OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. One (1) Dump Box. Equipment to be installed on Quad-Axle Chassis FOR HIGHWAY DEPARTMENT

Similar documents
OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ODOR CONTROL SYSTEM FOR DEPARTMENT OF RECYCLING AND SOLID WASTE

CALUMET COUNTY HIGHWAY DEPARTMENT

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

MCGOUGH STANDARD INSURANCE REQUIREMENTS

OUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, :00 PM CT

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

SUBCONTRACT (SHORT FORM)

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

OCIP Contract Language

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

Snow Removal Services Request for Proposals December 1, April 30, 2019

AGREEMENT FOR TRANSPORTATION SERVICES

Services Agreement for Public Safety Helicopter Support 1

METROPOLITAN ENTERTAINMENT & CONVENTION AUTHORITY REQUEST FOR PROPOSAL Foodservice Equipment April 10, 2019

CCIP ADDENDUM. Blasting or any blasting operations;

Page of 5 PURCHASE AGREEMENT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

ALL PROOFS OF INSURANCE NAMING COUNTY AS ADDITIONAL INSURED MUST BE RECEIVED PRIOR TO COMMENCEMENT OF WORK

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

EXHIBIT G. Insurance Requirements. [with CCIP]

IRFQ #R15-04: FRIDAY NIGHT LIVE

Sample. Sub-Contractor Insurance & Indemnification Agreement

ARTICLE V Indemnification; Insurance

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

RFP GENERAL TERMS AND CONDITIONS

Scofield Ridge Homeowners Association

ADDENDUM A. Subcontractor Insurance Requirements

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

PROPOSAL LIQUID CALCIUM CHLORIDE

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Bernards (Project Name) CCIP Insurance Manual

PORT OF OAKLAND STANDARD CONTRACT PROVISIONS

West Ridge Park Ballfield Light Pole Structural Assessment

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

REQUEST FOR SEALED BID PROPOSAL

SUBCONTRACTOR AGREEMENT

Installer Application

REQUEST FOR QUOTATION

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

Subcontract Agreement

CITY OF ELK GROVE. Sale of Surplus Palm Trees. Located At The. Proposed Sports Complex Property

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

INVITATION TO BID (ITB)

EXHIBIT B. Insurance Requirements for Construction Contracts

ATTACHMENT AA Scope of Work General Services

BUILDING SERVICES AGREEMENT

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

MASTER SUBCONTRACTOR AGREEMENT

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

SECTION 2 - STANDARD TERMS & CONDITIONS

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

SUBCONTRACTOR PREQUALIFICATION FORM

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

PROPOSAL FOR 2018 HIGH-CUBE VAN BODY

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

SUBCONTRACT (Short Form)

Glenwood/Bell Street Well Pump and Piping Construction

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Or

W I T N E S S E T H:

Transcription:

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR One (1) Dump Box Equipment to be installed on Quad-Axle Chassis FOR HIGHWAY DEPARTMENT DUE BY: December 19, 2018 at 10:00 AM 1

1.0 Specifications Reference Attachment A for the specifications of Truck Equipment. Complete and return the proposal form(s). If the proposer has any deviation to our requested specifications it must be listed and included with your proposal. 2.0 Insurance and Indemnification The awarded supplier(s) shall abide by the indemnification and insurance requirements as set forth in Attachment B. Complete and return Attachment B with your proposal, also include your Certificate of Insurance with your proposal. 3.0 Contact Information Contact the following if clarification is needed - Shari Wojciehowski Senior Support Specialist 920-832-5673 shari.wojciehowski@outagamie.org 4.0 Clarification and/or Revisions to the Specifications and Requirements Proposer must examine the RFP documents carefully and before submitting a Proposal may request from the County's contact person(s) additional information or clarification. A Proposer s failure to request additional information or clarification shall preclude the Proposer from subsequently claiming any ambiguity, inconsistency, or error. The County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addendum prior to the Proposal due date. Proposers should rely only on the representations, statements or explanations that are contained in this RFP and the written addendum to this RFP. Where there appears to be a conflict between the RFP and any addendum issued, the last addendum issued will prevail. It is the Proposer's responsibility to assure receipt of all addenda. Outagamie County will post any updates online at http://www.outagamie.org/index.aspx?page=1594. Upon posting, such addenda shall become part of the RFP and binding on Proposer(s). 5.0 County Reservation Outagamie County reserves the right to accept or reject, any or all proposals, in whole or in part, as deemed in the best interest of the County. a. This proposal request does not commit Outagamie County to make an award or to pay any costs incurred in the preparation of a proposal in response to this request. b. The proposals will become part of Outagamie County's files without any obligation on Outagamie County's part. c. The proposer shall not offer any gratuities, favors, or anything of monetary value to any official or employee of Outagamie County for any purpose. d. The vendor shall report to Outagamie County any manufacturer product price reductions, model 2

changes, and product substitutions. Outagamie County. No substitutions are allowed without prior approval from e. Outagamie County has the sole discretion and reserves the right to cancel this proposal and to reject any and all proposals received prior to award, to waive any or all informalities and or irregularities, or to re-advertise with either an identical or revised specification. f. Outagamie County reserves the right to request clarifications for any proposal. g. Outagamie County reserves the right to select elements from different individual proposals and combine and consolidate them in any way deemed to be in the best interest of Outagamie County. 6.0 Closing Date Proposals will be received up to 10:00 a.m. CT on December 19, 2018. 7.0 Proposal Submittal Address Proposals could be delivered or sent to Outagamie County Highway Department Attn: Shari Wojciehowski 1313 Holland Rd Appleton, WI 54911 Mark on the outside of your proposal RFP Truck Equipment. 8.0 Taxes Outagamie County is exempt from Federal Excise Tax (39-6005724), Wisconsin Sales Tax (ES 41005), but if there is a tax, such as local or county, it must be shown in the proposal. 9.0 Method of Procurement The method for this procurement is competitive proposal, pursuant to Chapter 22 of the Outagamie County Code of Ordinances. 10.0 Venue This agreement will be governed and construed according to the laws of the State of Wisconsin. This agreement is performable in Outagamie County. 11.0 Status of Proposal Upon award, proposals will be considered public record and details will be posted online. Information on status could be obtained from Outagamie County s web site http://www.outagamie.org/index.aspx?page=1594. 3

Truck Equipment Attachment A Outagamie County Quad Axle Truck Equipment Minimum Specification Quantity of ONE NOTE: The equipment must be equal or exceed the following detailed specifications. Mounting to be on one (1) truck with usable CT of 164. It is up to the body company and truck dealer to determine the detailed chassis layout. Meets Specifications Description Yes No Deviations Dump Body: 18 6 long Sloping one piece sides 62 to 52 Side to floor radius shall be 18 100% welded throughout U.S. Manufactured Sides and Front: Dog house not to take up more than 12 in depth of body 3/16 AR450 steel; 190,000 psi tensile strength 150,000 psi yield strength Top rail to be dirt shedding to the inside and made of 3/16 100XF steel (no angle iron) Side rubrail made of 3/16 100XF steel internally rustproofed Rear corner post to be made of 3/16 100XF steel Two oblong light holes cut in corner posts as high as possible Rear bolster to be made of ¼ 100XF steel Tailgate: Tailgate to be 52 high Tailgate shall be sloped forward 12 and include an asphalt tail 3/16 AR450 steel; 190,000 psi tensile strength 150,000 psi yield strength Integral dirt shedding to the inside peaked top and all braces to be dirt shedding 3.5 tubular perimeter structure 1.5 thick stainless upper tailgate hinges with 1.25 greasable pins 1 thick flame cut lower latch fingers 3.5 closed/closed air trip tailgate release cylinder mounted at rear between 4

longsills 3/8 high tensile spreader chains D-ring mounted inside top of tailgate Floor and Understructure: ¼ AR450 steel; 190,000 psi tensile strength 150,000 psi yield strength Longsills 9 high made of ¼ A1011 steel and welded to floor 100% internally rustproofed Cabshield: Designed to extend a minimum of 22 forward of headsheet 78 wide; 7 ga A1011 steel 100% welded to front bulkhead Miscellaneous: Electric operated vibrator shall be installed to underside of body Ladder mounted on driver side rear Heavy-duty rubber mud flaps frame mounted in front lead pusher Heavy-duty body mounted behind drive tires Heavy-duty rubber mud flaps frame mounted in front of lead drive tires Aero 550 electric tarp system with under mount torsion style spring Tarp assembly shall be mounted in aluminum enclosure mounted on top of cab shield leaving the load space un-obstructed Two (2) tow hooks mounted front and rear One (1) D-ring mounted in each front corner of body Fork style shovel holder mounted per county specifications Body up light shall use mercury switch to activate light in cab Body limit shall use air cut off to control height of body A 97Db electric back up alarm Preparation and Paint: The entire body assembly shall be shot blasted to remove mill scale Entire body to be double primed and sanded in between coats for a smooth finish Top coat to be polyurethane omaha orange Underside of body to be Ziebart undercoated Hoist: NTEA class 120 rating 46 ton minimum capacity at 2000 psi Single acting trunnion mounted cylinder with a minimum of 6 bore Rear hinge assembly shall be greaseable with removable pins Two OSHA approved body safety props Hydraulics: Hot shift PTO Direct mount pump Dog house mounted oil reservoir 5

Remote mount valve with air actuated system Air feathering control inside cab Lighting and Electrical: All wiring is soldered, heat shrunk and in protective loom Junction box must be mounted to cross-member at rear easily accessible All FMVSS 108 lighting to be L.E.D LED stop/turn/tail (w/ integrated backup lights) between rear hinge LED stop/turn/tail (w/ integrated backup lights) recessed in rear corner posts Warning Lights: Whelen R1PHPA highlighter mounted high enough so that it is visible from the rear Run wiring to each front corner of cab shield and include support bracket for customer installed lights Federal LED self-contained strobes recessed in rear corner posts Chipper bar: Chipper bar matching counties current fleet Manuals: Parts manual specific to serial # of plow, wing and spreader (generic manuals not acceptable) Bill of materials which includes all part # s used in the build (including serial # s) shall be included All information provided on jump drive Training: Equipment installer to provide training on operation of all equipment upon delivery of completed unit Warranty: Two full years on parts and labor on all equipment Body and hoist to come with 5 year warranty Explain warranty deviations: Performance Bond The successful proposer will be required to deposit a certified check or a performance Bond equal to ten (10) 6

percent of the net proposal, Payable to Outagamie County Highway Department to guarantee delivery date and equipment as proposed as specified in proposal. Certified Check or Performance Bond is to be forfeited to Outagamie County Highway Department if delivery date or proposed specifications are not met, including failure to comply with said proposal conditions. One (1) Dump Box Make Model Price Delivery Date: No State or Federal taxes to be included in proposal prices. Respectfully Submitted, Name of Company Mailing Address City, State, Zip Code Name of Representative Phone No. 7

