REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
|
|
- Hector Greene
- 8 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board of Larimer County Commissioners will be receiving sealed proposals at the office of the Purchasing Director, 200 W. Oak Street, Suite 4000, Fort Collins, Colorado, up to 2:00 P.M. (our clock), Monday, February 25, 2013 at which time they will be recorded, but not publicly opened, to consider contracting for the administration of401(a) and 457 plans for the Larimer County Retirement Board. All questions regarding this proposal must be in writing and should go to Ms. Kathryn Rowe, Purchasing Director, at (970) Questions are due no later than 11:00 A.M., Tuesday, February 5, Questions may be faxed to Ms. Rowe at , or ed to Please call to verify receipt of your questions. No additional questions will be accepted after the date and time referenced above. INSTRUCTIONS TO PROPOSERS: Three (3) copies of your proposal are required. If brochures or other supportive documents are requested, then it is required that 3 sets be submitted with your proposal. In submitting a proposal, the vendor agrees that acceptance of any or all proposals by the County within a reasonable time or period constitutes a contract. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Purchasing Director of Larimer County. No work shall commence nor shall any invoices be paid until the contractor provides the requested proof of insurance as outlined in the Insurance Requirements for Contractors and until such proof is accepted by Larimer County. Additionally, the contractor will provide an endorsement naming Larimer County as an additional insured to their policy. If you have any questions concerning the insurance requirements, please contact Connie Ellis, Property/Casualty Claims Adjustor, at (970) at least one week before the proposal recording date. Payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of the invoice and satisfactory acceptance from the department receiving the service or goods. As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any contractor that knowingly employs illegal immigrants to help carry out publicly funded work. Pursuant to the provisions of Colo. Rev. Stat , contractors must certify that they are using the E-Verify Program or Department Program to verify the employment eligibility of new employees. If a contractor awarded a contract violates the provisions of Colo. Rev. Stat (2), the state or local government agency may terminate the contract and the contractor will be liable for damages to such agency. Any contract agreed to by the parties that results in a sole source government contract must contain provisions and comply with Article XXVIII, Section 15 of the Colorado Constitution. Larimer County reserves the right to reject any and or all proposals, to further negotiate with successful proposer and to waive informalities and minor irregularities in proposals received, and to accept any portion of the proposal if deemed to be in the best interest of Larimer County to do so. If, in the sole judgment of the Board of County Commissioners, the proposals are substantially equal, the Board may grant the contract to
2 companies located in Larimer County. The total cost of proposal preparation and submission shall be borne by the proposer. All information submitted in response to this request for proposal (RFP) is public after the Notice of Award has been issued. The proposer should not include as part of the response to the RFP any information which the proposer believes to be a trade secret or other privileged or confidential data. If the proposer wishes to include such material with a proposal, then the material should be supplied under separate cover and identified as confidential. Statements that the entire proposal is confidential will not be honored. Larimer County will endeavor to keep that information confidential, separate and apart from the proposal subject to the provisions of the Colorado Open Records Act or order of court. No telephone, or facsimile proposals will be accepted. Proposals must be clearly identified on the front of the envelope by proposal number and title. Responsibility for timely submittal and routing of proposals, prior to recording, lies solely with the proposer. Proposals received after the closing time specified will not be considered. Minority Business Enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on grounds of race, color, or national origin. PROJECT OVERVIEW: Larimer County, Colorado is seeking proposals from retirement plan vendors to administer their Internal Revenue Code Section 401(a) and 457(b) retirement programs. The County sponsors a 401(a) plan to provide retirement benefits to the employees of the County. Larimer County also sponsors a 457 deferred compensation plan to provide supplemental retirement benefits to county employees. Specifics for each plan are provided below: General Employees 401(a) Plan Mandatory employee contribution schedule: 5% for first 5 years in plan 7% for 6 th 10 th years in plan 8% for 11+ years in plan Larimer County makes employer contributions in the same amount Plan does not allow loans Current Vendor: Principal Financial Group Assets: $136,794,728 as of 12/20/2012 Total Participant Accounts: 1,606 as of 12/20/ through 10/31/2012 Annual Contributions: $11,803,080 $12,387,522 $12,472,952 $10,420,785 Annual Distributions: $5,270,329 $5,273,189 $11,068,454 $6,199,116 (per the 2011 audit) 2
