Request for Statements of Qualifications # for Electric Motor Repair
|
|
|
- Alberta Warner
- 9 years ago
- Views:
Transcription
1 Request for Statements of Qualifications # for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops for participation in a Multiyear Contract. Each qualifying vendor will receive a Contract (not to exceed $150,000 per contract year) to perform future work awarded for repair of electric motors ranging in size up to 4160 volts, 5000 hp. An award of a Contract does not guarantee vendors will receive any work. DUE DATE: Statements of Qualifications will be received No Later Than 2:00 p.m. local time on December 18, 2015 at City of Memphis, Purchasing Department, Room 354, 125 North Main Street, Memphis, TN SUBMITTAL REQUIREMENTS: Each responding vendor is required to submit the details of their shop equipment and facilities that meet or exceed those specified under the Minimum Qualifications below. Included with the bidder s submittal shall be bidder s warranty on work and materials provided for repairs. Such warranties shall be for a period not less than 12 months. Submittals shall be in a sealed envelope, with the RFQ Number, RFQ Name, Due Date, and Vendor Name clearly marked on the outside of the envelope. Submittals must be received no later than the Due Date and Time listed above. MINIMUM QUALIFICATIONS: Only Vendor Shops meeting the following requirements need respond to this RFQ. Those vendors within 100 miles of Shelby County having the shop facilities equipped as specified herein will be considered for any contracts resulting from this Request for Statements of Qualifications. All work performed under each RFQ must be performed in Vendor s shop. Qualified Vendors must have shop facilities complete with VPI capabilities and have test run facilities complete with dynamometer and power oil supply to maintain power lubrication on the motor s bearings while test runs are conducted. Participating Vendors must have shop facilities with 4160 volt, 181 Amp, 3 Phase power supply capable of ramping motor up under load to an operating speed of 545 RPM and conducting a minimum of two 30 minute test runs with the repaired motor under load. Each vendor eligible to receive Contract resulting from this Request for Statements of Qualifications will be require to provide proof of insurance before a Contract will be issued. Insurance requirements are listed at the end of this document. Scope of Work: A Request For Quotes (RFQ) for jobs estimated to be below $50,000 will be sent to each qualifying vendor and each vendor will be required to test and evaluate the motor
2 needing repairs. The scope of work that may be requested will vary and may consist of cleaning, baking and checking motors or complete rewind/rebuild of motors. The electric motor needing repair work will be made available to each vendor for testing and analysis at the T. E. Maxson WWTF, 2685 Steamplant Road, Memphis, TN 28109, unless otherwise specified. Each participating vendor will define the required scope of work found from his testing and analysis. Each vendor will then prepare a detailed list of the repairs required to restore the motor to its original condition. The list of required repairs and the cost associated with each along with bidder s warranty covering the work will be included in the quote submitted in response to the RFQ sent to participating vendors. Monthly invoices for partial payments will be allowed from time to time as work progresses on long duration rebuild motor projects. For Work Orders issued under this procedure, individual projects will not exceed $49, per work order. For projects where all quotes are $50,000 or over, a Legal Notice to Bidders for Request For Quotes will be issued, and the resulting award/contract will be in addition to any contracts resulting from this Request For Statements of Qualifications. Award of Work Orders: The responding vendor with the lowest and best overall price quote submitted for each electric motor repair will be awarded a Work Order for that specific work. Funds sufficient to pay for work performed under the awarded Work Order will be encumbered and applied towards the vendor s Contract for payment of vendor s invoice. GENERAL CONDITIONS: 1. Each Participating Vendor shall submit with each price quote, a detailed list of repairs needed to restore each motor to original condition including the cost associated with the listed repair. 2. Contingencies and Exceptions: Each Participating Vendor is required to list all contingencies, exceptions, deviations, or variations to the evaluation submitted with his quote. All contingencies and exceptions should be set forth and done in a clear, logical fashion on a sheet designated by the vendor as such. 3. Each Motor in need of repairs shall be picked up and delivered back to M. C. Stiles Wastewater Treatment Plant, 2303 North Second Street, Memphis, TN 38127, unless otherwise specified. All related costs shall be included in Vendor s quotes returned for consideration. 4. A full copy of the warranty covering the Parts and Labor shall accompany each quote sent in response to the RFQ notices received. 5. Questions concerning this Request For Statements of Qualifications should be directed to Alan Meadors at or Michael Brower at
3 All Prices Quoted shall include the cost of pick up and delivery of motor to: T. E. Maxson W.W. T. F Steamplant Road Memphis, TN Insurance Requirements A. The Contractor shall not commence any work under this agreement until it has obtained and caused its subcontractors to procure and keep in force all insurance required hereunder. The Contractor shall require all subcontractors to carry insurance as outlined below, in case the subcontractor(s) are not protected by the policies carried by the Contractor. Prior to commencing any work under this contract, the Contractor shall furnish the City a Certificate of Insurance and/or policies, upon request, executed by an authorized representative of the insurance carrier evidencing that the insurance required hereunder is in effect. Failure to maintain or renew coverage or to provide evidence of renewal may result in termination of the contract by City. Failure of the City to identify any deficiency in the evidence that is provided shall not be construed as a waiver of the Contractor's obligation to maintain such insurance. The City reserves the right to review these requirements and to modify insurance coverage and their limits when deemed necessary and prudent. Insurance coverage shall be provided by companies rated A:VI or better by Best's Insurance Rating. The City reserves the right to reject any or all insurance carrier(s) with an unacceptable financial rating. All insurance companies must be acceptable to the City of Memphis and licensed in the State of Tennessee. B. If any of the insurance requirements are non-renewed at the expiration dates of any policy, payment to the Contractor may be withheld until those requirements have been met, or at the option of the City, the City may pay the renewal premiums and withhold such payments from any monies due the Contractor. Contractor's insurance shall be primary as respects the City, its officers, employees, and agents. Any insurance or self-insurance maintained by the City, its officers, employees and agents shall be excess of the Contractor's insurance and shall not contribute with it. C. The Contractor shall maintain, at its expense, at minimum, the following insurance coverage during the life of the Agreement: 1. WORKERS COMPENSATION in accordance with the statutory requirements and limits of the State of Tennessee Employer's Liability $100,000 Each Accident $500,000 Disease - Policy Limit $100,000 Disease - Each Employee
4 The workers compensation policy shall include a waiver of subrogation in favor of the City, its officials, employees and agents. 2. AUTOMOBILE LIABILITY covering owned, non-owned and hired vehicles with a minimum limit of: $1,000,000 Each Occurrence - Combined Single Limits. The policy shall include a waiver of subrogation in favor of the City, its officials, employees and agents. 3. The Contractor shall be responsible for maintaining any and all PROPERTY INSURANCE on its own equipment and shall require all subcontractors to do likewise. 4. COMMERCIAL GENERAL LIABILITY covering Bodily Injury and Property Damage on an "occurrence" basis. The policy shall include a waiver of subrogation in favor of the City, its officials, employees and agents. The coverage shall be provided on ISO occurrence Form CG (or substitute form for providing equivalent or greater coverage) and include Premises and Operations, Contractual Liability, Independent Contractor's Liability, Broad Form Property Damage, including Premises/Completed Operations, and Personal Injury liability, with employee and contractual exclusions deleted. General Aggregate $2,000,000 Products - Completed Operations $1,000,000 Personal & Advertising $1,000,000 Each Occurrence $1,000,000 (Bodily Injury & Property Damage) Fire Damage (any one fire) $50,000 Medical Expense (any one Person) $5, A Separation of Insureds condition shall be included in all general liability and automobile liability polices required by this Agreement. D. Each certificate or policy shall require and state in writing the following clauses: 1. The vendor shall provide notice to the City of Memphis within three (3) business days following receipt of any notice of cancellation or material change in the vendor s insurance policy. This notice shall be given to the City of Memphis Risk Manager by registered mail, return receipt requested to the following address: City of Memphis Attn: Risk Management
5 2714 Union Avenue Extended, Suite 200 Memphis, TN "The City of Memphis, its officials, agents, employees and representatives shall be named as Additional Insured on all liability policies." The additional insured endorsements shall be attached to the Certificate of Insurance."
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
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
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
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
April 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
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,
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
IMPORTANT! - 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.
MATTCON GENERAL CONTRACTORS, INC. INSURANCE SPECIFICATIONS EXHIBIT B INSURANCE Subcontractor shall obtain insurance of the types and in the amounts
MATTCON GENERAL CONTRACTORS, INC. INSURANCE SPECIFICATIONS EXHIBIT B INSURANCE Subcontractor shall obtain insurance of the types and in the amounts described below. The insurance shall be written by insurance
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,
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
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
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
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,
Stephenson 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
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
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
Charlie 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
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
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
EXHIBIT 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
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
Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013
Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013 Disclaimer: The following is a draft of suggested language for incorporation into construction insurance specifications.
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
LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE
LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
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
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
Delaware 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
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
Page 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/
Insurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
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
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
1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS
1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS Indemnify, defend and hold harmless Montana Rail Link (MRL), BNSF Railway Company (BNSF) and any other railroad company, occupying or
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.
To receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
How To Insure A Project In The United States
Recommended Liability Insurance Guidelines For Custom Applicators and Certified Crop Advisors May 2015 Disclaimer: The following is a draft of suggested language for incorporation into services procurement
City 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
EXHIBIT D INSURANCE REQUIREMENTS
A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall
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
Minimum 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.
CURRENT 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
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
INSURANCE 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.
EXHIBIT 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
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
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
SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)
SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and
1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)
3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates
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
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
2 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
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
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
Insurance 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,
QSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
GREENFIELD MIDDLE SCHOOL ROOF PROJECT
CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m.
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
WASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
Request 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 [email protected]
INDEPENDENT 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
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
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
CURRENT 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
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
INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:
INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts: General Conditions of the Construction Contract Design/Bid/Build (SC-6.23), or Contractors Agreement Design/Bid/Build (SC-6.21),
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
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
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE
APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia
Department 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
Department: Public Works. Presented By: Michael J. Michael, City Engineer
CITY OF SHELTON COMMISSION BRIEFING REQUEST (Please Use Bolded Information Inserts) Touch: Feb 17, 2015 Brief: Feb 23, 2015 Action: Mar 2, 2015 Department: Public Works Presented By: Michael J. Michael,
STANFORD 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
Attachment 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
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
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water
GENERAL 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
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
CITY 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
LAS VEGAS VALLEY WATER DISTRICT
LAS VEGAS VALLEY WATER DISTRICT INSURANCE/INDEMNITY REQUIREMENTS TO PROVIDE PROFESSIONAL SERVICES Contacts Under $25,000 Page 2 Contracts over $25,000 and under $100,000. Page 3 Contacts Over $100,000
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.
REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
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
Comprehensive Automobile Liability: (Including owned, non-owned, leased and Hired automobiles): $1,000,000 Per Occur.
INSURANCE ATTACHMENT A Insurance Requirements: Workers' Compensation and Emploer's Liabilit insurance: As required b statute No exclusions for partners, proprietors or executive officers. New York Shall
