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



Similar documents
INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

INDEPENDENT CONTRACTORS AGREEMENT

How To Insure Construction Contracts In Northern California Schools Insurance Group

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

SAMPLE SERVICES CONTRACT

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

INSURANCE REQUIREMENTS FOR VENDORS

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

COC-Insurance Requirements Page 1 of 9

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Stephenson County, Illinois

Subcontractor Insurance & Licensing Requirements Please provide the items below

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

#5 Independent Contractor Form - With Insurance With Bonds

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


INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

NORTH COUNTY TRANSIT DISTRICT

How To Work With The City Of Riverhead

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

K YROUS R EALTY G ROUP, I NC.

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

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

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

CITY OF LEAWOOD. Independent Contractor Agreement

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

EXHIBIT B. Insurance Requirements for Construction Contracts

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

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

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

Exhibit C-2 Insurance Terms

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

14RFP00721B-WL, Small Business Market Availability Study

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

ARTICLE 11. INSURANCE AND BONDS

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Request for Quotes Conductor Heads / Downspout Replacement

TOWN OF SCITUATE MASSACHUSETTS

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Schedule Q (Revised 1/5/15)

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

INDEPENDENT CONTRACTOR AGREEMENT - OR -

Alterations to Building Request Form

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

APPLICATION PACKET BEACON HILL SEWER DISTRICT SMALL WORKS ROSTER

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

How To Work For A City Of Germany Project

SPECIFICATIONS FOR ROOT CONTROL IN CITY MAINTAINED SANITARY SEWERS

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

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

OAKLAND UNIFIED SCHOOL DISTRICT FOR LOCAL FIRST TIER SUBCONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

Attachment 4: Insurance Requirements

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

LAS VEGAS VALLEY WATER DISTRICT

AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

CONTRACTS & PROCUREMENT DEPARTMENT

INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:

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

CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES

SAMPLE CSM Drive, San Mateo, California PROFESSIONAL SERVICES AGREEMENT [INTENDED FOR NON-DESIGN RELATED PROFESSIONAL SERVICES]

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

Insurance Requirements for the City of Oshkosh

Insurance Requirements for Contractors (Without Construction Risks)

Attachment 04 Contractor s Insurance Requirements

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

Department: Public Works. Presented By: Michael J. Michael, City Engineer

INLAND VALLEY DEVELOPMENT AGENCY REQUEST FOR PROPOSALS (RFP) FOR PAYROLL SERVICES

Sidewalk Rehabilitation Program

CONSULTANT AGREEMENT WITNESSETH. Recitals:

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

The School District of Philadelphia Standard Terms for Research Data License Agreements

PREQUALIFICATION QUESTIONNAIRE

Department of Purchasing & Contract Compliance

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

SANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013

Transcription:

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 Contract Codes 22032 and 22034 The California Uniform Public Construction Cost Accounting Act (CUPCCA). Interested individuals/firms must submit the CUPCCA contractor/vendor application. Application forms are available through the Construction Department. Forms can be downloaded from the District website under the Facility Development/Open Bids section, or by contacting the Facilities Department at 181 Encinal Avenue, Atherton, CA 94027, phone: 650-321-7140 ext 5611, fax: 650-321-7184. Qualified contractors submitting proper documentation will be included in the Menlo Park City School District informal bid construction list for the 2015 calendar year. This program covers informal bids on construction and/or maintenance projects of $175,000, or less for all construction trades. Please be advised that this does not automatically guarantee that you will be informed of, or included in all RFQ, RFP, or bid requests. Notices will be sent out for the category of work being bid. The District may also announce project opportunities in designated trade journals. The Board of Education reserves the right to reject any and all requests solicited, to waive minor irregularities, and make such decisions as deemed necessary in the best interest of the District. You are welcome to inquire with our office about current possibilities. Check the local newspaper or our website for publicly advertised requests for qualifications, proposals, or bids. The is an equal opportunity owner/employer and will not discriminate against any bidder and/or contractor because of race, creed, color, religion, sex, national origin or ADA disability. Ahmad Sheikholeslami, P.E. Chief Business and Operations Officer

A. General Information 181 Encinal Avenue Atherton, CA 94027 Ph: 650 321 7140 Fax: 650 3297184 CUPCCA Contractor I Vendor Application The prospective vendor shall furnish the following information. Please complete as much as possible. Adqitional sheets may be attached if necessary. "You" or "your" as used in this document refers to the prop9ser's firm and any of its officers, directors, shareholders, parties or principals. The District will accept the information on other formats prepared by proposer. 1. Firm name and address: 2. Telephone: Fax: Email: 3. Main Contact Person (name & title): 4. Type of firm: (check one) Individual: 5. Contractor's License: Classification: Partnership: No: Corporation: Exp. Date: 6. Trades/categories to be included for on informal bid list: List the categories of work you are interested in and currently licensed to perform. (general contractor, earlhwork, electrical, painting, etc..) CUPCCA ContractorNendor Information Page 1 of 4

7. Have you ever been licensed under El different nelme or different license number? If yes, provide name Elnd license number. 8. Names Elnd Titles of all owners / officers of the firm: 9. Number of years as a contractor in construction work of this each type of work or trade/categories listed in response to A.6 above: _ 10. How many years experience in school or public works construction has your organization had? a. As a general contractor? b. As a subcontractor? 11. Has your firm or any of its principals everfailed to complete or defaulted a project? If yes, explain. 12. Have you been assessed liquidated damages for any project during the past three years? _ If yes, explain. 13. Have you been in involved in litigation relating to your performance on a contract during the past three years? If yes, explain the nature of the matter. CUPCCA ContractorNendor Information Page 2 of4

B. Ust of References Provide the following information on up to three (3) construction contracts completed for school districts, community colleges or county offices of education during the past three years. 1. Name of Agency: Agency Address and Telephone: Contact Person: Type of Construction Project: Contract Amount: Year Complete: _ 2. Name of Agency: Agency Address and Telephone: Contact Person: Type of Construction Project: Contract Amount: Year Complete: 3. Name of Agency: Agency Address and Telephone: Contact Person: Type of Construction Project: Contract Amount: Year Complete: CUPCCA ContractorlVendor Information Page 3 of 4

C. insurance. Financial and Credit Data 1. All projects Over $25,000 will require performance and payment bonds. The following insumnce and surety companies may be contacted as reference as to the financial responsibility andgeneral reliability of the bidder. (1) Our Public Liability and Property Damage Insurance is placed with: (2) Our Workers' Compensation Insurance is placed with: (3) Our Performance and Payment Bonds are provided by: 2. If your bid is considered for award. you may be required to provide a.dditional informa.tion including the following financial information. a. Names and addresses of any banks where you regularly do business. b. Names and addresses of any banks, finance companies, suppliers or others where you have notes or contracts payable. C. Credit references from industry suppliers with whom you regularly deal. I certify and declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of,' 20 at, California. Name: Title: Enclosures: District Insurance Requirements and Supplemental Provisions Vendor Information Questionnaire CUPCCA ContractorNendor Information Page 4 of 4

Insurance Requirements and Supplemental Provisions Insurance Requirements The Contractor shall not commence work under the Contract until all insurance has been provided. The Contractor shall not allow any sub-contractor to commence work on their subcontract until all required insurance has been provided. Certificates of Insurance shall be filed with the District no later than ten (10) calendar days after the Notice of Award date. The Contractor shall provide evidence of insurance in the form of a Certificate of Insurance naming the District, Consultants and their officers, agents and employees, as additional insured. The Contractor's policies shall be enforced to preclude cancellation or reduction in coverage of any policy unless each of the additional insured shall have been given not less than thirty (30) days period notice thereof. Such insurance shall be carried with financially responsible insurance companies, approved by the District and shall be kept in force until the Contractor's work has been accepted by the District. Insuranc;e afforded under the Contractor's policy shall be primary and any insurance maintained by the District shall apply, if required by law, only in excess of, and not contributory with, insurance required under the terms of this Agreement. Unless otherwise provided in the bid documents, Contractor will, at its own expense, maintain coverage in conformance with the following requirements. 1. Comprehensive General Liability Insurance. Limits may vary by project size. (Including Premises - Operations; independent Contractors' Protective; Products and Completed Operations; Broad Form Properly Damage) Without limiting Contractor's indemnification duties, Contractor shall maintain in force at all times during the performance of this Agreement a comprehensive General Liability policy, including Broadform property damage, Automobile Liability and other policies of insurance hereinafter described. a) b) c) Bodily [,njury (each occurrence) Property Damages (each occurrence) Product and Completed Insurance (aggregate) $2,000,000.00 d) Property Damage Liability Insurance shall provide X (explosion), C (collapse) and U (underground) coverage (explosions may be optional on some projects.) e) Contractual Liability (Hold Harmless Coverage) Bodily Injury (each occurrence) Property Damages (each occurrence) Personal Injury (aggregate) Insurance Requirements and Supplemental Provisions Page 1 of 3

