GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS
|
|
|
- Mervyn Taylor
- 9 years ago
- Views:
Transcription
1 GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS And WORKERS COMPENSATION CLAIMS Page 1 of 14
2 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS AND WORKERS COMPENSATION CLAIMS GENERAL PURPOSE: Guilford County is seeking the services of a qualified firm to provide third party administration services to handle Liability and Workers Compensation Claims. The purpose of this proposal package is, therefore, to obtain competitive bids in accordance with the North Carolina Purchasing Laws and the Guilford County Purchasing Policies. Guilford County reserves the right to reject any and/or all proposals. CONTRACT PERIOD: This Maximum Exposure Contract shall be effective for a five-year period with no renewal options. SCOPE OF WORK: Guilford County (County) is seeking to retain the services of a firm (also referred to herein as supplier) to provide third party administrator services to handle its Liability Claims and Workers Compensation. The County is self-insured for Workers Compensation and carries excess insurance with self-insured retention of $600,000 per claim. The County is totally self-insured auto and general liability. All services provided under this contract shall be provided until the claim is closed, or until the claim is moved to another firm at the direction of the County. The County reserves the right to select providers of services such as medical providers, nurse case managers, and attorneys. General Requirements A. The supplier shall provide updates of any status changes of all assigned liability claims. Additionally at its discretion the County may conduct reviews of all claims via a requested claims review. B. The supplier shall have an electronic information system. The County must be provided electronic access to all Liability Claims and Workers Compensation data. C. The supplier shall take all necessary steps to safeguard any data, files, reports or other information from loss or destruction. Liability for any costs or expense of replacing, or damages resulting from the loss of such data, shall be borne by the supplier unless at the time of loss, said data was in the exclusive custody of the County. D. The County shall have access, in a timely manner, to all materials, data, information, criteria, etc., in whatever form prepared by the supplier under this contract or otherwise pertaining to this contract, at no additional cost. E. Any cost incurred by respondents in preparing or submitting a proposal for this work shall be the Page 2 of 14
3 respondents' sole responsibility. F. The supplier shall have sufficient infrastructure to meet or exceed the performance measures as stated in Part III of this RFP. G. The supplier shall disclose all revenue sources expected from the award of this contract. All direct revenue sources shall be identified in the pricing proposal and/or sample contract. Any business relationship(s) that provide additional revenue sources to the supplier should also be identified and explained in this section. An annual accounting or reporting of all revenue sources is expected. H. At the County s discretion a quarterly review of selected claims may be required including a discussion of major reserve changes both upward or downward, claims strategies, and settlement potential. I. STATISTICAL DATA The County estimates number of assigned claims to be approximately per year. II. PROPOSAL REQUIREMENTS The proposal shall consist of the following information, tabbed as identified and in the order indicated below: A. Company Data 1. Brief description and history of company. 2. List the name, title, mailing address, telephone number, facsimile number, and address (if applicable) of the contact person for this proposal. 3. Provide percentage of business dedicated to Liability claims. 4. Provide percentage of business dedicated to Workers Compensation. 5. Provide percentage of business which is self-insured vs. insured. 6. Provide a list of all North Carolina public entity clients. 7. Provide references from at least five current North Carolina public entity Clients to include: Name of individual contact; name of company/entity; nature of business; mailing address; address; phone number; fax number and number of years doing business with the reference. 8. Describe how your company would handle transferring current open claims. Additionally, identify the costs involved in data transfer and claims handling. Page 3 of 14
