COUNTY EXECUTIVE On behalf of the City of Pittsburgh

Similar documents
Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

County of Allegheny City of Pittsburgh

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

INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE

PORTABLE VIDEO/ SPEAKER SYSTEMS FOR OUTDOOR PARK THEATRES

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

REQUEST FOR QUOTATION

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

RFP GENERAL TERMS AND CONDITIONS

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

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

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

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

RFQ #2766 Sale of Surplus Scrap Metal

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

REQUEST FOR QUOTATION

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

City of New Rochelle New York

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

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES INVITATION FOR B I D. for SETTLER S CABIN POOL VALVE REPLACEMENT

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

BUILDING SERVICES AGREEMENT

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Mold Remediation and Clean Up of Central High School

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

OCIP Contract Language

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

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

Cheyenne Wyoming RFP-17229

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

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

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

SPECIAL CONDITIONS: Description:

REQUEST FOR QUOTATION

MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for CHAIN LINK FENCE SPECIFICATION NO. 7153

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Proposal No:

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

SAMPLE SUBCONTRACTOR AGREEMENT

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Charlotte-Mecklenburg Schools. Request for Qualifications

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

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

INSTRUCTIONS TO BIDDERS

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

HEATING AND COOLING SYSTEM MAINTENANCE

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

PROPOSAL LIQUID CALCIUM CHLORIDE

CCIP ADDENDUM. Blasting or any blasting operations;

TERMS AND CONDITIONS

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

CITY OF ROMULUS CHAPTER 39: PURCHASING

TULLAHOMA UTILITIES BOARD TULLAHOMA, TENNESSEE INVITATION TO BID FOR UNDERGROUND TRENCH LESS CONDUIT INSTALLATION

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Horse Drawn Wagon and Sleigh Rides for Cumberland Museum

CONTRACT for PLUMBING REPAIR SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Date: November 16, 2012 Bid Number:

BACKRGROUND INFORMATION:

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS

REQUEST FOR PROPOSAL

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

REQUISITION & PROPOSAL

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Webb County Purchasing Department

Transcription:

County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City of Pittsburgh WILLIAM PEDUTO MAYOR Inquiry No. RFQ-3210 FA DATE: June 6, 2014 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, MOVING SERVICES in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received electronically until 3:00 P.M on: Friday, June 27, 2014 All quotes must be submitted electronically via http://www.govbids.com/scripts/papg/public/home1.asp. No quotes shall be accepted in person, by US Mail, by private courier, via oral or email communication, telephone or fax transmission. In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS A REQUEST FOR QUOTATION ONLY AND SHOULD NOT BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ALL ITEMS UNDER THIS INQUIRY MUST BE AMERICAN MADE MOVING SERVICES WORKSHEET FOR REFERENCE PURPOSES ONLY PRICING MUST BE SUBMITTED ONLINE OR BID WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES Line Item # Description Unit of Measure #1 Laborer (Price per hour for moving services): Monday Friday Hour #2 Truck Driver (Price per hour): Monday Friday Hour #3 Laborer (price per hour for moving services): Saturday, Sunday, and Hour City-recognized holidays #4 Truck Driver (Price per hour): Saturday, Sunday, and City-recognized Hour holidays #5 Price for packing (if needed) Cost plus % Lot *Note: pricing entered for line item #5 will be read as a percentage PERIOD OF CONTRACT: October 1, 2014 through September 30, 2015 with one (1) year option to renew.

INQUIRY for MOVING SERVICES RFQ# 3210 FA PAGE 2 OF 4 SPECIFICATIONS 1. Above rates are to include standard moving truck (up to 24 long). 2. Price per hour for truck driver shall include one standard size truck (usually 24 ) with driver at hourly rate stipulated. The City reserves the right to order (at the rate stipulated) any size truck that may be necessary to complete requested moves. 3. Any and all travel time is to be included in the above prices. 4. Only those items indicated in this contract will be reimbursable. 5. In most instances, moving services for any/all city departments will not be scheduled for Saturdays, Sundays or City-recognized holidays. 6. However, there could be instances when moving services are required on these days. Please list below or on a separate cover any additional prices for Saturdays, Sundays and holidays. 7. Locations covered under this contract will include any city owned and/or rented buildings throughout the City of Pittsburgh. Successful vendor may be required to make moves to locations outside City of Pittsburgh limits. 8. Travel time is reimbursable between pick-up and drop-off sites as may be dictated by each job requirement, but travel time is not reimbursable to initial job site or from final drop-off destination. 9. Vendor must respond to all phone requests within four (4) hours during a normal working day (Monday - Friday, 8:00 a.m. 4:30 p.m.). When requests are made after 1:00 p.m., vendor must respond before 10:00 a.m. the next day. The City recommends the awarded vendor carry a cell phone. 10. Vendor, please state normal working hours, premium time hours. 11. The awarded contractor must be able to respond to a request for services within three (3) working days of receiving the request. 12. The City reserves the right to do any moving work with its own forces, or use other methods in the best interest of the City. 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.

INQUIRY for MOVING SERVICES RFQ# 3210 FA PAGE 3 OF 4 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. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion. 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. ANTI-SWEATSHOP PROVISIONS The attached Anti-Sweatshop Document must be completed and submitted with your electronic quotation. PERIOD OF CONTRACT: October 1, 2014 through September 30, 2015 with one (1) year option to renew.

INQUIRY for MOVING SERVICES RFQ# 3210 FA PAGE 4 OF 4 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. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice.