REQUEST FOR PROPOSAL No FLEET INSURANCE BROKER SERVICES

Size: px
Start display at page:

Download "REQUEST FOR PROPOSAL No. 1170 FLEET INSURANCE BROKER SERVICES"

Transcription

1 REQUEST FOR PROPOSAL No FLEET INSURANCE BROKER SERVICES Issue date: April 11, 2011 Closing location: Purchasing Department 2020 Labieux Road Nanaimo, B.C. V9T 6J9 Closing date and time: On or Before 2:00 PM Local Time on Wednesday, May 11, 2011 City Contact: Silvia Reid Buyer, Purchasing & Stores Telephone: Page 1 of 13

2 Table of Contents 1.0 Overview Non-Mandatory Information Meeting Terms and Definitions Instructions to Proponents Proposal Closing and Delivery Instructions Inquiries and Clarifications Addenda Examination of RFP Documents Proposal Response and Format Submission Guidelines Mandatory Requirements Privilege Provisions Changes to RFP Document Changes to the Proposal Wording and Content Withdrawal of Proposals Proponents Expenses Debriefing Opening of Proposals Proposal Validity Evaluation and Selection General Evaluation Committee Proposal Evaluation Process Desirable Criteria Negotiation and Award General Terms and Conditions Conduct of the Contract Term of Contract Contract Formed No City Obligation Conflict of Interest Insurance Requirements Indemnity WorkSafe BC City of Nanaimo Business License Assignment of Contract Laws and Interpretation Compliance Default Termination Clause Page 2 of 13

3 6.15 Ownership of Proposals and Freedom of Information and Privacy Protection Act (FOIPPA) Time is of the Essence Schedule A: Services Schedule B: Proponents mandatory Questionnaire for Selection Criteria Appendix A: City of Nanaimo Fleet Inventory Appendix B: Receipt Confirmation Form Page 3 of 13

4 1.0 Overview 1.1 The City of Nanaimo (the City ) requests Proposals from qualified commercial fleet insurance Brokers with experience in providing all aspects of fleet insurance needs for the City s municipal fleet, totalling approximately 234 units. 1.2 The intent is to award the Contract for three (3) years with the option to renew for two (2) one (1) year terms, upon annual successful reviews commencing June 1, Non-Mandatory Information Meeting 2.1 It is in the best interest of all Proponents to attend the non-mandatory information meeting, where Proponents can ask any questions regarding the Proposal. A nonmandatory information meeting will be held at: Location: Purchasing Department 2020 Labieux Road, Nanaimo, BC Date: Tuesday, April 19, 2011 Time: 9:30 a.m. 10:00 a.m. 3.0 Terms and Definitions 3.1 In this RFP the following definitions apply: Broker or Firm means the successful Proponent who is awarded the Contract as a result of this Request for Proposal. City means the City of Nanaimo. Must or Mandatory means a requirement that must be met in order for a Proposal to receive consideration. Proponent means any party or parties that intends to submit or submits a Proposal in response to this Request for Proposal. Proposal means a Proponent s response to a City RFP. RFP means this Request for Proposal document. Services has the meaning set out in [Schedule A]. 4.0 Instructions to Proponents 4.1 Proposal Closing and Delivery Instructions The Closing Date and Time for this Request for Proposal is on or before Wednesday, May 11, 2011 no later than 2:00 p.m. (14:00 hrs) Local Time Proposals received after the closing date and time will be rejected Proposals must be delivered by the following method: (i) By hand/courier delivery: One (1) hardcopy of the Proposal, and an electronic copy of the Proposal response on CD/DVD or memory stick in Microsoft Office, e.g. MS Word/Excel delivered in a sealed envelope/package clearly marked: Proposal #1170 Fleet Insurance Broker Services addressed to the Purchasing Department, City of Nanaimo, 2020 Labieux Road, Nanaimo, BC V9T 6J9. The Purchasing operating hours are Monday to Friday 8:00 a.m. to 4:30 p.m. Page 4 of 13

5 (ii) By Facsimile: At the only acceptable fax number (iii) By At the only acceptable electronic address: Please note: Maximum file size limit is 8MB, or less. 4.2 Inquiries and Clarifications All enquiries related to this RFP shall be directed in writing to: Silvia Reid, SCMP Buyer Phone No: Fax No: The Proponent is requested to submit in writing by fax or any questions regarding the specifications, discrepancies, omissions or any apparent ambiguities to be not less than (3) working days before Proposal closing time. The City reserves the right not to respond to inquiries made within (3) work days before the closing date and time The question shall be reviewed, and where the information sought is not already clearly indicated the City shall issue an addendum to all Proponents who have submitted the Receipt Confirmation Form [Appendix B]. All addendum(s) issued shall become part of the Contract documents. 4.3 Addenda If the City determines that an amendment is required to this RFP, the Purchasing Department will issue a written addendum to each Proponent who has returned to the City the Receipt Confirmation Form [Appendix B] It is the responsibility of the Proponents who retrieve or download this RFP document from the City of Nanaimo website and BC Bid website, to ensure they monitor these site(s) for any addendum to this RFP document issued up to and including the Closing Date and Time Each addendum will be incorporated into and become part of this RFP. No of any kind to this RFP is effective unless it is contained in a written addendum issued by the Purchasing Department All addendums issued are to be returned to the City. 4.4 Examination of RFP Documents Proponents will be deemed to have carefully examined the RFP, including all attached Schedules and appendices, prior to preparing and submitting a Proposal with respect to any and all facts which may influence a Proposal submission. Page 5 of 13

6 4.5 Proposal Response and Format Submission Guidelines The format and sequence requirements in this Section 4.0 (4.5) of the RFP is to be followed in the Proponents Response in order to provide consistency and ensure each Proposal receives full consideration. Title Page Proposals should illustrate the RFP name, RFP number, closing date and time, Proponent name, address, telephone number, facsimile number, address, and the name of the Proponent contact person. Letter of Introduction One page, introducing the Firm and the Proposal, signed by the Firm s authorized person(s) to bind the Firm / Proponent to statements made in the Proposal. Table of Contents Proposals are to illustrate the page numbers of all major headings as per the RFP as well as applicable appendices and attachments Proponents Must Complete [Schedule B] It is mandatory that the Proposal responses to [Schedule B] are provided directly onto [Schedule B], after the word RESPONSE. Additional detailed information to the original response can be referred to and provided as appendices for clarity and convenience. This method of response allows the Proposal to use the identical format (and numbering system) as provided in the RFP Proposals responses should be written in a clear, concise language that allows for ease of retrieval and understanding by the Evaluation Committee Proponents are not required to return the following sections with their Proposal submission: Section 1.0 Overview Section 2.0 Non-Mandatory Information Meeting Section 3.0 Terms and Definitions Section 4.0 Instructions to Proponents Section 5.0 Evaluation and Selection Section 6.0 General Terms and Conditions Schedule A Services Appendix A City of Nanaimo Fleet List Appendix B Receipt Confirmation Form Page 6 of 13

7 4.6 Mandatory Requirements The City has several requirements that are deemed as Mandatory when submitting a response to this RFP. These Mandatory requirements are identified below. Failure to comply with these mandatory requirements may result in disqualification of your Proposal. i. The Proposal must be received at the closing location by the specified closing date and time. ii. The Letter of Introduction must be signed by the Firm s authorized person(s) to bind the Firm / Proponent to statements made in the Proposal. iii. The Proposal must be in English. iv. [Schedule B] must be completed on the form provided. Proposal Response must be provided directly onto the [Schedule B], after the word RESPONSE. Additional detailed information to the original response can be referred to and provided as appendices for clarity and convenience. 4.7 Privilege Provisions The City reserves the right to: Waive at its discretion any irregularity or non-compliance in any Proposal received; Reject any and all Proposals, including without limitation the lowest priced Proposal, even if the lowest priced Proposal conforms in all aspects with the RFP; Reject any Proposal at any time prior to execution of a Contract; Cancel the RFP process at any time and to proceed with the Services in some other manner separate from this RFP; Amend or revise the RFP by Addenda up to the specified closing date and time; Reduce the Scope of Services required within the RFP after award of a Contract; and Award a Contract to the Proponent other than the one with the most points, if, in its sole determination, another Proposal is determined to be the Best Value to the City, taking into consideration the evaluation criteria of the RFP. 4.8 Changes to RFP Document Proponent(s) must not alter any portion of this RFP document, with the exception of adding the information requested. To do so will invalidate the submission of its Proposal. 4.9 Changes to the Proposal Wording and Content The Proponent will not be allowed the opportunity to change the wording or content of its Proposal after closing and no words will be added to the Proposal, including changing the intent or content of the presentation of the Proposal, unless requested by VIRL (e.g. minor clarifications). Page 7 of 13

8 4.10 Withdrawal of Proposals The Proponent may withdraw their Proposal at any time prior to the Proposal Closing Date & Time by submitting a written withdrawal letter to the City s Purchasing Department Proponent s Expenses The City shall not be liable for any costs incurred in responding to any City Request for Proposal, including costs of Proposal preparation and any travel related to the RFP and Proposal process, including attendance at information meetings and/or oral interviews. The Proponent, by submitting a Proposal, agrees that it will not claim damages, for whatever reason, relating to the Contract or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its Proposal and the Proponent, by submitting a Proposal, waives any claim for loss of profits if no Contract is made with the Proponent Debriefing Proponents may request debriefing which may be made available at the City s convenience and must be made within fifteen (15) days of notification of award. The intent of the debriefing information session is to aid the Proponent in presenting a stronger Proposal in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the procurement process. The City will provide a debriefing after Contract award has been completed Opening of Proposals All openings are non-public Proposal Validity Proposals will be open for acceptance for at least sixty (60) days after the closing date. 5.0 EVALUATION AND SELECTION 5.1 General The award of a Contract is based on the City s evaluation criteria that results in a Proposal that is determined to be the Best Value to the City. Best Value is based on a variety of factors including but not limited to the following (the order does not indicate order of importance) quality, service, price and any other relevant criteria set out herein including but not limited to: a. the Proponent s ability to meet the requirements; b. the Proponent s ability to deliver the services when and where required; c. financial offer including but not limited to prices, operating and maintenance costs, and warranty, and any life cycle considerations; Page 8 of 13

9 d. the Proponent s business and technical reputation and capabilities; experience and where applicable the experience of its personnel, financial stability, track record, and references, including the City s internal assessment of current and former service providers; and e. other criteria set out in the Request for Proposal or otherwise reasonably considered relevant. No award will be made to any Proponent who cannot give satisfactory assurance of their ability to carry out the Contract. No award will be made to any Proponent that is legally constrained or not authorized to conduct the required acquisition. 5.2 Evaluation Committee Evaluation of Proposals will be by a committee formed by the City. The City reserves the right and at its sole discretion to choose the Evaluation Committee participants. 5.3 Proposal Evaluation Process Proposals received by the closing date / time will be screened by the Evaluation Committee to ensure the Proponent s compliance with the Mandatory Requirements as stated in Section 4.0 (4.6) of this Request for Proposal. The Evaluation Committee reserves the right to (at its sole discretion) determine whether or not any Proposal is compliant. Non-compliant Proposals will be rejected After a Proposal response has passed the Mandatory Requirements, the Evaluation Committee will compare and evaluate Proposals to determine the Proposal offering Best Value to the City. The Evaluation Committee will review each criterion and evaluate based on the information provided in the Proposal submission. Proposals may be evaluated on a comparative basis As a minimum, the selection (if any) of Proposal responses will be based on the criteria listed in Section 5.0 (5.4) Desirable Criteria based on the Proponents response submitted on [Schedule B] Proponents Mandatory Questionnaire for Selection Criteria The Evaluation Committee may, at its discretion, request clarifications or additional information from a Proponent with respect to any Proposal, and the Evaluation Committee may make such requests to only selected Proponent(s). The Evaluation Committee may consider such clarifications or additional information in evaluating a Proposal After an initial review of all the Proposals the City may, at its option, develop a shortlist of Proponents and conduct interviews. This will provide the City an opportunity to meet the Proponent and ask questions regarding the contents of their Proposal and will score the interviews accordingly. Alternatively, if in its sole discretion the City determines there is a clear leading Proponent, the City retains the right to bypass the interview process and proceed directly to award. Page 9 of 13

10 5.3.6 It is the intent of the City to award the Contract to the Proponent receiving the most points. Notwithstanding the foregoing, the City reserves the right to award the Contract to the Proponent other than the one with the most points if, in its sole determination, another Proposal is determined to be Best Value to the City, taking into consideration evaluation criteria of the RFP All Proponents will be notified in writing by the City of the status of their Proposal within a reasonable period of time after award. 5.4 Desirable Criteria The awarding of any Contract shall be based on the Best Value to the City. Proposals will be assessed and scored, based on the evaluation criteria that will include but not limited to the following: Desirable Criteria Maximum Points Assigned Corporate Capability and Company Qualifications. 50 Services and Deliverables. 30 Track Record and References, including the City s internal evaluation of current and former service providers. 10 Interview (Optional) 10 Total Points Negotiation of Contract and Award If the City selects a Preferred Proponent then it will enter into discussions with the Preferred Proponent to clarify any outstanding issues and attempt to finalize the terms of a Contract, including financial terms. If discussions are successful, the City and the Preferred Proponent will finalize a Contract. If at any time the City reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within a reasonable time then the City may give the Preferred Proponent written notice to terminate discussions, in which event the City may then either open discussions with another Proponent or terminate this RFP and obtain or proceed with the Services in some other manner. 6.0 GENERAL TERMS AND CONDITONS 6.1 Conduct of the Contract The Purchasing Agent will have the conduct of the Contract. 6.2 Term of Contract The term of the Contract is three (3) years with the option to renew for two (2) one (1) year terms, upon successful annual review of the successful Proponent meeting the City s requirements and expectations. The Contract shall commence June 1, Page 10 of 13

11 6.3 Contract Formed By submission of a Proposal, the Proponent agrees that should its Proposal be successful the Proponent will enter into a Contract with the City of Nanaimo The Contract documents will include and consist of this Request for Proposal, the Proponents Proposal submission, General Terms and Conditions, Schedule A, Schedule B as modified, Certificates of Insurances, WorkSafe BC clearance letter, all amendments and attachments, the City s official purchase order and written letter of acceptance. 6.4 No City Obligation This RFP is not a tender and does not commit the City in any way to select a Preferred Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City reserves the complete right to at any time reject any or all Proposals, and to terminate the RFP process at anytime, before or after closing date. 6.5 Conflict of Interest By submitting a Proposal, the Proponent warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Proponent, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict. 6.6 Insurance Requirements Prior to commencement of the Contract, the Broker at its own expense with whom the City wishes to contract warrants and represents that it, and all proposed sub-contractors, have the following minimum insurances with insurers licensed in the Province of British Columbia and in forms and amounts appropriate to the indemnification requirements of this Contract. The minimum insurance shall be: Commercial General Liability providing coverage with an inclusive limit of $2,000,000 on a per occurrence basis and include insurance against bodily injury, property damage and liability assumed under this Contract. Employee Dishonesty Insurance/Fidelity Bonding with limits of not less than $5,000 per employee. Motor Vehicle Insurance for public liability and property damage providing minimum $2,000,000 coverage, inclusive on owned, non-owned or hired vehicles. Professional Liability Errors & Omissions Insurance in an amount not less than $500,000 per claim and a minimum $2,000,000 aggregate Coverage must be for the entire Contract period The City will be named as an Additional Insured with respect to liability arising out of the operations of the Named Insured. Page 11 of 13

12 6.6.4 The provision of thirty (30) days written notice to the City of cancellation or material change resulting in the reduction in coverage Before award of the Contract, the preferred Proponent must provide Evidence of Insurance and a Certificate of Insurance is to be completed by your insurance Broker and submitted to the Purchasing Agent. 6.7 Indemnity The Firm agrees to indemnify, defend and save harmless the City of Nanaimo, including without limitation, its Council Members, agents, servants and employees from and against all suits, claims, demands, losses, damages, expenses and costs made against or incurred, suffered or sustained by the City at any time or times (either before or after the expiration or sooner termination of this Contract) where the same or any of them are based upon or arise out of or from anything done or omitted to be done by the Firm or by any servant, employee, officers, director or sub-contractor the Firm pursuant to the Contract excepting always liability out of the independent acts of the City. 6.8 WorkSafe BC Coverage As a condition of a Contract, the successful Proponent must be registered and in good standing with Work Safe BC. The Firm is required to maintain this good standing during the duration of a Contract and provide WorkSafe BC coverage for all workers on their payroll for the Contract term. Failure to do so will be grounds for termination of a Contract and such termination shall not result in any penalty to the City. 6.9 City of Nanaimo Business License The Broker will pay all costs, obtain and maintain throughout the term of this Contract a valid City of Nanaimo business license Assignment of Contract The Broker shall not sub-subcontract any part of the Services or assign any part of the Contract, without prior written consent of the City s Purchasing Agent. Any consent to sub-contract shall not relieve the Broker from its obligations and every sub-contractor shall incorporate all the terms of the Contract that can be reasonably applied thereto Laws and Interpretation Any contract resulting from this Request for Proposal shall be governed by and will be construed and interpreted in accordance with the laws of the Province of British Columbia. Page 12 of 13

13 6.12 Compliance Proponent(s) agree to comply with all laws and regulations affecting this Proposal document in any manner and agree to take further steps as may be necessary to effect such compliance. All laws and regulations required to be incorporated in Contracts of this character are hereby incorporated by inference Default The Firm shall not be liable for any excess costs if any failure to perform the Contract arises by reason of strike, lockouts, acts of God or of the public enemy, acts of the City, fires or floods, or defaults of sub-contractors due to any of such causes unless the City shall determine that the goods or services to be furnished by the sub-contractor were obtainable from other sources in sufficient time to permit the Firm to meet the required delivery schedule Termination Clause Either party may cancel this Contract for any reason whatsoever by providing the other part with ninety (90) days written notice. All the affairs will be wound up and the Broker will be paid for any outstanding balance for services rendered to date In the event the City terminates this Contract: (a) the City s liability shall be limited to only the Brokers fees and expenses for Services delivered up to the date of termination and not thereafter; and (b) The City may enter into an agreement, as it in its sole discretion sees fit, with other Broker to provide the Services Ownership of Proposals and Freedom of Information and Privacy Protection (FOIPPA) All Proposals, including attachments and any documentation, submitted to and accepted by the City in response to this RFP become the property of the City. The contents of the Proposal are subject to the Freedom of Information and Privacy Protection Act (FOIPPA). The Proponent should note within its Proposal whether it considers any part of the Proposal as proprietary or trade secret. The City attempts to keep, to the best of its ability, proprietary or trade secret material confidential, only to the extent permitted by law. Notwithstanding the foregoing, the City has the sole discretion in determining whether any part(s) of Proponent Proposals contain information that is exempt from FOIPPA legislation Time is of the Essence Time shall be of the essence of this Contract. Page 13 of 13

14 SCHEDULE A SERVICES The purpose of this RFP is to select a fleet insurance Broker with experience in providing all required commercial fleet insurance needs for the City s municipal fleet includes Construction, Water Works, Sanitation, Parks, Fire/Rescue and other vehicles and licensed trailer/ equipment; totaling approximately 234 licensed units. This requirement includes expertise to advise in best practices, streaming systems and procedures, optimum insurance coverage, annual ongoing renewals, mobile services and emergency services to the City s Fleet Department. The intent is to award the Contract for up to five (5) years based upon annual successful reviews. The objective is to select the Broker that can provide all of the City s fleet insurance, licensing and related needs; and Proponents are requested to provide information in their Proposal Response that assists the City to determine the Broker that best meets these requirements. Authorized ICBC insurance Broker with a minimum five year commercial fleet insurance experience for similar types of City of Nanaimo fleet insurance requirements of the City; Provide vehicle license, insurance issuance and renewals, insurance cancellations, plate replacement of all types of licensed fleet vehicles and equipment as listed on Appendix A; Issue special operator permits with the RCMP traffic section (these are cushmen, gators and ride em lawnmowers; Issue non-owned automobile policy that covers City employees who use their own vehicles for work; Provide a dedicated fleet insurance expert that will be familiar with the City s specific needs and can advise on best practices, insurance requirements, coverage, deductibles and cost reductions improvements to best represent the City s best interest and provide best value; Provide Dedicated Staff that will provide complete fleet insurance and licensing requirements from start to finish, providing best practice services; Experience in successfully providing fleet insurance services with similar commercial fleets and type of fleet, of minimum 100 licensed vehicles; Provide all required documents delivered to the City s Fleet Department located at 2020 Labieux Rd., Nanaimo, BC in a timely manner; Ability to provide mobile insurance services to the City s Fleet Department; Provide emergency service, which may include issuance of insurance and plates, replacement of plates, insurance cancellation within a two-hour request; Financial resources to support fleet renewal of $182,000 including acceptance of MasterCard; Capacity and capability to complete the annual fleet insurance renewal by July 15 th of each year; Mid-term and renewal review options with Fleet Manager in consultation with the Purchasing Agent; Program review with Fleet Manager and Purchasing Agent on an annual basis; Identify and recommend avenues for increased premium savings; Claims Management Services; Maintain and provide on request a database or spreadsheet of the current fleet including unit number, year, make model, serial or VIN, coverage and deductible information. Page 1 of 1

