General Specifications And Requirements For San Francisco Road Mowing Services
|
|
- Julius Ramsey
- 3 years ago
- Views:
Transcription
1 General Specifications and Requirements for Mowing & Road-Side Clearing Services For The December 16, 2014 I. General Requirements A. This bid is to provide road mowing services for the San Francisco Public Utilities Commission (SFPUC) B. Bidders shall refer to Bid Sheets and Attachment A for additional specifications and requirements. C. Bidders wishing to inspect the site and/or review work area maps prior to bidding are required to contact Guido Ciardi, Area Manager, at (650) One bid walk will be scheduled to inspect the project site. Failure to inspect site or review work area maps prior to bidding shall not excuse the successful bidder from any obligations of the contract. D. The awarded vendor is required to make arrangement with Guido Ciardi at (650) prior to starting work. E. The awarded vendor may be required to complete and submit an access permit apphcation and a key request form for operations within the Watershed, contact Gloria Ng at for detailed infonnation. F. The Minimum Compensation Ordinance (MCO) and Health Care Accountability Ordinance (HCAO) requirements apply to this Invitation to Bid. For additional information, see Attachment A, Special Bid Conditions No. G39 (MCO) and G40 (HCAO). G. Bidder must meet all applicable City, State, and Federal regulatory requirements and standards. H. The bid document and all attached forms must be filled out completely and submitted with your bid package. Any incomplete bid package may result in the rejection of you bid. II. Road Mowing Requirements A. Bid Line Item No. 1 is to provide mowing and road side clearing for fire hazard reduction and protection on the Peninsula Watershed only. Date: December
2 San Francisco Pubiic Utilities Commission B. C. D. E. F. G. H. I. J. Work requires mowing of sixty-five (65) plus miles of road on Peninsula Watershed lands. Job duration is approximately four hundred twenty-five (425) total hours. One job = four hundred twenty-five (425) hours. Work shall be started on or before May 1, 2015 and completed by June 30, Pending award date of contract, scheduling may be revised by SFPUC Area Manager. Start date must be approved by SFPUC, contact Guido Ciardi Bid price to include transportation, setup and pre/post cleaning of all equipment prior to starting of work with a 2% solution of bleach and water outside of the watershed, prior to delivery or leaving area. When moving locations within watershed lands, all equipment will be washed with a pressure sprayer with plain water prior to transport to new mowing areas to reduce transport of invasive exotic vegetation. Tractor shall have side boom flail and rear boom flail to mow grasses and brush on both sides of all Peninsula roads, a minimum of ten (10) feet from the edge to a maximum of twelve (12) feet. Mowers must be flail type to take the vegetation down to no more than two (2) inches above the native soil. Vegetation may include woody brush, shrubs and/or branches up 2" diameter. A minimum of two (2) mowers with operators shall be provided. Mower style subject to approval by area manager. All internal combustion machines shall have spark arrestor or spark arresting exhaust system. Contractor shall supply three hundred (300) gallon fire-ready Water Buffalo (or approved mobile fire pumper unit) for fire suppression, and ground person with chainsaw (for fire watchman needs, limb pruning, and general technical support), and include sterilization of equipment prior to move-in and move out. AH equipment will have ABC extinguisher. In the event of inclement weather, high fire hazard conditions or improper operations resulting in damage to natural resources, the SFPUC area manager is authorized to terminate the job. Delays may occur, and should be taken into consideration. Bid price shall include cost of iabor and all equipment, operator (s), move-in, move-out, and sterilization of machinery. Billing shall be on an hourly basis. Total job cost shall equal the number of specified estimated hours times the hourly rate. Date; December 16,
3 ITSFI /CD K. City will provide 2 to 3 hours of environmental training and all employees assigned to job must attend. L. Hazardous Materials Spill kit must be on site. Bidders must enter the total job cost on the Bid Sheet for Bid Line Item No. 1 III. Price A. Pricing (in U.S. dollars and cents) must be quoted in the space provided on the City's Bid Sheet. Any other notations in the spaces or pricing not filled in will deem your bid non-responsive. B. Bid prices shall be firm from the award date through completion of the project. IV. Payment A. Vendors may invoice monthly. The City will process payments monthly for services rendered during that invoice period. V. Insurance Prior to award, the successful bidder or bidders will be required to furnish Evidence of Insurance as follows: A. Without in any way limiting Contractor's liability pursuant to the "Indemnification" section of this Agreement, Contractor must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverages. (1) Workers' Compensation, in statutory amounts, with Employers' Liability Limits not less than $1,000,000 each accident, injury, or illness; and (2) Commercial General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations; and Date: December 16,
4 Natural Resources & Land Management Division (3) Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, mcluding Owned, Non-Owned and Hired auto coverage, as applicable. Commercial General Liability and Commercial Automobile Liability Insurance policies must provide the following: (1) Name as Additional Insured the City and County of San Francisco, its Officers, Agents, and Employees. (2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom ciaim is made or suit is brought. C. All policies shall provide thirty (30) days' advance written notice to City of reduction or non-renewal of coverages or cancellation of coverages for any reason. Notices shall be sent to the following address: City and County of San Francisco Attn: Howard Tevelson, PUC Purchasing 525 Golden Gate Ave. 7 th Floor San Francisco, CA D. E. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of three years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit or provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence or claims limits specified above. Should any required insurance lapse during the term of this Agreement, request for payments originating after lapse shall not be processed until the Date: December
