REQUEST FOR PROPOSAL No. 1170 FLEET INSURANCE BROKER SERVICES



Similar documents
REQUEST FOR PROPOSAL RFP-20 Fleet Insurance Brokerage Services

RE: REQUEST FOR PROPOSAL RFP FLEET MANAGEMENT CONSULTING SERVICES

REQUEST FOR PROPOSAL

Enterprise Content Management Consultant

Request for Proposal No On Call Commercial Plumbing Services

Request for Proposal No Office Moving Services

TOWN OF OLIVER REQUEST FOR PROPOSAL

Request for Proposal Business & Financial Services Department

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

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

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

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

Request for Proposal Business & Financial Services Department

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

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

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

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

Request for Proposal Finance and Corporate Services Department

diverse. vast. abundant. Records Management Assessment Request for Proposal No

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

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

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

REQUEST FOR PROPOSAL

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

Request for Proposal No Moving Services

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

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

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

REQUEST FOR PROPOSALS

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

Kofax Enhancement Project. Request for Proposal

REQUEST FOR PROPOSAL P PROFESSIONAL TELEPHONE ANSWERING SERVICES

DUE DATE: August 23, :00 p.m.

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

REQUEST FOR PROPOSALS DESIGN OF COMMUNTIY SKATE PARK FREDERICK, COLORADO

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

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

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

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

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

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

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

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

CONSULTANT AGREEMENT

Canterbury Park Pool Chamber Replacement

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

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

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

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

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

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services

Stephenson County, Illinois

Request for Proposal RFP No. IT Phone System Replacement

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

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

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

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

Request for Proposals for Upgraded or Replacement Phone System

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

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

MAIN CIVIL WORKS CONTRACT SCHEDULE 13 INSURANCE TABLE OF CONTENTS

Request for Proposal

Relocation Services Request for Proposal

HEALTH CONTRACTOR INSURED CONSTRUCTION PROJECTS

Request for Proposal

BROKER/SHIPPER AGREEMENT

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

TRANSPORT WORLDWIDE, LLC

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

TRANSPORTATION AGREEMENT

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

NPSA GENERAL PROVISIONS

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

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

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

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

SAMPLE SERVICES CONTRACT

City of Powell Request for Proposals for a Total Compensation Survey

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

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

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

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS

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

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

Atrium Skylight Repair Carleton Lodge

Transcription:

REQUEST FOR PROPOSAL No. 1170 FLEET INSURANCE BROKER SERVICES Issue date: April 11, 2011 Closing location: Purchasing Department 2020 Labieux Road Nanaimo, B.C. V9T 6J9 Closing date and time: On or Before 2:00 PM Local Time on Wednesday, May 11, 2011 City Contact: Silvia Reid Buyer, Purchasing & Stores Telephone: 250.756.5318 Email: silvia.reid@nanaimo.ca Page 1 of 13

Table of Contents 1.0 Overview...4 2.0 Non-Mandatory Information Meeting...4 3.0 Terms and Definitions...4 4.0 Instructions to Proponents...4 4.1 Proposal Closing and Delivery Instructions... 4-5 4.2 Inquiries and Clarifications...5 4.3 Addenda...5 4.4 Examination of RFP Documents...5 4.5 Proposal Response and Format Submission Guidelines...6 4.6 Mandatory Requirements...7 4.7 Privilege Provisions...7 4.8 Changes to RFP Document...7 4.9 Changes to the Proposal Wording and Content...7 4.10 Withdrawal of Proposals...8 4.11 Proponents Expenses...8 4.12 Debriefing...8 4.13 Opening of Proposals...8 4.14 Proposal Validity...8 5.0 Evaluation and Selection...8 5.1 General... 8-9 5.2 Evaluation Committee...9 5.3 Proposal Evaluation Process... 9-10 5.4 Desirable Criteria... 10 5.5 Negotiation and Award... 10 6.0 General Terms and Conditions... 10 6.1 Conduct of the Contract... 10 6.2 Term of Contract... 10 6.3 Contract Formed... 11 6.4 No City Obligation... 11 6.5 Conflict of Interest... 11 6.6 Insurance Requirements... 11-12 6.7 Indemnity... 12 6.8 WorkSafe BC... 12 6.9 City of Nanaimo Business License... 12 6.10 Assignment of Contract... 12 6.11 Laws and Interpretation... 12 6.12 Compliance... 13 6.13 Default... 13 6.14 Termination Clause... 13 Page 2 of 13

6.15 Ownership of Proposals and Freedom of Information and Privacy Protection Act (FOIPPA)... 13 6.16 Time is of the Essence... 13 Schedule A: Services Schedule B: Proponents mandatory Questionnaire for Selection Criteria Appendix A: City of Nanaimo Fleet Inventory Appendix B: Receipt Confirmation Form Page 3 of 13

1.0 Overview 1.1 The City of Nanaimo (the City ) requests Proposals from qualified commercial fleet insurance Brokers with experience in providing all aspects of fleet insurance needs for the City s municipal fleet, totalling approximately 234 units. 1.2 The intent is to award the Contract for three (3) years with the option to renew for two (2) one (1) year terms, upon annual successful reviews commencing June 1, 2011. 2.0 Non-Mandatory Information Meeting 2.1 It is in the best interest of all Proponents to attend the non-mandatory information meeting, where Proponents can ask any questions regarding the Proposal. A nonmandatory information meeting will be held at: Location: Purchasing Department 2020 Labieux Road, Nanaimo, BC Date: Tuesday, April 19, 2011 Time: 9:30 a.m. 10:00 a.m. 3.0 Terms and Definitions 3.1 In this RFP the following definitions apply: Broker or Firm means the successful Proponent who is awarded the Contract as a result of this Request for Proposal. City means the City of Nanaimo. Must or Mandatory means a requirement that must be met in order for a Proposal to receive consideration. Proponent means any party or parties that intends to submit or submits a Proposal in response to this Request for Proposal. Proposal means a Proponent s response to a City RFP. RFP means this Request for Proposal document. Services has the meaning set out in [Schedule A]. 4.0 Instructions to Proponents 4.1 Proposal Closing and Delivery Instructions 4.1.1 The Closing Date and Time for this Request for Proposal is on or before Wednesday, May 11, 2011 no later than 2:00 p.m. (14:00 hrs) Local Time. 4.1.2 Proposals received after the closing date and time will be rejected. 4.1.3 Proposals must be delivered by the following method: (i) By hand/courier delivery: One (1) hardcopy of the Proposal, and an electronic copy of the Proposal response on CD/DVD or memory stick in Microsoft Office, e.g. MS Word/Excel delivered in a sealed envelope/package clearly marked: Proposal #1170 Fleet Insurance Broker Services addressed to the Purchasing Department, City of Nanaimo, 2020 Labieux Road, Nanaimo, BC V9T 6J9. The Purchasing operating hours are Monday to Friday 8:00 a.m. to 4:30 p.m. Page 4 of 13

