SLED Opportunity · TEXAS · CITY OF KILLEEN

    Liability, Property, and Workers' Compensation Insurance Services

    Issued by City of Killeen
    cityRFPCity of KilleenSol. 238776
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 23, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    524210
    AI-classified industry

    AI Summary

    The City of Killeen, Texas, seeks proposals for Liability, Property, and Workers' Compensation Insurance Services. The RFP aims to secure comprehensive insurance coverage and administration for municipal operations. Proposals are due April 15, 2026, with evaluation based on coverage, cost, claims expertise, and carrier stability.

    Opportunity details

    Solicitation No.
    238776
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 23, 2026
    Due Date
    April 16, 2026
    NAICS Code
    524210AI guide
    Jurisdiction
    City of Killeen
    State
    Texas
    Agency
    City of Killeen

    Description

    RFP NO. 26-23

    Liability, Property, and Workers' Compensation Insurance Services

    CITY OF KILLEEN, TEXAS

     

    The City of Killeen will receive sealed Request for Proposals for 26-23 Liability, Property, and Workers' Compensation Insurance Services electronically through the City’s eProcurement Portal or addressed to the City of Killeen, Attn: Purchasing Division, 802 N. 2nd Street, Building G, Killeen, Texas 76541, until 3:00 pm on Wednesday, April 15, 2026. Mailed or hand delivered proposals must be sealed and plainly marked with the name and address of the proposer and “RFP NO. 26-23 Liability, Property, and Workers' Compensation Insurance Services, 3:00 pm, Wednesday, April 15, 2026”.

     

    Proposals received after the closing time will be returned unopened.

     

    Vendors may register and submit proposals electronically at https://procurement.opengov.com/login.  

     

    A Pre-Proposal Meeting will be not be held.

     

    RFP Questions will be accepted on the OpenGov e-bidding site, until 3:00 pm on Wednesday, April 8, 2026. Questions will be answered in the form of an addendum and posted on the OpenGov e-bidding site. It is the proposer’s responsibility to obtain and acknowledge all addendums.

     

    Complete information regarding this solicitation may be obtained from the City of Killeen website (https://www.killeentexas.gov/414/Purchasing) and OpenGov E-Procurement Portal (https://procurement.opengov.com/login).

     

    The City of Killeen reserves the right to reject any or all proposals and waive any irregularities.

     

    CITY OF KILLEEN, TEXAS

    Sophonia Price

    Director of Procurement and Contract Management

    Background

    The City of Killeen is seeking sealed proposals from qualified insurance carriers, managing general agents, licensed brokers, or authorized representatives to provide insurance coverage and insurance program administration for the City’s operations. The City seeks comprehensive and competitively priced insurance solutions that provide appropriate limits, policy forms, risk management services, and professional claims handling for municipal operations including airport operations, law enforcement, public property and assets, employees, and digital systems. The City of Killeen, who is solely directing this RFP process, shall select the proposer based upon competitive submissions pursuant to this Request for Proposal (RFP). After evaluation of all proposals, the selected proposer will serve as the City’s supplier of service requested.

    The City of Killeen may select one or multiple vendors to provide these services based on need and availability.

    Project Details

    • Reference ID: 26-23
    • Department: Human Resources
    • Department Head: Kate McDaniel (Executive Director of Human Resources)

    Important Dates

    • Questions Due: 2026-04-08T20:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-24T19:39:17.406Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-01T21:49:37.292Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Coverage Adequacy (30 pts)
      • Evaluate the breadth and appropriateness of coverage for bodily injury, property damage, personal/advertising injury, products & completed operations, and fine arts valuation.
    • Cost Competitiveness (25 pts)
      • Assess premium reasonableness, deductible options, and flexibility of limits.
    • Claims Expertise (15 pts)
      • Evaluate adjuster accessibility, defense counsel network, and response times.
    • Carrier Financial Strength (15 pts)
      • Review A.M. Best rating, reinsurance support, and longevity of the carrier.
    • Carrier Stability & Experience (15 pts)
      • Consider prior Texas municipal or fine arts client experience.
    • Coverage Adequacy (30 pts)
      • Assess coverage for wrongful acts, civil rights, excessive force, and pursuit.
    • Cost Competitiveness (20 pts)
      • Evaluate premium and retention structure.
    • Claims Expertise (20 pts)
      • Review access to experienced law enforcement defense counsel.
    • Carrier Stability & Experience (15 pts)
      • Consider prior Texas municipal or fine arts client experience.
    • Risk Control Services (15 pts)
      • Assess training, policy review, and liability mitigation support.
    • Coverage Adequacy (30 pts)
      • Evaluate coverage for premises, passenger, contractor, and aviation tenant exposures.
    • Cost Competitiveness (25 pts)
      • Review pricing competitiveness and flexibility.
    • Claims Expertise (20 pts)
      • Assess aviation-specific adjusters and FAA coordination.
    • Policy Terms and Clarity (15 pts)
      • Evaluate endorsements, exclusions, and aggregate limits.
    • Carrier Stability & Experience (10 pts)
      • Consider demonstrated experience in airport/aviation risks.
    • Coverage Adequacy (35 pts)
      •  Evaluate legal liability for aircraft in the City’s care, custody, and control.
    • Cost Competitiveness (25 pts)
      • Assess pricing competitiveness and retention options.
    • Claims Expertise (20 pts)
      • Review experience with aviation damage repair and salvage.
    • Policy Terms and Clarity (10 pts)
      • Evaluate valuation methods (agreed value vs. actual cash value).
    • Carrier Stability & Experience (10 pts)
      •  Consider references from airports/FBO clients.
    • Coverage Adequacy (30 pts)
      •  Evaluate coverage for owned vehicle liability, uninsured/underinsured motorist, and permissive use.
    • Cost Competitiveness (25 pts)
      • Assess premiums and deductible options.
    • Claims Expertise (20 pts)
      • Review adjuster response times and repair turnaround.
    • Risk Control Services (15 pts)
      • Consider driver training, telematics, and loss control programs.
    • Carrier Stability & Experience (10 pts)
      • Evaluate financial rating and municipal fleet experience.
    • Coverage Adequacy (35 pts)
      • Assess medical payments coverage including no-fault protection and passenger inclusion.
    • Cost Competitiveness (25 pts)
      • Evaluate rate competitiveness.
    • Claims Expertise (20 pts)
      • Review medical billing processing and coordination.
    • Policy Terms & Clarity (10 pts)
      • Assess deductibles, subrogation rights, and exclusions.
    • Carrier Stability & Experience (10 pts)
      • Consider financial rating.
    • Coverage Adequacy (30 pts)

      Evaluate comprehensive and collision coverage, glass, towing, and equipment.

    • Cost Competitiveness (25 pts)
      • Review premiums and deductibles.
    • Policy Terms & Clarity (20 pts)
      • Assess replacement cost vs. actual cash value.
    • Claims Expertise (15 pts)
      • Evaluate timeliness and approved repair facility use.
    • Carrier Stability & Experience (10 pts)
      • Consider references from public fleet clients.
    • Coverage Adequacy (30 pts)
      • Evaluate protection for hired or employee-owned vehicles.
    • Cost Competitiveness (25 pts)
      • Assess annual premium and audit structure.
    • Claims Expertise (20 pts)
      • Review claims coordination and response.
    • Policy Terms & Clarity (15 pts)
      • Evaluate endorsements, exclusions, and volunteer driver terms.
    • Carrier Stability & Experience (10 pts)
      • Consider government fleet exposure familiarity.
    • Coverage Adequacy (30 pts)
      • Assess coverage for negligent acts, wrongful acts, and misstatements.
    • Cost Competitiveness (20 pts)
      • Review premium and retention structure.
    • Defense Provisions (20 pts)
      • Evaluate defense outside limits and counsel selection flexibility.
    • Claims Expertise (15 pts)
      • Consider experience with municipal liability claims.
    • Carrier Stability & Experience (15 pts)
      • Evaluate references from other cities or counties.
    • Coverage Adequacy (30 pts)
      • Evaluate building, contents, inland marine, and business interruption coverage.
    • Cost Competitiveness (25 pts)
      • Assess premiums per total insured value (TIV).
    • Deductible Options (15 pts)
      • Review wind/flood/hail deductible options.
    • Valuation (15 pts)
      • Consider replacement cost vs. actual cash value.
    • Carrier Stability & Experience (15 pts)
      • Evaluate financial strength and catastrophe claims record.
    • Coverage Adequacy (35 pts)
      • Evaluate coverage for boilers, HVAC, electrical, and mechanical breakdowns.
    • Cost Competitiveness (25 pts)
      • Assess premium and deductible competitiveness.
    • Claims Expertise (20 pts)
      • Review specialized mechanical adjuster availability.
    • Risk Control Services (10 pts)
      • Evaluate inspection and preventive maintenance programs.
    • Carrier Stability & Experience (10 pts)
      • Consider public utility or facility experience.
    • Coverage Adequacy (30 pts)
      • Assess coverage for heavy and portable equipment, off-site exposures.
    • Valuation (20 pts)
      • Evaluate agreed value, scheduled limits, and replacement cost.
    • Cost Competitiveness (20 pts)
      • Review premium and deductible competitiveness.
    • Claims Expertise (15 pts)
      • Consider adjuster specialization and average turnaround.
    • Carrier Stability & Experience (15 pts)
      • Evaluate financial and service stability.
    • Coverage Adequacy (30 pts)
      • Assess coverage for death, theft, or humane destruction of City-owned animals.
    • Valuation (20 pts)
      •  Evaluate replacement value vs. market value.
    • Cost Competitiveness (20 pts)
      • Review premium per animal or scheduled basis.
    • Claims Expertise (15 pts)
      • Assess timeliness and veterinary documentation process.
    • Carrier Stability & Experience (15 pts)
      •  Consider experience with police/service animal programs.
    • Coverage Adequacy (35 pts)
      • Evaluate protection for theft, dishonesty, fraud, forgery, and computer crime.
    • Cost Competitiveness (25 pts)
      • Review premiums and deductible structure.
    • Claims Expertise (20 pts)
      • Assess fraud investigation and proof-of-loss processes.
    • Policy Terms & Clarity (10 pts)
      • Evaluate endorsements, exclusions, and limits.
    • Carrier Stability & Experience (10 pts)
      • Consider financial stability and municipal experience.
    • Cost Competitiveness (25 pts)
      • Review premium rate and experience modification factor.
    • Claims Expertise (25 pts)
      •  Assess return-to-work and nurse case management programs.
    • Safety Services (20 pts)
      • Evaluate training, inspections, and OSHA compliance assistance.
    • Provider Network (15 pts)
      • Consider medical and rehabilitation network quality.
    • Carrier Stability & Experience (15 pts)
      • Review financial strength and public sector experience.
    • Coverage Adequacy (30 pts)
      • Assess first- and third-party protection (data breach, ransomware, privacy).
    • Incident Response (25 pts)
      • Evaluate access to forensics, legal counsel, PR, and credit monitoring.
    • Cost Competitiveness (15 pts)
      • Review premium, deductible, and sublimit competitiveness.
    • Risk Control Services (15 pts)
      • Assess pre-breach training, phishing simulations, and consultation.
    • Carrier Stability & Expertise (15 pts)
      • Consider experience with municipal cyber risk.

    Submission Requirements

    • Conflict of Interest Questionnaire (Form CIQ) (required)

      Pursuant to Chapter 176 of the Texas Local Government Code, vendors contracting with or seeking to contract with the City of Killeen must file a completed Conflict of Interest Questionnaire (Form CIQ) with the appropriate records administrator no later than seven (7) business days after beginning contract discussions or negotiations, or after submitting a response to this solicitation. The Form CIQ can be downloaded here:

       https://www.ethics.state.tx.us/data/forms/conflict/CIQ.pdf

      Please confirm your understanding and willingness to promptly download, complete, and submit the Form CIQ upon the City’s request:

    • References (required)

      Contractors shall submit at least three (3) business references for the proposed item. Each reference must include:

      • Business name
      • Contact person
      • Address
      • Telephone number
      • Email address (if available)

      References should be from customers for whom the contractor has provided similar services or products. These references may be contacted by the City of Killeen as part of the evaluation process.

      Please download, complete, and upload the following document:

    • Certificate of Interested Parties (Form 1295) (required)

      If awarded a contract, the vendor must submit the Certificate of Interested Parties (Form 1295) online through the Texas Ethics Commission’s filing application as required by Texas Government Code Section 2252.908. A business entity must use the Commission’s online system to enter the required information, generate the form, and obtain a unique certification of filing number. An authorized agent of the business entity must sign the printed copy, and that certified copy must be provided to the City of Killeen within seven (7) business days after contract discussions or negotiations.

      The online filing system is available at: https://prd.tecprd.ethicsefile.com/File

      Please confirm that you will download, complete, and submit the Certificate of Interested Parties (Form 1295) immediately upon request by the City of Killeen and in accordance with the filing requirements:

    • Acknowledgement – “Boycott Israel" (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not boycott Israel and will not boycott Israel during the term of this contract. Boycotting Israel is defined in Texas Government Code section 808.001 to mean refusing to deal with, terminating business activities with, or taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes.

    • Acknowledgement – "Boycott Energy Companies” (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not boycott energy companies and will not boycott energy companies during the term of the contract. “Boycott energy company” is defined in Texas Government Code section 809.001 to mean, without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel-based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A).

    • Acknowledgement – “Prohibition on contracts with companies that discriminate against firearm and ammunition industries” (required)

      By submitting this proposal, the vendor hereby acknowledges that it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or firearm trade association. Discriminate against a firearm entity or a firearm trade association are defined in Texas Government Code section 2274.001 as (A) with respect to the entity or association, to (i) refuse to engage in the trade of any goods or services; (ii) refrain from continuing an existing business relationship; (iii) terminate an existing business relationship; or (iv) otherwise express a prejudice against the entity or association; and (B) does not include the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories.

    • Acknowledgment – “Antitrust Law Certification” (required)

      By submitting this proposal, the vendor hereby acknowledges that neither the vendor nor the entity represented by the vendor, or anyone acting for such entity has violated the antitrust laws of the State of Texas, codified in Section 15.01 et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly, prior to the solicitation opening with any competitor or any other person engaged in such line of business.

    • Acknowledgement - Community Development Block Grant (CDBG) (required)

      By submitting this proposal, the vendor hereby acknowledges understanding that projects may be funded in whole or in part by the U.S. Department of Housing and Urban Development Community Development Block Grant (CDBG) or Home Investment Partnerships Act (HOME Program) and may be subject to submittal of certified payroll documentation as required by HUD funded construction projects to the extent required by Davis-Bacon and Related Acts (DBRA); confirmation of eligibility for participation through the Excluded Parties Listing System (EPLS) - System for Award Management (SAM.gov) or the Texas Debarred Vendor List.

    • Criminal Convictions Disclosure (required)

      Has the owner(s) of the company been convicted of a crime within the past ten (10) years (excluding minor traffic violations)?

    • Criminal History Disclosure (required)

      Have you, or any member of your Firm or Team to be assigned to this engagement, ever been indicted or convicted of a felony or a misdemeanor greater than a Class C (excluding minor traffic violations) in the last five (5) years?

    • Litigation / Claims History (required)

      Has your Firm or Team, you, or any member of your Firm or Team been involved in any claim, lawsuit, arbitration, or litigation with the City of Killeen or any other Federal, State, Local Government, or private entity during the last ten (10) years?

    • Termination for Work Disclosure (required)

      Has your Firm or Team, you, or any member of your Firm or Team ever been terminated (for cause or otherwise) from any contracted work performed for the City of Killeen or any other Federal, State, Local Government, or private entity?

    • Bankruptcy / Reorganization Disclosure (required)

      Has the company been in bankruptcy, reorganization, or receivership in the last five (5) years (whether voluntary or involuntary)?

    • Operational History - Continuous Services Provided (required)

      Has the company provided continuous services as requested in this solicitation and operated in this capacity for two (2) years without interruption?

    • Disclosure of Debarment, Suspension, or Exclusion (required)

      Has the company been disqualified, debarred, suspended, or listed on any excluded parties list (including, but not limited to, the General Services Administration’s list of parties excluded from federal procurement and nonprocurement programs) by any public agency, including the Federal Government?

    • Disclosure of City Employee/Official Financial or Other Interest (required)

      Does any City of Killeen employee or official (including elected officials or appointed board/commission members) or any immediate family member of such persons have any financial or other interest in your company (e.g., ownership, employment, equity, consulting relationship, or other benefit)?

    • Ability to Perform Services as Specified (required)

      Can the company perform and provide the services exactly as described in the solicitation specifications and Scope of work?

    • Service Commencement After Award (required)

      When can the company begin providing services after award? Please state the number of calendar days required from award/notice to proceed until the company can commence full performance of the services requested in this solicitation:

      Answer (number of days):

    • Point of Contact to Resolve Issues (Delivery or Invoice) (required)

      Please provide the primary point of contact the City may reach regarding service issues, delivery questions, or invoice/payment matters. Include the following information:

      • Name:
      • Title/Role:
      • Company:
      • Mailing Address:
      • Phone Number:
      • Email Address:
    • Cooperative Governmental Purchasing Notice (required)

      Other governmental entities may maintain interlocal agreements with the City of Killeen and may elect, but are not obligated, to purchase goods and services defined in this Invitation to Bid (ITB) from the successful bidder. Any such purchases by another governmental entity will be billed directly to and paid by that entity. The City of Killeen will not be responsible for another entity’s debts. Each governmental entity will place its own orders with the successful bidder and will be responsible for ensuring full compliance with the ITB specifications. Prior to purchases by other governmental entities, the City will notify the successful bidder of their intent.

      Please indicate below if you will permit other governmental entities to purchase from your agreement with the City of Killeen:

    • Copyrighted / Confidential Information – Texas Public Information Act (required)

      All bids or proposals, data, and information submitted to the City of Killeen are subject to release under the Texas Public Information Act (PIA), unless the information is specifically exempt from disclosure under the Act or other applicable law. Information submitted to the City is presumed to be available to the public upon request, and may be released unless a statutory exception applies or the Office of the Attorney General determines it should be withheld.

      You are not encouraged to submit data and/or information that you consider to be confidential or proprietary unless it is absolutely necessary for the City to understand and evaluate your submission.

      Instructions for Submitting Confidential/Proprietary Information

      • Clearly label each page that contains information you believe to be confidential or proprietary.
      • Do not label entire documents wholesale; only the specific portions you consider confidential should be marked.
      • You may use colored paper (e.g., yellow or pink) to assist in distinguishing pages with claimed confidential information.
      • Failure to clearly label the specific information on the actual pages will be considered a waiver of confidential/proprietary rights in that information.

      If the City receives a public information request that involves your submission, the City will notify you so you may assert your claim of confidentiality to the Office of the Attorney General and provide reasons supported by applicable law.

      Please indicate below:

    • Location of Confidential Information (required)

      If your proposal contains confidential or proprietary information, please identify where it is located. Be as specific as possible so that the City can locate the information quickly if a Public Information Act request is received.

      For each instance of confidential or proprietary information in your proposal, include:

      • Section/Tab Name:
      • Page Number(s):
      • Paragraph/Table/Item Reference:
      • Brief Description of Information Claimed as Confidential:
    • Insurance Compliance (required)

      Does the contractor maintain the insurance coverage as specified in the insurance requirements section of this solicitation, including minimum coverages, limits, and any proof of insurance requirements (e.g., certificates of insurance)?

    • Company’s First Year of Business Operation (required)

      Please indicate the first year your company began business operations (the calendar year the company was established and began providing services):

      This helps the City understand the vendor’s experience and length of operation as part of its responsibility determination.

      Answer (Years):

    • Insurance Broker Information (required)

      Please provide the insurance broker or agent information for the insurance policies that cover your company’s operations related to this solicitation. Include each of the following:

      • Insurance Broker / Agency Name:
      • Contact Name:
      • Phone Number:
      • Fax Number (if applicable):
      • Email Address:

      Collecting broker contact information is a standard part of vendor questionnaires so the awarding agency can verify coverage or follow up on policy details if needed.

    • Pending Insurance Claims (required)

      Are there any claims currently pending against your company’s insurance policies?

    • Recent Sales / Public Agency Project History (required)

      Please list up to five (5) of your most recent sales or contract engagements with other public agencies (governmental entities) and/or other customers that are relevant to the goods/services defined in this solicitation. Include the following information for each:

      • Customer/Agency Name:
      • Contact Person and Title:
      • Phone Number:
      • Description of Goods/Services Provided:
      • Contract/Order Amount ($):
      • Date(s) of Performance/Delivery:
    • Emergency Business Service Contact Notice (required)

      During a natural disaster, homeland security event, or other emergency situation, the City of Killeen may need access to your business for products or services after normal business hours and/or on holidays. The City may request City personnel pick up or vendor delivery of products or services in such events.

      For this purpose, vendors must provide both a primary and a secondary emergency contact name and phone number, and it is critical that this emergency contact information remains current. Vendors shall notify the City by email of any changes to the emergency contact names or phone numbers. Updates may be emailed to: SPrice@killeentexas.gov

      All products or services requested during an emergency event are to be supplied at the established contract prices, terms, and conditions. Vendors shall also provide the fee (pricing) for an after‑hours emergency opening of the business, if applicable. In general, orders will be placed using a City of Killeen procurement card (MasterCard) or a City‑issued Purchase Order, and billing must include any emergency opening fee.

      Please download the document listed below, complete it in full, and upload it with your proposal submission:

    • Proposal Documents (required)

      Please Upload your COMPLETE Proposal here.

    Questions & Answers

    Q (Effective Dates): The City is requesting vendors offer guaranteed, bindable quotations on 4/15/2026 for an effective date of 10/1/2026, is that correct?

    A: Yes, that is correct. The City is requesting vendors to provide guaranteed, bindable quotations by April 15, 2026, for coverage with an effective date of October 1, 2026. Vendors should ensure that all quoted terms, conditions, and pricing remain firm and capable of being bound as submitted, subject only to any clearly stated assumptions or underwriting requirements.


    Q (Premiums' / Loss): Can you please provide 5 years of currently valued loss for all coverage's being requested and the premiums paid for each line of coverage for 2025-26?

    A: Per your request please see Addendum # 1 which contains PDF attachments.


    Q (Application Questions): After reviewing the docs submitted, I have some questions/comments: - What are the expiring premiums by LOC? - What are the target premiums by LOC? - Why are they marketing? - Does the Agent control it currently? It doesn’t appear so but I wanted to make sure. - Is TML planning on offering a renewal? - Who is the retailer going to directly? - Is the city wanting to look at an SIR package or are the wanting to stick to guaranteed cost? Outside of what was already provided, here is what I will need in order to quote: - Any supplementals you have filled out in the last couple years?

    A: Submissions containing multiple questions in a single entry may be separated by the City for response purposes. For future submissions, vendors are requested to submit each question separately in OpenGov to ensure clear tracking and response. Please see below for the individual Q&A.


    Q (Expiring Premiums):

    A: What are the expiring premiums by Line of Coverage (LOC)? Extraco Banks NA Expiring premium information by Line of Coverage is included within the solicitation documents where available, including policy summaries and supporting attachments. Vendors should rely on the information provided in the RFP and its attachments as the official source for expiring premium data.


    Q (Target Premiums):

    A: What are the target premiums by Line of Coverage (LOC)? Extraco Banks NA The City has not established target premiums by Line of Coverage. Vendors are requested to submit competitive pricing based on the coverage specifications, exposures, and risk information provided in the RFP.


    Q (Marketing Purpose):

    A: Why is the City marketing the coverage? Extraco Banks NA The City periodically markets its insurance programs to ensure competitive pricing, evaluate current market conditions, and confirm that coverage terms, services, and pricing continue to provide the best overall value and protection to the City.


    Q (Agent Control):

    A: Does the City’s current agent control the program? It does not appear so, but confirmation is requested. Extraco Banks NA The current program is described in the solicitation documents. Vendors should refer to the RFP for details regarding program administration, roles, and responsibilities.


    Q (TML Potential Proposal):

    A: Is TML planning on offering a renewal proposal? Extraco Banks NA The City is currently soliciting proposals from the market to evaluate all available options, including any renewal or alternative program structures that may be offered. All respondents should submit their best proposals in accordance with the requirements of the RFP.


    Q (Marketing Target):

    A: Who is the coverage being marketed to or placed with directly? Extraco Banks NA Coverage placement should be proposed in accordance with the structure and requirements outlined in the RFP. Vendors should submit proposals consistent with their standard market approach for the requested coverage structure.


    Q (SIR Program):

    A: Is the City considering a Self-Insured Retention (SIR) program or does it intend to remain on a guaranteed cost structure? Extraco Banks NA The City is open to reviewing proposals that include different program structures, including Self-Insured Retention (SIR) and guaranteed cost options, where permitted under the solicitation. Vendors must clearly identify the structure of their proposed program and provide all necessary details for evaluation and comparison.


    Q (Supplemental Applications):

    A: Will supplemental applications from the past couple of years be provided? Extraco Banks NA Any available supplemental applications completed within recent years will be provided if on file and relevant to the solicitation. Additional documentation may be released through addenda as needed to ensure all proposers have equal access to information.


    Q (Workers' Compensation ): The RFP shows the 2025-26 estimated payroll at $85,607,779. The 2024-25 audited payroll was $89,222,296. Shouldn’t the 2026-27 estimated payroll be closer to $95-$100M?

    A: The payroll figures included in the RFP reflect the City’s most current estimates at the time of issuance. While prior year trends may indicate potential increases, future payroll is subject to change based on budgeting, staffing, and operational factors. Vendors should base their proposals on the payroll information provided in the solicitation documents.


    Q (Losses): The loss report provided is dated March 31, 2025. Is the City able to provide a loss report that is more current?

    A: Please see addenda #2 with requested reports effective 04.01.26.


    Q (Auto Schedule ): The Auto Schedule provided in the RFP reflects 834 vehicles; however, our records indicate 864 scheduled vehicles. Can the City please add the most recent Auto Schedule to the RFP?

    A: Please see addenda #2 with requested reports effective 04.01.26.


    Q (Portable Equipment ): Does the City intend for coverage for their portable equipment to be included in the proposal? If so, can a current schedule be provided?

    A: Please see addenda #2 with requested reports effective 04.01.26.


    Key dates

    1. March 23, 2026Published
    2. April 16, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.