REQUEST FOR COMPETITIVE QUOTES



Similar documents
Stephenson County, Illinois

DOCUMENTED QUOTES State of Colorado University of Northern Colorado Notice Number: UNC

Request for Statements of Qualifications # for Electric Motor Repair

Attachment 4: Insurance Requirements

EXHIBIT B. Insurance Requirements for Construction Contracts

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

Attachment 04 Contractor s Insurance Requirements

COC-Insurance Requirements Page 1 of 9

ARTICLE 11. INSURANCE AND BONDS

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

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

NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

How To Insure Construction Contracts In Northern California Schools Insurance Group

INSURANCE AND SURETY INFORMATION SHEET

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

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS


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

Memorandum of Understanding

Insurance Requirements for Contractors (Without Construction Risks)

INSURANCE REQUIREMENTS FOR VENDORS

SECTION INSURANCE REQUIREMENTS

Schedule Q (Revised 1/5/15)

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

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

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

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

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

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

To receive consideration, bids must be submitted in accordance to the following instructions:

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

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

Gordon L. Mountjoy & Associates, Inc.

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

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

W.E. O NEIL CONSTRUCTION CO.

CITY OF LEAWOOD. Independent Contractor Agreement

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

QSP INFORMATION AT A GLANCE

Request for Quotes Conductor Heads / Downspout Replacement

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

CITY of DALY CITY INSURANCE REQUIREMENTS

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

#5 Independent Contractor Form - With Insurance With Bonds

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

SAMPLE SERVICES CONTRACT

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

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

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

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

Department of Purchasing & Contract Compliance

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP

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

1. MONTANA RAIL LINK AND BNSF RAILWAY COMPANY INSURANCE REQUIREMENTS

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

DILWORTH PARK EVENT RENTAL GUIDELINES

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013

INDEPENDENT CONTRACTORS AGREEMENT

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

Request for Proposal PLUMBING INSPECTOR SERVICES

INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

REQUEST FOR QUOTES (RFQ)

EXHIBIT D. Insurance Requirements

Insurance & Bonding Requirements. Eastside Trail Extension

Attachment A Terms and Conditions

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

REQUEST FOR PROPOSALS

PREQUALIFICATION APPLICATION REQUIREMENTS

ADVERTISEMENT FOR BIDS

How To Work For A City Of Germany Project

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS


OLYMPIC TOWER CONDOMINIUM

INSURANCE REQUIREMENTS (A) This insert applies to the following State Contracts:

Invitation to Bid (ITB) ITB

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

TOWN OF SCITUATE MASSACHUSETTS

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

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

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

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

Subcontractor Insurance & Licensing Requirements Please provide the items below

Transcription:

REQUEST FOR COMPETITIVE QUOTES ISSUE DATE: 07/18/2011 CONTACT: Jacqueline Rodriguez PHONE NO: 563-589-4291 FAX NO: 563-589-4297 EMAIL: jrodrigu@cityofdubuque.org SUBMIT PROPOSAL/OFFER PRIOR TO: CLOSING DATE: 08/01/2011 CLOSING TIME: 10:00 A.M. DESCRIPTION: SUBMIT TO: Jacqueline Rodriguez Request for quotes for the tuckpointing of the exterior of Well House #7 COMPANY NAME: DATE: MAILING ADDRESS: CITY/STATE: ZIP CODE: AUTHORIZED SIGNATURE: PRINTED NAME: TITLE OF AUTHORIZED REPRESENTATIVE: EMAIL: PHONE: - 1 -

Request for Competitive Quotes 07/18/2011 The city of Dubuque Water Department is soliciting quotes for tuckpointing services for the exterior of Well House #7, located at 2200 Lincoln Avenue. The entire masonry surface of Well House #7 will be inspected for defective mortar joints. Defective is defined as those joints that are eroded more than ¼ inch, loose, missing, cracked more than 1/32 inch or otherwise apparently defective. These defective mortar joints will be ground out to a depth of ½ inch, or deeper where necessary to reach solid mortar, fully exposing the sides of the joint, allowing no damage to occur to the adjacent surface. When grinding has been completed, all dust and grinding debris will be removed from the joint using compressed air or pressurized water. Prior to pointing, the clean joint shall be dampened to assure proper bonding of new mortar to existing mortar and brick. Mortar will be tightly packed into the joint and tooled flat or to a concave finish, with a color and finish to match the existing mortar as near as possible. All tuck-pointed areas which have been completed will be sprayed lightly with water during the heat of the day as required to prevent rapid curing. All excess mortar will be removed from the adjacent surfaces. All existing structural fractures (movement cracks) on all exterior elevations of the brickwork will be renovated and reconstructed as flexible expansion and contraction joints. All existing fractures will be cut out to a minimum depth of 1 inch or deeper where necessary to reach solid mortar. When all grinding has been completed all dust and grinding debris will be cleaned from the joint using compressed air. Bond breaker rope will be installed to within ½ inch of the surface with the remaining ½ inch caulked with Sonneborn Sonolastic NP-1 or equivalent. The sealant will be tooled neatly into place. Color of the caulking will match the adjacent surface as near as possible. Sand may be applied to the surface of the caulking simulating a mortar joint. In addition to tuckpointing: 1. Any deteriorated brick will be replaced with brick which matches; as close as possible, the original brick 2. All exterior masonry surfaces will be cleaned 3. All coping head joints will be caulked 4. Replace window lintels (if necessary) 5. All debris created from the restoration operation will be removed from the owner s property. Work will begin on August 8, 2011 and shall be completed by October 3, 2011. Work not completed by October 3, 2011 is subject to a penalty of 5% of the total project cost per week. - 2 -