(ii) By Facsimile: At the only acceptable fax number 250.756.5327 (iii) By Email: At the only acceptable electronic address: purchasinginfo@nanaimo.ca Please note: Maximum email file size limit is 8MB, or less. 4.2 Inquiries and Clarifications 4.2.1 All enquiries related to this RFP shall be directed in writing to: Silvia Reid, SCMP Buyer Phone No: 250.756.5318 Fax No: 250.756.5327 Email: silvia.reid@nanaimo.ca 4.2.2 The Proponent is requested to submit in writing by fax or email any questions regarding the specifications, discrepancies, omissions or any apparent ambiguities to be not less than (3) working days before Proposal closing time. The City reserves the right not to respond to inquiries made within (3) work days before the closing date and time. 4.2.3 The question shall be reviewed, and where the information sought is not already clearly indicated the City shall issue an addendum to all Proponents who have submitted the Receipt Confirmation Form [Appendix B]. All addendum(s) issued shall become part of the Contract documents. 4.3 Addenda 4.3.1 If the City determines that an amendment is required to this RFP, the Purchasing Department will issue a written addendum to each Proponent who has returned to the City the Receipt Confirmation Form [Appendix B]. 4.3.2 It is the responsibility of the Proponents who retrieve or download this RFP document from the City of Nanaimo www.nanaimo.bc website and BC Bid www.bcbid.gov.bc.ca website, to ensure they monitor these site(s) for any addendum to this RFP document issued up to and including the Closing Date and Time. 4.3.3 Each addendum will be incorporated into and become part of this RFP. No of any kind to this RFP is effective unless it is contained in a written addendum issued by the Purchasing Department. 4.3.4 All addendums issued are to be returned to the City. 4.4 Examination of RFP Documents 4.4.1 Proponents will be deemed to have carefully examined the RFP, including all attached Schedules and appendices, prior to preparing and submitting a Proposal with respect to any and all facts which may influence a Proposal submission. Page 5 of 13

4.5 Proposal Response and Format Submission Guidelines 4.5.1 The format and sequence requirements in this Section 4.0 (4.5) of the RFP is to be followed in the Proponents Response in order to provide consistency and ensure each Proposal receives full consideration. Title Page Proposals should illustrate the RFP name, RFP number, closing date and time, Proponent name, address, telephone number, facsimile number, email address, and the name of the Proponent contact person. Letter of Introduction One page, introducing the Firm and the Proposal, signed by the Firm s authorized person(s) to bind the Firm / Proponent to statements made in the Proposal. Table of Contents Proposals are to illustrate the page numbers of all major headings as per the RFP as well as applicable appendices and attachments. 4.5.2 Proponents Must Complete [Schedule B] It is mandatory that the Proposal responses to [Schedule B] are provided directly onto [Schedule B], after the word RESPONSE. Additional detailed information to the original response can be referred to and provided as appendices for clarity and convenience. This method of response allows the Proposal to use the identical format (and numbering system) as provided in the RFP. 4.5.3 Proposals responses should be written in a clear, concise language that allows for ease of retrieval and understanding by the Evaluation Committee. 4.5.4 Proponents are not required to return the following sections with their Proposal submission: Section 1.0 Overview Section 2.0 Non-Mandatory Information Meeting Section 3.0 Terms and Definitions Section 4.0 Instructions to Proponents Section 5.0 Evaluation and Selection Section 6.0 General Terms and Conditions Schedule A Services Appendix A City of Nanaimo Fleet List Appendix B Receipt Confirmation Form Page 6 of 13

4.6 Mandatory Requirements 4.6.1 The City has several requirements that are deemed as Mandatory when submitting a response to this RFP. These Mandatory requirements are identified below. Failure to comply with these mandatory requirements may result in disqualification of your Proposal. i. The Proposal must be received at the closing location by the specified closing date and time. ii. The Letter of Introduction must be signed by the Firm s authorized person(s) to bind the Firm / Proponent to statements made in the Proposal. iii. The Proposal must be in English. iv. [Schedule B] must be completed on the form provided. Proposal Response must be provided directly onto the [Schedule B], after the word RESPONSE. Additional detailed information to the original response can be referred to and provided as appendices for clarity and convenience. 4.7 Privilege Provisions 4.7.1 The City reserves the right to: Waive at its discretion any irregularity or non-compliance in any Proposal received; Reject any and all Proposals, including without limitation the lowest priced Proposal, even if the lowest priced Proposal conforms in all aspects with the RFP; Reject any Proposal at any time prior to execution of a Contract; Cancel the RFP process at any time and to proceed with the Services in some other manner separate from this RFP; Amend or revise the RFP by Addenda up to the specified closing date and time; Reduce the Scope of Services required within the RFP after award of a Contract; and Award a Contract to the Proponent other than the one with the most points, if, in its sole determination, another Proposal is determined to be the Best Value to the City, taking into consideration the evaluation criteria of the RFP. 4.8 Changes to RFP Document 4.8.1 Proponent(s) must not alter any portion of this RFP document, with the exception of adding the information requested. To do so will invalidate the submission of its Proposal. 4.9 Changes to the Proposal Wording and Content 4.9.1 The Proponent will not be allowed the opportunity to change the wording or content of its Proposal after closing and no words will be added to the Proposal, including changing the intent or content of the presentation of the Proposal, unless requested by VIRL (e.g. minor clarifications). Page 7 of 13

4.10 Withdrawal of Proposals 4.10.1 The Proponent may withdraw their Proposal at any time prior to the Proposal Closing Date & Time by submitting a written withdrawal letter to the City s Purchasing Department. 4.11 Proponent s Expenses 4.11.1 The City shall not be liable for any costs incurred in responding to any City Request for Proposal, including costs of Proposal preparation and any travel related to the RFP and Proposal process, including attendance at information meetings and/or oral interviews. The Proponent, by submitting a Proposal, agrees that it will not claim damages, for whatever reason, relating to the Contract or in respect of the competitive process, in excess of an amount equivalent to the reasonable costs incurred by the Proponent in preparing its Proposal and the Proponent, by submitting a Proposal, waives any claim for loss of profits if no Contract is made with the Proponent. 4.12 Debriefing 4.12.1 Proponents may request debriefing which may be made available at the City s convenience and must be made within fifteen (15) days of notification of award. The intent of the debriefing information session is to aid the Proponent in presenting a stronger Proposal in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the procurement process. The City will provide a debriefing after Contract award has been completed. 4.13 Opening of Proposals 4.13.1 All openings are non-public. 4.14 Proposal Validity 4.14.1 Proposals will be open for acceptance for at least sixty (60) days after the closing date. 5.0 EVALUATION AND SELECTION 5.1 General 5.1.1 The award of a Contract is based on the City s evaluation criteria that results in a Proposal that is determined to be the Best Value to the City. Best Value is based on a variety of factors including but not limited to the following (the order does not indicate order of importance) quality, service, price and any other relevant criteria set out herein including but not limited to: a. the Proponent s ability to meet the requirements; b. the Proponent s ability to deliver the services when and where required; c. financial offer including but not limited to prices, operating and maintenance costs, and warranty, and any life cycle considerations; Page 8 of 13

d. the Proponent s business and technical reputation and capabilities; experience and where applicable the experience of its personnel, financial stability, track record, and references, including the City s internal assessment of current and former service providers; and e. other criteria set out in the Request for Proposal or otherwise reasonably considered relevant. No award will be made to any Proponent who cannot give satisfactory assurance of their ability to carry out the Contract. No award will be made to any Proponent that is legally constrained or not authorized to conduct the required acquisition. 5.2 Evaluation Committee 5.2.1 Evaluation of Proposals will be by a committee formed by the City. The City reserves the right and at its sole discretion to choose the Evaluation Committee participants. 5.3 Proposal Evaluation Process 5.3.1 Proposals received by the closing date / time will be screened by the Evaluation Committee to ensure the Proponent s compliance with the Mandatory Requirements as stated in Section 4.0 (4.6) of this Request for Proposal. The Evaluation Committee reserves the right to (at its sole discretion) determine whether or not any Proposal is compliant. Non-compliant Proposals will be rejected. 5.3.2 After a Proposal response has passed the Mandatory Requirements, the Evaluation Committee will compare and evaluate Proposals to determine the Proposal offering Best Value to the City. The Evaluation Committee will review each criterion and evaluate based on the information provided in the Proposal submission. Proposals may be evaluated on a comparative basis. 5.3.3 As a minimum, the selection (if any) of Proposal responses will be based on the criteria listed in Section 5.0 (5.4) Desirable Criteria based on the Proponents response submitted on [Schedule B] Proponents Mandatory Questionnaire for Selection Criteria. 5.3.4 The Evaluation Committee may, at its discretion, request clarifications or additional information from a Proponent with respect to any Proposal, and the Evaluation Committee may make such requests to only selected Proponent(s). The Evaluation Committee may consider such clarifications or additional information in evaluating a Proposal. 5.3.5 After an initial review of all the Proposals the City may, at its option, develop a shortlist of Proponents and conduct interviews. This will provide the City an opportunity to meet the Proponent and ask questions regarding the contents of their Proposal and will score the interviews accordingly. Alternatively, if in its sole discretion the City determines there is a clear leading Proponent, the City retains the right to bypass the interview process and proceed directly to award. Page 9 of 13

5.3.6 It is the intent of the City to award the Contract to the Proponent receiving the most points. Notwithstanding the foregoing, the City reserves the right to award the Contract to the Proponent other than the one with the most points if, in its sole determination, another Proposal is determined to be Best Value to the City, taking into consideration evaluation criteria of the RFP. 5.3.7 All Proponents will be notified in writing by the City of the status of their Proposal within a reasonable period of time after award. 5.4 Desirable Criteria 5.4.1 The awarding of any Contract shall be based on the Best Value to the City. Proposals will be assessed and scored, based on the evaluation criteria that will include but not limited to the following: Desirable Criteria Maximum Points Assigned Corporate Capability and Company Qualifications. 50 Services and Deliverables. 30 Track Record and References, including the City s internal evaluation of current and former service providers. 10 Interview (Optional) 10 Total Points 100 5.5 Negotiation of Contract and Award 5.5.1 If the City selects a Preferred Proponent then it will enter into discussions with the Preferred Proponent to clarify any outstanding issues and attempt to finalize the terms of a Contract, including financial terms. If discussions are successful, the City and the Preferred Proponent will finalize a Contract. If at any time the City reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within a reasonable time then the City may give the Preferred Proponent written notice to terminate discussions, in which event the City may then either open discussions with another Proponent or terminate this RFP and obtain or proceed with the Services in some other manner. 6.0 GENERAL TERMS AND CONDITONS 6.1 Conduct of the Contract 6.1.1 The Purchasing Agent will have the conduct of the Contract. 6.2 Term of Contract 6.2.1 The term of the Contract is three (3) years with the option to renew for two (2) one (1) year terms, upon successful annual review of the successful Proponent meeting the City s requirements and expectations. The Contract shall commence June 1, 2011. Page 10 of 13

6.3 Contract Formed 6.3.1. By submission of a Proposal, the Proponent agrees that should its Proposal be successful the Proponent will enter into a Contract with the City of Nanaimo. 6.3.2 The Contract documents will include and consist of this Request for Proposal, the Proponents Proposal submission, General Terms and Conditions, Schedule A, Schedule B as modified, Certificates of Insurances, WorkSafe BC clearance letter, all amendments and attachments, the City s official purchase order and written letter of acceptance. 6.4 No City Obligation 6.4.1 This RFP is not a tender and does not commit the City in any way to select a Preferred Proponent, or to proceed to negotiations for a Contract, or to award any Contract, and the City reserves the complete right to at any time reject any or all Proposals, and to terminate the RFP process at anytime, before or after closing date. 6.5 Conflict of Interest 6.5.1 By submitting a Proposal, the Proponent warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Proponent, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict. 6.6 Insurance Requirements 6.6.1 Prior to commencement of the Contract, the Broker at its own expense with whom the City wishes to contract warrants and represents that it, and all proposed sub-contractors, have the following minimum insurances with insurers licensed in the Province of British Columbia and in forms and amounts appropriate to the indemnification requirements of this Contract. The minimum insurance shall be: Commercial General Liability providing coverage with an inclusive limit of $2,000,000 on a per occurrence basis and include insurance against bodily injury, property damage and liability assumed under this Contract. Employee Dishonesty Insurance/Fidelity Bonding with limits of not less than $5,000 per employee. Motor Vehicle Insurance for public liability and property damage providing minimum $2,000,000 coverage, inclusive on owned, non-owned or hired vehicles. Professional Liability Errors & Omissions Insurance in an amount not less than $500,000 per claim and a minimum $2,000,000 aggregate. 6.6.2 Coverage must be for the entire Contract period. 6.6.3 The City will be named as an Additional Insured with respect to liability arising out of the operations of the Named Insured. Page 11 of 13

6.6.4 The provision of thirty (30) days written notice to the City of cancellation or material change resulting in the reduction in coverage. 6.6.5 Before award of the Contract, the preferred Proponent must provide Evidence of Insurance and a Certificate of Insurance is to be completed by your insurance Broker and submitted to the Purchasing Agent. 6.7 Indemnity 6.7.1 The Firm agrees to indemnify, defend and save harmless the City of Nanaimo, including without limitation, its Council Members, agents, servants and employees from and against all suits, claims, demands, losses, damages, expenses and costs made against or incurred, suffered or sustained by the City at any time or times (either before or after the expiration or sooner termination of this Contract) where the same or any of them are based upon or arise out of or from anything done or omitted to be done by the Firm or by any servant, employee, officers, director or sub-contractor the Firm pursuant to the Contract excepting always liability out of the independent acts of the City. 6.8 WorkSafe BC Coverage 6.8.1 As a condition of a Contract, the successful Proponent must be registered and in good standing with Work Safe BC. The Firm is required to maintain this good standing during the duration of a Contract and provide WorkSafe BC coverage for all workers on their payroll for the Contract term. Failure to do so will be grounds for termination of a Contract and such termination shall not result in any penalty to the City. 6.9 City of Nanaimo Business License 6.9.1 The Broker will pay all costs, obtain and maintain throughout the term of this Contract a valid City of Nanaimo business license. 6.10 Assignment of Contract 6.10.1 The Broker shall not sub-subcontract any part of the Services or assign any part of the Contract, without prior written consent of the City s Purchasing Agent. Any consent to sub-contract shall not relieve the Broker from its obligations and every sub-contractor shall incorporate all the terms of the Contract that can be reasonably applied thereto. 6.11 Laws and Interpretation 6.11.1 Any contract resulting from this Request for Proposal shall be governed by and will be construed and interpreted in accordance with the laws of the Province of British Columbia. Page 12 of 13

6.12 Compliance 6.12.1 Proponent(s) agree to comply with all laws and regulations affecting this Proposal document in any manner and agree to take further steps as may be necessary to effect such compliance. All laws and regulations required to be incorporated in Contracts of this character are hereby incorporated by inference. 6.13 Default 6.13.1 The Firm shall not be liable for any excess costs if any failure to perform the Contract arises by reason of strike, lockouts, acts of God or of the public enemy, acts of the City, fires or floods, or defaults of sub-contractors due to any of such causes unless the City shall determine that the goods or services to be furnished by the sub-contractor were obtainable from other sources in sufficient time to permit the Firm to meet the required delivery schedule. 6.14 Termination Clause 6.14.1 Either party may cancel this Contract for any reason whatsoever by providing the other part with ninety (90) days written notice. All the affairs will be wound up and the Broker will be paid for any outstanding balance for services rendered to date. 6.14.2 In the event the City terminates this Contract: (a) the City s liability shall be limited to only the Brokers fees and expenses for Services delivered up to the date of termination and not thereafter; and (b) The City may enter into an agreement, as it in its sole discretion sees fit, with other Broker to provide the Services. 6.15 Ownership of Proposals and Freedom of Information and Privacy Protection (FOIPPA) 6.15.1 All Proposals, including attachments and any documentation, submitted to and accepted by the City in response to this RFP become the property of the City. The contents of the Proposal are subject to the Freedom of Information and Privacy Protection Act (FOIPPA). The Proponent should note within its Proposal whether it considers any part of the Proposal as proprietary or trade secret. The City attempts to keep, to the best of its ability, proprietary or trade secret material confidential, only to the extent permitted by law. Notwithstanding the foregoing, the City has the sole discretion in determining whether any part(s) of Proponent Proposals contain information that is exempt from FOIPPA legislation. 6.16 Time is of the Essence 6.16.1 Time shall be of the essence of this Contract. Page 13 of 13

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

APPENDIX 'A CITY FLEET INVENTORY FLEET # MAKE TYPE DESCRIPTION GVW YEAR USER DEPARTMENT FUEL LIC# 104 CHRYSLER SEBRING 4 DOOR MID SIZE PASSENGER CAR 1409 2003 BYLAW GAS 173FGE 107 SUZUKI SX4 SUZUKI 4 DR HATCHBACK CAR 1675 2008 BYLAW GAS 753DSS 108 CHRYSLER CIRRUS SEDAN - 4 DOOR 2900 2000 BYLAW GAS WSR329 112 TOYOTA PRIUS 4 DR HATCHBACK 1720 2004 BYLAW GAS EFJ629 113 TOYOTA PRIUS 4 DR HATCHBACK 1720 2004 BYLAW GAS VAX335 236 FORD F150 1/2 TON EXCAB SHORT CAB PICKUP 6050 2003 BYLAW GAS 9802FY 237 DODGE RAM 2500 2009 DODGE RAM 2500 QUAD CAB 5000 2009 BYLAW DIESEL BM6370 271 DODGE RAM 1500 RAM 1500 ST QUAD CAB 4X4 3016 2004 BYLAW GAS 5003GV 105 DODGE GCAR MINIVAN 5900 2003 COMMUNIT PLANNING GAS 625GAD 578 TOYOTA 7FBECU20 ELECTRIC FORKLIFT 2008 CONFERENCE CENTRE ELC 02538X 103 DODGE GCAR CARAVAN C/V CARGO VAN 5400LBS 2004 CONSTRUCTION GAS 319CGW 106 DODGE GCAR MINIVAN 5900 2003 CONSTRUCTION GAS 626GAD 203 FORD F350 2011 FORD F350 CRCAB TRUCK 5000 2011 CONSTRUCTION DIESEL CV0 624 215 CHEV SILVERADO 1/2 TON EXTENDED CAB SHORT BOX 6000 2000 CONSTRUCTION GAS 1019SF 252 CHEV C25 3/4 TON PICKUP 3266 1997 CONSTRUCTION GAS 1578AX 272 CHEV GRUMMAN 1 TON STEP VAN 2251 1991 CONSTRUCTION GAS 0835TW 278 FORD F150 1/2 TON PICK UP 2835 1998 CONSTRUCTION GAS 9137BM 412 GMC C5500 2005 GMC CREW CAB AND CHASSIS 8845 2005 CONSTRUCTION DIESEL CW 7236 582 CASE 590 SUPER M BACKHOE 3801 2008 CONSTRUCTION DIESEL AR7209 6280 EXPRESS --- TRAILER 18` DECK OVER 2003 CONSTRUCTION 12311B 6353 VER-MAC 54B SIGN BOARD TRAILER 575 KG 2010 CONSTRUCTION 74894C 101 FORD ESCAPE 2009 FORD ESCAPE HYBRID 2141 2009 DEVELOPMENT SERVICES GAS 332RBD 209 GMC CANYON 2011 GMC CANYON 2WD TRUCK 2500 2011 DRAINAGE GAS DD4852 213 FORD F150 1/2 TON PICKUP 4X4 2835 2001 DRAINAGE GAS 1033EM 214 FORD F150 1/2 TON PICKUP 2721 1999 DRAINAGE GAS 0419TJ 244 GMC K25 3/4 TON PICKUP - 4X4 3296 1994 DRAINAGE GAS 5785XG 284 CHEV C15 1/2 TON EXTENDED CAB PICK UP 2812 1998 DRAINAGE GAS 9116BM 404 STERLING ACTERRA M8500 DUMP TRUCK 17690 2003 DRAINAGE DIESEL AN9467 406 FREIGHT FL80 DUMP TRUCK - SINGLE AXLE 17690 2002 DRAINAGE DIESEL AN9417 419 GMC GM W4 ISUZU UTILITY TRUCK 7000 1995 DRAINAGE DIESEL AN9468 424 FORD F550 4X4 CREW CAB DUMP TRUCK 12000 2000 DRAINAGE DIESEL AR7156 5005 PROMARK --- PROMARK WOOD CHIPPER 1993 DRAINAGE -- 71290V 5009 VAC-TRON E-VAC150SGT TRAILER - SEWER SUCKER 2004 DRAINAGE GAS 30395B 563 CASE 590 SUPER M BACKHOE 4X4 8500 2002 DRAINAGE DIESEL AN9298 571 CASE 580SM 2009 CASE 580SM SERIES 3 LOADER BACKHOE 7650 2009 DRAINAGE DIESEL AN9299 6142 UBUILT CUSTOM BUILT TRAILER FOR EMERGENCY RESPOND TO OIL SPILLS 1992 -- 537391 100 DODGE CARAVAN VAN - PASSENGER 2900 2000 ENGINEERING GAS MTX452 204 DODGE RAM 1500 RAM 1500 1/2 TON CARGO VAN 6600 2001 ENGINEERING GAS 1032EM 289 FORD ESCAPE 2011 FORD ESCAPE HYBRID 2011 ENGINEERING GAS 296 PDR 6320 WANCO WSDT-S SPEEDBOARD TRAILER 583KG 2007 ENGINEERING UHD42K

701 DODGE RAM 1500 1/2 TON RAM 1500 4X4 P/U TRUCK 3300 2004 FIRE DEPT. GAS 5875GP 702 SPARTON GLADIATOR SPARTON PUMPER LADDER TRUCK 42000 1999 FIRE DEPT. DIESEL 6063DD 703 FORD F350 1 TON CREW CAB PICKUP 4X4 5800 2000 FIRE DEPT. GAS 1202EB 704 DODGE DURANGO 2006 DODGE DURANGO 3040 2006 FIRE DEPT. GAS 112FPJ 705 FORD F350 FIRE PUMPER TRUCK-C/W PORTABLE PUMP 4500 1973 FIRE DEPT. GAS 0168MG 706 DODGE DURANGO DURANGO SXT 4X4 SUV 2003 FIRE DEPT. GAS 041BCL 707 DODGE RAM 4X2 QUADCAB 1/2 TON PICKUP 3500 2003 FIRE DEPT. GAS 3966GN 708 GMC SAFARI VAN (MARK BENNIE DRIVES THIS) 2400 1994 FIRE DEPT. GAS 5730XG 709 LAFRANCE FIRE TRUCK OLD SHAKEY 1913 FIRE DEPT. GAS 1016 710 DODGE DAKOTA 1/4 TON EXTENDED CAB PICK UP 2155 1990 FIRE DEPT. GAS 0171MG 711 IHC S1900 FIRE RESCUE TRUCK 11113 1985 FIRE DEPT. GAS 0172MG 712 PETERBILT PB335 2005 PETERBILT ELLIPTICAL TANKER 15909 2005 FIRE DEPT. DIESEL 0990HR 713 KENWORTH FIRE TRUCK 2005 KENWORTH (PROTECTION ISL) 13095 2005 FIRE DEPT. DIESEL 1075HR 714 CHEV CAVALIER COUPE - 2 DOOR 1162 1998 FIRE DEPT. GAS FRR821 715 CHEV S10 1/4 TON EXTENDED CAB PICK UP 2500 1998 FIRE DEPT. GAS 5777CC 716 DODGE B350 VAN - 15 PASSENGER WITH SIDE/REAR DOORS 8700 2000 FIRE DEPT. GAS AN9460 717 FORD E350 1998 FORD E350 AMBULANCE 4762 1998 FIRE DEPT. DIESEL 0274KW 718 FORD E350 2003 FORD CARGO VAN 5216 GVW 2003 FIRE DEPT. DIESEL 3507LA 719 SPARTON METRO STAR 2008 SPARTAN RESCUE TRUCK 2008 FIRE DEPT. DIESEL AV4538 720 SPARTON METRO STAR 2008 SPARTAN RESCUE TRUCK 2008 FIRE DEPT. DIESEL AV4539 721 FORD F450 FIRE RESCUE TRUCK 3920 1995 FIRE DEPT. DIESEL 2940YR 722 DODGE RAM 3500 DODGE 3500 RAM 4X4 PICKUP TRUCK 4585 2009 FIRE DEPT. DIESEL BV8821 723 FORD TRANSIT 2010 FORD TRANSIT CONNECT 2WH DRIVE 2252KG 2010 FIRE DEPT. GAS CV0603 729 GMC TC5C044 2007 GMC RESCUE TRUCK 2007 FIRE DEPT. DIESEL AL0051 730 FORD SEAGRAVE FIRE SNORKEL TRK-85` PLATFORM 1050 G 19300 1977 FIRE DEPT. DIESEL 0187MG 731 SUPERIOR --- FIRE PUMPER TRUCK - 1250 GPM HALE SINGLE 41900 1995 FIRE DEPT. DIESEL 2812YJ 732 SHORELAND --- TRAILER - BOAT 800 1995 FIRE DEPT. -- UCW31J 733 PIERCE ARROW XT PIERCE ARROW XT FIRE TRUCK 2010 FIRE DEPT. DIESEL CV0 595 734 MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP - 1250 GPM 15962 1985 FIRE DEPT. DIESEL 0189MG 735 MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP - 1250 GPM 15962 1985 FIRE DEPT. DIESEL 0190MG 736 MACK RAD23C FIRE PUMPER TRUCK - MIDSHIP - 1250 GPM 16397 1989 FIRE DEPT. DIESEL 4129SV 737 SIMON 5179-90 FIRE PUMPER TRUCK - 1250 GPM 39200 1991 FIRE DEPT. DIESEL 6913VG 738 SIMON D9400 FIRE PUMPER TRUCK - 1250 GPM 40000 1992 FIRE DEPT. DIESEL 3922WS 739 BLUEBIRD MB FIRE EMERGENCY MOBILE COMMAND CENTER - S 11899 1976 FIRE DEPT. DIESEL 3949WS 741 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE 3182 2003 FIRE DEPT. -- 16995Y 742 E-ONE H206 FIRE RESCUE TRUCK-1250 GPM HALE SINGLE 41895 1995 FIRE DEPT. DIESEL 0190AA 743 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE 3182 2004 FIRE DEPT. -- 12284B 744 HAULMARK KD7X16WT2 TRAILER - BOX/CARGO STYLE 3182 2004 FIRE DEPT. -- 12285B 169 CHEV CAVALIER COUPE - 2 DOOR 1162 1998 FLEET GAS RRJ035 208 FORD F250 3/4 TON EXTENDED CAB UTILITY BODY 4X4 4500 1988 FLEET DIESEL AN9305 228 GMC G30 VAN - 1 TON - STEP 4500 1986 FLEET DIESEL 0101 MG 287 DODGE RAM 250 SHOP VAN 2726 1994 FLEET GAS AN9307

294 DODGE POWER RAM 250 3/4 TON PICK UP - 4X4 3991 1998 FLEET GAS 9147BM 302 CUSHMAN --- CUSHMAN FLAT DECK 1200 1975 FLEET GAS AT6629 570 CLARK GPX 30 FORK LIFT 4290 1992 FLEET PROPANE 02536X 572 CATERPILLAR RC60 FORKLIFT 5897 1997 FLEET DIESEL 02537X 580 CASE 521DXT 2005 CASE LOADER 20913 2005 FLEET DIESEL 1101HR 211 GMC SAFARI VAN 2820 1992 FLEET SPARE GAS AN9461 225 DODGE DAKOTA 1/4 TON EXTENDED CAB PICKUP 2397 1994 FLEET SPARE GAS AN9409 293 GMC K25 1 TON UTILITY BODY - 4X4 3900 1994 FLEET SPARE DIESEL 6740XP 295 DODGE RAM DODGE RAM PICKUP 3992 2005 FLEET SPARE GAS 9134HY 420 FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT 12000 1999 FLEET SPARE DIESEL 1333DA 421 FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT 12000 1999 FLEET SPARE DIESEL 9720DV 5010 BOBCAT 773 SKID STEER ALLWEATHER CAB LOADER 2700 2002 FLEET SPARE DIESEL 4932FE 6259 EXPRESS --- 18` FLAT DECK TANDEM TRAILER 5442GVW 2002 FLEET SPARE 01271Y 242 FORD TRANSIT 2010 FORD TRANSIT CONNECT 2270 2010 HUMAN RESOURCES GAS CV0 582 111 TOYOTA PRIUS 4 DR HATCHBACK 1720 2004 IT DEPT. GAS BEF567 110 TOYOTA PRIUS 4 DR HATCHBACK 1720 2004 PARKS GAS KPW597 114 DODGE CARAVAN DODGE CARAVAN 6050 2009 PARKS GAS BM6361 224 FORD F250 3/4 TON EXTENDED CAB 4500 1999 PARKS GAS AN9408 235 FORD F150 1/2 TON EXCAB SHORT CAB PICKUP 6050 2003 PARKS GAS 9801FY 238 FORD E350 VAN - 1 TON 4264 2004 PARKS GAS 1616HH 241 DODGE RAM 250 3/4 TON 2WD PICKUP 8800 2001 PARKS GAS 3878EM 243 GMC CANYON 2011 GMC CANYON 2WD PICK UP TRUCK 2268 2011 PARKS GAS CW7203 247 GMC 3500 GMC SIERRA 1 TON EXT CAB P/U 9800 2007 PARKS GAS 5926CT 249 GMC 3500 2006 GMC SIERRA TRUCK 4445 2006 PARKS GAS 0227KA 253 CHEV G15 VAN 3402 1995 PARKS GAS AN9463 256 FORD F150 1/2 TON EXTENDED CAB P/U 2721 1997 PARKS GAS AL0070 257 FORD F350 SUPERCAB FORD F350 P/U 4490 2004 PARKS GAS 5049GV 258 FORD F150 1/2 TON EXTENDED CAB P/U 2721 1997 PARKS GAS 5053GV 261 DODGE RAM 150 1/2 TON PICKUP 2813 1993 PARKS GAS AN9389 263 THOMAS E450 E450 20 PASSENGER BUS 6372 2001 PARKS DIESEL CM3895 267 GMC CANYON 2011 GMC CANYON CREW CAB TRUCK 2624 2011 PARKS GAS CV0 662 270 GMC 2500 **BUDGET RENTAL TRUCK** 2010 PARKS DIESEL CE6 308 275 GMC CANYON 2011 GMC CANYON 2WD TRUCK 2500 2011 PARKS GAS CW7204 279 FORD RANGER FORD RANGER P/U - REGULAR CAB 4380 2005 PARKS GAS AN9387 281 FORD F350 SUPERCAB FORD F350 PICKUP 2580 2004 PARKS GAS 5048GV 286 GMC CANYON 2011 GMC CANYON TRUCK 2500 2011 PARKS GAS CW7207 290 FORD F350 2005 FORD 350 XTRA CAB PICKUP 4500 2005 PARKS GAS 5783XG 291 DODGE RAM 350 VAN 3402 1994 PARKS GAS AN9413 403 DODGE POWER RAM 350 FLAT DECK - 1 TON - 4X4 4950 1998 PARKS DIESEL 8953LD 422 FORD F550 FLAT DECK - 4X6-12 FT 12000 1999 PARKS DIESEL AR7155 423 FORD F550 DUMP TRUCK - SMALL - 4X6-10 FT 12000 1999 PARKS DIESEL 1369DA 426 FORD F550 FORD F 550 5200 2004 PARKS DIESEL AX0912

552 JOHN DEERE GATOR GATOR ATV (FRONT PLOW 6240) 636 2000 PARKS DIESEL AT9505 553 JOHN DEERE TH 6X4 JOHN DEERE GATOR 2008 PARKS DIESEL AT9506 564 JOHN DEERE 725 MOWER - FRONT - 54" 1235 1997 PARKS GAS AT6630 566 JOHN DEERE 1445 1445 MOWER 1560KG 2007 PARKS DIESEL AT6867 567 JOHN DEERE 1445 MOWER 1560 2006 PARKS DIESEL 03602X 569 TOYOTA 2FG20 FORK LIFT 4905 1977 PARKS PROPANE 02535X 576 NEW HOL TN70D TRACTOR/LOADER 32 LA 1170 2003 PARKS DIESEL AN9366 577 NEW HOL TL80 RANSOMES 5/7 GANG MOWER 4565 2001 PARKS DIESEL 7453FB 581 CASE 570 MXT TRACTOR LOADER - 4X4-1 CU YD 2009 PARKS DIESEL BB0908 6135 EZ LOADER EZ LOAD 1214120 TRAILER - BOAT 1992 PARKS -- UKC54N 684 UBUILT CUSTOM BUILT TRAILER - UTILITY N/A 1979 PARKS 94844V 802 ZAMBONI 520 ICE RESURFACER (NNIC) 4500 1996 PARKS PROPANE 4126FE 803 UBUILT CUSTOM BUILT U DRIVE FLATDECK TRAILER 1998 PARKS -- 94842V 804 ZAMBONI 520 ICE MACHINE (BEBAN PARK) 4500 2000 PARKS PROPANE 8828DJ 805 GANDY 1008T 2005 GANDY FERTILIZER SPREADER 700 2005 PARKS UDF75K 808 ZAMBONI 520 FULLSIZE ICE MACHINE (BEBAN PARK) 4478 2003 PARKS PROPANE 3930GN 813 PROGRESSIVETURF PRO FLEX 120 1999 PROGRESSIVE 5 DECK MOWER 1999 PARKS DIESEL UJA72Y 814 UBUILT CUSTOM BUILT TRAILER - TURBO MIST 700 1977 PARKS -- UJR19X 816 EXPRESS CUSTOM BUILT TANDEM AXLE TRAILER 1998 PARKS -- 17992C 817 HARRIS --- UTILITY TRAILER - FLAT DECK 340 1990 PARKS UJR20X 818 EXPRESS --- TRAILER - FLAT DECK 2007 PARKS -- 07599C 833 VERMEER BC600XL 2009 BRUSH CHIPPER 2009 PARKS UNF80L 835 EXPRESS --- TRAILER - FLAT DECK 1998 PARKS -- 10565Y 153 CHEV CAVALIER SEDAN - 4 DOOR 1628 1997 POOL VEH GAS PKM304 154 CHEV CAVALIER SEDAN - 4 DOOR 1628 1997 POOL VEH GAS 932FVS 221 DODGE B350 VAN - 1 TON 3401 1995 RCMP GAS 1311YB 216 CHEV S15 CUSHMAN - PICKUP CONVERSION 2200 1989 ROADS GAS AN9462 233 DODGE RAM 250 3/4 TON 4X4 EXCAB SHORT BOX 4 DOOR PU 8800 2002 ROADS GAS AN9410 234 DODGE RAM 250 3/4 TON 4X4 EXCAB SHORT BOX 4 DOOR PU 8800 2002 ROADS GAS 0836TW 264 DODGE 2500 RAM 3/4 TON EXCAB PICKUP 3992 2002 ROADS GAS 3450WF 266 DODGE 2500 RAM 3/4 TON EXCAB P/U 3992 2002 ROADS GAS AN9361 274 DODGE DAKOTA 1/4 TON EXTENDED CAB PICK UP - 4X4 2666 1994 ROADS GAS AN9412 400 IHC 4900 DUMP TRUCK - TANDEM AXLE 42500 1995 ROADS DIESEL DE6614 402 GMC GM W4 ISUZU LINE PAINTER 6464 1992 ROADS DIESEL AN9466 405 STERLING ACTERRA 8500 DUMP TRUCK 17690 2006 ROADS DIESEL AN9416 408 FREIGHT BCM2 FREIGHTLINER CAB AND CHASSIS 2010 ROADS DIESEL CM3926 409 GMC C5500 2008 GMC C5500 4X4 DUMP TRUCK 19500 2008 ROADS DIESEL 8946LD 410 GMC C5500 2008 GMC C5500 4X4 DUMP TRUCK 8845 2008 ROADS DIESEL 6403LG 413 IHC 2674-6 CRANE TRUCK - TANDEM - 6X4 29937 1995 ROADS DIESEL AX1010 418 GMC GM W4 ISUZU SIGN TRUCK - FLAT DECK 6440 1994 ROADS DIESEL 0125MG 425 FORD F550 2 TON 4X4 12000 2001 ROADS DIESEL AX0910 427 GMC C5500 2007 GMC C5500 4X4 TRUCK 19500 2007 ROADS DIESEL 9584HA

428 FREIGHT MT45 VAN - WALK IN WITH AERIAL LADDER 10620 1998 ROADS DIESEL 8057BV 429 DODGE RAM 5500 2009 DODGE RAM 2500 TRUCK 4X4 2009 ROADS DIESEL BTO941 560 CASE 590 SUPER L BACKHOE - 4X4-1/2 CU YD 17000 1995 ROADS DIESEL 5682TY 565 DYNAPAC C122C COMBI ROLLER ASPHALT COMPACTOR 2597 2001 ROADS DIESEL X44446 573 CASE 590 SUPER M BACKHOE 3301 2008 ROADS DIESEL 7963YN 6076 UBUILT CUSTOM BUILT TRAILER - SIDEWALK CREW TRAILER 1982 ROADS -- 24448W 6078 EXPRESS --- TRAILER - EXPRESS 455 GVW 2000 ROADS -- 57557W 6140 UBUILT CUSTOM BUILT TRAILER - THERMO PLASTIC 1992 ROADS -- UJR11X 6284 EXPRESS --- TRAILER 5` X 8` BOX TRAILER 2004 ROADS UCR16Y 220 CHEV SILVERADO 1/2 TON EXTENDED CAB SHORT BOX 0810 2000 SANITATION GAS 0957HR 310 VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD 15900 1995 SANITATION DIESEL AN9464 311 GMC EXPEDITOR REFUSE TRUCK - SHUPACK 33 YARD 25592 1990 SANITATION DIESEL 9585HA 312 VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD 17009 1997 SANITATION DIESEL AN9414 313 VOLVO FE SERIES REFUSE TRUCK - SHUPACK 17 YARD 17009 1997 SANITATION DIESEL AR7225 314 MACK MS 300D LABRIE REFUSE TRUCK 17010 1999 SANITATION DIESEL 5246EC 315 AUTOCAR EXPEDITOR REFUSE TRUCK 20884 2008 SANITATION DIESEL 4956LN 316 AUTOCAR EXPEDITOR REFUSE TRUCK 20884 2008 SANITATION DIESEL 4957LN 318 GMC EXPEDITOR REFUSE TRUCK - SHUPACK 25 YARD 17500 1993 SANITATION DIESEL DD4886 415 GMC W4500 MULTI LIFT TRUCK 6577 2006 SANITATION DIESEL 9193JV 5011 BOBCAT 5600 5600 BOBCAT 3000 2004 SANITATION DIESEL 7831HJ 541 APPLIED 525HS CURB SWEEPER 1988 2008 SANITATION DIESEL AR7275 551 ELGIN CF7000 ELGIN SWEEPER CROSSWIND SERIES "G" 14515 1997 SANITATION DIESEL 9114BM 561 ELGIN SC-8000 STERLING SWEEPER 14969 2007 SANITATION DIESEL 6402LG 231 DODGE 3500 2006 DODGE SPRINTER VAN 4531 2006 SEWER DIESEL 9419KC 262 CHEV ASTRO VAN 2449 1991 SEWER GAS 0823TW 283 CHEV C15 1/2 TON EXTENDED CAB PICK UP 2812 1998 SEWER GAS 9115BM 411 GMC C5500 2009 GMC 4X4 C/W SERV BODY AND CRANE 8845 2009 SEWER DIESEL BL5806 416 GMC-ISUZU W4500 CREW CAB - CABOVER 6840 2006 SEWER DIESEL 1575JG 417 FREIGHT FL112 FLUSH TRUCK 29937 2004 SEWER DIESEL 6200XC 6025 UBUILT CUSTOM BUILT TRAILER - FLAT DECK (OLD 812 REBUILT) 1999 SEWER -- 882194 6188 NUWAY --- TRAILER 1998 SEWER 843295 6194 UBUILT --- FLUSH TRUCK PIPE TRAILER 1995 SEWER -- 631304 6308 UBUILT --- SHORING TRAILER 700 2006 SEWER UFV39W 6032 UBUILT CUSTOM BUILT TRAILER - CURB MACHINE 700 1980 -- UNF85L 6042 UBUILT SHORE TRL TRAILER - SHORING 1994 -- 568515 6045 UBUILT UB-BOMAG TRAILER - BOMAG ROLLER 1980 -- UJR03X 6052 DIACO SHORE TRL TRAILER - SHORING 1990 -- UJR07X 6066 DEL FD TRAILER - FLAT DECK 1990 -- 17987C 6119 INGERSOL P125WD COMPRESSOR 125 CFM @ 100 PSI 1991 GAS 35544V 6141 INGERSOL --- INGERSOL COMPRESSOR ON TRAILER 1992 -- 50883V 6144 AMIDA DLB25 TRAILER - TRAFFIC ARROW 1992 -- 552827 657 MILLER --- TILT TOP TRAILER 1976 -- 03267V

660 UBUILT CUSTOM BUILT TRAILER 1976 -- UCW30J 689 SIMPOWER --- TRAILER 1983 03271V 693 UBUILT CUSTOM BUILT TRAILER - UTILITY 1979 -- UCJ04M 699 ROAD RUN --- TRAILER 1976 15272C 207 GMC SAFARI VAN 3800 1992 STORES GAS 3417WF 201 FORD F350 FORD F350 EX CAB 4500 2000 WATERWORKS GAS 1185EB 212 FORD F150 F150 PICKUP 4X4 6250 2001 WATERWORKS GAS 4449EK 218 FORD RANGER 4X2 REGULAR CAB PICKUP 1987 2004 WATERWORKS GAS AN9364 227 FORD F350 1 TON PICKUP 2397 1999 WATERWORKS GAS AN9297 230 CHEV EXPRESS VAN - 1/2 TON - CARGO 3221 1999 WATERWORKS GAS 0681GX 239 DODGE RAM 2500 2009 DODGE RAM 2500 QUAD CAB 5000 2009 WATERWORKS DIESEL BM6371 240 DODGE RAM 2500 2009 DODGE RAM 2500 QUAD CAB 5000 2009 WATERWORKS DIESEL BM6372 248 FORD RANGER 4X2 REGULAR CAB PICKUP 1987 2004 WATERWORKS GAS 3453WF 265 DODGE 2500 RAM 3/4 TON EXCAB PICKUP 3992 2002 WATERWORKS GAS AN9360 268 CHEV M11005 ASTRO CARGO VAN 5600 2003 WATERWORKS GAS 9832FY 269 CHEV M11005 ASTRO CARGO VAN 5600 2003 WATERWORKS GAS 9833FY 276 FORD F550 FORD F550 TRUCK 19500 2011 WATERWORKS DIESEL CM3940 277 FORD F350 1 TON PICKUP TRUCK EX CAB 7700 2000 WATERWORKS GAS 5214EC 280 CHEV G25 3/4 TON VAN EXPRESS VAN 3311 2002 WATERWORKS GAS 8443SM 292 CHEV C2500 3/4 TON EX CAB PICKUP 3901 1997 WATERWORKS GAS AN9325 401 VOLVO WG64 DUMP TRUCK - TANDEM AXLE 42500 1997 WATERWORKS DIESEL AR7154 407 VOLVO DUMP TRUCK 2011 VOLVO DUMP TRUCK 42500 2011 WATERWORKS DIESEL DD4851 568 CASE 580 SL BACKHOE - 4X4 10577 1999 WATERWORKS DIESEL AN9419 6134 UBUILT SHORE TRL 2006 UBUILT SHORING TRAILER 2000 2006 WATERWORKS -- UGX43L 6279 EZ LOADER EZ LOADER 2005 EZ LOADER BOAT UTILITY TRAILER 2005 WATERWORKS UDF52K 6336 MIRAGE MXL716TAZ TRAILER - SHORING 7000 2010 WATERWORKS -- 57159C

APPENDIX B: RECEIPT CONFIRMATION FORM RECEIPT CONFIRMATION FORM City of Nanaimo Request for Proposal No. 1170 Fleet Insurance Broker Services Closing date and time: prior to 2:00 PM (14:00hrs) Local Time, May 11, 2011 Proponents are strongly advised to fill out and return to the Purchasing Department the attached Receipt Confirmation Form [Appendix B]. All subsequent information regarding this RFP, including changes made to this document, will be sent directly to Proponents who complete and return this form. Attention: Silvia Reid Buyer, Purchasing Department City of Nanaimo 2020 Labieux Road, Nanaimo, BC, V2T 4M7 Fax: 250.756.5327 Email: purchasinginfo@nanaimo.ca COMPANY NAME: STREET ADDRESS: CITY/PROVINCE: POSTAL CODE: PHONE NUMBER: FAX NUMBER: CONTACT PERSON: EMAIL ADDRESS: SIGNATURE: