ADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS
|
|
- Anastasia Cross
- 5 years ago
- Views:
Transcription
1 MARICOPA COUNTY SPECIAL HEALTH CARE DISTRICT MARICOPA INTEGRATED HEALTH SYSTEM TO THE REQUEST FOR QUALIFICATIONS FOR DESIGN PROFESSIONAL AMBULATORY FACILITY #1 RFQ NO , ISSUED JUNE 1, 2017 COVER SHEET BY SIGNING AND RETURNING THIS COVER SHEET, I CERTIFY RECEIPT OF TO THE DESIGN PROFESSIONAL SERVICES. Printed Name of Authorized Individual Name of Submitting Organization Signature of Authorized Individual Date THE SIGNATURE PAGE OF THIS ADDENDUM ONE MUST BE SIGNED AND RETURNED WITH YOUR PROPOSAL. INTEGRATED PROGRAM MANAGEMENT OFFICE 2601 E ROOSEVELT STREET, PHOENIX, AZ DATE: JUNE 27, 2017
2 TABLE OF CONTENTS Addendum Item Page Introduction 3 Questions & Answers..3 Attachments: A. Modifications and Changes Insurance Requirements.10 Page 2 of 14 June 27, 2017
3 Introduction The Maricopa County Special Health Care District ( District ), d.b.a. Maricopa Integrated Health System (MIHS), is hereby issuing Addendum #1 to the Request for Qualifications which requested sealed proposals from qualified Design Professional Proposers with the intent to provide Architectural and Engineering Services for Ambulatory Facility #1. Pursuant to the Procurement Code Clause HS 305, Addenda to Solicitations, Paragraph A (1, 2), this Addendum #1 will make changes to the Solicitation and will correct defects and ambiguities as outlined in Attachment A, and includes the following Respondent questions and MIHS answers. Questions and Answers 1. Question: Page 2 of the RFQ states this is a one step solicitation, however page 6 lists an interview date of July 24. Please clarify if this is a one step or two step process. Answer: This is a one step solicitation requesting qualifications only. 2. Question: Please clarify what you mean by branch on the table on Attachment 5. Answer: Remove the term 'Branch' and the associated column. 3. Question: Should we organize our proposal to respond to the items listed as required contents beginning on page 18, or would you prefer our proposal be organized around the evaluation criteria on page 22? Answer: Please refer to the RFQ. Question: Attachment 26, Item L.4 requires professional liability insurance coverage in the amounts of $1M per and $5M aggregate. The $5M aggregate figure seems out of line with the 4. size of project, and may effectively eliminate smaller, qualified firms from pursuing this opportunity. Please confirm the requirement. Answer: There is no Attachment 26, Item L.4, but reference Addendum #1, Attachment 16: Insurance Requirements for requirements. Question: Attachment 26, Item M requires $10M umbrella coverage over all of the listed 5. coverages. We understand that an umbrella is possible for all coverages other than professional liability, for which such coverage does not exist. Please clarify this requirement. Answer: There is no Attachment 26, Item M, but reference Addendum #1, Attachment 16: Insurance Requirements for requirements. Page 3 of 14 June 27, 2017
4 Question: Section III, item 2.02 identifies that the successful Respondent will be required to have and maintain an office in the State of Arizona. We are planning on teaming with a larger architectural firm in response to both the Ambulatory RFQ ( ) and Site Development Plan RFQ ( ), however our relationship is not a legal partnership nor 6. joint venture as identified in the definition of Respondent (Section III, item 1.01.J) or Firm (Section III, item 1.01.D). Under this type of relationship would it be required of MIHS that the prime Architectural firm maintain the Arizona office, or can either firm maintain the Arizona office? Answer: The firm that will sign the contract must have and maintain an office in the State of Arizona. 7. Question: Similarly, under the relationship identified above, are both architectural firms required to submit completed copies of the Required Attachments identified in Section VI, items 2.A through 2.O (Authorization to Submit Response, Addendum Acknowledgement, Organizational Information, etc.)? Answer: The firm that will sign the contract must submit required attachments. 8. Question: Regarding Page 17, Item 4.3, please provide more clarification regarding the information that will be provided regarding Medical Equipment and FF&E by the IPMO: Is the expectation that the A&E conduct the review of the medical equipment and send questions concerns back to the IPMO, or are we to engage an equipment planner to take what we get from the IPMO and carry that forward to completion? Answer: The IPMO Team will prepare and coordinate the medical equipment list with the AE. 9. Question: Regarding Page 17, Item 4.3, please provide more clarification regarding the information that will be provided regarding Medical Equipment and FF&E by the IPMO: Please confirm the IPMO will provide all furniture design for handoff to the Design Team. Answer: The IPMO Team will only procure the FF&E as designed and specified by the AE. 10. Question: Regarding Page 17, Item 4.3, please provide more clarification regarding the information that will be provided regarding Medical Equipment and FF&E by the IPMO: Are IT and AV going to be provided by the IPMO? Answer: No. Page 4 of 14 June 27, 2017
