Insurance Requirements
|
|
- Kenneth Williams
- 5 years ago
- Views:
Transcription
1 SECTION A. ENGINEER shall procure, pay for and maintain the follow ing insurance w ritten by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery to the CITY, at the address show n in SECTION C (a), certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance w ith all applicable required provisions. The CITY shall be named as an insured by endorsement to the policy and thus w ill be entitled to notice of cancellation of the policy in accordance w ith Section of the Texas Insurance Code. Upon request, the CITY shall be entitled to receive w ithout expense, copies of the policies and all endorsements. CITY HAS NO DUTY TO PAY ENGINEER UNTIL SUCH CERTIFICATE HAS BEEN DELIVERED TO THE CITY. SECTION B. The CITY reserves the right to review the insurance requirements of this section during the effective period of the services or w ork performed by ENGINEER and to modify insurance coverages and their limits w hen deemed necessary and prudent by City's Office of Risk Management based upon changes in statutory law, court decisions or other relevant factors. The ENGINEER shall acquire and ensure execution of requests for deletions, revisions or modifications of particular policy terms, conditions, limitations, or exclusions (except w here policy provisions are established by law or regulation binding upon either CITY or ENGINEER). SECTION C. REQUIRED PROVISIONS The ENGINEER agrees, w ith respect to the required insurance as documented below, all certificate(s) of insurance w ill contain and state, in w riting, the follow ing required provisions: a) The certificate of insurance or policy and endorsements shall be evidenced by delivery to: (i) Department of Aviation, Attention: Anthony Andrew s, Project Manager, Lemmon Ave, Dallas, Texas and (ii) Director, Office of Risk Management, Marilla, 6 A-South, Dallas, Texas b) All certificates of insurance shall identify the service or product being provided, by including the bid number and contract or solicitation name. c) All certificates of insurance shall name the City of Dallas as the Certificate Holder. 1 0 /1 7 /1 7 Page 1 of 5 Reconstruct RNWAY 1 3R-3 1 L-
2 SECTION D. INSURANCE COVERAGE REQUIRED Subject to ENGINEER'S right to maintain reasonable deductibles, ENGINEER shall obtain and maintain in full force and effect for the duration of its engagement w ith the CITY and any extension hereof, at ENGINEER'S sole expense, insurance coverage in the follow ing type(s) and amounts: 1. WORKERS COMPENSATION and EMPLOYERS LIABILITY Workers Compensation w ithin the regulations of the Texas Workers Compensation Act. The minimum policy limits for Employers Liability are: Bodily Injury by Accident: $ 5 0 0,0 0 0 Each Accident Bodily Injury by Disease: $ 5 0 0,0 0 0 Each Employee Bodily Injury by Disease: $ 5 0 0,0 0 0 Policy Limit a) An endorsement to w aive subrogation in favor of the City of Dallas, its officers, employees and elected representatives, for bodily injury (including death) or any other loss. b) An endorsement to provide thirty (3 0 ) days prior w ritten notice in the c) Provide that ENGINEER S insurance is primary insurance as respects the NOTES: i. If ENGINEER w ill not be providing services under the contract at a City facility, has no employees and/or is operating as a sole ow ner and single operator, ENGINEER shall provide a signed letter, w ith the current date, on official letterhead stating such to meet the requirement. ii. If ENGINEER is a non-subscriber or is self-insured, ENGINEER shall provide a copy of its Certificate of Authority to Self-Insure from the Texas Department of Insurance, Division of Workers Compensation Self Insurance Regulation Program, evidence of alternative coverage and internal safety and injury coverage policies and procedures. 2. BUSINESS AUTOMOBILE LIABILITY INSURANCE Bus ines s Automobile Liability Ins urance covering ow ned, hired, and nonow ned vehicles, w ith a minimum combined single limit for bodily injury (including death) and property damage limit of $ 1,0 0 0,0 0 0 per occurrence. 1 0 /1 7 /1 7 Page 2 of 5 Reconstruct RNWAY 1 3R-3 1 L-
3 a) An endorsement naming the City of Dallas and its officers, employees and elected representatives as additional insureds. b) An endorsement to w aive of subrogation in favor of the City of Dallas, its officers and employees, for bodily injury (including death), property damage or any other loss. c) An endorsement to provide thirty (3 0 ) days prior w ritten notice in the d) Provide that ENGINEER S insurance is primary insurance as respects the e) If this insurance is w ritten on a claims -made form, coverage shall be same retroactive date as the original policy applicable to this contract. NOTE: i. If ENGINEER has no ow ned, hired and non-ow ned autos or vehicles and/or no autos or vehicles w ill not be used in the performance of services under the contract, ENGINEER shall provide a signed letter, w ith the current date, on official letterhead stating such to meet the requirement for ow ned autos. 3. COMMERCIAL GENERAL LIABILITY INSURANCE Commercial General Liability Insurance including, but not limited to, Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent ENGINEERs and Contractual Liability w ith minimum combined bodily injury (including death) and property damage limits of $ 1,0 0 0,000 per occurrence, $ 2,0 0 0,0 0 0 general aggregate. a) An endorsement naming the City of Dallas and its officers, employees and elected representatives as additional insureds. b) An endorsement to w aive of subrogation in favor of the City of Dallas, its officers and employees, for bodily injury (including death), property damage or any other loss. c) An endorsement to provide thirty (3 0 ) days prior w ritten notice in the d) Provide that ENGINEER S insurance is primary insurance as respects the 1 0 /1 7 /1 7 Page 3 of 5 Reconstruct RNWAY 1 3R-3 1 L-
4 e) If this insurance is w ritten on a claims -made form, coverage shall be same retroactive date as the original policy applicable to this contract. 4. PROFESSIONAL LIABILITY INSURANCE Professional Liability Insurance to provide coverage against any claim w hich the ENGINEER becomes legally obligated to pay as damages arising out of the performance of professional services caused by any negligent error, omission or act w ith minimum limits of $ 2,0 00,0 0 0 per claim, $ 2,000,0 0 0 annual aggregate. a) An endorsement to provide thirty (3 0 ) days prior w ritten notice in the b) Provide that ENGINEER S insurance is primary insurance as respects the c) If this insurance is w ritten on a claims -made form, coverage shall be same retroactive date as the original policy 5. UMBRELLA OR EXCESS LIABILITY INSURANCE Providing coverage follow ing form of the primary liability coverages described in 1, 2, and 3, w ith minimum combined bodily injury (including death) and property damage limit of $ 1,0 0 0,0 0 0 per occurrence and $ 1,0 0 0,0 0 0 annual aggregate. a) If this insurance is w ritten on a claims -made form, coverage shall be same retroactive date as the original policy SECTION E. SUBCONTRACTING LIABILITY (1 ) Without limiting any of the other obligations or liabilities of the ENGINEER, the 1 0 /1 7 /1 7 Page 4 of 5 Reconstruct RNWAY 1 3R-3 1 L-
5 ENGINEER shall require each Subcontractor performing w ork under the contract, at the Subcontractor's ow n expense, to maintain during the engagement w ith the CITY, types and limits of insurance that are appropriate for the services/w ork being performed, comply w ith all applicable law s and are cons istent w ith industry standards. The Subcontractor s liability insurance shall name ENGINEER as an additional insured. (2 ) ENGINEER shall obtain and monitor the certificates of insurance from each Subcontractor. ENGINEER must retain the certificates of insurance for the duration of the contract and shall have the responsibility of enforcing insurance requirements among its Subcontractor s. The CITY shall be entitled, upon request and w ithout expense, to receive copies of these certificates. SECTION F. ENGINEER LIABILITY Approval, disapproval or failure to act by the CITY regarding any insurance supplied by ENGINEER or its subcontractors shall not relieve ENGINEER of full responsibility or liability for damages and accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency nor denial of liability by the insurance company exonerate ENGINEER from liability. ENGINEER (COMPANY NAME): BY: Signature of Authorized Representative NAME: Name of Authorized Representative (please print) DATE: 1 0 /1 7 /1 7 Page 5 of 5 Reconstruct RNWAY 1 3R-3 1 L-
6 CITY OF DALLAS INSURANCE REQUIREMENT AFFIDAVIT To Be Completed By Insurance Agent/Broker And Bidder I, the undersigned Agent/Broker, reviewed the insurance requirement contained in this bid document. If the Bidder shown below is awarded this contract by the City of Dallas, I will be able to, within fifteen (15) days of notification of such award, furnish a valid insurance certificate to the City of Dallas meeting all of the insurance requirements in this bid. Insurance Coverages Reviewed: Agent s Name: Agency Name: Address: City/State/ZIP: Telephone No: ( ) Fax No: ( ) Bidder s Name and Company: Project/Bid No. and Title: Insurance Agent/Broker Signature: Date: By submitting a bid and signing below I affirm the following: I am aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within fifteen days of notification of award. If the above fifteen day requirement is not met, the City of Dallas has the right to reject this bid and award the contract to the next lowest bidder meeting specifications. If you have any questions concerning these requirements, please contact the City of Dallas Risk Management Division at (214) Bidder s Signature: Date: Rev. 1-03/25/10 Doc#BDPS-FRM-122
Insurance Requirements
SECTION A. CONSULTANT shall procure, pay for and maintain the follow ing insurance w ritten by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery
More informationInsurance Requirements
SECTION A. CONTRACTOR shall procure, pay for and maintain the following insurance written by companies approved by the State of Texas and acceptable to CITY. The insurance shall be evidenced by delivery
More informationSubcontractor/Vendor Prequalification Questionnaire Completed Forms & Insurance Certificate To Be Submitted To:
Jul-16 Subcontractor/Vendor Prequalification Questionnaire Completed Forms & Insurance Certificate To Be Submitted To: prequalifications@berghammer.com Company Name Divisions of Work/CSI Number(s) Address
More informationresponsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.
responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay. (h) Primary Coverage. For claims arising out of or relating to work on the Specific Project, Tenant s insurance
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: March 2016 INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall procure and maintain
More informationIRFQ #R15-04: FRIDAY NIGHT LIVE
IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or
More informationSample. Sub-Contractor Insurance & Indemnification Agreement
Sample Sub-Contractor Insurance & Indemnification Agreement This Agreement, as negotiated herein, is entered into by and between Subcontractor and Parish/School. For good and valuable consideration, the
More informationDOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES
OBJECTIVE DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES The objective of this program is to assist developers with public
More informationSAMPLE SUBCONTRACTOR AGREEMENT
SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is
More informationAPPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.
APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
More informationOCIP Contract Language
Page 1 of 12 7. Insurance Requirements OCIP Contract Language 7.1 COUNTY Provided Insurance. COUNTY will provide an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP will be administered
More informationMCGOUGH STANDARD INSURANCE REQUIREMENTS
MCGOUGH STANDARD INSURANCE REQUIREMENTS B1. Insurance. Prior to commencing any Subcontract Work hereunder, the Subcontractor shall procure, maintain and pay for insurance of the type and with the minimum
More informationMASTER SUBCONTRACT AGREEMENT
MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter
More informationEXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants
EXHIBIT B Insurance Requirements for Environmental Contractors and/or Consultants Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
More informationSAMPLE DOCUMENT SUBCONTRACT AGREEMENT
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and
More informationContractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.
SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office
More informationSAMPLE. Insurance Exhibit. Design-Builder s Insurance Requirements
Insurance Exhibit Design-Builder s Insurance Requirements Document No. E-INS-I Second Edition, 2010 Design-Build Institute of America Washington, DC Insurance Exhibit (The Parties should consult their
More informationEXHIBIT 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 3 years thereafter, insurance against claims for injuries to
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
More informationAUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV Note: Certificate valid July 1 June 30 and must be renewed
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationDOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form.
