PROJECT Request For Proposal Work Order Answering Service Project .

Transcription

PROJECTRequest For ProposalWork Order Answering ServiceProject # 2017-1104-03-2017OWNEREverett Housing AuthorityAdministrative Services3107 Colby AvenueEverett, WA 98201Contact: Samantha LeivoPurchasing AssistantPhone: 425-303-1128Email: samanthal@evha.orgThursdayPROPOSALS DUEMay 2, 2017Everett Housing Authority3107 Colby AvenueEverett, WA 982012:00 PM

Section 1Request for Proposal NotificationsREQUEST FOR PROPOSALSTo:Prospective VendorsDate:April 3, 2017Subject:Project 2017-11 Work Order Answering ServiceThe Housing Authority of the City of Everett (hereinafter, “HA”) is a public entity that was formed in 1942 to providefederally subsidized housing and housing assistance to low-income families, within the city of Everett, Washington. TheHA is headed by an Executive Director (ED) and is governed by a five-person board of commissioners and is subject tothe requirements of Title 24 of the Code of Federal Regulations (hereinafter, “CFR”) and the HA’s procurement policy.In keeping with its mandate to provide efficient and effective services, the HA is now soliciting proposals from qualified,licensed and insured entities to provide the above noted services to the HA. All proposals submitted in response to thissolicitation must conform to all the requirements and specifications outlined within this document and any designatedattachments in its entirety.The housing authority anticipates awarding one contract for the Work Order Answering Services.HA CONTACT PERSON[Samantha Leivo], Telephone [425-303-1128],TDD [425-303-1111] Email, [samanthal@evha.org]HOW TO OBTAIN THE RFP DOCUMENTS ON THE www.evha.orgAPPLICABLE INTERNET SITEClick on Doing Business with EHAClick on Bidding OpportunitiesClick on Project you are interested inDEADLINE FOR QUESTIONSApril 19, 2017 at 4:00 PMFINAL ADDENDUMPROPOSAL DUE DATEIssued no later than April 25, 2017 by 4:00 PMMay 2, 2017 at 2:00 PMEverett Housing AuthorityAttn: Samantha LeivoPurchasing Assistant3107 Colby AvenueEverett, WA 98201SUBMITTAL REVIEW COMPLETED BY:May 9, 2017RECOMMENDATION TO EXECUTIVE DIRECTOR FORAPPROVAL NO LATER THAN:May 12, 2017VENDOR NOTIFICATION NO LATER THAN:May 12, 2017CALLS TRANSFERRED TO SELECTED VENDOR:June 1, 2017 8:00 AM1 Page

Section 1Request for Proposal NotificationsSection -1Section -2Section -2.1Section -3Section -4Section -5Section -6Section -7Section -8Section -9Section -10Section -11Section -12-REQUEST FOR PROPOSALINDEXRequest for Proposal Notification/Paragraph 2-Ongoing ServicesList of Property DevelopmentsCall Volume ReportInsurance Requirements, Hold Harmless and other insurance formsHUD 5370-C: General Conditions for Non-Construction Contracts: Section IIStandard Agreement Form: (please note that this contract is being given as a sample only--the HAreserves the right to revise any clause herein and/or to include within the ensuing contract anyadditional clauses that the HA feels it is in its best interests to do so)Left Intentionally BlankHUD 5369 B Instructions to Offerors, Non-constructionHUD Form 5369 A –Representations, Certifications and Required for Price Proposal SubmittalStatements of Proposers, Public and Indian HousingProgramsHUD Form 5369 C-Certifications and Representations of Required for Price Proposal Submittalofferors, Non-Construction ContractSection 3 Forms, including explanationRequired for Price Proposal SubmittalPrice Proposal FormRequired for Price Proposal SubmittalProfile of Firm FormRequired for Price Proposal Submittal1.0 HA’S RESERVATION OF RIGHTS:1.1The HA reserves the right to reject any or all proposals, to waive any informality in the RFP process, or toterminate the RFP process at any time, if deemed by the HA to be in its best interests.1.2The HA reserves the right not to award a contract pursuant to this RFP.1.3The HA reserves the right to terminate a contract awarded pursuant to this RFP, at any time for itsconvenience upon 10 days’ written notice to the successful proposer(s).1.4The HA reserves the right to determine the days, hours and locations that the successful proposer(s)shall provide the services called for in this RFP.1.5The HA reserves the right to retain all proposals submitted and not permit withdrawal for a period of 60days subsequent to the deadline for receiving proposals without the written consent of the HAContracting Officer (CO).1.6The HA reserves the right to negotiate the fees proposed by the proposer entity.1.7The HA reserves the right to reject and not consider any proposal that does not meet the requirements ofthis RFP, including but not necessarily limited to incomplete proposals and/or proposals offering alternateor non-requested services.Page 2 of 7

Section 1Request for Proposal Notifications1.8The HA shall have no obligation to compensate any proposer for any costs incurred in responding to thisRFP.1.9The HA shall reserve the right to at any time during the RFP or contract process to prohibit any furtherparticipation by a proposer or reject any proposal submitted that does not conform to any of therequirements detailed herein.1.10Any contract resulting from this solicitation shall be a non-exclusive contract. The housing authorityanticipates awarding one service contract for this work.1.11Although it is EHA’s intent to award a contract for Work Order Answering Service, EHA does notguarantee that any work to any company will result from this solicitation.1.12EHA reserves the right to contract with other firms for similar work during the life of this contract. EHAreserves the right to contact this work to multiple vendors.1.13EHA reserves the right to cancel the resulting contract any time, with a thirty-day written notice to thevendor.1.14If the work pursuant to this contact requires or may result in contact with children or vulnerable adults, theVendor shall not use any employee, volunteer, intern or agent for this contract who (i) it has reason tobelieve may impose a risk to such children or vulnerable adults, or (ii) who have been convicted of acrime against children or vulnerable adults. Before using any employee, volunteer, intern or agent for thiscontract, Vendor will procure and examine criminal conviction records and exclude any person notmeeting this contract requirement.2.0 SCOPE OF WORK (SOW)/TECHNICAL SPECIFICATIONS (T/S): The HA is seeking proposals from qualified,licensed and bonded entities to provide the following detailed Work Order Answering Services. Please review this list ofservices.2.1On-going ServicesThe work involves answering tenant related requests for maintenance issues. The selected vendor will need to be able toidentify appropriate responses, contact EHA staff as necessary, make follow-up contact as needed and enter work ordersdirectly into EHA’s Yardi (software provider) work order system. The Housing Authority currently manages 1,759 dwellingunits and 12 office locations section 2 (list of developments). A call volume report for the past 8 months is in Section 2.1.The Awarded Vendor Will:1. Answer tenant-originated phone calls 24/7, 365 days per year, including holidays and weekends.2. Enter work orders into EHA’s Yardi Work Order system.a. EHA will provide the necessary demonstration training needed to be able to look up clients for enteringwork order data.b. EHA will provide awarded vendor a secure access to the Yardi portal.c. Unit cheat sheet will be provided to awarded vendor.d. Text messages and/or phone calls need to be sent within 15 minutes of the initial phone call and another15 minutes to enter the work order.Page 3 of 7

Section 1Request for Proposal Notifications3.4.5.6.7.e. Contracted Answering Service will adhere to definitions of routine, urgent, and emergency as set forth byEHA.i. Typical questions to ask the caller/tenant1. Client’s Name?5. Telephone #2. Unit Address?6. Submitted By:3. Permission to enter?4. What seems to be the problem?“emergency work order requests” Immediately deliver text message to on-call staff and a follow-up phone callif text message does not yield a response, enter data into EHA’s Yardi Work Order Software. (What qualifies asemergency work will be provided by EHA)Provide multi-lingual communication with the following languages and communication methods in mind: Russian,Ukrainian, Vietnamese, Spanish, Arabic, Marshallese, Bhutanese, Somali, Swahili, and TTY or use of TRSServices (Telecommunications Relay Service).Communicate effectively with EHA tenants and Maintenance Staff for expedient and efficient delivery of workorder repairs.Will not revise EHA’s customized answering service protocols and response methods without approval of EHAmanagement.The Housing Authority will “forward” the work order telephone number to the 800-number provided by theawarded vendor.3.0 Proposal Submission3.1 All pricing must be entered where provided within the noted proposal form and must be submitted and timestamped received in the designated HA office by no later than the submittal deadline stated herein (or withinany ensuing addendum).3.2 Statement of Qualifications providing detailed information of the personnel and qualifications that your company hasthat will enable you to complete the scope of work and on and ongoing daily basis, 24 hours, 365 days per yearincluding weekends and holidays3.3 Provide information on how your company will meet the multi-lingual communication requirement3.4 A total of 1 original signature copy (marked "ORIGINAL") and two copies of the submittal shall be placedunfolded in a sealed package and addressed to:Everett Housing AuthorityAttention: Samantha LeivoPurchasing Assistant3107 Colby AvenueEverett, WA 98201Page 4 of 7

Section 1Request for Proposal NotificationsThe package exterior must clearly denote the above noted RFP number and must have the proposer’sname and return address. Proposals received after the published deadline will not be accepted.3.5 Submission Conditions: DO NOT FOLD OR MAKE ANY ADDITIONAL MARKS, NOTATIONS ORREQUIREMENTS ON THE DOCUMENTS TO BE SUBMITTED! Proposers are not allowed to change anyrequirements or forms contained herein, either by making or entering onto these documents or thedocuments submitted any revisions or additions; and if any such additional marks, notations or requirementsare entered on any of the documents that are submitted to the HA by the proposer, such may invalidate thatproposal. If, after accepting such a proposal, the HA decides that any such entry has not changed the intentof the proposal that the HA intended to receive, the HA may accept the proposal and the proposal shall beconsidered by the HA as if those additional marks, notations or requirements were not entered on such. Bysubmitting a proposal, the proposer is thereby agreeing to abide by all terms and conditions published hereinand by addendum pertaining to this RFP.3.6 Submission Responsibilities: It shall be the responsibility of each proposer to be aware of and to abide byall dates, times, conditions, requirements and specifications set forth within all applicable documents issuedby the HA, including the RFP document, and any addenda and required attachments submitted by theproposer. By virtue of completing, signing and submitting the completed documents, the proposer is statinghis/her agreement to comply with the all conditions and requirements set forth within those documents.Written notice from the proposer not authorized in writing by the CO to exclude any of the HA requirementscontained within the documents may cause that proposer to not be considered for award.3.7 Evaluation Criteria: Submittals received will be each be evaluated on the content, experience and cost. Theavailable points will be as follows:3.7.1DescriptionSubmittal Completion All required forms in order of index schedule Statement of Qualifications providing detailed information ofthe personnel and qualifications that your company has thatwill enable you to complete the scope of work and on andongoing daily basis, 24 hours, 365 days per year includingweekends and holidays Provide information on how your company will meet themulti-lingual communication requirement ReferencesSection 3 PreferenceMinority Business or Non-ProfitCostTotal Available PointsPoint Value151055510503.8 Proposer's Responsibilities--Contact with the HA: It is the responsibility of the proposer to address allcommunication and correspondence pertaining to this RFP process to the CO only. Proposers must notPage 5 of 7

Section 1Request for Proposal Notificationsmake inquiry or communicate with any other HA staff member or official (including members of the Board ofCommissioners) pertaining to this RFP. Failure to abide by this requirement may be cause for the HA to notconsider a proposal submittal received from any proposer who may not have abided by this directive.3.8.1 Deadline for questions to Samanthal@evha.org, will be accepted April 19, 2017 by 4:00 PM,Final Addendums will be issued no later than April 25, 2017.3.9 Addendums: All questions and requests for information must be addressed in writing to the CO. The COwill respond to all such inquiries in writing by addendum to all known prospective proposers. During theRFP solicitation process, the CO will NOT conduct any ex parte (a substantive conversation— “substantive”meaning, when decisions pertaining to the RFP are made—between the HA and a prospective proposerwhen other prospective proposers are not present) conversations that may give one prospective proposeran advantage over other prospective proposers. This does not mean that prospective proposers may notcall the CO—it simply means that, other than making replies to direct the prospective proposer where his/heranswer has already been issued within the solicitation documents, the CO may not respond to theprospective proposer’s inquiries but will direct him/her to submit such inquiry in writing so that the CO maymore fairly respond to all prospective proposers in writing by addendum.4.0 CONTRACT AWARD4.1Contract Award Procedure: If a contract is awarded pursuant to this RFP, the following detailedprocedures will be followed:4.1.1By completing, executing and submitting the Form of Proposal, the “proposer is therebyagreeing to abide by all terms and conditions pertaining to this RFP as issued by the HA.Accordingly, the HA has no responsibility to conduct after the submittal deadline anynegotiations pertaining to the contract clauses already published.4.2 Contract Conditions: The following provisions are considered mandatory conditions of any contract awardmade by the HA pursuant to this RFP:4.2.1Contract Form: The HA will not execute a contract on the successful proposer's form-contracts will only be executed on the HA form (please see Sample Contract, and by submitting aproposal the successful proposer agrees to do so (please note that the HA reserves the right toamend this form as the HA deems necessary). However, the HA will during the RFP process(prior to the submittal deadline) consider any contract clauses that the proposer wishes to includetherein and submits in writing a request for the HA to do so; but the failure of the HA to includesuch clauses does not give the successful proposer the right to refuse to execute the HA'scontract form. It is the responsibility of each prospective proposer to notify the HA, in writing,prior to submitting a proposal, of any contract clause that he/she is not willing to include in thefinal executed contract and abide by. The HA will consider and respond to such writtencorrespondence, and if the prospective proposer is not willing to abide by the HA's response(decision), then that prospective proposer shall be deemed ineligible to submit a proposal.4.2.1.1Please note that the HA has no legal right or ability to (and will not) at any timenegotiate any clauses contained within ANY of the HUD forms included as a partof this RFP.Page 6 of 7

Section 1Request for Proposal Notifications4.2.2Assignment of Personnel: The HA shall retain the right to demand and receive a change inpersonnel assigned to the work if the HA believes that such change is in the best interest ofthe HA and the completion of the contracted work.4.2.2Unauthorized Sub-Contracting Prohibited: The successful proposer shall not assign any right,nor delegate any duty for the work proposed pursuant to this RFP (including, but not limited to,selling or transferring the contract) without the prior written consent of the CO. Any purportedassignment of interest or delegation of duty, without the prior written consent of the CO shall bevoid and may result in the cancellation of the contract with the HA, or may result in the full orpartial forfeiture of funds paid to the successful proposer as a result of the proposed contract;either as determined by the CO.4.3Contract Period: The HA anticipates that it will initially award a contract for the period of 1 year with theoption, at the HA’s discretion, with 4 additional one-year option periods, for a maximum total of 5 years,upon mutual agreement between the parties.4.4Licensing and Insurance Requirements: Prior to award (but not as a part of the proposal submission)the successful proposer will be required to provide:4.4.1An original certificate evidencing the proposer’s current industrial (worker’s compensation)insurance carrier and coverage amount;4.4.2An original certificate evidencing General Liability coverage, naming the HA as an additionalinsured, together with the appropriate endorsement to said policy reflecting the addition of the HAas an additional insured under said policy. Review Section 3 and 3-A for all insuranceRequirements.4.4.3A copy of the proposer’s business license allowing that entity to provide such services within theCity of Everett, Snohomish County, State of Washington.4.4.4If applicable, a copy of the proposer's license issued by the State of Washington licensingauthority allowing the proposer to provide the services detailed herein.4.5Right To Negotiate Final Fees: The HA shall retain the right to negotiate the amount of fees that arepaid to the successful proposer. Such negotiations shall begin after the HA has chosen a top-ratedproposer. If such negotiations are not, in the opinion of the CO successfully concluded within 5 businessdays, the HA shall retain the right to end such negotiations and begin negotiations with the next-ratedproposer. The HA shall also retain the right to negotiate with and make an award to more than oneproposer, as long as such negotiation(s) and/or award(s) are addressed in the above manner.4.6Contract Service Standards: All work performed pursuant to this RFP must conform and comply withall applicable local, state and federal codes, statutes, laws and regulations.Page 7 of 7

Section 3Insurance RequirementsHold Harmless AgreementInstructions to Bidders for Completing, Executing, andSubmitting Evidence of Insurance to the Housing AuthorityPROVIDE THIS DOCUMENT AND ATTACHMENTS TO YOUR INSURANCE AGENTINSURED:DATEAGREEMENT/REFERENCE NUMBER:A. Insured (Contractor, Vendor, or Tenant)1. In order to reduce problems and time delays in providing evidence of insurance to the Authority youare requested to give your insurance agent or broker a copy of the attached Insurance RequirementsSheet, along with these instructions for completing, executing, and submitting evidence of insurance.2. If the agreement requires Workers’ Compensation coverage and you have been authorized by thestate to self-insure Workers’ Compensation, then a copy of the certificate from the state authorizingself-insurance for Workers’ Compensation shall meet the requirements for Workers’ Compensationinsurance covering activities within the state.3. All questions relating to insurance should be directed to the Authority department or office responsiblefor your contact, lease, permit, or other agreement.B. Insurance Agent or Broker1. The appropriate endorsement form shall be used. Certificates of Insurance alone will not be acceptedby the Authority.2. More than one insurance policy may be required to comply with the insurance requirements. TheAuthority’s insurance requirements to your insured’s agreement, contract, lease, or permit areattached.3. You shall have an authorized representative of the insurance company sign the completedendorsement forms and note his/her telephone number on them.4. The name of the insurance company underwriting the coverage and its address shall be noted on theendorsement form.5. The general description of agreement(s) and/or activity(s) insured shall include reference to theactivity and/or to either the specific Authority contract number, lease number, permit number, orconstruction approval number.6. The coverages and limits for each type of insurance are specified on the attached insurancerequirements sheet. When coverage is on a scheduled basis, then a separate sheet is to be attachedto the endorsement listing such scheduled locations, vehicles, etc.7. Endorsements to excess or umbrella policies will be required when primary insurance is insufficientto comply with the Authority’s requirements.8. Completed endorsement(s) including cancellation notices and questions relating to the requiredinsurance are to be directed to:1 P age

Section 3Insurance RequirementsHold Harmless AgreementAddress Cancellation Notice and Issue Endorsements to:Everett Housing AuthorityNAME OF HOUSING AUTHORITYSamantha LeivoNAME OF INDIVIDUALP. O. Box 1547STREET ADDRESSEverett, WA 98206-1547CITY, STATE, ZIP9. Improperly completed endorsements will be returned to your insured for correction by an authorizedrepresentative of the insurance company.10. Delay in submitting properly completed endorsement forms may delay your insured’s intendedoccupancy or operation under the agreement with the Authority, or may result in your insured’sbid being rejected for non-compliance.11. Additional Insured: Housing Authority of the City of Everett2 P age

Section 3Insurance RequirementsHold Harmless AgreementSpecial Conditions to the Housing Authority Contract of ConstructionIn order for the Authority to be adequately protected as is required by the HUD General Conditions to thecontract, the following Special Conditions shall apply to the successful proposal:Insurance Endorsements:In order to comply with HUD’s requirement that Authorities not assume the liability of contractors or theirsub-contractors, and in the exercise of responsible risk management, insurance endorsements shall berequired in order to protect the Authority. Prior to the beginning of any work under this contract, anauthorized representative of each successful bidder’s insurers shall submit insurance endorsements namingthe Authority as Additional Insured. If the duties under this contract require Professional Errors and Omissions Liabilityinsurance, the Additional Insured requirement of these Special Conditions shall bewaived. However, all other provisions herein shall remain in effect. Insurance offered to indemnify the Authority shall be provided by insurers rated by A.M.Best Company with a rating of not less than A/XIV. If the coverages offered are on a claims-made form, the insurer shall provide anextended five- year reporting period to the Additional Insured (Authority). All such insurance shall be primary policies not withstanding any inconsistent provisionsin any policies of insurance or self-insurance maintained by the Authority and shall notrequire contribution by the Authority on any basis, pro rata, or otherwise. The policy to which the Additional Insured endorsement is attached shall applyseparately to each insured against whom claim is made or suit is brought except withrespect to the limits of the company’s liability.The policy to which the Additional Insured endorsement is attached shall not be subject tocancellation, change in coverage, reduction of limits or non-renewal except after written noticeof not less than thirty (30) days given to the designated Authority official by certified mail,return receipt requested prior to the effective date thereof.The Authority has provided its Instruction to Bidders and insurance requirements required under thiscontract. ISO Endorsements or others, will be acceptable provided they contain the protection containedin the insurance specifications.I nsurance Requirem ents for Contractors(w ith construction, lead paint, or asbestos risks)Contractor shall procure and maintain for the duration of the contract insurance against claims for injuriesto persons or damages to property which may arise from or in connection with the performance of or failureto perform the work hereunder by the Contractor, its agents, representatives, employees, or subcontractors.MINIMUM SCOPE OF INSURANCECoverage shall be at least as broad as:1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0 01 10 01).2. Insurance Services Office Additional Insured form (CG 20 37 or CG 20 26).3. Insurance Services Office form number CA 00 01 06 92 covering Automobile Liability Code 1 (anyauto), [require if scope of work includes driving on Authority property].4. Workers’ Compensation insurance as required by state law and Employer’s Liability Insurance.5. Builder’s Risk insurance coverage for all risks of loss (in compliance with HUD guidelines).MINIMUM LIMITS OF INSURANCE3 P age