15 APPENDIX 'A CITY FLEET INVENTORY FLEET # MAKE TYPE DESCRIPTION GVW YEAR USER DEPARTMENT FUEL LIC# 104 CHRYSLER SEBRING 4 DOOR MID SIZE PASSENGER CAR BYLAW GAS 173FGE 107 SUZUKI SX4 SUZUKI 4 DR HATCHBACK CAR BYLAW GAS 753DSS 108 CHRYSLER CIRRUS SEDAN - 4 DOOR BYLAW GAS WSR TOYOTA PRIUS 4 DR HATCHBACK BYLAW GAS EFJ TOYOTA PRIUS 4 DR HATCHBACK BYLAW GAS VAX FORD F150 1/2 TON EXCAB SHORT CAB PICKUP BYLAW GAS 9802FY 237 DODGE RAM DODGE RAM 2500 QUAD CAB BYLAW DIESEL BM DODGE RAM 1500 RAM 1500 ST QUAD CAB 4X BYLAW GAS 5003GV 105 DODGE GCAR MINIVAN COMMUNIT PLANNING GAS 625GAD 578 TOYOTA 7FBECU20 ELECTRIC FORKLIFT 2008 CONFERENCE CENTRE ELC 02538X 103 DODGE GCAR CARAVAN C/V CARGO VAN 5400LBS 2004 CONSTRUCTION GAS 319CGW 106 DODGE GCAR MINIVAN CONSTRUCTION GAS 626GAD 203 FORD F FORD F350 CRCAB TRUCK CONSTRUCTION DIESEL CV CHEV SILVERADO 1/2 TON EXTENDED CAB SHORT BOX CONSTRUCTION GAS 1019SF 252 CHEV C25 3/4 TON PICKUP CONSTRUCTION GAS 1578AX 272 CHEV GRUMMAN 1 TON STEP VAN CONSTRUCTION GAS 0835TW 278 FORD F150 1/2 TON PICK UP CONSTRUCTION GAS 9137BM 412 GMC C GMC CREW CAB AND CHASSIS CONSTRUCTION DIESEL CW CASE 590 SUPER M BACKHOE CONSTRUCTION DIESEL AR EXPRESS --- TRAILER 18` DECK OVER 2003 CONSTRUCTION 12311B 6353 VER-MAC 54B SIGN BOARD TRAILER 575 KG 2010 CONSTRUCTION 74894C 101 FORD ESCAPE 2009 FORD ESCAPE HYBRID DEVELOPMENT SERVICES GAS 332RBD 209 GMC CANYON 2011 GMC CANYON 2WD TRUCK DRAINAGE GAS DD FORD F150 1/2 TON PICKUP 4X DRAINAGE GAS 1033EM 214 FORD F150 1/2 TON PICKUP DRAINAGE GAS 0419TJ 244 GMC K25 3/4 TON PICKUP - 4X DRAINAGE GAS 5785XG 284 CHEV C15 1/2 TON EXTENDED CAB PICK UP DRAINAGE GAS 9116BM 404 STERLING ACTERRA M8500 DUMP TRUCK DRAINAGE DIESEL AN FREIGHT FL80 DUMP TRUCK - SINGLE AXLE DRAINAGE DIESEL AN GMC GM W4 ISUZU UTILITY TRUCK DRAINAGE DIESEL AN FORD F550 4X4 CREW CAB DUMP TRUCK DRAINAGE DIESEL AR PROMARK --- PROMARK WOOD CHIPPER 1993 DRAINAGE V 5009 VAC-TRON E-VAC150SGT TRAILER - SEWER SUCKER 2004 DRAINAGE GAS 30395B 563 CASE 590 SUPER M BACKHOE 4X DRAINAGE DIESEL AN CASE 580SM 2009 CASE 580SM SERIES 3 LOADER BACKHOE DRAINAGE DIESEL AN UBUILT CUSTOM BUILT TRAILER FOR EMERGENCY RESPOND TO OIL SPILLS DODGE CARAVAN VAN - PASSENGER ENGINEERING GAS MTX DODGE RAM 1500 RAM /2 TON CARGO VAN ENGINEERING GAS 1032EM 289 FORD ESCAPE 2011 FORD ESCAPE HYBRID 2011 ENGINEERING GAS 296 PDR 6320 WANCO WSDT-S SPEEDBOARD TRAILER 583KG 2007 ENGINEERING UHD42K

16 701 DODGE RAM /2 TON RAM X4 P/U TRUCK FIRE DEPT. GAS 5875GP 702 SPARTON GLADIATOR SPARTON PUMPER LADDER TRUCK FIRE DEPT. DIESEL 6063DD 703 FORD F350 1 TON CREW CAB PICKUP 4X FIRE DEPT. GAS 1202EB 704 DODGE DURANGO 2006 DODGE DURANGO FIRE DEPT. GAS 112FPJ 705 FORD F350 FIRE PUMPER TRUCK-C/W PORTABLE PUMP FIRE DEPT. GAS 0168MG 706 DODGE DURANGO DURANGO SXT 4X4 SUV 2003 FIRE DEPT. GAS 041BCL 707 DODGE RAM 4X2 QUADCAB 1/2 TON PICKUP FIRE DEPT. GAS 3966GN 708 GMC SAFARI VAN (MARK BENNIE DRIVES THIS) FIRE DEPT. GAS 5730XG 709 LAFRANCE FIRE TRUCK OLD SHAKEY 1913 FIRE DEPT. GAS DODGE DAKOTA 1/4 TON EXTENDED CAB PICK UP FIRE DEPT. GAS 0171MG 711 IHC S1900 FIRE RESCUE TRUCK FIRE DEPT. GAS 0172MG 712 PETERBILT PB PETERBILT ELLIPTICAL TANKER FIRE DEPT. DIESEL 0990HR 713 KENWORTH FIRE TRUCK 2005 KENWORTH (PROTECTION ISL) FIRE DEPT. DIESEL 1075HR 714 CHEV CAVALIER COUPE - 2 DOOR FIRE DEPT. GAS FRR CHEV S10 1/4 TON EXTENDED CAB PICK UP FIRE DEPT. GAS 5777CC 716 DODGE B350 VAN - 15 PASSENGER WITH SIDE/REAR DOORS FIRE DEPT. GAS AN FORD E FORD E350 AMBULANCE FIRE DEPT. DIESEL 0274KW 718 FORD E FORD CARGO VAN 5216 GVW 2003 FIRE DEPT. DIESEL 3507LA 719 SPARTON METRO STAR 2008 SPARTAN RESCUE TRUCK 2008 FIRE DEPT. DIESEL AV SPARTON METRO STAR 2008 SPARTAN RESCUE TRUCK 2008 FIRE DEPT. DIESEL AV FORD F450 FIRE RESCUE TRUCK FIRE DEPT. DIESEL 2940YR 722 DODGE RAM 3500 DODGE 3500 RAM 4X4 PICKUP TRUCK FIRE DEPT. DIESEL BV FORD TRANSIT 2010 FORD TRANSIT CONNECT 2WH DRIVE 2252KG 2010 FIRE DEPT. GAS CV GMC TC5C GMC RESCUE TRUCK 2007 FIRE DEPT. DIESEL AL FORD SEAGRAVE FIRE SNORKEL TRK-85` PLATFORM 1050 G FIRE DEPT. DIESEL 0187MG 731 SUPERIOR --- FIRE PUMPER TRUCK GPM HALE SINGLE FIRE DEPT. DIESEL 2812YJ 732 SHORELAND --- TRAILER - BOAT FIRE DEPT. -- UCW31J 733 PIERCE ARROW XT PIERCE ARROW XT FIRE TRUCK 2010 FIRE DEPT. DIESEL CV MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP GPM FIRE DEPT. DIESEL 0189MG 735 MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP GPM FIRE DEPT. DIESEL 0190MG 736 MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP GPM FIRE DEPT. DIESEL 4129SV 737 SIMON FIRE PUMPER TRUCK GPM FIRE DEPT. DIESEL 6913VG 738 SIMON D9400 FIRE PUMPER TRUCK GPM FIRE DEPT. DIESEL 3922WS 739 BLUEBIRD MB FIRE EMERGENCY MOBILE COMMAND CENTER - S FIRE DEPT. DIESEL 3949WS 741 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE FIRE DEPT Y 742 E-ONE H206 FIRE RESCUE TRUCK-1250 GPM HALE SINGLE FIRE DEPT. DIESEL 0190AA 743 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE FIRE DEPT B 744 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE FIRE DEPT B 169 CHEV CAVALIER COUPE - 2 DOOR FLEET GAS RRJ FORD F250 3/4 TON EXTENDED CAB UTILITY BODY 4X FLEET DIESEL AN GMC G30 VAN - 1 TON - STEP FLEET DIESEL 0101 MG 287 DODGE RAM 250 SHOP VAN FLEET GAS AN9307

17 294 DODGE POWER RAM 250 3/4 TON PICK UP - 4X FLEET GAS 9147BM 302 CUSHMAN --- CUSHMAN FLAT DECK FLEET GAS AT CLARK GPX 30 FORK LIFT FLEET PROPANE 02536X 572 CATERPILLAR RC60 FORKLIFT FLEET DIESEL 02537X 580 CASE 521DXT 2005 CASE LOADER FLEET DIESEL 1101HR 211 GMC SAFARI VAN FLEET SPARE GAS AN DODGE DAKOTA 1/4 TON EXTENDED CAB PICKUP FLEET SPARE GAS AN GMC K25 1 TON UTILITY BODY - 4X FLEET SPARE DIESEL 6740XP 295 DODGE RAM DODGE RAM PICKUP FLEET SPARE GAS 9134HY 420 FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT FLEET SPARE DIESEL 1333DA 421 FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT FLEET SPARE DIESEL 9720DV 5010 BOBCAT 773 SKID STEER ALLWEATHER CAB LOADER FLEET SPARE DIESEL 4932FE 6259 EXPRESS ` FLAT DECK TANDEM TRAILER 5442GVW 2002 FLEET SPARE 01271Y 242 FORD TRANSIT 2010 FORD TRANSIT CONNECT HUMAN RESOURCES GAS CV TOYOTA PRIUS 4 DR HATCHBACK IT DEPT. GAS BEF TOYOTA PRIUS 4 DR HATCHBACK PARKS GAS KPW DODGE CARAVAN DODGE CARAVAN PARKS GAS BM FORD F250 3/4 TON EXTENDED CAB PARKS GAS AN FORD F150 1/2 TON EXCAB SHORT CAB PICKUP PARKS GAS 9801FY 238 FORD E350 VAN - 1 TON PARKS GAS 1616HH 241 DODGE RAM 250 3/4 TON 2WD PICKUP PARKS GAS 3878EM 243 GMC CANYON 2011 GMC CANYON 2WD PICK UP TRUCK PARKS GAS CW GMC 3500 GMC SIERRA 1 TON EXT CAB P/U PARKS GAS 5926CT 249 GMC GMC SIERRA TRUCK PARKS GAS 0227KA 253 CHEV G15 VAN PARKS GAS AN FORD F150 1/2 TON EXTENDED CAB P/U PARKS GAS AL FORD F350 SUPERCAB FORD F350 P/U PARKS GAS 5049GV 258 FORD F150 1/2 TON EXTENDED CAB P/U PARKS GAS 5053GV 261 DODGE RAM 150 1/2 TON PICKUP PARKS GAS AN THOMAS E450 E PASSENGER BUS PARKS DIESEL CM GMC CANYON 2011 GMC CANYON CREW CAB TRUCK PARKS GAS CV GMC 2500 **BUDGET RENTAL TRUCK** 2010 PARKS DIESEL CE GMC CANYON 2011 GMC CANYON 2WD TRUCK PARKS GAS CW FORD RANGER FORD RANGER P/U - REGULAR CAB PARKS GAS AN FORD F350 SUPERCAB FORD F350 PICKUP PARKS GAS 5048GV 286 GMC CANYON 2011 GMC CANYON TRUCK PARKS GAS CW FORD F FORD 350 XTRA CAB PICKUP PARKS GAS 5783XG 291 DODGE RAM 350 VAN PARKS GAS AN DODGE POWER RAM 350 FLAT DECK - 1 TON - 4X PARKS DIESEL 8953LD 422 FORD F550 FLAT DECK - 4X6-12 FT PARKS DIESEL AR FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT PARKS DIESEL 1369DA 426 FORD F550 FORD F PARKS DIESEL AX0912

18 552 JOHN DEERE GATOR GATOR ATV (FRONT PLOW 6240) PARKS DIESEL AT JOHN DEERE TH 6X4 JOHN DEERE GATOR 2008 PARKS DIESEL AT JOHN DEERE 725 MOWER - FRONT - 54" PARKS GAS AT JOHN DEERE MOWER 1560KG 2007 PARKS DIESEL AT JOHN DEERE 1445 MOWER PARKS DIESEL 03602X 569 TOYOTA 2FG20 FORK LIFT PARKS PROPANE 02535X 576 NEW HOL TN70D TRACTOR/LOADER 32 LA PARKS DIESEL AN NEW HOL TL80 RANSOMES 5/7 GANG MOWER PARKS DIESEL 7453FB 581 CASE 570 MXT TRACTOR LOADER - 4X4-1 CU YD 2009 PARKS DIESEL BB EZ LOADER EZ LOAD TRAILER - BOAT 1992 PARKS -- UKC54N 684 UBUILT CUSTOM BUILT TRAILER - UTILITY N/A 1979 PARKS 94844V 802 ZAMBONI 520 ICE RESURFACER (NNIC) PARKS PROPANE 4126FE 803 UBUILT CUSTOM BUILT U DRIVE FLATDECK TRAILER 1998 PARKS V 804 ZAMBONI 520 ICE MACHINE (BEBAN PARK) PARKS PROPANE 8828DJ 805 GANDY 1008T 2005 GANDY FERTILIZER SPREADER PARKS UDF75K 808 ZAMBONI 520 FULLSIZE ICE MACHINE (BEBAN PARK) PARKS PROPANE 3930GN 813 PROGRESSIVETURF PRO FLEX PROGRESSIVE 5 DECK MOWER 1999 PARKS DIESEL UJA72Y 814 UBUILT CUSTOM BUILT TRAILER - TURBO MIST PARKS -- UJR19X 816 EXPRESS CUSTOM BUILT TANDEM AXLE TRAILER 1998 PARKS C 817 HARRIS --- UTILITY TRAILER - FLAT DECK PARKS UJR20X 818 EXPRESS --- TRAILER - FLAT DECK 2007 PARKS C 833 VERMEER BC600XL 2009 BRUSH CHIPPER 2009 PARKS UNF80L 835 EXPRESS --- TRAILER - FLAT DECK 1998 PARKS Y 153 CHEV CAVALIER SEDAN - 4 DOOR POOL VEH GAS PKM CHEV CAVALIER SEDAN - 4 DOOR POOL VEH GAS 932FVS 221 DODGE B350 VAN - 1 TON RCMP GAS 1311YB 216 CHEV S15 CUSHMAN - PICKUP CONVERSION ROADS GAS AN DODGE RAM 250 3/4 TON 4X4 EXCAB SHORT BOX 4 DOOR PU ROADS GAS AN DODGE RAM 250 3/4 TON 4X4 EXCAB SHORT BOX 4 DOOR PU ROADS GAS 0836TW 264 DODGE 2500 RAM 3/4 TON EXCAB PICKUP ROADS GAS 3450WF 266 DODGE 2500 RAM 3/4 TON EXCAB P/U ROADS GAS AN DODGE DAKOTA 1/4 TON EXTENDED CAB PICK UP - 4X ROADS GAS AN IHC 4900 DUMP TRUCK - TANDEM AXLE ROADS DIESEL DE GMC GM W4 ISUZU LINE PAINTER ROADS DIESEL AN STERLING ACTERRA 8500 DUMP TRUCK ROADS DIESEL AN FREIGHT BCM2 FREIGHTLINER CAB AND CHASSIS 2010 ROADS DIESEL CM GMC C GMC C5500 4X4 DUMP TRUCK ROADS DIESEL 8946LD 410 GMC C GMC C5500 4X4 DUMP TRUCK ROADS DIESEL 6403LG 413 IHC CRANE TRUCK - TANDEM - 6X ROADS DIESEL AX GMC GM W4 ISUZU SIGN TRUCK - FLAT DECK ROADS DIESEL 0125MG 425 FORD F550 2 TON 4X ROADS DIESEL AX GMC C GMC C5500 4X4 TRUCK ROADS DIESEL 9584HA

19 428 FREIGHT MT45 VAN - WALK IN WITH AERIAL LADDER ROADS DIESEL 8057BV 429 DODGE RAM DODGE RAM 2500 TRUCK 4X ROADS DIESEL BTO CASE 590 SUPER L BACKHOE - 4X4-1/2 CU YD ROADS DIESEL 5682TY 565 DYNAPAC C122C COMBI ROLLER ASPHALT COMPACTOR ROADS DIESEL X CASE 590 SUPER M BACKHOE ROADS DIESEL 7963YN 6076 UBUILT CUSTOM BUILT TRAILER - SIDEWALK CREW TRAILER 1982 ROADS W 6078 EXPRESS --- TRAILER - EXPRESS 455 GVW 2000 ROADS W 6140 UBUILT CUSTOM BUILT TRAILER - THERMO PLASTIC 1992 ROADS -- UJR11X 6284 EXPRESS --- TRAILER 5` X 8` BOX TRAILER 2004 ROADS UCR16Y 220 CHEV SILVERADO 1/2 TON EXTENDED CAB SHORT BOX SANITATION GAS 0957HR 310 VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD SANITATION DIESEL AN GMC EXPEDITOR REFUSE TRUCK - SHUPACK 33 YARD SANITATION DIESEL 9585HA 312 VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD SANITATION DIESEL AN VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD SANITATION DIESEL AR MACK MS 300D LABRIE REFUSE TRUCK SANITATION DIESEL 5246EC 315 AUTOCAR EXPEDITOR REFUSE TRUCK SANITATION DIESEL 4956LN 316 AUTOCAR EXPEDITOR REFUSE TRUCK SANITATION DIESEL 4957LN 318 GMC EXPEDITOR REFUSE TRUCK - SHUPACK 25 YARD SANITATION DIESEL DD GMC W4500 MULTI LIFT TRUCK SANITATION DIESEL 9193JV 5011 BOBCAT BOBCAT SANITATION DIESEL 7831HJ 541 APPLIED 525HS CURB SWEEPER SANITATION DIESEL AR ELGIN CF7000 ELGIN SWEEPER CROSSWIND SERIES "G" SANITATION DIESEL 9114BM 561 ELGIN SC-8000 STERLING SWEEPER SANITATION DIESEL 6402LG 231 DODGE DODGE SPRINTER VAN SEWER DIESEL 9419KC 262 CHEV ASTRO VAN SEWER GAS 0823TW 283 CHEV C15 1/2 TON EXTENDED CAB PICK UP SEWER GAS 9115BM 411 GMC C GMC 4X4 C/W SERV BODY AND CRANE SEWER DIESEL BL GMC-ISUZU W4500 CREW CAB - CABOVER SEWER DIESEL 1575JG 417 FREIGHT FL112 FLUSH TRUCK SEWER DIESEL 6200XC 6025 UBUILT CUSTOM BUILT TRAILER - FLAT DECK (OLD 812 REBUILT) 1999 SEWER NUWAY --- TRAILER 1998 SEWER UBUILT --- FLUSH TRUCK PIPE TRAILER 1995 SEWER UBUILT --- SHORING TRAILER SEWER UFV39W 6032 UBUILT CUSTOM BUILT TRAILER - CURB MACHINE UNF85L 6042 UBUILT SHORE TRL TRAILER - SHORING UBUILT UB-BOMAG TRAILER - BOMAG ROLLER UJR03X 6052 DIACO SHORE TRL TRAILER - SHORING UJR07X 6066 DEL FD TRAILER - FLAT DECK C 6119 INGERSOL P125WD COMPRESSOR PSI 1991 GAS 35544V 6141 INGERSOL --- INGERSOL COMPRESSOR ON TRAILER V 6144 AMIDA DLB25 TRAILER - TRAFFIC ARROW MILLER --- TILT TOP TRAILER V

20 660 UBUILT CUSTOM BUILT TRAILER UCW30J 689 SIMPOWER --- TRAILER V 693 UBUILT CUSTOM BUILT TRAILER - UTILITY UCJ04M 699 ROAD RUN --- TRAILER C 207 GMC SAFARI VAN STORES GAS 3417WF 201 FORD F350 FORD F350 EX CAB WATERWORKS GAS 1185EB 212 FORD F150 F150 PICKUP 4X WATERWORKS GAS 4449EK 218 FORD RANGER 4X2 REGULAR CAB PICKUP WATERWORKS GAS AN FORD F350 1 TON PICKUP WATERWORKS GAS AN CHEV EXPRESS VAN - 1/2 TON - CARGO WATERWORKS GAS 0681GX 239 DODGE RAM DODGE RAM 2500 QUAD CAB WATERWORKS DIESEL BM DODGE RAM DODGE RAM 2500 QUAD CAB WATERWORKS DIESEL BM FORD RANGER 4X2 REGULAR CAB PICKUP WATERWORKS GAS 3453WF 265 DODGE 2500 RAM 3/4 TON EXCAB PICKUP WATERWORKS GAS AN CHEV M11005 ASTRO CARGO VAN WATERWORKS GAS 9832FY 269 CHEV M11005 ASTRO CARGO VAN WATERWORKS GAS 9833FY 276 FORD F550 FORD F550 TRUCK WATERWORKS DIESEL CM FORD F350 1 TON PICKUP TRUCK EX CAB WATERWORKS GAS 5214EC 280 CHEV G25 3/4 TON VAN EXPRESS VAN WATERWORKS GAS 8443SM 292 CHEV C2500 3/4 TON EX CAB PICKUP WATERWORKS GAS AN VOLVO WG64 DUMP TRUCK - TANDEM AXLE WATERWORKS DIESEL AR VOLVO DUMP TRUCK 2011 VOLVO DUMP TRUCK WATERWORKS DIESEL DD CASE 580 SL BACKHOE - 4X WATERWORKS DIESEL AN UBUILT SHORE TRL 2006 UBUILT SHORING TRAILER WATERWORKS -- UGX43L 6279 EZ LOADER EZ LOADER 2005 EZ LOADER BOAT UTILITY TRAILER 2005 WATERWORKS UDF52K 6336 MIRAGE MXL716TAZ TRAILER - SHORING WATERWORKS C

21 APPENDIX B: RECEIPT CONFIRMATION FORM RECEIPT CONFIRMATION FORM City of Nanaimo Request for Proposal No Fleet Insurance Broker Services Closing date and time: prior to 2:00 PM (14:00hrs) Local Time, May 11, 2011 Proponents are strongly advised to fill out and return to the Purchasing Department the attached Receipt Confirmation Form [Appendix B]. All subsequent information regarding this RFP, including changes made to this document, will be sent directly to Proponents who complete and return this form. Attention: Silvia Reid Buyer, Purchasing Department City of Nanaimo 2020 Labieux Road, Nanaimo, BC, V2T 4M7 Fax: COMPANY NAME: STREET ADDRESS: CITY/PROVINCE: POSTAL CODE: PHONE NUMBER: FAX NUMBER: CONTACT PERSON: ADDRESS: SIGNATURE:

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services

REQUEST FOR PROPOSAL. 2013-RFP-20 Fleet Insurance Brokerage Services ISSUE DATE: NOVEMBER 25, 2013 REQUEST FOR PROPOSAL 2013-RFP-20 Fleet Insurance Brokerage Services Original and two (2) copies of a Proposal in an envelope plainly marked "2013-RFP-20 Fleet Insurance Brokerage

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

Request for Proposal No. 1368. On Call Commercial Plumbing Services

Request for Proposal No. 1368. On Call Commercial Plumbing Services RFP #1368 On Call Commercial Plumbing Services Request for Proposal No. 1368 On Call Commercial Plumbing Services Issue Date: September 14, 2012 Closing Location Purchasing Department 2020 Labieux Road

More information

Request for Proposal No. 1355. Office Moving Services

Request for Proposal No. 1355. Office Moving Services Request for Proposal No. 1355 Office Moving Services Issue date: August 3, 2012 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Maurice Mauch Project Manager,

More information

TOWN OF OLIVER REQUEST FOR PROPOSAL

TOWN OF OLIVER REQUEST FOR PROPOSAL 1 TOWN OF OLIVER REQUEST FOR PROPOSAL Issued: October 20, 2015 NOTE: Should any potential bidders download this Request for Proposal, it is the proponent's responsibility to check for Addendums which will

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to

More information

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to:

Issue Date: March 8, 2013. Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: REQUEST FOR PROPOSAL (RFP) 14878A FOR DENVER WATER S Auto Body and Paint Repair Issue Date: March 8, 2013 Proposal Due Date: Tuesday, April 02, 2013 by 11:00 A.M. Mountain Time to: Denver Water Purchasing

More information

Request for Proposal Finance and Corporate Services Department

Request for Proposal Finance and Corporate Services Department Request for Proposal Finance and Corporate Services Department Project Manager for Richmond Fire Rescue Scheduling Software 1. Introduction 1.1 The City of Richmond (the City ) proposes to engage the services

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1. Request for Proposal Finance and Corporate Services Department 5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain 1. Introduction 1.1 The City of Richmond (the City

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services 0. City of Richmond Business & Financial Services Department Request for Proposal IT Project /Change Management Consulting Services 1. Introduction The City of Richmond (the City ) invites responses to

More information

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Request for Proposal Business & Financial Services Department CONTRACT 5118 P Enterprise Project Management Solution Design and Implementation 1. Introduction 1.1 The City of Richmond (the City ) proposes

More information

City of Richmond Business & Financial Services Department. Contract 4023P

City of Richmond Business & Financial Services Department. Contract 4023P City of Richmond Business & Financial Services Department Request for Proposal Consulting Services for the Development of an Emergency & Business Continuity Department Plan for Richmond Fire-Rescue 1.

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon () Request for Proposals TABLE OF CONTENTS SECTION 1 INTRODUCTION...

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Request for Proposal Finance and Corporate Services Department

Request for Proposal Finance and Corporate Services Department Request for Proposal Finance and Corporate Services Department 5005P - PROVISION OF SECURE PHYSICAL RECORDS STORAGE 1. Introduction 1.1 The City of Richmond (the City ) proposes to engage the services

More information

diverse. vast. abundant. Records Management Assessment Request for Proposal No. 5-2016

diverse. vast. abundant. Records Management Assessment Request for Proposal No. 5-2016 No. 5-2016 Closing date for submissions: 2:00 pm (local time), May 27, 2016 Proposals to be submitted to: Box 810, 1981 Alaska Avenue, Dawson Creek, BC V1G 4H8 diverse. vast. abundant. Table of Contents

More information

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this

More information

DISTRICT OF PEACHLAND REQUEST FOR PROPOSAL

DISTRICT OF PEACHLAND REQUEST FOR PROPOSAL DISTRICT OF PEACHLAND REQUEST FOR PROPOSAL Supply Issued: September 24, 2014 NOTE: Should any potential bidders download this Request for Proposal, it is the proponent's responsibility to check for Addendums

More information

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION REQUEST FOR PROPOSALS RFP No. 14-01-11 Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION Proposals will be received on or before 2:00 pm local time Wednesday, February 19, 2014

More information

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL File: 5260-20 & 5400-01 Village of Cumberland REQUEST FOR PROPOSAL CUMBERLAND ROAD AND BEVAN ROAD GEOTECHNICAL INVESTIGATION Issue Date: AUGUST 22, 2013 Closing Location: Village of Cumberland Box 340,

More information

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3

More information

Request for Proposal No. 15-01 Moving Services

Request for Proposal No. 15-01 Moving Services Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department Township of Wellesley REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department for the Township of Wellesley Fire Department Page

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # 1015 10/15/2012

REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # 1015 10/15/2012 REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES FOR THE Town of Vernon, Connecticut Contract # 1015 10/15/2012 TO SELECT AN AGENT OF RECORD AND BROKER FOR HEALTH INSURANCE AND RELATED

More information

Kofax Enhancement Project. Request for Proposal

Kofax Enhancement Project. Request for Proposal Kofax Enhancement Project Request for Proposal Request for Proposal No.: WCBNS-2010-008 Closing Date: June 16 th, 2010 Location: Workers' Compensation Board Corporate Development Department Workers Compensation

More information

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES

REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Procurement Department 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS, B3K 5M1 Telephone: (902) 490-4998 REQUEST FOR PROPOSAL P02.2015 PROFESSIONAL TELEPHONE ANSWERING SERVICES Sealed proposals submitted

More information

DUE DATE: August 23, 2011-2:00 p.m.

DUE DATE: August 23, 2011-2:00 p.m. REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO 1. INTRUDUCTION The Town of Frederick is seeking proposals in response to this Request for Proposals (RFP) from a qualified skateboard

More information

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project REQUEST FOR PROPOSALS For The Kelowna and Vernon Hospitals Project VOLUME 2 of 4 Instructions to Proponents Closing Time: Delivery Address: 3:00 pm (local time) Thursday, March 6,2008 Kelowna and Vernon

More information

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES INTRODUCTION The City of Winchester (City) is requesting Proposals for Insurance Brokerage Services relating to Property, General Liability, Public Officials Liability, Law Enforcement, Fleet, and Worker

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS City of Niagara Falls Page 1 INSTRUCTIONS TO BIDDERS A) THE BIDDING PROCESS 1.1 RFQ Closing Time and Location Quotations will be received at the location of and prior to the time and date stated in the

More information

October 26, 2010 REQUEST FOR PROPOSAL (RFP) INSURANCE BROKERAGE AND RISK ADVISORY SERVICES TERMS & CONDITIONS

October 26, 2010 REQUEST FOR PROPOSAL (RFP) INSURANCE BROKERAGE AND RISK ADVISORY SERVICES TERMS & CONDITIONS October 26, 2010 REQUEST FOR PROPOSAL (RFP) INSURANCE BROKERAGE AND RISK ADVISORY SERVICES TERMS & CONDITIONS The Toronto Port Authority ( TPA ), established in June 1999 under the Canada Marine Act, operates

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

2014 Inlet Rehab Project II Various Locations

2014 Inlet Rehab Project II Various Locations 2014 Inlet Rehab Project II Various Locations in the City of Sioux Falls, South Dakota Bid Request No. 14-1078 Prepared by: Engineering Division 224 West 9 th Street Sioux Falls, SD 57104 TABLE OF CONTENTS

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum

More information

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia;

1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of Richmond, British Columbia; General Conditions of Contract for Consulting Services Provided to the City of Richmond 1. Definitions 1.1 Throughout this Request for Proposal the following definitions apply: a) City means the City of

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT Between: And: XXXXXX (the Contractor") Langara College 100 West 49 th Avenue Vancouver, BC V5Y 2Z6 (the College") The College

More information

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist Carrier Name: Signed Transportation Agreement between ALL AMERICAN TRUCKING CO. LLC and Carrier Copy of Carrier s PUCO Operating Authority Signed

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING 4887 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/EMAIL ARCHIVING Expressions of Interest will be received at the Information Counter, Main Floor, Richmond City Hall, addressed to the

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL

Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL Prepared by: Public Works Department 210 West River Rd. Hooksett, NH 03106 (603)668-8019 REQUEST FOR PROPOSAL TOWN OF HOOKSETT SNOW PLOWING SERVICES FOR SCHOOL PARKING LOTS BID #2015-11 Acceptance Date:

More information

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Request for Qualifications No. FPCC-RFQ-001 Issue date: July 4, 2013 Closing location: MAIL ONLY: COURIER/BY HAND: First Peoples'

More information

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services Request for Proposal 4261P PeopleSoft HCM Functional Consulting Services 1. Introduction The City of Richmond proposes to engage the services of a PeopleSoft Human Capital Management System functional

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

Request for Proposal RFP No. IT-2015-101. Phone System Replacement

Request for Proposal RFP No. IT-2015-101. Phone System Replacement Request for Proposal RFP No. IT-2015-101 November 23 rd 2015 Phone System Replacement Deadline for Receipt of Proposals: January 18 th, 2016 at 4:30pm Proposals to be submitted by e-mail to Morgan Calvert

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT Joliet Junior College Request for Proposal INFORMATION SECURITY PENETRATION ASSESSMENT RFP Opening MAY 22, 2013 @ 2:00P.M. Background

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation 925 Felix Street St. Joseph, MO 64501 Telephone: 816-671-4000 Fax: 816-671-4469 REQUEST FOR PROPOSAL Insurance Broker Services Property Liability Casualty Fleet Workers Compensation CONTACT: RESPONSE DUE:

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposals for Upgraded or Replacement Phone System City of Bandon Request for Proposals for Upgraded or Replacement Phone System 7/17/2015 Phone System Request for Proposal Page 1 NOTICE The City of Bandon is accepting Proposals for an upgraded or replacement

More information

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted Description: The New River Valley Regional Jail Authority (NRVRJA) values and appreciates the contributions and efforts of its employees. Toward this end, the NRVRJA is committed to providing a supportive,

More information

How to File a Workers Compensation Request For Proposal

How to File a Workers Compensation Request For Proposal REQUEST FOR PROPOSAL West Virginia Offices of the Insurance Commissioner Workers Compensation for West Virginia State Agencies INS 11015 TABLE OF CONTENTS Section 1: Section 2: Section 3: Section 4: Section

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS 1 INTERPRETATION... 1 1.1 Definitions... 1 2 CONTRACTOR PROVIDED INSURANCE COVERAGE... 1 3 BC HYDRO PROVIDED INSURANCE COVERAGE... 2 4

More information

Request for Proposal

Request for Proposal Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June

More information

Relocation Services Request for Proposal

Relocation Services Request for Proposal SCOPE OF WORK The University of South Carolina (University) is seeking proposals from qualified entities to provide comprehensive relocation services to interested faculty and staff being employed on any

More information

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS Insurance and Indemnification Clauses (to be included in Supplementary Conditions to the CCDC 2 2008 Contracts for Health projects with an Estimated Project

More information

Request for Proposal

Request for Proposal Request for Proposal 2015-03-26 SharePoint 2013 Picture Library Project Issued: March 26, 2015 Closing Time: Closing Date: Closing Location: 16:00 PST April 20, 2015 Resort Municipality of Whistler 4325

More information

BROKER/SHIPPER AGREEMENT

BROKER/SHIPPER AGREEMENT BROKER/SHIPPER AGREEMENT THIS BROKERAGE AGREEMENT ( Agreement ) is made and entered on, 20, by and between ( SHIPPER ) and Transportation Solutions Group, LLC DBA Redwood Multimodal ( BROKER ) (collectively,

More information

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

a. Proposals shall be submitted in a sealed envelope and addressed as follows: 1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified

More information

TRANSPORT WORLDWIDE, LLC

TRANSPORT WORLDWIDE, LLC The following information is needed in order for us to set your company up as an approved carrier for TRANSPORT WORLDWIDE, LLC. Please return to: TRANSPORT WORLDWIDE, LLC 307 Oates Road Suite H Mooresville,

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

CITY OF LONGVIEW Public Development Authority. c/o Bob Gregory, Executive Director. Physical Address CITY OF LONGVIEW Public Development Authority

CITY OF LONGVIEW Public Development Authority. c/o Bob Gregory, Executive Director. Physical Address CITY OF LONGVIEW Public Development Authority CITY OF LONGVIEW Public Development Authority c/o Bob Gregory, Executive Director P.O. Box 128 1525 Broadway Longview, Washington 98632 Phone: 360.430-4946 Fax: 360.442.5950 Request for Proposals for Professional

More information

TRANSPORTATION AGREEMENT

TRANSPORTATION AGREEMENT TRANSPORTATION AGREEMENT THIS AGREEMENT ( Agreement ) is dated as of, 200 between including its subsidiaries (collectively, Shipper ), and Dick Harris and Son Trucking Co., Inc. (Carrier). Carrier agrees

More information

REQUEST FOR QUOTATIONS. Title: Supply Six Editions of Activity Guide Reference No. 15-359

REQUEST FOR QUOTATIONS. Title: Supply Six Editions of Activity Guide Reference No. 15-359 REQUEST FOR QUOTATIONS Title: Reference No. 15-359 Request for Quotations PART 1 INVITATION AND SUBMISSION INSTRUCTIONS 1.1 Invitation This Request for Quotations (the RFQ ) issued by the City of Quesnel

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05 Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

City of Powell Request for Proposals for a Total Compensation Survey

City of Powell Request for Proposals for a Total Compensation Survey City of Powell Request for Proposals for a Total Compensation Survey Section I The City of Powell is soliciting proposals from qualified consulting firms, experienced in the development of a job evaluation

More information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada

More information

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL

More information

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS LITTLE ROCK ADVERTISING & PROMOTION COMMISSION Physical Address: 426 West Markham Street Little Rock, Arkansas 72201 Mailing Address: P.O. Box 3232 Little Rock, Arkansas 72203 REQUEST FOR QUALIFICATIONS

More information

Website Design, Development and Support Services. Request for Proposal For The Corporation of the Town of Gore Bay

Website Design, Development and Support Services. Request for Proposal For The Corporation of the Town of Gore Bay Website Design, Development and Support Services Request for Proposal For The Corporation of the Town of Gore Bay Issue Date: November 10 th 2015 Closing: December 4 th 2015 1 PROJECT OVERVIEW You have

More information

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement Request for Proposal City of Monrovia Case Management, Facilities Management and Work Order Application Replacement City of Monrovia Information Systems Division January 2, 2014 Responses Due January 27,

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information