DOMINION BUILDERS, LLC requires that allsubcontractors interested in working with us, complete this pre-qualification form. Complete the form below and email or fax (both the form and all attachments)
More informationPROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY 10007 11/7/2018 ADDENDUM # 1 To prospective Bidder(s) on Bid # 55234 for Integrated Pest Management Services at
More informationADDENDUM A. Subcontractor Insurance Requirements
ADDENDUM A Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are
More informationTRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS
TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS These Insurance & Indemnification Terms & Conditions ( Terms ) are hereby incorporated in and made a part of each and every written
More informationSubcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786
Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786 Provide this document to your insurance agent along with all samples of endorsements
More informationAMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016
VIRGINIA RAILWAY EXPRESS AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1 Issued: May 23, 2016 RFP No.: 016-012 Title: Contact: Gerri Hill Email: ghill@vre.org Telephone/Fax: (703)
More informationLane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES
Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES Introduction Lane County Health & Human Services, Division of Youth Services (DYS) is interested
More informationVENDOR PREQUALIFICATION FORM
VENDOR PREQUALIFICATION FORM Date: Please complete this form and return to Rockford Construction via e mail (prequal@rockfordconstruction.com) or fax (1 616 285 6980 must include the 1 616). ALL AREAS
More informationExhibit D Insurance Exhibits. Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC
Exhibit D Insurance Exhibits Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC Insurance Exhibit Design-Builder s Insurance Requirements (The Parties should consult
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationREQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES
REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals
More informationATTACHMENT AA Scope of Work General Services
ATTACHMENT AA Scope of Work General Services Vendors providing services under this contract agree to provide general services to an applicant or eligible client of the Vocational Rehabilitation Division
More informationCITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000
PROJECT NAME: AGREEMENT TERM: AUTHORIZED RENEWALS: DEPARTMENT: DIVISION: CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000 THIS AGREEMENT is made at Sacramento, California, as of,
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Clifford Gorman Date Issued: January 22, 2014 BID NO.: 14-14005 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR LAWN MAINTENANCE SERVICES FOR NON-ESCORT
More informationCCIP ADDENDUM. Blasting or any blasting operations;
CCIP ADDENDUM 1. Overview. The Contractor has arranged with Aon Risk Services South, Inc., (the CCIP Administrator ) to be insured under its Contractor Controlled Insurance Program ( CCIP ). The CCIP is
More informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,
More informationSANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017
SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will
More informationCITY OF ROMULUS CHAPTER 39: PURCHASING
CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF
More informationExhibit 1 to Part 3 Project-Specific Terms
Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains
More informationINDEMNITY AGREEMENT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF NUECES
INDEMNITY AGREEMENT THE STATE OF TEXAS COUNTY OF NUECES KNOW ALL MEN BY THESE PRESENTS WHEREAS, Section iii of said standards, entitled Procedure and Permit Requirements, requires a contractor for a permit
More informationSUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT
35 S. 100 E. American Fork, UT 84003 PHONE: (801) 766-3233 FAX: (801) 766-3240 SUBCONTRACTOR/SUPPLIER QUALIFICATION STATEMENT We appreciate the recent interest you have expressed in being added to Acadian
More informationBernards (Project Name) CCIP Insurance Manual
Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5
More informationSMALL ORDERS TERMS AND CONDITIONS - BLANKET
1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or
More informationDrexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation
This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by
More informationCITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016
CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated
More informationAPPENDIX B: Compression Services Agreement
APPENDIX B: Compression Services Agreement COMPRESSION SERVICES AGREEMENT This Compression Services Agreement ("Agreement") is entered into as of, 20 ("Effective Date") by and between Southern California
More informationCITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS
CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE
More informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationGENERAL CONTRACTOR APPLICATION (REVISED: 9/20/18)
GENERAL CONTRACTOR APPLICATION (REVISED: 9/20/18) The City of Dallas, Housing and Neighborhood Revitalization Department - Home Improvement & Preservation Program ( HIPP ) is seeking to qualify General
More informationPROPOSAL LIQUID CALCIUM CHLORIDE
Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of
More informationSubcontractor Partner Prequalification Form. Company Name: DBA (if applicable):
Subcontractor Partner Prequalification Form Part 1 General Company Name: DBA (if applicable): Other names your company has operated under in the past (if applicable): Scope of Work: Cities/Counties/Areas
More informationRail Owner Controlled Insurance Program Manual
Rail Owner Controlled Insurance Program Manual Addendum No. 4 to June 2013 Edition (Updated 08-21-17) Update to Section 5 Enrolled and Excluded Contractor Required Coverage for Package P Contract Section
More informationMinnesota Departments of Health and Human Services
INFORMAL SOLICITATION Minnesota Departments of Health and Human Services Description of Project The Minnesota Departments of Health and Human Services are soliciting recommendations on the outcomes or
More informationGeneral Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha
Contractual Risk Transfer/Hold Harmless/Indemnification Best Practices to Consider Many contractors require other contractors and subcontractors with whom they work to sign written job contracts. However,
More informationPage of 5 PURCHASE AGREEMENT
Page - 1 - of 5 (the Effective Date ) PURCHASE AGREEMENT THIS PURCHASE AGREEMENT (this Purchase Agreement ), dated the date specified above, is by and between (the "Contractor") and (the "Subcontractor").
More information3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.
Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number
More informationHarbor Department Agreement City of Los Angeles
Harbor Department Agreement City of Los Angeles FIRST AMENDMENT TO FOREIGN-TRADE ZONE OPERATING AGREEMENT NO. 11-2985 BETWEEN THE CITY OF LOS ANGELES AND KOMAR DISTRIBUTION SERVICES JL ^^ THIS FIRST AMENDMENT
More informationSnow Removal Services Request for Proposals December 1, April 30, 2019
Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401
More informationARTICLE V Indemnification; Insurance
ARTICLE V Indemnification; Insurance 5.1 The Recipient shall act as an independent contractor, and not as an employee, agent, partner, joint venturer, representative or associate of the City, in operating
More informationTOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation
TOWN OF BERLIN VERMONT July 7, 2015 Request for Proposal Landscape Design and Installation Table of Content PART 0- INSTRUCTIONS TO THE BIDDERS 2 INVITATION TO BID 2 THE DATE OF SOLICITATION: 2 THE PROJECT:
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationNOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401
NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding
More informationCity of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services
City of La Center Small Works REQUEST FOR BID 2011 Landscape Maintenance Services Notice is hereby given that sealed bids will be received by the City Clerk at the La Center City Hall, until 2:00 p.m.
More informationJOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT
You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 10:00 am on September 4, 2018. Joliet Junior College
More informationWINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT
INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN
More informationPlease return by July 9, 10:00 AM Central Time to:
SOLICITATION NO: R-14-006-DB INFORMAL REQUEST FOR PROPOSALS Release Date: June 25, 2014 ACTUARIAL SERVICES Please return by July 9, 2014 @ 10:00 AM Central Time to: dabenites@saws.org I. PROJECT INFORMATION
More informationExhibit 1 to Part 3 Project-Specific Terms
to Part 3 Project-Specific Terms (Date of Standard to Part 3: July 2013) This to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains project-specific terms that
More informationEXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE
EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of
More informationNEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)
Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,
More informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationAGREEMENT FOR TRANSPORTATION SERVICES
AGREEMENT FOR TRANSPORTATION SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
More informationCONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM
CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Title: CISCO SMARTnet and SAS Services Application Number: 29841 Goods/Services to be Provided: PGW is seeking proposals from CISCO Gold or Platinum
More informationEXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer
EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING
More informationThe schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016
1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes
More informationCONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM. Training and Certification Required by 49 CFR Part 192, Subpart N
Application Number: 28074 CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Title: Goods/Services to be Provided: Training and Certification Required by 49 CFR Part 192, Subpart N PGW requires employee
More informationSubcontractor Qualification Statement
Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type
More informationREQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20
REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20 I. GENERAL INFORMATION 1.1 Issuing Office: This Request for Proposals (RFP) is issued by the Town of Avon, Connecticut. 1.2 Purpose: The
More informationADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.
PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FLOOR NEW YORK, NY 10007 10/19/2018 ADDENDUM #2 To prospective Bidders on Bid # 54851 - Refuse Removal, Recycling and Disposal Services
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.
More informationINSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )
INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its
More informationLEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017
LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public
More informationATTACHMENT AA Scope of Work Communication Services Interpretation and Translation
ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation Vendors providing services under this contract agree to provide interpretation and or translation services to an applicant
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS
TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,
More informationSUBCONTRACT (SHORT FORM)
SUBCONTRACTOR: PHONE SUBCONTRACT (SHORT FORM) PROJECT: LOCATION: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC. (Contractor) and (Subcontractor) which are
More informationPHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS
PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS The individual or entity seeking to enter into a contract with the Philadelphia Redevelopment Authority or who is entering into a contract with
More informationSAMPLE. Insurance Exhibit. Design-Build Subcontractor s Insurance Requirements
Insurance Exhibit Design-Build Subcontractor s Insurance Requirements Document No. E-INS-IV Second Edition, 2010 Design-Build Institute of America Washington, DC Insurance Exhibit Design-Build Subcontractor
More informationCity of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25
City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationTERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.
TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL
More informationOGC-S Owner-Contractor Construction Agreement
Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas
More informationOr
SUBCONTRACTOR PRE QUALIFICATION COVER SHEET Thank you for your interest in working with TSA Contracting, Inc. We are a commercial building contractor specializing in ground-up and tenant improvement construction.
More informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationCOACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT
COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT 1. Applicant shall submit a completed Temporary Encroachment Permit application and obtain an executed Temporary
More informationREQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an
REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE
More informationSacramento Regional Solid Waste Authority (SWA)
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information
More informationJACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES
JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,
More information