5 San Francisco Pubiic Utilities Commission RQUW Natural Resources & Land Management Division City receives satisfactory evidence of reinstated coverage as required by this Agreement, effective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate this Agreement effective on the date of such lapse of insurance. G. Before commencing any operations under this Agreement, Contractor shall furnish to City certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VII or higher, that are authorized to do business in the State of California, and that are satisfactory to City, in form evidencing all coverages set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement. H. Approval of the insurance by City shall not relieve or decrease the liability of Contractor hereunder. VI. Failure to Execute Contract Within ten days of the receipt of a notice of award, the bidder to whom the contract is awarded shall deliver the specified insurance certificate to City. If the bidder fails or refuses to furnish the required insurance within ten days after receiving notice from Purchasing, Purchasing may, at its option, determine that this bidder has abandoned its bid. Thereupon the tentative award of said contract to this bidder should be cancelled and rejected as "non-responsive". Date: December 16,
Office of Contracts Administration Purchasing
I. Purpose A. The purpose of this bid is to provide the City and County of San Francisco Public Utilities Commission Water Quality Division (WQD) with one (1) (System). II. Scope of Work A. The Contractor
More informationCONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
More 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 informationKALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000
1. INSURANCE TO BE MAINTAINED BY VENDOR/SERVICE PROVIDER Prior to providing products/equipment and/or services under this Agreement, Vendor/Service Provider, at its own cost and expense, shall procure
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 informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
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 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 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 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 informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationEXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
More informationAGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
More informationThe 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 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 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 informationExtralegal Truck Permit Insurance Requirements
Extralegal Truck Permit Insurance Before applying for an Extralegal Truck Permit, insurance for the permittee must be on file with SFMTA s Extralegal Truck Permit department. Applicants must submit both
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 informationSECTION 00 73 16 INSURANCE REQUIREMENTS
SECTION 00 73 16 INSURANCE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES 1.02 Insurance Requirements 1.02 INSURANCE REQUIREMENTS A. The successful Contractor shall procure and maintain for the duration
More information-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies
More 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 informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationSAMPLE CONSTRUCTION INSURANCE REQUIREMENTS
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in
More 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 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 informationCity of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID
INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,
More informationEXHIBIT 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 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 informationExhibit 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 informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationDelaware State University
Delaware State University University Area(s) Responsible: Office of Enterprise Risk Management Policy Number & Name: 7-33: Insurance Requirements for Vendors, Contractors and Service Providers Approval
More informationHow To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
More informationINVITATION TO BID. Contractor Services Associated with:
INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND
More informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationAttachment D. Insurance
Insurance Contractor/Vendor: The City and County of San Francisco would like to direct your attention to the City's insurance requirements, which have proved confusing to some bidders in the past. We have
More informationGENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
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 informationMemorandum of Understanding
Memorandum of Understanding between Name of Company: Owner/Principal: As a Solar Santa Monica Preferred Contractors And the Solar Santa Monica Program of the City of Santa Monica (Last edited July 2, 2015)
More informationLMCIT Service Contract Insurance Recommendations
LMCIT Service Contract Insurance Recommendations The type and amount of insurance should be determined on a case-by case basis dependent upon various factors such as the scope of work and the potential
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 informationINSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
More 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 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 informationAttachment 04 Contractor s Insurance Requirements
GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
More informationCITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES
CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES The City of Beavercreek is seeking quotes for mowing, trimming and general cleanup of private properties found to be
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationWhen completing certificates of insurance, the following wording must be stricken from the standard statement:
(Applicable to all SETA-funded programs) (Pursuant to SETA Governing Board Action on 4/21/88) (Revised 5/3/2007) Prior to contract execution, commencement of program performance and disbursement of any
More informationCity 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 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 informationCALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE
CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project
More 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 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 informationItems 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:
Page 1 of 5 Supplier's Insurance. Before commencing the Work, and as a condition of any payment due under this Subcontract, Supplier shall, at its own expense, procure and maintain insurance on all of
More informationRIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and
RIGHT OF ENTRY This Right of Entry Agreement ( AGREEMENT ) is made this day of, 2015, by and between NAME, [an individual/ a corporation/ a limited liability company/ a partnership] ( ENTRANT ) and the
More informationAGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
More informationNEWBURGH 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 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 informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More 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 informationSTANFORD UNIVERSITY SUPPLIER INSURANCE GUIDELINES
Contractor/Consultant shall not commence Services until it has obtained all of the required insurance, set forth below, and such insurance has been approved by University/Owner. Contractor/Consultant shall
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 informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationCONTRACTS & PROCUREMENT DEPARTMENT
CONTRACTS & PROCUREMENT DEPARTMENT AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD AND Contractor Name RFP # This agreement is made and entered into as of,
More 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 informationPHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS
PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS The individual or entity seeking to enter into a contract with the Philadelphia Redevelopment Authority or who is entering into a contract with
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 informationRequest for Quotes Conductor Heads / Downspout Replacement
February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as
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 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 informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationCity of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
More informationInsurance Procured by the Contractor The Contractor shall take out, maintain, and pay the premiums on Commercial General Liability Insurance, including but not limited to premises-operations, products-completed
More informationCITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID
PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-14 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-14 on the outside of the mailing envelope and the
More informationRisk Management Department NOTICE TO CONTRACTORS / VENDORS / FACILITY USERS
Risk Management Department NOTICE TO CONTRACTORS / VENDORS / FACILITY USERS Chapman University requires Certificates of Insurance from (1) Contractors, (2) Vendors, (3) Other Parties that provide services
More informationEXHIBIT D. Insurance and Bond Requirements
EXHIBIT D Insurance and Bond Requirements A. General Requirements YMCA shall forward certificates of insurance with the endorsements required below to the City as verification of coverage within 5 calendar
More 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 informationRequired Insurance Language for PRF Construction Contracts
Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Purdue Risk Management Department
More informationSPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS
COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you
More informationCITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) LAWN MOWING SERVICES
CITY OF ALLIANCE REQUEST FOR QUOTES (RFQ) I. Introduction: The City of Alliance is seeking a contractor(s) for lawn mowing services, and hereby requests sealed written quotes from contractors to perform
More informationTHE 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 informationEXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS
EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to Property,
More 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 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 informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
More informationCOUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES
COUNTY OF BRUNSWICK REQUEST FOR PROPOSALS FOR GRINDING AND SCREENING SERVICES Brunswick County is requesting proposals (RFP) to provide grinding and screening services for yard wastes and land clearing
More informationEXHIBIT D. Insurance Requirements
EXHIBIT D Insurance Requirements A. Prior to commencement of the Work, Sub-Subcontractor will at its sole cost secure/procure, pay for and maintain in full force and effect, at all times during the performance
More informationPage 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure
Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,
More informationSTATE 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 informationSPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.
RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219
More informationInvitation for Bid. For. Bank Courier Services
Invitation for Bid For Bank Courier Services Solicitation # 2015 BC Sealed bids are due March 23, 2015 Manatee County Rural Health Services Administration Attn: Sam Love, Procurement Manager 700 8 th Avenue
More informationA. Commercial and General Liability Insurance
Acceptable Insurance Providers: Insurance providers must be authorized by subsisting certificates of authority by the Department of Financial Services of the State of Florida, or (II) an eligible surplus
More informationAppendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:
Appendix F Contractor s Insurance Requirements The Contractor shall procure at its sole cost and expense, and shall maintain in force at all times during the term of this Contract, policies of insurance
More 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 informationPHILADELPHIA REDEVELOPMENT AUTHORITY ADDENDUM TO OWNER/ARCHITECT AGREEMENT OWNER: ARCHITECT: PROJECT: This Addendum shall amend the Agreement between Architect and Owner executed in connection with certain
More informationCALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
More information5.2 Insurance Requirements The Highway Commissioner VTHD VTHD VTHD additional insured; Vernon Township Highway Department
5.2 Insurance Requirements The Highway Commissioner shall determine the minimum acceptable amounts for the following types of insurance--(1) Bodily Injury Liability and (2) Property Damage Liability. There
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationNORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)
More informationPREQUALIFICATION APPLICATION REQUIREMENTS
PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor
More 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 information