Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Size: px
Start display at page:

Download "Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402"

Transcription

1 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH July 13, 2015 TO: RE: Prospective Quoters Request for Quotation (RFQ) Survey Services The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Survey Services. Your firm is invited to submit a quote. The successful quoters will be offered a one-year contract, effective on or about 7/22/15. The award will be based on the lowest quote received from responsive and responsible quoters as determined by the RTA. No written notification of the award will be sent. In order to be considered, please ensure that your quote is received by the undersigned no later than July 20, 2015, at 2:00 p.m. Quotes may be hand delivered, sent by delivery services addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH 45402, faxed to the attention of the undersigned at (937) , or submitted by to: [email protected]. Please allow additional working days for U.S. Postal Service delivery. A quote may be withdrawn by personal, written, or telegraphic request received from the bidder prior to the scheduled opening date. No quote may be withdrawn for a period of 60 days after the opening date. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received. If you have any questions relating to this solicitation, please contact me at (937) Sincerely, Tamea Wiesman Tamea Wiesman, CPPB Sr. Purchasing Agent Attachment page 1

2 SCOPE OF WORK SURVEY SERVICES Survey services are needed for the following: 1. To provide field and plan data for the planned installation of new Electric Trolley Bus (ETB) system on Apple Street, and miscellaneous survey work, pole staking, rightof-way layout, bus shelter layout and staking, bus road side pull-off\layover etc. Work shall include: A. Apple Street from Main Street to Warren/Brown Street, Warren/Brown Street from Apple Street to Wyoming Street. RTA to provide field and plan data obtained under separate contract. Surveyor to confirm and update field and plan data and prepare drawings ready for submission to the City of Dayton for permitting. Work shall include but is not limited to: 1) Coordinate with the City and incorporate proposed changes to the intersections of Main and Apple Street, and Warren/Brown Street and Apple Street. 2) Obtain most current plans from the City of Dayton for proposed road work on Main Street and Warren/Brown Street and incorporate into final plans. 3) Incorporate draft Pole Locations into plans as provided by RTA. Note Pole locations are subject to change (as directed by RTA) due to underground utilities and by various authorities having jurisdiction. Changes updates to be incorporated into plans. 4) Include 3-6 conduits. Conduit to be concrete encased per City of Dayton (COD) requirements with pull boxes no more than every 500 ft. Each pull box to be located next to a proposed pole with a 2 riser from the pole-box to the pole. (a) Conduit to be tied to the proposed conduit on Main St. and Warren\Brown St. 5) Plans to be prepared and ready for submission to the City of Dayton for permitting. B. Provide field and plan data, for pole installations, bus shelters, bus pads, etc., as requested by RTA. Plans to conform to authorities having jurisdiction (Cities of Dayton, Kettering, Oakwood, Trotwood, Riverside, etc. Miami Conservancy District, Ohio Department of Transportation (ODOT) to accommodate possible future requirements (street alignment, storm sewers, curbing revisions, etc.). page 2

3 Hourly rates are established as line items on the Quote Sheet for such additional Surveying Services by trade throughout RTA s service area on an as-needed basis as required. Survey Services shall include the following: 1. Field Survey work to include A. Collect data using the State Plan Coordinate system (to be compatible with other RTA drawings). B. Locate right-of-way lines along project limits. C. Locate right-of-way lines 50-ft from project limits for all interior-intersecting streets. D. Identify all property lines for 20-ft from project limit right-of-way lines. E. Provide a topographic survey. F. The survey limits for the topographic survey, including contours, shall extend from the edge-of-pavement/curb lines of project limit and intersecting streets to 10-ft outside their right-of-way lines. G. Topographic information shall include edge-of-pavement, curbs, curb-cuts, drive entrances, sidewalks and parking lots at 50-ft minimum intervals and at grade breaks. H. Topographic information shall also include, but not be limited to, fence lines, mailboxes, trees, stumps, benches, signs, utility poles, catch basins, manholes, fire-hydrants, valves, clean-outs, miscellaneous structures, etc. within the survey limits. I. For manholes identify the pipe inverts and the bottom and rim elevations of the manhole. J. Identify the underground utilities and approximate their depth and direction within the survey work limits. 2. Develop Plan A. All field data shall be downloaded into an AutoCAD drawing file (the AutoCAD Release version to be confirmed with RTA before finalizing). B. The data shall than be developed into an AutoCAD drawing. page 3

4 C. The plan shall be developed at 20-scale (two plans per sheet is acceptable). D. Plan to have center-line of road/right-of-way with station numbers on 100 ft. increments. E. A layer system shall be used to separate the different point descriptions and their text. Each utility/entity shall have a separate layer. F. The drawing shall be developed in model space and the sheet borders with title data in paper space. G. The final product shall be provided on a 24 x 36 plan sheet. H. Develop a base map plan of the existing site. I. Obtain a planned pole placement AutoCAD drawing file from RTA. J. Discuss pole location preferences with RTA as to alignment, aesthetics, and potential easement needs. K. Overlay the planned pole placement AutoCAD drawing file over the base map plan. L. Note any physical conflicts of the poles with the existing plan. M. If necessary, suggest alternate pole locations that avoid the conflicts and still meet RTA preferences. N. Submit to RTA for review and comment; respond to RTA comments as needed. O. Provide additional survey, if necessary. P. Obtain property information in areas needing easements. Q. Provide a final plan. R. Provide to RTA full size final plan on 24 x 36 Mylar, stamped and signed by a Professional Surveyor (PS) or a Professional Engineer (PE). S. Provide two additional copies of this 24 x 36 final plan to RTA. T. Provide a half size stamped final plan to RTA. U. All drawings shall be provided in hard copy and electronic copy to RTA. V. The fee for this phase shall be based on a lump sum basis. page 4

5 3. Construction Staking A. Once a set of Final Construction Plans have been approved by RTA, field locate the new Electric Trolley Pole foundation locations and underground conduit. B. Contact the contractor who will be drilling the pole foundations and installing the conduit to discuss layout-staking preferences. C. Stake the foundations as requested. D. Construction Permits will be obtained by others. E. Necessary easements will be done as described earlier in this scope in advance of staking. F. Mark in field location of conduit and pull boxes. G. Provide as-built drawings, at completion of construction. H. Contractor to stake/mark locations in a fashion that cannot be easily removed/vandalized. I. Restake as necessary due to underground utility interference. J. The fee for this phase shall be lump sum. Locations removed/vandalized shall be re-staked at no additional cost (restaking due to underground utility interference shall be paid on an hourly basis). 4. Additional Services by Trade as required A. Additional services may be required beyond what is previously stated. This category allows for such services to be awarded as needed by specialty/trade. Work could be required throughout RTA s service area (including but not limited to, bus pull offs, curb and sewer realignment, shelter pads, sidewalks, etc.). page 5

6 SPECIAL CONDITIONS QUANTITIES: All quantities are estimated. No guarantee is made or implied as to the minimum or maximum quantities that may be ordered during the stipulated order period. PRICES: The prices quoted shall be "FIRM" for the term of the order. BASIS OF AWARD: Award will be based on the lowest quote received from responsive and responsible bidders as determined by the RTA. DURATION OF CONTRACT: The duration of the agreement shall be for a period of one year. AFFIRMATIVE ACTION ASSURANCE PLAN: All firms will be required to comply with all Equal Employment Opportunity laws and regulations and file with RTA's DBE Officer, if requested, an Affirmative Action Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA approval. All firms must submit with their quote a letter from the City of Dayton's Human Relations Council, stating that they have an approved Affirmative Action Assurance Plan (approvals are valid for a one-year period). Failure to furnish the letter from the City of Dayton's Human Relations Council may be cause for rejection of your quote. If a firm is not on the approved list, please contact the following office to obtain an application and submit a COPY of the completed application with your quote: City of Dayton, Ohio Human Relations Council 371 W. Second Street Dayton, OH (937) TAX-EXEMPT: The RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price. Necessary exemption certificates shall be furnished to the successful bidder upon request. PAYMENT TERMS: Payments will be net 30 days after receipt of an invoice. Payment for services shall be at the quoted price. INDEMNIFICATION: The successful Contractor shall indemnify and save harmless RTA, its trustees, officers and employees from and against all loss, costs, liability, damage and expense whether direct, consequential or incidental, for personal injury and for property damage; and for such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence. page 6

7 FEDERAL CLAUSES: The Federal Third Party Contracting Clauses & Required Submittals may be accessed at the Greater Dayton Regional Transit Authority (RTA) web site at On the top left of the screen click on RFQ Small Purchase Clauses & Submittals. PROFESSIONAL SERVICE INSURANCE REQUIRMENTS The Professional (including but not limited to attorneys, accountants, architects, engineers, computer and systems support services, advertising, insurance service providers, and other consultants) shall maintain, at its own expense, throughout the period of the Contract and any extensions thereof the following minimum insurance coverage of the types and in the amounts described below that are applicable to the scope of work being performed: 1. Workers Compensation. Professional must carry Workers' Compensation Insurance (including occupational disease) in compliance with Workers' Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For the attainment of Workers Compensation in monopolistic states, including Ohio, coverage must be secured through the state fund. If Professional is a qualified self-insurer in compliance with the laws of the state, this is also acceptable. A certificate of compliance from the appropriate workers' compensation bureau or board must be provided with the certificate of insurance. 2. Commercial General Liability Insurance. Professional must carry Commercial General Liability Insurance written on ISO form CG (or its equivalent) with limits of $1,000,000 per occurrence and in the aggregate. 3. Commercial Auto Liability Insurance. Professional shall carry Commercial Automobile Liability Insurance covering all owned, leased and non-owned vehicles used in connection with the work to be performed under this contract, with limits of not less than $1,000,000 combined single limit per accident for bodily injury and property damage. 4. Professional Liability Insurance. Professional shall carry Professional Liability/Errors & Omissions/Malpractice Insurance in an amount of no less than $1,000,000 per occurrence and in the aggregate. If Construction Management services are included in the scope of work, Professional shall ensure its insurance includes Construction Management in its definition of covered professional services. Any Professional Liability insurance relating to construction or renovation work (i.e. architects, engineers, CM s) shall be maintained for at least two years after completion of the work. 5. Fidelity Bond/Crime. If Professional or its employees will be on the premises of RTA in connection with performance of the Work under this contract, Professional shall carry no less than $100,000 in Third Party Crime Coverage for the benefit of the RTA in the event of theft or other intentional harm to RTA's property by Professional's employees. page 7

8 6. Requirements common to all policies. a. Professional shall be solely responsible for reimbursing any deductible amount to the insurer. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and approved in writing by RTA, other than the Professional Liability policy, which may carry a deductible of up to $25,000 without written approval of the RTA. b. Professional waives all rights of recovery it may otherwise have against RTA including its directors, officers, employees and volunteers) to the extent these damages are covered by any of Professional s insurance policies as required in this contract. c. All insurance required hereunder shall be placed with insurers that have a minimum A.M. Best s rating of A-/X and shall be licensed, admitted insurers authorized to do business in the state of Ohio. d. A certificate(s) of insurance showing that Professional s insurance coverages are in compliance with the insurance requirements set forth below must be completed by the Professional s insurance agent, broker, or insurance company and accompany the proposal. All certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. e. Failure of RTA to certificate(s) or other evidence of full compliance with these insurance requirements (or failure of RTA to identify and/or object to a deficiency in the certificate(s) that is/are provided by Professional) shall not be construed as a waiver of Professional s obligations to maintain such insurance. RTA shall have the right, but no the obligation, to prohibit Professional from beginning performance under this contract until such certificates or other evidence that insurance has been placed in complete compliance with the above insurance requirements is received and approved by RTA. Professional shall provide certified copies of all insurance policies required above within ten (10) days of written request from RTA. f. By requiring insurance herein, RTA does not represent that coverage and limits will necessarily be adequate to protect Professional, and such coverage limits shall not be deemed as a limitation on Professional s liability under the indemnities granted to RTA. page 8

9 Quote Sheet Item Units Est. Quan. Unit Price A. Field Survey LS 1 $ $ B. Develop Plan LS 1 $ $ C. Construction Staking 1. Initial Staking and conduit layout (Complete) D. Additional Services By Trade (As Required) LS 1 $ $ 1. Licensed Professional Engineer Hours 20 $ $ 2. Licensed Land Surveyor Hours 35 $ $ 3. Field Survey Workers Hours 65 $ $ 4. CAD Technician Hours 50 $ $ 5. Administrative Technician Hours 45 $ $ Total Price Total Estimated Cost $ Basis of Award Notes: Payment will be based on actual quantities of work performed. Contract will be awarded not to exceed $22,875. Bid Items A, B, & C apply to Apple Street work Bid Item D will be completed on an as-needed basis. Hours per task on quote form are estimates and only for quoting purposes. Work performed by each Trade to be billed per hour at the rate quoted. Name of Individual, Partner or Corporation Address City, State and Zip Code Telephone Number Mobile Number Authorized Signature Title Date Authorized Name Printed page 9

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Date: April 1, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) 16-12 Rental and Service of Recycling Parts Washer

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

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

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

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.

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

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

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

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

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

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

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

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

-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

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

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

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

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

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

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

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

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

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

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

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION April 25, 2014 DUE DATE/LOCATION: Friday, May 9, 2014 Bid forms and references are due by 9:30 A.M. at:

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

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you

More 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

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

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

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 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

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

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More 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

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

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

NORTH COUNTY TRANSIT DISTRICT

NORTH COUNTY TRANSIT DISTRICT NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 CONTRACTS & PROCUREMENT DEPARTMENT NORTH COUNTY TRANSIT DISTRICT CONTRACTS & PROCUREMENT DEPARTMENT 1. CONTACT INFORMATION Larry Frum

More information

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

More information

QSP INFORMATION AT A GLANCE

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:

More information

EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS

EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS EXHIBIT 1 SEMINOLE ELECTRIC COOPERATIVE, INC. (SECI) CONTRACTOR S INSURANCE REQUIREMENTS Acceptable certificate(s) of insurance and policy endorsements, as specified below, showing that Contractor s insurance

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

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

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting

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

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

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

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

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

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

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

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

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00

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

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

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.

More information

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

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

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

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

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

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES REQUEST FOR QUALIFICATIONS Project Number 105A, 106A City College of San Francisco DSA - Inspector of Record Services for: Balboa Reservoir Development Site Work Academic Joint Use Facility (Revised 5/12/08)

More information

K YROUS R EALTY G ROUP, I NC.

K YROUS R EALTY G ROUP, I NC. K YROUS R EALTY G ROUP, I NC. 263 West 38 th Street Suite 15E New York, NY 10018 Phone: 212.302.1500 Fax: 212.302.3855 500 Greenwich Street Condominium-Alteration Policy The following documents must be

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

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

May 29, 2012 Solicitation of quotations

May 29, 2012 Solicitation of quotations RE CI OFN AL ADMINISTRATIVE CORPORATION JOSEPH P. BORT M ETROCENTER 101 EIGHTH STREET OAKLAND, CA 94607-4700 510/817.5700 TDDITTY 51 W81 7-5769 FAX 510/817.5848 vtetrnxiiitan Transportation (omnitssion

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More 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

Warner Robins Housing Authority

Warner Robins Housing Authority REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

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

More information

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

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

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

St. Andrews Public Service District

St. Andrews Public Service District St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.

More 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

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Bids will be received at the office of the Niles City School District, 100 West Avenue, Niles, Ohio, 44446 until 12:00 PM on Friday, March 22, 2013 and will be opened and read immediately

More information

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE

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

EXHIBIT A BONDS AND INSURANCE REQUIREMENTS AND FORMS

EXHIBIT A BONDS AND INSURANCE REQUIREMENTS AND FORMS EXHIBIT A BONDS AND INSURANCE REQUIREMENTS AND FORMS 1. BONDS A. The Contractor shall furnish bonds covering the faithful performance of the Contract, payment of all obligations arising thereunder and

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

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC

City of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The

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

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

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