3 Larimer County Employees 457 Plan Current Vendor: The Hartford Assets: $6,859,828 Total Participant Accounts: 294 Loans: 23 loans with outstanding balance of $143, through 12/26/2012 Annual Contributions: $496,169 $396,527 $356,729 $423,144 Annual Distributions: $479,679 $1,136,107 $778,306 $267,446 Current Vendor: Nationwide Retirement Solutions Assets: $15,249,949 Total Participant Accounts: 403 Loans: 49 loans with outstanding balance of $350, through 9/30/2012 Annual Contributions: $1,063,300 $1,080,700 $1,106,200 $733,000 Annual Distributions: $543,107 $744,937 $943,084 $1,036,457 SCOPE OF WORK: The Retirement Board wants the proposer to present 4 scenarios for consideration. These scenarios should be transparent and clearly state the revenue requirement for each scenario. You should discuss the competitiveness of pricing based on plan demographics and the cash flow for each scenario. The scenarios are: Scenario 1 sole provider for both plans Scenario 2 sole provider for 401(a) plan only Scenario 3 sole provider for 457 plan only Scenario 4 one of two providers for 457 plan (revenue requirement for each 457 plan separately) QUALIFICATIONS: The selected plan vendor must meet the following minimum qualifications: A. General Services 1. Demonstrated experience converting and servicing plans of at least $100 million. 2. Demonstrated ability to complete an organized, effective plan conversion minimizing the blackout period. 3. Must have compliant SSAE 16 on internal controls for a service organization. 4. A pro-active approach for assistance to the plan sponsor regarding legislative and regulatory changes. 3 B. Plan Sponsor and Participant Services 1. Dedicated relationship manager/day-to-day contact is preferred. 2. Robust Plan Sponsor website with adhoc report capabilities. 3. The selected vendor must be able to provide a toll-free voice response system as well as interactive fully transactional website for participant account access, trading, performance calculations, enrollment, distributions, loans, educational materials and fees. 4. An adequate number of customer service representatives must be available to provide customer service over the telephone during reasonable hours.
4 5. Communication materials and plan website must be custom branded. C. Recordkeeping and Administrative Services 1. Provide governmental 401(a) and 457 plan documents that support current plan structure, with ongoing compliance updates. 2. Ability to provide automated processes in order to minimize administrative burden on plan sponsor. 3. Ability to process and maintain the deferred compensation plans participant loans. 4. Investment of payroll contributions must be credited to participant accounts no later than one day following receipt of funds. 5. The plan vendor must handle benefit distribution processing including required notices, checks, tax withholding and tax reporting on Form 1099-R. D. Investments 1. A wide universe of investment options and a fully open architecture approach - no proprietary fund requirement 2. Availability of stable value product versus fixed account offering. E. Communication Services 1. Education should include: a. Minimum of 28 days of on-sight education. b. Investment advice offered by an on-sight dedicated contact or dedicated team, both in person and on-line. c. Participant education should be available in a variety of delivery methods including but not limited to: on-line webinars, on-site and one-on-one meetings, and mailings. d. Format should be group meetings followed by one-on-one meetings if desired by participants. F. Legal Requirements 1. The vendor must have the flexibility in their contractual language and have the ability to make changes to the language based on the reasonable request of the client. PROPOSAL SUBMITTAL REQUIREMENTS: Your proposal should include the following information in the order listed: Signed signature page Commentary tab spread sheet with questions filled in(go to to download the spread sheet) Fund lineup tab spread sheet with revenue sharing filled in All attachments listed on the attachments tab Fees and cost of the program A transparent and clearly stated revenue requirement for a variety of scenarios is required Competitiveness of pricing based on plan demographics, cash flow and multiple scenarios Scenario 1 sole provider for both plans Scenario 2 sole provider for 401(a) plan only Scenario 3 sole provider for 457 plan only Scenario 4 one of two providers for 457 plan (revenue requirement for each 457 plan separately) 4
5 INSURANCE REQUIREMENTS: Prior to commencement of any work, contractor shall forward Certificates of Insurance to Larimer County Purchasing Department, 200 W. Oak St., #4000, Fort Collins, Colorado The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above address. I. Workers' Compensation and Employers' Liability II. A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer's Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee D. Waiver of Subrogation Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Each Occurrence Limit $1,000,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. 3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk Management Department for approval and additional requirements. III. Errors and Omissions Coverage $2,000,000 IV. Crime Coverage $2,000,000 V. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form. Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage) or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows: A. Bodily Injury & Property Damage Combined Single Limit $1,000,000 B. Medical Payments Coverage $5,000/person C. Uninsured/Underinsured Motorist Colorado Statutory Limit $1,000,000 VI. Umbrella Liability: Each Occurrence Limit: $2,000,000 VII. Aggregate Limit: $2,000,000 All Insurance policies (except Workers Compensation) shall include Larimer County and its elected and appointed officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county. 5
