DFS (RM) RFP 12/13-09 Workers Compensation Claims Addendum 2



Similar documents
1. Regarding section 1.6 (Page 7), what level of support (onsite or remote) is required?

GUILFORD COUNTY REQUEST FOR PROPOSALS EVENT 515 THIRD PARTY ADMINISTRATOR SERVICES LIABILITY CLAIMS. And WORKERS COMPENSATION CLAIMS

ATTACHMENT A - STATEMENT OF WORK REQUEST FOR PROPOSALS FOR INDEPENDENT BENEFIT CONSULTING, ACTUARIAL AND AUDITING SERVICES DMS-13/14-018

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

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

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

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR PROPOSAL FOR INSURANCE AGENT/BROKER AGENT OF RECORD

MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES

Detroit Land Bank Authority. Request for Proposals: Call Center Services

AGREEMENT FOR FINANCIAL ADVISORY SERVICES RELATED TO TAX AND REVENUE ANTICIPATION NOTES (COUNTY KNN PUBLIC FINANCE)

REQUEST FOR PROPOSAL

RFP : Change Management Consulting for Enrollment Functionality Improvements Final Response to Questions 5/7/2014

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

CITY OF BONITA SPRINGS, FLORIDA RFP #

RFP-DEM Disaster Recovery Services Staff Augmentation. Technical Questions and Answers

REQUEST FOR PROPOSALS

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

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

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

RFP ADDENDUM. North Carolina Department of Health and Human Services Division of Medical Assistance

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

PRIVATE ATTORNEY SERVICES DIVISION OF RISK MANAGEMENT BUREAU OF CLAIMS ADMINISTRATION INTRODUCTION TO BILLING GUIDELINES

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

1. Applicants must provide information requested in the section titled Required Information.

City of Chicago - Department of Procurement Services. January 31, Addendum No. 1 TARGET MARKET REQUEST FOR QUALIFICATIONS ( RFQ ) For

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

BH Hospital Non-Legal Collection Agency Services RFP Q&A. Q: Will all questions and responses be shared with all participants? A: Yes.

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES

INSURANCE CLAIMS HANDLING & REPORTING PROTOCOL

REQUEST FOR PROPOSALS (RFP) for. IT Service Management (ITSM) Software Product and Consulting Services RFP NO: RFP 1428

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

7.4.1 Be required to make exhaustive or continuous on-site reviews;

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

Overview. Scope of Work

List of questions for RFP-Supplemental Nursing Services-LPN and RN 2014

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

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #

REQUEST FOR QUALIFICATIONS

Project Management Procedures

Acquisition & Implementation of Software Information Systems

Request for Proposals

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

REQUEST FOR PROPOSAL FINANCIAL ADVISOR SERVICES FOR COMMUNITY CONSOLIDATED SCHOOL DISTRICT 62

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

13-RFP-001-LJ Project Connect Language Translation Services Technical Questions and Answers

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

EMPIRE STATE DEVELOPMENT

REQUEST FOR PROPOSAL ON-SITE MEDICAL SERVICES CLINIC FOR THE CITY OF MISSOULA MISSOULA, MT

INSURANCE INDUSTRY PROFESSIONAL LIABILITY COVERAGE UNIT THIS IS A CLAIMS MADE POLICY. PLEASE READ CAREFULLY.

REQUEST FOR PROPOSAL RFP Harrisburg Area Community College Foundation INVESTMENT ADVISORY CONSULTING SERVICES

REQUEST FOR QUALIFICATIONS RISK MANAGEMENT CONSULTANT / LIABILITY INSURANCE BROKER OF RECORD SERVICES. ISSUE DATE: Thursday October 20, 2011

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

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

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Request for Quotation (RFQ) Property/Casualty Insurance

CITY OF STARKE. Project #

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS

RFP ADDENDUM NO. 1

Requirements for Qualifications Package Submittals

SUBMISSION AND RECOVERY OF PROPERTY DAMAGE CLAIMS

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

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

Cleveland County Emergency Medical Services. PO Box Shelby, NC Request for Proposal. For. Debt Collection Agency Services

Conduct of Public Adjusters and Public Adjuster Apprentices Ethical Requirements for All Adjusters and Public Adjuster Apprentices NOTICE OF CHANGE

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

GREATER ORLANDO AVIATION AUTHORITY NOTICE OF PROFESSIONAL SERVICES W IA SOUTH CELL LOT ORLANDO INTERNATIONAL AIRPORT SUBMISSION REQUIREMENTS

TABLE OF CONTENTS. I. Introduction 3. II. Background 3. III. Criteria 4. IV. Scope of Services 5. V. Selection Process 5. VI. Tentative Time Table 6

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

TOWN OF SCITUATE MASSACHUSETTS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Transcription:

DFS (RM) RFP 12/13-09 Workers Compensation Claims Addendum 2 Addendum 2 - PART 1 - Questions and Responses Related to DFS (RM) RFP 12/13-09, Workers Compensation Claims Question 1: What will be the effective date of the contract? Response 1: The contract is anticipated to be in effect in early May 2013. Question 2: Response 2: Question 3: Response 3: Question 4: Response 4: Question 5: Response 5: Question 6: Response 6: How do the claim assignments get sent to the contractor? The department currently issues claim assignments to the contractor via email, and this process is anticipated to continue with the contract resulting from the RFP, as specified throughout Section 2.4 of the RFP. Does email constitute written notice for acknowledgement of assignments? Yes In what form of media does the State want the Type I & IV reports/summaries/video submitted? Reports, summaries, photos and other such documents shall be submitted to the department via email in MS Word. Videos shall be emailed to the department or submitted via Compact Disk (CD). Specifications for the submission of all documents as specified throughout Section 2.4 of this RFP, and as required in the contract resulting from the RFP may be modified after contract execution upon prior written department approval or request. Type I What expenses other than hourly are reimbursable? If so, at what limits? Section 2.12 B of the RFP provides specifications for contractor reimbursement of travel and non-travel related expenses by the department, and includes examples of the types of non-travel related expenses that might be incurred by the contractor for which reimbursement by the Department may be made if approved in advance by the Division. How will the adjusters interact with the STARS system? There is no remote access to the Division s current Risk Management Information System (STARS), so only on-site temporary adjusters will have access to the system. If assigned by the department, the contractor s temporary, on-site 1

adjuster(s) shall be trained in the use of STARS after they are deployed and report to the Division. The contractor s temporary, on-site adjuster(s) shall use STARS to complete the functions of their assigned claims as a department adjuster would. Question 7: Response 7: Question 8: Response 8: Question 9: Response 9: Who gets access to the STARS system? The contractor s department-approved, temporary, on-site adjusters. What would be the anticipated maximum caseload per adjuster? If temporary adjuster services are requested by the department, the per-adjuster caseload will vary, and will depend on the assignment. The department anticipates no more than 200 liability and property-related claims and no more than 250 workers compensation-related claims, per temporary adjuster at one time. Liability and property-related claims and workers compensation-related claims will not be concurrently assigned to the same adjuster. What would be the anticipated number of new cases per month? If temporary adjuster services are requested by the department to fill in for a department adjuster vacancy, the contractor s temporary adjuster shall assume all current cases of that department adjuster, and any new cases that may be assigned. The anticipated number of new cases per month is unknown. Question 10: Will the 3 temporary adjusters from the 3 categories (Workers Compensation, Property, Liability) be required to work in-house within the division? Response 10: Yes, unless otherwise instructed by the department as provided in section 2.4.3 of the RFP. Question 11: Does the State of Florida Risk Management Program established under Chapter 284, F.S. statutorily subject to F.S. 626.9891? Response 11: In accordance with section 284.30, F.S., the State of Florida Risk Management Program (Program) is self-insured. Although the Program follows the provisions of F.S. 626.9891, it is not subject to its requirements. (Please see modification in PART 2 of this addendum.) Question 12: If Question #11 is yes, does the State handle the following basic administrative and SIU program management responsibilities: a. Filing state fraud plan (one-time) b. Filing annual Workers Compensation Annual Anti-Fraud (WCAF) report c. Proving yearly approved anti-fraud training to underwriting & claims personnel d. Facilitate and manage a public anti-fraud awareness program e. Division of Insurance Fraud (DIF) TIP tracking f. Rule 69-D compliance g. State Attorney & Assistant State Attorney liaison responsibilities h. Restitution management 2

Response 12: The incumbent contractor currently performs these functions, and the department anticipates these functions to be performed by the new contractor under the contract resulting from the RFP. Question 13: If Question #11 is subject to F.S. 626.9891 who is the SUI Program Manager? Response 13: The SIU program managers will be the Bureau Chief for State Liability & Property Claims and the Bureau Chief for Workers Compensation Claims within the department s Division of Risk Management. Question 14: Would the State of Florida be willing to split Investigative Services and Claims Administration into two contracts, thus allowing a provider to bid solely on one specific set of services? Response 14: No, however the prime contractor may use subcontracts to perform work under the terms of the contract resulting from the RFP upon express written, prior consent of the department s Division of Risk Management. (Please refer to Sections 1.1 and 2.9 of the RFP.) (Please see modifications in PART 2 of this addendum.) Question 15: Who is the incumbent Prime Contractor? Response 15: York Risk Services Group, Inc., a.k.a., York Claims Services, Inc. Question 16: Is there a master contract Prime Contractor supported with subcontracts for each of the individual Service Types? Response 16: No. The incumbent contractor functions as the special investigations unit (SIU) for the department through a subcontract. Question 17: Under the provisions of the Florida Sunshine Law please provide a copy of the inforce contract including pricing. Response 17: The department s contract (Agency Assigned Contract ID: RM051), with York Risk Services Group, Inc. may be viewed on the Florida Accountability Contract Tracking System at http://www.myfloridacfo.com/aadir/statewidecontractreporting.htm Question 18: Would the State consider bifurcating the Prime Contractor responsibilities? Response 18: Please see Response 14. Question 19: Please confirm that the targeted contract inception date is July 1, 2013. Response 19: Please see Response 1. Question 20: Does the State currently utilize an invoicing system they would like to continue using? Response 20: No, the State does not require a specific invoicing system. The new contractor will be expected to utilize an invoicing system that provides all information needed for the timely processing of payments to the contractor. (Please refer to 3

Section 2.12 of the RFP.) Question 21: Page 11, Section 2.4.2 Type II: External Full Handling and Processing of a Claim. Our interpretation of this services element is: Vendor would perform initial investigation Vendor submits recommendations for compensability to the State, and subsequently, the State advises the vendor of their decision Vendor re-prices provider bills to FL fee schedule, and takes PPO discounts State controls nurse case management assignments State grants settlement authority, and vendor makes offer on State s behalf State manages all litigation (vendor closes file once claim is contested) Response 21: The department will require the new contractor to manage all litigation, and coordinate the re-pricing of provider bills with the department s medical bill review contractor as specified in Section 2.4.2 of the RFP. (Please see modification in PART 2 of this addendum.) Question 22: Page 13., Section 2.4.3. In the second paragraph the State requires that temporary staff be available with five (5) days business notice. In the third paragraph the State requires all temporary adjusters to be approved in advance by the State. This is a tight timeline is there any flexibility here regarding the coordination of these requirements? Response 22: No, the specified requirements are critical to ensuring continuity of the adjuster functions. Question 23: Page 19. Section 2.6. Please provide a copy of the in-force Quality Assurance Plan used by your current vendor. Response 23: The department s current contract does not require submission of a Quality Assurance Plan from the incumbent contractor. The new contractor will be required to develop and maintain an Internal Quality Assurance Plan that meets or exceeds the specifications provided in Section 2.6 of the RFP, and as approved by the department. Question 24: Page 32. B. Contractor Performance Reporting. Please provide a sample quarterly performance report for evaluation. Response 24: Contractor self-reporting is not utilized in the current contract, therefore a sample quarterly performance report is not available. As specified in Section 2.11 B of the RFP, the quarterly performance report shall summarize the new contractor s adherence to each of the performance standards provided in the RFP, and shall be in a format approved by the department. Question 25: Page 34. C. Retainer for Temporary Catastrophe Adjusters. What is the current fixed amount paid by the State to guarantee the availability of CAT personnel? Response 25: Amendment 5 to the department s contract (Agency Assigned Contract ID: RM051), with York Risk Services Group, Inc. includes the current fixed amount paid by the State to guarantee the availability of CAT personnel, and may be 4

viewed on the Florida Accountability Contract Tracking System at http://www.myfloridacfo.com/aadir/statewidecontractreporting.htm Question 26: Page 69. Standard Contract. Would the State be interested in having bidders present a red-lined copy of the proposed contract? Response 26: RFP page 1 of 81 states, Under Florida law, a Request for Proposal may not be negotiated. However, RFP section 1.6 allows the Proposers to bring any inconsistency among the provisions of the RFP and its attachments to the attention of the Purchasing Agent. The contract will be completed with the awarded proposer s information and executed following contract award. Question 27: Please explain in more detail the requirements with regard to MyFloridaMarketPlace. Response 27: According to PUR1000-14 and 60A-1.03, MyFloridaMarketPlace Transaction Fee, the State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eprocurement system. Pursuant to section 287.057 (22), F.S., all payments shall be assessed a Transaction Fee of one percent (1.0%), which the vendor shall pay to the Florida Department of Management Services. Question 28: On page 16 of 81 of the RFP document in Section 2.5, D: Line 9 indicates Physical Therapy for PT. Should this stand for Permanent Total instead? Response 28: PT as used in the RFP refers to Physical Therapy 5