QUOTE SUBMITTAL INFORMATION Submittal Deadline: Monday, August 1, 2011 Submittal Mailing Address: City of Dubuque Water Department C/O Jacqueline Rodriguez 1902 Hawthorne Street Dubuque, Iowa 52001 Submit one (1) original signed proposal labeled TUCKPOINTING OF WELL HOUSE #7. Submitted proposals can be delivered in printed format or submitted electronically via e-mail or fax. The original proposal document shall be signed in blue ink by an officer of the company who is authorized to legally bind the Proposer to its provisions. Quotes shall be valid for a period of not less than thirty (30) calendar days from the closing date. Any quotes received after the submittal deadline will not be considered. The City of Dubuque will not be responsible for any loss or delay with respect to delivery of the proposals. The City reserves the right to reject any and all bids or to waive any technical ties and irregularities. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa and to Iowa Domestic Labor. A 5% preference will be given to locally owned businesses located within the corporate limits of the city of Dubuque per Administrative Policy 3.10. The City of Dubuque is not liable for any cost incurred by any vendor prior to the execution of an agreement or contract. Nor shall the City of Dubuque be liable for any costs incurred by the firms in responding to this request for quotes and those not specified in any contract. All results from this project will remain the property of the City of Dubuque. The vendor must provide Proof of Insurance, which complies with the City of Dubuque s Insurance Schedule C (attached). The certificate must be issued to the City before the start of the project and insurance shall be maintained throughout the duration of the contract. Thank you for your consideration and interest in the project. Sincerely, Jacqueline Rodriguez Water Treatment Plant Manager City of Dubuque - 3 -

Tuckpointing of Well House #7 Quote Form 07/18/2011 Bid Amount $ Bid amount written out Date Company Name Address City/State/zip Telephone # President or authorized signature - 4 -

Tuckpointing of Well House #7 Professional Services Request for Proposal 07/18/2011 Insurance Requirements

INSURANCE SCHEDULE C INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE 1. All policies of insurance required hereunder shall be with an insurer authorized to do business in Iowa. All insurers shall have a rating of A or better in the current A.M. Best Rating Guide. 2. All Certificates of Insurance required hereunder shall provide a thirty (30) day notice of cancellation to the City of Dubuque, except for a ten (10) day notice for nonpayment, if cancellation is prior to the expiration date. 3. shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Paragraph 6 below. Such Certificates shall include copies of the following endorsements: a) Commercial General Liability policy is primary and non-contributing. b) Commercial General Liability additional insured endorsement. c) Governmental Immunities Endorsements., shall upon request, provide Certificates of Insurance for all subcontractors and sub-sub contractors who perform work or services pursuant to the provisions of this contract. Said certificates shall meet in insurance requirements as required of. 4. Each certificate shall be submitted to the contracting department of the City of Dubuque. 5. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 6. Contractor shall be required to carry the following minimum coverage/limits or greater if required by law or other legal agreement: a) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Fire Damage limit (any one occurrence) $ 50,000 Medical Payments $ 5,000

INSURANCE SCHEDULE C (Continued) INSURANCE REQUIREMENTS FOR PROFESSIONAL SERVICES TO THE CITY OF DUBUQUE This coverage shall be written on an occurrence form, not claims made form. All deviations or exclusions from the standard ISO commercial general liability form CG 0001 or Business Owners BP 0002 shall be clearly identified. Form CG 25 04 03 97 Designated Location(s) General Aggregate Limit shall be included. Governmental Immunity endorsement identical or equivalent to form attached. Additional Insured Requirement: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers shall be named as an additional insured on General Liability including ongoing operations coverage equivalent to ISO CG 20 10 07 04. b) Automobile $1,000,000 combined single limit. c) WORKERS COMPENSATION & EMPLOYERS LIABILITY Statutory for Coverage A Employers Liability: Each Accident $ 100,000 Each Employee Disease $ 100,000 Policy Limit Disease $ 500,000 d) PROFESSIONAL LIABILITY $1,000,000 e) UMBRELLA/EXCESS LIABILITY * * Coverage to be determined on a case by case basis by Finance Director. Completion Checklist Certificate of Liability Insurance (2 pages) Designated Location(s) General Aggregate Limit CG 25 04 03 97 (2 pages) Additional Insured CG 20 10 07 04 Governmental Immunities Endorsement