addendum number and date. Failure to do so may subject Bidder to disqualification. SENT VIA HIGHTAIL 12 PAGES TOTAL (including attachments) (NAME OF YOUR COMPANY) NOTE: PLEASE SIGN AND RETURN THIS FIRST SHEET ONLY VIA OR FAX to KAREN PAPPAS. KPAPPAS@PORTCANAVERAL.COM or (321) Fax THIS VERIFIES THAT YOU HAVE RECEIVED THE ADDENDUM. GENERAL 1. THE QUALIFICATION PROPOSAL PACKAGE SUBMISSION DATE HAS BEEN CHANGED TO SEPTEMBER 9, 2015, 2015 at 2:00 PM (EDT). SPECIFICATIONS 1. All references to the qualification proposal package due date are changed from August 21, 2015 to September 9, 2015 at 2:00 PM-EDT. The dates for the selection committee meeting and Commission approval have also been changed. Please refer to the Revised PART VI- SCHEDULE provided with this Addendum. 2. Tab 4, 5 and 6 of the PROPOSAL PACKAGE GUIDELINES TABBED SECTIONS (REQUIRED FORMAT) have been changed. Please refer to the Revised PROPOSAL PACKAGE GUIDELINES TABBED SECTIONS (REQUIRED FORMAT) provided with this Addendum. 3. Criteria B on EXHIBIT A RFQ Selection Evaluation Criteria has been modified. Please refer to the Revised EXHIBIT A RFQ Selection Evaluation Criteria. QUESTIONS AND RESPONSES: Reference: Proposal Package Guidelines, Page: 8, Section: Tab 3 Firm Qualifications, Experience and References ADDENDUM 1/PAGE 1 OF 6
2 ON-CALL INFORMATION TECHNOLOGY SERVICES 1. CIF-001: What level of partnerships are you looking for from Microsoft and VMWare or others? Please specify the competencies as well. List any vendors apart from Microsoft and VMWare that you need our partnerships in. RESPONSE: Levels of partnership with manufacturers may vary from firm to firm. State if you are actively engaged in a partnership with any of the vendors listed in Attachment 2. Regarding competencies, as stated in tab 4: Provide a brief description of all key personnel and technical staff (including vendors, partners or subconsultants) to be involved and their relationship to the services to be provided. Include names, titles, licenses, certificates, fields of expertise, and relevant experience for all proposed personnel and staff. Proposers are not expected to have key personnel for every area listed in tab 4a and are not expected to perform work in all services listed in the Attachments, however, proposers need to specify any relevant experience including certification for the particular services they will be responding to. Proposers will only be scored on the services they specify. Reference: 3. REQUEST FOR QUALIFICATION REQUIREMENTS, Page: 5, Section: 3.1 Minimum Requirement 2. CIF-002: Under minimum requirements it is mentioned that the bidder should provide experience in similar size and scope of IT environments. How does your IT landscape look like currently? How are you defining size of your business? RESPONSE: Port Canaveral s approximate revenue is $65 million annually. The Information Technology Department (ITD) supports 200 users and 18 facilities. In addition there is a significant amount of technology deployed throughout the exterior site. Refer to section 1.3. Reference: PROPOSAL PACKAGE GUIDELINES, Page: 8, Section: Tab 4 Personnel and Staffing 3. CIF-003: Questions pertaining to a. Include names, titles, licenses, certificates, fields of expertise, and relevant experience for all proposed personnel and staff in the following areas where applicable 1) Should the proposed staff be from our company having the required expertise (on our payroll)? RESPONSE: Proposed staff does not have to be specifically from your company. Firms may use subconsultants as long as they provide that information in the proposed bid. 2) Are certifications in each technology required? RESPONSE: Certifications are not required for each technology listed; demonstrated experience and proficiency in said technologies is acceptable in lieu of certifications, and only for the particular services bidders are responding to. Refer to section 3.5 and 3.5a for clarification. Reference: PROPOSAL PACKAGE GUIDELINES, Page: 8, Section: Tab 4 Personnel and Staffing ADDENDUM 1/PAGE 2 OF 6
3 ON-CALL INFORMATION TECHNOLOGY SERVICES 4. CIF-004: Questions pertaining to b. Complete resumes for only the services list below should be provided in Tab 6 1) How many resumes should we be submitting per Job Title (Ex: IT Security Specialist, Security Systems Specialist etc)? RESPONSE: Firms should only provide resumes for the key personnel that will be utilized for the services they are responding to. 2) Can you provide detailed job descriptions/requirements? RESPONSE: No, job descriptions and requirements will vary depending on the services provided and on the project scope. 3) We are assuming that these are sample resumes. Please clear. RESPONSE: No, resumes should be for the key personnel that will be utilized for the services that the firm are responding to, not sample resumes. Reference: General, Page: N/A, Section: N/A 5. CIF-005: Multiple questions as follows: 1) Is this an existing contract? If so, please provide complete details. RESPONSE: No 2) What is the anticipated budget for this contract? RESPONSE: The budget will vary for each project. 3) Can we expect any extension to the due date for submission? RESPONSE: Submission due date has been changed to September 9, 2015 at 2:00 PM EDT Reference: PROPOSAL PACKAGE GUIDELINES, Page: 9, Section: Tab 5 Rates, Fees and Budget Control 6. CIF-006: Multiple questions as follows: 1) Do you have any not-to-exceed rates for the job titles? RESPONSE: No 2) Can you please elaborate on In addition, include hourly rates for all proposed team members.? RESPONSE: Omit from RFQ 3) What kind of response are you expecting for Discuss any budget control measures of your firm and proposed subconsultants? RESPONSE: Please explain your process for managing budgets within your firm. ADDENDUM 1/PAGE 3 OF 6
4 ON-CALL INFORMATION TECHNOLOGY SERVICES Reference: Attachment 1 & Attachment 2, Page: N/A, Section: N/A 7. CIF-007A: Attachment 1 Questions: 1) For the Job Titles listed, how many work hours are anticipated (minimum and maximum hours of work)? RESPONSE: The hours of work will vary depending on the project. 2) For the Job Titles listed, what experience level should we consider to provide our hourly rates (minimum and maximum number of years)? RESPONSE: Firms should base their rates of the maximum level of experience. 3) Can you provide the detailed descriptions for each of these job titles? RESPONSE: No, job descriptions and requirements will vary depending on the services provided and on the project scope. CIF-007B: Attachment 2 Questions: 1) For each of the services listed, are you looking for on-need basis resources or services to be provided as a company? RESPONSE: The objective of this RFQ is to provide the Port Authority with additional Information Technology (IT) capabilities by establishing contracts with on-call consultant(s) that can quickly provide services and systems to meet the Port Authority s technology needs when Port staff or expertise is not available. Services and related items may be required for urgent, unplanned, or necessary work. After approval of agreements by the Board of Commissioners, the IT Director will have authority to approve work on a specific project through the use of Project Directive Purchase Orders. The Project Directive Purchase Orders will define the scope of work, maximum cost, schedule, terms of payment, deliverables, work site, personnel or sub-consultant to be utilized, and other pertinent details. Projects in excess of $100,000 will be brought to the Board of Commissioners for consideration of approval. 2) If the services are to be provided as a company, can we just propose for Consulting for the Job Titles and not for the services mentioned in attachment 2? RESPONSE: Proposers must follow the proposal package guidelines and provide the required information stated for the tabbed sections of the RFQ, including the information that attachment 2 requests. Proposers are not expected to perform work in all services listed in the Attachments, however, proposers need to specify the services they are responding to and be specific to their interest, expertise, and concentration for that service. 3) As a company if we have placed candidates who has experience working on the services listed in Attachment 2, can we include that as our experience? ADDENDUM 1/PAGE 4 OF 6
5 ON-CALL INFORMATION TECHNOLOGY SERVICES RESPONSE: Only provide the level of expertise based on the firms current personnel, staff or subconsultants that would be available to service this contract. Reference: N/A, Page: 8&9, Section: Tab 4 8. CIF-008: Do you need the sample resumes for all positions listed in Tab 4: Personnel & Staffing, Point # B RESPONSE: See Revised PROPSAL PACKAGE GUIDELINES TABBED SECTIONS (REQUIRED FORMAT) included with this Addendum for modifications to Tab 4, 5 and 6. You should only include resumes for the services you will be responding to in tab 5. Reference: N/A, Page: N/A, Section: N/A 9. CIF-009: What is the anticipated budget for this contract? RESPONSE: The budget will vary for each project. 10. CIF-010: Is there any incumbent on this contract? Please provide pricing details. RESPONSE: No, there is not an incumbent. This is a new contract. The budget will vary from project to project. Contract and pricing details will depend on the services provided from the proposer. Reference: N/A, Page 4, Section: Attachment CIF-011: Please describe your current Voice Environment including Manufacturer, Design, and current challenges. What replacement of VOIP systems are you anticipating, what timeframe, and have you chosen a Manufacturer? Are you looking for a Managed Voice solution or just hourly assistance as needed? RESPONSE: Manufacturer: Iwatsu Design: Hybrid VOIP/Digital PBX extended to most facilities. Challenges: Non-standard system, add/changes/moves difficult, not user friendly, and limited support options. Replacement within 2-3 years. Manufacturer is TBD. Currently hourly assistance as needed. May explore managed voice solution in the future. Reference: N/A, Page N/A, Section: Part VI-Schedule 12. CIF-012: Can a 30 day extension to the stated deadline be granted to allow all participants to better prepare their submissions? RESPONSE: Submission due date has been changed to September 9, 2015 at 2:00 PM EDT ADDENDUM 1/PAGE 5 OF 6
6 ON-CALL INFORMATION TECHNOLOGY SERVICES END OF ADDENDUM #1 Issued via Hightail (f/k/a U-Send-It) by authority of the Canaveral Port Authority ADDENDUM 1/PAGE 6 OF 6
7 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 PROPOSAL PACKAGE GUIDELINES - TABBED SECTIONS (REQUIRED FORMAT) Tab 1 Tab 2 Tab 3 Cover Transmittal Letter Provide a narrative which introduces the firm and team highlighting the special strengths of the firm to perform the work requested in this RFQ. The letter should be signed by an authorized principal of the proposing consulting firm. Table of Contents Firm Qualifications, Experience and References a. Provide Consultant Description Form(s) to include information on prime firm and all proposed subconsultants. b. For each service identified in Attachment 1, state Yes or No if your firm can provide the service. If your firm cannot directly provide the service, please indicate if service will be provided through a subconsultant. c. Provide a narrative describing the firm s qualifications to perform the work, described in Attachment 1, including: Information demonstrating your firm s relevant expertise and recent experience providing these services to organizations of similar size and scope of IT environment; At least three client references, with contact names and information; Qualifications and experience for proposed subconsultants should also be included; d. For each service identified in Attachment 2, state Yes or No if your firm can provide the service. If you do provide the service please rate your level of expertise on a scale of 1 to 5 (1 indicates that you have some level of experience, 5 indicates that you are fully proficient with providing this service and/or have certification level engineers on staff specific to this area of expertise). Please provide a written response to adequately explain any experience related to the service provided. e. Provide a list of the bidder s active partnerships with the manufacturer(s) whose products will be supported. Tab 4 Personnel, Qualifications, Experience & References The Bidder s technical resources must be properly trained and provide certifications or adequate references as to their skill level. Provide a brief description of all key personnel and technical staff (including vendors, partners or subconsultants) to be involved and their relationship to the services to be provided. a. Include names, titles, licenses, certificates, fields of expertise, and relevant experience for all proposed personnel and staff in the following areas where applicable (no resumes required): Windows Servers
8 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 IIS / Web master Microsoft SQL cluster / DBA skills Office365 Implementation & Administration Exchange PCI Compliance VMware Citrix Extreme Networks Palo Alto Unitrends NetApp ERP Telephony infrastructure Specific experience working with local telephony and network service providers Nice Vision VMS AMX Crestron Spinetix Tab 5 Resumes for Specialized Personnel Include resumes for only those services you are responding to or can provide from the following list: IT Security Specialist Security Systems Specialist (Nice VMS, Analytics, and Access Control) Certified Netapp Storage Architect/Engineer (OnTap, FAS Storage Arrays, FlexPod) Certified VMware Enterprise Architect (ESXi) Certified Citrix Enterprise Architect (CloudBridge & XenDesktop) Certified Microsoft Exchange/Office365 Specialist Database Administrator Communication Engineer Network Engineer (Extreme Networks and Palo Alto Experience required) Finance/ERP Specialist
9 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 Tab 6 Tab 7 Rates, Fees and Budget Control For each service in Attachment 1, provide the maximum hourly rate. In addition, include hourly rates for all proposed team members. Discuss any budget control measures of your firm and proposed subconsultants. Include Attachment 1 and 2 in this tab. Insurance (non-scored) Contractor agrees to maintain, on a primary basis and at its sole expense the following insurance coverages, limits, including endorsements described herein during the term of performance of services. The requirements contained herein, as well as Canaveral Port Authority review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Agreement. 1. Commercial General Liability: Contractor agrees to maintain Commercial General Liability coverage with a limit of not less than One-Million Dollars ($1,000,000.00) Each Occurrence combined single limit for bodily injury and property damage. Contractor agrees its coverage will not contain any restrictive endorsement(s) excluding or limiting Product/Completed Operations, Independent Contractors, Broad Form Property Damage, Contractual Liability or Cross Liability. Coverage must also include Premises and/or Operations Coverages. 2. Business Automobile Liability: Contractor agrees to maintain Business Automobile Liability coverage at a limit of not less than One-Million Dollars ($1,000,000.00) Each Occurrence combined single limit for property damage and bodily injury. Coverage shall include liability for Owned, Non-Owned, Hired and Any Auto if applicable. 3. Worker s Compensation Insurance and Employers Liability: Contractor agrees to maintain Worker s Compensation Insurance per Chapter 440, Florida Statutes, as amended from time to time, Workers Compensation Law of the State of Florida and all applicable federal laws. Policy shall include Employers Liability Insurance with minimum limits of Five Hundred Thousand Dollars ($500,000.00) each accident. Note: Elective exemptions or coverage through an employee leasing arrangement will satisfy this requirement, but must receive prior approval by Canaveral Port Authority Risk management Department in writing. 4. Professional Liability Insurance: Professional Liability insurance coverage is required for all design and engineering professionals with minimum limits of One Million Dollars ($1,000,000.00) per claim. Any deductible shall not exceed Fifty Thousand Dollars ($50,000.00) unless otherwise approved by CPA. Coverage shall remain in force for at least one year after the completion of services. 5. Fidelity Bond: To cover a CPA for losses related to employee theft, dishonesty, or fraud. Coverage limit no less than One-Million Dollars ($1,000,000.00)
10 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 6. Additional Insured: Contractor agrees to endorse Canaveral Port Authority as additional insured with either a CG 2020 Additional Insured Owners, Lessees, or Contractors or CG 2026 Additional Insured Owners, Lessees, or Contractors Scheduled Person Organization endorsement, or similar endorsements, to the Commercial General Liability. 7. Waiver of Subrogation: Contractor agrees by entering into this Contract to a Waiver of Subrogation in favor of Canaveral Port Authority for each required policy herein. When required by the insurer, or should a policy condition not permit Contractor to enter into a pre-loss agreement to waive subrogation without an endorsement, then Contractor agrees to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others or its equivalent. 8. Contractor s Bond: The Canaveral Port Authority may require the contractor to provide financial assurances that the project be satisfactorily complete within the given timeframe. 9. Certificates of Insurance: Contractor agrees to provide CPA a Certificate(s) of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect. Contractor must provide proof of insurance in a timely fashion. Failure to comply within 15 days may result in termination of the award and agreement. Tab 8 Tab 9 Tab 10 Tab 11 Non-Collusion Clause (non-scored) Complete the non-collusion clause form included in this package. Public Entity Crimes (non-scored) Complete the sworn statement on public entity crimes form included in this package. Conflict of Interest Disclosure Form (non-scored) Complete the conflict of interest form included in this package. Certificate Regarding Debarment (non-scored) Complete the certificate regarding debarment included in this package.
