contracting opportunity description and application … · 11/14/2014  · number: 29148 title:...

14
CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Application Number: 29148 Title: Critical Infrastructure Hardware Maintenance and Support Goods/Services to be Provided: PGW is seeking proposals from qualified and experienced vendors to provide Enterprise Class hardware maintenance and support for critical infrastructure equipment including but not limited to servers, SAN storage and tape libraries, as more specifically described on Attachment 1 attached hereto. The selected Proposer will be required to provide insurance coverage as described on Attachment 2 attached hereto. Posting Date: November 14, 2014 Application Due Date: December 1, 2014 by 2:30 pm Required Submissions: Persons and entities who wish to provide the goods and/or services described above must (i) complete this application form and submit it to the street address listed below by 2:30 p.m. on the Due Date listed above and (ii) complete the attached disclosure form and include the completed form with their application. APPLICANT INFORMATION Name Address City, State Zip Email Address Price (or pricing methodology) to provide described goods and/or services Relevant Experience (attach additional pages if necessary) Signature of Applicant (or authorized signatory) Contact Information: Annie Wu, PGW Supply Chain Department, [email protected], 800 W. Montgomery Avenue, Philadelphia, Pennsylvania 19122, (215) 684-6097 Reservation of Rights Any response to this contracting opportunity, including written documents and verbal communication, may be subject to public disclosure by PGW, or any authorized agent of PGW and any materials submitted or ideas elicited in response to this contracting opportunity shall be the sole and absolute property of PGW, with PGW having title. PGW reserves the right, at any time prior to execution of an agreement with the selected vendor, to exercise all or any of the following

Upload: others

Post on 03-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

    Application

    Number: 29148

    Title: Critical Infrastructure Hardware Maintenance and Support

    Goods/Services

    to be Provided: PGW is seeking proposals from qualified and experienced vendors to provide Enterprise

    Class hardware maintenance and support for critical infrastructure equipment including but

    not limited to servers, SAN storage and tape libraries, as more specifically described on

    Attachment 1 attached hereto. The selected Proposer will be required to provide insurance

    coverage as described on Attachment 2 attached hereto.

    Posting Date: November 14, 2014 Application Due Date: December 1, 2014 by 2:30 pm

    Required

    Submissions: Persons and entities who wish to provide the goods and/or services described above must

    (i) complete this application form and submit it to the street address listed below by 2:30

    p.m. on the Due Date listed above and (ii) complete the attached disclosure form and

    include the completed form with their application.

    APPLICANT INFORMATION

    Name

    Address

    City, State Zip

    Email Address

    Price (or pricing

    methodology) to provide

    described goods and/or

    services

    Relevant Experience

    (attach additional pages

    if necessary)

    Signature of Applicant

    (or authorized signatory)

    Contact

    Information: Annie Wu, PGW Supply Chain Department, [email protected], 800 W.

    Montgomery Avenue, Philadelphia, Pennsylvania 19122, (215) 684-6097

    Reservation of Rights

    Any response to this contracting opportunity, including written documents and verbal communication, may be subject to

    public disclosure by PGW, or any authorized agent of PGW and any materials submitted or ideas elicited in response to

    this contracting opportunity shall be the sole and absolute property of PGW, with PGW having title. PGW reserves the

    right, at any time prior to execution of an agreement with the selected vendor, to exercise all or any of the following

  • rights and options, which rights and options PGW may exercise to the extent that PGW, in its sole discretion, deems to

    be in its best interests:

    To negotiate unacceptable provisions incorporated within an otherwise acceptable application submitted in response to this contracting opportunity;

    To reject any application that in the sole discretion of PGW is not in the best interest of PGW; To negotiate with multiple applicants prior to or after a notice of award is issued; To cancel this contracting opportunity with or without issuing another contracting opportunity; and To request that some or all of the applicants modify applications or provide additional information following

    evaluation by PGW.

  • PHILADELPHIA GAS WORKS

    REQUIRED 17-1400 DISCLOSURE

    In accordance with the City of Philadelphia’s contract reform legislation, codified as The Philadelphia

    Code Title 17 Chapter 17-1400, persons and entities who wish to provide goods and services to PGW

    must provide certain information about contributions they have made to elected City officials or

    candidates for City offices. Please note that, if selected, you will be required to update such disclosure

    during the term of your agreement with PGW and for one year thereafter.

