CITY OF TACOMA Water Supply

Similar documents
Required Insurance Language for PRF Construction Contracts

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS

EXHIBIT B. Insurance Requirements for Construction Contracts

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

Rail Owner Controlled Insurance Program Manual

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

City of La Center. Small Works REQUEST FOR BID Landscape Maintenance Services

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

OREGON STATE UNIVERSITY

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CCIP ADDENDUM. Blasting or any blasting operations;

REQUEST FOR QUOTATION

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

SUPPLEMENTARY CONDITIONS

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

CITY OF ROMULUS CHAPTER 39: PURCHASING

ADDENDUM A. Subcontractor Insurance Requirements

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

2010 INSURANCE MANUAL


MCGOUGH STANDARD INSURANCE REQUIREMENTS

AIA Document A101 TM 2017 Exhibit A

OCIP Contract Language

INSURANCE REQUIREMENTS

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

ADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

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

Subcontractor Qualification Statement

AIA Document A101 TM 2007

July 20, 2018 at 2:00 p.m

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

MAJOR SERVICES PROCUREMENT EXHIBIT. This document modifies the Terms and Conditions for Services and Related Materials as follows:

Document A Exhibit A Insurance and Bonds

Insurance Requirements

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

AIA Document A101 TM 2017 Exhibit A

AVIATION OWNER CONTROLLED INSURANCE PROGRAM MANUAL

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

Subcontract Agreement

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Subcontractor Insurance Requirements Certificate Holder VCI Construction, LLC 1921 W. Eleventh Street, Upland CA 91786

Bernards (Project Name) CCIP Insurance Manual

Purpose of Training. Disclaimer

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

REQUEST FOR QUOTATION

IRFQ #R15-04: FRIDAY NIGHT LIVE

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

PORT OF OAKLAND STANDARD CONTRACT PROVISIONS

CITY OF RICHMOND SHORT FORM $25 per class.

Clarification: The bid due date has been adjusted to 3/19 at 10:00 a.m. at Oliver House (1450 Commerce Drive, Decatur, GA 30030).

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

BUILDING SERVICES AGREEMENT

Contractor s Insurance Requirements

EXHIBIT G. Insurance Requirements. [with CCIP]

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

SAMPLE. Insurance Exhibit. Design-Builder s Insurance Requirements

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address)

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

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

VENDOR PREQUALIFICATION FORM

Exhibit D Insurance Exhibits. Document No. E-INSWD Second Edition, 2010 Design-Build Institute of America Washington, DC

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

MINIMUM INSURANCE REQUIREMENTS FOR CLOSING OF VHDA CONSTRUCTION FINANCING

REQUEST FOR QUALIFICATIONS

Sample. Sub-Contractor Insurance & Indemnification Agreement

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

REQUEST FOR PROPOSALS

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material

IFB Septic Tank Cleaning Page 1

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

Dedicated to Excellence... People Serving People

SAMPLE SUBCONTRACTOR AGREEMENT

PROPOSAL LIQUID CALCIUM CHLORIDE

REQUEST FOR QUOTATION

SAMPLE. Insurance Exhibit. Design-Build Subcontractor s Insurance Requirements

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

Summary Description of Rail OCIP Coverage

INVITATION TO BID LANDSCAPE SERVICES

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

Dedicated to Excellence... People Serving People

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

Transcription:

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, revise, add to or delete from, the original specification documents for the above project. This addendum, as integrated with the original specification documents, shall form the specification documents. The noted revisions shall take precedence over previously issued specification documents and shall become part of this contract. REVISIONS TO THE SUBMITTAL DEADLINE: The submittal deadline remains the same. REVISIONS TO THE GENERAL INFORMATION AND REQUIREMENTS: Insurance document is being added to the bid by this addendum. The Request for Quotation page has been updated in which to initial receipt of the addendum. NOTE: Acknowledge receipt of this addendum by initialing the corresponding space as indicated on the Request For Quotation. Vendors who have already submitted their bid/proposal may contact the Purchasing Division at 253-502-8468 and request return of their bid/proposal for acknowledgment and re-submittal. Or, a letter acknowledging receipt of this addendum may be submitted in an envelope marked Specification No. Addendum No. 1. The City reserves the right to reject any and all bids, including, in certain circumstances, for failure to appropriately acknowledge this addendum. cc: Water Supply Form No. SPEC-220A Revised: 07/30/2015

Return Bids By 11:00 AM, 07/06/2018 to: sendbid@cityoftacoma.org Debbie Seibert ABN 4th Floor NE 3628 South 35th Street Tacoma WA 98409 Ph. 253 502 8587 Fax.253-502-8372 Material will ship to: Not Applicable CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Page 1 of 3 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000046456 RFQ Information Collective Bid # Bid Issue Date 06/04/2018 Vendor Number 109226 WEB VENDOR FOR RFQ Vendor Information (vendor to complete) Firm Name: Address: City/State/Zip / / Phone/Fax / E-Mail Contact Name Payment Terms %, days (e.g. 2% 10,N30) Tacoma Bus. Lic. # Taxpayer ID # SIGNATURE OF PERSON AUTHORIZED TO SIGN THIS BID x DATE: / / NAME : TITLE : Item # Material# Delivery QTY UM Net Price Total Description Date 2018 CATHODIC PROTECTION INSTALLATIONS Prevailing wage rates are applicable to this project Please acknowledge receipt of Addendum No 1 by entering initials and return this Request For Quotation page as part of your bid submittal package. ADDENDUM NO. 1 This Request for Quotation page must be singed to be a valid bid. 10 1 AU Item 1-Protection

CITY OF TACOMA THIS IS NOT AN ORDER All prices quoted shall be F.O.B. Destination, Freight Prepaid and Allowed Page 2 of 3 All responses & inquiries must be plainly marked with this REQUEST FOR QUOTATION 6000046456 Item # Material# Delivery QTY UM Net Price Total Description Date 20 Item 2-Test 1 AU 30 1 AU Item 3-close-interval potential 40 1 AU Force Account Net Value $ Plus Tax at % $ Total Amount $

Revised 4/20/2018 Page 1 of 5 The Contractor (Contractor) shall obtain and maintain the minimum insurance set forth below. By requiring such minimum insurance, the City of Tacoma (City) shall not be deemed or construed to have assessed the risk that may be applicable to Contractor under this Contract. Contractor shall assess its own risks and, if it deems appropriate and /or prudent, maintain greater limits and/or broader coverage. 1. GENERAL REQUIREMENTS The following General Requirements apply to Contractor and to Subcontractor(s) of every tier performing services or activities pursuant to the terms of this Contract. Contractor acknowledges and agrees to the following insurance requirements applicable to Contractor and Contractor s Subcontractor(s): 1.1. City reserves the right to approve or reject the insurance provided based upon the insurer, terms and coverage, the Certificate of Insurance, and/or endorsements. 1.2. The insurance must be written by companies licensed in the State of Washington pursuant to RCW 48 with an (A-) VII or higher in the A.M. Best's Key Rating Guide www.ambest.com. 1.3. Contractor shall keep this insurance in force during the entire term of the Contract and for thirty (30) calendar days after completion of all work required by the Contract, unless otherwise provided herein. 1.4. Policies of Insurance, such as Commercial General Liability or Commercial Auto Liability or Marine General Liability or Aircraft General liability or Excess Liability, required under this Contract that name City as Additional Insured shall: 1.4.1. Be considered primary and non-contributory for all claims. 1.4.2. Contain a "Severability of Insureds, Separation of Interest, or Cross Liability provision and a Waiver of Subrogation clause in favor of City. 1.5. A Waiver of Subrogation in favor of City for General Liability and Automobile Liability. 1.6. Insurance limits shown below may be written with an excess policy that follows the form of an underlying primary liability policy or an excess policy providing the required limit. 1.7. Insurance policy(ies) shall be written on an occurrence form, except for Professional Liability/Errors and Omissions, Pollution Liability, and Cyber/Privacy and Security. 1.8. If coverage is approved and purchased on a Claims-Made basis, Contractor warrants continuation of coverage, either through policy renewals or by the purchase of an extended reporting period endorsement as set forth below. 1.9. Contractor shall provide City notice of any cancellation or non-renewal of this required insurance within 30 calendar days. 1.10. Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by City. 1.11. Contractor shall not allow any insurance to be cancelled or lapse during any term of this Contract, otherwise it shall constitute a material breach of the Contract, upon which City may, after giving five (5) business day notice to Contractor to correct the breach, immediately

Revised 4/20/2018 Page 2 of 5 terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith; with any sums so expended to be repaid to City by Contractor upon demand, or at the sole discretion of City, offset against funds due Contractor from City. 1.12. Contractor shall be responsible for all premiums, deductibles and self-insured retentions. All deductibles and self-insured retained limits shall be shown on the Certificates of Insurance. Any deductible or self-insured retained limits in excess of Ten Thousand Dollars ($10,000) must be approved by City Risk Management Division. 1.13. Insurance coverages specified in this Contract are not intended and will not be interpreted to limit the responsibility or liability of Contractor or Subcontractor(s). 1.14. City reserves the right to review insurance requirements during any term of the Contract and to require that Contractor make reasonable adjustments when the scope of services has been expanded. 1.15. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made by City to Contractor. 1.16. City, including its officers, elected officials, employees, agents, and authorized volunteers, and any other entities, as required by the Contract, shall be named as additional insured(s) by endorsement for all liability insurance policies set forth below. No specific person or department should be identified as the additional insured. 1.17. Contractor shall deliver a Certificate of Insurance for each policy of insurance meeting the requirements set forth herein when Contractor delivers the signed Contract for the work to City. Contractor shall deliver copies of any applicable Additional Insured, Waiver of Subrogation, and primary and non-contributory endorsements. Contract or Permit number and the City Department must be shown on the Certificate of Insurance. 1.18. Failure by City to identify a deficiency in the insurance documentation provided by Contractor or failure of City to demand verification of coverage or compliance by Contractor with these insurance requirements shall not be construed as a waiver of Contractor s obligation to maintain such insurance. 2. SUBCONTRACTORS It is Contractor's responsibility to ensure that each subcontractor obtain and maintain adequate liability insurance coverage. Contractor shall provide evidence of such insurance upon City s request. 3. REQUIRED INSURANCE AND LIMITS The insurance policies shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve Contractor from liability in excess of such limits. 3.1. Commercial General Liability (CGL) Insurance The CGL insurance policy must provide limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) annual aggregate. The CGL policy shall be written on an Insurance Services Office (ISO) form CG 00 01 (04-13) or its equivalent. Products and Completed Operations shall be maintained for a period of one year following final acceptance of the work. The CGL policy shall be endorsed to include:

Revised 4/20/2018 Page 3 of 5 3.1.1 A per project aggregate policy limit. 3.1.2 Contractual Liability-Railroad using ISO form CG 24 17 (10-01) or equivalent if Contractor is performing work within fifty (50) feet of a City railroad right of way. 3.1.3 City as additional insured using ISO form endorsements CG 20 10 (04-13) and CG 20 37 (04-13) or equivalent for ongoing and completed operations, or using ISO form endorsement CG 20 26 (04-13) or equivalent for Facility Use Agreements. Neither additional insured provisions within an insurance policy form, nor blanket additional insured endorsements will be accepted in lieu of the endorsements specified herein. 3.2 Commercial Automobile Liability (CAL) Insurance Contractor shall obtain and keep in force during the term of the Contract, a policy of CAL insurance coverage, providing bodily injury and property damage coverage for owned (if any), non-owned, hired, or leased vehicles. Contractor must also maintain an MCS 90 endorsement or equivalent and a CA 9948 endorsement or equivalent if Pollutants are to be transported. CAL policies must provide limits not less than One Million Dollars ($1,000,000) each accident for bodily injury and property damage. Must use ISO form CA 0001 or equivalent. 3.3 Workers' Compensation Contractor shall comply with Workers Compensation coverage as required by the Industrial Insurance laws of the State of Washington, as well as any other similar coverage required for this work by applicable federal laws of other states. 3.4 Employers Liability (EL) (Stop-Gap) Insurance Contractor shall maintain EL coverage with limits not less than One Million Dollars ($1,000,000) each employee, One Million Dollars ($1,000,000) each accident, and One Million Dollars ($1,000,000) policy limit. 3.5 Professional Liability Insurance (PLI) or Errors and Omissions (E&O) Contractor and/or its subcontractor shall maintain PLI or E&O covering acts, errors and omissions arising out of the professional services under this contract. Such policy must provide minimum limits of One Million Dollars ($1,000,000) per claim and Two Million Dollars ($2,000,000) aggregate. If the policy limit includes the payment of claims or defense costs, from the policy limit, the per claim limit shall be Two Million Dollars ($2,000,000). If the scope of such design-related professional services includes work related to pollution conditions, the PLI policy shall include Pollution Liability coverage. If provided on a claims-made basis, such coverage shall be maintained by policy renewals or an extended reporting period endorsement for not less than three years following the end of the Contract. 3.6 Pollution Liability (PL) Insurance Contractor shall procure and maintain a PL or Environmental Liability policy providing coverage, including investigation and defense costs, for bodily injury and property damage, including loss of use of damaged property or of property that has been physically damaged or destroyed. Such coverage shall provide both on-site and off-site cleanup costs and cover gradual and sudden pollution, and include in its scope of coverage City damage claims for loss arising out of Contractor s work with limits not less than One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) aggregate. This policy shall include Environmental Resource Damage coverage.