11 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 PART VI - SCHEDULE Wednesday August 5, 12 & 19, 2015 Wednesday September 9, 2015 Wednesday September 9, 2015 Monday September 14, 2015 Legal Advertisements Responses to RFQ due 2:00 PM (EDT) Submittals Distributed to Selection Committee Members For Review Selection Committee Meeting to Review Proposals and Prepare Final Rank/Selections (no oral presentations are anticipated) Wednesday September 23, 2015 Approval of Final Ranking/Selections - Canaveral Port Authority Board of Commissioners Meeting
12 Canaveral Port Authority On-Call Information Technology Services Revised by Addendum 1 dated 8/13/15 EXHIBIT A RFQ SELECTION EVALUATION CRITERIA PROJECT: On-Call Information Technology Services SCORING GUIDELINES: Rater s Score: (Range 0-5) - 0=not included/non responsive; 1= Serious Deficiencies; 2=Marginal Abilities; 3=Adequate, 4=Well Qualified; 5=Exceptionally Qualified. Weighing Factor: A range of 1 through 6, with 1 being of relative lower importance and 6 being relative highest importance. Each number (1 through 6) may be used more than once; however, in establishing weights, the total of all the weighing factors (A D) must equal 20. Weighted Score= Rater s Score multiplied by (x) Weighing Factor. Totals should be calculated for each criterion. Total score = Sum of all weighted scores. CRITERIA TO BE RATED A. Firm Qualifications, Experience and References How long has the company been in business? Has the company done similar work? Level of expertise in subject matter areas? RATER S SCORE WEIGHING FACTOR 6 WEIGHTED SCORE B. Personnel and Staffing Qualifications Qualification and experience of proposed personnel for requested services? On-site availability of team and project manager? 6 C. Rates, Fees and Budget Control Competitive rates and fees proposed? Are proposed budget management and fees clearly defined? 5 D. Clarity and Comprehensiveness of the Proposal Is the proposal clear, comprehensive, and understandable? Maximum points possible=100 A+B+C+D =20 3 Total Points=
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 informationSolicitation Addendum
Hillsborough County Aviation Authority Solicitation Addendum Addendum No.: 1 Solicitation No.: 14-411-018 Project No.: N/A Solicitation Title: Continuing Environmental Engineering Consulting Services Addendum
More informationRequest for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
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 informationREQUEST FOR QUOTE (RFQ)
REQUEST FOR QUOTE (RFQ) Texas Guaranteed Student Loan Corporation (referred to herein as TG ) is a private, nonprofit corporation that promotes public access to higher education and student success in
More informationREQUEST 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 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 informationTOHO 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 informationCONTENTS STANDARD INSURANCE REQUIREMENTS
CONTENTS PAGE CONTENTS F.I.1 F.I.2 F.II.1 F.II.2 - COMMERCIAL GENERAL LIABILITY & BUSINESS AUTO ONLY F.III.1 F.III.2 - COMMERCIAL GENERAL LIABILITY ONLY F.IV.1 FIV.2 - WORKERS COMPENSATION MANDATORY F.VI
More informationMinimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts
Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts Highlights This site is informational. It does not supersede our construction contract.