    Therefore, the following information must be provided to PGW:

    1. Did you use any consultant with respect to this RFP or the contract

    at issue within the prior one year period? If so, you are required to

    list (in an attachment hereto) the following information for each

    such consultant: (i) name, (ii) business address, (iii) business phone

    number and (iv) amount paid or to be paid.

    As used herein, the term “consultant” means any person or entity

    used to assist you in obtaining a contract through direct or indirect

    communication with the City, PGW, any City Agency or any officer

    or employee of any of them, if such communication is undertaken by

    the person or entity for payment.

    YES

    NO

    2. Have you or any consultant disclosed above made any contributions

    of money or in-kind assistance within the prior two year period to (i)

    any candidate for nomination or election to any public office in

    Pennsylvania, (ii) any individual who holds any such office, (iii) any

    political committee or state party in Pennsylvania or (iv) any group,

    committee or association organized in support of any such

    candidate, office holder, political committee or state party in

    Pennsylvania? If so, you are required to list (in an attachment

    hereto) the date, amount and recipient of each such contribution.

    For purposes hereof, (i) contributions made by a person’s immediate

    family shall be deemed contributions made by that person and (ii)

    contributions made by an entity’s affiliate or an officer, director,

    controlling shareholder or partner of an entity’s or such entity’s

    affiliate shall be deemed contributions made by that entity.

    YES

    NO

    3. Do you intend to use any subcontractors on this contract? If so, you

    are required to list (in an attachment hereto) the following

    information for each such subcontractor: (i) name, (ii) business

    address, (iii) business phone number and (iv) amount or percentage

    to be paid.

    YES

    NO

    4. Within the prior two year period, has any City or PGW officer or

    employee asked (i) you, (ii) any of your officers, directors or

    management employees or (iii) any person or entity representing

    you, to give money, services, or any other thing of value to any

    person or entity? If so, you are required to list (in an attachment

    hereto) the following information for each such officer or employee:

    YES

    NO

  • (i) name, (ii) title, (iii) date of request, (iv) amount requested and

    (iv) amount of any payment made in response to request (other than

    contributions listed under (2) above).

  • 5. Within the prior two year period, has any City or PGW officer or

    employee directly or indirectly advised (i) you, (ii) any of your

    officers, directors or management employees or (iii) any person or

    entity representing you, that a particular person or entity could be

    used by you to satisfy any goals in this RFP or contract for the

    participation of minority, women, disabled or disadvantaged

    business enterprises? If so, you are required to list (in an attachment

    hereto) the following information for each such officer or employee:

    (i) name, (ii) title, (iii) date of advice and (iv) name of person or

    entity they advised could be used to satisfy such goals.

    YES

    NO

    The undersigned hereby certifies that the information provided herein is true and correct as of the date set

    forth below.

    Signature: ________________________________

    Title: ____________________________________

    Name of Entity: ___________________________

    Date: ____________________________________

    (Please Print)

  • ATTACHMENT 1

    Services to be provided:

    1. PGW is seeking proposals from qualified and experienced vendors to provide Enterprise

    Class hardware maintenance and support for servers listed below, in accordance with SLAs

    described in the two coverage options. “Maintenance” as used in this document refers to the

    restoration to full functionality of inoperable hardware devices (servers, disk drives, tape

    drives, blades enclosures disk arrays, power supplies, SANS) and related peripherals

    equipment.

    2. A current list of hardware in use by PGW that is the subject of this RFP is listed below.

    PGW must be able to add or remove hardware from the contract on a monthly basis as

    needed. If any of the hardware listed is considered uncoverable by a Proposer, those items

    should be clearly noted.

    3. Maintenance for covered equipment is required twenty four (24) hours per day, seven days

    per week, including holidays. Options should be provided for next business day support in

    cases where desired by PGW.

    4. For equipment covered under the “24 hours per day, 7 days per week“ option, the successful

    Proposer must respond on-site with four (4) hours of the time that a call is placed by PGW.

    Replacement parts must be expedited to the site in a manner acceptable to PGW. Vendors

    should clearly state their support options as they relate to respond time to repair.

    5. The successful Proposer will be required to provide PGW Information Service with a

    quarterly report of calls and responses, including response time, time span from time of call

    until time of call closure, problems, and actions taken.

    6. Proposers must have local spare parts inventory for devices under contract. PGW will

    provide space on-site to store spare parts for the items that most commonly fail.

    7. Level of Parts replacement: The level of replacements of worn or defective parts should be

    consistent with the original manufacturer’s design of the equipment. The successful

    Proposer is responsible for the repair or replacement of all faulty parts or components of any

    equipment under contract. This responsibility includes furnishing all needed cables, power

    supplies, fans, components, circuit boards, assemblies and other item as may be necessary to

    restore the equipment to proper operating condition. The successful Proposer must use only

    new OEM parts or parts equal to as new in performance and certified to be at current OEM

    levels.

    8. The successful Proposer must supply local field engineers and must certify that all field

    maintenance technicians are trained and otherwise qualified to perform hardware/software

    maintenance services on the equipment this agreement covers.

  • 9. The successful Proposer will be required to replace components or call in, at their expense,

    the equipment’s manufacturer for problem resolution if a problem is not corrected in a

    reasonable time as deemed by PGW personnel.

    Proposal Pricing:

    Each proposal must include all costs to PGW for performance of the work required under this RFP

    for a term of 3 years. Pricing should be itemized by monthly and annual cost per server. Payment

    options should include monthly payment, annual payment and pre-payment of the entire 3 year term

    with all applicable discounts.

    Term:

    The contract between PGW and the successful Proposer for the selected Hardware Maintenance

    Contract will be for three (3) years with an optional one (1) year extension.

    Coverage Options:

    1. 24/ 7, 4 hr response 24 Hours Standard Office Days, 24 hours, Days 6 and 7, Holidays Covered 4 Hour Onsite Response, Onsite Support Hardware Problem Diagnosis and Resolution, Parts and Material provided 2. Next Business Day

    Standard Office Hours, Standard Office Days Next Covered Day Onsite Response, Onsite Support Hardware Problem Diagnosis and Resolution, Parts and Material provided

    Description Model Serial # Coverage Option Notes

    IBM Bladecenter H Chassis 8852-4XU KQBLP34 1

    IBM Bladecenter H Chassis 8852-4XU KQYWR02 1

    IBM Bladecenter H Chassis 8852-HC1 KQWPLD1 1

    IBM Bladecenter H Chassis 8852-HC1 KQBFZDH 1

    IBM Bladecenter H Chassis 8852-HC1 614048 1

    IBM HS21 Blade Server 4444-aaa KQDZXD2 1

    IBM HS22 Blade Server 7870-AC1 06W0892 1

    IBM HS22 Blade Server 7870-AC1 06CR804 1

    IBM HS22 Blade Server 7870-AC1 06PN315 1

    IBM HS22 Blade Server 7870-AC1 06PN317 1

    IBM HS22 Blade Server 7870-AC1 06F5147 1

    IBM HS22 Blade Server 7870-AC1 06F5121 1

    IBM HS22 Blade Server 7870-AC1 06F5120 1

    IBM HS22 Blade Server 7870-AC1 06A2329 1

    IBM HS22 Blade Server 7870-AC1 06CR814 1

    IBM HS22 Blade Server 7870-AC1 06CR815 1

    IBM HS22 Blade Server 7870-AC1 06CR801 1

    IBM HS22 Blade Server 7870-AC1 06GLG76 1

  • IBM HS22 Blade Server 7870-AC1 06W0891 1

    IBM HS22 Blade Server 7870-AC1 06PN318 1

    IBM HS22 Blade Server 7870-AC1 06PN316 1

    IBM LS41 Blade Server 7972-AC1 KQDZXD1 1

    IBM HS21 XM Blade Server 7995-AC1 650456 1

    IBM HS21 XM Blade Server 7995-AC1 650453 1

    IBM HS21 XM Blade Server 7995-AC1 KQVYGT1 1

    IBM HS21 XM Blade Server 7995-AC1 KQVYGT4 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLF 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLC 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLD 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLB 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLG 1

    IBM HS21 XM Blade Server 7995-AC1 KQAZHLH 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPK 1

    IBM HS21 XM Blade Server 7995-AC1 650454 1

    IBM HS21 XM Blade Server 7995-AC1 650453 1

    IBM HS21 XM Blade Server 7995-AC1 650456 1

    IBM HS21 XM Blade Server 7995-AC1 650455 1

    IBM HS21 XM Blade Server 7995-AC1 KQVYGT3 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPN 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPM 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPH 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPG 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPP 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPT 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPL 1

    IBM HS21 XM Blade Server 7995-AC1 662769 1

    IBM HS21 XM Blade Server 7995-AC1 KQBFBPF 1

    IBM HS21 XM Blade Server 7995-AC1 06CR816 1

    IBM HS21 XM Blade Server 7995-AC1 KQVYGT6 1

    IBM HS21 XM Blade Server 7995-AC1 KQVZYB2 1

    IBM HS21 XM Blade Server 7995-G4U 99D7167 1

    IBM HS21 XM Blade Server 7995-G4U 99D7167 1

    IBM HS21 Blade Server 8853-AC1 KQGRHT6 1

    IBM HS21 Blade Server 8853-AC1 KQGRHT7 1

    IBM HS21 Blade Server 8853-AC1 KQVRNA7 1

    IBM HS21 Blade Server 8853-AC1 KQGRHN5 1

    IBM HS21 Blade Server 8853-AC1 KQGRHT8 1

    IBM HS21 Blade Server 8853-AC1 KQGRHT5 1

    IBM HS21 Blade Server 8853-AC1 KQGRHN4 1

    IBM HS21 Blade Server 8853-L5U KQRNY61 1

    IBM HS21 Blade Server 8853-L5U KQLTD52 1

    IBM HS21 Blade Server 8853-L5U KQFW99 1

    IBM HS21 Blade Server 8853-L6U KQZRL04 1

    IBM HS21 Blade Server 8853-L6U KQCKV48 1

    IBM HS21 Blade Server 8853-L6U KQZRL00 1

    IBM HS21 Blade Server 8853-L6U KQZCX62 1

    IBM HS21 Blade Server 8853-L6U KQZLP10 1

    IBM HS21 Blade Server 8853-L6U KQZCX48 1

  • IBM HS21 Blade Server 8853-L6U KQZRL31 1

    IBM HS21 Blade Server 8853-L6U KQZCX59 1

    IBM xSeries 346 8840-45U KQMT248 1

    IBM xSeries 346 8840-45U KQMT246 1

    IBM xSeries 335 8676-61X KPDRA70 1

    IBM xSeries 345 8670-11X 78Y7087 1

    IBM xSeries 360 8686-4RX 782WY15 1

    IBM System x3550 M3 7944-AC1 KQ93G8R 1

    IBM System x3550 M3 7944-AC1 KQ93G8P 1

    IBM System x3550 M3 7944-AC1 KQ93G8L 1

    IBM System x3550 M3 7944-AC1 KQ93G8M 1

    IBM System x3550 M3 7944-AC1 KQ93G8N 1

    Netfinity 4500R 8656-5RY 23H4399 1

    IBM System x3650 M2 7947-72U 99N8037 1

    IBM System x3650 M2 7947-72U 99N8036 1

    IBM System x3650 M3 7945-AC1 KQZRCAY 1

    IBM Tape Library 4560SLX 2301999 1 2 Ultrium LTO2 Drives

    IBM Tape Library 4560SLX 2301788 1 2 Ultrium LTO2 Drives

    IBM Tape Library 4560SLX 2305434 2 2 Ultrium LTO2 Drives

    IBM Tape Library 4560SLX 2305406 2 2 Ultrium LTO2 Drives

    IBM Tape Libray 3573-L4U 78F6058 1 2 LTO4 Drives

    IBM Tape Library 3573-L4U 78M4926 1 2 LTO4 Drives

    IBM Tape Library 3573-L4U 78M2485 1 2 LTO4 Drives

    IBM Tape Library 3573-L4U 78T6308 1 4 LTO5 Drives

    IBM Tape Library 3573-L4U 78T7332 1 4 LTO5 Drives

    SMC Barricade SMC 7008abr T125000759 1

    SMC Barricade SMC 7008abr T144100241 1

    IBM DS4800 SAN Controller 8515-84A 131092V 1

    IBM EXP810 SAN Drive Tray 1812-81A 13226M2 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M3 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M5 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M6 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M8 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M4 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M7 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    IBM EXP810 SAN Drive Tray 1812-81A 13226M9 1 16 146GB 15K 4Gb FC Drives FRU40K6823

    Dell PwerEdge M100e Blade Chassis BMX01-07021 3PZ6ZR1 1

    PowerEdge M710HD Blade Server M710HD 5PZ6ZR1 1

    PowerEdge M710HD Blade Server M710HD 4PZ6ZR1 1

    HP N4000-44/rp7400 A3639A USM39281PW 1 See Detailed Inventory Below

    rp7420 AB206A USE4438F5E 1 See Detailed Inventory Below

    rp7410 A6752A USE4324758 1 See Detailed Inventory Below

    HPC700 Blade Chassis AD361C USE119A6ND 1

    BL860c i2 AD399A USE119A6NF 2

    BL860c i2 AD399A USE236DHND 2

    BL460c G7 603718-B21 USE119A6NH 1

    BL460c G7 603718-B21 USE119A6NJ 1

    BL860c i2 AD399A USE236DHNA 1

    BL860c i2 AD399A USE236DHNB 1

    BL460c G8 641016-B21 USE252RBXR 1

  • BL460c G8 641016-B21 USE252RBXN 1

    BL460c G8 641016-B21 USE252RBXP 1

    RX2660 AH234A USE4830N1B 1

    A500-5X/rp2450 A5570B USC4050HTM 1 See Detailed Inventory Below

    N4000-55/rp7400 A3639B USM401725T 2 See Detailed Inventory Below

    HP Storageworks MSL 6000 Series 331196-B22 3G49LRT6EYZG 1 6 Ultrium 460 Drive

    Detailed HP Hardware Inventory SERVER: N4000-44/rp7400; Serial number: USM39281PW; Coverage option: 1 Part # Description Qty A3639A HP9000 N4000 Enterprise Server 1 A5170A N-Class rack mount kit HP Rack Sys 1 A5500A Add CPU rp7400 – PCXW-440 (8 CPUs) 8 A4882A HP server rp74X0 Memory Carrier Board 2 A4923A 1024MB High Density SyncDRAM Memory Mod (6 GB) 6 A3763A 512MB HighDensity SyncDRAM Mem Module (5 GB) 10 A5168A HP srvr rp74X0 Processor Support Module 4 A6145A 36GB HotPlug Ultra SCSI LP disk drive 2 A4929A 1000BaseT PCI Gigabit Ethernet LAN Adpt 1 A5158A One Port PCI 2x Fibre Channel Adapter 2 A6795A PCI 2GB Fibre Channel Adapter 1 A5149A PCI Ultra2 SCSI Host Bus Adapter 1 A4800A PCI FWD SCSI Host Bus Adapter 1 C4318B Smart Full Height Enclosure 3x4 1 C6365A SMART Field int. SE DDS3 DAT module 1 C4315A SMART Field int. DVD-ROM module 1 A4902D HP Rack System/E, 41U, graphite color 1 E7681A HP N. America 200-240V 30A PDU 1 SERVER: rp7420; Serial number: USE4438F5E; Coverage option: 1 Part # Description Qty AB206A HP server 8-way rp7420 FAST Solution (8 CPUs) 1 A6913A Rp74/84, rx76/86 cpu, memory cell board 1 AB308A 4GB HD SyncDRAM memory, rx76/86 2 A9880A 36G 15K hard disk for rx76/86, rp74/84 2 A9879A DVD Drive for rx76/86, rp74/84 1 A6825A PCI 1000Base-T Gigabit Ethernet Adpt 1 A6826A PCI-X Dual Channel 2Gb Fibre Channel HBA 2 A6829A PCI Dual Channel Ultra160 SCSI Adapter 1 A4929A 1000BaseT PCI Gigabit Ethernet LAN Adpt 1 A6795A PCI 2GB Fibre Channel Adapter 2 C7508A HP Tape Array 5300 1 Q1524B Storageworks DAT72i Array Module 1 J1530B HP Field RkKtSrvr:Srvr exp unit 1 SERVER: rp7410; Serial number: USE4324758; Coverage option: 1