Section 3Insurance RequirementsHold Harmless AgreementContractor shall maintain limits no less than:1. General Liability: 1,000,000 per occurrence for Bodily Injury, Personal Injury, and Property Damage.If Commercial General Liability Insurance or other form with a general aggregate limit is used, eitherthe general aggregate limit shall apply separately to the project/location or the general aggregatelimit shall be twice the required occurrence limit.NOTE: If this contract deals with hazardous materials or pollutants (i.e. lead based paint,asbestos, etc.) the Contractor shall carry Contractor’s Pollution Liability insurance tocover the pollution exposures. The Authority shall be named as Additional Insured on thepolicy.2. Automobile Liability: 1,000,000 per accident for Bodily Injury and Property Damage.3. Workers’ Compensation (statutory) and Employer’s Liability: 1,000,000 per accident for Bodily Injuryor Disease.4. Builder’s Risk: Completed value of the project.NOTE: These limits can be attained by individual policies or by combining primary and umbrella policies.DEDUCTIBLES AND SELF-INSURED RETENTIONSAny deductibles or self-insured retentions must be declared to and approved by the Authority. At the optionof the Authority, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions asrespects the Authority, its officers, officials, employees, and volunteers; or the Contractor shall provide afinancial guarantee satisfactory to the Authority guaranteeing payment of losses and related investigations,claim administration, and defense expenses.OTHER INSURANCE PROVISIONSThe General Liability and Automobile Liability policies are to contain, or be endorsed to contain, thefollowing provisions:1. The Authority, its officers, officials, employees, and volunteers are to be covered asadditional insured with respect to liability on behalf of the Contractor including materials,parts, or equipment furnished in connection with such work or operations and with respectto liability arising out of work or operations performed by the Contractor; or arising out ofautomobiles owned, leased, hired, or borrowed by or on behalf of the Contractor. GeneralLiability coverage can be provided in the form of an appropriate endorsement to theContractor’s insurance or as a separate Owner’s policy.2. For any claims related to this contract, the Contractor’s insurance coverage shall be primary insuranceas respects the Authority, its officers, officials, employees, and volunteers. Any insurance or selfinsurance maintained by the Authority, its officers, officials, employees, or volunteers shall be excessof the Contractor’s insurance.3. Each insurance policy required by these specifications shall be endorsed to state that coverage shallnot be cancelled or materially changed, except after thirty (30) days prior written notice by certifiedmail, return receipt requested, has been given to the Authority.4. Maintenance of the proper insurance for the duration of the contract is a material element of thecontract. Material changes in the required coverage or cancellation of the coverage shall constitute amaterial breach of the contract by the Contractor.Builder’s Risk policies shall contain the following provisions:1. The Authority shall be named as loss payee.2. The insurer shall waive all rights of subrogation against the Authority, its officers, officials, employeesand volunteers.ACCEPTABILITY OF INSURERSInsurance is to be placed with insurers with a current A. M. Best’s rating of no less than A/XIV. Bidders4 P age

Section 3Insurance RequirementsHold Harmless Agreementmust provide written verification of their insurer’s rating.VERIFICATION OF COVERAGEContractor shall furnish the Authority with original certificates and amendatory endorsements effectingcoverage required by these specifications. The endorsements should conform fully to the requirements. Allcertificates and endorsements are to be received and approved by the Authority in sufficient time beforework commences to permit Contractor to remedy any deficiencies. The Authority reserves the right torequire complete, certified copies of all required insurance policies, including endorsements effecting thecoverage required by these specifications at any time.SUB-CONTRACTORSUse of sub-contractors must be pre-approved by the Authority. Contractor shall include all sub-contractorsas insureds under its policies or shall furnish separate insurance certificates and endorsements for eachsub-contractor in a manner and in such time as to permit the Authority to approve them before subcontractors’ work begins. All coverages for sub-c

The work involves answering tenant related requests for maintenance issues. The selected vendor will need to be able to identify appropriate responses, contact EHA staff as necessary, make follow -up contact as needed and enter work orders directly into EHA's Yardi (software provider) work order system.