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 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 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 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 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 informationCharlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
More 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 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 informationINDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)
INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida
More informationSubmittal Guidelines RFQ 16-004 Building 230 Remodel
Submittal Guidelines RFQ 16-004 Building 230 Remodel Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including
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 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 informationSt. 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 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 informationDepartment 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 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 information14RFP00721B-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 informationREQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS
SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This
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 informationCITY 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 informationCURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE
CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE NDOR Projects The special provision which begins on the following page ---- (A-55-0414) --- became effective beginning with projects let in the letting
More informationVendor Insurance Requirements Revised 5-12-15
Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless
More 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 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 informationHAMILTON COUNTY SCHOOL DISTRICT
HAMILTON COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR SPEECH/LANGUAGE THERAPY SERVICES PROPOSAL RETURN DATE May 25, 2016 AT 3:00 P.M. INVITATION TO BID Hamilton County School Board Betty Linton, Coordinator
More informationUM Insurance Language Guide Standard Clauses and Insurance Language
UM Insurance Language Guide Standard Clauses and Insurance Language May 2015 University of Missouri Risk & Insurance Management Table of Contents Key Components Checklist... 3 Red Flags for Insurance Language...
More informationCURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE
CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE Local Public Agency (LPA) Projects The special provision which begins on the following page ---- (A-54-0414) --- became effective beginning with projects
More informationPrice 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 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 informationRequirements for Qualifications Package Submittals
Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals
More informationREQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
More informationRequest 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 informationNEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE
NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are
More 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 informationFIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE
THE SCHOOL DISTRICT SHARON SWAN ARTHUR C. JOHNSON, Ph.D. OF PALM BEACH COUNTY, FLORIDA DIRECTOR SUPERINTENDENT CONSTRUCTION PURCHASING DEPARTMENT 3661 INTERSTATE PARK ROAD NORTH, SUITE 200 RIVIERA BEACH,
More informationMondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.
TOWN OF WEBSTER, MASSACHUSETTS REQUEST FOR QUALIFICATIONS FOR OWNER S PROJECT MANAGEMENT SERVICES FOR THE CHESTER C. CORBIN PUBLIC LIBRARY CONSTRUCTION PROJECT The Town of Webster, Massachusetts seeks
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 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 informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a
More informationDecember 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 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 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 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 informationTOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36
TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 The Town of Glastonbury will be accepting proposals from qualified
More informationDESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY
REQUEST FOR QUOTE NUMBER: 0860097YB-MW WILL BE RECEIVED UNTIL 2/14/08 AT 2:00 P.M. DESCRIPTION: COURT REPORTING SERVICES ATLANTA PUBLIC LIBRARY Return to: www.fultonvendorselfservice.co.ga.us FAX QUOTES
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 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 informationSplit System Air Conditioning System Replacement at Area 3 Maintenance Facility
Page 1 of 9 RFQ No: Q2015-00161 Due Date: 7/24/2015 at 3 p.m. Pre- Recommended - 7/21/2015 9:30 AM Maintenance Proposal Area 3, 19720 5th St, Umatilla Conference: REQUEST FOR QUOTATION (RFQ) Commodity
More informationAPPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
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 informationREQUEST 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 informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationREQUEST FOR VENDOR PROPOSALS CHINATOWN TEMPORARY HOUSING UNITS
REQUEST FOR VENDOR PROPOSALS CHINATOWN TEMPORARY HOUSING UNITS INTRODUCTION Chinatown Community Development Center (Chinatown CDC) is soliciting proposals from firms to provide, deliver, install, and remove
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [Short Form rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS A. WAYS TO COMPLY WITH CTA
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 informationInsurance Requirements vary for different applicants. Please see the below listed applicant types followed by the insurance requirements.
CITY OF HUNTINGTON BEACH 2000 Main Street, Huntington Beach, CA 92648-2702 Email: michelle.roesner@surfcity-hb.org Phone: 714-536-5434 Fax: 714-374-1654 Insurance Requirements vary for different applicants.
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
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 informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationSubcontractor Insurance & Licensing Requirements Please provide the items below
Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed
More informationGREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES
GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Greenburgh Central School District No. 7 ( The District ) invites proposals to perform construction management
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 informationREQUEST 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 informationREQUEST 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 informationLEASE 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 information2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites
REQUEST FOR PROPOSALS 2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites This RFP is open only to contractors prequalified by Port KC at the time of RFP issuance DATE OF ISSUANCE: January 8 th, 2016
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 informationRFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES
RFQ-2-13-06 REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT (AT RISK) SERVICES WICKHAM PARK COMMUNITY CENTER Parkway Drive, Melbourne, Florida 32935 The Brevard County Board of County Commissioners
More informationRequest for Quote. LETTERING REPLACEMENT At Tulsa International Airport
Request for Quote LETTERING REPLACEMENT At Tulsa International Airport 7777 East Apache Street Room A217 Tulsa OK 74115 Attn: Mark Soltero Airports Facilities Engineer Office (918)838-5603 Email marksoltero@tulsaairports.com
More informationRequest for Proposals for Upgraded or Replacement Phone System
City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement
More informationCONTENTS PROFESSIONAL LIABILITY
CONTENTS PAGE CONTENTS PROFESSIONAL LIABILITY H.I.1. H.I.2 STANDARD H.II.1 H.II.2 PROFESSIONAL LIABILITY ARCHITECTS & ENGINEERS CONSULTANT ONLY H.III.1 H.III.2 PROFESSIONAL LIABILITY ARCHITECTS & ENGINEERS
More informationCITY 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 informationREQUEST FOR PROPOSALS
THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to
More informationArchitectural Consulting Services for a New Automotive Building. Lakes Region Community College, Laconia, NH
LRC14 1A REQUEST FOR QUALIFICATIONS Architectural Consulting Services for a New Automotive Building and Master Plan for future Marine and Mobil Diesel Technologies Programs and at a later date Design Services
More informationRequest for Quotation (RFQ) RFQ 574-13 SharePoint Consultant
Request for Quotation (RFQ) RFQ 574-13 SharePoint Consultant Due: December 2, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 astull@coloradomtn.edu
More informationSOUTH BOUND BROOK BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: INSURANCE BROKER SERVICES
SOUTH BOUND BROOK BOARD OF EDUCATION REQUEST FOR PROPOSAL FOR: INSURANCE BROKER SERVICES Response Deadline: 2:00 P.M. Wednesday, May, 22, 2013 Responses to the Request for Proposal will be received by
More informationTOWN OF SCITUATE MASSACHUSETTS
TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic
More informationMINNESOTA 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 informationWASHINGTON 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 informationADDENDUM #1. Contract #ISD14-7004. Hickory Street Pedestrian Bridge. Date: May 30, 2014
City of Ottawa Supply Branch 100 Constellation Drive 4 th Floor, West Tower Ottawa, Ontario K2G 6J8 Fax: (613) 560-2126 Telephone: (613) 580-2424 Ville d Ottawa Direction de l approvisionnement 100, promenade
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: WILL BE RECEIVED UNTIL 11CT77944YA Thursday, April 07,2011 @ 2:00P.M. EST. DESCRIPTION: Software support
More informationSTAMFORD 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 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 informationREQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT
REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT Statements of Qualification for the selection of on-call architectural
More informationRFQ 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 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 informationCURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE
CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE NDOR Projects The special provision which begins on the following page ---- (A-55-0611) --- became effective beginning with projects let in the letting
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 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 informationRequest 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