REQUEST FOR PROPOSALS for INSURANCE BROKERAGE SERVICES
|
|
|
- Audrey Craig
- 10 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS for INSURANCE BROKERAGE SERVICES February 1, 2012 through January 31, 2017 (Proposals due 4:00 PM on October 13, 2011) FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI Prepared By: Office of Risk & Insurance Management 1105 Carrie Franke Drive Columbia, MO September 16, 2011 RFP#:
2 Request for Proposals Insurance Brokerage Services Table of Contents BID REQUEST AND BID CONDITIONS... 2 REQUEST FOR PROPOSAL... 4 I. General Information... 4 II. Background Information... 5 III. Performance Requirements... 7 IV. Submission Information... 8 BROKER PRE-QUALIFICATION QUESTIONNAIRE
3 UNIVERSITY OF MISSOURI BID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder. Upon acceptance by University, this Bid Request and Bid will become part of the issued agreement. Some of the items below apply to products rather than services. 1. No oral explanation in regard to the meaning of the specifications will be made, and no oral interpretation will be given before the award of the contract. If any person contemplating submitting a bid for this contract is in doubt as to the true meaning of any part of the specifications or any other proposed contract documents, he may submit to the University a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made by addendum duly issued or delivered to each person receiving a set of such documents. The University will not be responsible for any other explanation or interpretations of the proposed documents. 2. The University reserves the right to reject any and all bids and to waive any informality in bids. 3. Whenever the name of a manufacturer or vendor is mentioned on the face hereon and words "or equal" do not follow, it shall be deemed that the words "or equal" shall follow such designation unless the context specifies "no substitution". University assumes that items bid as equal are equal. University reserves the right to return at the bidder's expense all items that are furnished which are not acceptable as equals to items specified by the Bid Request and Specifications, and vendor agrees to replace such items with satisfactory items at the original bid price. 4. All items bid shall be new unless otherwise specified by the University. 5. Bidder agrees to unconditionally guarantee all items bid upon against defects in material and workmanship for a period of one year from the date of acceptance by the University unless otherwise specified. 6. Unless it is so noted on the bid it will be deemed that the article furnished is that designated. If the vendor proposes to furnish an item of a different manufacturer or vendor other than the one specified on the face hereof, the manufacturer or vendor of the substituted items shall be noted and complete descriptive literature describing the items to be substituted must accompany the bid. 7. Materials and services furnished the University are not subject to either Federal Excise Taxes or the Missouri Sales Tax. Exemption certificates will be furnished on request. 8. Prices quoted are to be firm and final and prices shall be stated in units of quantity specified with packing and drayage charges included. 9. Shipments shall be marked as directed on the Purchase Order. 10. C.O.D. shipments will not be accepted. All shipping charges must be PREPAID. No packing or drayage charges will be allowed. 11. The University will not be responsible for articles or services furnished without a Purchase Order. 12. Risk of loss or damage to the goods prior to the time of their receipt and acceptance by the University is upon the vendor. 13. All invoices and correspondence shall show the Purchase Order Number. All invoices must be rendered in duplicate and contain full descriptive information on items or service furnished. Separate invoices shall be rendered for each order and forwarded to the University. 14. Vendor agrees to defend, protect and save the University harmless from all claims and actions arising out of patent infringement. 15. University reserves the right to cancel all or any part of orders if shipment is not made as promised. Vendor shall notify the University if shipment cannot be made as promised. Time of 2
