On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D.

Size: px
Start display at page:

Download "On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D."

Transcription

1 RICH FITZGERALD COUNTY EXECUTIVE WILLIAM PEDUTO MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D for INSURANCE COVERAGES SPECIFICATION NO This Invitation for Bid contains requirements for bidders to assist the County in meeting its Minority, Women, Disadvantaged Business Entity goals and our Veteran owned small business goals. Therefore, bidders must document their plan or good faith efforts to meet those goals. Please see the Requirements contained within, complete the Participation Statement and submit electronically with your bid. DUE DATE: BID SUBMITTAL: Wednesday, April 16, 2014, 11:30 A.M. All bids must be submitted electronically. No bids shall be accepted in person, by U.S. Mail, by private courier service, via oral or communication, telephone or fax transmission. PERIOD OF CONTRACT: May 1, 2014 through April 30, Frank Alessio III, C.P.P.B. Deputy Chief Purchasing Officer FAlessio@AlleghenyCounty.us

2 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES RICH FITZGERALD COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) JERRY TYSKIEWICZ DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER This Invitation for Bid is issued by the County of Allegheny on a cooperative basis with the City of Pittsburgh. You are advised that both public organizations may be ordering from the resultant contract throughout its term.

3 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES RICH FITZGERALD COUNTY EXECUTIVE 206 COURTHOUSE 436 GRANT STREET PITTSBURGH, PA PHONE (412) FAX (412) JERRY TYSKIEWICZ DIRECTOR JOHN DEIGHAN, CPCP CHIEF PURCHASING OFFICER Dear Bidder: Enclosed is Allegheny County and the City of Pittsburgh s Invitation for Bid (IFB) for INSURANCE COVERAGES. I ask that you please read the entire document and decide if you would like to submit a bid for the County and City s requirements. Allegheny County, with a population of approximately 1.3 million, is the second largest county in the State, and effective January 1, 2000 is a Home Rule county with an elected Chief Executive, an appointed County Manager and a 15-member County Council. The Allegheny County Division of Purchasing and Supplies has taken a leadership role in public purchasing with a competent, professional and experienced staff who is committed to fair and open competition. We appreciate your interest in this solicitation and look forward to your participation. There are three sections to this IFB: 1) your Bid, 2) the Specifications and 3) the Instructions to Bidders. All three sections will be incorporated into any resultant contract. There are several things that will assist the County in processing and evaluating your bid, therefore it is important that all bidders: Submit a bid electronically. Hardcopy, or facsimile submittals will not be accepted. If your company is not currently registered to submit bids electronically please visit and select supplier registration or call Complete and submit all attachments electronically with your bid. ie. MWDBE Plan or Waiver, Vendor Creation Form, W9 Form, all other documents relevant to the solicitation. Be sure that you submit your bid before the opening date and time as stated on the cover page. Provide points of contact. If a bid bond is required, make sure it is in the correct amount and properly signed. Be sure you have affixed the corporate seal. Be sure the bid has pricing submitted with decimal points. Indicate whether other government agencies are permitted to purchase under this Contract. Sincerely, John Deighan, CPCP Chief Purchasing Officer Revised 12/30/2010

4 NO BID SHEET SPECIFICATION 7253 INSURANCE COVERAGES If your firm has chosen not to submit a bid for this IFB, please complete this form and fax or mail to: County of Allegheny Division of Purchasing and Supplies Room 206 Courthouse 436 Grant Street Pittsburgh, PA (412) Fax Please check all items that apply: [ ] Do not sell the item(s) required. [ ] Cannot be competitive. [ ] Cannot meet the Specifications highlighted in the attached Bid. [ ] Cannot provide the Insurance required. [ ] Cannot provide Performance Bond required. [ ] Cannot comply with County Instructions to Bidders. [ ] Job is too large. [ ] Job is too small. [ ] Cannot hold pricing for entire contract period. [ ] Past problems with the County of Allegheny/City of Pittsburgh. Please Explain: [ ] County / City payment process is too slow. Please circle one or both. [ ] Do not wish to do business with the County / City. Please circle one or both. [ ] Other reason. Please Explain: COMPANY NAME: CONTACT: PHONE #

5 FA/3/14 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE B I D FOR INSURANCE COVERAGES Spec. #7253 In accordance with the attached Specifications, Instructions to Bidders, and drawings, we (or I) propose to furnish and DELIVER F.O.B. Point of Delivery, INSURANCE COVERAGES to the City of Pittsburgh and the County of Allegheny at the prices referenced on the electronic bid submitted by our/my organization. WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES Line Item # Description #1 Real and Personal Property w/ $100,000 Deductable: Annual Premium (May 1, 2014 through April 30, 2015) #2 Real and Personal Property w/ $100,000 Deductable: Net Rate (May 1, 2014 through April 30, 2015) #3 Real and Personal Property w/ $200,000 Deductable: Annual Premium (May 1, 2014 through April 30, 2015) #4 Real and Personal Property w/ $200,000 Deductable: Net Rate (May 1, 2014 through April 30, 2015) #5 Business Interruption: Annual Premium (May 1, 2014 through April 30, 2015) #6 Business Interruption: Net Rate (May 1, 2014 through April 30, 2015) #7 Valuable Papers: Annual Premium (May 1, 2014 through April 30, 2015) #8 Valuable Papers: Net Rate (May 1, 2014 through April 30, 2015) #9 Crime: Annual Premium (May 1, 2014 through April 30, 2015) #10 Crime: Net Rate (May 1, 2014 through April 30, 2015) #11 Boiler and Machinery: Annual Premium (May 1, 2014 through April 30, 2015) #12 Boiler and Machinery: Net Rate (May 1, 2014 through April 30, 2015) #13 Business Automobile (Refuse Trucks): Annual Premium (May 1, 2014 through April 30, 2015) #14 Business Automobile (Refuse Trucks): Net Rate (May 1, 2014 through April 30, 2015) PERIOD OF CONTRACT: May 1, 2014 through April 30, The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given. IF THESE SPECIFICATIONS ARE NOT CLEAR, OR YOU FEEL THEY ELIMINATE COMPETITIVE BIDDING IN AN UNFAIR AND UNNECESSARY MANNER, YOU MAY OBTAIN A BID PROTEST FORM BY CALLING , or ON THE COUNTY S WEB SITE THE BID PROTEST FORM MUST BE COMPLETED AND RETURNED TO THE PURCHASING DIVISION, ROOM 206 COURTHOUSE, PITTSBURGH, PA OR FAX , BY 12:00 P.M. ON THE MONDAY BEFORE THE BIDS ARE TO BE OPENED.