5 11. DESIGN PROFESSIONAL Question: Regarding Page 17, Item 4.3, please provide more clarification regarding the information that will be provided regarding Medical Equipment and FF&E by the IPMO: What level of support for IT/AV/Special Systems design is expected of the Design Team? Answer: The AE will engineer and coordinate. 12. Question: As development of Design Standards and Guidelines that will be utilized on ambulatory projects indicates energy and renewable resources ( green building ) as part of the standards. Is MIHS interested in LEED certification? Answer: MIHS is not seeking LEED certification. 13. Question: Please confirm if the Neighborhood, Community and Specialty Centers will be greenfield, retrofit or a possible combination of both? Answer: At this time, it is expected that the project will be a greenfield. 14. Question: Can you clarify the statement this is a one step process (Page 2 of 49) versus the proposal/interview/negotiate process described in more detail later in the RFQ? Answer: See previous response for question # Question: Item 3, Page 20 of 49, refers to submitting in the sealed envelope required under Instruction 7 above. Item 7 on Page 19 of 49 doesn t reference the sealed envelope which Item 7 should be referenced? Answer: Deliver the SOQs in one sealed container of your choice. 16. Question: Item 2.D. References/Past Performance Form is referenced as Attachment 2, but should be Attachment 6, correct? Answer: The correct referenced Attachment is # Question: Section III.2.01: Do all licensed architects who work on the project need to be licensed in the state of AZ or just the architect of record? Answer: Suggest only AE of Record be licensed. 18. Question: Section III.5.03: Please confirm that double sided pages count as two pages towards the total page count. Answer: Confirmed. Page 5 of 14 June 27, 2017
6 19. DESIGN PROFESSIONAL Question: Section V.3: Will the CMAR provide all cost estimating during design of Ambulatory Facility No. 1 and participate in standards development for constructability input? Answer: Yes, see Section VI.E Question: Section VI.1.D.3: Is it at the responder s discretion as to whom the key staff positions are to include, i.e. Project Manager, Project Architect, etc.? Answer: Yes. Question: Section VI.1.F: Regarding the SOQ index tabs, please clarify identifying images such 21. as building signage on a photo or image that may identify the facility would count as a page towards total page count? Answer: The intention is that no additional information is permitted beyond the content of the photograph. 22. Question: Is there a minimum font size required for text? Answer: Minimum font size is 10. Question: Does the $129 million [ibid] design and construction budget mentioned in the presubmittal meeting include both the ambulatory facility #1 project scope as well as the Maricopa 23. Medical Center Campus Site Development and Site Utilization Plan Services project scope? Answer: The project design and construction budget of $829 million includes the Ambulatory and Roosevelt Campus projects. 24. Question: Can you please elaborate on the Blue Cottage scope for medical equipment planning? We are trying to determine whether there is a need for a Medical Equipment Consultant on the DP team. It is our understanding from the pre proposal meeting that Blue Cottage is currently coordinating with the Hospital departments to produce a comprehensive list of medical equipment and specifications that would be provided to the DP team. Please advise if this list will also include medical furniture and an inventory of currently existing medical equipment/ furniture sorted into existing to remain and/or existing to be replaced or disposed of? Answer: See previous response for question # Question: Reference SOQ Evaluation Process Section3D, Strategic Fit page 24/49: MIHS will evaluate proposed solutions based on overall best fit. Please clarify what is meant by proposed solutions. Answer: See Addendum # 1 for clarification. Page 6 of 14 June 27, 2017
7 Question: Reference Attachment 16: Insurance Coverage. It is our understanding that MIHS will be issuing an addendum in reference to insurance coverage. Our current insurance does not 26. have a privacy, security or data breach coverage but we can get one if required. Please advise. Also, our insurance gives 30 days (not 15) coverage notice; would this be acceptable? Answer: Reference Addendum #1, Attachment 16: Insurance Requirements see B.6 for Privacy, Security and Data Breach requirements, and B.9.a for notice of cancellation requirements. 27. Question: It was mentioned during the pre submittal meeting that images on tabs there were not labeled or recognizable would not be counted against the page limitation. Does that mean any images of facilities in Phoenix or that show the location name (logos or branding) should not be included on the tabs if we did not want the tabs to be counted against the page limitation? Answer: See previous response for question # Question: Please confirm that each side of a sheet of paper count as a page. (i.e. the front and back counts as page 1 and page 2) Answer: See previous response for question # Question: Page 23 alludes to an Attachment #2 Reference Form; did you mean Attachment #6? Answer: See previous response for question # Question: Page 8, 3.01 states that Provisions in a Response that conflict with, and/or exceptions to, and/or request for changes in, MIHS contract terms may result in a Response being considered nonresponsive and rejected. However, on page 10, 5.04 it requests that [the] Respondent shall clearly identify any/all exceptions to the RFQ specifications or contract terms on Attachment 7, and again states that any exceptions may result in the SOQ being rejected as nonresponsive. Answer: Please refer to the RFQ. 31. Question: Is the response for Section V.1.D.4 (page 19 litigation and arbitration) included in the page count? Answer: No. 32. Question: Page 21, item B says Twelve (12) bound 8.5 x 11 hard copies of the SOQ, each clearly marked Copy on the outside cover, which may be clipped of placed in folder Are the copies to be bound (e.g. spiral or comb) or unbound and clipped together? Answer: The twelve (12) copies are to be bound. Page 7 of 14 June 27, 2017
8 33. DESIGN PROFESSIONAL Question: Would you confirm whether the Design Professional should consider including a Cost Estimator as part of their proposed Project Team, or will the engagement of the CMAR early in the development process lead to unnecessary redundancy? Answer: See previous response for question # 19. Question: Do resumes as requested in 1. Required SOQ Contents in addition to Attachments, d. Project Team: Qualifications and experience of the individuals directly involved with the project Provide key staff one (1) page resumes need to follow the format requested in Attachment 4: Key Personnel Information or can we use our own resume format provided the information is provided? Answer: Attachment # 4 does not need to be used for resumes and representative projects, but listed items/information must be provided. 35. Question: Are respondents required to complete registration on any vendor sites? Answer: No. 36. Question: Does a two sided cover page with full bleed image on front and back count towards the 15 page limit, or does the page limit start with the first page of text inside the submitted RFQ Response? Answer: The page limit starts with the first page of text inside the submitted RFQ Response. END OF QUESTIONS & ANSWERS Page 8 of 14 June 27, 2017
9 ATTACHMENT A: MODIFICATIONS AND CHANGES The following modifies and changes the content of the referenced Solicitation RFQ No : 1. Reference Page 4 of 49, first paragraph Replace AMBULATORY FACILITY #1 of 30,000 SF to 90,000 SF with AMBULATORY FACILITY #1 of 90,000 SF to 140,000 SF. 2. Reference Page 6 of 49, Section II: Procurement Schedule Revise Item F Interviews date from July 24, 2017 to July 26, Revise Item G Selection process complete and selected firm notified date from July 25, 2017 to July 27, Reference Page 24 of 49, paragraph D.2 Replace MIHS will evaluate proposed solutions with MIHS will evaluate proposed team. 4. Reference Attachment 16: Insurance Requirements Replace document in its entirety with the Addendum #1 Attachment 16: Insurance Requirements, dated June 27, 2017 (5 pages). END OF ATTACHMENT A Page 9 of 14 June 27, 2017
10 ATTACHMENT 16: INSURANCE REQUIREMENTS (Will become EXHIBIT B INSURANCE REQUIREMENTS to the final Contract) The following is provided for informational purposes only related to this solicitation. Any Respondent awarded a contract subsequent to this solicitation will be expected, upon request by MIHS, to submit the forms in this Attachment 16 as a condition of the Contract. NOTE: IT IS NOT NECESSARY TO INCLUDE THE DOCUMENTS IN ATTACHMENT 11 WITH YOUR RESPONSE. A. These Insurance Requirements apply to the party contracting with MIHS (Contractor, CMAR, and/or Design Professional) working or providing services in relation to the Project pursuant to the Contract, Job Order, Project Order, or other agreement with MIHS to which this Exhibit B is attached as an Exhibit. B. Contractor/CMAR/Design Professional, as applicable, shall obtain and submit to MIHS before any Work is performed, certificates from the Contractor/CMAR/Design Professional's insurance carriers indicating the presence of coverages and limits of liability as set forth in the Contract Documents, but in no event shall the coverages and limits be less than those specified as follows: 1. Workers Compensation: (a) Coverage A: Statutory Benefits. (b) Coverage B: Employer s Liability. Bodily Injury by accident $100,000 each accident Bodily Injury by disease $100,000 policy limit Bodily Injury by disease $500,000 each employee (c) Coverage must include a Waiver of Subrogation endorsement. (d) Where applicable, the U.S. Longshore and Harbor Workers Compensation Act Endorsement shall be attached to the policy. 2. Commercial Auto Coverage: (a) Auto Liability limits of not less than $500,000 each accident, combined Bodily Injury and Property Damage Liability insurance. Certificate to reflect coverage for Any Auto or All Owned, Scheduled, Hired and Non Owned. (b) If the Contract Documents require Contractor/CMAR/Design Professional to remove and haul hazardous waste from the Project site, or if the Project involves such similar environmental exposure, pollution liability coverage equivalent to that provided under the ISO Pollution Liability Broadened Coverage for Covered Autos Endorsement shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached. Page 10 of 14 June 27, 2017
11 3. Commercial General Liability: Each Occurrence Limit $1,000,000 Personal Injury/Advertising Injury Limit $1,000,000 Products/Completed Operations Aggregate Limit $1,000,000 General Aggregate Limit $2,000,000 (other than Products/Completed Operations) (a) Coverage must include a Waiver of Subrogation endorsement. (b) Both policy forms must include: 1) Premises and Operations coverage with no explosion, collapse or underground damage (XCU) exclusions. 2) Products and Completed Operations coverage. Contractor/CMAR agrees to maintain this coverage for a minimum of 10 years following completion of the Contractor/CMAR s Work and to continue to name MIHS as an Additional Insured for the entire 10 year period. 3) Blanket contractual coverage for the indemnity/hold harmless agreements assumed in this Subcontract and in the Prime Contract. Any Employee Exclusion will be deleted. 4) Broad Form Property Damage coverage, including completed operations or its equivalent. 5) An endorsement naming MIHS, any other party required to be named as an additional insured under the Contract Documents, and any other parties in interest as Additional Insured(s) under the coverage specified under Comprehensive General Liability or Commercial General Liability. The endorsement shall be on ISO forms CG2010B 11/85 or CG /85, or equivalent. Additional Insured Endorsements on both ISO forms CG /01 and CG /01 are acceptable. ISO forms CG2010A or CG2010B 10/93 and/or 3/97, or their equivalent, ARE NOT ACCEPTABLE. Any form that does not grant additional insured status for both the ongoing operations and products/completed operations coverages IS NOT ACCEPTABLE. 6) Coverage on an Occurrence form. Claims Made and Modified Occurrence forms are not acceptable. 7) Coverage to include general aggregate limits on a per project basis. 4. Errors & Omissions Liability (Applicable to any Design Services and/or any design/engineering/pre construction services are part of Work) Each Claim $1,000,000 Aggregate $3,000,000 (a) Coverage provided must have no exclusion for design build projects. (b) Evidence of coverage for ten (10) years beyond completion of the Project must be provided. Page 11 of 14 June 27, 2017
12 5. Pollution Legal Liability $1,000,000 (Applicable as to any pollutants or hazardous waste exposures as part of the Work). Contractor/CMAR/Design Professional shall maintain insurance covering losses caused by pollution conditions (including mold) that arise from the Work. 6. Privacy, Security and Data Breach: Each Claim/Occurrence $3,000,000 Aggregate $3,000,000 Privacy, security or data breach coverage, which such coverage may be provided via a separate policy or as an endorsement to any other policy the Contractor/CMAR/Design Professional maintains. 7. Excess Liability: Umbrella Liability to extend the above liability coverages and limits to reach a minimum total combined limit of at least the following: (a) For Contractor/CMAR: Each Occurrence/Claim $4,000,000 Aggregate $10,000,000 (b) For Design Professional: Each Occurrence/Claim $2,000,000 Aggregate $5,000, Contractor/CMAR All Risk : Contractor/CMAR shall maintain all risk insurance on a replacement cost basis, covering loss or damage to personal property (for which it has title and/or risk of loss) which is to become a final part of the Project, during any time such personal property is in transit and while stored or worked upon away from the Project Site. 9. Other Requirements (a) All policies must contain an endorsement affording an unqualified thirty (30) days notice of cancellation to the additional insured(s) in the event of cancellation, non renewal or material reduction in coverage. (b) All policies must be written by insurance companies whose rating, in the most recent Best s Rating Guide, is not less than A VIII. All coverage forms must be acceptable to MIHS. (c) Certificates of Insurance with the required endorsements evidencing the required coverages must be delivered to the MIHS prior to commencement of any Work. Failure of MIHS to demand such certificate or other evidence of full compliance with these insurance requirements or failure of MIHS to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor/CMAR/Design Professional s obligation to maintain such insurance. MIHS shall have the right, but not the obligation, to prohibit Contractor/CMAR/Design Professional or any of its subcontractors or sub consultants from entering the Project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by MIHS. Page 12 of 14 June 27, 2017
13 C. Additional Insureds. The insurance coverage, except Workers Compensation and Errors and Omissions, required by this Exhibit B, shall name MIHS, its agents, representatives, officers, directors, officials and employees (excluding contractors, architects, inspectors or any other party in direct privity of contract with MIHS solely to perform work or services in relation to the Projects) as Additional Insureds. The endorsement shall include the following language or equivalent: Such coverage as is afforded by this policy for the benefit of the additional insured(s) is primary and any other coverage maintained by such additional insured(s) shall be non contributing with the coverage provided under this policy. D. Waiver (Subrogation). The policies, except Workers Compensation and Professional Liability, shall contain a waiver of transfer rights of recovery (subrogation) against MIHS, its agents, representatives, directors, officers, and employees for any claims arising out of the Design Professional s work or service. E. Waiver (Property Insurance). MIHS and Contractor/CMAR/Design Professional waive all rights against each other and against MIHS, Architect/Engineer, and separate contractors for damages caused by fire or other perils covered by Builder's Risk or any other property insurance, except such rights as they may have to the proceeds of such insurance. Such insurance may be subject to an amount deductible from the sums otherwise payable thereunder and the burden of such deduction shall be borne by the party receiving the direct benefit of such insurance. F. Deductibles. Contractor/CMAR/Design Professional shall be responsible to satisfy any deductible or self insured retention with respect to any of the coverages required by the Contract Documents. G. MIHS All Risk Policy. Unless otherwise provided, the MIHS shall purchase and maintain, in a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located, property insurance written on a builder s risk all risk or equivalent policy form in the amount of the initial contract sum, plus value of subsequent contract modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis. This insurance shall include interests of the MIHS, Contractor/CMAR/Design Professional and its subcontractors in the Project, and shall include, without limitation, insurance against the perils of fire and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, collapse, earthquake, flood, windstorm, falsework, testing and startup, temporary buildings and debris removal, including demolition occasioned by enforcement of any applicable legal requirements. Contractor/CMAR/Design Professional shall bear the responsibility for the deductible for such coverage when a loss affects the Work. Such property insurance maintained by MIHS does not cover any tools or equipment owned or rented by Contractor/CMAR/Design Professional including trailers, excavators, scaffoldings, or forms. Contractor/CMAR/Design Professional is responsible for providing insurance coverage for such items. H. Rental Equipment. In the event that rental of equipment is undertaken to complete and/or perform the Work, Contractor/CMAR/Design Professional agrees that it shall be solely responsible Page 13 of 14 June 27, 2017
14 for such rental equipment. Such responsibility shall include, but not be limited to, theft, fire, vandalism and use by unauthorized persons. I. Personal Property. In the event that materials or any other type of personal property ( personal property ) is acquired for the Project or delivered to the Project site, Contractor/CMAR/Design Professional agrees that it shall be solely responsible for such property unless and until it becomes a fixture on the Project, or otherwise is installed and incorporated as a final part of the Project. Such responsibility shall include, but not be limited to, theft, fire, vandalism and use by unauthorized persons. J. CCIP/OCIP. If the Contract Documents provide for a Contractor/CMAR or Owner Controlled Insurance Program ( CCIP or OCIP ) which provides coverage for the Work, the Contractor/CMAR/Design Professional shall comply with all provisions of any such CCIP or OCIP, as applicable. K. Additional Provisions. Any additional provisions specific to the Project are attached hereto or to the applicable Contract Documents or Project Order. In the event of any conflict between the attached terms and the terms of this Exhibit, the Contractor/CMAR/Design Professional shall comply with the more stringent provisions. L. Right to Increase Limits. MIHS reserves the right, in its sole discretion, to require higher limits of liability coverage if, in MIHS opinion, operations by or on behalf of Contractor/CMAR/Design Professional create higher than normal hazards. PHOENIX v2 END OF ATTACHMENT 16 Page 14 of 14 June 27, 2017
DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.
MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Contracts Department 2611 East Pierce Street, 2nd Floor Phoenix, Arizona 85008-6092 Phone: 602-344-1403 DESIGN PROFESSIONAL
More informationW.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)
W.E. O NEIL CONSTRUCTION CO. OF ARIZONA INSURANCE REQUIREMENTS Project Name Project Address City, State Zip Subcontractor SHALL NOT COMMENCE WORK at the site until it has obtained and provided all insurance
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 informationCITY OF TACOMA Water Supply
CITY OF TACOMA Water Supply ADDENDUM NO. 1 DATE: 6/29/2018 REVISIONS TO: Request for Bids Specification No. 2018 Cathodic Protection Installations NOTICE TO ALL BIDDERS: This addendum is issued to clarify,
More informationSUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS Instructions for Use The A.I.A. A201-1997, General Conditions of the Contract for Construction, with Additions and Deletions by Michigan State University, along with the Supplementary
More informationRequired Insurance Language for PRF Construction Contracts
Required Insurance Language for PRF Construction Contracts When working with legal counsel to affect a construction contract for new construction or for build-outs the Office of Risk Management (ORM) requires
More informationINSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i
INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD
More informationAIA Document A101 TM 2017 Exhibit A
AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate
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 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 informationADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A
ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A105-2007 The following addendum modifies or supplements the standard form
More informationAIA Document A101 TM 2017 Exhibit A
AIA Document A101 TM 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of «November» in the year «2017» (In
More informationDocument A Exhibit A Insurance and Bonds
Document A101 2017 Exhibit A Insurance and Bonds This Insurance and Bonds Exhibit is part of the Agreement, between the Owner and the Contractor, dated the day of in the year (In words, indicate day, month
More informationOREGON STATE UNIVERSITY
OREGON STATE UNIVERSITY SUPPLEMENTAL GENERAL CONDITIONS To The PUBLIC IMPROVEMENT GENERAL CONDITIONS Project Name: Magruder Hall Hospital Expansion & Renovation The following modify the November 1, 2016
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 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 informationSCHEDULE "B" - INSURANCE REQUIREMENTS
Certificates of Insurance SCHEDULE "B" - INSURANCE REQUIREMENTS The Contractor shall instruct his/her insurance carrier to complete the attached City of Madison Certificate of Insurance form. This insurance
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 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 informationSYRACUSE UNIVERSITY Contractor Insurance Requirements The Contractor shall provide, maintain and deliver during the term of this Agreement the following insurance with at least the minimum coverages and
More informationSUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS
SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase
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 informationADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS
ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS Washington Cities Insurance Authority PO Box 88030 Tukwila, WA 98138 (206) 575-6046 TABLE OF CONTENTS Insurance and Indemnity Requirements for
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 informationAIA Document C196 TM 2008
AIA Document C196 TM 2008 Standard Form of Agreement Between Single Purpose Entity and Owner for Integrated Project Delivery AGREEMENT made as of the day of in the year (In words, indicate day, month and
More informationAIA Document A101 TM 2007
AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month
More informationDESIGN PROFESSIONAL SERVICES Architecture and Engineering MASTER CONTRACT CONTRACT NO.
MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Integrated Program Management Office 2601 East Pierce Street Phoenix, Arizona 85008-6092 DESIGN PROFESSIONAL SERVICES Architecture
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 informationINSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program
*THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS REVEREND PETER ATKINS PARK BATHROOM PROJECT CCE PROJECT NO. 117-106 NOVEMBER 2, 2017 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 1.0 INTRODUCTION
More informationICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA
ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA A COMPARATIVE ANALYSIS OF THE 1997 CHANGES TO THE AIA GENERAL CONDITIONS TO THE CONTRACT FOR CONSTRUCTION (A201) STUART
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 informationI SIGNED THAT? SCARY STORIES & SOLUTIONS
I SIGNED THAT? SCARY STORIES & SOLUTIONS Contract Clauses and Practices That Impact Your Insurance Costs and Bottom Line Geoffrey S. Gavett Gavett, Datt & Barish, P.C. Presented by Chesapeake Region Safety
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 informationDocument A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address)
Insurance and Bonds Document A141 TM 2014 Exhibit B for the following PROJECT: (Name and location or address) Native Village of Eyak Community Health Center Repair Project P.O. Box 1388 Cordova, AK 99574
More informationSUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018
SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018 The cornerstone of a successful contractual risk transfer program is a consistent approach to Subcontractor Insurance Compliance. Structuring the Subcontractor
More informationEXHIBIT G. Insurance Requirements. [with CCIP]
SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance
More informationClarification: The bid due date has been adjusted to 3/19 at 10:00 a.m. at Oliver House (1450 Commerce Drive, Decatur, GA 30030).
ADDENDUM PROJECT: ARCHITECT: OWNER: Oakview Walk Decatur, GA Arch Project #2015-086 DCA Project #2017-046 Martin Riley Associates - Architects, P.C. 215 Church Street, Suite 200 Decatur, Georgia 30030-3329
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 information2010 INSURANCE MANUAL
2010 INSURANCE MANUAL All required insurance shall be in a form, amount, content and written by companies acceptable to the Georgia Department of Community Affairs (DCA). For identification purposes, all
More informationSECOND AMENDMENT TO AIA A AGREEMENT BETWEEN OWNER AND CONTRACTOR. Multnomah County Health Headquarters Building County Contract No.
SECOND AMENDMENT TO AIA A102 2007 AGREEMENT BETWEEN OWNER AND CONTRACTOR Multnomah County Health Headquarters Building County Contract No. 4400001553 THIS SECOND AMENDMENT TO AIA A102 2007 AGREEMENT BETWEEN
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 informationREQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017
REQUEST FOR QUALIFICATIONS FOR Design/Build Construction Services Merriam Community Center ISSUE DATE: DUE DATE: November 20, 2017 Project Manager: Meredith Hauck, Assistant City Administrator Contact
More informationExhibit. Owner Controlled Insurance Program. Insurance Requirements
Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP
More informationCHARLES COUNTY GOVERNMENT ITB NO BUILDING DEMOLITION
CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services Purchasing Division Telephone: 301-645-0656 August 29, 2014 ITB NO. 15-04 BUILDING DEMOLITION ADDENDUM NUMBER ONE TO: All Bidders
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 informationROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect
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 informationITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).
ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred
More informationTown of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.
Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,
More informationINSURANCE REQUIREMENTS
Exhibit C INSURANCE REQUIREMENTS ATTACH A COPY OF YOUR EVIDENCE OF INSURANCE MEETING ALL REQUIREMENTS 1.0 Mandatory Insurance Requirements Prior to commencing work, and until all obligations under this
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 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 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 informationADDENDUM #1 RFQ # , Request for Qualifications for Architectural Services
ADDENDUM #1 RFQ #1718-01, Request for Qualifications for Architectural Services This Addendum forms a part of the Request for Qualifications (RFQ) and modifies the original RFQ. Consultant must acknowledge
More informationInsurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
GROUP 31503 BITUMINOUS CONCRETE HOT MIX ASPHALT VPP PAGE 1 of 7 Insurance Requirements The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.
More informationCASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with
More informationSECTION SUPPLEMENTARY CONDITIONS
SECTION 00800 SUPPLEMENTARY CONDITIONS PART 1 GENERAL 1.01 GENERAL CONDITIONS A. The Supplementary Conditions modify, delete and/or add to the General Conditions, AIA Document A201/Cma, Construction Management
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 informationReal Property Services Questions and Answers Posted to DASNY.org 2/21/19
1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please
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 informationSUBCONTRACTOR PREQUALIFICATION FORM
SUBCONTRACTOR PREQUALIFICATION FORM All subcontractors are required to complete this questionnaire. The contents of this questionnaire will be considered and used solely to determine your firm s qualification
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 informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91
More informationCharlotte-Mecklenburg Schools. Request for Qualifications
Charlotte-Mecklenburg Schools Request for Qualifications Move Management Services December 2, 2018 Table of Contents Section 1 - ADVERTISEMENT...3 Section 2 INTRODUCTION/OVERVIEW/GENERAL INFORMATION...4
More informationSubcontractor Prequalification Statement
Subcontractor Prequalification Statement NAME FAX WEBSITE IS THIS YOUR HEADQUARTERS? Yes No (if no, include below) FAX NUMBER OF YEARS YOU VE BEEN IN BUSINESS NUMBER OF YEARS UNDER YOUR CURRENT NAME DESIGNATED
More informationANNEX A Standard Special Conditions For The Salvation Army
ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES ALVORD UNIFIED SCHOOL DISTRICT Angie Lopez, Director of Facilities Planning 10365 Keller Avenue Riverside, CA 92505 VARIOUS PROJECTS
More informationPROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA
MOBILE AIRPORT AUTHORITY PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA REQUEST FOR PROPOSAL (RFP) Date: September 24,
More informationSubmittal Guidelines RFQ# Master Site Plan
Submittal Guidelines RFQ# 18-006 Master Site Plan Instructions: Please provide six (6) hard copies and one electronic version. Architectural/Professional Services Number each page consecutively, including
More informationSUBCONTRACTOR AGREEMENT
SUBCONTRACTOR AGREEMENT THIS AGREEMENT MADE THIS DAY OF IN THE YEAR OF 2016 (In words, indicate day, month and year) BETWEEN DeWitt & Associates, Inc. 1256 South Barnes Springfield, Missouri 65804 AND:
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 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 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 informationPurpose of Training. Disclaimer
Purpose of Training The Council of Contracting Agencies (CCA) Committee on Risk Management and Insurance recommends that public entities have a program of risk management and insurance so as to minimize
More informationREQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER
Community College of Allegheny County REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER A MANDATORY pre-proposal meeting will be held at 2:00
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 informationPHASE 1 STAFF FACILITIES LOCKER ROOM
CARMEL AREA WASTEWATER DISTRICT Carmel, California REQUEST FOR QUALIFICATIONS CONSTRUCTION/BUILDING SERVICES FOR: PHASE 1 STAFF FACILITIES LOCKER ROOM Issued on: October 14, 2014 QUALIFICATIONS DUE: November
More informationSTATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office
STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is
More informationSubmittal Guidelines RFQ# Daytona State Beer & Wine Institute
Submittal Guidelines RFQ# 16-016 Daytona State Beer & Wine Institute Instructions: Please provide six (6) hard copies and one electronic version. Number each page consecutively, including the letter 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 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 informationConstruction of the Leased Premises
Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved
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 informationREQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES
REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES I. INVITATION The City of Mission Viejo seeks the services of a qualified economic development consultant to assist the City
More informationExhibit E Additional Provisions
1. Evaluation of Contractor Performance of the Contractor under this Agreement will be evaluated. The evaluation shall be prepared on Contract/Contractor Evaluation Sheet (STD 4), and maintained in the
More informationRequest for Qualifications (RFQ)
St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida 34947 Voice (772) 429-3980 Fax (772) 429-3999 SUPERINTENDENT Genelle Zoratti Yost Request for Qualifications (RFQ)
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES. April 18, 2006
REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES April 18, 2006 Sealed Statement of Qualification documents must be received no later than Noon on Monday, May 1, 2006, at the
More informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS FOR LEGAL SERVICES 750 Commerce Drive, Suite 110 Decatur, Georgia 30030 TABLE OF CONTENTS PART I INTRODUCTION... PAGE 1.1 Definitions...3 1.2 Profile of the...3 PART II STATEMENT
More informationMobile and Stationary Security Patrol Services
Request for Proposals Mobile and Stationary Security Patrol Services The Redevelopment Agency of the City of San Jose Submittals Due: May 28, 2008 3:00 PM (pacific daylight time) San Jose Redevelopment
More informationSubcontractor Insurance Requirements
Subcontractor Insurance Requirements Project Name / #: Certificate Holder & Address: All Operations Back s Construction, Inc. 1602 Front Street, Suite 100 San Diego, CA 92101 Comprehensive General Liability
More informationCenter Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES
Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,
More informationCONSTRUCTION MANAGER AT RISK CONTRACT MASTER CONTRACT CONTRACT NO.
MARICOPA COUNTY SPECIAL HEALTHCARE DISTRICT dba MARICOPA INTEGRATED HEALTH SYSTEM Integrated Program Management Office 2601 East Roosevelt Street Phoenix, Arizona 85008-6092 CONSTRUCTION MANAGER AT RISK
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 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 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 informationWestwood Village Farmers Market Request for Proposals May 14, 2012
Westwood Village Farmers Market Request for Proposals May 14, 2012 RESPOND TO: Andrew Thomas Executive Director Westwood Village Improvement Association 10880 Wilshire Blvd Suite 117 Westwood, CA 90024
More informationContractor s Insurance Requirements
ATTACHMENT 5 Contractor s Insurance Requirements Upon tentative award, Bidder shall be required to procure at its sole cost and expense all required insurance. The Contractor shall procure at its sole
More informationHVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No
Project Manual For HVAC REPACEMENT Quitman County Schools Project No. 16030 Construction Documents 28 April 2016 One Jackson Place, Suite 250 188 East Capitol Street Jackson, Mississippi 39201 D B PN
More information