NORTH COUNTY TRANSIT DISTRICT



Similar documents
CONTRACTS & PROCUREMENT DEPARTMENT

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

How To Insure Construction Contracts In Northern California Schools Insurance Group

SAMPLE SERVICES CONTRACT

Insurance Requirements Professional Services

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

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

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

COC-Insurance Requirements Page 1 of 9

Attachment 04 Contractor s Insurance Requirements

Attachment 4: Insurance Requirements

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

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent


Schedule Q (Revised 1/5/15)

EXHIBIT B. Insurance Requirements for Construction Contracts

Department of Purchasing & Contract Compliance

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

Attachment 4. Contractor Insurance Requirements

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

SECTION INSURANCE REQUIREMENTS

GENERAL INSTRUCTIONS AND REQUIREMENTS

ARTICLE 11. INSURANCE AND BONDS

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

GENERAL INSTRUCTIONS AND REQUIREMENTS

INSURANCE REQUIREMENTS FOR VENDORS

Gordon L. Mountjoy & Associates, Inc.

INDEPENDENT CONTRACTORS AGREEMENT

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

LAS VEGAS VALLEY WATER DISTRICT

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

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

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

Appendix J Contractor s Insurance Requirements

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

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

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

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

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

EXHIBIT D. Insurance and Bond Requirements

Vendor Insurance Requirements Revised

K YROUS R EALTY G ROUP, I NC.

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

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

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Request for Statements of Qualifications # for Electric Motor Repair

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Exhibit C-2 Insurance Terms

May 29, 2012 Solicitation of quotations

Insurance & Bonding Requirements. Eastside Trail Extension

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

ADDENDUM A1. Subcontractor Insurance Requirements

Stephenson County, Illinois

PREQUALIFICATION APPLICATION REQUIREMENTS

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

CITY OF LEAWOOD. Independent Contractor Agreement

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

Department of Purchasing & Contract Compliance

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

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

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

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

How To Work For A City Of Germany Project

Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS

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

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

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

Attachment A Terms and Conditions

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

1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS

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

INSURANCE AND SURETY INFORMATION SHEET

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

Guidelines and Recommendations for Insurance Requirements. Insurance types and limits, indemnification language and best practices.

Memorandum of Understanding

December 1, Dear Valued Brannan Companies Subcontractor,

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

CONTRACT INSURANCE REQUIREMENTS

Insurance Requirements for the City of Oshkosh

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

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

EXHIBIT A (of Request for Proposal)

Transcription:

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 MANAGER CONTRACTS & PROCUREMENT Te: (760) 967-2864 Fax: (760) 722-8087 E-mail: LFrum@nctd.org Ramona Edwards Sr. Contract Administrator Tel: (760) 967-2826 e-mail: REdwards@nctd.org Formal Solicitations: Construction, Services, Support of Sprinter Project Mindy Smith Contracts Administrator Tel: (760) 967-2834 e-mail: MSmith@nctd.org Formal Solicitations: IT Equipment, Engineering Services, Construction, Services, Support of Sprinter Project Janet Bessent Buyer Tel: (760) 966-6592 e-mail: JBessent@nctd.org Small Purchases: Bus Parts, Fuel, Equipment, Materials, Services, Blanket Orders, Master Agreements Coaster Operations TransitAmerica 1 Coaster Way Camp Pendleton, CA 92055 Tel: (760) 430-0770, ext. 3009

2.History/ General Information WHO IS NCTD: THE OPERATING ARM OF NORTH SAN DIEGO COUNTY TRANSIT DEVELOPMENT BOARD WHICH WAS CREATED BY THE CALIFORNIA LEGISLATURE ON JULY 1, 1976. WHAT SERVICE DOES NCTD PROVIDE: PUBLIC TRANSPORTATION FOR NORTH SAN DIEGO COUNTY AND COASTAL SAN DIEGO COUNTY FIXED ROUTE (BUS) SERVICE: 165 BUSES, 2 MAINTENANCE FACILITIES. "COASTER" EXPRESS RAIL SERVICE: 5 LOCOMOTIVES, 21 PASSENGER CARS, 1 MAINTENANCE FACILITY CONTRACT VAN SERVICE FOR FALLBROOK, RAMONA, VISTA (FAST) AND ADA SERVICE (LIFT). WHERE IS NCTD'S AREA OF OPERATION: FIXED ROUTE SERVICE FROM ORANGE/RIVERSIDE COUNTY LINE SOUTH TO RANCHO BERNARDO/LAJOLLA (UTC AREA). COASTER SERVICE FROM OCEANSIDE TO SAN DIEGO. SPRINTER SERVICE (December 2007) FROM OTC to ETC WHEN DOES THE SERVICE OPERATE FIXED ROUTE SERVICE: 24 HOURS PER DAY, 365 DAYS/YEAR. COASTER SERVICE: DAILY SERVICE, MONDAY THROUGH SATURDAY, YEAR ROUND. SPRINTER: DAILY SERVICE 6:00 a.m. to MIDNIGHT HOW IS THE DISTRICT FUNDED FEDERAL, STATE, AND LOCAL FINANCIAL ASSISTANCE (GRANT AND OTHER FUNDING) FAREBOX RECEIPTS.

3. TYPES OF PROCUREMENT 30 CATEGORIES OF GOODS AND SERVICES (SEE SERVICES/PRODUCTS DESCRIPTION) SMALL PURCHASES: GOODS AND SERVICES TOTALING < $100,000.00 BLANKET PURCHASE ORDERS: FOR FREQUENT PURCHASES WHOSE TOTAL IS < $10,000 PER YEAR FORMAL SOLICITATIONS >$100,000.00 INVITATION FOR BID (IFB): PUBLICLY SOLICITED COMPETITIVE SEALED BIDS. AWARDED TO LOWEST RESPONSIVE, RESPONSIBLE BIDDER. REQUEST FOR PROPOSAL (RFP): AWARD IS BASED ON DEFINED EVALUATION FACTORS FOR SCORING PROPOSALS. COMMONLY CALLED A NEGOTIATED PROCUREMENT

4. PROCUREMENT PROCESS SMALL PURCHASE PROCEDURES THE PRIMARY BIDDER SOURCE FOR SOLICITATIONS IS KNWOLEDGE OF MARKETPLACE. INFORMAL SOLICITATIONS (CAPITAL AND NON-CAPITAL). PURCHASING OBTAINS COMPETITIVE QUOTES OVER THE PHONE/FAX FROM VENDORS OR BY RFQ (REQUEST FOR QUOTE) INFORMAL PROCESS. PURCHASE ORDER OR CONTRACT IS ISSUED TO LOWEST PRICED RESPONSIVE/RESPONSIBLE BIDDER. FORMAL SOLICITATIONS FORMAL SOLICITATIONS ARE PUBLICLY ADVERTISED THROUGH PUBLIC NOTICES IN THE SAN DIEGO DAILY TRANSCRIPT. A NOTICE TO BIDDERS/OFFERRRORS IS SENT TO ALL FIRMS REGISTERED WITH THE DISTRICT IN THE APPROPRIATE CODE. THE IFB OR RFP DOCUMENTS ARE SENT TO ALL BIDDERS/OFFERERS WHO RESPOND TO PUBLIC ADVERTISEMENTS OR THE "NOTICE TO BIDDERS/OFFERORS" PRIMARILY BY EMAIL, BUT DEPENDING ON THE SIZE OF THE DOCUMENT, BY CD. AFTER BID/PROPOSAL PROCESS IS COMPLETED, BOARD APPROVES AWARD AND A CONTRACT IS EXECUTED. ALL FORMAL SOLICITATIONS REQUIRE BOARD APPROVAL.

5. RECOMMENDATIONS FOR NEW WORK VIEW NCTD S WEBSITE AT www.gonctd.com Click on About NCTD, then Departments, then Contracts & Procurement, then Project Opportunities FOLLOW PUBLIC NOTICES IN: SAN DIEGO DAILY TRANSCRIPT FOLLOW STATE SERVICES WANTED IN; CALIFORNIA STATE CONTRACTS REGISTER (BI-WEEKLY), (916) 324-6221 SEARCH THESE WEB SITES FOR NCTD LISTINGS AND OTHER GOVERNMENT WORK: www.bidline.com www.govcon.com http://cbdnet.gpo.gov KEEP IN TOUCH WITH THE SAN DIEGO CONTRACTING OPPORTUNITIES CENTER (COC) (619) 285-7020

RECOMMENDATIONS FOR NEW WORK (cont.) KEEP YOUR COMPANY STATE CONTRACTOR LICENSE OR BUSINESS LICENSE CURRENT. CONSIDER ATTENDING PRE-BID AND PRE-PROPOSAL PUBLIC MEETINGS CONCERNING WORK/SERVICES IN WHICH YOUR COMPANY COULD OFFER QUOTES TO THE PROSPECTIVE PRIME CONTRACTOR. KEEP YOUR COMPANY EXPERIENCE RECORD UPDATED WITH "PREVIOUS CUSTOMERS" POINT OF CONTACT IDENTIFIED. MAINTAIN A GOOD BUSINESS RELATIONSHIP WITH AN INSURANCE COMPANY, BONDING COMPANY, AND A BANK. HAVE SOMEONE IN YOUR COMPANY ALWAYS INVOLVED IN LOOKING FOR YOUR NEXT JOB.