Addendum 2 - PART 2 - Modifications to DFS (RM) RFP 12/13-09, Workers Compensation Claims RFP Section 3.12, PART 1, TAB 1-A (e) 4 is deleted in its entirety and replaced with: The proposer: 1) has no existing relationship, financial interest or other activity which creates any actual or potential organizational conflicts of interest relating to the award of a contract resulting from this RFP; 2) will not engage any subcontractor, subsidiary or partner that has an existing relationship, financial interest or other activity which creates any actual or potential organizational conflicts of interest relating to the award of a contract resulting from this RFP; and 3) has included information in its Proposal to the RFP detailing the existence of any actual or potential organizational conflicts of interest as described above. RFP Section 3.12, PART 4, Tab 4-B is modified to add, To the extent a subcontractor is utilized by the Contractor, but not identified in the Contractor s Proposal, the Contractor shall provide the information listed in (a) and (b) with its request for Department approval of its subcontract. RFP Section 3.12, PART 4, Tab 4-G (d) is deleted in its entirety and replaced with, (d) how new employees (including new subcontractor employees) shall be trained and oriented to the services to be provided in the Contract; RFP Section 3.12, PART 4, Tab 4-J (a) is deleted in its entirety and replaced with, (a) Staff org chart(s) identifying the Proposer s key staff by name, if known at the time of Proposal submission, and position titles; (if key staff positions are vacant, the Proposer shall identify key staff by position titles), and plan for ensuring such staff will be trained and oriented in a manner sufficient to provide services upon execution of the contract. RFP Section 2.4.4, first paragraph, last sentence is hereby modified to state, The Contractor must possess expertise in the investigation of insurance claims for potential fraud, and be qualified and capable to function as the Department s Special Investigations Unit (SIU) in accordance with section 626.9891, F.S. RFP Section2.4.2 B is modified to add: Services required by the Contractor for assignments of this type include, are not limited to: a. Assessing the extent and nature of injuries or damages sustained; b. Investigating accident/incident factors leading to establishment of the degree of liability, if any, on the part of State government; c. Interviewing involved persons or witnesses; d. Taking photographs or statements; e. Obtaining accident reports, medical records, photographs, court records, and similar documents; and f. Conducting other claims activities, as required to bring the claim to a final conclusion with a claimant. 6

Addendum 2 - PART 3 Revised Scoring and Weights Table The table provided in Section 4.8, Scoring and Weights, first paragraph and the table provided in section 4.8 is hereby deleted in its entirety and replace with the following: Evaluations and scoring of points will be based on the detailed evaluation criteria components provided in Section 4.9 of this RFP Raw points for each component will be calculated and weighted using the factors provided in the table below to arrive at the maximum points for each proposal. The maximum points available to a Proposer is100. Component Maximum Raw Points Available X Weight Factor = Maximum Points Available A. Mandatory Criteria Documentation (responsiveness (Tab 1A-C), determined according to RFP section 4.2) B. Past Performance 1. Client Reference #1 45 X.0278 = 1.25 2. Client Reference #2 45 X.0278 = 1.25 3. Client Reference #3 45 X.0278 = 1.25 C. Financial Information 20 X.0625 = 1.25 D. Cost Proposal 250 X.12 = 30 E. Technical Proposal 1. Table of Contents 2. Organizational Structure and History 5 X.6 = 3 3. Proposer/Subcontractor Experience & 25 X.28 = 7 Qualifications 4. Workers Compensation Claims 35 X.429 = 15 5. Liability, Civil Rights, Employment 45 X.333 = 15 Discrimination and Property Damage Claims 6. Reporting 10 X.8 = 8 7. Internal Quality Assurance 45 X.067 = 3 8. Information Technology (IT) Requirements 15 X.333 = 5 9. Staffing 20 X.45 = 9 Total Maximum Points Available 100 RFP Section 4.9 E, Liability, Civil Rights, Employment Discrimination and Property Damage Claims, is hereby modified to add the following: 7

(h) The ability of the Proposer to adequately determine and document appraisals for damages to automobiles, heavy equipment, structural property and marine property; and (i) The adequacy and viability of the Proposer s plan to ensure timely, qualified, temporary catastrophe adjusters are provided to the Department within the timeframes specified in RFP Section 2.4.7, when requested by the Department. 8