CITY OF HURST REQUEST FOR QUALIFICATIONS FOR CONFERENCE CENTER MANAGEMENT SERVICES

Size: px
Start display at page:

Download "CITY OF HURST REQUEST FOR QUALIFICATIONS FOR CONFERENCE CENTER MANAGEMENT SERVICES"

Transcription

1 CITY OF HURST REQUEST FOR QUALIFICATIONS FOR CONFERENCE CENTER MANAGEMENT SERVICES The City of Hurst is seeking a full-service conference center operating company (Facility Operator) to manage the day-to-day operations of the Hurst Conference Center that is scheduled to open in the Fall of The successful Facility Operator will be awarded a 24-month contract with the City. At the City's option, the contract may be renewed for three additional 12-month periods. Please forward your qualifications in a sealed envelope to the address listed in Paragraph 1 of the Instructions to Prospective Facility Operators. Include one original and five copies. Designate on the front, lower, left-hand corner of your response envelope, the following: Qualification Reference Number: Subject: Qualifications for Conference Center Management Services Submission Deadline: 2:00 P.M., Wednesday, May 13, 2009 NOTE: Submissions received after this deadline cannot be considered. admin-conf cntr fac operator RFQ spec's-0409.doc (1)

2 TABLE OF CONTENTS Scope and Intent...Cover Page Instructions to Prospective Facility Operators...Page 3 Requested Services...Page 4 Signature Page...Page 7 Insurance Requirements, Attachment I...Page 8 admin-conf cntr fac operator RFQ spec's-0409.doc (2)

3 INSTRUCTIONS TO PROSPECTIVE FACILITY OPERATORS 1. SUBMISSION ADDRESS AND DEADLINE Completed proposals will be received in Risk/Purchasing, City Hall, 1505 Precinct Line Road, Hurst, TX until the proposal submission deadline (closing time and date) as stated on the cover page. Proposal responses received after the closing time and date will be returned to the sender unopened. Faxed responses are not considered sealed and cannot be accepted. 2. SIGNATURES All proposals are required to be signed by an authorized representative of the entity submitting the proposal. Proposals received unsigned will not be accepted. 3. DURATION OF CONTRACT AND FEE ADJUSTMENTS The successful Facility Operator will be awarded a twenty four (24) month contract effective the date of award. Prices must not be increased for the entire initial contract period. At the City s option, the contract may be renewed for three (3) additional twelve (12) month periods, then from month-to-month until a new contract is established or the contract is terminated. The service provided under this contract may be subject to a price adjustment at the time of each renewal based on mutual agreement between the City and the Facility Operator. Any request for a price increase must be presented to the City at least 90 days before the expiration of the current contract. 4. TERMINATION OF AGREEMENT The City reserves the right to terminate the contract with thirty (30) days written notice if the successful Facility Operator fails to perform in a manner acceptable to the City. Upon delivery of such notice by the City to the successful Facility Operator, the Facility Operator shall discontinue all services in connection with the performance of this contract and shall proceed to cancel promptly any existing orders and contracts insofar as such orders or contracts are chargeable to this contract. As soon as practicable after receipt of notice of termination, the Facility Operator shall submit a statement to the City for payment of that portion of the contract successfully performed. 5. INSURANCE The successful Facility Operator shall meet the minimum insurance requirements as defined in Attachment II. admin-conf cntr fac operator RFQ spec's-0409.doc (3)

4 REQUESTED SERVICES INTRODUCTION The City of Hurst is seeking a full-service conference center operating company (Facility Operator) to manage the day-to-day operations of the Hurst Conference Center that is scheduled to open in the Fall of Prospective management companies will be charged with the responsibility of representing the City to area businesses, consumer show promoters, and area residents seeking a top quality venue for social events. We expect the prospective operator of the facility to provide full-service meeting coordination, and established a negotiable marketbased pricing schedule of rental rates and service fees. The City is open to the concept of a management company leasing the facility from the City in exchange for a base rent and a predetermined number of days the facility will be used by the City. The City has reasonable expectations of rent schedule and does not expect the rent to cover the facility s capital costs or debt service. OVERVIEW OF HURST The City of Hurst is located half way between downtown Fort Worth and DFW Airport and has an estimated population of 38,500. As Hurst is surrounded by numerous other cities, the estimated population within a ten-minute drive is approximately 335,000. Because Hurst is 96% built out, city planners aggressively pursue high-quality, market-based, mixed-use projects that responsibly redevelops older projects that are under utilized. Hurst and the surrounding area are home to the following companies that are known to book routine meetings: Bell Helicopter, IBM, Mary Kay, and Con-Way Southern Express. Hurst and the surrounding cities have six nationally branded hotels with 626 guestrooms. The following are located within walking distance of the proposed site: Hyatt Place with 125 rooms that was renovated in Hampton Inn and Suites with 96 rooms that opened in Holiday Inn Hotel and Suites with 90 rooms that opened in Additional hotel development is likely as there are adjacent and nearby tracts that will become viable for hotel development in future years. PROJECT DESCRIPTION Our market study confirms that an unmet need exists for a state-of-the-art meetings facility that can accommodate small day meetings, large banquets, and community-based consumer shows. Hurst is well located for accommodating these events because it is connected to the rest of the Dallas-Fort Worth area via two major freeways traveled by an estimated 175,000 cars per day. Meetings demand in the area has strong counter-cyclical patterns with midweek corporate meetings and weekend banquets and small regional consumer shows. admin-conf cntr fac operator RFQ spec's-0409.doc (4)

5 The City is building a state-of-the-art meeting facility encompassing 50,000 square feet and 250 parking spaces of which 190 are located under the building. Components of the facility will include: A 14,400-square foot hotel-quality ballroom with divisible areas as small as 900 square feet; Six meeting rooms totaling 5,700 square feet; A 2,500-square foot patio area with a water feature and fireplace that can be used for receptions, weddings, and other special events; A sophisticated board room with 15 executive chairs over looking the City s signature view down Thousand Oaks Drive; A 1,200-square foot prep kitchen area to be used by off-site caterers; and A spacious prefunction area with high levels of finish. The City has plans to place decorative signage with a scrolling marquee visible from Highway 121/183 (Airport Freeway) that will advertise upcoming events. The facility will be equipped with state-of-the-art audio-visual equipment and top quality tables, chairs and portable risers. A copy of the floor plans for the facility is available for download at FACILITY OPERATOR RESPONSIBIITIES The Facility Operator will be responsible for the successful operation of the facility with particular attention to the following areas: Set operating budget of revenues, expenses, and reserve for replacement; Set market based rental rates and booking policy; Recruit and manage staff for professional meeting coordination; Provide for top quality catering by either operating in-house catering department or negotiating with local restaurateurs; Proactively market the facility to area companies; and Special consideration will be given to responders that actively pursue the promotion of regional consumer shows. OPERATING EXPECTATIONS Based on the results of our market study updated in 2008, the proposed facility could attract more than 78,000 attendees annually by the third year of operation and generate nearly $975,000 in rental revenue and approximately $1,005,000 in catering revenue (expressed in 2007 dollars). A copy of the consultants report discussing demand segments and potential competitors is available upon request. admin-conf cntr fac operator RFQ spec's-0409.doc (5)

6 We expect the operating revenue of the facility to cover all its operating costs beginning the second full year of operation. We do not expect facility operations to retire any of the debt incurred in developing the facility. The facility will be equipped with a caterer s preparation kitchen with the intent that the Facility Operator will maintain an approved list of area caterers (and restaurants) to provide the highest quality food services to the facility. The Facility Operator will set minimum standards for caterers and be allowed to collect a commission from the caterers for providing lead generation and meeting coordination. The Facility Operator will be allowed to hold the liquor license for the facility and keep the associated profit. The Facility Operator will have the freedom to pursue events that maximizes revenue to the center and profit to the operator within the bounds of the market demand and competitor pricing. With respect to consumer shows, the Facility Operator will have the freedom to self-promote or co-promote consumer shows by sharing in the gate fees, exhibitor fees, and advertising costs so long as events meet certain moral and ethical standards. The City will declare one year in advance up to 20 specific dates that will be used for City sponsored events. For these events, the Facility Operator will waive the caterer food service commissions. CAPITAL CONSIDERATION AND RESERVE FOR REPLACEMENT The City has budgeted for the furniture, fixtures, and equipment (FF&E) for the facility to ensure the highest quality and longevity. The City will seek input from the Facility Operator on the specifications of the equipment. Through mutual determination between City and Facility Operator, a reserve for replacement account will be established and held by the City. The Facility Operator will be allowed to apply for release of those funds for the replacement of FF&E capital items. Capital items purchased with public funds are subject to State and City procurement statutes. MINIMUM REQUIREMENTS OF FACILITY OPERATOR Applicant companies should have a minimum of five years experience operating conference centers and small exposition facilities. Applicant companies should submit the following materials (6 copies) for consideration by the City: Overview of the company List of current facilities managed or operated by Applicant List of past facilities managed or operated by Applicant Biographies of principals and staff of Applicant Company List of references from vendors, suppliers, and facility owners admin-conf cntr fac operator RFQ spec's-0409.doc (6)

7 Facility Operator s Company Name: Authorized Representative: Signed: Title: Address: City, State & Zip: Telephone: ( ) Fax #: ( ) Address: Date: admin-conf cntr fac operator RFQ spec's-0409.doc (7)

8 ATTACHMENT I INSURANCE SECTION A. Prior to the approval of a service contract by the City, the successful Facility Operator shall furnish a completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind the named underwriters/insurance carriers to the coverages, limits, and termination provisions shown thereon. INSURANCE COVERAGE REQUIRED SECTION B. Subject to the Facility Operator s right to maintain reasonable deductibles in such amounts as are approved by the City, the Facility Operator shall obtain and maintain in full force and effect for the duration of this contract, and any extension hereof, at the Facility Operator s sole expense, insurance coverage written by companies approved by the State of Texas and acceptable to the City, in the following types and amounts: 1. TYPE Workers Compensation and Employer s Liability Statutory AMOUNT $100,000/500,000/100, TYPE Commercial General (Public) Liability insurance including coverage for the following: a. Premises Operations b. Independent contractors c. Products/completed operations d. Personal injury e. Advertising injury f. Contractual liability g. Medical payments AMOUNT Combined single limit for bodily injury and property damage in the amount of $2 Million per occurrence or its equivalent. 3. TYPE Comprehensive Automobile insurance, including coverage for loading and unloading hazards, for: a. Owned/leased vehicles b. Non-owned vehicles c. Hired vehicles AMOUNT Combined single limit for bodily injury and property damage in the amount of $1 Million per accident or its equivalent. admin-conf cntr fac operator RFQ spec's-0409.doc (8)

9 4. TYPE Garage Liability or similar insurance to cover exposures arising from the management of the conference center parking facilities. AMOUNT $1 Million per occurrence and aggregate 5. TYPE Liquor Liability insurance including coverage for the following: a. Assault & Battery Coverage b. Defense Costs c. Employees Covered d. Damage Definition Includes Mental Damages AMOUNT Combined single limit for bodily injury and property damage in the amount of $2 Million per occurrence or its equivalent REQUIRED PROVISIONS The Facility Operator agrees that with respect to the above required insurance, all insurance contracts and certificate(s) of insurance will contain and state, in writing, on the certificate, or its attachment, the following required provisions: A. Name the City of Hurst and its officers, employees, and elected representatives as additional insureds, (as the interest of each insured may appear) as to all applicable coverage; B. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change; 10 days notice for workers compensation coverage; C. The Facility Operator agrees to waive subrogation against the City of Hurst, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent same may be covered by the proceeds of insurance; D. All copies of the certificates of insurance shall reference the project name or bid number for which the insurance applies; admin-conf cntr fac operator RFQ spec's-0409.doc (9)

10 E. Provide for notice to the City of Hurst at the two addresses shown below by registered mail. NOTICES The Facility Operator shall notify the City in the event of any change in coverage and shall give such notices not less than 30 days prior to the change. The notice must be accompanied by a replacement Certificate of Insurance. All notices shall be given to the City at the following two addresses: City Administration City Hall 1505 Precinct Line Road Hurst, TX Risk/Purchasing City Hall 1505 Precinct Line Road Hurst, TX admin-conf cntr fac operator RFQ spec's-0409.doc (10)

