Request for Quotes Conductor Heads / Downspout Replacement



Similar documents
CITY OF LEAWOOD. Independent Contractor Agreement

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

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

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER

Department of Purchasing 100 N. Main Street, 2 nd Floor Suffolk, VA (757) Fax (757)

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

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

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

ARTICLE 11. INSURANCE AND BONDS

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

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

HAMILTON COUNTY SCHOOL DISTRICT

Stephenson County, Illinois

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

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

Request for Statements of Qualifications # for Electric Motor Repair

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

SAMPLE SERVICES CONTRACT

IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION

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

#5 Independent Contractor Form - With Insurance With Bonds

LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02

Exhibit 1 to Part 3 Project-Specific Terms

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

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

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

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

TOWN OF SCITUATE MASSACHUSETTS

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

CONTRACT INSURANCE REQUIREMENTS

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Request for Proposal Hewlett Packard Network Switches and Peripherals

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

Town of Maiden. Request for Proposals For Sign Replacement Project

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

5. Preparation of the State and Federal Single Audit Reports.

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

2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5

Unity Community Center Metal Roof Installation. Request for Bids

THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No KMC

December 1, Dear Valued Brannan Companies Subcontractor,

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

EXHIBIT D. Insurance and Bond Requirements

STANFORD UNIVERSITY SUPPLIER INSURANCE GUIDELINES

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

REQUEST FOR PROPOSAL #6370 FLEET VEHICLE MAINTENANCE SERVICES FOR WASHTENAW COUNTY

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

Department of Purchasing & Contract Compliance

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

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

The CITY OF BAYONNE is soliciting responses/proposals for the provision of the following professional services:

Memorandum of Understanding

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

CONSULTANT AGREEMENT WITNESSETH. Recitals:

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

SECTION 3 AWARD AND EXECUTION OF CONTRACT

LIVINGSTON COUNTY MICHIGAN

WASHINGTON SUBURBAN SANITARY COMMISSION

LMCIT Service Contract Insurance Recommendations

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH (603) REQUEST FOR PROPOSAL

ATTACHMENT AA SCOPE OF WORK EMPLOYMENT SUPPORTS

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

COC-Insurance Requirements Page 1 of 9

How To Insure Construction Contracts In Northern California Schools Insurance Group

Department of Purchasing & Contract Compliance

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


FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

Transcription:

February 8, 2016 RFP-1516-393 Request for Quotes Conductor Heads / Downspout Replacement The Danville Public Schools Maintenance Department is requesting quotes for Collector / Downspout replacement as per attached specifications. Please return your quote in its entirety by person, mail or fax, on or before 11:00 a.m. on March 2, 2016. SCOPE OF SERVICE: This work involves the removal and replacement of 49 existing collection boxes and downspouts on E.A. Gibson Middle School, 1215 Industrial Drive, Danville, VA 24541. This project will include removal and disposal of existing material. No modular classrooms are included in this project. E.A. Gibson Middle School ***Scuppers that go thru the parapet wall are not in this contract and care should be exercised to prevent and movement or disturbance to the scuppers. *** Materials considered will be heavy gauge, 4 x 3 or 4 x4 aluminum metal with baked on finish. Minimum 0.125 wall thickness. Collection boxes should closely resemble the existing style. (Example BSD Collector style # 3) Replace existing downspouts. No additional wall penetrations for new downspouts are included in this RFQ. A number of the downspouts have a HVAC, ¾ copper drain pipe cut into the side of the downspout. These drain pipes should be reinstalled in the new downspouts if existing. Downspouts will be placed into the existing drain boots. Method of installing the downspout into the boot for a closed seal will be included in this project. Downspout brackets should be a minimum of two per 10 sections.

Color will be white. Depending on the weather forecast, no downspouts are to be left off at the end of the day. Those interested in quoting this work can call this office and arrangements will be made for site visits. There are no measured drawings for this project. Please call 434-799-6481 to make an appointment to visit the site. INSURANCE REQUIREMENTS By signing and submitting a bid or proposal under this solicitation, the bidder certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers compensation insurance in accordance with 11-46.3 and 65.2-800 et seq. of the Code of Virginia. The bidder further certifies that the contractor and any subcontractors will maintain the insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. A. The contractor, prior to commencing work, shall provide at his own expense, the following insurance to the School Board evidenced by certificates of insurance. Each certificate shall require that notice be given, thirty (30) days prior to cancellation or material change in the policies, to the Director of Maintenance & Operations. 1. Virginia workers compensation including occupational disease and employer's liability insurance. a. STATUTORY - Amount and coverage as required by workers compensation laws of the Commonwealth of Virginia. b. EMPLOYER'S LIABILITY - $100,000 each accident, $100,000 each occurrence. 2. LIABILITY - The contractor shall maintain a general liability policy which includes the following coverage. a. Premises operations b. Products/completed operation hazard c. Contractual insurance d. Independent contractor The comprehensive general liability policy shall have a bodily injury and property damage combined single limit of liability of $500,000 minimum, per occurrence.