4 B. Staffing/Administration 1. Describe your chain of command with respect to the administration of the account. Will you provide a liaison with the County regarding contract administration, staff changes, etc.? 2. Will the assigned adjusters be working Liability claims only? 3. Will the assigned adjusters be assigned to Workers Compensation claims only? 4. Describe the claims adjusters' average caseload for Liability claims and Workers Compensation. 5. What is your annual turnover ratio for claims personnel? 6. Describe your formal training program for claims personnel. 7. If supervisors are responsible for handling claims, what are the average caseloads for supervisors? 8. What is your firm's supervisor to adjuster ratio? 9. Identify the office which will be responsible for handling claims. C. Communication 1. Outline your firm's policy for returning phone calls and responding to written correspondence (including ) and explain how compliance is tracked. 2. Describe your claim reporting procedures. 3. Describe your procedures for obtaining approval for settlement amounts that exceed the established settlement authority dollar threshold. 4. Describe your firm s approach to pursuing subrogation when warranted. 5. Describe your firm's internal procedures for reporting reserve changes in excess of an amount established by the County. 6. Describe your firm's claims denial and appeal procedures. 7. Describe your firm's recommendations for conducting claims reviews with the County. 8. Describe your firm's standard level of interaction and communication between your claims team and your clients. Page 4 of 14
5 9. How does your firm enact any special handling instructions, such as assignment to a specific adjuster or other instructions due to the sensitive nature of a claim, etc.? Are there any costs associated with special handling instructions? D. A. Cost Containment for Liability Claims 1. Provide a statement as to how your firm will ensure complete disclosure of fees. 2. Are subrogation costs included in your per claim fee or is it treated as an allocated expense? Please detail the cost, if any. 3. Describe items that would be considered as Allocated Loss Adjustment Expenses (ALAE). B. Cost Containment for Workers Compensation 1. Provide a list of medical cost containment services available to the County and the cost for each service. 2. What Preferred Provider Organization (PPO) Network(s) do you currently use and are they readily accessible in the County's area. Do you own, or rent PPO networks? What was the average gross and net savings in North Carolina for 2009? 4. Provide a statement as to how your firm will ensure complete disclosure of fees related to cost containment efforts. 5. Please describe any cost sharing and contingent fee arrangements between your firm and any cost containment or PPO organizations whether performed by a separate company, or wholly owned or partially owned by your firm. 6. Provide a sample doctor office bill, a sample hospital outpatient bill, and a sample hospital inpatient bill, with charges adjusted for any applicable state fee schedule, network savings, and any other adjustments applicable, along with the calculation for each fee charged on each reduction applied. 7. Provide a sample medical cost saving report with details of savings and charges related thereto. 8. Describe your firm's methodology for paying medical bills, including the maximum time allowed for payment of medical bills and how your firm ensures compliance with that methodology. 9. Are subrogation costs included in your per claim fee or is it treated as an allocated expense? Please detail the cost, if any. 10. Do you perform recovery services or outsource this function? 11. Describe items that would be considered as Allocated Loss Adjustment Expenses (ALAE). Page 5 of 14
6 12. Describe the criteria used to determine when vocational rehabilitation, and IME, mediator, or an attorney should be used. Describe any additional fees related to the use of these vendors. Does the County have authority to choose the vendors? E. Claim Investigation 1. Explain your firm's procedures for establishing contact with the claimants and the applicable county personnel that have information regarding the claim. 2. Explain your firm s procedures for establishing contact with the injured workers and the County. 3. Describe your firm s criteria for taking recorded statements from claimants. At what point in the claims process are recorded statements taken? Is there a fee associated with taking a recorded statement? 4. Describe your firm s fraud control procedures. 5. Describe your claim triage program, and how you determine the required level of investigation. 6. Describe the requirements of adjusters to maintain a claims diary. 7. Do supervisor have the ability to access and add to that diary? F. Litigation Management 1. Describe your litigation management strategies including assignment of defense counsel. 2. Describe your firms procedures for maintaining current information in case law or changes in laws and regulations. G. Information System and Reporting 1. Provide a description of your claims information systems and the information available for client review. How long has this system been in place? 2. When was the last major software update to the system? Do you anticipate any major software updates in the coming 24 months? 3. Do your Clients have access to the system, including adjuster's notes, payments, etc.? Is the information available in "real time"? Is there a fee for use of this system? Will the system limit access to claims within individual departments? 4. How long do you retain detailed claim information in your system? Page 6 of 14