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

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

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

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 The Town of Glastonbury will be accepting proposals from qualified

More 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

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

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

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

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

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

CITY OF LAGO VISTA LAGO VISTA GOLF COURSE RESTAURANT OPERATIONS REQUEST FOR PROPOSAL FOR

CITY OF LAGO VISTA LAGO VISTA GOLF COURSE RESTAURANT OPERATIONS REQUEST FOR PROPOSAL FOR CITY OF LAGO VISTA REQUEST FOR PROPOSAL FOR LAGO VISTA GOLF COURSE RESTAURANT OPERATIONS January 12, 2016 January 12, 2016 Dear Vendor: The City of Lago Vista, Texas invites you to submit a proposal to

More information

REQUEST FOR PROPOSALS

REQUEST 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 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

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

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS SECOND ADDENDUM TO RFP DOCUMENTS REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS 11/9/2015 To All Potential Bidders: This

More 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

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

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

SHORENSTEIN REALTY SERVICES, L.P VENDOR INSURANCE REQUIREMENTS CATEGORY D VENDORS

SHORENSTEIN REALTY SERVICES, L.P VENDOR INSURANCE REQUIREMENTS CATEGORY D VENDORS NAME AND ADDRESS OF AGENCY: NAME AND ADDRESS OF INSURED: Certificate of Insurance COMPANIES AFFORDING COVERAGES INSURANCE COMPANY S DESIGNATED MUST HAVE A MINIMUM OF A- VIII AM BEST RATING COMPANY A COMPANY

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

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

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

GENERAL TERMS & CONDITIONS OF QUOTE

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

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

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

HAMILTON COUNTY SCHOOL DISTRICT

HAMILTON 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 information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites

2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites REQUEST FOR PROPOSALS 2001 Main, Kansas City, MO 64108 Hilton Home 2 Suites This RFP is open only to contractors prequalified by Port KC at the time of RFP issuance DATE OF ISSUANCE: January 8 th, 2016

More 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

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

PHILADELPHIA 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 information

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport

Request for Quote. LETTERING REPLACEMENT At Tulsa International Airport Request for Quote LETTERING REPLACEMENT At Tulsa International Airport 7777 East Apache Street Room A217 Tulsa OK 74115 Attn: Mark Soltero Airports Facilities Engineer Office (918)838-5603 Email marksoltero@tulsaairports.com

More information

14RFP00721B-WL, Small Business Market Availability Study

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

More information

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES 1 CITY OF HAMTRAMCK REQUEST FOR QUOTE FOR VEHICLE REPAIR SERVICES FOR THE CITY OF HAMTRAMCK ADVERTISE DATE: October 25,

More information

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

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.

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

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

Request for Quotation RFQ 591-14 ID Card Printers

Request for Quotation RFQ 591-14 ID Card Printers Request for Quotation RFQ 591-14 ID Card Printers Due: April 4, 2014 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue astull@coloradomtn.edu COLORADO MOUNTAIN JUNIOR COLLEGE DISTRICT

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

DILWORTH PARK EVENT RENTAL GUIDELINES

DILWORTH PARK EVENT RENTAL GUIDELINES DILWORTH PARK EVENT RENTAL GUIDELINES Dilworth Park Goals and Objectives Dilworth Park re establishes William Penn s original Center Square, immediately adjacent to Philadelphia s City Hall, a National

More information

Request for Qualifications

Request for Qualifications Request for Qualifications Architectural and Engineering Services associated with WINDSOR ANIMAL SHELTER DESIGN TOWN OF WINDSOR, CT 06095 GENERAL The Town of Windsor is accepting qualification proposals

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

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are

More information

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances

More information

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

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

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

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

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

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

Department of Purchasing & Contract Compliance

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

More information

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

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s) 3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

More information

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

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

More information

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

Insurance 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 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

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows: AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering

More information

TOWN OF SCITUATE MASSACHUSETTS

TOWN OF SCITUATE MASSACHUSETTS TOWN OF SCITUATE MASSACHUSETTS REQUEST FOR SERVICES Marketing Services for Town of Scituate Economic Development Commission NOVEMBER 2014 GENERAL INFORMATION The Town of Scituate, acting through its Economic

More information

Stephenson County, Illinois

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

More information

Insurance & Bonding Requirements. Eastside Trail Extension

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

More information

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

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

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 Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby

More information

Request for Quotation (RFQ)

Request for Quotation (RFQ) Request for Quotation (RFQ) RFQ 562-13 Dining Hall Smallwares Due: July 30, 2013 at 2:00PM MOUNTAIN TIME Buyer: Amy Stull Purchasing 802 Grand Avenue Glenwood Springs, CO 81601 astull@coloradomtn.edu COLORADO

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment 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 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

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT Statements of Qualification for the selection of on-call architectural

More information

COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT

COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary

More information

Film Shoot Questionnaire for Permit (Please fill out and return to rbourestom@addisontx.gov) Production Company: Primary contact:

Film Shoot Questionnaire for Permit (Please fill out and return to rbourestom@addisontx.gov) Production Company: Primary contact: Film Shoot Questionnaire for Permit (Please fill out and return to rbourestom@addisontx.gov) Production Company: Primary contact: Company/address/phone/fax/email Purpose of shoot: Date/Time/Locations:

More information

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia

More information

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

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

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) SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT) INSURANCE REQUIREMENTS A. COVERAGE: Subcontractor and its subcontractors and

More information

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. 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

More information

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies

More information

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified

More information

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

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

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

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

Request for Interest. Public Relations Agency of Record

Request for Interest. Public Relations Agency of Record Request for Interest Public Relations Agency of Record The Woodlands, Texas Issuance Date: May 16, 2014 Due Date: July 18, 2014 1 Request for Interest Public Relations Agency of Record I. BACKGROUND In

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

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

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: May 2014) Part 3 (2013 Lump Sum Agreement Between Department and Design-Builder), Part 4 (2013 General Conditions of Contract

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

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

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

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

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

More information

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

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

LOCUM TENENS SERVICES

LOCUM TENENS SERVICES Issue Date: March 19, 2014 COUNTY OF MERCED REQUEST FOR QUALIFICATIONS NUMBER 7042 LOCUM TENENS SERVICES Mark A. Cowart Administrative Services, Chief Information Officer 2222 M Street Merced, CA 95340

More information

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013

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.

More information

43rd Annual International Conference & Exposition

43rd Annual International Conference & Exposition 43rdAnnualInternational Conference&Exposition NATIONALORGANIZATIONOFMINORITYARCHITECTS EXHIBITORINFORMATION LegacyNOMA CommunityServiceDay Wednesday,October14,2015 InternationalConference Thursday,October15,2015

More information

CAMBRIDGE PROPERTY & CASUALTY SPECIAL REPORT

CAMBRIDGE PROPERTY & CASUALTY SPECIAL REPORT CAMBRIDGE PROPERTY & CASUALTY SPECIAL REPORT BUILDING A BETTER LEASE AGREEMENT Key Considerations in Negotiating Landlord Favored Commercial Insurance and Indemnity Provisions This Special Report was written

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

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

TEXAS SELF STORAGE ASSOCIATION EXHIBITOR PROSPECTUS 2014 ANNUAL CONFERENCE FORT WORTH CONVENTION CENTER

TEXAS SELF STORAGE ASSOCIATION EXHIBITOR PROSPECTUS 2014 ANNUAL CONFERENCE FORT WORTH CONVENTION CENTER TEXAS SELF STORAGE ASSOCIATION EXHIBITOR PROSPECTUS 2014 ANNUAL CONFERENCE FORT WORTH CONVENTION CENTER October 26 28, 2014 TEXAS SELF STORAGE ASSOCIATION SEE YOU IN FORT WORTH! TSSA EXHIBITOR PROSPECTUS

More information

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/

More information

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

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

More information

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health

Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health 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