LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

Similar documents
PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL GUIDE RAIL VEGETATION CONTROL

PROPOSAL LIQUID MAGNESIUM CHLORIDE

Contractor s Insurance Requirements

ARTICLE V Indemnification; Insurance

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

OGC-S Owner-Contractor Construction Agreement

Traffic Control Signal Design & Engineering Services

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

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

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Police Department Dispatch Architectural Services

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

Page of 5 PURCHASE AGREEMENT

Master Service Agreement (Updated 9/15/2015)

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

ANNEX A Standard Special Conditions For The Salvation Army

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

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

SECTION IV CONTRACT BID NUMBER

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

The Nuts and Bolts of Contract Risk. Marilyn Rivers, CPCU ARM AIC Director Risk and Safety City of Saratoga Springs, NY

MASTER SUBCONTRACT AGREEMENT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Subcontract Agreement

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

RFP GENERAL TERMS AND CONDITIONS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

ATTACHMENT AA Scope of Work General Services

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

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

Workforce Management Consulting Services

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

RICE UNIVERSITY SHORT FORM CONTRACT

SUBCONTRACT (SHORT FORM)

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

COUNTY OF ROCKLAND DEPARTMENT OF GENERAL SERVICES VENDOR GUIDE TO INSURANCE REQUIREMENTS

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

West Ridge Park Ballfield Light Pole Structural Assessment

SUBCONTRACT CONSTRUCTION AGREEMENT

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

DESIGN SERVICES-ALF SORENSEN NATATORIUM RENOVATIONS CITY OF SPARKS, NEVADA W I T N E S E T H

ATTACHMENT AA Scope of Work Communication Services Interpretation and Translation

ARIZONA STATE UNIVERSITY STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

NORTHERN ARIZONA UNIVERSITY - STANDARD FORM AGREEMENT BETWEEN OWNER AND DESIGN PROFESSIONAL (ANNUAL REQUEST FOR QUALIFICATIONS EDITION)

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

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

AGREEMENT FOR SERVICES

BAKER LAKE WATER REMOVAL, DEBRIS REMOVAL AND RESTORATION PROJECT FALLON COUNTY, MONTANA REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Services Agreement for Public Safety Helicopter Support 1

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

Town of Islip Housing Authority Bid Specifications Waste removal

General Contract Comments The contract s Insurance Requirements should include the following terms or similar wording: It is understood and agreed tha

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

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

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

BUILDING SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

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

7/14/16. Hendry County Purchase Order Terms and Conditions

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

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

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

MCGOUGH STANDARD INSURANCE REQUIREMENTS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

REQUIRED AT PROPOSAL STAGE:

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

Replace Chiller System RFP 2018 Q&A

Transcription:

LEGAL NOTICE Broome County is seeking REQUEST FOR QUALIFICATIONS (RFQ) from all interested and qualified firms to provide professional services to the Broome County Department of Planning and Economic Development as outlined below: REQUEST FOR QUALIFICATIONS In conjunction with the Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update Broome County is seeking an innovative and well qualified team for development of the Broome County Multi- Jurisdictional All-Hazard Mitigation Plan Update. The purpose of the plan is to provide Broome County with an updated framework to mitigate our vulnerability to disasters and improve resiliency, while meeting the requirements and approval of the Federal Emergency Management Agency (FEMA) and the New York State Department of Homeland Security and Emergency Services (DHSES). The Plan must be written in accordance with 44 CFR Part 201.6 and NYS Hazard Mitigation Planning Standards, which outline plan requirements, planning process, content, and plan review requirements. The plan will be developed for Broome County and its 24 municipalities, including rural towns, small villages and urban communities and must: Establish and document municipal and public participation Assess critical facilities Provide an updated assessment of risk and vulnerability for all-hazards (as relevant) Plan for displaced residents, as well as evacuation and sheltering needs Document past mitigation accomplishments Include jurisdictional annexes for each municipal entity (1 county, 1 city, 7 villages, and 16 towns) Develop mitigation actions and identify funding sources Plan for climate change The current plan and other relevant documents can be found on the Broome County Planning Department website, www.gobroomecounty.com/planning/hazardmitigation. The consultant will be required to submit a minimum of three drafts of the Plan: 1) Draft for Local Comment, 2) Draft for Submission, 3) Final Plan. The Draft for Local Comment will be subject to review by representatives from each participating municipality and the Broome County Hazard Mitigation Management Team. The consultant will be responsible for incorporating any suggested changes that are made by FEMA and DHSES into the final plan. The Broome County Planning Department will be the administrative agency for the Plan on behalf of the Management Team. As such, contract administration is the primary responsibility of the staff of the County Department of Planning. As a grant funded project, the selected consultant is expected as necessary to provide documentation of costs incurred, document progress, and to adhere to a budget and timeline to meet the terms of the grant agreement. Staff from the Broome County Planning Department will meet periodically with the consultant and with the Management Team members to monitor the expenditure of funds and status of the work plan. This project is to be done in accordance with all applicable state and federal rules and regulations, including but not limited to the requirements of the grant agreement between Broome County and DHSES. Criteria that will be used for selection of a firm will be based on assessment in the following areas: 1. Specialized experience 2. Ability to integrate innovative approaches to hazard mitigation 3. Capacity and capability of the firm to perform the work

4. Past record of performance with similar projects 5. Familiarity with the area in which the project is located Interested firms must respond by sending five (5) copies of expressions of interest to Beth Lucas, Senior Planner; Broome County Department of Planning and Economic Development; Broome County Office Building; P.O. Box 1766; Binghamton, New York 13902-1766. Technical questions can be directed by e-mail to BLucas@co.broome.ny.us by January 4. All responses should be addressed to and received by the Department of Planning and Economic Development, no later than 4:00 PM, January 10, or the County may choose not to consider them. Please label each envelope Multi-Jurisdictional All-Hazards Mitigation Plan with the name of the firm on the front.

Risk Management & Insurance Specifications Project Description or Contract Number TBD Consultant will prepare the Broome County Hazard Mitigation Plan Date Issued 12-1-2017 Vendor name ( Contractor ) TBD County Department Planning Beth Lucas Please read these specifications very carefully. These specifications are part of your contract with Broome County. It is advisable that you forward a copy of these specifications to your insurance agent. Broome County s waiver of any requirement(s) set forth herein shall not constitute a waiver of any other contract provision. Part I. General Provisions 1. The Contractor shall procure and maintain during the term of this contract, at the Contractor s expense, the insurance policies listed in Part II with limits equal to or greater than the enumerated limits. 2. The contractor shall be solely responsible for any self-insured retention or deductible losses under each of the required policies. 3. Every required policy, including any required endorsements and any umbrella / excess policy, shall be primary insurance. Insurance carried by Broome County, its officers, or its employees, if any, shall be excess and not contributory insurance to that provided by the Contractor. 4. Every required coverage type shall be occurrence basis. 5. The Contractor may utilize umbrella/excess liability coverage to achieve the limits required hereunder; such coverage must be at least as broad as the primary coverage (follow form). 6. All insurance certificates must be approved by the Office of Risk & Insurance Management. See section II for specific requirements regarding insurance proof. 7. The County reserves its right to request certified copies of any policy or endorsement thereto. 8. All insurance shall be provided by insurance carriers licensed & admitted to do business in the State of New York and must be rated A :VII or better by A.M. Best (Current Rate Guide). 9. If the Contractor fails to procure and maintain the required coverage(s) and minimum limits such failure shall constitute a material breach of contract, whereupon Broome County may exercise any rights it has in law or equity, including but not limited to the following: (a) immediate termination of the contract; (b) withholding any / all payment(s) due under this contract or any other contract it has with the vendor (common law set-off); OR (c) procuring or renewing any required coverage(s) or any extended reporting period thereto and paying any premiums in connection therewith. All monies so paid by Broome County shall be repaid upon demand, or at the County s option, may be offset against any monies due to the Contractor.