f) g) h) If the General Liability policy includes a General Aggregate, such General Aggregate shall be no less than ( for work $500,000 or less.) Umbrella Excess Liability (over primary insurance) (for projects over ) Automobile Liability (owned and non-owned hired) Bodily Injury (each person) Property Damages (each occurrence) $2,000,000.00 $2,000,000.00 $250/500,000.00 i) Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the Dis.trict. At the option of the District, either: the insurer shall reduce or eliminate such deductibles or selfinsured retentions as respects the District, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guar<1nteeing payment of losses and related investigations, claim administration and defense expenses. Either option shall be implemented at the Contractor's expense. 2. Worker's Compensation. Contractor shall maintain a policy of workers' compensation insurance as required by Labor Code sections 3200 et seq. a) b) St<1te: Statutory Amount (minimum) Employer's Liability: Statutory Amount (minimum) 3. Builder's Risk "All-Risk" Insurance. The Contractor shall provide a Builders "All-Risk" or Completed Value insurance coverage for the entire Project which is the subject of this Contract, including work completed or in progress. 4. Additional Policies. Contractor shall be responsible for the ProjE:jct from the date that work commences until final acceptance of the Project by the District. Therefore, Contractor, not the District, shall assume all risks for death, personal injury, or property damage from all causes, including but not limited to, vandalism or other "Acts of God." Contractor may purchase, at Contractor's sole expense, any insurance policies desired to cover this risk. 5. Minimum Coverage Amounts. The insurance required shall be written for not less than the following limits, or greater if required by law. INDEMNIFICATION AGAINST LIABILITY Notwithstanding any representation set forth in the contract documents, Contractor agrees to indemnify, defend and save harmless the District, its Governing Board, Construction Manager, Architect related entities and divisions, officers, agents and employees from and against any and all claims, demands, losses, defense costs, or liabilities of any kind or nature which they may sustain or incur or which may be imposed upon them for injury to or death of persons, damage to property, or delay or damage to another Contractor, or for attorneys fees incurred in defending or prosecuting suits to enforce laws relating to public works contracts, resulting or arising out of, or in any manner connected with Contractor or Contractor's agents, employees or Contractors' performance or failure to perform under the terms of the Contract Documents, excepting only liability arising out of the sale negligence or willful misconduct of the indemnity. The parties stipulate that any such claims, demands, losses, defense costs, or liabilities would be above, beyond, and entirely separate from, those damages which would be liquidated pursuant to the provisions of the contract. Insurance Requirements and Supplemental Provisions Page 2 of 3

Surety Bonds- for projects exceeding $25, 000 Performance and Payment Bonds will be required on all contracts exceeding $25,000, unless otherwise stipulated by the District. Within ten (10) days upon award and prior to start of work, contractor shall furnish two surety bonds, as follows: Performance Bond: A bond in an amount at least equal to one hundred percent (100%) of the Contract Price as security for faithful performance of this Contract. Payment Bond: A bond in an amount at least equal to one hundred percent (100%) of the Contract Price as security for payment of persons performing labor and/or furnishing materials in connection with this Contract. Cost of bonds shall be included in the Bid and Contract Price. All Sureties and Bonds shall be satisfactory to the District. Unless otherwise provided or approved by the District, all bonds shall be issued by a California admitted surety insurer pursuant to the Code of Civil Procedure, sections 995.010 et seq. All bonds, when required, shall be on a form approved by the District and/or included in the Contract Documents. Contract Forms The form of agreement which the successful bidder will be required to execute, if awarded the project, pursuant to the California Uniform Public Contract Cost Accounting Act, shall be on the District's standard contract form, unless otherwise provided in the bid documents. The agreement form (contract) among other things includes matters required by State law relative to public works contracts. Prevailing Wages In accordance with the provisions of section 1771 of the Labor Code, all public works contracts in excess of $1,000 shall be subject to prevailing wages. The payment of prevailing wages may be monitored by third parties or under a District initiated labor compliance program. Current prevailing wage rates and pertinent information can be obtained from the following link: http://www.dir.ca.gov/. Fair Employment Non Discrimination Practices It is the policy of the District that all work performed under purchasing contracts there be no discrimination against any prospective or active employee because of race, color, ancestry, national origin, sex or religious creed. Contractors shall also require like compliance from any subcontractors employed on District projects. Insurance Requirements and Supplemental Provisions Page 3 of 3

MENLO PARK CITY SCHOOL DISTRICT MUST BE RETURNED BEFORE PAYMENT CAN BE MADE!! BUSINESS OFFICE 181 Encinal Avenue Atherton, CA 94027 PHONE (650) 321-7140 FAX (650) 328-1275 MUST BE RETURNED BEFORE PAYMENT CAN BE MADE!! VENDOR INFORMATION QUESTIONNAIRE (IN LIEU OF FORM W-9) We are required by the Internal Revenue Service to have the following information on file regarding the status of your Company. Please complete and fax to the above # or scan & email, as soon as possible. REQUESTED BY:_ SCHOOL: Name of the Company Vendor # Address Telephone # Fax # *Federal Tax Identification No. *Check type of business entity: Corporation Sole Proprietor Partnership Other If Sole Proprietor, give individual name of owner, Social Security Number and/or Federal Tax Identification Number. Name of Owner SSN EIN * * Signature Date * TO BE COMPLETED BY THE COMPANY