THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014



Similar documents
RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

THE TOWN OF NORTH SMITHFIELD

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

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

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

REQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES FOR THE POSITION OF TOWN MANAGER FOR THE TOWN OF NORTH KINGSTOWN RI

BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR. Bid #2015L-02 Security Services

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

Stephenson County, Illinois

APPALCART REQUEST FOR PROPOSAL

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS

Borough of Jamesburg

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

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

REQUEST FOR PROPOSALS

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

City of Cranston. Request For Proposal. For. Fire Alarm Cable Installation

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

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

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

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

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

SECTION INSTRUCTIONS TO BIDDERS

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

REQUEST FOR PROPOSAL (RFP) FORM. Enter title here. Invitation to Bid. Utica College invites you to submit a proposal to brief description.

LIVINGSTON COUNTY MICHIGAN

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

M E M O R A N D U M. DATE: September 1, Prospective Vendors. Russell Guindon, Senior Deputy Fiscal Analyst Fiscal Analysis Division

TAC 1033 MUNICIPAL EMPLOYEES' RETIREMENT PLAN ("MERP") PERFORMANCE EVALUATION AND CONSULTING SERVICES

Town of Maiden. Request for Proposals For Sign Replacement Project

How To Build A Data Backup System In Town Of Trumbull

Request for Proposals for Upgraded or Replacement Phone System

Robla School District

City of Powell Request for Proposals for a Total Compensation Survey

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

INVITATION FOR WRITTEN QUOTES SCRAP METAL RECYCLING SERVICES

LOCUM TENENS SERVICES

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

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

Request for Proposal Hewlett Packard Network Switches and Peripherals

CITY OF POMONA. Request for Qualifications and Proposals. For

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

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

Request for Proposal. Internet Access. Oconee Regional Library. E-rate Funding Year July 1, 2014 through June 30, 2015

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

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

Insurance Producer Agreement

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

Village of Nakusp RFQ Source Protection Plan

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSALS For Federal Consulting Services: Washington D.C.-based

CITY OF OPELIKA PURCHASING DEPARTMENT REQUEST FOR PROPOSALS SHIRLEY WASHINGTON PURCHASING AGENT OFFICE: (334) FAX: (334)

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

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

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

REQUEST FOR PROPOSALS FOR PINE GROVE ELEMENTARY SCHOOL PLAYGROUND REPLACEMENT PROJECT TOWN OF AVON, CONNECTICUT

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

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

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

REQUEST FOR PROPOSAL (RFP)

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND TEL. (401) , ext FAX (401) CITY OF WARWICK BIDS REQUESTED FOR

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

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

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

RFP Request for Proposal Drain and Sewer Line Maintenance Services

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL

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

COUNTY OF TANEY, MISSOURI

REQUEST FOR PROPOSAL

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR MULCH MIX

NEW REQUESTS FOR PROPOSALS for INTERNET SERVICE PROVIDER SERVICES at CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT for the CITY OF CHARLOTTE, NORTH CAROLINA

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Request for Proposals Website Design & Content Development Services

CITY OF HAMTRAMCK REQUEST FOR PROPOSALS FOR AMBULANCE SERVICES FOR THE CITY OF HAMTRAMCK

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

Request for Proposal (RFP) Occupational and Physical Therapy. Deadline for Submission: August 25, 2014

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

ST. TAMMANY PARISH SCHOOL BOARD COVINGTON, LOUISIANA REQUEST FOR PROPOSALS ON AN ARCHIVING APPLIANCE

Transcription:

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 April 2014 Earl J. Croft III, Executive Director Rhode Island Turnpike and Bridge Authority 1 East Shore Road (P.O. Box 437) Jamestown, Rhode Island 02835 Telephone (401) 423-0800 Fax (401) 423-0830

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4 The Rhode Island Turnpike and Bridge Authority (the Authority) is seeking the services of qualified firms to provide retirement plan advosory services, in accordance with the terms, conditions, and specifications contained in this Request for Proposal (RFP). Sealed bids will be accepted until 3:00 p.m., Thursday, May 15, 2014 at the office of the Authority, One East Shore Road, Jamestown, Rhode Island. Three (3) copies of the proposal must be submitted in a sealed envelope marked Retirement Plan Advisory Services Contract #14-4 and may be mailed to the Authority or hand carried and delivered to the Authority prior to the bid opening. Bids will be opened publicly and read at the Authority s office on Thursday, May 15, 2014 at 3:00 p.m. The evaluation committee will review all submissions and evaluate the proposals. The committee will select no more than three firms or individuals to present to the Executive Director for his decision. The Executive Director may request additional information from any proposer and an interview process will follow on May 28, 2014. The Executive Director will negotiate the fee with the vendor selected or accept the proposed fee if it is in the best interest of the Authority. If an agreement cannot be reached, the Executive Director will negotiate with the next choice until a satisfactory agreement is reached. The resulting agreement will be for a period of three years. No bid may be withdrawn for a period of ninety (90) days subsequent to the opening thereof without permission of the Executive Director. The authority reserves the right to reject any or all bids, waive any informalities in the bidding, or accept the bid deemed to be in the best interest of the Authority.

GENERAL TERMS AND CONDITIONS 1. RECEIPT AND OPENING OF PROPOSALS: Proposals will be accepted and time stamped upon receipt in the office of the Executive Director, and will be held securely until the time indicated on the attached Advertisement for Bids, for the services listed in the specifications and will then be publicly opened and read. 2. FORM OF BID: Bidders shall submit three (3) copies of their bid, on the form provided, with supplemental information, and other required documentation, literature and material to be provided with the bid, on the bidders own form. 3. TERM OF BID: The term of this contract is three (3) years. 4. SUBMISSION OF BIDS: a. Envelopes containing bids must be sealed and addressed to the Office of the Executive Director, PO Box 437, Jamestown, RI 02835 and must be marked with the name and address of the bidder, date and hour of opening, and name of item in the bid call. b. The Executive Director will decide when the specified time has arrived to open bids, and no bid received thereafter will be considered. c. Any bidder may withdraw his bid by written request at any time prior to the advertised time for opening. Telephone bids, amendments, or withdrawals will not be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of ninety (90) days from time of bid opening. e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. f. Proposals received prior to the time of opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a proposal not properly addressed and identified. g. Any deviation from the specifications must be noted in writing and attached as part of the bid proposal. The bidder shall indicate the item or part with the deviation and indicate how the bid will deviate from specifications.

5. RHODE ISLAND SALES TAX: The authority is exempt from the payment of the Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, 44-18-30, Paragraph I, as amended.. 6. FEDERAL EXCISE TAXES: The authority is exempt from the payment of any excise tax or federal transportation taxes. The price bid must be exclusive of taxes and will be so construed. 7. QUALIFICATION OF BIDDERS: The Authority may make such investigations as it deems necessary to determine the ability of the bidder to perform the work. The bidder shall furnish the Authority with all such information and data for the purpose as may be requested. 8. EVALUATION CRITERIA: The Rhode Island Turnpike and Bridge Authority evaluation committee will use the following weighted scale when evaluating the proposals from Retirement Advisory Plan Services bidders. Experience/Qualifications Employee Communication and Education Support availability for Authority Proposed Fee 25 points 20 points 20 points 35 points 100 Total points 9. ADDENDA AND INTERPRETATIONS: No interpretation on the meaning of the plans, specifications or other contract document will be made to any bidder orally. Every request for such interpretations should be in writing, addressed to the Executive Director, c/o Nancy Parrillo, PO Box 437, Jamestown, RI, 02835, or via email to Nancy Parrillo at nparrillo@ritba.org and to be given consideration must be received at least seven (7) days prior to the date fixed for the opening of the bids. All questions pertaining to the specifications or proposal procedure should be first directed to the Executive Director. Where information from the Executive Director differs from information from any other source, the information from the Executive Director prevails. The Authority is not responsible for information obtained from any other source. 10. AWARD OF BIDS: The Authority reserves the right to award in whole or in part. 11. HOLD HARMLESS: The contractor shall be responsible for his work and every part thereof, and for all materials, tools, appliances, and property of every description used in connection therewith. The contractor agrees to indemnify and hold harmless the Rhode Island Turnpike and Bridge

Authority, its employees and agents, against loss or expense by reason of the liability imposed by law upon the contractor, all sub-contractors, or owner for damage because of bodily injuries, including person or persons or on account of damage to property arising out of or in consequence of the performance of this work whether such injuries to persons or damage to property are due or claimed to be due to any negligence, including gross negligence, of a sub-contractor, the owner, the general contractor, his or their employees or agents, or any other person.

SPECIFICATIONS RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES Contract #14-4 OVERVIEW: The Rhode Island Turnpike and Bridge Authority (the Authority) is seeking the services of qualified firms to provide Retirement Plan Advisory Services in accordance with the terms, conditions, and specifications contained in this Request for Proposal (RFP). GENERAL BACKGROUND The Rhode Island Turnpike and Bridge Authority (the Authority) is a quasi-public agency created by the Rhode Island General Assembly in 1954 as a corporate and body politic, with powers to construct, acquire, maintain and operate bridge projects as defined by law. The Authority was responsible for the construction of the Claiborne Pell Bridge (formerly the Newport Bridge) which opened to traffic on June 28, 1969. The Authority has been responsible for the operation and maintenance of the Mount Hope Bridge between Bristol, Rhode Island and Portsmouth, Rhode Island and the Claiborne Pell Bridge between Newport, Rhode Island and Jamestown, Rhode Island since 1964 and 1969, respectively. Day to day operations of the Authority are led by an Executive Director who oversees 43 employees and reports to a five member Board of Directors comprised of the Director of Transportation, who is a member ex-officio, and four members appointed by the Governor. The Authority is a component unit of the State of Rhode Island for financial reporting purposes and as such, the financial statements of the Authority will be included in the State of Rhode Island s Annual Financial Report. SELECTION CRITERIA Proposal responsiveness Demonstrated ability in providing similar services to other quasi public or similar entities Professional qualifications and experience Reporting and communication process Cost

RESPONSE FORMAT To facilitate comparisons between responding firms, please format your response to this request in the following order: 1. ORGANIZATION a) Describe your organization, date founded, and ownership of your firm. b) How many employees are employed at your firm and how many are registered, certified professionals? c) Identify the certifiedt professionals who would be directly involved in providing services to the Authority. Describe their relationship to your firm, their responsibilities, their experience in the number of years they have been associated with your firm. d) How many corporate retirement plans do you currently service and describe the experience of the firm in providing investment services to quasi public agencies. e) What percentage of your total assets under advisement are specifically corporate retirement plans? f) What is the typical plan size regarding assets under management and how many of the plans under management are 401(k)? g) Please describe any complaints and/or actions that have been registered with SEC, FINRA or other regulatory agencies. h) Please describe your coverage amounts and policy description regarding errors and omissions insurance. 2. EMPLOYEE COMMUNICATION AND EDUCATION a) Briefly describe your company s background and experience in communicating with employees. How often do you meet with plan participants? Describe educational programs and investment guidance regarding corporate sponsored retirement plans. b) Describe your initial and on-going programs, including printed material, visits, training, personal questionnaires, electronic software or web-based educational tools that would help individual participants with financial planning. c) Describe your position on providing investment advice to participants and what fiduciary responsibility do you assume if advice is provided? Is the advice provided in-house or via a third party? Describe your process, mode and scope of advice.

3. INVESTMENT SELECTION AND MONITORING a) Describe your process for selecting investment options for our plan. Include: What analytical tools are used? Are they proprietary or outside software? Please provide sample reports. Describe your asset allocation process in detail. b) How often do you meet with the Plan Sponsor to review investment performance? Describe the monitoring process. List the analytical reports provided to the Plan Sponsor. Do you provide an executive summary of the reports? c) Do you make specific recommendations regarding changes to the investment choices? If yes, how are these choices implemented. What type of benchmarks do you use and why. d) Do you provide an investment policy statement? If yes, please provide a sample 4. SERVICE AND FEE CONSIDERATIONS What are your fee considerations, based upon our profile? Please break out the fees regarding education services and investment monitoring separately. Please indicate in each category the assumed number of educational meetings and Plan Sponsor meetings that correspond with the fee? Does your firm charge a flat fee or percentage of assets (basis points)? Is your company a Registered Investment Advisory Firm or Broker-Dealer? How are your fees calculated? Do you or your firm receive any compensation, reimbursements or payments from the recordkeeper and/or mutual fund or insurance company? Do you provide a written service agreement outlining your services? 5. REFERENCES Provide a list of your five clients, including contact person and telephone numbers. RETIREMENT PLAN ADVISORY SERVICES

Contract #14-4 FEE PROPOSAL TO: The Rhode Island Turnpike and Bridge Authority c/o The Executive Director PO Box 437 Jamestown, RI 02835 Gentlemen: We the undersigned propose to furnish to the Rhode Island Turnpike and Bridge Authority, RETIREMENT PLAN ADVISORY SERVICES, per attached specifications dated May 15, 2014 for the prices stated below. Proposed Fee as follows: Price in words: Price in Figures: By: authorized signature company name Print name and title address telephone date city state zip code The IRS Form W-9 attached must be completed and submitted with the proposal if the bidder falls under IRS requirements to file this form. Please submit proposals in triplicate and attach this Proposal Fee form to your full proposal.