  • Part # Description Qty A6752A HP server rp7410 Solution 1 A6094A Cell Board, Processor and Memory 2 A6444A 750MHz PA8700 CPU, 2 pack (8 CPUs) 4 A6097A 2GB High Density SyncDRAM Memory Mod (6 GB) 3 A6723A LP 18GB HotPlug Ultra2 SCSI disk drive 2 A6793A Core I/O for HP server rp7410 2 A6826A PCI-X Dual Channel 2Gb Fibre Channel HBA 2 A4929A 1000BaseT PCI Gigabit Ethernet LAN Adpt 1 A6795A PCI 2GB Fibre Channel Adapter 2 A5159B PCI Dual Channel FWD SCSI Adapter 3 C7499A HP DVD-ROM Array Module 1 C7497B HP DAT 40 Array Module 1 A4902D HP Rack System/E, 41U, graphite color 1 E7681A HP N. America 200-240V 30A PDU 1 SERVER: A500-5X/rp2450; Serial number: USC4050HTM; Coverage option: 1 Part # Description Qty A5570B HP server rp2450 Solution 1 A5571A 440MHz PA8500 CPU for HP srvrs rp24X0 (2 CPUs) 2 A5810A A-Class Server field rack kit 1 A5841A 1024MB HD SyncDRAM Memory Module (4 GB) 4 A6145A 36GB HotPlug Ultra SCSI LP disk drive 2 A4929A 1000BaseT PCI Gigabit Ethernet LAN Adpt 1 A6795A PCI 2 GB Fibre Channel Adapter 2 C7508A HP Tape Array 5300 1 C7498A HP DAT 24 Array Module SERVER: N4000-55/rp7400; Serial number: USM401725T; Coverage option: 2 Part # Description Qty A3639B rp7400 Enterprise Server 1 A5170A N-Class rack mount kit HP Rack Sys 1 A5866A HP server rp74X0 PA8600 550MHz CPU (8 CPUs) 8 A4882A HP server rp74X0 Memory Carrier Board 1 A4923A 1024MB High Density SyncDRAM Memory Mod (6 GB) 6 A5797A 512MB High Density SyncDRAM Mem Module 10 A5168A HP srvr rp74X0 Processor Support Module 4 A5803A 18GB HotPlug Ultra2 SCSI LP disk drive 2 A4929A 1000BaseT PCI Gigabit Ethernet LAN Adpt 2 A5158A One Port PCI 2x Fibre Channel Adapter 3 A4800A PCI FWD SCSI Host Bus Adapter 2 A5159B PCI Dual Channel FWD SCSI Adapter 2 C6365A SMART Field int. SE DDS3 DAT module 1 C4315A SMART Field int. DVD-ROM module 1 1

  • ATTACHMENT 2

    INSURANCE REQUIREMENTS

    Critical Infrastructure Hardware Maintenance & Support RFP

    For this contract, the following provisions for insurance shall apply: Proposer shall procure and maintain, at its sole cost and expense, insurance with companies that have an A. M. Best's rating of not less than A - and acceptable to PGW, with coverage limits of not less than stipulated below.

    Philadelphia Gas Works, Philadelphia Facilities Management Corporation, the City of Philadelphia and their respective officers, employees, directors, boards, commissions and agents, shall be included as Additional Insureds on the General Liability, Automobile Liability and Excess/Umbrella Liability Insurance policies. An endorsement is required stating that Proposer’s policies will be primary to any other coverage available to PGW, PFMC, and the City of Philadelphia and their respective officers, employees, directors, boards, commissions and agents, and any insurance maintained by PGW will be excess and non-contributory. No act or omission of PGW, PFMC, and/or the City of Philadelphia and their respective officers, employees, directors, boards, commissions and agents shall invalidate the coverage. WORKERS COMPENSATION AND EMPLOYERS LIABILITY Workers Compensation Insurance as required by statute. Employers Liability coverage to be carried for a limit of not less than $500,000/per accident, $500,000/disease (policy limit), $500,000/disease (each employee). COMMERCIAL GENERAL LIABILITY

    Commercial General Liability is required for limits of not less than $1,000,000 for Bodily Injury and

    Property Damage Each Occurrence; $2,000,000 General Aggregate; $2,000,000

    Products/Completed Operations Aggregate and $1,000,000 Personal/Advertising Injury. The policy

    shall also cover liability arising from liability assumed under an insured contract (including the tort

    liability of another assumed in a business contract), and Personal Injury (including, but not limited

    to, coverage for defamation, malicious prosecution and slander). Products/Completed Operations

    must be included and maintained for at least three (3) years beyond completion of the work

    required by contract in accordance with the terms thereof. ISO Contractual Liability Limitation

    Endorsement #CG2391093 shall not apply to this Agreement. This insurance shall be excess over

    any other insurance, whether primary, excess, contingent or on any other basis, that is available to

    the Proposer or its subcontractor covering liability for damages because of Bodily Injury or Property

    Damage for which the Proposer has been included as an Additional Insured. Such policy must

    contain a “Severability of Interests” clause. Philadelphia Gas Works, Philadelphia Facilities

    Management Corporation and the City of Philadelphia and their respective officers,

    employees, directors, boards, commissions and agents shall be included as Additional

    Insureds. The Additional Insured Endorsement(s) should also include Products/Completed

    Operations and “your work”. ISO endorsement CG20 37 07 04 or equivalent should be attached to

    policy. A copy of the actual Additional Insured Endorsement or policy wording is required.

  • INSURANCE REQUIREMENTS (cont'd)

    AUTOMOBILE LIABILITY Business Automobile Liability covering all owned, non-owned and hired autos is required for limits of not less than $1,000,000 Combined Single Limit for Bodily Injury and Property Damage. Such policy must contain a "Severability of Interests" clause. Philadelphia Gas Works, Philadelphia Facilities Management Corporation, and the City of Philadelphia and their respective officers, employees, directors, boards, commissions and agents shall be included as Additional Insureds. A copy of the actual Additional Insured Endorsement or policy wording is required. EXCESS/UMBRELLA LIABILITY Proposer shall provide evidence of Excess/Umbrella Liability Insurance with limits of not less than $2,000,000 in any one claim or occurrence/aggregate. The Excess/Umbrella policy shall follow form and be excess of all underlying insurance required by this contract. Philadelphia Gas Works, Philadelphia Facilities Management Corporation, and the City of Philadelphia and their respective officers, employees, directors, boards, commissions and agents shall be included as Additional Insureds. A copy of the actual Additional Insured Endorsement or policy wording is required. FIDELITY/BLANKET CRIME INSURANCE Evidence of Fidelity/Blanket Crime Insurance with an Employee Dishonesty limit of not less than $1,000,000 shall be submitted to PGW prior to the commencement of service. Proposer must maintain third party property (includes money, securities and other properties) coverage under Crime policy.

    PROFESSIONAL LIABILITY/ERRORS & OMISSIONS COVERAGE

    Evidence of Professional Liability/Errors & Omissions, including Cyber (Network Security and Privacy) Liability coverage must also be provided with limits of not less than $1,000,000 Per Occurrence/Aggregate or Per Claim or Loss/Aggregate with a deductible not to exceed $10.000. Errors & Omissions Insurance shall be applicable to any occurrence arising out of the performance of services pursuant to any statement of work between the parties and, if applicable, shall cover liability arising from information technology services, including but not limited to, intellectual property infringement, privacy infringement and computer or electronic information technology services. Under an occurrence form, coverage required shall be maintained in full force and effect under the policy during the contract period. Under a claims made form, continuous coverage is required. Should an Extended Discovery Period or "tail" coverage be required in the event coverage is terminated, such coverage must be maintained for a period of not less than three (3) years. This insurance shall be primary with respect to any other insurance or self-insurance programs afforded the Proposer.

  • ADDITIONAL PROVISIONS

    A certificate of insurance evidencing all above coverage shall be filed with Philadelphia Gas Works prior to the commencement of work. Renewal certificates and policies, as required, shall be forwarded to Philadelphia Gas Works for as long as Proposer performs the work as specified in this contract. All certificates and policies shall contain a provision that coverage afforded will not be cancelled or materially altered until at least thirty (30) days prior written notice has been given to Philadelphia Gas Works. It shall be the responsibility of the Proposer to ensure that all subcontractors carry insurance of not less than coverage and limits specified herein, except to the extent that PGW’s Director of Risk Management may agree to lower limits on a case by case basis depending on the nature of the subcontractor’s work. Subcontractor must forward proper evidence of this compliance to Philadelphia Gas Works prior to the inception of any work.

    Prepared 11/14/2014 RMD/iz