Revised 4/20/2018 Page 4 of 5 Such insurance may be provided on an occurrence or claims-made basis. If such coverage is provided on a claims-made basis, the following additional conditions must be met: 3.6.1 The policy shall include coverage for Hazardous Substance Removal. 3.6.2 The policy must contain no retroactive date, or the retroactive date must precede the commencement date of this Contract. 3.6.3 The extended reporting period (tail) must be purchased to cover a minimum of six (6) years beyond completion of work. 3.7 Commercial Property (CP) Insurance Contractor shall provide CP for loss or damage to any and all equipment owned by City while in the care, custody, or control of Contractor, Subcontractors, or their agents. The coverage shall be provided on an ISO special form Causes of Loss form or equivalent and shall provide full replacement cost coverage. The deductible shall not exceed Two Thousand Five Hundred Dollars ($2,500). Contractor shall be responsible for paying the deductible for the applicable coverage. 3.8 Builder's Risk (BR) Insurance Contractor shall maintain during the term of the Contract and until final acceptance of the work by City, a policy of BR insurance providing coverage for all-risk of physical injury to all structures to be constructed according to the Contract. City shall be included as a named insured (not named as additional insured) on the policy. BR insurance shall: 3.8.1 Be on an ISO special form Causes of Loss form or equivalent and shall insure against the perils flood, earthquake, theft, vandalism, malicious mischief, and collapse. 3.8.2 Include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. 3.8.3 Be written in the amount of the completed value of the structures, with no coinsurance provisions exposure on the part of Contractor or City. 3.8.4 Have a deductible of no more than Five Thousand Dollars ($5,000) for each occurrence, the payment of which will be the responsibility of Contractor. Any increased deductibles accepted by City will remain the responsibility of Contractor. 3.8.5 The policy shall contain a Waiver of Subrogation provision whereby each insured waives their subrogation rights to the extent the loss is covered by this insurance. 3.8.6 The policy shall grant permission to occupy, allowing the building or structure to be partially occupied prior to completion, without detrimental effect to the coverage provided. 3.8.7 The policy shall include coverage for the testing and startup of the building s operating systems. 3.8.8 The policy shall include coverage for City s loss of use or business interruption arising out of a covered loss which delays completion. 3.8.9 The policy shall include resultant damage coverage for loss due to faulty workmanship and defective material. Contractor and City waive all rights against each other, their respective subcontractors, agents, and representatives for damages caused by fire or other perils to the extent covered by BR insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 3.9 Other Insurance

Revised 4/20/2018 Page 5 of 5 Other insurance may be deemed appropriate to cover risks and exposures related to the scope of work or changes to the scope of work required by City. The costs of such necessary and appropriate insurance coverage shall be borne by Contractor. 4. CONTRACTOR As used herein, "Contractor" shall be the Supplier(s) entering a Contract with City, whether designated as a Supplier, Contractor, Vendor, Proposer, Bidder, Respondent, Seller, Merchant, Service Provider, or otherwise.