6 VIII. IX. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided or canceled except after thirty (30) days prior written notice has been given to the County, except when cancellation is for nonpayment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to Larimer County Risk Management, 200 W. Oak St., #4000, Ft. Collins, CO If the insurance company refuses to provide the required notice, the contractor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers notification to that effect. X. Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all subcontractors certificates of insurance. Such certificate must meet all requirements listed above. ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER COUNTY RISK MANAGEMENT DEPARTMENT. EVALUATION CRITERIA: Initial reviews of responses will be evaluated by Innovest Portfolio Solutions LLC. Finalists may be asked to make a presentation. Please note the attached Excel file contains three tabs. Please answer the questions on tab one, fill in revenue sharing for funds on tab two and include the attachments listed on tab three. Finalists will be selected based on the following factors presented in the proposers response to this request: Organization Employer and Employee Services Universe of Investment Choices Fees and Expenses 6
7 SIGNATURE PAGE ADDENDA: The proposer acknowledges the receipt of the following Addenda: Addendum Number Date of Addendum Date Received The undersigned certifies that he/she has examined the specifications and instructions to proposers and has submitted a proposal in full compliance and without collusion with any other person, individual or corporation. The undersigned further certifies that he/she is or is trying to participate in the Basic Pilot Employment Verification Program (Basic Pilot) as detailed as a part of the Systematic Alien Verification for Entitlements (SAVE) Program as found on the U.S. Citizenship and Immigration Services website at ( The entire URL for the SAVE program is: 8e010VgnVCM ecd190aRCRD&vgnextchannel=71919c7755cb9010VgnVCM f3d6a1 The undersigned certifies that you have verified that you do not employ illegal aliens, and that you shall not knowingly employ an illegal alien to perform work. SIGNED: TITLE: PRINTED NAME: FIRM: ADDRESS: CITY: STATE: ZIP: DATE: TELEPHONE NUMBER: FAX NUMBER: For further information regarding this request for proposal, please contact Kathryn Rowe, Purchasing Director, at (970) Please submit proposals in a sealed envelope using a bright highlighter to highlight the proposal number, proposal name and closing date on the outside of your sealed envelope. Mail your proposal to: LARIMER COUNTY PURCHASING DIRECTOR 200 W. OAK STREET, SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
More informationREQUEST 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 informationCity 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 informationSchedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
More informationNew Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion
New Hanover County Request for Qualifications Crime Scene Investigation (CSI) Building Expansion General Information The purpose of this Request for Qualifications is to solicit qualifications from qualified
More informationSANTA BARBARA METROPOLITAN TRANSIT DISTRICT. Invitation for Bids for Architectural & Engineering Services. Addendum Number 1 Issued August 5, 2013
SANTA BARBARA METROPOLITAN TRANSIT DISTRICT Invitation for Bids for Architectural & Engineering Services Addendum Number 1 Issued August 5, 2013 The Santa Barbara Metropolitan Transit District (MTD) herewith
More informationINSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
More informationSARPY 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 informationREQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
More informationTHE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC
THE CITY OF KIRKLAND REQUEST FOR PROPOSALS (RFP) Fine Payment Processing by Credit Card Job No. 21-15-KMC The City of Kirkland is soliciting proposals from vendors interested in processing credit card
More informationINDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
More informationSAMPLE 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 informationInvitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
More informationTHIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
INSURER POLICY No. ENDORSEMENT NO: ISO FORM CG 20 10 11 85 (MODIFIED) COMMERCIAL GENERAL LIAIBILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR
More informationSARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Website Design & Development For the. Tourism Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Website Design & Development For the Tourism Department PROPOSALS DUE: 12:00 p.m., Tuesday, April 22, 2014 1 P age P:\Tourism Website RFQ\RFQ_Website.docx General
More informationAttachment 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 informationAPPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801
APPENDIX B INSURANCE & BONDING REQUIREMENTS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT HARTSFIELD- JACKSON ATLANTA A. Preamble The following requirements apply to all work under the agreement. Compliance
More informationREQUEST 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 informationRequest for Quotation (RFQ) Property/Casualty Insurance
SECTION A GENERAL INFORMATION 1. Purpose Mesa County Public Library District (MCPLD) requests written quotations for coverages to be effective January 1, 2016. The selected firm will act as advisor, consultant
More informationCERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation
CERTIFICATE OF INSURANCE TO CALIFORNIA ( the City ) A Municipal Corporation Page 1 of 2 Only this Certificate of Insurance form will be accepted This certifies to the City of Newark that the following
More informationEXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY
EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY Revised: February 23, 2008 EXHIBIT C INSURANCE REQUIREMENTS Without limiting Consultant s indemnification, Consultant shall
More informationHURRICANE 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 informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationNORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Insurance Recommendations for Consultant Contracts For contracts providing professional services by Accountants, Architects, Attorneys, Counselors, Consultants,
More informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [Short Form rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS A. WAYS TO COMPLY WITH CTA
More informationSAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
More informationREQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
More informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationCITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
More informationAttachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
More informationInsurance & Bonding Requirements. Eastside Trail Extension
Eastside Trail Extension A. Preamble The following requirements apply to all work under the Agreement. Compliance is required by all Bidder/Contractors. To the extent permitted by applicable law, (ABI)
More informationStephenson 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 informationAttachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
More informationREQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: P15-09 DESCRIPTION: Economic Development Asset Assessment RECORDING DATE: 6/18/15 The Board
More information5. 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 informationRFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
More informationRequest for Qualifications (RFQ)
Request for Qualifications (RFQ) East Central College is seeking qualifications for architectural and engineering services required to support the development of a campus wide master plan, as well as architectural
More informationTown of Maiden. Request for Proposals For Sign Replacement Project
Town of Maiden 19 N. Main Avenue Maiden, NC 28650 (828) 428-5000 Request for Proposals For Sign Replacement Project Section I Introduction and Intent of RFP: Pursuant to the General Statutes of North Carolina
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationCITY of DALY CITY INSURANCE REQUIREMENTS
CITY of DALY CITY INSURANCE REQUIREMENTS IMPORTANT NOTE Contractors/Homeowners shall not perform any work, or allow any work to be performed, on behalf of the City or in the City right of way, until the
More informationREQUEST 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 informationGENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
More informationTOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES
951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING
More informationCOUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #305-1518
1. GENERAL CONDITIONS The County of Northampton is soliciting proposals for Workers Compensation and Employers Liability Claims Administration Services in accordance with this Request for Proposals (RFP).
More information14RFP00721B-WL, Small Business Market Availability Study
August 12, 2014 Re: 14RFP00721B-WL, Small Business Market Availability Study Dear Proposers: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced Request for Proposal #14RFP00721B-WL,
More informationINSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
More informationAppendix J Contractor s Insurance Requirements
Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and
More informationINSURANCE REQUIREMENTS FOR VENDORS
INSURANCE REQUIREMENTS FOR VENDORS The Contractor/Vendor shall purchase and maintain for the duration of the contract/work insurance against claims for injuries to persons or damages to property which
More informationLOCUM TENENS SERVICES
Issue Date: March 19, 2014 COUNTY OF MERCED REQUEST FOR QUALIFICATIONS NUMBER 7042 LOCUM TENENS SERVICES Mark A. Cowart Administrative Services, Chief Information Officer 2222 M Street Merced, CA 95340
More informationL ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationINSURANCE AND SURETY INFORMATION SHEET
INSURANCE AND SURETY INFORMATION SHEET In order for your company to comply with the bonding and insurance requirements per your contract with the City of Elk Grove there are several things that we require.
More informationTOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36
TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL # 2010-36 The Town of Glastonbury will be accepting proposals from qualified
More informationCOUNTY 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 informationREQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011
REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells
More informationOffice 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 informationRequest for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services
Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide
More informationCITY OF LEAWOOD. Independent Contractor Agreement
#3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement
More informationREQUEST FOR PROPOSAL FOR. Automated Accounts Payable Solution
Douglas County School District Learn today. Lead tomorrow. Purchasing and Contracting REQUEST FOR PROPOSAL FOR Date of Issue: September 24, 2009 Proposal Closing Date: October 22, 2009, at 2:00 p.m. Proposal
More informationThe West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
More informationRequest for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
More informationNEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationCALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK
CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK Prior to construction loan closing, the Borrower shall procure and maintain, and provide proof of, all required insurance coverage
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationRequest for Qualifications
Request for Qualifications Architectural and Engineering Services associated with WINDSOR ANIMAL SHELTER DESIGN TOWN OF WINDSOR, CT 06095 GENERAL The Town of Windsor is accepting qualification proposals
More informationTYPE INSURANCE COVERAGE. 1. Workers Compensation Statutory Employer's Liability
INSURANCE REQUIREMENTS 7/19/13 Insurance: The bidder/offeror shall maintain adequate liability insurance, which shall protect and save harmless the City of Newport News, Virginia, its officials, employees,
More informationCONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
More informationREQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT
REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT The Town of Avon and Avon Board of Education are seeking written responses to a Request for
More informationGENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
More informationCOC-Insurance Requirements Page 1 of 9
CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional
More informationAPPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE
APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia
More informationPROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
More informationgreatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants
Office of the Deputy Mayor for Planning and Economic Development Great Streets Initiative greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants Application Deadline:
More informationLEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE
LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE Tenant assumes the liability for damage to its improvements, fixtures, partitions, equipment and personal property therein, and all appurtenances
More informationINDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services)
INDEPENDENT CONTRACTOR AGREEMENT (On Call Real Estate Broker Services) THIS AGREEMENT (Contract") is made this 14th day of December, 2010, between the Board of County Commissioners of Sumter County, Florida
More informationIMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
More informationCharlie Crockett Charlie Crockett, APA Assistant Purchasing Agent
September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided
More information1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)
3208 Tazewell Pike, Suite 103 Tel: 865.688.1335 / Fax: 865.688.9291 www.creativestructuresinc.com Attention: Prospective Subcontractors Re: Prequalification Applications Creative Structures, Inc., appreciates
More informationCONTENTS STANDARD INSURANCE REQUIREMENTS
CONTENTS PAGE CONTENTS F.I.1 F.I.2 F.II.1 F.II.2 - COMMERCIAL GENERAL LIABILITY & BUSINESS AUTO ONLY F.III.1 F.III.2 - COMMERCIAL GENERAL LIABILITY ONLY F.IV.1 FIV.2 - WORKERS COMPENSATION MANDATORY F.VI
More informationApril 22, 2009 REQUEST FOR PROPOSALS (RFP)
April 22, 2009 REQUEST FOR PROPOSALS (RFP) The New Jersey Schools Development Authority (NJSDA) is seeking proposals to engage a contractor to provide HVAC preventative maintenance and repairs at NJSDA
More informationMansfield Independent School District Business Procedures Manual Section 7 Risk Management
Mansfield Independent School District Business Procedures Manual Section 7 Risk Management 7. INSURANCE REQUIREMENT INFORMATION 7.1. Facility Rentals 7.1.1. This category applies to any individual or organization
More informationCONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
More informationLIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02
LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 1. INTRODUCTION & GENERAL INFORMATION Livingston County Purchasing is requesting sealed
More informationAttachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
More informationCity of Kirkland. Request for Proposal. Property Management Services City of Kirkland Rental Properties. Job # 56-15-FAC
City of Kirkland Request for Proposal Property Management Services City of Kirkland Rental Properties Job # 56-15-FAC Issue Date: September 17, 2015 Due Date: October 1, 2015 REQUEST FOR PROPOSALS The
More informationHow To Insure Construction Contracts In Northern California Schools Insurance Group
NORTHERN CALIFORNIA SCHOOLS INSURANCE GROUP Cover Note to NCSIG Members & Their Architects/Engineers Insurance Recommendations for Construction Contracts Applicable to New Construction & Modernization/Remodeling
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Fulton County, GA August 8, 2014 Re: 14RFP070714K-NH 2015 STANDBY ENGINEERING SERVICES Dear Vendors: Attached is one (1) copy of Addendum 2, hereby made a
More informationSHORENSTEIN REALTY SERVICES, L.P VENDOR INSURANCE REQUIREMENTS CATEGORY D VENDORS
NAME AND ADDRESS OF AGENCY: NAME AND ADDRESS OF INSURED: Certificate of Insurance COMPANIES AFFORDING COVERAGES INSURANCE COMPANY S DESIGNATED MUST HAVE A MINIMUM OF A- VIII AM BEST RATING COMPANY A COMPANY
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option
More informationHAMILTON COUNTY SCHOOL DISTRICT
HAMILTON COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR SPEECH/LANGUAGE THERAPY SERVICES PROPOSAL RETURN DATE May 25, 2016 AT 3:00 P.M. INVITATION TO BID Hamilton County School Board Betty Linton, Coordinator
More informationTRUSTEES 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 informationVendor Insurance Requirements Revised 5-12-15
Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless
More informationSt. Andrews Public Service District
St. Andrews Public Service District Request for Qualifications for Architectural/Engineering (A/E) Consultancy Services for Fire Stations, Administrative Buildings, and Environmental Services Facilities.
More informationGordon L. Mountjoy & Associates, Inc.
INSURANCE REQUIREMENTS CHECKLIST Submit an Acord 25 form and the endorsements as required below. Your insurance must be in compliance immediately after you sign your subcontract and before you start work.
More informationSTAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
More informationBRITISH SOCCER CAMP A G R E E M E N T
THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between
More informationSubcontractor Insurance & Licensing Requirements Please provide the items below
Subcontractor Insurance & Licensing Requirements Please provide the items below Commercial General Liability Limits of Insurance $2 Million dollars General Aggregate (Per Project) $2 Million dollars Product/Completed
More information