3. Automobile liability insurance with minimum combined single limits of $500,000 per occurrence. This insurance shall include bodily injury and property damage for the following coverages: a. Owned b. Non-owned c. Hired vehicles 4. Professional liability insurance with minimum limits of $250,000 per claim and $250,000 aggregate limit of liability. B. The contractor shall assume the defense of and indemnify and hold harmless the School Board, its officers and agents, and employees from and against any and all claims, demands, actions, suits, and proceedings by others arising out of the negligent acts, errors or omissions of the contractor in his performance of this contract. C. The contractor shall add the Danville School Board as a rider on the above insurance policies for the duration of this contract. A. The contractor must be bonded and insured and have a current City of Danville Business License. Contractor not already on our vendor list will be required to supply necessary information to Danville Public Schools in order to be placed on our listing prior to commencing work. Evidence of insurance will be required prior to contractor receiving award. B. The contractor must sign a statement that no person will be used on this project that has a felony conviction or has been charged with a child molestation charge. C. The grounds and parking areas on this site are strictly NO SMOKING. D. The contractor shall provide at his own expense, the following insurance to the school board evidenced by certificates of insurance. Each certificate shall require that notice be given, thirty (30) days prior to cancellation or material change in the policies, to the Director of Plant Operations and Maintenance. 1. Virginia workman's compensation including occupational disease and employer's liability insurance. A. STATUTORY - Amount and coverage as required by workman's compensation laws of the Commonwealth of Virginia. B. EMPLOYER'S LIABILITY - $100,000 each accident, $100,000 each occurrence. 2. LIABILITY - The contractor shall maintain a general liability policy which includes the following coverage.

A. Premises - operations B. Products/completed operation hazard C. Contractual insurance D. Independent contractor Maintenance Department The comprehensive general liability policy shall have a bodily injury and property damage combined single limit of liability of $300,000 minimum, per occurrence. 3. Automobile liability insurance with minimum combined single limits of $300,000 per occurrence. This insurance shall include bodily injury and property damage for the following coverages: A. Owned B. Non-owned C. Hired vehicles 4. Professional liability insurance with minimum limits of $250,000 per claim and $250,000 aggregate limit of liability. B. The contractor shall assume the defense of and indemnify and hold harmless the school board, its officers and agents, and employees from and against any and all claims, demands, actions, suits, and proceedings by others arising out of the negligent acts, errors or omissions of the contractor in his performance of this contract. C. The contractor shall add the Danville School Board as a rider on the above insurance policies for the duration of this contract. SPECIAL CONDITIONS A. Danville Public Schools is a No Smoking facility. Smoking is NOT allowed in the building, on school grounds or in vehicles located on school grounds. B. Prior to awarding a contract for the provision of services that require the contractor or his/her employees to be in the presence of students during regular school hours or during schoolsponsored activities, the School Board will require the contractor, and when relevant, any employee who will have direct contact with students, to provide certification: 1. that he or she had not been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child; and,

2. whether he or she has been convicted of a crime of moral turpitude. Legal Refs.: Code of Virginia, 1950, as amended, Sections 2.2-4300 et seq., 22.1-296.1. NON-DISCRIMINATION CLAUSE CONTRACT CONDITIONS A. During the performance of this contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 2. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. 3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. B. The contractor will include the provisions of the foregoing paragraphs A (1), (2), and (3) in every subcontract or purchase order over $10,000 so that the provisions will be binding upon each subcontractor or vendor. BID EVALUATION IN DETERMINING THE "LOWEST RESPONSIBLE BIDDER", IN ADDITION TO PRICE AND EQUALS, THE FOLLOWING FACTORS WILL BE CONSIDERED: 1. The ability, capacity and skill of the bidder to perform the contract or provide the service required. 2. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience and efficiency of the bidder; 4. The quality of performance of previous contracts or services with the Danville Public Schools;

5. The quality, availability and adaptability of the goods or services to the particular use required. Thank you for your interest in our project. Leon Ramsey Director of Plant Operation and Maintenance Danville Public Schools Quote Sheet E.A. Gibson Middle School $ Special Notations: