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

Size: px
Start display at page:

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

Transcription

1 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 Department is requesting Statements of Qualifications (SOQ) from qualified firms for Division of the State Architect (DSA) Inspector of Record (IOR) services for various modernization and new construction public school projects. The District may be using a variety of construction delivery methods which could include design bid build, design build, and lease leaseback. Construction durations for these projects could range from three to thirty months, starting in August Any firm hired by the District as a result of this RFQ will be an independent contractor that will provide services for specific projects and will not be an employee of the District. 2. NUMBER OF SUBMISSIONS, DUE DATE AND TIME In order to be considered, one original and five copies of the SOQ must be received at the address indicated in paragraph 3 below by personal delivery or mail no later than the following date and time: June 25, 2012, 2:00 p.m. The District encourages submittal of the SOQ prior to this date and will reject any SOQ received after the dead line indicated above. 3. ADDRESS FOR SUBMISSIONS Interested, qualified candidates must submit their SOQ to the following address in a sealed envelope, clearly marked with the name and address of the firm in the upper left corner: San Bernardino Community College District (DSA IOR STATEMENT OF QUALIFICATIONS) Attention: Scott Stark, Facilities Project Manager 114 South Del Rosa Drive, San Bernardino, CA (909) QUESTIONS ABOUT THE RFQ OR THE DISTRICT S PROGRAM Formal questions about the RFQ must be directed to the following contact via e mail: Scott Stark, Facilities Project Manager sstark@sbccd.cc.ca.us (909)

2 5. SELECTION PROCESS AND SCHEDULE The District intends to establish a shortlist of qualified inspection firms eligible to provide necessary IOR services for various construction projects as determined by the District. Subsequent to establishment of the shortlist, the District will, as deemed necessary by and at the sole discretion of the District, enter into negotiation with the top ranked firm(s). The District may enter into agreements with more than one firm. Upon execution of the agreements and as needs arise for IOR services, the District will assign projects to firms at its sole Discretion. The District may require an informal Request for Proposal to assign specific projects. The following dates have been TENTATIVELY assigned to the completion of this evaluation: 6/6/12 RFQ Issued 7/17/12 Finalize Selections 6/25/12 Consultant Proposals Due 7/18/12 Notice of Intent to Award 6/26/12 Screening Complete; Shortlist 7/25/12 Finalize Contracts to Consultants of Firms Selected 8/9/12 Board Approval of Contract 7/10/12 Interviews, Presentations 8/10/12 Notice to Proceed 6. DISTRICT POLICIES REGARDING SOQ SUBMISSIONS 6.1 No Stipend. The District will not reimburse candidates for costs they may incure in preparing their SOQs. 6.2 Right to Request Additional Information. The District reserves the right, at the District s sole discretion, to request additional information from any candidate in order to make a more fully informed decision regarding the SOQ. 6.3 Right to Reject. The District specifically reserves the right, at the District s sole discretion, to reject any or all SOQs. 7. REQUIRED SOQ FORMAT AND CONTENT 7.1 Prescribed SOQ Format. SOQs submitted in formats other than that prescribed below may, at the sole discretion of the District, be rejected. All Sections identified in paragraph 8.3 below must be included for the SOQ to be considered complete. 7.2 SOQ Format Requirements. Submissions shall be delivered in a sealed box or envelope, addressed to the contact person and address indicated in Section 4 with the legible name and address of the consultant in the upper, left corner. Submission to be 8 ½ x 11 white bond paper, black and white only no photographs, no plastic, no tabs. Original is to be single sided, bound with a single paper clip. Copies are to be printed on both sides and bound with single staple in upper left corner. 2

3 7.3 Content and Order of SOQ. The SOQ must contain the following sections in the order presented below. Candidates are instructed to note page limits and numerical scoring. Section Title Page Limit Points Section A: Letter of Interest & Philosophical Approach 1 10 Section B: Resumes of Inspection Staff 3 20 Section C: Fee Schedule 2 30 Section D: Capacity 2 10 Section E: Litigation History 1 5 Section F: References 4 25 Total 100 Section Requirements Section A: Letter of Interest The SOQ should be introduced with a Letter of Interest that presents a statement of interest with a brief description of the firm including qualifications for providing the requested services. Include all of the following: i) Firm name with address, telephone/fax numbers, address ii) Contact name and title iii) Years in business iv) Number of current employees v) Type of business organization Section B: Résumés of Employee Inspection Staff Submit résumés for all employees proposed to provide service to SBCCD, including specific qualifications and recent related experience providing similar services. Include the following data and any other relevant information for the District to evaluate: i) DSA Class, Education, Training & Professional Certifications ii) Whether or not individual is currently a direct employee of the firm iii) Project experience with focus on community college district qualifications (include school or community college district, project name, construction value, project type Modernization vs. New School, and duration of inspection assignment) with a list of references and contact names and phone numbers on at least three of the listed projects 3

4 Section C: Fee Schedule Submit a proposed fee schedule including fully burdened hourly rates and DSA Class. The fee schedule must include the following: i) Base fee (hourly rate) for the following classifications of inspectors: DSA Class I, Class II, and Class III, fully burdened with insurance requirements (See Exhibit A, Insurance Requirements) ii) Show up fee and/or minimum number of hours, if any iii) Weekend/overtime hourly rate fees iv) Other reimbursable expenses, if any Section D: Capacity Indicate the firm s proximity to the District and availability to accomplish the work. List the proposed inspection staff s current and anticipated availability over the next months. Section E: Litigation History List all construction related litigation in the last five years, filed either by an owner, owner s consultant, or contractor, against the firm. Section F: References List all public school and community college districts that your firm has contracted with in the last five years. Include the name of the district, contact person and phone number, scope of services provided, and name of construction management firm and construction manager (if applicable). 4

5 EXHIBIT A INSURANCE REQUIREMENTS IOR shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Inspector, his agents, representatives, employees and sub consultants. A. Minimum Scope of Insurance: Coverage shall be at least as broad as: 1. Commercial General Liability coverage. 2. Commercial Automobile Liability, any auto. 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Professional Liability Insurance. 5. Valuable Documents or Valuable Papers Insurance. B. Minimum Limits of Insurance: 1. Within ten (10) days of signing of this Agreement the Inspector shall maintain limits no less than: a. Commercial General Liability: Two million dollars ($2,000,000) per occurrence for bodily injury, personal injury, blanket contractual, products/completed operations and broad form property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be $5,000,000. b. Automobile Liability: One million dollars ($1,000,000) per accident for bodily injury and property damage. c. Workers Compensation and Employer's Liability: One million dollars ($1,000,000) per accident for bodily injury or disease. d. Professional Liability: Inspector shall provide insurance covering the Inspector and its sub consultants for three million dollars ($3,000,000) aggregate limit subject to no more than fifty thousand dollars ($50,000) per claim deductible. Such insurance shall be maintained during the term of this Agreement and renewed for a period of at least five (5) years thereafter and/or at rates consistent with the time of execution of this Agreement adjusted for inflation. Failure to maintain professional liability insurance is a material breach of this Agreement and grounds for immediate termination. e. Valuable Document or Papers Insurance: The Inspector shall carry adequate insurance on all drawings and specifications as may be required to protect the District in the amount of its full equity in those 5

6 drawings and specifications, and shall file with the District a certificate of that insurance. The cost of that insurance shall be paid by the Inspector, and the District shall be named as an additional insured. 2. The District reserves the right to modify the limits and coverages described herein, with appropriate credits or changes to be negotiated for such changes. C. Deductibles and Self Insured Retention: Any deductibles or self insured retention must be declared to and approved by the District. At the option of the District and at District expense, either: the insurer shall reduce or eliminate such deductibles or selfinsured retention as respects the District, its officers, officials, employees or the Inspector shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions: The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The San Bernardino Community College District, Kitchell/BRj/Seville, consultants, trustees, officers, officials, employees, and agents, ( Additional Insureds ) are to be covered as Additional Insureds as respects liability arising out of activities performed by or on behalf of the Inspector; instruments of service and completed operations of the Inspector; premises owned, occupied or used by the Inspector; or automobiles owned, leased, hired or borrowed by the Inspector. The coverage shall contain no special limitations on the scope of protection afforded to the Additional Insureds and shall be evidenced by endorsements. 2. For any claims related to this project, the Inspector s insurance coverage shall be primary insurance as respects the Additional Insureds. Any insurance or self insurance maintained by the Additional Insureds shall be in excess of the Inspector s insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the Additional Insureds. 4. Each insurance policy required by this clause shall waive all rights of subrogation, and shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice, except ten (10) days for nonpayment of premium, by certified mail, return receipt requested, has been given to the District. E. Acceptability of Insurers: Insurance is to be placed with insurers admitted in California with a current A.M. Best's rating of no less than A:VII. 6

7 F. Verification of Coverage: Inspector shall furnish the District with: 1. Certificates of insurance showing maintenance of the required insurance coverage; 2. Original endorsements affecting general liability and automobile liability coverage. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the District before work commences. Summary of Insurance Requirements: GENERAL LIABILITY 2,000,000 Aggregate 1,000,000 Per Occurrence 1,000,000 Project Specific Aggregate 2,000,000 Products & Complete Operations 1,000,000 Personal & Advertising Injury Limit AUTO LIABILITY 1,000,000 Any auto or truck vehicle owned, leased, hired or borrowed 1,000,000 Material Hoist 1,000,000 Explosion, Collapse, & underground EXCESS LIABILITY 2,000,000 In contracts under $500,000 5,000,000 In contracts over $500,000 PROFESSIONAL LIABILITY 3,000,000 Per claim/occurrence 3,000,000 Aggregate limit Maximum $50,000 per claim deductible WORKMEN'S COMP 1,000,000 ADDITIONAL INSUREDS The San Bernardino Community College District Kitchell/BRj/Seville CERTIFICATE OF INSURANCE HOLDER San Bernardino Community College District C/O Kitchell/BRj/Seville 114 So. Del Rosa Drive San Bernardino, CA

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" 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

How To Work For A City Of Germany Project

How 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 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

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

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

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

CALIFORNIA 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 information

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

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

More information

Attachment 4: Insurance Requirements

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

More information

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

EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS

EXHIBIT 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 information

Insurance Requirements for Contractors (Without Construction Risks)

Insurance 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 information

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR

More information

Attachment 4. Contractor Insurance Requirements

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

More information

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

Memorandum of Understanding

Memorandum 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 information

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

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

More information

Attachment 04 Contractor s Insurance Requirements

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

More information

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

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

More information

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

SAMPLE SERVICES CONTRACT

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

More information

EXHIBIT B. Insurance Requirements for Construction Contracts

EXHIBIT B. Insurance Requirements for Construction Contracts EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to

More information

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

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL 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 information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

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

Sidewalk Rehabilitation Program

Sidewalk Rehabilitation Program REQUEST FOR PROPOSALS FOR ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES Sidewalk Rehabilitation Program City of Maywood Building and Planning Department 4319 E. Slauson Avenue Maywood, CA 90270 Deadline:

More information

GENERAL INSTRUCTIONS AND REQUIREMENTS

GENERAL 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 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 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

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

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

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

More information

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

SECTION 00 73 16 INSURANCE REQUIREMENTS

SECTION 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

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

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

KALEIDA 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 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

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

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And Page 1 of 5 1. Scope: This addendum covers the led by the State of Oregon for use by state agencies and other entities located in the Participating State/Entity authorized by that state s statutes to utilize

More information

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

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

More information

Vendor Insurance Requirements Revised 5-12-15

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

More information

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

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

More information

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,

More information

CITY of DALY CITY INSURANCE REQUIREMENTS

CITY 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 information

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

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

More information

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

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

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

More information

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

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

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

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

Request for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications

Request for Proposal. Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications Request for Proposal Replacement or Addition of Case Management, Facilities Management, Asset Management and Work Order Applications City of Monrovia Information Systems Division March 5, 2015 Responses

More information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

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

More information

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

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

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

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

More 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

Insurance Requirements vary for different applicants. Please see the below listed applicant types followed by the insurance requirements.

Insurance 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 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

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 INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities

REQUEST FOR INTEREST PHASE 2. 2010 11 Reuse of Community Center Facilities REQUEST FOR INTEREST PHASE 2 2010 11 Reuse of Community Center Facilities November 30, 2010 1. INTRODUCTION The purpose of this second phase Reuse Request for Interest (RFI) is to solicit Partnership Proposals

More 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

INSURANCE REQUIREMENTS

INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS TO ENSURE COMPLIANCE WITH THE CONTRACT DOCUMENT, SUPPLIERS SHOULD FORWARD THE FOLLOWING INSURANCE CLAUSE AND SAMPLE INSURANCE FORM TO THEIR INSURANCE AGENT 1. FORMAT / TIME SUPPLIER

More information

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles

More information

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE INSURANCE GUIDE I - MINOR CONTRACTS FOR MEETING GUIDE I SPECIFICATIONS DURATION: Project will not exceed 30 calendar days COST: Project cost will not exceed $50,000 RISK: Low, No unusual or high hazards

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

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON RESOLUTION 20-2014 A RESOLUTION OF THE NORTH BEACH WATER DISTRICT OF PACIFIC COUNTY, WASHINGTON, APPROVING A CONTRACT FOR ARCHITECTURAL SERVICES WITH

More information

EXHIBIT K Insurance Requirements

EXHIBIT 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 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

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals The Town of Somers invites proposals for Geographic Information System consultation/ implementation services.

More information

Hillsborough County Aviation Authority Standard Procedure S250.06 Contractual Insurance Terms and Conditions

Hillsborough County Aviation Authority Standard Procedure S250.06 Contractual Insurance Terms and Conditions Hillsborough County Aviation Authority Standard Procedure S250.06 Contractual Insurance Terms and Conditions PURPOSE: To establish the insurance terms and conditions associated with contractual insurance

More information

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY

FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY FUNDING AGREEMENT BETWEEN THE SOUTH BAY CITIES COUNCIL OF GOVERNMENTS AND THE LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY This Funding Agreement (the Agreement ) is entered into with an effective

More information

Gordon L. Mountjoy & Associates, Inc.

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

More information

EXHIBIT B CITY OF PHILADELPHIA AND PHILADELPHIA HOUSING DEVELOPMENT CORPORATION INSURANCE REQUIREMENTS

EXHIBIT B CITY OF PHILADELPHIA AND PHILADELPHIA HOUSING DEVELOPMENT CORPORATION INSURANCE REQUIREMENTS EXHIBIT B CITY OF PHILADELPHIA AND PHILADELPHIA HOUSING DEVELOPMENT CORPORATION INSURANCE REQUIREMENTS The Recipient will procure and maintain during the entire period of the contract, the types of insurance

More information

CITY OF LEAWOOD. Independent Contractor Agreement

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

More information

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS Include Section I and Section II.(A. - F.) in all County service agreements. I. Indemnification: Contractor shall indemnify,

More information

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. PS-16-0235-06 FOR REAL ESTATE PROFESSIONAL COMMERCIAL BROKERAGE SERVICES DISTRIBUTION/ADVERTISEMENT JULY 28, 2015 RESPONSE SUBMITTAL DEADLINE AUGUST 12, 2015 2:00 P.M.

More information

REQUEST FOR PROPOSAL. Design Services

REQUEST FOR PROPOSAL. Design Services Ventura County Community College District Ventura College Parking Lot Renovation REQUEST FOR PROPOSAL Design Services Proposals due by: 2:00 p.m. December 15, 2003 Deliver to: Project Director The JCM

More information

CHECKLIST FOR INSURANCE REVIEWS

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

More information

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

NORTHERN 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 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

Attachment A Terms and Conditions

Attachment A Terms and Conditions Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL

More 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

Request for Proposals for Upgraded or Replacement Phone System

Request 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 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

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

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

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells

More information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

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

More information

Risk Management Department NOTICE TO CONTRACTORS / VENDORS / FACILITY USERS

Risk 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 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

CONTRACT INSURANCE REQUIREMENTS

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

More information

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

How To Insure Construction Contracts In Northern California Schools Insurance Group

How 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 information

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

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

More information

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

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

More information

Request for Qualifications & Proposal. Architectural Team. Lake County School District R-1. On-Call Services. For

Request 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 information

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

More information

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

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

More information

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

APPENDIX 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 information