Loading...
HomeMy WebLinkAbout03/21/1995, C-6 - REQUEST FOR PROPOSAL - CONSTRUCTION MANAGEMENT/DIVISION OF STATE ARCHITECT (DSA) CERTIFIED RESIDENT INSPECTION SERVICES city of san LUIS OBISp0 Meeting I March 21, 1995 Njj% COUNCIL AGENDA REPORT 74'C-(' FROM: Bob Neumann, Fire Chief'•-'% Prepared by: Viv R. Dilts SUBJECT: Request for Proposal - Construction Management/Division of State Architect (DSA) Certified Resident Inspection Services CAO RECOMMENDATIONS By motion: 1) Authorize the CAO to release a Request for Proposal to provide Construction Management/DSA Certified Resident Inspection Services during the construction phase of the new Headquarters Fire Station. 2) Authorize the CAO to award and execute an agreement with successful proposer, if the proposal is $110,000 or less. DISCUSSION On September 1, 1992, the City Council authorized the CAO to approve and execute a contract with VANIR Construction Management, Inc., for architectural negotiations and programming phase services for a new Headquarters Fire Station. Council agreed, at that time, not to authorize the use of VANIR Construction for construction management services. Council requested that the further use of VANIR be presented to Council in conjunction with the final construction contract. VANIR has stated that it does not wish to continue its construction management responsibilities into the construction phase of this project. Essential services buildings are unique and require greater expertise, skills and knowledge than that of a regular construction project. They are defined in the State Building Code as "buildings designed and constructed to resist gravity forces, to minimize fire hazards and to resist, insofar as practical, the forces generated by winds and major earthquakes of the intensity and severity of the strongest anticipated at the building site without catastrophic collapse ... capable of providing essential services to the public after a disaster." The State requires that no work on an essential services facility be carried out except under the inspection of a project inspector. It is very specific as to what it deems the qualifications of a project inspector should be: at least three years of equivalent experience in construction work of a similar type, thorough knowledge of building materials and the ability to read and interpret plans and specifications. Early on, the Fire Department, City Engineering Department, and Building Department decided that City staff lacked the expertise and time to coordinate the construction and inspection of this essential services building. It was determined that hiring a construction management firm to run the project would save both money and staff time. The staff has designed a contract that will require the project inspector to interact with the normally assigned City Building Inspector thus minimizing duplication of inspections. City Of San LUIS OBISPO Mi;% COUNCIL AGENDA REPORT In addition to being the project inspector for State code compliance, this firm would oversee construction. Responsibilities would include: ■ Coordinate Fire Department, Planning Department, Architect/Engineer, Review/Approval Authorities and Secondary Facility Users in activities concerning the control of time, cost and quality for the planning, design and construction of the project. ■ Lad in matters regarding the project schedule, budget, procedures and administration of the construction contracts for the City. ■ Make recommendations concerning project planning, design, contract document preparation and construction administration. CONCURRENCES VANIR Construction Management, Inc., has reviewed this Request for Proposal and concurs that it is a necessary component of the project. The City's Chief Building Official has reviewed this suggested approach and also concurs. FISCAL PUPACT The project currently has $110,000 allocated for inspection services. ATTACB31ENT Request for Proposal NOTICE REQUESTING PROPOSALS FOR CONSTRUCTION MANAGEMENT/DSA CERTIFIED RESIDENT INSPECTION SERVICES NOTICE IS HEREBY GIVEN THAT the Public Works Director of the City of San Luis Obispo, State of California, will receive sealed proposals for Construction Management/DSA Certified Resident Inspection Services pursuant to Specification No. 95-19D at the Public Works Department, 955 Morro Street, which will lie received by April 5, 1995 at 3:00 p.m. at 955 Morro Street. Proposals received after said time will not be considered. To guard against premature opening, each proposal shall be submitted in a sealed envelope plainly marked with the proposal title, specification number, proposer name, and proposal time and due date. Proposals shall be submitted using the forms provided in the specification package. Specification packages and additional information may be obtained by contacting Viv Dilts at (805) 781-7380. Mike McCluskey, Director G:\COMMON\ADMIMWP\vrd45.doc Specification No. [95-19D] TABLE OF CONTENTS A. Description of Work 1 Construction Phase Project Close Out B. General Terms and Conditions 4 Proposal Requirements Contract Award and Execution Contract Performance C. Special Terms and Conditions 7 Contract Term Proposal Content Proposal Evaluation and Selection Proposal Review and Award Schedule Start and Completion of Work Accuracy of Specifications D. Agreement 9 E. Insurance Requirements 11 F. Proposal Submittal Forms 13 Proposal Submittal Summary References G:\COMMON\ADMIN\WP\vrd45.doc DESCRIPTION OF WORK Essential services buildings are unique and require greater expertise, skills and knowledge than that of a regular construction project. It is defined in the State Building Code as "buildings designed and constructed to resist gravity forces, to minimize fire hazards and to resist, insofar as practical, the forces generated by winds and major earthquakes of the intensity and severity of the strongest anticipated at the building site with catastrophic collapse... capable of providing essential services to the public after a disaster." The State requires that no work be carried out except under the inspection of a project inspector. It is very specific as to what it deems the qualifications of a project inspector should be: at least three years of equivalent experience in construction work of a similar type, thorough knowledge of building materials, and be able to read and interpret plans and specifications. The City is requesting proposals for full-time (168 hours/month) Construction Management/DSA Certified Resident Inspection services. Clerical services, based on 168 hours/mo, will be as follows: project start-up (three months) - 84 hours/month, construction phase (eight months) - 32 hours/month, and project close-out (last month) - 84 hours/month. In addition to the above, the description of the work is as follows: PRE-CONSTRUCTION PHASE 1. Provide constructability review of the plans and specifications including construction management requirements in the General Conditions, maintainability and detail issues. 2. Coordinate the bid process including bidders questions via the "Request for Interpretation" system provided for in the construction specifications. 3. Coordinate and conduct pre-bid walk-through and bid opening. 4. Assist the Fire Department in review of the bids presented. Issue Notice of Award and Notice to Proceed. Review General Contractor's submittal of contract, bonds and insurance for completeness. 5. Coordinate and conduct pre-construction conference. CONSTRUCTION PHASE 1. The Construction Manager (CM) is to provide administrative, management and related services as required to coordinate the work of the contractors with the activities and responsibilities of the Construction Manager, the Fire Department and the Architect to complete the project in accordance with the Fire Department's objectives for cost, time and quality. The Construction Manager is to administer all general conditions and construction support activities on behalf of the Fire Department. 2. Conduct construction and progress meetings as required to discuss such matters as procedures, progress problems and scheduling. 3. Establishment of quality control standards based on industry practices. G:IC0MM0N\ADMIMWP1vrd45.doc 1 C-�S 4. Review General Contractor's construction schedule on a monthly basis and advise the Fire Department as to any change that may cause delays or problems with the completion of the project and recommend corrective action. 5. Recommend courses of action to the Fire Department when the requirements of the contract are not being fulfilled and the non-performing party will not take satisfactory corrective action. Implement Fire Department direction. 6. Recommend changes made necessary or desirable as a result of situations incurred during the actual construction. Review said requests for changes and submit recommendations to the Fire Department. If accepted, prepare a Change Order for the Fire Department's records and authorization. 7. Review payment applications by the Contractor for progress and final payments. Make recommendations for certification to the Fire Department for payment. Prepare Fire Department's accounting documents for processing. S. Determine in general, that the work of each Contractor is being performed in accordance with the requirements of the contract documents. As required, make recommendations to the Fire Department and Building Official regarding special inspections or testing and of work not in accordance with the provisions of the contract documents. Subject to the review of the Fire Department and/or Building Official, reject work which does not conform to the requirements of the contract documents. 9. Maintain liaison and coordinate the activities of the Fire Department, Architect, Consultants and cooperate with other regulatory agencies and governing bodies. 10. Provide resident inspection services to insure compliance with code, plans, specifications and quality control required of an.essential services facility. Provide daily logs containing records of weather, contractor's work on site, number of workers, work accomplished, problems encountered and other similar relevant data as the Building Official or Fire Department may require. Coordinate the services of special inspectors as required. 11. Provide semi-monthly and verified reports as required by the Essential Services Act. On a monthly basis the Executive Summary will be substituted for a semi-monthly as it includes a larger body of information such as budget, potential Cost Request Bulletins and progress photos. Submit DSA form, Inspector's Qualifications, to the architect and the City for approval as the inspector of record. 12. Create, maintain and make available to the contractors, a Request for Information form, whenever any corrective change is necessary infield construction that will result in a variance from the specifications and plans as originally issued. 13. Consult with the Architect, Fire Department and/or Building Official over any contractor requested interpretations of the meaning of the plans and specifications, and assist in the resolution of questions which may arise. 14. Receive and log all shop drawings, product data, samples and other contractor submittals prior to transmission to the Architect. Coordinate with the Architect procedures for expediting the processing and approval of shop drawings, product data, samples and other submittals. GAC0MM0N\ADb1MWP\vrd45.dcc 2 15. Maintain at the project site, current record'copies of all agreements, drawings, specifications, addenda, field orders, bulletins, contractor payment requests, change orders, modifications and other relevant contract documents in good order and marked to record all changes made during construction to: shop drawings, product data, samples, submittals, purchases, maintenance and operating manuals and instructions, other related documents and revisions which arise out of the work in the contract. 16. When the contractor's work or a designated portion thereof is substantially complete, prepare for the Fire Department, a list of incomplete or unsatisfactory items via a "punch list". PROTECT CLOSE OUT 1. Following the issuance of the Certificate of Substantial Completion of the project or designated portions thereof, evaluate the completion of the work of the contractor and make recommendations to the Fire Department when work is ready for final inspections. Coordinate and conduct final inspections with the Fire Department, the Architect, and the Building Official. 2. Secure and transmit to the Fire Department and Architect required guarantees, affidavits, releases, bonds and waivers. Coordinate delivery of all keys, manuals, record drawings, and maintenance stocks to the Fire Department. G:\C0MM0N\ADNCMWP\vrd45.doc 3 C-6-7 GENERAL TERMS AND CONDITIONS PROPOSAL REQUHkEMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the RFP specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope which shall be sealed and addressed to the Public Works Department, City of San Luis Obispo, 955 Morro Street, San Luis Obispo, CA 93401. In order to guard against premature opening, the proposal should be clearly labeled with the RFP title, and name of proposer and date and time proposals are due. No FAX submittals will be accepted. 3. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the City Clerk for its withdrawal, in which event the proposal will be returned to the proposer unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Requesting Proposals" will be considered. 4. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity which has submitted a sub-proposal to a proposer submitting a proposal, or who has quoted prices on materials to such proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other proposers submitting proposals. 5. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 6. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive nonsubstantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. 7. Competency and Responsibility of Proposer. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of proposers. Proposers will provide, in a timely manner, any and all information which the City deems necessary to make such a decision. 8. Contract Requirement. The proposer to whom award is made shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. G:IC0MM0NIADMIN\WP\vrd45.doc 4 c-�-g 9. Insurance Requirements. The Contractdf+'shall provide proof of insurance in the form, coverages, and amounts specified in Section E of these specifications within ten (10) calendar days after notice of contiact award as a precondition to contract execution. 10. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. CONTRACT PERFORMANCE 11. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 12. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 13. Payment of Taxes. The contract prices shall include full compensation for all taxes which the Contractor is required to pay. 14. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 15. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 16. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 17. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 18. Payment Terms. The City's payment terms are thirty (30) days from the receipt of an original invoice and acceptance by the City of the services provided by the Contractor (Net 30). 19. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 20. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. G:\C0MM0NIADMIN\WP\vrd45.doc 5 �-6-9 21. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 22. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 23. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 24. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform; which notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. G:\COMMON\ADMRAWP\vrd45.doc SPECIAL TERMS AND CONDITIONS 1. Contract Term. The services identified in this RFP package will be used by the City beginning 5/95 and concluding 5/96 (12 mos.). The actual construction portion will be for ten (10) months. 2. Contract Extension. The term of the contract may be extended by mutual consent for an additional sixty (60) days. 3. Supplemental Services. Supplemental services may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental services, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same service. If the proposer is willing to offer the City a standard discount on all supplemental services from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 4. Contractor Invoices. The Contractor shall deliver a monthly invoice to the City. 5. Proposal Content. Your proposal must include the following information: Submittal Forms References from a least three firms for whom you have provided similar services. General Information Description of your approach to completing the work Experience of your firm in performing similar services Resumes of the individuals that would be assigned to this project Hourly billing rates for staff to be assigned to this project Services or data to be provided by the City Proposed compensation Any other information that would assist us in making this contract award decision Proposal Length and Copies 3 copies of the proposal must be submitted. 6. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee based on the following criteria: a. Understanding of the work required by the City b. Quality and responsiveness of the proposal C. Demonstrated competence and professional qualifications necessary for satisfactory performance of the work required by the City d. Recent experience in successfully performing similar services e. Proposed approach in completing the work f. References g. Background and related experience of the specific individuals to be assigned to this project h. Proposed compensation The award of contract will not be based solely on price, but on a combination of factors as GACOMMONIADMMWP1vrd45.doc 7 determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 7. Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP 3/22/95 Receive proposals 4/5/95 Complete proposal evaluation 4/12/95 Conduct finalist interviews 4/14/95 Finalize staff recommendation 4/18/95 Award contract 4/20/95 Execute contract 4/24/95 Start work 4/24/95 8. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 9 Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. G:\COMMON\ADMINIWP\vrd45.doc 8 C-�� /oti SAMPLE AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [ ], hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on I City invited requested proposals for Construction Management/Inspection Services per Specification No. 95-19D. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said services. 2. INCORPORATION BY REFERENCE. City Specification No. 95-19D and Contractor's proposal dated are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor: compensation in a total sum not to exceed [$ ]• 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as described in Exhibit attached hereto and incorporated into this Agreement. G:\C0MM0N\ADMMWP\vrd45.doc 9 C-�c-13 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Public Works Department City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 Contractor [ I [ l [ l S. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: By: Mike McCluskey, Director John Dunn, City Administrative Officer APPROVED AS TO FORM: Jeffrey G. Jorgensen, City Attorney CONTRACTOR By: G:\COMMON\ADMDAWP\vrd45.doc 10 INSURANCE REQUIREINIEN'I'S: Consultant Services 71be Contractor shall procure and maintain tor the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, or subcontractors. Minimum Scone of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any am). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. GAC0MM0N\ADMIN\WP\vrd45.doc 11 C-6- Is Verification of Coverage. Contractor shall furnish the City with a certittcate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. G:\COMMON\ADMMWP\vrd45.doc 12 PROPOSAL SUBMITTAL SUAEM ARY The undersigned declares that she/he has carefully examined Specification No. 95-191), which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and hereby agrees to perform the specified work for the following cost quoted in full: PROPOSAL FOR CONSTRUCTION MANAGEb1E4T/DSA CERTIFIED RESIDENT INSPECTION SERVICES TOTAL FIRM NAME AND ADDRESS Contact Phone SIGNATURE OF AUTHORIZED REPRESENTATIVE Date NOTES: G:\C0MM0N\ADMMW13Wrd45.doc 13 REFERENCES Number of years engaged in providing the supplies, equipment, or services included within the scope of the specifications under the present business name: List and describe fully the last three contracts performed by your firm which demonstrate your ability to provide the supplies, equipment, or services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name: Contact Individual: Phone No.: Address: Contract Amount: Year: Description of Services Provided: Reference No. 2 Customer Name: Contact Individual: Phone No.: Address: Contract Amount: Year: Description of Services Provided: Reference No. 3 Customer Name: Contact Individual: Phone No.: Address: Contract Amount: Year: Description of Services Provided: G:\COMMON\ADMMWP\vrd45.doc 14