Part II. Required Insurance Minimum coverage types and amounts 1. Coverage Type Automobile Liability (Comprehensive Form) Must cover owned, non-owned, and hired vehicles Workers Compensation and Employer s Liability If you have no employees (sole proprietor) you may provide an affidavit of exemption. (CE-200) if the box to the left is checked. Disability Insurance If you have no employees (sole proprietor) you may provide an affidavit of exemption. (CE-200) if the box to the left is checked. Professional Liability Claims made coverage must be maintained continuously for a minimum of two (2) years after contract termination Shall not contain restrictions for Contractual liability Express warranties or guarantees Personal injury Proof of additional insured coverage shall be evidenced through a carrier issued endorsement. Minimum Limits 1,000,000 Combined Single Limit Statutory amount / 100,000 Statutory limits 1,000,000 / 3,000,000 Per occurrence / minimum annual aggregate limit 2. The certificate face shall: indicate coverage(s) (other than Workers Compensation & Disability) & minimum amounts required in part II.1 provide that the coverage(s) shall not be cancelled, terminated or materially changed (including an insurance limits reduction) unless thirty (30) days prior written notice has been given to the County Office of Risk & Insurance Management. Disclose all policy exclusions Disclose the amount of self-insured retention or deductibles. Show Products & completed operation 3. Proof of Workers Compensation Coverage must be provided on WCB form C-105.2 or U-26.3 4. Proof of NYS Disability Coverage must be provided on WCB form DB-120.1 OR DB-820/829 OR DB-155 5. The Additional Insured & Certificate Holder should read: County Of Broome Attn: Office of Risk & Insurance Management PO Box 1766 Binghamton, NY 13902-1766

Part III Defense and Indemnification The following provisions concerning indemnification shall not be construed to indemnify the County for damages arising from bodily injury to persons or property contributed to, caused by or resulting from the sole negligence of the County or its employees. The Contractor agrees to indemnify and hold the County of Broome and any officer, employee and/or agent thereof free and harmless from any and all losse(s), penalty(ies), damages, settlement(s), cost(s), charge(s), professional fee(s) or other expense(s) or liability(ies) of every kind arising from or relating to any and all claim(s), lien(s), demand(s), obligation(s), action(s), proceedings or causes of action of any kind in connection with, or arising directly or indirectly from the negligent error(s) and/or omission(s) and/or act(s) of the Contractor (including Contractor s employees, agents or and/or subcontractors) in the performance of this agreement. Without limiting the generality of the preceding paragraphs, the following shall be included in the indemnity hereunder: any and all such claims, etc., relating to personal injury, death, damage to property, or any actual or alleged violation of any applicable statute (including specifically but not limited to New York State Labor Law 200; 202; 240 & 241), ordinance, administrative order, executive order, rule or regulation, or decree of any court of competent jurisdiction in connection with, or arising directly or indirectly from, errors and/or negligent acts by the Contractor, as aforesaid,. Part IV Safety Broome County specifically reserves the right to suspend or terminate all work under this contract whenever Contractor and/or contractor s employees or subcontractors are proceeding in a manner that threatens the life, health or safety of any of contractor s employees, subcontractor s employees, county employees or member(s) of the general public on county property. This reservation of rights by Broome County in no way obligates Broome County to inspect the safety practices of the Contractor. If Broome County exercises its rights pursuant to this part, the contractor shall be given three days to cure the defect, unless Broome County, in its sole and absolute discretion, determines that the service cannot be suspended for three days due to Broome County s legal obligation to continuously provide contractor s service to the public or Broome County s immediate need for completion of the Contractor s work. In such case, Contractor shall immediately cure the defect. If the Contractor fails to cure the identified defect(s), Broome County shall have the right to immediately terminate this contract. In the event that Broome County terminates this contract, any payments for work completed by the Contractor shall be reduced by the costs incurred by Broome County in re-bidding the work and /or by the increase in cost that results from using a difference vendor.