7 5. Describe your data back-up procedures and disaster recovery plans. 6. What are the methods available for claim reporting? (on-line, phone, fax, etc) 7. The County desires to receive loss runs on a monthly, quarterly and annual basis. Please provide, as an attachment, a sample loss run and other reports described in this item. 8. Provide a sample(s) of a status report and/or case summary report. 9. Does your system produce an OSHA 300 report? Can your system track restricted or light duty days? H. RISK CONTROL 1. Describe your firm's risk control evaluation and consultation capabilities. 2. Describe your ability to identify loss trends and to recommend actions to mitigate or eliminate those trends. 3. How do you establish risk control needs of a client? 4. Does your organization have expertise in material handling, fall prevention, safe driver programs, ergonomics and other workplace safety measures? 5. Do you offer a library/online access to safety training materials? Do you offer onsite training? I. Medicare, Medicaid, and SCHIP Extension Act of 2007 (MMSEA) Section 111 Reporting 1. How will your firm assist the County in meeting its obligations to report to CMS (Centers for Medicaid/Medicare Services)? Do you provide this service in house or outsource? Is there an additional fee? J. COST PROPOSAL 1. Provide fees for claims services and other administration on the enclosed form. III. PERFORMANCE MEASURES The chosen TPA must have sufficient infrastructure to provide an annual report containing the statistical information regarding established performance measures. This claims report must result in a performance score of 90% or better on each individual measure. This annual report is subject to independent audit at Guilford County s discretion. The report will provide relevant information on the following performance measures: Page 7 of 14
8 1. Initiate contact with claimant within one business day of receiving claim information. 2. Develop plan of action within two business days of claim assignment. 3. Liability decision to be made within 14 calendar days. 4. Compensability decision to be made within five calendar days. 5. Establish initial reserves within two business days from date of injury and then adjusted as needed. 6. Provide updates on status of any changes to claim including relevant information not yet received. 7. Return all phone calls and s from Guilford County within one business day. 8. Claims supervisor must conduct diary review on all cases open more than one month. 9. Review and payment of all medical bills within 30 calendar days of receipt. 10. Timely payment of weekly temporary total (indemnity) benefits and temporary partial disability claims. IV. PROPOSAL EVALUATION Proposals will be evaluated on completeness of proposal, infrastructure, claims handling procedures and cost control. The County reserves the right to request additional information or clarifications it considers necessary for the proper evaluation of the proposal. The County may request a presentation of services from the highest ranked firms. The County reserves the right to accept the proposal it deems to be in the best interest of the County. The County also reserves the right to accept or reject any or all proposals. V. PROPOSAL SUBMISSION & TIME LINE Please be advised that you must submit one hard copy proposal AND one CD or USB flash drive of the Request for Proposals no later than 3:00 p.m., Thursday, March 31, 2016, per the date & time stamp located in the Purchasing Department, to the Guilford County Purchasing Department. Hard copy proposals must be enclosed in a sealed envelope or other package, marked so as to sufficiently identify its contents as a bid (Event 515), and shall be mailed or delivered as follows: Guilford County Purchasing Department 301 West Market Street Suite 32, Basement Greensboro, NC NOTE: Each firm is solely responsible for the timely delivery of their proposal. Proposals received after the stated time and date will not be accepted or considered. Timeline Event Release March 8, 2016 Electronic Question & Answer Open March 8, 2016 Electronic Question & Answer Close March 22, 2016 Proposals Due March 31, 2016 Page 8 of 14
9 VI. QUESTIONS ALL QUESTIONS regarding this Request for Proposals shall be submitted online via the Guilford County Bidding website: during the Q&A period which is detailed online under Event 515. Prospective bidders shall not seek individual contact or information except by the method allowed in this request. Individual requests for discussions with County staff or persons associated with this project are prohibited and can be considered grounds for disqualification. All questions properly submitted will be answered in writing and distributed to all interested parties in a timely manner. Page 9 of 14
10 COST PROPOSAL THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS LIABILITY CLAIMS PER CLAIM FEE (IF APPLICABLE) ANNUAL ADMINISTRATIVE FEE CHARGES NOT INCLUDED IN CLAIM FEE NOTE: An itemization of any charges other than the hourly fee above must be included, as an attachment, to this Proposal. Name of Company PROPOSAL SUBMITTED BY: (Name Printed Out) Title: (Signature) Date: Page 10 of 14
11 COST PROPOSAL WORKERS COMPENSATION CLAIMS WORKERS COMPENSATION CLAIMS Indemnity $ _ Medical Only $ _ Incident Only Report $ _ Transfer Fee $ _ Account Start Up $ _ Annual Admin Fee $_ Miscellaneous Fee $ CASE MANAGEMENT FEES Bill Review Fee $ _ (Note: Bill Review Fee must be quoted as % of Net Savings) Pharmacy Program Fee $ _ PPO Access $_ Telephonic Case Management $ _ Field Nurse Case Management Fee $ _ Vocational Rehabilitation $ _ Utilization Review $_ Physician Consultant CMS Section III Fees $ _ A. INFORMATION SERVICES FEES Client Access $ _ Special Report Fee $ Data Storage $ _ Data Transfer Fees $_ B. MISCELLANEOUS FEES Subrogation Fee $ _ Other Fees (Note: An itemization of any charges other than claim service fees listed above must be included as an attachment to this Proposal.) Page 11 of 14
12 PROPOSAL SUBMITTED BY: Name of Company (Name Print Name) (Signature) Title: Date: Page 12 of 14
13 NON-COLLUSION AFFIDAVIT My submission of a response to this event certifies that I agree to the non collusion agreement contained below: 1. The submitter of this document is acting as an agent for their company who is the respondent that has submitted the attached bid response. 2. The undersigned person is fully informed concerning the preparation and contents of the attached response and of all pertinent circumstances related to it, and are authorized to sign this affidavit. This affidavit is given under penalty of perjury as provided by law. 3. Such bid response is genuine and is not collusive or sham in anyway whatsoever. 4. Neither the person responding nor any of its officers; partners, owners, agents, representatives, employees or parties in interest, including the signer of this affidavit, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other respondent, firm or person to submit collusive or submit a sham response in connection with the contract for which the attached response has been submitted or to refrain from responding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other responder, firm or person to fix the price or prices in the attached response or of any other responder, or, to fix any overhead, profit, or cost to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Board of County Commissioners, Guilford County or any person interested in the proposed contract. 5. The price or prices quoted in the attached response are fair and proper and are not derived by any collusion, conspiracy, connivance or unlawful agreement on the part of the respondent or any of its agents, representatives, owners, employees, or parties in interest. Subscribed and sworn to before me, this Signature of Office Day Month Year Title (Seal) Notary Public My Commission Expires Page 13 of 14
14 STATE OF NORTH CAROLINA COUNTY OF GUILFORD AFFIDAVIT ************************** I, _(the individual attesting below), being duly authorized by and on behalf of _ (the entity bidding on project hereinafter "Employer") after first being duly sworn hereby swears or affirms as follows: 1. Employer understands that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS 64-25(5). 2. Employer understands that Employers Must Use E-Verify. Each employer, after hiring an employee to work in the United States, shall verify the work authorization of the employee through E-Verify in accordance with NCGS 64-26(a). 3. Employer is a person, business entity, or other organization that transacts business in this State and that employs 25 or more employees in this State. Mark Yes or No : a. YES _; or, b. NO 4. Employer's subcontractors comply with E-Verify, and if Employer is the winning bidder on this project Employer will ensure compliance with E-Verify by any subcontractors subsequently hired by Employer. This day of, Signature of Affiant Print or Type Name: _ State of North Carolina County of Guilford Signed and sworn to (or affirmed) before me, this the day of, My Commission Expires:. Notary Public (Affix Official/Notarial Seal) Page 14 of 14
AMBULANCE TRANSPORT BILLING FOR MACON COUNTY EMERGENCY MEDICAL SERVICES
REQUEST FOR PROPOSALS RFP#01 4375p AMBULANCE TRANSPORT BILLING FOR MACON COUNTY EMERGENCY MEDICAL SERVICES ISSUE DATE: DECEMBER 3, 2010 ISSUING DEPARTMENT: MACON COUNTY FINANCE DEPARTMENT 5 WEST MAIN STREET
Retaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
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
Tax Credit Consultant
Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 Request for Proposals Tax Credit Consultant Proposals due by 2:00 PM on March 26,
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
Issue Date: May 6, 2014
Issue Date: May 6, 2014 Tallahassee Community College Attn: Bobby Hinson, Purchasing Manager TCC Purchasing Department Hinson Administration Building 444 Appleyard Drive Tallahassee, Florida 32304-2895
COUNTY 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).
REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: 127431)
REQUEST FOR PROPOSALS: Internet Access Service For: Peach County School District (BEN: 127431) Project Objectives: 1.0 Objective: Peach County Schools is seeking qualified responses for a managed 100.0
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: March 12, 2014 Bid Number: 14-25 The City of Sikeston is soliciting bids for the resurfacing of four tennis courts. The sealed bids
E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service
E- Rate RFP Entity # 16075552 Funding Year 14 With Multi-Year Option 470 # 626480001164674 RFP: Data and Cell Service Original RFP posted on our Webpage (www.cintitechacademy.com) DUE DATE: January 17,
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION
REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION September 22, 2014 TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS
TROUP COUNTY COMPREHENSIVE HIGH SCHOOL
TROUP COUNTY BOARD OF EDUCATION REQUEST FOR SEALED COMPETITIVE PROPOSALS FOR CONSTRUCTION OF: RE-FLOORING TO: TROUP COUNTY COMPREHENSIVE HIGH SCHOOL LAGRANGE, GEORGIA TROUP COUNTY SCHOOL SYSTEM LAGRANGE,
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO
ADVERTISEMENT FOR BIDS Tree Clearing for Watson Drive City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, February
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016
REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 19, 2016 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD NORTH SYRACUSE, NEW YORK
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019
CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and
TAC 1033 MUNICIPAL EMPLOYEES' RETIREMENT PLAN ("MERP") PERFORMANCE EVALUATION AND CONSULTING SERVICES
TAC 1033 MUNICIPAL EMPLOYEES' RETIREMENT PLAN ("MERP") PERFORMANCE EVALUATION AND CONSULTING SERVICES The Municipal Employees' Retirement Plan Board (herein called "the Board") is requesting proposals
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director July 23, 2013 TO: ALL PROSPECTIVE RESPONDERS FROM: REQUEST
AMBULANCE TRANSPORT BILLING FOR ALAMANCE COUNTY, NC EMERGENCY MEDICAL SERVICES
REQUEST FOR PROPOSALS AMBULANCE TRANSPORT BILLING FOR ALAMANCE COUNTY, NC EMERGENCY MEDICAL SERVICES ISSUE DATE: March 10, 2015 ISSUING DEPARTMENT: ALAMANCE COUNTY LEGAL DEPARTMENT 124 WEST ELM STREET
STAMFORD 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
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation
REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation You are cordially invited to submit an RFQ for Actuarial Consulting
Requests for Quotes. After Hours Answering Services
PURCHASING DIVISION An Equal Opportunity Employer TM 901 Broadway, N.E. Knoxville, TN 37917-6699 865.403.1133 Fax 865.594.8858 800.848.0298 (Tennessee Relay Center) Email: [email protected] http://www.kcdc.org/en/doingbusiness.aspx
REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES RFP# 983-16. Promotional Assessment and Testing Services for the City of Asheville Police Department
S FOR CONSULTANT SERVICES RFP# 983-16 Promotional Assessment and Testing Services for the City of Asheville Police Department City of Asheville Human Resources Department P.O. Box 7148 Asheville, NC 28802
REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT
ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS ALL CONTRACTORS SUBMITTING A RESPONSE TO THIS INVITATION TO BID MUST HAVE COMPLETED THE FORMS CONTAINED IN THIS INVITATION TO BID. FORMS SUBMITTED WHICH ARE NOT IN THE FORMAT OF
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL/EUS A. PURPOSE: The Collingswood Board of Education is seeking proposals through the EUS procurement process
HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT
REQUEST FOR PROPOSALS RFP#06 4004p HEATING VENTING AND AIR CONDITIONING (HVAC) SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT ISSUE DATE: MAY 14, 2014 PROPOSALS WILL BE RECEIVED UNTIL
TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016
TOWN OF CENTREVILLE PROPOSAL PACKAGE INSURANCE BROKERAGE FIRM WORKERS COMPENSATION MAY 2016 CONTACT: Krystel Ebaugh, Human Resources Specialist 101 Lawyers Row Centreville, MD 21617 401-758-1180 [email protected]
REQUEST FOR QUALIFICATIONS FOR DEFENSE ATTORNEY(s)
REQUEST FOR QUALIFICATIONS FOR DEFENSE ATTORNEY(s) Issued by the Camden County Municipal Joint Insurance Fund Date Issued: August 20, 2015 Responses Due by: September 10, 2015 REQUEST FOR QUALIFICATIONS
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146
THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #515-16-146 The Board of Trustees of the Oklahoma Public Employees Retirement System (OPERS)
WORKERS COMPENSATION CLAIMS ADMINISTRATION STANDARDS
Proposal No. 961-4891 Page 1 WORKERS COMPENSATION CLAIMS ADMINISTRATION STANDARDS WORKERS' COMPENSATION CLAIMS ADMINISTRATION GUIDELINES The following Guidelines have been adopted by the CSAC Excess Insurance
CITY 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
Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.
REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526
REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526 Stephanie Carroll, Technology Coordinator [email protected] 843 248 1760 LEC Security Camera System
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS
ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY 14813-1078 Telephone: 585-268-9230 Fax: 585-268-9648 NOTICE TO BIDDERS Allegany County will receive sealed bids until 10:00
Town of North Haven. REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS
Town of North Haven REQUEST FOR QUALIFICATIONS OF and PROPOSALS FROM SOLAR ENERGY DEVELOPERS Legal Notice Request for Qualifications and Proposals Town of North Haven The Town of North Haven requests that
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL
COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ 08108 REQUEST FOR PROPOSAL A. PURPOSE: The Collingswood Board of Education is seeking proposals from qualified respondents as follows: Board
Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611. Request for Qualification
Town of Trumbull Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT 06611 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR SOLAR ENERGY DEVELOPER Legal Notice Request
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01
LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.
1. Applicants must provide information requested in the section titled Required Information.
Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated
Dear Sir/Madam: Thank you for this opportunity to be of service, and please do not hesitate to contact our claims center if you have any questions.
Dear Sir/Madam: Kindly be advised that National Adjustment Bureau has been authorized by underwriters to adjudicate your claim. We look forward to resolving your claim in a prompt and equitable manner.
KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST
KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")
N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP") January 7, 2016 N.I.C.E. Community School District A. Instructions REQUEST FOR PROPOSAL FOR PRELIMINARY
STATE 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
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
BOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
REQUEST 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
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089. For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.
LEGAL NOTICE REQUEST FOR BID SEALED BID 13-089 For SQL MONITORING SOFTWARE RE-BID For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MSOURI St. Charles County is seeking bids for SQL MONITORING SOFTWARE RE-BID
CITY OF POMONA. Request for Qualifications and Proposals. For
CITY OF POMONA Request for Qualifications and Proposals For One-Time Assignment of Rights to Wireless Telecommunication Facilities, and Related Access Easements (Cell Tower Leases) Purchasing Specification
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
RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT [email protected] PLEASE READ CAREFULLY!
RFP12915 ELECTRONIC CURRICULUM DEVELOPMENT AND MANAGEMENT TOOL CONTACT [email protected] OPENING DATE AND TIME January 29, 2015 2:00pm local RETURN ALL PROPOSALS TO: METROPOLITAN COMMUNITY COLLEGE ATTN
Table of Contents ARCHIVE
Table of Contents 17.02.11 - Administrative Rules of the Under the Workers Compensation Law -- Security for Compensation -- Self-Insured Employers 000. Legal Authority.... 2 001. Title And Scope.... 2
NC WORKERS COMPENSATION: BASIC INFORMATION FOR MEDICAL PROVIDERS
NC WORKERS COMPENSATION: BASIC INFORMATION FOR MEDICAL PROVIDERS CURRENT AS OF APRIL 1, 2010 I. INFORMATION SOURCES Where is information available for medical providers treating patients with injuries/conditions
How To Write A Collection Contract At Mtsac.Org
Mt. San Antonio College 1100 N. Grand Avenue Walnut, CA 91789 Request for Proposals for Debt Collection Services RFP #2995 Issued: October 2014 Due: December 16, 2014 2:00 pm 1 RFP #2995 CONTENTS 1.0 General
AGREEMENT FOR AMBULANCE TRANSPORT SERVICES BETWEEN THE CITY OF RAPID CITY AND AIR METHODS
AGREEMENT FOR AMBULANCE TRANSPORT SERVICES BETWEEN THE CITY OF RAPID CITY AND AIR METHODS This Agreement is entered into by and between the City of Rapid City s Department of Fire and Emergency Services
Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services
Cleveland County Emergency Medical Services PO Box 1210 Shelby, NC 28151 704-484-4984 Request for Proposal For Debt Collection Agency Services Proposals Must Be Submitted by July 16, 2013 Issue Date: June
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538
REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE
WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)
WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)
MACON-BIBB COUNTY, GEORGIA
MACON-BIBB COUNTY, GEORGIA Request for Professional Services (RPS) FOR Attorneys to Serve on the Macon-Bibb County Panel of Attorneys 918-74 961-50 15-010-ND MACON-BIBB COUNTY ISSUE DATE: October 3, 2014
Professional Employer Organization Initial De Minimis Registration Notification
North Carolina Department of Insurance Wayne Goodwin, Commissioner Professional Employer Organization Initial De Minimis Registration Notification North Carolina Department of Insurance Financial Evaluation
FULTON COUNTY SCHOOLS IMMIGRATION AND SECURITY FORM
FULTON COUNTY SCHOOLS IMMIGRATION AND SECURITY FORM If you are providing service, performing work or delivering goods to the Fulton County Board of Education including, but not limited to schools, warehouses
Exhibit D CONTRACT DOCUMENTS
Exhibit D CONTRACT DOCUMENTS Table of Contents: PUBLIC CONSTRUCTION BOND... 1 CONTRACT... 3 CONSENT OF SURETY TO FINAL PAYMENT... 7 PROPOSAL/BID BOND... 8 AFFIDAVIT... 9 NON COLLUSION AFFIDAVIT... 10 SCRUTINIZED
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY. Qualification Period January 1, 2014 December 31, 2014
TOWN OF WEST NEW YORK REQUEST FOR QUALIFICATIONS LEGAL SERVICES WORKER S COMPENSATION ATTORNEY Qualification Period January 1, 2014 December 31, 2014 SUBMISSION DEADLINE 3:30 p.m., November 15, 2013 ADDRESS
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT
REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT The County of Cumberland, a county of the fourth class, is accepting proposals from qualified firms to provide telephone services
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)
REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR) For the Project: CITY OF KATY NEW KATY FIRE STATION #2 Issued: August 13, 2015 Katy Fire Station #2 August 13, 2015 Page 1 of 17 Request
Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 15-02 REQUESTING DEPT: PURCHASING TITLE OF RFP: IEP REQUIRED MUSIC & ART THERAPY FOR STAMFORD
Borough of Jamesburg
Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough
Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE
Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South
ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION
MEMORANDUM TO: ALL LOAN BROKERS AND ORIGINATORS DOING BUSINESS IN INDIANA FROM: OFFICE OF SECRETARY OF STATE TODD ROKITA, SECURITIES DIVISION RE: LICENSING AND REGISTRATION REQUIREMENTS FOR LOAN BROKERS
Debt Collection Services
NORTHWEST RURAL EMERGENCY MEDICAL SERVICES ASSOCIATION, INC. 29530 QUINN ROAD TOMBALL, TX 77375 281-351-8272 REQUEST FOR PROPOSALS For Debt Collection Services for Northwest EMS Proposals are due by 3:00
Internet & VoIP Services Eligible and ineligible E-rate services RFP # 2015-101
Internet & VoIP Services Eligible and ineligible E-rate services E-Rate Yr 18 (2015-2016) RFP # 2015-101 Request for Proposals Issued: February, 10, 2015 Deadline for Submittal of Proposals: March 10,
How To Get A Debt Collection Contract In North Little Rock
CITY OF NORTH LITTLE ROCK, ARKANSAS COMMERCE DEPARTMENT Mary Beth Bowman, Director Amy Smith, Assistant Director for Procurement Crystal Willis, Admin. Sect./Assistant Purchasing Agent 120 MAIN STREET,
Requirements for Qualifications Package Submittals
Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals
NEWBURGH 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,
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
St. 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.
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya
International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO. IPSTC/PREQ/2014/2015/043 FOR PROVISION OF PLUMBING SERVICES FOR 2014/2015 July, 2014
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
INVITATION TO BID No. 16-22 ROCKDALE COUNTY, GEORGIA May 25, 2016 DEMOLITION OF SIX (6) UNSAFE STRUCTURES AND DEVELOPMENT OF A PREQUALIFIED LIST OF DEMOLITION CONTRACTS ROCKDALE COUNTY FINANCE DEPARTMENT
Small Business Enterprises (SBE) Certification Application
Small Business Enterprises (SBE) SBE Certification Program Information and Application Mission Statement: The Office of Business Opportunity is committed to creating a competitive and diverse Business
Bid for Pest Control Services
Bid for Pest Control Services Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 [email protected] Pest Control 1 TABLE OF CONTENTS