6 FA/3/14 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ROOM 206 COURTHOUSE S P E C I F I C A T I O N S FOR INSURANCE COVERAGES GENERAL INSTRUCTIONS TO SUPPLIERS Spec Purpose of Invitation for Bid Separate and sealed Bids will be received electronically until 11:30 A.M., prevailing time, Wednesday, April 16, 2014, and will be publicly opened at 11:30 A.M., prevailing time, Wednesday, April 16, 2014 in the presence of the Chief Purchasing Officer of the Division of Purchasing and Supplies, or his designee, in Conference Room #1, first Floor of the Allegheny County Courthouse, Pittsburgh, PA for INSURANCE COVERAGES. INSURANCE SPECIFICATIONS: VARIOUS COVERAGES FOR THE CITY OF PITTSBURGH TABLE OF CONTENTS INSTRUCTIONS TO BIDDERS 2-4 GENERAL INFORMATION.4-8 COVERAGE SPECIFICATIONS PERSONNEL CENSUS.11 EXCESS FAITHFUL PERFORMANCE COVERAGE...12 SCHEDULE OF CITY OFFICIALS FOR FAITHFUL PERFORMANCE COVERAGE COMPEHENSIVE GENERAL LIABILITY FOR COMMUNITY CENTERS 13 SCHEDULE OF LOCATIONS BUSINESS AUTOMOBILE COVERAGE 15 PREMIUM SHEETS ADDITIONAL YEARS PREMIUM SHEETS.19

7 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 2 of 20 INSTRUCTIONS TO BIDDERS The City of Pittsburgh is requesting invitation for bids for a one (1) year period, May 1, 2013 through April 30, 2014, for various insurance coverage s as stipulated in the attached Specifications. Interested vendors must please review all terms and conditions that follow: 1. The invitations for bid are to include the following material at the time of the Bid Opening or may be subject to rejection. A. Specimen contracts or policies for all coverages quoted. B. The most recent Best Report on all underwriting companies. (All companies must have a Best rating of A or A+ or a policyholder surplus in excess of $50,000,000.) C. A description of the loss control and claim services that you and the company will provide. D. Details of any loss control recommendations that will be mandatory if the coverage is written. E. The premiums are to be indicated on the premium display pages that are included. Please complete them in this entirety. F. A certificate of insurance evidencing your errors and omissions insurance. The minimum limits acceptable for the errors and omissions coverage are $1,000,000 per occurrence. No automobile liability or general liability insurance or workers compensation insurance is required in regard to this proposal. G. A Bid Bond, in the amount of 10% of the amount bid as premium, is required with your proposal if the amount bid is over $200, A performance Bond is required in the amount of 10% of the total amount awarded if that amount is greater than $100, H. Insurance as required in the Articles of Agreement section of this proposal is not required. I. Final copy of all policies in relation to this proposal will be due no later than July 31, 2011 or 90 days from award date, whichever is later, to the Department of Finance, Bureau of Procurement. Any deficiencies in final policy coverage s must be corrected within 30 days of notification. If policies are not delivered by said date, vendor will be considered in arrears of contract. J. Vendors/agents are required to list specifically any exceptions to the specifications listed herein as per the various types of insurance coverage s that are requested. However, please note that any exceptions taken may be cause for rejection of your bid. K. This proposal may be awarded on a low total bid basis or coverage by coverage basis, whichever may serve the best interest of the City of Pittsburgh. L. All bidders are required to hold a Property and Casualty Insurance license. M. All rates bid must remain firm for the duration of the contract period of the bid. N. Please note: Combination of Bids reasonable grounds for supposing that any bidder is interested in more than one proposal for the same item will be considered sufficient cause for rejection of all proposals in which he or she is interested. 2. All policies are to contain the following endorsements: A. Errors and omissions endorsement (for all property coverages).

8 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 3 of 20 B. Broadened name insured definition: The City of Pittsburgh and employees of the City of Pittsburgh, and/or subsidiaries, affiliated or companies as they may not exist or hereafter be constituted, any other company under the Named Insured s control of which it assumes active management, and any past or future partnership or joint venture, but only as respects to the liability of the City of Pittsburgh. The terms subsidiary, affiliated or related companies or corporations shall mean those companies or corporations or other legal entities in which the Names Insured has 50% or more ownership interest. C. Notice of Cancellation/Non-Renewal/Reduction in Coverage: It is agreed that in the event of cancellation, non-renewal, or reduction in coverage of limits by the company, ninety (90) days written notice thereof will be given to the Named Insured as designated in the Declarations except in the event of non-payment of premium, in which case thirty (30) days written notice will be given. D. Unintentional Non-Disclosure of Hazards: Unintentional failure of the Named Insured to disclose all hazards existing on the effective date of this policy shall not prejudice any Insured with respect to the insurance afforded by the policy. E. Notice of Occurrence: Upon the happening of an occurrence or personal injury likely to involve the company hereunder, notice shall be given by or on behalf of the insured to the company or any of its authorized agents as soon as practicable after the occurrence or injury is known to the Procurement Services Coordinator. Such notice shall contain particulars sufficient to identify the insured and also reasonably obtain information with respect to the time, place and circumstances of the accident, the names and addresses of the insured and of available witnesses. F. Knowledge of Occurrence: It is hereby agreed that knowledge of an occurrence by the agent, servant, or employee of the insured shall not in itself constitute knowledge by the insured, unless the Procurement Services Coordinator shall have received such notice from its agent, servant, employee or student. 3. Your invitation for bid will be evaluated based on the following criteria: A. Financial stability of the underwriting company. B. Coverage provided and ability to provide the various enhancements requested. C. Services provided by the agent/broker and company. D. Premiums. E. Payment Terms and Conditions. Please discuss the insurance companies installment offerings within your proposal. 4. The City self-insures all other liability exposures. 5. Depending on the insurance market conditions, the City reserves the right to self-insure any parts of their insurance program. Thus, the City reserves the right at its sole option to cancel all or part of this invitation for bid

9 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 4 of 20 with thirty (30) days notice to the vendor. 6. Loss Control Visits: Please contact Mr. Patrick Rodgers, Purchasing Agent at (412) to arrange any Loss Control visits. 7. We realize that some of the coverage s, limits and options may not be available in the current insurance market. However, we are open to any suggestions or options you might recommend. 8. Please forward copies of any declination letters. 9. Any inquiries should be directed to Mr. Patrick Rodgers, Purchasing Agent, Bureau of Procurement, Room 502 City-County Building, Pittsburgh, PA All invitations for bid will be considered in their final forms, once the proposal is submitted to the City of Pittsburgh. GENERAL INFORMATION (Including current policy information) Name: The City of Pittsburgh Department of Finance Mailing Address: City-County Building, Room 502 Pittsburgh, PA Contact: Patrick Rodgers Telephone: (412) Insurance Carriers: Affiliated FM (Real and Personal Property) Affiliated FM (Valuable Papers) National Union (Crime/Public Employee Bonds) Affiliated FM (Boiler and Machinery) Affiliated FM (Business Automobile) Each coverage as listed above shall be billed separately and invoiced directly to the responsible paying Department as may be determined by the City. Current Expiration: April 30, 2014 INVOICING The successful will be required to split invoices to the appropriate parties, ie: the invoice for the City- County Building will be split on a pro-rata basis between the City of Pittsburgh & Allegheny County. Invoices for the appropriate amounts must be made out to each. Also some invoices for various City departmental coverages (ie: Refuse Truck or Crime coverages) must be invoiced separately.

10 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 5 of 20 CITY DEPARTMENTS The City of Pittsburgh had a total budget for the 2013 calendar year of approximately $470,210, In order to manage the activities and affairs of the City of Pittsburgh operation, there are the following departments: City Council Mayor s Office Commission of Human Relations City Information Systems// Innovation & Performance Department Department of Finance Department of Law Department of Personnel and Civil Service, Department of City Planning Department of Public Safety Department of Public Works Department of Parks and Recreation City Controller s Office A. City Council The City Council consists of nine (9) members which are elected for a term of four years. The Council is the legislative body for the City of Pittsburgh. The Council has committees that oversee nine areas: Finance & Law, Public Works, Human Resources, General & Government Services, Land Use & Economic Development, Intergovernmental Affairs, Urban Recreation, Public Safety, Hearing Committees. The City Council holds regular meetings twice a week. It is within the Council s governing powers to make laws for the City of Pittsburgh, appropriate money for the operation of the City, approve mayoral appointments, review proposed operation, capital improvement and salary budgets submitted by the Mayor s Office. B. Mayor s Office The Mayor s Office is responsible for the elected and ceremonial functions of the Office of Mayor, and the administrative functions of governing the City of Pittsburgh. There are two offices within the Mayor s Office. First, the Office of Management and Budget monitors the operating and capital budgets, and provided staff services to the Mayor for the annual preparation of the City of Pittsburgh s operating budget. Second, the City s Information System Office provides computer system service to all city departments. The Mayor s Office also administers the Federal Weed & Seed grant program. C. City Information Systems// Innovation & Performance Department The mission of the City Information Systems (CIS) is to plan, acquire, install and support the City s proprietary and open computing environments including mainframe, mini, micro and mobile computers. The Bureau of Cable Communications, which regulates the cable franchise program of the City of Pittsburgh is now under the aegis of CIS. D. Commission on Human Relations The Commission on Human Relations administers the City of Pittsburgh s Fair Practice and Provision of the City Code which makes it unlawful to discriminate on the basis of race, color, religion, ancestry, national origin or place of birth, sex, non-related handicaps or disabilities, employment, housing and public accommodations. Formal complaints are investigated by the staff of the Commission, and reported to the Commissioners for their decisions. The Commission is also required to study and investigate conditions having an adverse effect on the inter-group relations in the City of Pittsburgh. By executive order of the Mayor, the Commission on Human Relations coordinates activities to assure minority business s participation in construction contracts bid by the City of Pittsburgh. Commission members and staff participate in speaking engagements and similar public information and technical assistant activities to promote the goals of the Human Relations Ordinance. As part of its work in the Fair Practices Complaints, the Commission operates with the federal agencies that have the jurisdiction responsibility (e.g., Equal Opportunity Commission and the Department of Housing and Urban Development).

11 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 6 of 20 E. Office of the City Controller The City Controller is an elected official who serves a four year term. The Controller s duties include: Conduct fiscal and perform audits of City Council and other units of government. Prepare monthly and quarterly reports of revenue and expenditures. Submit an annual report detailing revenues, receipts, debt and expenditures. Verify that no appropriation is overdrawn, or that no appropriation for one item is used for other purposes. Verify that sufficient funds are actually on hand before proceeding with a payable. Countersign all contracts, agreements, and vouchers. Perform a preliminary audit of all campaign contributions and expenses. The City Controller is also the Controller for the Pittsburgh Board of Education and the Director for each of the City s three Pension Funds. F. Department of Finance The Department of Finance is comprised of Seven divisions: Financial Control, Tax Collection and Real Estate Divisions, Three Taxing Bodies, The Mayor s 311 Action Line, The Office of Management & Budget, and the Bureau of Procurement, Fleet and Asset Services. The Financial Control section invests all the City s funds to maximize interest earnings on available cash. The Tax Collection Division is responsible for collecting all self-assessed taxes due the City and School District. The Real Estate and Three Taxing Bodies Divisions are responsible for the collection of real estate taxes due to the City and School District, as well as the sale of delinquent and seized City properties. There is also an Internal Audit section that assists the Director of Finance in reviewing the internal operation of the finance department. The 311 Action Line Section handles complaints, questions and services requested by the general public. The Office of Management & Budget oversees and manages the budget appropriation needs for all City Departments. The Bureau of Procurement, Fleet & Asset Services is responsible for all Purchasing related functions, including specification writing, the bid process, and advertising for all goods and services required, administering construction contracts, and the sale of surplus materials; the purchase of, and all maintenance and repair functions related to the fleet of over 1300 vehicles (including fuel & towing operations); as well as fixed asset tracking, control and oversight. This includes Building and infrastructure oversight. This Bureau also contains the Print Shop, which oversees in-house & outsourced printing, duplicating, binding and graphic services, as well as overseeing the copier services for all of City government The Department of Finance also oversees the in-house and out-sourced mailing requirements for all City Departments. G. Department of Law The Law Department represents the City in court actions involving damage claims against the City, defense of Ordinances, allegations of unconstitutionality, civil rights actions, collection of taxes, and enforcement of zoning, buildings and traffic codes. The Department of law will also prosecute damages against persons who have damaged City property or equipment, eminent domain in cases dealing with the taking of property for public purposes. The Department of Law participates in Workers Compensation litigation, civil service cases, and police and file trail boards. Through its claim division, the Law processes claims and recommends payment or settlement in proper cases. The Law Department is responsible for filing liens and for drafting the approval of approved ordinances, resolutions, deed, leases, contracts and other legal briefs.

12 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 7 of 20 H. Department of Personnel and Civil Service This department consists of five divisions. First, the Division of Employment Development includes the Civil Service Commission. This Commission is responsible for recruitment, equal opportunity reporting, Affirmative Action plans, investigation, record maintenance, physical examinations, test preparation and administration, and job analysis. Second, the Division of Organization, Planning and Research is responsible for research, design, and implementation of personnel programs (such as paid and classification), the Employee Assistance Program (EAP), the employee handbook, employee orientation, performance evaluation and the administration of preferred compensation and unemployment compensation programs. Third, the Division of Employment and Training Grant Administration (Pittsburgh Partnership) is responsible for providing training and employment for unemployed residents of the City of Pittsburgh. This program is funded be Federal, state or private sector funding sources. These activities include the planning, development, and the administration on programs, on-the-job training, placement and job development. Fourth, the Payroll section is responsible for all City paychecks being distributed on a timely basis. Fifth, the Employee Benefits Division is responsible for the administration of the City s fringe benefits (Health and Life Insurance Vision, Dental, etc.) and the administration of Worker s Compensation claims. I. Department of City Planning The Department of City Planning functions under a nine member City Planning Commission. The members are appointed by the Mayor. The principal function of the Department of Planning is to make recommendations to the Mayor and City Council on the allocation of resources to promote urban development for the City of Pittsburgh. The Commission is required by law to prepare and adopt a master plan. Current policies and programs for implementing this master plan include a recommended six year capital program for specific projects along with a six year development programs. These two programs are updated on an annual basis. To fulfill its comprehensive planning duties, the department undertakes planning studies in various functional areas such as: Housing, Environment, Transportation, Recreation and Economic development. The Department of City Planning is also responsible for developing, administering, monitoring and evaluating the community development Block Grant program. The Department of City Planning is also responsible for administering the zoning ordinance and subdivision regulation. The Department assigns a professional planner on a full time basis to a number of the larger residential districts within the City of Pittsburgh. This Planner serves as the principal liaison between the local community and the City Planning Department; and as a technical assistant to local neighborhood groups for the purpose of coordinating and expediting public activity within the community involving planning. Finally, the Department of City Planning assumes the operational responsibility for the City s residential permit parking program. J. Department of Public Safety The Department of Public Safety consists of five bureaus: 1.) The Administration and Support Services Bureau consists of three divisions: Education and Training Division (Public Safety Academy) Support Services Division (Record section, department information, warrant office, etc Planning Research and Development Division (Responsible for designing and implementing operation and management systems) 2.) The Police Bureau is responsible for traffic law and crime prevention. 3.) The Bureau of Building Inspection is responsible for regulating all construction, demolition and occupancy. This Bureau issues all permits required for building repair, alterations, etc. 4.) The Emergency Medical Services Bureau is responsible for providing emergency medical and rescue services. 5.) The Fire Bureau is responsible for providing emergency fire service to the City. 6.) The Animal Control Division is responsible for the enforcement of ordinances governing the City s animal population.

13 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 8 of 20 K. Department of Public Works The Department of Public Works is responsible for the improvement and maintenance of streets, parks, sewers, bridges including: buildings, swimming pools, ball fields, and tennis courts, which must be maintained on a daily basis. The Bureau of Transportation and Engineering is responsible for implementing the City s Capital Improvement Program, and for the design of all capital improvement projects relating to parks, bridges, structures, streets, and traffic, as well as for the administration of all capital improvement construction contracts. Note that this former Department was transferred to the Department of Public Works as a Bureau effective January 1, The Construction Bureau coordinates all street resurfacing activities, a variety of maintenance and construction projects; The Bureau of Facilities Maintenance maintains and repairs all buildings and structures owned by the City. The Heavy Equipment Repair Division repairs all specialty equipment used by the Department of Public Works. Traffic Control Bureau maintains the City s traffic control system, line & crosswalk painting, and signs. Environmental Services Division This division has two operating sub-divisions: Residential Solid Waste Management Recycling The Residential Solid Waste management division collects and disposes of household solid waste on a weekly basis. The Recycling division is responsible for coordinating all recycling efforts throughout the City, including education, as well as collection and disposal. L. Department of Parks and Recreation This department is responsible for the neighborhood recreation centers, senior community centers, and swimming pools. Additionally, the Department offers after-school programs and arts programs at selected public schools and community locations. COVERAGE SPECIFICATIONS A. REAL AND PERSONAL PROPERTY COVERAGES 1. Limits and Coverage s: A. Blanket Limit: $200,000, B. (Refer to Attachment A: Insurance Property Schedule) C. Agreed Amount NO COINSURANCE D. All Risk E. Replacement Cost Basis 2. Deductible Options: A. $200,000 per loss 3. Extensions and Coverage s TO BE INCLUDED: A. Flood (including sewer and drain backup) Limit: $5,000,000 Deductible: $200,000 B. Acts of Terrorism coverage pursuant to Terrorism Risk Insurance Act of 2002 As defined in Section 102(1) of the Terrorism Risk Insurance Act of 2002, a certified act of terrorism means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism. To be certified, the

14 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 9 of 20 act of terrorism must be: 1) a violent act or an act that is dangerous to human life, property, or infrastructure; 2) have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel, or the premises of a United States mission; and 3) have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of any effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. C. Earthquake Limit: $5,000,000 Deductible: $100,000 D. Building Ordinances Coverage Limit: $1,000,000 E. Off Premises Power Limit: $1,000,000 Delete electrical injury exclusion F. Errors and Omissions Limit: $500,000 G. Right to Build Elsewhere H. Endorsement for Landscaping Underground and Capitalized Costs Policy coverage includes coverage for interests architect s, engineering and legal fees incurred in cost of construction or renovation; fences, glass, signs attached or detached, retaining walls, pavements, radio and TV Equipment attached or detached, landscaping, trees, shrubs, etc., foundation below the ground including underground piping, underground piers, flues and drains attached or detached including swimming pools, if any. All claims are subject to the policy deductible. I. The City may conduct an appraisal of all properties. Once the appraisal is completed, it will be forwarded to the successful agent/broker. The successful bidder will be required to revise the blanket limit and adjust the premium based on the applicable vendor rate bid. B. BUSINESS INTERRUPTION COVERAGES (for Property Coverage Only) 1. Business Interruption Limit: $9,450,000 90% coinsurance (includes ordinary payroll) 2. Extra Expense Limit Options: $5,000,000 No Monthly Limitations C. VALUABLE PAPERS 1. Limit: $500, Deductible: $5,000

15 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 10 of 20 D. CRIME COVERAGE 1. Coverage a) Blanket employee Dishonesty Bond Coverage Limit: $10,000 b) Faithful Performance Blanket bond Limit: $10,000 c) Faithful Performance Blanket Position Bond Limit: $10,000 d) Money and Securities (1) Inside Premises Limit: $100,000 (2) Outside Premises Limit: $100,000 e) Robbery and Vault Burglary Limit (Inside Premises): $500,000 f) Depositors Forgery Limit: $500,000 g) Computer Fraud Limit: $500, Deductible: $5,000 ONLY 3. Endorsement or Extensions a) Volunteers and part-time employees included in employee definition. b) Personnel Census PERSONNEL CENSUS DEPARTMENT OF FINANCE ONLY Department of Finance Only Director of Finance 1 Deputy Director, City/School Treasurer 1 Deputy Director, Bureau of Procurement, Fleet,Assets 1 Assistant Director 3 Assistant City/School Treasurer 1 Cashiers 3 Investigators and Auditors 24 Clerical 86 All Other Employees 4 GRAND TOTAL 124 c) Peak season endorsement for money and securities for the month of January and February: Limit of liability $500,000. Coverage inside and outside the premises (Peak Season Endorsement). d) There are approximately 3347 employees. This figure should be used to calculate the premium for the Blanket Employee dishonesty and Faithful Performance Blanket Bond coverage.

16 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 11 of Underwriting Information a) Schedule of additional excess Blanket Employee Dishonesty Bond Coverage Positions Office of Position City Controller $10,000 Director of City Information Systems $10,000 Director of City Planning $10,000 Director of Human Relations $10,000 Director of Law/City Solicitor $10,000 Director of Parks and Recreation $10,000 Director of Public Works $10,000 Director of Finance/City Sales Agent $10,000 Director of Personnel and Civil Services $10,000 Deputy City Solicitor $10,000 Procurement Coordinator $20,000 Director of Public Safety $10,000 Chief of Building Inspection (BBI) $5,000 Facilities Maintenance Supervisor (Public Works) $5,000 Custodial Working Supervisor (Finance) $5,000 Superintendent of Inspection Division $5,000 Deputy Director, Public Works $5,000 Assistant Director of Streets Maintenance (PW) $5,000 Assistant Director of Traffic & Engineering (PW) $5,000 Assistant Director of Environmental Services (PW) $5,000 Assistant Director of Operations (PW) $5,000 Fleet Contract Manager (Finance) $5,000 Fleet Contract Administrator (Finance) $5,000 Payroll Clerks (Personnel) $5,000 Store Clerk (Public Works) $5,000 Store Clerk (Parks and Recreation) $5,000 Department of Public Safety, Tow Pound $10,000 Clerk II, Department of Public Safety, Tow Pound $5,000 Clerk II, Department of Public Safety, Tow Pound $5,000 Clerk II, Department of Public Safety, Tow Pound $5,000 Clerk II, Department of Public Safety, Tow Pound $5,000 Clerk-Typist, Department of Public Safety, Tow Pound $5,000 b) Schedule of Excess City Officials for Faithful Performance Blanket Bond Name Bond Requirements Office of Position Limit Mayor Bill Peduto $10, $10, Deputy Mayor Kevin Acklin (each) Director of Finance vacant $200, Deputy Director - City Treasurer Margaret L. Lanier $200, City of Pittsburgh School Treasurer Margaret L. Lanier $250, City of Pittsburgh Assistant School Treasurer Ruth Pompey $250, NOTE: Individual Name Bonds must be issued sixty (60) days after award and invoiced separately for each position listed above. This is a legal requirement, stipulated by the Pittsburgh Code. Limit c) Schedule of Excess Employees for Faithful Performance Coverage Indemnity Position Schedule of Employees designated positions.

17 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 12 of 20 Total Number Of LOCATION Coverage Employees In Each Position Investment Officer, Pittsburgh, PA C 1 $50,000 Supervisor Cashier, Pittsburgh, PA c 1 $50,000 Clerk/Cashier I,II, Pittsburgh, PA C 3 $50,000 Internal Auditor, Pittsburgh, PA c 1 $50,000 Supv.Payroll/Paymaster Pittsburgh, PA (P & CS) Director, Personnel & Civil Service Commission, Pittsburgh, PA Asst. Dir., Personnel & Civil Service Commission, Pittsburgh, PA Employment & Training Grant Administration Fiscal Officer, Personnel & Civil Service Commission, Pittsburgh, PA Federal Weed & Seed Project Director, Pittsburgh, PA d) Payroll and accounting procedures C 1 $50,000 c 1 $500,000 C 1 $500,000 c 1 $500,000 c 1 $500,000 Amount Of Additional Indemnity Of Each Employee (1) The amount of checks issued from the Treasurer s Office, and Personnel & Civil Service varies daily. Check amount may be into the millions. Daily cash receipts do not exceed $500,000. (2) The is a vault with a Diebolt door and a Stanley Security System that has an alarm system monitored by Stanley Convergent Security Solutions (3) In regard to deposits, messengers are accompanied by a police officer. Individual daily deposits normally do not exceed $50,000, but at peak tax season may total as much as $150,000 cash & $2,867,000 in checks. e) There have been no losses over the last five years. f) Audits (1) Are books and records audited by a Certified Public Accountant? yes no (2) How often? annually (3) Is audit complete and unqualified? yes no (4) Is someone responsible for auditing the books on a daily basis? yes no (5) Are all premises audited? yes no (6) Are all incoming checks recorded or duplicated upon receipt so that they may be

18 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 13 of 20 identified? yes no (7) Are all incoming checks stamped For Deposit Only immediately upon receipt? yes no (8) Are bank accounts reconciled by someone not authorized to deposit or withdraw there from? yes no (9) Are all securities kept in bank safe depositories? yes no (10) Are securities subject to joint control by two or more responsible employees? yes no (11) Are all checks issued by the City Countersigned? yes no (12) Are there any precious metals or stones (such as gold, silver, diamonds) stored at any City located? yes no E. BOILER AND MACHINERY COVERAGE 1. Limits and Coverages: $5,000,000 per accident 2. Additional Coverages a) Repair and/or replacement basis b) Comprehensive basis c) Hazardous cleanup expenses $25,000 d) Extra Expense $1,000,000 e) Business Interruption $9,450,000 f) Off-premises power $1,000,000 g) Ammonia contamination $25,000 h) Expediting expenses $25,000 i) Water damage $25, Schedule of Insurable Objects (refer to Attachment B: Boiler and Machinery Supplement) 4. Carrier must provide boiler and pressure vessel inspections to the City at no additional cost to the City pursuant to State regulations. F. BUSINESS AUTOMOBILE COVERAGE 1. Coverages a) Fire, theft, combined

19 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 14 of 20 Additional Coverage (CAC), Excluding Collision Limit: ACTUAL CASH VALUE 2. Deductible: $100, Scheduled Vehicles a) Refuse Packer/Recycling Trucks (87 vehicles) (1) Value $13,050, (2) Garaged: 29 ½ St. and A.V.R.R., Pittsburgh, PA (3) Average value per each: $150, each truck (The Environmental Services Vehicles list is attached.) PREMIUM SHEETS A. REAL AND PERSONAL PROPERTY 1a. 1b. 1c a Insurance Carrier: Blanket Limit: $200,000, Per Schedule provided Deductible Limit: $100,000 Alternate Deductible Limit: $200,000 Agreed Amount: All Risk Replacement Cost Flood Limit: $5,000,000 ($100,000 deductible) Earthquake Limit: $5,000,000 ($100,000 deductible) Building Ordinances: $1,000,000 Off Premises Power: $1,000,000 Errors and Omissions: $500,000 Right To Build Elsewhere Endorsement for Landscaping Underground and Capitalized Costs 12. Terrorism Acts coverage * For May 1, 2014 to April 30, **Rates MUST be given for each of the various coverages listed so that the City will be able to add or delete coverages during the duration of the contract period. ] NOTE THAT SUCH INDIVIDUAL RATES MAY ALSO BE NECESSARY FOR AWARD CONSIDERATION, PARTICULARLY IN THE TYPICAL SPLIT AWARD SCENARIO.

20 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 15 of 20 B. BUSINESS INTERRUPTION Insurance Carrier: Business Income. Limit: $9,450,000 (including payroll) Extra Expenses: Limit: $5,000,000 C. VALUABLE PAPERS Insurance Carrier: 1. Limit: $500,000 Deductible: $5,000 D. CRIME Insurance Carrier: 1a. 1b. Blanket Employee Dishonesty Bond Coverage Limit: $10,000 Faithful Performance Blanket Bond Limit: $10,000 1c. Money and Securities Limit Inside Premises: $100,000 1d. Limit Outside Premises: $100,000 1e. Robbery and Safe Burglary Limit Inside Premises: $500,000 1f. Depositors Forgery Limit: $500,000 Computer Fraud 1g. Limit: $500,000 3a. Volunteers and part-time Employees Included Peak Season Endorsement for Money 3b. and Securities Limit (January to February): $500,000 4a. Excess coverage designated positions 4b. Excess coverage designated positions (Name Bonds) 4c. Excess coverage designated positions (Additional Position Bonds)

21 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 16 of 20 E. BOILER AND MACHINERY Insurance Carrier: Limit: $5,000,000 per accident Repair and Replacement Comprehensive Basis Hazardous Clean Up Expenses $25,000 MIM. Extra Expense - $1,000,000 6a. Business Interruptions Limit: $9,450,000 6b. 24 hour Deductible Off Premises Power - $1,000,000 Ammonia Contamination - $25,000 MIM. Expediting Expenses - $25,000 MIM. Water Damages - $25,000 MIM. 10. F. Water Damages - $25,000 MIM. BUSINESS AUTOMOBILE (REFUSE TRUCKS ONLY) Insurance Carrier: Fire, Theft, CAC (Combined Additional Coverage), Excluding Collision $100,000 Deductible G. GENERAL ENDORSEMENTS Insurance Carrier: Errors & Omissions Broadened Named Insured Ninety Day Cancellation Notice Unintentional Non-Disclosure Notice of occurrence

22 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 17 of 20 VI. PREMIUM SUMMARY SHEET MAY 1, 2014 THROUGH APRIL 30, 2015 A1. Real and Personal Property w/ $100,000 Deductable A2. Real and Personal Property w/ $200,000 Deductable B. Business Interruption C. Valuable Papers D. Crime E. Boiler & Machinery F Business Automobile (Refuse Trucks) G. General Endorsements All other coverage costs, as stipulated in Section V will be provided at the listed rates for the succeeding contract terms as may be awarded by the City. *The rates provided will be used when additions or deletions are necessary to the schedules incorporated in the coverage s provided. The Premiums bid must be firm bids for the coverage s provided for that contract period. All other rates as listed, unless stipulated herein, shall remain firm for the duration of the contract award. Addenda and Modifications Any changes, additions, deletions, or clarifications to the IFB are made by Bulletins (addenda). Any supplier in doubt as to the true meaning of any part of the IFB may request any interpretation thereof from the Issuing Office. At the request of the supplier, or in the event the Issuing Office deems the interpretation to be substantive, the interpretation will be made by written addendum issued by the Issuing Office. Such addendum issued by the Issuing Office will be sent to all suppliers receiving the original IFB and will become part of the IFB having the same binding effect as provisions of the original IFB. No verbal explanations or interpretations will be binding. In order to have a request for interpretation considered, the request must be submitted in writing and must be received by the Issuing Office no later than seven (7) days prior to the IFB due date. All addenda, bulletins, and interpretations of this solicitation shall be in writing. Any amendment or interpretation that is not in writing shall not legally bind the County. Only information supplied by the Issuing Office in writing or in this IFB should be used in preparing bids. All contact that a supplier may have had before or after receipt of this IFB with any individuals, employees, or representatives of the County and any information that may have been read in any news media or seen or heard in any communications facility regarding this IFB should be disregarded in preparing responses. The County does not assume responsibility for the receipt of any addendum sent to suppliers. A copy of all addenda issued must be signed and submitted with your electronic bid. Clarification of Requirements It is the intent and purpose of the County that this IFB encourage competitive bids. It shall be the supplier s responsibility to advise the Issuing Office if any language, requirements, or any combination thereof, inadvertently restricts or limits the requirements stated in this IFB to a single source. Such notifications must be submitted in writing and must be received by the Issuing Office no later than seven (7) days prior to the due date. A review of such notification will be made. Conflict of Interest The supplier shall not accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the County. By submitting their bid, the supplier certifies and represents to the County that the supplier has not offered, conferred or agreed to confer any pecuniary benefit or other thing of value for the receipt of special treatment, advantaged, information, recipient s decision, opinion, recommendation, vote or any other exercise of discretion concerning this IFB.

23 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 18 of 20 Bid Submission Bidders are required to submit bids electronically via No bids shall be accepted in person, by U.S. Mail, by private courier service, via oral or e/mail communication, telephone or fax transmission. Bid Bond A Bid Bond, in the amount of 10% of the amount bid as premium, is required with your proposal if the amount bid is over $200, Performance Bond A performance Bond is required in the amount of 10% of the total amount awarded if that amount is greater than $100, PERIOD OF CONTRACT: May 1, 2014 through April 30, OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. CITY OF PITTSBURGH & COUNTY AUTHORITY USAGE Notwithstanding that, bids have been solicited and let in the name of the County of Allegheny; any of its authorities as well as the City of Pittsburgh may purchase any item of personalty under a County contract to be awarded to the bidder. The bidder agrees to deliver any materials ordered by its authorities as well as the City of Pittsburgh. The County, however, shall not be liable to the bidder by reason of such purchases since the permission granted to buy under existing contracts by the County is for convenience of the other public bodies who shall be deemed to have made contracts in their own names, using the contract procedures of the County solely to satisfy existing requirements of law relating to purchases by public bodies. Veteran Owned Small Business The City has an annual goal of not less than five (5) percent participation by veteranowned small businesses in all contracts. The participation goal shall apply to the overall dollar amount expended with respect to contracts. The City, therefore, requires that all prospective Contractors demonstrate good faith efforts to obtain the participation of veteran-owned small businesses in work to be performed under City contracts. A. Veteran-owned small business is defined by the City as a business having one hundred (100) or fewer fulltime employees and not less than fifty-one percent (51%) of which is owned by one (1) or more veterans, or in the case of any publicly owned business, not less than fifty-one percent (51%) of the stock of which is owned by one (1) or more veterans, and the management and daily business operations of which are controlled by one (1) or more veterans. Vendor MUST provide proof of veteran ownership including percentage & name and address of business. B. For contracts under one hundred thousand dollars ($100,000), veteran-owned small businesses shall be exempt from all bonding requirements. C. THE ATTACHED FORMS (VETERAN OWNED SMALL BUSINESS PARTICIPATION STATEMENT AND VETERAN OWNED SMALL BUSINESS-WAIVER REQUEST) MUST BE COMPLETED AND SUBMITTED WITH ALL BIDS AND PROPOSALS. FAILURE TO SUBMIT THESE DOCUMENTS MAY RESULT IN THE REJECTION OF YOUR BID OR PROPOSAL. D. Attach a copy of vendor s DD 214 discharge form to participation statement.

24 SPECIFICATIONS for INSURANCE COVERAGES SPEC 7253 PAGE 19 of 20 INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage. Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit. Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. Allegheny County and the City of Pittsburgh shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County and City for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and City and shall contain the provision that the County and City be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County.

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3279HB DATE: October 9, 2015 Please quote the lowest prices at which you

More information

AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR

AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR CITY OF PITTSBURGH REQUEST FOR PROPOSAL FOR AUDIT SERVICES FOR WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR Proposal Due Date: Friday, October 10, 2014 4:00 PM City of Pittsburgh Department of Personnel

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule

More information

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA BETH ANN STROHL PURCHASING AGENT JUDY SNYDER BUYER MARGARET WELLS BUYER KEITH PUDLINER PURCHASING CLERK City of Allentown Purchasing Office 435 Hamilton

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information

The School District of Philadelphia Standard Terms for Research Data License Agreements

The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia Standard Terms for Research Data License Agreements The School District of Philadelphia (the School District ) has received and carefully considered your request for

More information

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON

More information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic

More information

City of Union, Missouri Request for Proposal Audit Services

City of Union, Missouri Request for Proposal Audit Services City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal

More information

CITY COUNTY INSURANCE SERVICES TRUST WORKERS' COMPENSATION COVERAGE AGREEMENT

CITY COUNTY INSURANCE SERVICES TRUST WORKERS' COMPENSATION COVERAGE AGREEMENT CITY COUNTY INSURANCE SERVICES TRUST WORKERS' COMPENSATION COVERAGE AGREEMENT Various provisions of this agreement restrict coverage. Read the entire coverage agreement carefully to determine rights, duties,

More information

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Page 1 of 9 DOCUMENT 00850 INDEMNIFICATION AND INSURANCE REQUIREMENTS EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000 Indemnity The Contractor shall indemnify, defend, and hold

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

INDEPENDENT CONTRACTOR SERVICES AGREEMENT INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose

More information

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No. MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day

More information

#5 Independent Contractor Form - With Insurance With Bonds

#5 Independent Contractor Form - With Insurance With Bonds #5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

CHAPTER 7 PUBLIC WORKS LAW

CHAPTER 7 PUBLIC WORKS LAW 7-1 CHAPTER 7 PUBLIC WORKS LAW GENERAL PROVISIONS The "Public Works Law" [IC 36-1-12] applies to all public work performed or contracted by political subdivisions and their agencies. Any public work performed

More information

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter

More information

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information. TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) This Addendum is attached to and modifies the Standard Form of Agreement between the Town and Architect,

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT

More information

Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the

More information

Schedule Q (Revised 1/5/15)

Schedule Q (Revised 1/5/15) Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

How To Work With The City Of Riverhead

How To Work With The City Of Riverhead MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Retaining Wall Replacement at the Currituck County Veterans Memorial Park CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the

More information

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000 INSURANCE REQUIREMENTS F CONSTRUCTION CONTRACTS ABOVE $30,000 Indemnity To the fullest extent allowed by law, the Contractor shall indemnify, defend, and hold harmless the County of Santa Clara (hereinafter

More information

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE

RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00

More information

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10

To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June 12, 2015 Pages: 10 Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: patricia.baskerville@jfs.ohio.gov Phone: (000) Date: June

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A. MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

THE BEACON MUTUAL INSURANCE COMPANY CHARTER

THE BEACON MUTUAL INSURANCE COMPANY CHARTER THE BEACON MUTUAL INSURANCE COMPANY CHARTER Rhode Island Public Laws 2003, Chapter 410, enacted August 6, 2003; as amended by Rhode Island Public Laws 2005, Chapter 117, Article16, Section10, enacted July

More information

Alterations to Building Request Form

Alterations to Building Request Form Alterations to Building Request Form This form is required for all Organizational Housing Facilities that wish to request any changes, updates, or overall alterations to the facility or surrounding area.

More information

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion) Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Request for Proposals will be received by the Town Clerk of the Town of West New York, in the County of Hudson, New Jersey,

More information

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1 Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)

AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Insurance Market Solutions Group, LLC Sub-Producer Agreement Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2

TABLE OF CONTENTS. Purchasing and Contracts Division... 1. Purchasing Policies and Procedures... 1. The Competitive Process... 2 TABLE OF CONTENTS Title Page Purchasing and Contracts Division... 1 Purchasing Policies and Procedures... 1 The Competitive Process... 2 Vendor Participation... 2 Vendor Database... 2 Web Site Information...

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

Agent Agreement WITNESSETH

Agent Agreement WITNESSETH PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and

More information

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.

More information

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS 1. GENERAL PROVISIONS A. Indemnification. The Contractor shall indemnify and save harmless the City of Lincoln, Nebraska from and against all losses, claims,

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL

AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL AN AGREEMENT BY AND BETWEEN THE TEXAS A&M UNIVERSITY SYSTEM OFFICES AND FM GLOBAL This Services Agreement ( Agreement ) is entered into effective upon final execution of this agreement (the Effective Date

More information

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

Subcontractor Insurance & Licensing Requirements Please provide the items below

Subcontractor Insurance & Licensing Requirements Please provide the items below Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed

More information

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation

More information

PREQUALIFICATION APPLICATION REQUIREMENTS

PREQUALIFICATION APPLICATION REQUIREMENTS PREQUALIFICATION APPLICATION REQUIREMENTS To be eligible to bid and contract work with Webcor, subcontractors are required to be prequalified annually. If you have any questions, please contact Webcor

More information

BRITISH SOCCER CAMP A G R E E M E N T

BRITISH SOCCER CAMP A G R E E M E N T THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between

More information

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia

More information

Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS

Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS Kansas Statutes - Insurance Laws CHAPTER 40-- INSURANCE Article 41 -- RISK RETENTION AND PURCHASING GROUPS 40-4101 Definitions As used in this act: (a) Commissioner means the insurance commissioner of

More information

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101

AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES (NAME OF PROJECT) PROJECT # 101 THIS AGREEMENT FOR INDEPENDENT CONTRACTOR SERVICES is made this day of, 2013, and entered into by and between the City of Meridian,

More information

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:

More information

TABLE OF CONTENTS. Prefacej... 1

TABLE OF CONTENTS. Prefacej... 1 TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...

More information

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between and HARRISBURG AREA COMMUNITY COLLEGE This Agreement is made between Harrisburg Area Community College (HACC), whose primary address is One HACC

More information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information

Memorandum Potentially Affected AIA Contract Documents AIA Document A105 2007 AIA Document B105 2007 Important Information Memorandum Important information related to requirements of state or local laws to include additional provisions in residential construction contracts Potentially Affected AIA Contract Documents AIA Document

More information

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

More information

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER)

$&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) Regular Session, 2001 $&71R SENATE BILL NO. 1105 (SUBSTITUTE FOR SENATE BILL 812 BY SENATOR SCHEDLER) BY SENATOR SCHEDLER AN ACT To enact Part XXV of Chapter 1 of Title 22 of the Louisiana Revised Statutes

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED

More information

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1

388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1 388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation

More information

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number: HOFSTRA UNIVERSITY Name of Contractor: Address: Social Security or Tax I.D. Number: Independent Contractor Agreement THIS INDEPENDENT CONTRACTOR AGREEMENT (together with any attachments referred to below,

More information

Milwaukee County Department of Parks, Recreation and Culture

Milwaukee County Department of Parks, Recreation and Culture Milwaukee County Department of Parks, Recreation and Culture REQUEST FOR INFORMATION and SCOPE OF SERVICES for third party vendor to provide instruction and coaching services for a MILWAUKEE COUNTY YOUTH

More information

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS

CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS 7-1 CHAPTER 7 PUBLIC PURCHASES, PURCHASE OF LAND OR STRUCTURES AND INVENTORY OF FIXED ASSETS The "Public Purchasing Law" applies to every expenditure of public funds by a governmental body, unless specifically

More information

Department: Public Works. Presented By: Michael J. Michael, City Engineer

Department: Public Works. Presented By: Michael J. Michael, City Engineer CITY OF SHELTON COMMISSION BRIEFING REQUEST (Please Use Bolded Information Inserts) Touch: Feb 17, 2015 Brief: Feb 23, 2015 Action: Mar 2, 2015 Department: Public Works Presented By: Michael J. Michael,

More information

EXHIBIT 1 Standard Contract Addendum

EXHIBIT 1 Standard Contract Addendum EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature

More information

Sample Property Management Agreement PROPERTY MANAGEMENT AGREEMENT

Sample Property Management Agreement PROPERTY MANAGEMENT AGREEMENT Sample Property Management Agreement Property Manager s Address Tel. 321.867.5309 New Rochelle, New York XXXXX Fax (912) 867.5309 PROPERTY MANAGEMENT AGREEMENT THIS AGREEMENT made this 1st day of _November,

More information

HOUSE BILL No. 2087. By Committee on Insurance 1-26. AN ACT enacting the Kansas professional employer organization licensing

HOUSE BILL No. 2087. By Committee on Insurance 1-26. AN ACT enacting the Kansas professional employer organization licensing Session of 00 HOUSE BILL No. 0 By Committee on Insurance - 0 0 AN ACT enacting the Kansas professional employer organization licensing act. Be it enacted by the Legislature of the State of Kansas: Section.

More information

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.

H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.

More information

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS

SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES

PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES PRINCETON, NEW JERSEY REQUEST FOR PROPOSAL MUNICIPAL LEGAL SERVICES 2014 Section 1 General Information The Mayor and Council of Princeton invite qualified firms or individuals to submit proposals for Municipal

More information

CITY OF YPSILANTI, MICHIGAN REQUEST FOR PROPOSAL FOR PROPERTY AND LIABILITY INSURANCE ISSUED BY:

CITY OF YPSILANTI, MICHIGAN REQUEST FOR PROPOSAL FOR PROPERTY AND LIABILITY INSURANCE ISSUED BY: CITY OF YPSILANTI, MICHIGAN REQUEST FOR PROPOSAL FOR PROPERTY AND LIABILITY INSURANCE ISSUED BY: Frances McMullan, City Clerk City of Ypsilanti 1 S. Huron Street Ypsilanti, MI 48197 (734) 483-1100 fmcmullan@cityofypsilanti.com

More information

2013 INSURANCE MANUAL

2013 INSURANCE MANUAL 2013 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) on behalf of Georgia Housing and

More information

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #305-1518

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #305-1518 1. GENERAL CONDITIONS The County of Northampton is soliciting proposals for Workers Compensation and Employers Liability Claims Administration Services in accordance with this Request for Proposals (RFP).

More information

General Property & Liability Insurance

General Property & Liability Insurance COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL General Property & Liability Insurance SUBMITTAL DEADLINE June 28, 2013 RFP NUMBER 13-001 CONTACT Jeremy Willmoth, County Administrator GENERAL REQUIREMENTS 1.

More information