Contracts & Procurement Department Standard Requirements For Contracted Labor and Services I. INSURANCE A. Commercial General Liability 1. The Contractor shall take out and maintain, during the performance of all work under this agreement, in amounts not less than specified herein, Commercial General Liability Insurance, in a form and with insurance companies acceptable to NCTD. 2. Coverage for Commercial General Liability insurance shall be at least as broad as the following: a) Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 0001) 3. Commercial General Liability Insurance must include coverage for the following: a) Bodily Injury and Property Damage b) Personal Injury/Advertising Injury c) Premises/Operations Liability d) Products/Completed Operations Liability e) Aggregate Limits that Apply per Project f) Explosion, Collapse and Underground (UCX) exclusion deleted g) Contractual Liability with respect to this Contract h) Broad Form Property Damage i) Independent Contractors Coverage 4. All such policies shall name the North San Diego County Transit Development Board, the board and each member of the board, its officers, employees, agents and NCTD designated volunteers as Additional Insureds under the policy. 5. The general liability program may utilize either deductibles or provide coverage excess of a selfinsured retention, subject to written approval by NCTD. B. Automobile Liability 1. At all times during the performance of the work under this agreement the Contractor shall maintain Automobile Liability Insurance for bodily injury and property damage including coverage for owned, non-owned and hired vehicles, in a form and with insurance companies acceptable to NCTD. 2. Coverage for automobile liability insurance shall be at least as broad as Insurance Services Office Form Number CA 000 1 (ed. 6/92) covering automobile liability, Code I (any auto). 3. The automobile liability program may utilize deductibles, but not a self-insured retention, subject to written approval by NCTD. 4. All such policies shall name the North San Diego County Transit Development Board, the board and each member of the board, its officers, employees, agents and designated volunteers as Additional Insureds under the policies. C. Workers Compensation/Employer's Liability 1. At all times during the performance of the work under this agreement and for 24 months following the date of Project completion and acceptance by NCTD, the Contractor shall maintain workers'

compensation in compliance with applicable statutory requirements and Employer's Liability Coverage in amounts indicated herein. 2. Such insurance shall include an insurer's Waiver of Subrogation in favor of NCTD and will be in a form and with insurance companies acceptable to NCTD. 3. If insurance is maintained, the workers' compensation and employer's liability program may utilize either deductibles or provide coverage excess of a self-insured retention, subject to written approval by NCTD. 4. Before beginning work, the Contractor shall furnish to NCTD satisfactory proof that he/she has taken out for the period covered by the work under this agreement, full compensation insurance for all persons employed directly by him/her to carry out the work contemplated under this agreement, all in accordance with the "Workers' Compensation and Insurance Act," Division IV of the Labor Code of the State of California and any acts amendatory thereof Contractor shall require all sub-contractors to obtain and maintain, for the period covered by the work under this agreement, worker's compensation of the same type and limits as specified in this Section. D. Railroad Protective Liability 1. In the event any work performed is within the 50 Railroad Right-Of-Way, Contractor will provide the Board with a policy of insurance companies acceptable to the Board, that includes coverage as follows: a) Named Insured: NORTH COUNTY TRANSIT DISTRICT (NCTD OR BOARD); SAN DIEGO NORTHERN RAILWAY, (SDNR); SAN DIEGO METROPOLITAN TRANSIT DEVELOPMENT BOARD, (MTDB); SAN DIEGO TROLLEY, INC., (SDTE); TRANSITAMERICA SERVICES, INC. (TASI); NATIONAL PASSENGER RAILROAD CORPORATION (AMTRAK); BURLINGTON NORTHERN SANTA FE RAILROAD (BNSF); their Directors, Officers, Agents and Employees, as Additional Insured as their Interests may appear. b) Term: Same as the Contract Term. c) The Contractor shall be listed as the covered Contractor with Automatic Coverage included for Contractor s sub-contractors. d) COVERED PROJECT: As described in this Contract. E. Minimum Policy Limits Required 1. The following insurance limits are required for the Contract: Commercial General Liability Automobile Liability Workers Compensation Employer s Liability Professional Liability (errors & omissions) Railroad Protective Liability Combined Single Limit $2,000,000 per occurrence/$4,000,000 aggregate for bodily injury, personal injury and property damage $2,000,000 per occurrence/$4,000,000 aggregate for bodily injury and property damage Statutory Limits $2,000,000 per occurrence $2,000,000 per claim $2,000,000 per occurrence/$4,000,000 aggregate F. Evidence Required 1. Prior to execution of the agreement, the Contractor shall file with NCTD evidence of insurance from an insurer or insurers certifying to the coverage of all insurance required herein. Such evidence shall include original copies of the ISO CG 2010 (or insurer's equivalent) signed by the insurer's representative and Certificate of Insurance (Acord Form 25-S or equivalent). All evidence of insurance shall be signed by a properly authorized officer, agent or qualified representative of the

insurer and shall certify the names of the insured, any additional primary insureds, where appropriate, the type and amount of the insurance, the location and operations to which the insurance applies, and the expiration date of such insurance. G. Policy Provisions Required 1. All policies shall contain a provision for 30 days advance written notice by the insurer(s) to NCTD of any cancellation. Statements that the carrier "will endeavor" and "that failure to mail such notice shall impose no obligation and liability upon the company, its agents or representatives," will not be acceptable on certificates. 2. All policies shall contain a provision stating that the Contractor's policies are primary insurance and that the insurance of NCTD or any named insureds shall not be called upon to contribute to any loss. H. Qualifying Insurers 1. All policies required shall be issued by acceptable insurance companies, as determined by NCTD, which satisfy the following minimum requirements: Insurance carriers shall be qualified to do business in California and maintain an agent for process within the state. Such insurance carrier shall have not less than an "A-" policyholder's rating and a financial rating of not less than "Class VII according to the latest Best Key Rating Guide. I. Additional Insurance Provisions 1. The foregoing requirements as to the types and limits of insurance coverage to be maintained by Contractor, and any approval of said insurance by NCTD, is not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by the Contractor pursuant to this agreement, including but not limited to, the provisions concerning indemnification. 2. If at any time during the life of the agreement, the Contractor fails to maintain in full force any insurance required by the agreement documents NCTD may terminate the agreement. 3. The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4. NCTD may require the Contractor to provide complete copies of all insurance policies in effect for the duration of the Project. 5. Neither NCTD, nor the board, nor any member of the board, nor any of the directors, officers, employees, agents or volunteers shall be personally responsible for any liability arising under or by virtue of the Contract. 6. Insurance certificates shall be attached hereto as Exhibit. II. INDEMNIFICATION A. Contractor agrees to protect, save, defend and hold harmless NCTD and its Board and each member of the Board, officers, agents and employees from any and all claims, liabilities, expenses or damages of any nature, including attorneys' fees, for injury or death of any person, or damage to property, or interference with use of property, arising out of or in any way connected with the negligent acts, errors or omissions or willful misconduct by Contractor, Contractors agents, officers, employees, subcontractors, or independent Contractors hired by Contractor under this agreement. The only exception to Contractor's responsibility to protect, save, defend and hold harmless NCTD, is due to the sole negligence, willful misconduct or active negligence of NCTD. This hold harmless agreement shall apply to all liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. III. LICENSING REQUIREMENTS

A. Contractor s State of California License Number and Classification is to be provided at time of quotation submittal. IV. PREVAILING WAGES The work described in the request for quotation documents falls into the category of public works construction projects for Federal and State requirements. The Contractor will be required to comply with all of the terms and conditions (including Federal and State General Prevailing Wage requirements) prescribed for Contractors performing public works construction projects. The latest General Prevailing Wage determinations for crafts associated with public works construction projects shall apply. In all instances where Federal and State Prevailing Wages for a given craft differ, the higher Prevailing Wage shall be paid. It shall be mandatory upon the Contractor and all sub-contractors to pay not less than the said specified rates to all workers employed by them in the performance of this Contract. Copies of the Prevailing Wage Rates are on file at the NCTD Contracts Department located at 810 Mission Avenue, Oceanside, CA and are available upon request.

NORTH COUNTY TRANSIT DISTRICT 810 Mission Avenue Oceanside, CA 92054 Telephone: 760-967-2828 Facsimile: 760-722-8087 DISADVANTAGED BUSINESS ENTERPRISES (DBE) SERVICES CERTIFICATION BY CALTRANS UCP AGENCIES REGISTERS YOUR FIRM ON A STATE-WIDE DATA BASE FOR CURRENT LIST OF CERTIFYING AGENCIES, VISIT http://www.dot.ca.gov/hq/bep/roster_of_certifying_agencies_09-16- 03.doc AS OF APRIL 2006, NCTD DOES NOT ESTABLISH A DBE GOAL FOR ANY PROCUREMENT. ALL PROCUREMENTS ARE RACE NEUTRAL IN ACCORDANCE WITH 49CFR PART 26. NO PREFERENCE IS GIVEN FOR ANY SMALL, DISADVANTAGED OR DISABLED VETERANS BUSINESSES DURING THE EVALUATION PROCESS.