4 proposed delivery must be stated in definite terms in the space provided. 16. The bidder hereby guarantees that no article listed herein is adulterated or misbranded within the meaning of the Federal Food, Drug and Cosmetic Act or an article which may not, under the provisions of Federal Law, be introduced into interstate commerce. 17. Samples, when required, are to be furnished prior to the date specified for receipt of bids. 18. In case of any doubt or difference of opinion as to the items to be furnished hereunder or the quality thereof, the decision of the UM Chief Procurement Officer shall be final and binding upon both parties. 19. The University reserves the right to award an order to the lowest aggregate bidder for all items or on an item basis, or a group of like items, whichever is found to be in the best interest of the University. If a split award is not acceptable to a bidder, it must be stated in the bid response. 20. In awarding the contract, the University may take into consideration the skill, facilities, capacity, experience, ability, responsibility, previous work, the financial standing of the bidder or bidders; the amount of other work being carried on by the bidder; the quality, efficiency, and construction of the equipment proposed to be furnished; the period of time within which the equipment is to be furnished and delivered; and the necessity of prompt delivery of the items herein described. The inability of any bidder to meet the requirement mentioned above may be cause for rejection of his bid. 21. In the event that time and materials are a portion of this bid, the University reserves the right to audit vendor's records concerning this bid. 22. All items or services to be furnished hereunder shall meet all applicable State and Federal requirements of the Occupational Safety and Health Standard. All alleged violations and deviations from said State and Federal regulations or standards of the items of services to be furnished hereunder, must be set forth on the Bid Form at the time of submission of the bid. Or if at any later date the items or services contained herein shall not meet all applicable state and federal requirements after the bidder is awarded the contract hereunder the bidder must notify the Campus Purchasing Manager, immediately by certified mail, return receipt requested. 23. The University serves from time to time as contractor for the United States Government. Accordingly, the provider of goods and/or services shall comply with federal laws, rules, and regulations applicable to subcontractors of government contracts including those relating to equal employment opportunity and affirmative action in the employment of minorities (Executive Order 11246), women (Executive Order 11375), persons with disabilities (29 USC 706 and Executive Order 11758), and certain veterans (38 USC 4212 formerly [2012]) contracting with business concerns with small disadvantaged business concerns (Publication L ). Contract clauses required by the Government in such circumstances are incorporated herein by reference. 24. The Curators of the University of Missouri have adopted a policy which is binding upon all employees and departments of the University, and which by contract shall be binding upon independent contractors and subcontractors with the University, whereby all other things being equal, and when the same can be secured without additional cost over foreign products, or products of other states, a preference shall be granted in all construction, repair and purchase contracts, to all products, commodities, materials, supplies and articles mined, grown, produced and manufactured in marketable quantity in the State of Missouri and to all firms, corporations or individuals doing business as Missouri, firms, corporations, or individuals. By virtue of the foregoing policy, preferences will be given to materials, products, supplies, or provisions, and all other articles produced, manufactured, mined or grown within the State of Missouri, and to all firms, corporations or individuals doing business as Missouri firms, corporations or individuals. Each bidder submitting a proposal agrees to comply with and be bound by the foregoing policy. 3
5 REQUEST FOR PROPOSAL Insurance Brokerage Services Property/Casualty & Health Related Coverages I. General Information A. The Curators of the University of Missouri (hereinafter referred to as the University) are seeking proposals from qualified firms to provide a full range of brokerage & risk management services including: marketing and placement of many insurance coverages and consulting on coverage issues and self-insurance operations. Three firms will be selected to fulfill these needs. B. The successful respondents will be required to enter into a five year contract commencing February 1, Prior to execution of the agreement the respondents shall provide a certificate of errors and omissions coverage with limits of $10,000,000 and A.M. Best rating of no less than A-, VIII. The University reserves the right to cancel the contract at the end of each annual period by giving at least 60 days prior written notice, or to cancel with cause at any time giving 60 days notice. C. To assist firms in preparing their proposals, general background information on the University is provided in Section II of this request. For additional information, contact: Ed Knollmeyer, Director, Office of Risk & Insurance Management 1105 Carrie Franke Drive Columbia, MO The RFP may obtained electronically at D. All proposals must be received no later than 4:00 PM Central Daylight Time, October 13, 2011, at the office of: Ed Knollmeyer, Director Office of Risk & Insurance Management 1105 Carrie Franke Drive Columbia, MO Four copies of each proposal shall be provided. Proposals shall be executed by an officer of the firm with the authority to execute a contract for this program. 4
6 E. The University reserves the right to waive formalities and reject any and all proposals. F. Although this request provides for a general format, it is not intended to limit a respondent's imagination and creativity in preparing a proposal the respondent feels will best serve the needs of the University. G. Note: The selection committee may consist of individuals not familiar with insurance brokers; therefore incumbent brokers should submit proposals assuming that the selection committee has no knowledge of your firm. II. Background Information A. The University s casualty/property insurance program is administered by the Office of Risk & Insurance Management with a staff of five full time employees. B. The University currently has over 28,000 full-time employees, but issues over 35,000 W-2's annually. In addition, the University uses the services of hundreds of volunteers at its four campus locations (Columbia, Kansas City, Rolla, and St. Louis), the Hospital, research centers, and its State-wide Extension Offices. C. The University currently owns and operates a fleet of approximately 1300 vehicles and owns and operates approximately 1500 buildings and structures. D. The University maintains several self-insured funds with retentions ranging from $100,000 to $5,000,000 including, but not limited to: Auto/General Liability Educators Legal Liability Auto Physical Damage Medical Malpractice Workers Compensation Business Personal Property E. The University purchases a broad portfolio of coverages that is summarized on the following page. 5
7 University of Missouri Major Product Groups/Approximate Premiums Paid General Liability Coverages Professional Coverages Excess AGL $ 601,116 Medical Malpractice $ 1,080,900 Non-owned Aircraft $ 16,425 Lawyers Professional $ 6,708 Broadcasters Liability $ 21,104 $ 1,087,608 Excess WC $ 549,028 ANI Liability $ 56,393 Inland Marine (including fire trainer) $ 50,937 D&0 and Fiduciary Coverages Foreign Liaibility $ 1,295,003 Educators Legal $ 311,794 $ 2,590,006 Fidelity Crime $ 42,320 Misc Bonds $ 6,712 $ 360,826 Life, Accident & Student Child Day Care $ 10,530 Property Insurance Athletic Accident $ 98,616 Master Property $ 2,717,787 Camp & Clinics $ 13,479 Reactor Property $ 57,134 Student Accident $ 8,157,426 $ 2,774,921 Student Travel $ 2,000 Helicopter Crew A&D $ 3,900 Sports Club $ 31,404 $ 8,317,355 Summary of all premiums General Liability $ 2,590,006 Life, Accident, Student $ 8,317,355 Professional Coverages $ 1,087,608 Property $ 2,774,921 D&O Fiduciary $ 360,826 $ 15,130,716 *The Curators of the University of Missouri currently purchases property coverage through a consortium and does not currently use a broker on this coverage. 6
8 III. Performance Requirements The successful brokers shall: 1. Provide broker services for the University of Missouri in accordance with the requirements and provisions stated herein. 2. Seek competitive programs and market coverages on an unbiased basis and in the best interest of the University. Provide detailed coverage comparisons for submitted proposals. 3. Conduct annual stewardship meetings/reviews summarizing activities and placements on behalf of the University. 4. Prepare an annual market analysis and forecast by insurance line. This summary will include information on trends, market availability, pricing, and long term market directions. 5. Assist the Office of Risk & Insurance Management in the design of policy forms and programs as needed. 6. Verify the accuracy and adequacy of all binders, policies, policy endorsements, invoices, and other insurance related documents as needed. 7. Issue certificates of insurance and answer coverage questions. 8. Assist in the preparation of underwriting data, statements of values, specifications, and other data required by insurers. 9. Assist the University in the preparing proofs of loss or claims reports, and in obtaining loss settlements from insurers. 10. Attend meetings as requested. 11. Be fully qualified and competent with proper license, knowledge, experience, and personnel. 12. Must identify all sources of revenue on any provided services/placements (new and renewal) including and not limited to: fees, commissions, contingency fees, and bonus or profit-sharing arrangements. Any undisclosed income must be returned to the University. Failure to disclose fees will be considered a material breach of contract. 7
9 IV. Submission Information A. Submission of Proposals 1. Submit four (4) copies of the proposal. 2. The proposal should be organized into distinctive sections that correspond with the individual evaluation categories described herein. Responses should be limited to 30 pages. 3. Each distinctive section should be titled with each individual evaluation category and all material related to that category should be included therein. 4. It is the responder s sole responsibility to submit information related to the evaluation categories and the University is not obligated to solicit such information if it is not included. The failure to submit such information may cause an adverse impact on the evaluation of the proposal. 5. Parts A and B of the pre-qualification questionnaire must be completed. B. Evaluation and Award Process 1. The University shall use its best judgment in conducting a comparative assessment of the proposal. 2. The University shall select finalists that appear to have the ability to service the University s needs. On-site visits may be scheduled with the finalists; these on-site visits are anticipated to take place the last week of October. The University may ask the finalist to travel to Columbia to present further detail and respond to questions. 3. Three brokers will be selected following the visits or interviews referenced above and notification will be made to all firms submitting proposals on or before January 27, C. Evaluation of Experience and Reliability 1. Prospective brokers should submit any information, which documents successful and reliable experience in past performances similar to those of the requirements of this proposal. 2. Provide the following information related for both the three largest current 8
10 accounts and any higher education institutions serviced by your office: a. Name, address, and the telephone number of the account and a representative who may be contacted. b. Dates of that relationship c. A brief written description of the services performed. 3. The above information may be shown on the form provided in the prequalification questionnaire or in a similar manner. D. Evaluation of Expertise of Your Firm s Personnel 1. The Proposal should include detailed information related to the experience and qualifications, including education and training, of the specific personnel who would service the University. 2. The above information may be shown on the form included in the prequalification questionnaire and detailed resumes should also be included. 3. A team organizational chart must be included. E. Evaluation of Method of Performance 1. Provide a narrative, which demonstrates the method manner in which you propose to satisfy these requirements. 9
11 BROKER PRE-QUALIFICATION QUESTIONNAIRE GENERAL INSTRUCTIONS Please fill out both Parts A and B of this Questionnaire as completely as possible. If requested, information provided in Part B will be treated as confidential by the University to the extent allowed by law. If your firm is a branch or a subsidiary of a larger/national agency, the information provided in reference to the questions in this questionnaire should reflect only the activities of and resources available at the office on behalf of which this proposal is being submitted, unless otherwise requested. If facilities or expertise from your parent or affiliated offices will be available and/or necessary in servicing our needs, please indicate this in your submission cover letter. Supplementary material on any of the questions below may be attached to this questionnaire. Note: this form may be either filled in or reproduced on your word processing system; however, please reproduce in the same order as it exists. PART A General Information About Your Office: 1. a. Name of Firm: Address: Telephone: Name of contact person and title in connection with this proposal: b. Also, please list subsidiary or associate companies of your firm which you wish to utilize in servicing the University account. c. Date submitting office was established: 10
12 d. If a subsidiary/branch/franchise of a national agency, provide the following information on the parent organization: Head Office: Date established: Number of offices in the U.S.: 2. Information on insurance your office carries to protect you and your clients. Limit Insurer/rating a. Error and Omission b. General Liability c. Other (specify below) Note: If any, of the above coverages is self-insured or include an SIR of more than $100,000, so indicate. Will you provide certificates of such insurance if selected? Yes No Staffing Pattern/Qualifications 3. Provide information on account executive(s) and support staff that you propose to assign to service this account. Attach detailed resumes of the account executive(s) and any backup staff you plan to use in servicing our account. Include in each resume the number of years experience in each of the following exposure areas; Real and Personal Property, Auto/GL, Medical Professional Liability, Worker s Compensation, and Pollution Liability. Also include in the resume all items listed below. a. Name b. Title c. Number of years in this capacity d. Educational background e. General professional experience f. Professional experience in servicing higher education institutions g. List State Broker Licenses, Property Casualty and/or Health & Life which are held individually. h. Office location 4. If applicable, describe the nature and level of staff resources and service capabilities readily available to you through your parent organization. 11
13 5. Major Insurance Markets--please indicate the principal insurance companies/markets that you represent and expect to use in servicing our needs: Note: List markets and premiums placed through your local office only. Your Estimated Market/Company Annual Premium Volume a. Property Insurance (1) (2) (3) (4) (5) b. Excess Liability Insurance (Auto/GL) (1) (2) (3) (4) (5) c. Worker s Compensation Coverage (1) (2) (3) (4) (5) d. Excess Medical Professional Liability (1) (2) (3) (4) (5) 12
14 e. Group Student Accident and Sickness Insurance (1) (2) (3) (4) (5) f. Boiler & Machinery (1) (2) (3) (4) (5) 6. Is your access to the excess or surplus lines markets via: a. Your own organization? b. An outside organization? c. Both? If external, which ones? 7. Do you provide adjustment assistance to your clients who sustain a commercially insured loss? yes no If yes, at what cost If yes, is the assistance provided by on-staff personnel at your office location? yes no If so, please include detailed resume of current claim adjuster(s). 13
15 8. Risk Management Services -Exposure Identification Services List the various risk management services available internally through your firm: i.e., exposure identification, property valuation, loss prevention and control services, etc. a. _ b. _ c. _ d. _ e. _ f. _ g. _ How are you compensated for the above services? The Curators may request a complete Analysis of Insurance Coverages, including but not limited to identifying coverage gaps, coverage overlaps, potential enhancements and savings opportunities. Specify a fee, if any, associated with this service. PART B If requested, information provided in this part of the Questionnaire will be treated as confidential to the extent allowed by law. Annual Gross Income 9. Please provide the following information for the last fiscal year of your operation: That of Your Office If a subsidiary, branch, or franchise, that of your Parent Organization a. Premiums b. Commissions c. Fees d. Other Income Please supplement the above by attaching financial statements of your local office for the last three years. 14
16 Related Experience 10. Please list by name, approximate annual premium for the last policy period and services rendered to your office s three: a. Largest account clients: (1) Name/Title of contact Phone # (2) Name/Title of contact Phone # (3) Name/Title of contact Phone # b. Higher education institution clients (1) Name/Title of contact Phone # (2) 15
17 Name/Title of contact Phone # (3) Name/Title of contact Phone # Miscellaneous 11. If you were requested to undertake a comprehensive review and evaluation of the University s current insurance program and future needs: a. How would you go about conducting such a review and evaluation? b. Would there be a fee? Proposal signed by: Title: Date: 16
REQUEST FOR PROPOSALS BENEFITS INSURANCE BROKERAGE SERVICES STOREY COUNTY, NEVADA
REQUEST FOR PROPOSALS FOR BENEFITS INSURANCE BROKERAGE SERVICES FOR STOREY COUNTY, NEVADA Posted December 26, 2013 through January 13, 2014 (Proposals due 4:00 p.m. on January 13, 2014) Prepared By: P.O.
University of Missouri System Supply Chain
University of Missouri System Supply Chain BID REQUEST NO.: 16-2180-WJ-K STRATEGIC SOURCING SPECIALIST: Wade A. Jadwin TITLE: COLLECTION AND DISPOSAL BY INCINERATION OF PHONE NO.: (573) 341-4049 INFECTIOUS/MEDICAL
Request 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
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
University of Missouri Procurement Services
University of Missouri Procurement Services BID REQUEST NO.: 16-6008-JS-A STRATEGIC SOURCING SPECIALIST: James E. Shatto TITLE: Lawn Care and Snow Removal PHONE NO.: 816-235-1397 At MO Tech Park Ft Leonard
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
Request for Proposal Insurance Broker Agent of Record
Request for Proposal Insurance Broker Agent of Record Request for proposal (RFP) for selecting Insurance Agent/Broker Agent of Record for the City of Dodge City (CITY), for the City s Commercial Insurance
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:
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
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN
Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN The Delmar School District (DSD) is seeking the professional services of a Construction Management (CM) firm for the
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
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
PROPOSAL 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
BROKERAGE AGREEMENT. WHEREAS Broker wishes to gain access to and offer Paragon s specialized insurance products and services to its clients; and
BROKERAGE AGREEMENT This Agreement, effective 2014 is between Paragon Insurance Holdings, LLC ( Paragon ), 45 Nod Road, Avon, Connecticut 06001 with underwriting office at 850 Fulton Street, Farmingdale,
REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES
TURKISH CONSULATE GENERAL NEW YORK REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES For the TURKEVI CENTER AT 821 UNITED NATIONS PLAZA NEW YORK CITY, NEW YORK ISSUING DATE FOR REQUEST
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES
REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES July 25, 2012 I. INTRODUCTION The Corporation for Public Broadcasting (CPB) is interested in selecting an experienced firm specializing in benefit
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
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
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR HEALTH INSURANCE BROKER OF RECORD. Issued by the. Township of Haddon. Date Issued: July 23, 2014
REQUEST FOR PROPOSAL/QUALIFICATIONS FOR HEALTH INSURANCE BROKER OF RECORD Issued by the Township of Haddon Date Issued: July 23, 2014 Responses Due By: August 18, 2014 REQUEST FOR PROPOSAL/QUALIFICATIONS
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
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 [email protected]
Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald
LYNBROOK UNION FREE SCHOOL DISTRICT DISTRICT ADMINISTRATION OFFICES 111 ATLANTIC AVENUE LYNBROOK NY 11563 Tel: (516) 887-0258 Fax: (516) 887-6597 Dr. Melissa Burak Superintendent of Schools Dr. Paul Lynch
Agreement for Insurance Brokerage Services Alliant Insurance Services, Inc. January 1, 2014 to January 1, 2019
Agreement for Insurance Brokerage Services Agreement made this 17 th day of April 2014 between Washington State Transit Insurance Pool (referred to as WSTIP) 2629 12 th Court SW Olympia, WA 98502 (360)
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
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.
CITY OF FORT MITCHELL, KENTUCKY REQUEST FOR PROPOSALS INSURANCE AGENT OF RECORD
CITY OF FORT MITCHELL, KENTUCKY REQUEST FOR PROPOSALS INSURANCE AGENT OF RECORD Introduction The City of Fort Mitchell, Kentucky (City) invites written proposals from insurance brokers (Broker) to act
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
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
CONSULTANT AGREEMENT WITNESSETH. Recitals:
CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this day of, 2000, by and between ( CONSULTANT ) and the City of Santa Ana, a municipal corporation of the State of California ( CITY ). WITNESSETH
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS
ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
Page 1 ARTICLE 7. INSURANCE. Section 7.01 Agreement to Insure
Page 1 Section 7.01 Agreement to Insure ARTICLE 7. INSURANCE The Contractor shall not commence performing services under this Agreement unless and until all insurance required by this Article is in effect,
City 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
REQUEST 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
REQUEST FOR PROPOSAL FOR INSURANCE AGENT/BROKER AGENT OF RECORD
REQUEST FOR PROPOSAL FOR INSURANCE AGENT/BROKER AGENT OF RECORD Guilderland Central School District 8 School Road P.O. Box 18 Guilderland Center, NY 12085 GUILDERLAND CENTRAL SCHOOL DISTRICT REQUEST FOR
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
#5 Independent Contractor Form - With Insurance With Bonds
#5 Independent Contractor Form - With Insurance With Bonds Proposed use: Contracts for smaller projects not involving street construction but important enough to require performance and require an avenue
AGREEMENT. Solicitor Without Per Diem Compensation
Solicitor Without Per Diem Compensation AGREEMENT Products underwritten by: American General Life Insurance Company Houston, Texas The United States Life Insurance Company in the City of New York New York,
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
Vendor 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
TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services
Nature of Services Required A. General The Town is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2011,
Insurance Producer Agreement
Insurance Producer Agreement Section 1 - Producer s Authority The Producer shall periodically submit risks to the Company for its consideration as authorized by the Company. These risks shall be located
REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES
REQUEST FOR PROPOSAL THIRD PARTY ADMINISTRATOR FOR TAX SHELTERED ANNUITIES I. BACKGROUND The Marlboro County School District, hereinafter referred to as District is seeking a firm to act as a Third Party
How 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
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
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
Page 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/
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
Responses to this RFP will be due on or before November 14, 2013, as described below in Sections III. and V.
SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Professional Insurance Brokerage Services RFP Date: October 25, 2013 Response Deadline: November 14, 2013 I. Introduction The Southern
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
Expanded Market Programs
Expanded Market Programs Empowering you to say Yes more often! Ivantage and NEA are affiliates of Allstate, who offer Exclusive Agents access to additional products for risks outside of Allstate s market
OSWEGO COUNTY PURCHASING DEPARTMENT
Bid #38-14 VOIP Municipal Lease OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Email: [email protected]
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
Unified School District No. 489 Request For Proposals
Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
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
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG
UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)
REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014
REQUEST FOR PROPOSALS Curriculum Evaluation Services for Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 PROPOSAL MUST BE RECEIVED BY: December 19, 2014 by 4:30
REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,
GENERAL AGENT AGREEMENT
Complete Wellness Solutions, Inc. 6338 Constitution Drive Fort Wayne, Indiana 46804 GENERAL AGENT AGREEMENT This Agreement is made by and between Complete Wellness Solutions, Inc. (the Company ) and (the
RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE
REQUEST FOR QUALIFICATIONS AND PROPOSALS INSURANCE BROKER FOR PROPERTY, CASUALTY, FIDELITY AND OTHER INSURANCE RESPONSES DUE: Friday, February 6, 2009, by 5:00 P.M. Central time Page 1 of 13 Section I:
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
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
Investment Advisory Agreement
Investment Advisory Agreement Whereas ("Client") hereby appoints Fried Asset Management, Inc. ("Adviser") as investment adviser to manage the investment and reinvestment of the cash and securities in the
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
IEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
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
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
INSURANCE 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,
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS
SAMPLE CONSTRUCTION INSURANCE REQUIREMENTS A. In General The shall purchase and continuously maintain in full force and effect for the policy periods specified below the insurance policies specified in
REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,
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
Insurance Market Solutions Group, LLC Sub-Producer Agreement
Insurance Market Solutions Group, LLC Sub-Producer Agreement This Producer Agreement is made and entered into effective the day of, 20, by and between Insurance Market Solutions Group, LLC a Texas Company
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and
AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred
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
Attachment 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
PRODUCER AGREEMENT. Hereinafter ("Producer"), in consideration of the mutual covenants and agreements herein contained, agree as follows:
PRODUCER AGREEMENT Hereinafter First Choice Insurance Intermediaries, Inc "FCII", a Florida company, having an office at 814 A1A North, Suite 206, Ponte Vedra Beach, FL 32082 and " Producer" having an
INDEPENDENT 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
Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
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
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
CHAPTER 26.1-31.1 REINSURANCE INTERMEDIARIES
CHAPTER 26.1-31.1 REINSURANCE INTERMEDIARIES 26.1-31.1-01. Definitions. As used in this chapter: 1. "Actuary" means a person who is a member in good standing of the American academy of actuaries. 2. "Controlling
How To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND
EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND THIS EXPERIENTIAL EDUCATION AGREEMENT ( Agreement ) is made by and
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
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