Truck Equipment Attachment B Section 1 - Indemnification and Hold Harmless Clause: (Contractor / Vendor Name) agrees at all times during the term of the agreement to indemnify, hold harmless and defend the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers against any and all liabilities, losses, damages costs or expenses (including, without limitation, actual attorney s and consultant s fees) which the County, its Boards, Committees, Officers, Employees and Representatives may sustain, incur or be required to pay by reason of or in any way related to bodily injury, personal injury or property damage of whatsoever nature or in connection with or in any way related to the performance of the work by (Contractor/Vendor Name), its employees, agents and anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable, provided, however, that the provisions of this section shall not apply to liabilities, losses, charges, costs or expenses caused solely by or resulting from the gross negligent acts or omissions of the County, its Agencies, Boards, Committees, Officers, Employees, Authorized Representatives or Volunteers. It is agreed that Contractor/Vendor will be responsible for primary loss investigation, defense and judgment costs where this indemnification is applicable. Contractor s/vendor s indemnity obligations shall not be limited by any worker s compensation statute, disability benefit or other employee benefit or similar law or by any other insurance maintained by or required of Contractor/Vendor. Section 2 - Compliance with Laws, Regulations, Permits, Etc. Clause: The (Contractor/Vendor Name) shall comply with all Federal, State and local codes, laws, regulations, standards, and ordinances, including, without limitation, those of the Occupational Safety and Health Administration (OSHA), the Wisconsin Department of Safety and Professional Services and all County rules and orders governing the performance of the work performed by the Contractor/Vendor, its employees, agents and subcontractors or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. In addition, any material, equipment or supplies provided to the County must comply with all safety requirements as set forth by the Wisconsin Administrative Code, Rules of the Industrial Commission on Safety and all applicable OSHA Standards. Effective May 1, 2007 employers performing work on qualified public works construction projects in Wisconsin for municipal government and state building projects will be required to have a written substance abuse testing program in place. The provisions of this requirement are contained in Wisconsin Statute 103.503. Section 3 - Subcontractors Clause: The (Contractor/Vendor Name) shall require each of their Subcontractors to take out and maintain, during the life of their subcontract the same insurance coverages as required under section 6, below, including without limitation naming the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers as additional insureds with respect to all commercial general liability insurance policies. Each Subcontractor shall furnish to the (Contractor/Vendor Name) two (2) copies of all certificates of insurance in a form acceptable to the County. The (Contractor/Vendor Name) shall furnish one copy of each of the certificates of insurance, and any other evidence of insurance requested by the County, to the County prior to the commencement of any work to be performed by Contractor/Vendor or its Subcontractors. The County reserves the right to immediately terminate the contract with no liability or obligation to Contractor/Vendor or its 8

Subcontractors, if the Subcontractor is not in compliance with these insurance requirements. Section 4 - Proof of Insurance: Policies shall be issued by a company or companies authorized to do business in the State of Wisconsin and licensed by the Wisconsin Insurance Department and having an AM Best rating of A- or better. Acceptance of Contractor s insurance by County shall not relieve or decrease the liability of the Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. Coverage afforded shall apply as primary and non-contributory, with the County, its Boards, Committees, Officers, Employees, Authorized Representatives and Volunteers named as additionally insureds (with respects to any and all insurance policies identified in Section 6, as allowed by law). All liability insurance policies (except professional liability policies) to be maintained hereunder by Contractor/Vendor shall be occurrence based and not claims made policies. The County shall be given thirty (30) days advance notice of cancellation or nonrenewal of any and all required insurance coverages during the term of this agreement. Prior to the execution of this agreement, the (Contractor/Vendor name) shall furnish the County with certificates of insurance (Acord Form 25-S or equivalent) signed by the insurer s representative and, upon request, certified copies of the required insurance policies and any other insurance related information, evidencing the insurance coverage requirements referenced below. Certificates of insurance shall be sent to the following address: Outagamie County, Attention: Risk Administrator, 410 South Walnut Street, Appleton, WI 54911. The County reserves the right to immediately terminate the contract with no liability or obligation to Contractor/Vendor or any of its Subcontractors, if the (Contractor/Vendor Name) is not in compliance with these insurance requirements. Section 5 Applicable Law: Any lawsuits related to or arising out of disputes under this agreement shall be commenced and tried in the Circuit Court of Outagamie County, Wisconsin and the County and (Contractor/Vendor Name) shall submit exclusively and specifically to the jurisdiction of the Outagamie County Circuit Court for such lawsuits. This agreement will be governed and construed according to the laws of the State of Wisconsin. Section 6 Insurance Coverage Requirements: The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract. Outagamie County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor/Vendor from liabilities that might arise out of the performance of work under this contract by the Contractor, it agents, representatives, employees or subcontractors, and Contractor is free to purchase additional insurance. (Contractor/Vendor Name) agrees that in order to protect itself and the County, its Boards, Committees, Employees, Authorized Representatives and Volunteers under the indemnity provisions of Section 1, it will at all times during the term of the agreement provide and maintain at its own expense, the following minimum limits of insurance covering its operations: Minimum Insurance Coverages and Limits 1) Worker s Compensation & Employer s Liability a) Applicable State Statutory Limits as Required by the State of Wisconsin b) Applicable Federal (e.g. U.S. Longshoremen s and Harbor Worker s Act, Admiralty (Jones) Act, and Federal Employer s Liability Act) Statutory Limit c) Employer s Liability - $100,000 each occurrence / $100,000 each person (disease) / $500,000 total limit (disease) Except as may be otherwise set forth herein, the County shall not be liable to 9

(Contractor/Vendor Name), its employees, or subcontractors, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable, for any injuries to any of them arising out of or in any way related to the performance of the work under this agreement. (Contractor/Vendor Name) agrees that the indemnification and hold harmless provisions within this agreement extend to any claims brought by or on behalf of any such employees, subcontractors or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. 2) Automobile Liability Owned, Non-Owned, Hired a) Bodily Injury and Property Damage Combined - $1,000,000 for bodily injury and property damage per occurrence limit covering all vehicles to be used in connection with the performance of Contractor s/vendor s obligations under this Agreement. b) Coverage for commercial automobile liability insurance shall be at least as broad as Insurance Services Office (ISO) Business Auto Coverage (Form CA 0001), covering Symbol 1 (any vehicle). If Contractor/Vendor/Subcontractor or Contractor s/ Vendor s/subcontractor s employees use personal vehicles to perform any services or work to be performed by Contractor/Vendor or Subcontractor under this Agreement, the Contractor/Vendor/Subcontractor must provide, to the County, a copy of the Certificate of Insurance (and any other documentation requested by the County) for Personal Automobile Liability coverage for each employee of Contractor/Vendor/Subcontractor who will be using their personal vehicle to perform such services or work as evidence of satisfactory compliance. 3) Comprehensive General Liability (Including Broad Liability Endorsement) a) Bodily Injury and Property Damage Combined - $1,000,000, Each Occurrence b) Personal Injury - $1,000,000 c) Coverage for commercial general liability insurance shall be at least as broad as Insurance Services Office (ISO) Commercial General Liability Coverage (Occurrence Form CG 0001) 4) Umbrella or Excess Liability a) $1,000,000 following form excess of the primary General Liability, Automobile Liability and Employers Liability Coverages. Other Insurance Coverage s & Minimum Limits (use as necessary) 1) Professional Liability (This coverage is needed when any intangible item is involved such as, but not limited to, the use of architects, engineers, testing services and consultants.) a) Coverage Limit - $1,000,000 per claim or event The (Contractor /Vendor Name) shall maintain insurance covering negligent acts, errors and omissions, arising out of performance of, or the failure to perform, any professional services required under this Agreement. Additionally, the (Contractor/Vendor Name) shall require its consultants and their sub-consultants, if any, to maintain professional liability insurance. If the policy coverage is a claims made policy and not occurrence based, then all such insurance coverages shall be maintained for a minimum of ten (10) years following completion or earlier termination of the Project. 2) Completed Operations (This coverage is needed for any construction or installation project.) a) $1,000,000 / Each Accident 10

Coverage shall be maintained for a period of two (2) years after the final payment to Contractor/Vendor. 3) X,C,U: a) $1,000,000 / Each Accident 4) Product Liability a) $1,000,000 / Each Accident Coverage shall be maintained for a period of two (2) years after the final payment to Contractor/Vendor. 5) Malpractice / Professional Liability a) In an amount not less than $1,000,000 per occurrence and $3,000,000 in the aggregate For claims made, the retroactive date of coverage for all policies in force during this agreement shall be not later than the inception date of the agreement. Coverage shall be extended beyond this agreement and policy year either by a supplemental extended reporting period for at least two (2) years after the termination of this agreement or by providing a retroactive date no later than the inception date of this agreement for any policy issued within two (2) years after the termination of this agreement. 6) Pollution Liability a) In an amount not less than $1,000,000 per occurrence and $2,000,000 in the aggregate (with 1 year extended reporting period) 7) Aircraft Liability a) Piston - $5,000,000 per occurrence b) Jet - $25,000,000 per occurrence 11