REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES
|
|
|
- Flora Carson
- 10 years ago
- Views:
Transcription
1 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 FOR PROPOSALS: A u g u s t 1 4, 2015 CLOSING DATE FOR RECEIPT OF PROPOSALS: September 4, 2015 TIME: PLACE: 10:00 a.m rd Avenue, 28 th Floor New York, New York 10022
2 Section I: General Specifications 1.1 Introduction and Background Through this Request For Proposals (RFP), on behalf of the Republic of Turkey the Consulate General of Turkey in New York (in short form hereafter as RepT ) is soliciting competitive, sealed proposals from qualified vendors ( Proposers ) to provide risk and insurance consulting services defined below (the Scope of Services) for the new Turkevi Center Project (in short form hereafter as Project ). The awarded insurance consultant will be (the "Consultant"). The Project will be located at 821 United Nations Plaza, New York, NY, more specifically NY block 1338, lots 30, 31, 32 on the corner of 1st Avenue and E. 46th Street in Manhattan s Turtle Bay neighborhood, where the current Turkevi Center and other buildings currently exist and will be demolished and remediated. The Republic of Turkey envisions an iconic state-of-the-art building in all respects, environmentally friendly and equipped with today s latest technology to accommodate all of the current and future requirements of the Republic of Turkey s presence in New York City. RepT retained Cresa Partners, LLC as the Project Manager/Owner s Representative, and Herrick, Feinstein LLP as the Legal Advisor for the Project. Perkins Eastman Architects P.C. has been retained as the Architect for the new Turkevi Center Building. The important proposed milestones of the Project are stated below: Commencement of the Architect s Services : May 1, 2014 Completion of the design for the new Turkevi Center Building : December 17, 2015 Commencement of demolition/hazmat Abatement : October 26, 2015 Commencement of construction : July 11, 2016 Completion of construction : November 2, 2018 Completion of post construction phase : February 1, Independence The Consultant must be independent. The Consultant must not be engaged in brokerage or sales of insurance, third party administration, claims, safety or loss prevention, or any related services. The Consultant must not be an employee of, a subsidiary of or be managed or controlled by any insurer, agency, brokerage firm or third party administrator. The Consultant must not receive any compensation or remuneration in any form from such firms. The Consultant must not have any material or influential interests in any company which provides services, supplies, or equipment which it may recommend. 2
3 1.5 Response to RFP (Proposal Package) Due 2:00 pm September 4, The proposal package shall contain the following: a. Proposal Cover Letter The Proposer shall submit a cover letter transmitting its proposal package to the Selection Committee. The cover letter shall be signed and dated by an individual authorized to enter into a contract with RepT on behalf of the Proposer. The cover letter shall include: - The Proposer s name, mailing address, phone number, fax number. - Name, title, telephone number, and address of the individual who is authorized to commit the Proposer to a contract. - Name, title, telephone number, and address of the individual who is to be contacted regarding the content of the proposal, if different from above. - The name, mailing address, phone number, fax number of the subcontractor(s), if applicable. - The signature of the individual authorized to commit the Proposer to the proposal. b. Technical Proposal The technical proposal is a clear, concise description of how the Proposer intends to provide the services forth in the Scope of Services. The technical proposal should reference examples of key issues the Proposer will seek to address in each portion of the Scope of Services. It should also address staffing concerns, including expertise of the key professional staff who will work on this engagement (the Key Personnel ), explanations of how the Key Personnel will be organized and work together, and the ability of the Key Personnel to draw upon the Proposer s other professional staff. The technical proposal may also describe any distinctive technologies the Proposer will use on the engagement and how such technologies will provide value to the services to be rendered. The technical proposal may include any other information the Proposer deems relevant. c. Statement of Qualifications At a minimum, the proposal should include the following: - An overview of the Proposer s ownership/organizational structure and number of employees. - A detailed description of the Proposer s experience in providing the kinds of services described in the Scope of Services. Of particular interest would be the Proposer s experience in providing such services to any of the following: Foreign Governments, the City of New York, the State of New York, other governmental entity in New York State. - The Key Personnel for this engagement and, for each such person, the role s/he will play and his/her experience in providing the kind of services described in the Scope of Services. For each member of the Key Personnel, 3
4 attach a resume (in an appendix to the proposal), including professional atitle and contact information, and provide a statement certifying that s/he will be available to play the designated role for the duration of the Contract. - A list of at least three references for the Proposer who can provide information concerning the Proposer s experience in providing the kind of services described in the Scope of Services. The list of references should include the name of the reference entity, a brief description of the engagement(s) for such entity for which the Proposer provided services, and the name, title and telephone number of a contact person at the reference entity. For each reference, indicate which member(s) of the Key Personnel, if any, worked on the engagement(s) with the reference entity and the role s/he played. At least one reference should relate to an engagement that meets the minimum qualification requirements stated below. (Proposals that fail to meet this requirement will be rejected.) Minimum Qualification Requirements: Within the last five years, the Proposer must have served as a risk consultant or insurance consultant to a public or private entity for a construction project of at least SF or $ value in New York. - At its option, the Proposer may submit any other materials that will allow the Selection Committee to better evaluate its qualifications for this engagement (e.g. letters of reference/recommendation, awards, etc.). Such materials may be included in an appendix. - If applicable, a like statement of qualifications of each subcontractor shall be included. d. Price Proposal Due 2:00 pm September 18, 2015 The Price Proposal is a presentation of the details of the Proposer s offering price. RepT has a strong preference for a fixed lump sum price. If a fixed lump sum price structure is acceptable, complete the format provided as Attachment A (Price Proposal) to this RFP. If a fixed lump sum price structure is not acceptable, provide an alternative (detailed) price proposal that allows the Selection Committee to compare the charges pursuant to that structure with a fixed lump sum price. The Price Proposal shall be submitted in U.S. Dollars excluding VAT. All costs, expenses and reimbursable expenses that will arise during the performance of the services requested in this RFP should be included in the Price Proposal. The fees of the staff and subcontractors the Proposer employ/engage during the performance of services requested by this RFP should be included in the Price Proposal. 4
5 All fees, taxes that may be paid to the governmental authorities, regulatory agencies, etc. during the performance of services requested by this RFP will be paid by the proposer. The Price Proposal (a) should be submitted in a separate, sealed envelope, clearly labeled Price Proposal, (b) should be irrevocable for ninety (90) days from the date of the opening of Price Proposal, and (c) should be signed by the proposer s authorized representative. e. Vendex. Current vendex form as given by the City of New York. f. Trade registration certificate. g. Current license to operate in the State of New York. h. Balance Sheet. Certified copy of the balance sheet for the last 3 (three) years or similar acceptable documentation from a Certified Public Accountant. i. Tax and insurance clearance certificate. j. Certificate of insurance and evidence of bonding capacity. 1.6 Proposal Evaluation and Selection Criteria All proposals received on or before the proposal due date and time at the location specified herein will be evaluated by the selection committee to determine whether they meet all of the minimum submission requirements set forth herein. The selection committee will make a determination to: (1) recommend award of a contract based on initial proposals; or (2) conduct discussions/negotiations with all or a short list of proposers. In the event the selection committee decides to conduct discussions/negotiations with all or a short list of proposers: - The selection committee may require proposers to give oral and/or visual presentations in support of their proposals or to exhibit or otherwise demonstrate the information contained therein during the week of September 4 to 7, Upon completion of the discussions/negotiations, the selection committee may request that all proposers still under consideration for award submit a best and final offer by a common due date and time. - The lowest price will be the only criterion for final selection Insurance The Consultant shall be responsible for maintaining during the life of the contract the following types of insurance with minimum acceptable limits as set forth below: 5
6 TYPE Workers Compensation Employers Liability Commercial General Liability (Occurrence-based only) Business Auto Liability Professional Liability (E&O) LIMITS OF LIABILITY Statutory $100,000 Each Accident, Bodily Injury $100,000 Each Employee, Disease $500,000 Policy Limit, Disease $1,000,000 Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Each Accident $1,000,000 Per Claim Limit The insurance carriers providing the required coverages shall (a) be licensed in New York, (b) rated no lower than A- by the most recent Best s Key Rating Guide, and (c) have a Best s Financial Size Category of not less than VIII, unless otherwise agreed to by RepT. For any liability policy maintained on a claims-made basis (including renewals or replacements thereof), the retroactive date (if any) must not be set later than the effective date of this Agreement and shall not be advanced throughout the term of this Agreement or renewal thereof. Any claims-made coverage must be maintained without material change or interruption of coverage (a) throughout the term of this Agreement, and any subsequent renewal thereof and, (b) for a period of not less than three years after termination of the this Agreement without advancement of the retroactive date, material change in or interruption of the claims-made coverage (the extended term of protection). In the event of any advancement of an applicable retroactive date, material change in or interruption of the claims-made coverage during this period of time, Consultant hereby agrees to take all necessary steps at his/her sole expense to eliminate any potential gap(s) in the claims-made coverage, including the purchase of an extended reporting period endorsement ( tail coverage) at the sole expense of the Consultant. It is understood that the length of this extended reporting period endorsement may be reduced to coincide with any time remaining in the extended term of protection. RepT shall be included as an Additional Insured under the required Commercial General Liability policy. Consultant will be obligated to or fax to RepT a copy of any cancellation or nonrenewal notice received from the insurer for any policy affording the coverages required herein within five (5) days of Consultant s receipt of same. Consultant further agrees to provide RepT with 30 days advance written notice of cancellation, non-renewal or material reduction in coverage initiated by the Consultant with respect to any of the required insurance coverages. For the purpose of this provision, material reduction in coverage shall mean any change or reduction in the scope of insurance coverage that adversely affects the protection that would otherwise be available to RepT. 6
7 The Consultant shall supply a certificate of insurance evidencing such required insurance coverage prior to commencement of the contract Confidentiality As part of its proposal, the Consultant shall certify that all information it may receive in the course of conducting its work shall be treated as confidential and proprietary. Such information and data may not be disseminated to others without the written approval of RepT Records Retention The Consultant shall maintain records applicable to the contract. All such records are to be retained for three (3) years after final payment is made Contract Requirements RepT will not consider execution of any Proposer s standard contract. The successful Proposer will be invited to execute the contract attached to this RFP (see Appendix B: Draft Contract). At RepT s discretion, RepT may negotiate the contract with the successful Proposer. Should negotiations fail to result in a signed contract within a reasonable period of time as defined by RepT, RepT reserves the right to terminate negotiations and select another Proposer, or issue a new RFP, or take any other action consistent with the best interests of Republic of Turkey. The contents of this RFP (including all attachments, revisions, addendums, and additions) shall become part of the consultant services contract Subcontractors The Consultant will be responsible for contract performance whether or not subcontractors are utilized. Subcontractors are required to conform to Section 1.10, Insurance. All subcontractors to be used by the Consultant in providing the contracted services must be disclosed in the proposal. All subcontractors must comply with Section 1.5, Response to RFP. Joint Ventures will not be acceptable. 7
8 1.15 Scope of Insurance Consultant s Services The proponents are not asked at this time to provide language or terms of coverage for the Republic of Turkey or the project. Proponents are asked to include services or consulting for, but not limited to, the following insurance requirements; (i) Comprehensive General Liability and Umbrella/Excess Insurance (ii) Automobile Insurance (iii) Owner s Interest Insurance (iv) Project Specific Insurance (v) All Risk Property Insurance, including Business Interruption Insurance (vi) Builder s Risk Insurance (vii) Boiler and Machinery Insurance (viii) Errors and Omissions Insurance (ix) Fidelity Bond Insurance (x) Contracting Agreements to Bond, Bid Bonds, Labor and Materials Payment Bonds, and Performance Bonds (xi) Crime & Theft Insurance (xii) Pollution Insurance (xiii) Insurance for contractors and subcontractors (ixx) Workers Compensation, Employers Liability and Disability Insurance (xx) An overall insurance program suitable to the needs of the RepT, including but not limited to advice regarding an Owners Controlled Insurance Program or Contractors Controlled Insurance Program. (xxi) The Insurance Consultant will provide written comments or memos to RepT during the determination phase of which insurance system will be chosen by RepT. RepT prefers either traditional insurance system or contractor controlled insurance system. (xxii) At all levels of the Project (design, demolition and construction), Insurance Consultant shall determine the minimum insurance requirements; determine the conditions for these insurances; provide expertise to RepT in the process of insurance purchases, including advising on the bids. In addition to the foregoing, Consulting Services also include any additional services mutually agreed by the Parties. With respect to each type of insurance listed above, including all renewals thereof, the Consulting Services shall also include, but shall not be limited to: (a) soliciting bids and/or quotes directly or through an insurance 8
9 (b) (c) (d) (e) (f) (g) (h) (i) (j) broker; advising regarding applications for insurance; reviewing and analyzing the bids/quotes and proposed insurance policy forms; ensuring that the insurance is placed into effect; ensuring that all insurance certificates and endorsements, including additional insured endorsements, are issued accurately; ensuring that the RepT s interests (and those of its officers, shareholders, directors, partners, employees, representatives, and agents) are fully protected by way of additional insured and loss payee endorsements as applicable; advising regarding risk and insurance provisions in the contract documents associated with the Project; advising regarding terms and conditions of insurance coverage and applicable deductibles/retentions; promptly reporting to the applicable insurance company(ies) and/or its agent(s) any and all claims of which it receives notice; and keeping RepT informed on a no less than weekly basis of all developments in connection with the provision of Consulting Services, and responding promptly to RepT s inquiries and communications. The Consultant shall perform the Consulting Services consistent with the professional skill and care ordinarily provided by consultants practicing in the same or similar localities under the same or similar circumstances. The Consultant shall perform its Services as expeditiously as possible while maintaining such professional skill and care and the orderly progress of the Project in accordance with the Project Schedule attached hereto as Exhibit A, which such Project Schedule may be modified from time to time in accordance with the terms of this Agreement. Consultant shall use a sufficient number of competent, experienced, fulltime employees in connection with carrying out its responsibilities and Consulting Services under this Agreement. Consultant has submitted to the RepT, for the RepT s approval, a staffing proposal for the rendering of the Consulting Services, complete with names, job descriptions and previous experience in comparable positions. Phase 1. Overall Project Planning and Design Provide expertise and advice on ; Comprehensive General Liability and Umbrella/Excess Insurance Owner s Interest Insurance Project Specific Insurance 9
10 All Risk all property insurance An overall insurance program suitable to the needs of the RepT Phase 2. Demolition contracting of the existing building, Provide expertise and advice on; Fidelity Bond Insurance Contracting Agreements to Bond, Bid Bonds, Labor and Materials Payment Bonds, and Performance Bonds. Crime & Theft Insurance Project Specific Insurance All risk all property insurance Course of construction insurance Phase 3. Construction of the new Turkevi Center building, Provide expertise and advice on; Fidelity Bond Insurance Contracting Agreements to Bond, Bid Bonds, Labor and Materials Payment Bonds, and Performance Bonds. Crime & Theft Insurance Project Specific Insurance All risk all property insurance Course of construction insurance 1.16 Submission Requirements All proposals must be received by and no later than: 2:00 PM ON SEPTEMBER 4, Proposers shall deliver one (1) original and three (3) copies of the proposal package. The price proposal must be received by and no later than: 2:00 PM ON SEPTEMBER 18, 2015 and must include one (1) original, shall be enclosed in a separate sealed envelope within the proposal package. 10
11 The outer envelope enclosing any materials submitted in response to this RFP shall be addressed as follows: FROM: TO: RFP FOR: Proposer Name/Address Turkevi Center Project Insurance Consultant Selection Committee Consulate General of Turkey in New York 28 th Floor, rd Avenue New York, NY Insurance Consultant A full, electronic copy of the proposal package shall also be delivered on a CD with the hard copy submission. The proposal should be organized into distinctive sections that correspond with the requirements of this RFP Instructions to Proposers The Consultant shall bear all expenses incurred in responding to this RFP. RepT shall not be liable for any costs incurred by Proposers in the preparation of proposals or for any work performed in connection therewith. No oral explanation in regard to the meaning of the content of this RFP will be made, and no oral interpretation will be given. If any proponent contemplating submitting a response for this RFP is in doubt as to the true meaning of any part of the specifications or any other part of this RFP, a written request must be forwarded to the following representatives of Project Manager, and a formal clarification or addendum will be issued to all proponents: Michael Lomax, Principal, Project Management Cresa Toronto 170 University Avenue Suite 1100 Toronto, ON. M5H 3B3 tel: mobile: [email protected] Phillip Infelise, Principal Cresa Denver 1515 Arapahoe Street, Tower 3 Suite 350 Denver, CO tel: fax: mobile: [email protected] 11
12 The issuance of this RFP does not commit RepT to award a contract. RepT reserves the right to: 1. Reject any or all proposals received in response to this RFP, 2. Postpone or cancel this RFP, 3. Not award a contract, 4. Award a contract on the basis of initial proposals received, without any discussion/negotiation with Proposers, 5. Retain a successful Proposer for only a portion of the Scope of Services, 6. Request clarification and/or additional information from the Proposers during the evaluation process, The submission of a proposal signifies that the Proposer (a) understands and accepts the terms and conditions in this RFP, (b) intends to complete for the award of the contract described herein, and (c) understands and accepts that the final contract will take substantially the form of Appendix B hereto (with such changes as RepT may make in its discretion). For additional information contact the Project Manager. ATTACHMENTS Attachment A: Draft Contract 12
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,
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
Appendix J Contractor s Insurance Requirements
Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and
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
APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE
APPENDIX 6 1. Indemnification INDEMNIFICATION, RELEASE AND INSURANCE Concessionaire shall promptly indemnify, defend, hold harmless the Fairmount Park Conservancy (the Conservancy ) and the City of Philadelphia
QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.
COUNTY OF MUSKEGON REQUEST FOR QUOTES (RFQ) FOR PROFESSIONAL REAL ESTATE SERVICES The County of Muskegon, through its County Administration Department, Office of Grant Services, is seeking contractors
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
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]
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
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
City of Union, Missouri Request for Proposal Audit Services
City of Union, Missouri Request for Proposal Audit Services The City of Union is seeking proposals for qualified firms of certified public accountants to audit the City s financial statements for the fiscal
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS
Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS 1.1. Contractor shall maintain insurance underwritten by solvent insurance companies
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:
REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES Prepared by City of Richmond Finance Department February 18, 2016 RESPONSES DUE: 2:30 P.M., Monday, March 7, 2016 REQUEST FOR STATEMENTS OF QUALIFICATIONS
Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501
CITY OF FLORENCE Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501 REQUEST FOR QUALIFICATIONS NO. 2014-08 ARCHITECTURAL SERVICES FOR COMMUNITY GYMNASIUM DESIGN PROPOSAL
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
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
October 26, 2010 REQUEST FOR PROPOSAL (RFP) INSURANCE BROKERAGE AND RISK ADVISORY SERVICES TERMS & CONDITIONS
October 26, 2010 REQUEST FOR PROPOSAL (RFP) INSURANCE BROKERAGE AND RISK ADVISORY SERVICES TERMS & CONDITIONS The Toronto Port Authority ( TPA ), established in June 1999 under the Canada Marine Act, operates
AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)
AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day
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,
EXHIBIT B. Insurance Requirements for Construction Contracts
EXHIBIT B Insurance Requirements for Construction Contracts Contractor shall procure and maintain for the duration of the contract, and for x years thereafter, insurance against claims for injuries to
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
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).
H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency.
Insurance Requirements (1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48.
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
CONTRACT INSURANCE REQUIREMENTS
CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself
Village of Nakusp RFQ 2016-1 Source Protection Plan
RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,
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
Request for Proposals Title: RFP #: 2010-HR-001 Issue Date: January 4, 2010 Due Date/Time: January 28, 2010 2 p.m. Issuing Agency: Harnett County Human Resources Department 102 E. Front Street P.O. Box
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
Schedule Q (Revised 1/5/15)
Schedule Q (Revised 1/5/15) CONSTRUCTION CONTRACTOR INSURANCE REQUIREMENTS Section 0.0 Introduction of the Owner-Controlled Insurance Program The City of Oakland (City) has implemented an Owner-Controlled
Honeywell Energy Services Group
Honeywell Energy Services Group Minnesota State Colleges and Universities Riverland Community College Guaranteed Energy Savings Program (GESP) Project Request for Qualifications (RFQ) Phase 3 Lighting
SCHENECTADY CITY SCHOOL DISTRICT
SCHENECTADY CITY SCHOOL DISTRICT REQUEST FOR PROPOSAL ESL Translation Services 1220-12B 2012-2013 School Year DUE: December 20, 2012 9 a.m. DAVID WEISER DISTRICT DIRECTOR OF CENTRAL SERVICES AND DISTRICT
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
City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044
Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Howard Rattner Commissioner Mark Zulli Risk/Purchasing Manager City of New Rochelle New York REQUEST
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 Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES
City of DeBary Request for Qualifications (RFQ) Number 01-15 PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES The City of DeBary, Florida is seeking standby
REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES. The Battery Conservancy
REQUEST FOR PROPOSAL FOR ARCHITECTURAL DESIGN SERVICES The Battery Conservancy Issue Date: March 23, 2012 Responses Due: April 20, 2012 Introduction The Battery Conservancy ( TBC ) is a 501(c)(3) not-for-profit
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
How To Work For A City Of Germany Project
CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called
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
TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6
THE CITY OF LIVONIA Request for Proposal Investment Consulting Services; Defined Contribution (401) and Deferred Compensation (457) Plan Review and Service Provider Search April 2015 1 TABLE OF CONTENTS
Document B105 TM. Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project
Document B105 TM 2007 Standard Form of Agreement Between Owner and Architect for a Residential or Small Commercial Project AGREEMENT made as of the day of in the year (In words, indicate day, month and
Attachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
Request for Proposal No. 15-01 Moving Services
Request for Proposal No. 15-01 Moving Services March 30, 2015 Closing Location Main Switchboard Peterborough County-City Health Unit 10 Hospital Drive, Peterborough, ON K9J 8NM1 Closing date and time Responses
GENERAL INSTRUCTIONS AND REQUIREMENTS
CHICAGO TRANSIT AUTHORITY INSURANCE AND BOND REQUIREMENTS [FOR CONSTRUCTION RELATED CONTRACTS rev. 12/04/02] REQUISITION NUMBER: SPECIFICATION NUMBER CTA: PART I. GENERAL INSTRUCTIONS AND REQUIREMENTS
The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on
THIS AGREEMENT is made by and between UNIVERSITY OF LA VERNE ( University ) and. Independent Contractor In consideration of the mutual promises and covenants contained herein, the parties are agreed as
AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS
AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES
REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
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
INDEPENDENT CONTRACTORS AGREEMENT
INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION
Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:
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
Charles Carroll Financial Partners, LLC INVESTMENT ADVISORY CONTRACT
Charles Carroll Financial Partners, LLC INVESTMENT ADVISORY CONTRACT Charles Carroll Financial Partners Investment Advisory Contract 03-13 1 INVESTMENT AGREEMENT The undersigned ( Client ), being duly
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
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
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
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
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
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 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.
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO
REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board
AGREEMENT FOR PROFESSIONAL SERVICES
AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS
INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this
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
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM
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
Invitation for Bids. For. Solarwinds Software Modules IFB 15-86
Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: [email protected] Table of Contents Administration
WASHINGTON SUBURBAN SANITARY COMMISSION
APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
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
Attachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
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
Attachment 04 Contractor s Insurance Requirements
GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.
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
REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # 1015 10/15/2012
REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES FOR THE Town of Vernon, Connecticut Contract # 1015 10/15/2012 TO SELECT AN AGENT OF RECORD AND BROKER FOR HEALTH INSURANCE AND RELATED
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services
Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide
2013 INSURANCE MANUAL
2013 INSURANCE MANUAL All required insurance shall be in a form, amount, content and written by companies acceptable to the Georgia Department of Community Affairs (DCA) on behalf of Georgia Housing and
NOTICE TO OFFERORS REQUEST FOR PROPOSALS ( RFP ) ASPA14.1172.FSM.INSURANCE FOR ASPA AUTO FLEET. Vehicle Insurance for ASPA Auto Fleet
AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P. O. Box PPB Pago Pago, American Samoa, 96799 NOTICE TO OFFERORS REQUEST FOR PROPOSALS ( RFP ) ISSUANCE DATE: February 6, 2014 RFP NO.: PROJECT:
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
Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:
REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration
CITY OF BROOKHAVEN INVITATION TO BID NUMBER 15-215 ARMORED CAR SERVICES
CITY OF BROOKHAVEN INVITATION TO BID NUMBER 15-215 ARMORED CAR SERVICES The City of Brookhaven is accepting sealed bids from qualified firms for an Annual Price Agreement for the purchase of Armored Car
REQUEST FOR PROPOSAL (RFP)
Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and
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
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
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 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
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
