SAW CONSORTIUM Request for Proposal for FSA, Premium Conversion, COBRA, and HSA Administration - Effective 1/1/16

Similar documents
MANDATORY GENERAL TERMS AND CONDITIONS:

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:

MANDATORY GENERAL TERMS AND CONDITIONS

Request for Proposal. RFP # Towing Services Inoperable Vehicles

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Delinquent Tax Collection Services

Invitation For Bid. Uniforms IFB U

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

GENERAL TERMS AND CONDITIONS

Tobacco Use Prevention Grantees FY

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

Botetourt County Public Schools

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

Request for Proposals for Agent of Record/Insurance Broker Services

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

Request for Proposal Public Warning Siren System April 8, 2014

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

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Mold Remediation and Clean Up of Central High School

RFP GENERAL TERMS AND CONDITIONS

PROCUREMENT POLICY Originally Adopted April 1983 Revised: February 26, 2014

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

Culpeper County Public Schools

REQUEST FOR PROPOSAL. Nurturing Parent Program

COUNTY OF PRINCE WILLIAM

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road

Request for Proposal. RFP # Fire and EMS Strategic Planning Consultant

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

Invitation for Sealed Bids

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

NORTHWESTERN COMMUNITY SERVICES

REQUEST FOR PROPOSALS

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA

INVITATION FOR BID ISSUE DATE: 6/21/16 IFB:

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

REQUEST FOR PROPOSAL # FOR. Architectural and Historical Nonprofessional Services for Architectural Survey of Amherst County

INVITATION TO BID (ITB)

Request for Proposal (RFP) # For. Fireworks Display

Eastern Shore of VA Commission REQUEST FOR PROPOSALS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COMMONWEALTH OF VIRGINIA CONTRACT

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

Invitation for Bids IFB # VIT

CONTRACT FOR SERVICES RECITALS

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

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

COUNTY OF PRINCE WILLIAM

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

REQUEST FOR PROPOSAL ISSUE DATE: 11/22/2017 RFP #

Request for Proposal Airwatch Mobile Device Management

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

Request for Proposals. Forensic Accounting Audit Services

COUNTY OF NORTHAMPTON, VIRGINIA REQUEST FOR PROPOSALS FOR AUTOMATED AMBULANCE BILLING, INSURANCE SERVICES & COLLECTION SYSTEM

SECTION D: Fiscal Management. Funds for Instructional Materials and Office Supplies

FIXTURING/INSTALLATION AGREEMENT

INSTRUCTIONS TO BIDDERS

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

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

ACA UNIFORM TERMS AND CONDITIONS

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

SECTION D: Fiscal Management. DA Management of Funds 4/14. DB Annual Budget 7/15. DG Custody and Disbursement of School Funds 4/15

STATEMENT OF BIDDER'S QUALIFICATIONS

Chapter 26. The Contract

8570 EXECUTIVE PARK AVENUE FAIRFAX, VIRGINIA REQUEST FOR PROPOSAL. Date Issued: June 9, Deadline for Questions: 2:00 p.m.

Request for Sealed Proposals

COUNTY OF PRINCE WILLIAM

STATE BOARD FOR COMMUNITY COLLEGES

Invitation for Sealed Bids

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

ANNEX A Standard Special Conditions For The Salvation Army

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CONTRACT E MA2058 BETWEEN THE COMMONWEALTH OF VIRGINIA AND SONNY MERRYMAN, INC.

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

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

COMMISSION ADOPTED POLICY Procurement Policy

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

CHESAPEAKE PUBLIC SCHOOLS Purchasing Department School Administration Building 312 Cedar Road Chesapeake, Virginia 23322

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

COMMONWEALTH OF VIRGINIA CONTRACT

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

REQUEST FOR PROPOSAL (RFP)

Transcription:

RFP: #FS-0515 SAW CONSORTIUM Request for Proposal for FSA, Premium Conversion, COBRA, and HSA Administration - Effective 1/1/16 Issue Date: May 19, 2015 Proposal Due Date: June 5, 2015, 4:00 pm Period of Contract: From Date of Award, effective January 1, 2016 through December 31, 2017, with the option to renew for four additional oneyear terms, contingent upon the availability of funds. Your firm is invited to submit a proposal to provide FSA, Premium Conversion, COBRA and HSA Administration Services for members of the SAW Consortium collectively, and in accordance with the enclosed specifications. SAW Consortium members are as follows: County of Augusta and Schools, including: Valley Vo-Tech and Augusta County Service Authority City of Staunton and Schools City of Waynesboro and Schools The submittal of one original hardcopy proposal, four (4) additional hardcopies marked A Proposal for FSA, Premium Conversion, COBRA, and HSA Administration, and a complete electronic copy of your proposal, including RFP Required Responses in excel format must be received no later than 4:00 p.m. on June 5, 2015, by Karen Glass, Senior Benefit Analyst, Karen.glass@mma-ksph.com (804) 200-6753 Marsh & McLennan Agency, LLC (MMA) 4191 Innslake Drive, Suite 211 Glen Allen, Virginia 23060 Time is of the essence and any proposal received after 4:00 p.m., June 5, 2015, whether by mail or otherwise, will be returned unopened. The time of receipt shall be determined by MMA. Proposals shall be placed in a sealed container, marked with the RFP number, title, and the date and hour proposals are scheduled to be received. Offerors are responsible for ensuring that their proposal is stamped by the deadline indicated. Nothing herein is intended to exclude any responsible firm or in any way restrain competition. To the contrary, all responsible firms are encouraged to submit proposals. The SAW Consortium reserves the right to award in part or in whole or to reject any or all proposals. Should you have any questions regarding the procurement process, please feel free to contact Debby Berrington at (540) 245-5126. Questions of a substantive nature concerning the RFP should be put in writing and faxed or e-mailed to our consultants at MMA, to the attention of Karen Glass, phone: 804-200-6753, Karen.glass@mma-ksph.com. Note that the deadline for submission of questions is May 27, 2015. MMA will issue addenda to all offerors listing all questions received and the SAW Consortium s response. Offerors will be required to acknowledge receipt of each addendum. G:\KSPH partners\clients\saw Consortium\0116 Plan Year\FSA Cobra HSA Admn\RFP document - FSACOBRAHSA 051115.docx, 5/19/2015

Table of Contents I. Background 1 II. General Information 2 III. Scope of Services 3 IV. General Contract Terms and Conditions 7 V. Proposal Submission Requirements 20 VI. Proposal Evaluation/Selection Process 21 VII. Attachments A: Proposal Signature Sheet B: RFP Information C: RFP Required Responses G:\KSPH partners\clients\saw Consortium\0116 Plan Year\FSA Cobra HSA Admn\RFP document - FSACOBRAHSA 051115.docx, 5/19/2015

I. Background Since 2006, SAW has contracted with LD&B for FSA and COBRA Administration services. There are currently no Health Savings Accounts funded by any entity of the SAW Consortium. Effective 1/1/16, SAW may make a high deductible plan available, which will enable participants to have Health Savings Accounts. A. Purpose The purpose and intent of this Request for Proposal (RFP) is to obtain price proposals for FSA, COBRA, Premium Conversion, and HSA services for a January 1, 2016 effective date. The intent will be to enter into a SAW Consortium contract, with some or all members participating. MMA is working with these entities in a consulting role to review and make recommendations with regard to FSA, COBRA, Premium Conversion, and HSA services. Among the criteria to be used in evaluating the overall quality of each offeror will be the ability to provide accurate and efficient account administration and superior services. We are requesting the following: 1. Service and price proposals for FSA, COBRA, Premium Conversion, and HSA Administration services on a fee-for-service basis for employees and dependents of the SAW Consortium. FEES SHOULD BE NET OF COMMISSIONS AND PRICING MUST NOT BE CONTINGENT UPON THE ABILITY OF THE OFFEROR TO SELL OTHER PRODUCTS. Indicate if there is a special pricing arrangement for having any of the products purchased on a bundled basis. Also, please indicate the effect on pricing if different numbers of entities elect to purchase the different products. 2. Ability to produce separate billing and reports for each entity. Payroll data will be transmitted separately. Confirm that you are able to administer each FSA and HSA plan independent of the other entities. This is a cooperative RFP issued by the Augusta County School Board on behalf of the SAW Consortium members for their respective requirements. Given this, the Augusta County School Board is acting solely as Solicitation Agent for those concerned and shall not be liable for any costs, damages, et cetera, incurred by any other employer in the event they separately enter into contract(s) outside a SAW Consortium contract. G:\KSPH partners\clients\saw Consortium\0116 Plan Year\FSA Cobra HSA Admn\RFP document - FSACOBRAHSA 051115.docx, 5/19/2015 Page 1 of 21

II. General Information Issue Date: Tuesday, May 19, 2015 RFP Number: Title: Period of Contract: FS-0515 Request for Proposal for FSA, Premium Conversion, COBRA, and HSA Administration From Date of Award, effective January 1, 2016 through December 31, 2017, with the option to renew for four additional one-year terms, contingent upon the availability of funds. Due Date: Friday, June 5, 2015 Effective Date: January 1, 2016 Current Vendor: Plan Year: Current/Proposed Plan Design: RFP Contact: Commissions: Declination to Quote: Deviations: Rate Guarantee: Submission: Plan design: FSA, COBRA, Premium Conversion: Layman, Diener & Borntrager. There are no HSA accounts currently. Note that Waynesboro Schools does not currently use LD&B for COBRA, but will consider for 2016. Calendar year FSA, Premium Conversion, COBRA, and HSA Administration. All questions should be submitted in writing to: Karen Glass, Senior Benefit Analyst 4191 Innslake Dr, Ste 211, Glen Allen, Virginia 23060 Karen.glass@mma-ksph.com Fax: 804-747-3565 Your quote should be net of commissions. If you decline to quote, please provide a declination letter to MMA. Note all deviations to this proposal in a cover letter accompanying your response. All rates and/or fees must be guaranteed for at least one year. Multi-year rate guarantees are an important component to the decision-making process and are preferable. Please submit an original hardcopy (so marked) and four copies of your proposal, signed by your contractually binding authority. Also, email a copy of your proposal, including the RFP Required Responses in Excel format to Karen.glass@mma-ksphllc.com. Please quote a proposal matching the current provisions of the current FSA and COBRA plans, provided in RFP Information file. Please also quote Premium Conversion and HSA administration.

III. Scope of Services (PLEASE RETURN THIS IN YOUR PROPOSAL IN WORD FORMAT WITH YOUR CONFIRMATION OF ABILITIY TO AMINISTER EACH PROVISIONS) This scope of services is intended to establish minimum service requirements, performance standards, and specific conditions that the offeror should meet in order to fulfill the SAW Consortium s objectives as stated in Section I of this RFP. The offeror must outline in writing how each of these minimum service requirements, performance standards, and specific conditions are to be met. Offerors are encouraged to provide additional services, which will enhance their ability to meet the objectives. A. Minimum Services to be Performed Premium Conversion 1. Provide plan document and periodically update for compliance (see 5. below). 2. Perform annual discrimination testing. 3. Provide support and guidance to entities with questions. 4. Provide enrollment kits for new hires that include premium conversion. Also provide salary reduction agreement forms and change forms. Flexible Spending Account Administration 5. Provide to the Employer a Plan Document which will qualify the Plan, at the time the document is delivered, as a Cafeteria Plan under Internal Revenue Code ( Code ) Section 125 as long as properly administered by the Employer. Provide the Employer an Adoption Agreement for its use in adopting the Plan Document. Provide copies of amendments to the Plan Document needed for continued qualification of the Plan. 6. Provide a specimen board resolution for reference by the Employer s Attorney in drafting the appropriate documents authorizing the adoption of the Plan by use of the Adoption Agreement. 7. Provide sample text for an announcement letter for use by the Employer in communicating the Plan to its employees. 8. Provide standard employee communication and enrollment forms for employees to elect participation in the Plan. 9. Provide any available information about the operation of the Plan that it maintains in its files to the Employer for its use in any required annual reporting to the Internal Revenue Service, Department of Labor or other government agency. 10. Provide Summary Plan Descriptions for each entity. 11. Upon audit by the Department of Labor and/or the Internal Revenue Service, the vendor may provide DOL or IRS and or the employer with any and all information in their records as required and requested by either of these agencies 12. Test Plan participation for discrimination under Code Section 125 and Code Sections 105, 106, and 129, if applicable. Test participation at the time of enrollment and at each renewal date of the Plan, if renewed. Test between anniversary dates only if requested in writing by the Employer. Additional testing will require an additional service fee to be quoted to the Employer upon request. 13. Provide support and guidance to entities with questions. G:\KSPH partners\clients\saw Consortium\0116 Plan Year\FSA Cobra HSA Admn\RFP document - FSACOBRAHSA 051115.docx, 5/19/2015 Page 3 of 21

14. Provide additional employee communication materials and enrollment forms for employees to elect each spending account option and their contributions to each. 15. Provide enrollment counseling during normal business hours at the Employer s main location(s). 16. Administer the claims to and payments from each spending account. In administering the accounts, vendor will do the following: a. Provide materials explaining to the employees how to use the accounts, including guidance on the reimbursable expenses. b. Provide forms for use by the employees in requesting expense reimbursements from their accounts. c. Process claim forms received from the employees. Processing will include verifying eligibility and proper documentation of the expense and calculation of the reimbursement due, but will not include verifying whether the expense claimed qualifies for reimbursement. Vendor will update the employees contributions to separate accounts and ascertain that funds are available from the employees appropriate accounts for reimbursement. d. Issue checks or vendor drafts to the employee only if funds are made available from the Employer for such reimbursement. e. Provide debit cards for members. 17. Provide statements for each participating employee showing: a. funds contributed to each spending account b. funds paid for claims c. claims received by offeror but not yet paid d. remaining funds available for claims A statement will be provided with each reimbursement check. All participants will receive a semi-annual or annual statement (depending on each entity s preference). 18. Provide consulting services on the administration of the Plan as described in the proposal issued to the employer by the offeror. 19. Provide assistance in the development of a program to communicate the Plan to the employees as described in the proposal issued to the employer by the offeror. 20. Maintain separate accounts or subgroups as required by the Consortium. 21. Provide your toll-free customer service numbers and hours of operation. 22. Provide a service contract as well as any other contractual documents necessary to this proposed arrangement no later than September 1, 2015. 23. Designate a point of contact responsible for resolving problems, answering claims questions and administrative or billing issues, and expediting services related to overall performance of the contract.

24. Provide a website with secure information for each participant to access their account data. 25. Provides records and documents that identify participants by a means other than social security numbers. COBRA 26. Assist in relationship to the duties and responsibilities stated in 29 U.S.C.A. 1161, et seq. (continuation coverage under group health plans) and to accomplish and perform those notifications on behalf of SAW as stated in said Act as it relates to SAW s employees' (and dependents') medical coverage, dental coverage, and flexible spending accounts. 27. Provide SAW with timely confirmation reports upon the providing of said notices and shall provide other reports and documentation to SAW, so as to keep SAW fully appraised about COBRA compliance and current with the performance of this contract. 28. Provide timely current and updated information to SAW relating to compliance with COBRA, including any changes or modifications in compliance requirements and related steps necessary to act in accordance with said changes/modifications. 29. Attend any audit held by the Internal Revenue Service, or hearing by any governmental agency or bureau, regarding compliance with COBRA by SAW, and will provide, at such audit or hearing or as otherwise deemed necessary by SAW, records and documentation so as to assist Second Party with evidence compliance with COBRA. 30. Timely enroll and bill COBRA enrollees once continuation is elected. This aspect includes collecting premium, submitting payments to vendors not later than 30 days, and notifying vendors of terminations for non-payment of premium not later than 30 days. 31. Assure compliance with all privacy and security requirements of the Health Insurance Portability and Accountability Act (HIPAA) and execute a separate business associate agreement to the extent that HIPAA applies to SAW. 32. Upon expiration or termination of this contract provide within two weeks of request at no additional cost to SAW access to an electronic and paper copy of all data, reports, and other records that relate to the services provided and to individuals who were or are SAWs employees and their dependents. 33. Vendor will receive COBRA bills directly from vendors, pay them directly to vendors, and handle terminations directly with vendors. 34. Agree to a contract for the entire two-year term which can only be terminated by the successful offeror for non-payment of fees. HSA 35. Please also quote HSA Administration. There are no HSA plans currently, but a high deductible HSA plan will be offered for 1/1/16.

B. Additional Specific Conditions 1. No gain or loss provision: No member (employees, COBRA continuants, retirees, and dependents) currently covered by the SAW Consortium s health care plans shall suffer a loss of benefit coverage as a result of changing contractors. Any actively-atwork requirement shall be waived. 2. Transfer of data and records: The offeror must agree that at termination or expiration of the contract, all data and records necessary to administer the health care program shall be transferred to the new contractor within thirty days of the SAW Consortium members request. Such transfer may be accomplished either by tape or by paper based upon the mutual agreement between the outgoing contractor and the SAW Consortium. 3. HIPAA compliance: The offeror is expected to be in compliance with all HIPAA regulations with regard to EDI standards, Privacy Rules, and Security 4. Use of Agreement by Third Parties If agreeable with MMA, these organizations may have access to this Agreement: 1) any Virginia governmental entities and or 2) any Virginia School systems. MMA will respond promptly to a request from any of these organizations for access to the Agreement, but is NOT required to enter into an equivalent agreement with the organization. Although the organizations may have access to the Agreement, their entry into any equivalent agreement with MMA is strictly optional. If an organization chooses to enter into an equivalent agreement, it will so notify MMA in writing, and will proceed to execute such an agreement. SAW Consortium will have no responsibility whatsoever for payment of invoices rendered to the organization, resolution of problems, or administration of contractual claims. The SAW Consortium s sole intent is to provide other organizations with access to the Consortium s agreements and to provide selected firms with the opportunities to do business with other organizations. It is understood and agreed that the Consortium is not responsible for the acts and omissions of any member, and will not be considered in default of the Agreement no matter the circumstances. C. Proposed Schedule Activity Date Data from SAW Consortium entities...april 30, 2015 MMA releases RFP to vendors and responds to questions... May 18, 2015 Proposals due... June 5, 2015 RFP results are presented to SAW by MMA...August 6, 2015 Finalist presentations to SAW by vendors... Third or Fourth week in August 2015 Vendor selection based on finalist meeting and negotiations....august 2015 MMA confirms services, fees, and performance guarantees with vendors and SAW entities. (No meeting necessary)...august 2015 MMA and vendor develop open enrollment communication materials... September 2015 Open enrollment and employee meetings... October/November 2015 Effective date for 2016 plan year... January 1, 2016

IV. General Contract Terms and Conditions (PLEASE RETURN THIS IN YOUR PROPOSAL IN WORD FORMAT WITH YOUR CONFIRMATION OF ABILITIY TO AMINISTER EACH PROVISIONS) (Vendor: The general rules and conditions which follow apply to purchases and become a definite part of each formal solicitation and resulting contract award issued by the Purchasing Department, unless otherwise specified. Bidders or their authorized representatives are expected to inform themselves fully as to the conditions, requirements, and specifications before submitting bids; failure to do so will be at the bidder s own risk and relief cannot be secured on the plea of error.) Subject to all State and local laws, policies, resolutions, and regulations and all accepted rules, regulations and limitations imposed by legislation of the Federal Government, bids on all solicitations issued by the Purchasing Department will bind bidders to applicable conditions and requirements herein set forth unless otherwise specified in the solicitation. 1.1 ANTI-DISCRIMINATION: By submitting their bid, the Bidder certifies to the School Board that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipients religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender, or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body (Code of Virginia, 2.2-4343.1E). In every contract over $10,000 the provisions in 1.1.1 through 1.1.4 below apply: During the performance of this contract, the contractor agrees as follows: 1.1.1 The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 1.1.2 The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer. 1.1.3 Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements; 1.1.4 The Contractor will include the provisions of 1.1.1 above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. 1.2 ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the School Board all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the School Board under said contract. 1.3 APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia, and any litigation

with respect thereto shall be brought in the courts of the Commonwealth. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. 1.4 ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the Contractor in whole or in part without the written consent of the School Board and other participating jurisdictions. 1.5 AUTHORITY: The Finance Department has the sole responsibility and authority for issuance of invitations to bid, request for proposals, negotiations, placing and modifying invitations, requests, purchase orders and awards issued by and for the School Board of Augusta County. In the discharge of these responsibilities, the Finance Department may be assisted by delegating authority to Directors and other school board staff. No other School Board officers or employee is authorized to enter into purchase negotiations, change orders, contracts, or in any way obligate the School Board for indebtedness. Any purchase order or contract made which is contrary to these provisions and authorities shall be of no effect and void, and the School Board shall not be bound thereby. 1.6 CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways: 1. The parties may agree in writing to modify the terms, conditions, or scope of the contract. Any additional goods or services to be provided shall be of a sort that is ancillary to the contract goods or services, or within the same broad product or service categories as were included in the contract award. Any increase or decrease in price of the contract resulting from such modification shall be agreed to by the parties as a part of the written agreement to modify the scope of the contract. 2. ACSB may order changes within the general scope of the contract at any time by written notice to the Contractor. Changes within the scope of the contract include, but are not limited to things such as services to be performed, the method of packing or shipment and the place of delivery of installation. The Contractor shall comply with the notice upon receipt, unless the contractor intends to claim an adjustment to compensation, schedule, or other contractual impact that would be caused by complying with such notice, in which case the contractor shall, in writing, promptly notify ACSB of the adjustment to be sought, and before proceeding to comply with the notice, shall await the Purchasing Agency s written decision affirming, modifying, or revoking the prior written notice. If ACSB decides to issue a notice that requires an adjustment to compensation, the Contractor shall be compensated for any additional costs incurred as the result of such order and shall give ACSB a credit for any savings. Said compensation shall be determined by one of the following methods: a. By mutual agreement between the parties in writing; or b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units or work performed, subject to ACSB s right to audit the contractor s records and/or determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided in the contract. The same markup shall be used for determining a decrease in price as a result of savings realized. The contractor shall present ACSB with all vouchers and records of expenses incurred and savings realized. ACSB shall have the right to audit the records of the contractor as it deems necessary to determining the costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to ACSB within thirty days from the date of receipt of the written order from ACSB. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the

existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by ACSB or with the performance of the contract generally. 1.7 CLARIFICATIONS OF TERMS: If any prospective bidder has questions about the specifications or other solicitation documents, the prospective bidder should contact the buyer whose name appears on the face of the solicitation no later than five (5) working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. 1.8 CONTRACT DOCUMENTS: The Contract entered into by the parties shall consist of this IFB or RFP, the signed bid submitted by the Contractor, the Notice of Award or Purchase Order/Contract, the General and Special Terms and Conditions, the listed Specifications and drawings, if any, including all modifications thereof, all of which shall be referred to collectively as the Contract Documents. All time limits stated in the Contract Documents are the essence of the Contract. 1.9 CONTRACTUAL DISPUTES: Any dispute concerning a question of fact including claims of money or other relief as a result of a contract with ACSB which is not disposed of by agreement shall be decided by the Supervisor of Purchasing, who shall reduce a decision to writing and mail or otherwise forward a copy thereof to the Contractor within ten (10) days. The decision of the Supervisor of Purchasing shall be final and conclusive unless the Contractor appeals within ten (10) days of receipt of the written decision. Contractual claims, whether for money or other relief, shall be submitted in writing no later than sixty (60) days after final payment; however, written notice of the Contractor s intention to file such a claim shall have been given at the time of the occurrence or beginning of the work upon which the claim is based. Pendency of claims shall not delay payment of amounts agreed due in the final payment. 1.10 DEFAULT: In case of failure to deliver goods and services in accordance with the contract terms and conditions, the School Board, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the School Board may have. 1.11 DEBARMENT STATUS: By submitting their bid, the Bidder certifies that he/she is not currently debarred by the Commonwealth of Virginia or ACSB from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. 1.12 DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

1.13 ETHICS IN PUBLIC CONTRACTING: By submitting their bid, bidders certify that their bid is made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. 1.14 EXHAUSTION OF ADMINISTRATIVE REMEDIES: No potential Bidder or Contractor shall institute any legal action until all administrative remedies available under this solicitation and resulting contract have been exhausted and until all statutory requirements have been met. 1.15 IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their bid, Bidders certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 1.16 INVOICES: Invoices for goods and/or services ordered, delivered and accepted shall be submitted by the Contractor(s) directly to the payment address shown on the purchase order/contract. All invoices shall reference said purchase order/contract number and shall be in the same legal name of the Contractor as indicated on the Contract. 1.17 LABELING OF HAZARDOUS SUBSTANCES: If the items or products requested by this solicitation are Hazardous Substances as defined by Section 1261 of Title 15 of the United States Code (U.S.C.) then the Bidder, by submitting his/her bid, certifies and warrants that the items or products to be delivered under this contract shall be properly labeled as required by the foregoing sections and that by delivering the items or products the Bidder does not violate any of the prohibitions of Title 15 of the U.S.C. or Section 1263. 1.18 MANDATORY USE OF FORM AND TERMS AND CONDITIONS: Failure to submit a bid on the form provided for that purpose shall be cause for rejection of the bid. Modification of or additions to any portion of the Invitation for Bids may be cause for rejection of the bid; however, the School Board reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid as non-responsive. As a precondition to its acceptance, the School Board may, in its sole discretion, request that the bidder withdraw or modify non-responsive portions of a bid which do not affect quality, quantity, price, or delivery. 1.19 MATERIAL SAFETY DATA SHEETS: Material and Safety Data Sheets shall be provided within two (2) business days upon request for each chemical and/or compound offered. Failure on the part of the Contractor to submit such data sheets may be cause for declaring the Contractor in default. 1.20 MODIFICATION OF CONTRACT: ACSB may, upon mutual agreement with the Contractor, issue written modifications to the scope of work/specifications of this contract, and within the general scope thereof, except that no modifications can be made which may result in an increase of the original contract price by a cumulative amount of more than $50,000 or 25%, whichever is greater, without the advance written approval of the County School Board. In making any modification, the resulting increase or decrease in cost for the modification shall be determined by one of the following methods as selected by the Purchasing Supervisor:

The written modification shall stipulate the mutually agreed price for the specific addition to or deletion from the scope of work/specifications, which shall be added to or deducted from the contract amount. The written modification shall stipulate the number of unit quantities added to or deleted from the contract and multiplied by the unit price, which shall be added to or deducted from the contract amount. The written modification shall direct the Contractor to proceed with the work and to keep, and present in such form as ACSB may direct, a correct account of the cost of the change together with all vouchers therefore. The cost shall include an allowance for overhead and profit to be mutually agreed upon by ACSB and the Contractor. 1.21 NONDISCRIMINATION OF CONTRACTORS: A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, or any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services or disbursements from an alternate provider. 1.22 OFFICIAL NOT TO BENEFIT: 1.22.1 Each Bidder shall certify upon signing a bid that to the best of his/her knowledge no ACSB official or employee having official responsibility for the procurement transaction or member of his/her immediate family has received or will receive any financial benefit of more than nominal or minimal value relating to the award of this contract. If such a benefit has been received or will be received, this fact shall be disclosed with the bid or as soon thereafter, as it appears that such a benefit will be received. Failure to disclose the information prescribed above may result in suspension or debarment or recession of the contract made or could affect payment pursuant to the terms of the contract. 1.22.2 Whenever there is a reason to believe that benefit of the sort described in the paragraph above has been or will be received in connection with the bid or contract and that the Contractor has failed to disclose such benefit or has inadequately disclosed it, ACSB, as a prerequisite to payment pursuant to the Contractor, or at any time may require the contractor to furnish, under oath, answers to any interrogatories related to such possible benefit. 1.22.3 In the event the Bidder has knowledge of benefits as outlined above, this information should be submitted with the bid. If the above does not apply at time of award of contract and becomes known after the inception of a contract the Bidder shall address the disclosure of such facts to: Supervisor of Purchasing, Augusta County School Board, 6 John Lewis Road, Fishersville, VA 22939. The Invitation for Bids Number shall be referenced in the disclosure. 1.23 PAYMENT TO PRIME CONTRACTOR: 1.23.1 Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the purchase order number; social security number (for

individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations). 1.23.2 Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days. 1.23.3 All goods or services provided under this contract or purchase order, that are to be paid with public funds, shall be billed by the contractor at the contract price, regardless of which public agency is being billed. 1.23.4 The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act. 1.24 PAYMENT TO SUBCONTRACTORS: A contractor awarded a contract under this solicitation is hereby obligated to: 1.24.1 Pay the subcontractor(s) within seven days of the contractor s receipt of payment from the School Board for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or 1.24.2 Notify the agency and the subcontractor(s), in writing, of the Contractor s intention to withhold payment and the reason for such. 1.24.3 The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven days following receipt of payment from the School Board, except for amounts withheld as stated in (2) above. The date of mailing any payment by U.S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the School Board or any participating jurisdiction. 1.25 PRECEDENCE OF TERMS: All of these General Terms and Conditions shall apply in all instances. In the event there is a conflict between any of the General Terms and Conditions and Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. 1.26 PROTEST OF AWARD OR DECISION TO AWARD: Any Bidder may protest the award or decision to award a contract by submitting a protest in writing to the Bid Protest Officer no later than ten (10) days after public notice of the award or the announcement of the decision to award, whichever occurs first. The written protest shall include the basis for the protest and the relief sought. The Bid Protest Officer shall issue a decision in writing within ten (10) days of the receipt of the protest stating the reasons for the action taken. 1.26.1 If prior to award it is determined that the decision to award is arbitrary and capricious then the sole relief shall be a finding to that effect. The Supervisor of Purchasing shall cancel the proposed award or revise it to comply with the law. If, after an award, it is determined that an award of a contract was arbitrary and capricious, then the sole relief shall be as hereinafter provided. Where the award has been made but performance has not begun, the performance of the contract may be declared void by ACSB. Where the award has been made and performance begun, the Supervisor of Purchasing may declare the contract void upon finding that this action is in the best interest of ACSB. Where a contract is declared void, the performing Contractor shall be compensated for the cost of performance at the rate specified in the contract up to the time of such declaration. In no event shall the performing Contractor be entitled to lost profits.

1.26.2 Pending final determination of a protest or appeal, the validity of a contract awarded and accepted in good faith in accordance with this paragraph shall not be affected by the fact that a protest or appeal has been filed. 1.26.3 An award need not be delayed for the period allowed a Bidder to protest, but in the event of a timely protest, no further action to award the contract will be taken unless there is a written determination that proceeding without delay is necessary to protect the public interest or unless the offer would expire. 1.27 QUALIFICATIONS OF BIDDERS: The School Board may make reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall furnish to the School Board all such information and data for this purpose as may be requested. The School Board reserves the right to inspect bidder s physical facilities prior to award to satisfy questions regarding the bidder s capabilities. The School Board further reserves the right to reject any bid if the evidence submitted by, or investigations of, such bidder fails to satisfy the School Board that such bidder is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. 1.28 SMALL AND MINORITY BUSINESS ENTERPRISES: It is the policy of ACSB to undertake every effort to increase opportunity for utilization of small and minority businesses in all aspects of procurement to the maximum extent feasible. In connection with the performance of this contract, the Contractor agrees to use their best effort to carry out this intent and ensure that Small and Minority Businesses shall have the maximum practicable opportunity to compete for subcontract work under this contract consistent with the efficient performance of this contract. Contractors may rely on oral or written representation by subcontractors regarding their status as small and/or minority business enterprises in lieu of an independent investigation. Where Federal grants or monies are involved, it is the policy of the School Board through its agents and employees to comply with the requirements set forth in the Standards governing State and Local Grantee Procurement of the U.S. Office of Management and Budget Circular No. A-102, Uniform Administrative Requirements for Grants-in-Aid to State and Local Governments, as they pertain to small and minority business utilization. 1.29 TAX EXEMPTION: ACSB is exempt from the payment of federal excise or Virginia Sales and Use Tax. The bid price must be net, exclusive of taxes. When under established trade practices, any federal excise tax is included in the list price; the Bidder may quote the list price and shall show separately the amount of federal excise tax, either as a flat sum or as a percentage of the list price, which shall be deducted by ACSB. 1.30 TERMINATION FOR CONVENIENCE: ACSB reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, whenever the Supervisor of Purchasing determines that such a termination is in the best interest of ACSB. Any such termination shall be effected by delivery to the Contractor, at least ten (10) working days prior to the termination date, a Notice of Termination specifying the extent to which performance shall be terminated and date upon which such termination becomes effective. After receipt of a notice of termination, the Contractor must stop all work or deliveries under the purchase order/contract on the date and to the extent specified; however, any contract termination notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of termination. An equitable adjustment in the contract price shall be made for completed service, but no amount shall be allowed for anticipated profit on unperformed services. 1.31 TESTING AND INSPECTION: ACSB reserves the right to conduct any test or inspection it may deem advisable to ensure services conform to the specification.

1.32 USE OF BRAND NAMES: Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article which the ACSB, in its sole discretion, determines to be equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The bidder is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable ACSB to determine if the product offered meets the requirements of the solicitation. ONLY THE INFORMATION FURNISHED WITH THE BID WILL BE CONSIDERED IN THE EVALUATION. FAILURE TO FURNISH ADEQUATE DATA FOR EVALUATION PURPOSES MAY RESULT IN DECLARING A BID NON-RESPONSIVE. Unless the bidder clearly indicates in its bid that the product offered is an equal product, such bid will be considered to offer the brand name product referenced in the solicitation. 1.33 VIRGINIA FREEDOM OF INFORMATION ACT: Except as provided herein, all proceedings, records, contracts and other public records relating to procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the Virginia Freedom of Information Act. 1.33.1 Cost estimates relating to a proposed transaction prepared by or for a public body shall not be open to public inspection. 1.33.2 Any Bidder, upon request, shall be afforded the opportunity to inspect bid records within a reasonable time after the opening/receipt of all bids, but prior to award, except in the event that ACSB decides not to accept any of the bids and to resolicit. Otherwise, bid records shall be open to public inspection only after award of the contract. Any inspection of procurement transaction records under this section shall be subject to reasonable restrictions to ensure the security and integrity of the records. 1.33.3 Trade secrets or proprietary information submitted by any Bidder or Contractor in connection with a procurement transaction shall not be subject to public disclosure under the Virginia Freedom of Information Act, however, the Bidder or Contractor must invoke the protection of this section in writing prior to or upon submission of the data or other materials, and must identify the data or other materials to be protected, and state the reasons why protection is necessary. 1.33.4 Nothing contained in this section shall be construed to require ACSB to furnish a statement of the reason(s) why a particular bid was not deemed to be the most advantageous to ACSB. 1.34 CONTRACTOR EMPLOYEE BACKGROUND REQUIREMENTS To protect the safety of students and school employees, (the contractor) certifies to the Division Superintendent that none of (the contractor s) employees, whether new or current, full-time or part-time, permanent or temporary, who will have direct contact with students, whether on- or off-campus, by virtue of this contract, (i) have been convicted of a felony, any offense involving sexual molestation, physical or sexual abuse or rape of a child, or involving lying, cheating or stealing; or (ii) have been the subject of a founded case of child abuse or neglect. (The contractor) shall conduct an investigation of the criminal history, sex offender status and agency determinations of child abuse of each employee who will have direct contact with students, whether on-or off-campus. (The contractor) shall conduct all such investigations with the written consent of affected employees and in compliance with all applicable laws. (The contractor) certifies that it has conducted such an investigation for all current employees who will be involved in performance of this contract. (The contractor) shall keep

records of all investigations and shall make such records available to the division Superintendent or his designee upon request. If any employee of (the contractor) who will have direct contact with students by virtue of this contract is arrested for, charged with, or convicted of any such offense, or becomes the subject of a child abuse investigation, (the contractor) shall notify the Superintendent of the arrest, charge, conviction or investigation as soon as reasonably practicable after (the contractor) is made aware of the arrest, charge, conviction or investigation. The Superintendent reserves the right to exclude such employee from positions that may involve contact between such employee and students or school employees, or to exclude such individual from school property entirely. Failure by (the contractor) or one of its subcontractors to conduct investigations or to make the certifications required by this provision may constitute a breach of this contract and grounds for termination or rescission of the contract. (The contractor) shall include the provisions of the foregoing paragraphs of this section in all contracts with its subcontractors for the contract or project, if any, so that such provisions are binding on all such subcontractors of (the contractor). 1.35 INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the work commences. The bidder or offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, ACPS reserves the right to require the Contactor to furnish certificates of insurance for the coverage required by ACPS and Commonwealth of Virginia as indicated below: 1. Workers Compensation Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the School Board of increases in the number of employees that change their workers compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2. Employer s Liability - $100,000. 3. Commercial General Liability - $1,000,000 per occurrence and $2,000,000 in the aggregate. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The School Board must be named as an additional insured and so endorsed on the policy. 4. Automobile Liability - $1,000,000 combined single limit. 1.36 AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the agency shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 1.37 COOPERATIVE PURCHASING: The School Board may participate in, sponsor, conduct or administer a cooperative procurement agreement on behalf of or in conjunction with one or more other public bodies, or public agencies or