FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL 33040 REQUEST FOR QUALIFICATIONS (RFQ) FOR



Similar documents
Requirements for Qualifications Package Submittals

INDEPENDENT CONTRACTORS AGREEMENT

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

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

COC-Insurance Requirements Page 1 of 9

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

CITY OF LEAWOOD. Independent Contractor Agreement

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

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

Stephenson County, Illinois

CONTRACT INSURANCE REQUIREMENTS

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

SECTION 3 AWARD AND EXECUTION OF CONTRACT

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

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

Request for Proposals for Upgraded or Replacement Phone System

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

K YROUS R EALTY G ROUP, I NC.

Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

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

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

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

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

Request for Qualifications (RFQ) Insurance Broker/Consultation Services City of Shenandoah Employee Benefits Plan

HAMILTON COUNTY SCHOOL DISTRICT

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

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

The purpose of this Agreement is to establish the services of Independent Contractor to the University of La Verne on

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

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

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

SAMPLE SERVICES CONTRACT

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

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.

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

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

Town of Maiden. Request for Proposals For Sign Replacement Project

St. Andrews Public Service District

RFQ # CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

Muskegon Community College Request for Proposal Insurance Agent/Broker


APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

WASHINGTON SUBURBAN SANITARY COMMISSION

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

Request for Statements of Qualifications # for Electric Motor Repair

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5

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

Request for Proposal RFP # Printing & Mailing Services

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

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

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

Request for Proposal Hewlett Packard Network Switches and Peripherals

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

REQUEST FOR PROPOSAL FOR WORKERS' COMPENSATION CLAIMS AUDIT SERVICES FOR VENTURA COUNTY SCHOOLS SELF-FUNDING AUTHORITY

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

EXHIBIT D INSURANCE REQUIREMENTS

REQUEST FOR PROPOSAL. RPMS EHR Lab Consultant Project NISQUALLY INDIAN TRIBE

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

Request for Quotes Conductor Heads / Downspout Replacement

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

Department of Purchasing & Contract Compliance

LAS VEGAS VALLEY WATER DISTRICT

Department of Purchasing & Contract Compliance

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

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

Invitation for Bid. For. Bank Courier Services

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

CAMBRIDGE PROPERTY & CASUALTY SPECIAL REPORT

INVITATION TO QUALIFY CLOSING DATE OF INVITATION TO QUALIFY THURSDAY APRIL 24, 4 P.M.

NORTH BEACH WATER DISTRICT PACIFIC COUNTY, WASHINGTON

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

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

REQUEST FOR PROPOSAL GROUP HEALTH, DENTAL, & VISION INSURANCE BENEFITS

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

GENERAL INSTRUCTIONS AND REQUIREMENTS

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

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

Subcontractor Insurance & Licensing Requirements Please provide the items below

DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES

Transcription:

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL 33040 REQUEST FOR QUALIFICATIONS (RFQ) FOR EMPLOYEE GROUP BENEFITS CONSULTANT AGENT OF RECORD FKAA- RFQ-0001-15 For the Florida Keys Aqueduct Authority Human Resources/Risk Management Divison 1

FLORIDA KEYS AQUEDUCT AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) EMPLOYEE GROUP BENEFITS CONSULTANT AGENT OF RECORD I. Invitation: You are invited to submit your qualifications to provide professional insurance services for all the Authorities benefits relating to employee health and welfare programs. This RFQ is not an authorization to approach insurers or other underwriting sources on behalf of the Authority. We specifically request that no insurance markets contact or solicitation be made on behalf of the Authority at this time and that no insurance market contact or solicitation be made on for any purpose as respects to any insurance or reinsurance to be provided for the Authority. No extended services will be performed unless authorized in the contractual agreement or in an amendment to the agreement. The Authority is seeking to engage a Consultant and Agent of Record for Employee Benefits for the period starting 3/31/14-15. The Authority may desire to retain the Agent of Record for two (3) one (1) additional year terms if satisfactory terms of renewal can be negotiated. To ensure fair consideration, all inquiries relating to the clarification of the technical aspects of the proposal should be submitted in writing via email to: David Jackson, Purchasing Manager at djackson@fkaa.com. II. Statement of Duties: The Consultant (Agent) selected shall be responsible for marketing, placement and servicing of coverage s for an Employee Benefits Program, for approximately 272 employees and retirees as deemed necessary or beneficial by the AUTHORITY At a minimum coverage s shall include, but not be limited to the following 1. Employee and Retiree Group Medical Insurance 2. Group Dental and Vision Insurance 3. Flexible Savings Account 4. Group Life Insurance 2

III. Minimum Requirements: 1. Licensed in the State of Florida. 2. Demonstrate experience with Public sector accounts of similar size and scope of services. Submit at least five (5) references from current accounts. 3. Consultant (Agent) who will service the account shall have a minimum of five (5) years experience. 4. Two qualified principals or account staff each with a minimum of five years of experience with employee benefits. 5. Compliance with Health Insurance Portability and Accountability Act (HIPPA) regarding Protected Health Information (PHI) to include copies of privacy notices and internal policy & procedures for the protection of PHI. IV. Marketing/Placement/Servicing: 1. Assist with planning and implementation of all the AUTHORITY S Employee Benefits Program; 2. Complimentary On-line enrollment services. 3. Liaison between insurance carrier(s) and AUTHORITY regarding claims, contracts, etc; 4. Attendance and representation at AUTHORITY Board meetings or other meetings as requested and deemed necessary; 5. Coordinate and produce comparative and statistical reports; provide direction and recommendations for future budgeting of health insurance & other related benefits. 6. Identifying, measuring and analyzing funding options. 7. Marketing, evaluations, negotiations and recommendations for placement of the AUTHORITY S Employee Benefit Plans. 8. Providing other services related to Employee Benefit Plans, including the following: a. Expert analysis and interpretation of insurance policy language and coverage s. b. Expert assistance in establishing insurance program structures; which attract and keep valued personnel, in coordination with the Authority s resources. c. Expert assistance in the settlement of claims issues. d. Expert assistance in promoting wise utilization of benefits. e. Expert assistance in negotiating with potential carriers for employee benefit insurance coverage s. f. Expert assistance in keeping the Authority in compliance with all state and federal legislation, regulations and Affordable Care Act. g. Expert assistance in the evaluation of alternative delivery systems. 3

h. Provide employee benefit booklets, enrollment communications and other custom publications as requested. V. Proposal Submittal: 1. Letter of transmittal as contained in this package. An authorized agent of the proposer must sign the transmittal indicating the agent s title or authority. 2. Statement of Qualifications. - Not to exceed twenty-five pages. The Statement of Qualifications will address the following major topics of review: * Profile of the Firm * Statement of Qualifications/applicable licenses/certifications * Location of office(s) where work will be performed from and availability of staff * List of a minimum of three (3) Governmental References * Proof of Liability coverage s * Scope of services provided by firm. 3. Sample Reports and Brochures: Include two (2) sample reports and Employee Benefit brochures that your Firm has prepared for other clients. Failure to submit all of the required requested information may disqualify the responder. VI. Selection Criteria Submittals will be reviewed and evaluated based on the following criteria: Letter of Transmittal 5% Profile of Firm 30% Qualifications of Project Team 30% Depth of Available Services 25% Sample Reports 10% 100% 4

Time considerations and requirements: Requests to be received - no later than 2:00 p.m. on 01/13/2015. Respondents seeking information, clarification, or interpretations from FKAA employees with the exception of the person identified above, are advised that such material is used at the bidder s own risk and the FKAA shall not be bound by any such representations. 1. Respondents are to submit five (5) copies of submittals. Responses must be returned to the below address no later than the date specified in the RFQ documents. ***Submittals must be sent via FedEx or UPS. The United States Postal Service does not deliver to the below address. *** Florida Keys Aqueduct Authority Attn: Purchasing Department 7000 Front St. (Stock Island) Key West FL, 33040 RFQ s received by FKAA after the time and date specified for receipt will not be considered, remain sealed and become the property of the Authority. Respondents shall assume full responsibility for timely delivery at the location designated for receipt of RFQ packages. 2. The top three rated firms, based on selection criteria, may be asked to make presentations and will be notified as to the time and place. In the event of a tie between Respondents submitting an RFQ, additional firms may be required to make presentations. The firms not selected will be notified accordingly in writing. 5

FLORIDA KEYS AQUEDUCT AUTHORITY INDEMNITY, LIABILITY AND INSURANCE REQUIREMENTS INDEMNIFICATION AND HOLD HARMLESS The Contractor covenants and agrees to indemnify and hold harmless the Florida Keys Aqueduct Authority (The Authority) from any and all claims for bodily injury (including death), personal injury, and property damage (including attorney s fees) which arise out of, in connection with, or by reason of services provided by the Contractor or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Contractor or its Subcontractors in any tier, their employees, or agents. GENERAL INSURANCE REQUIREMENTS The successful proposer is responsible for ensuring that all such insurance obtained will extend protection to any subcontractor who may perform any part of this contract or require any such subcontractor to obtain insurance consistent with this section. Such insurance will be required during the entire term of the contract. All proposals shall include proof as evidence of the required insurance. either; Certificate(s) of Insurance or A certified copy of the actual insurance policy (ies). FKAA, at its sole discretion, has the right to request a certified copy of any or all insurance policies required by this section. Required insurance with the FKAA as the certificate holder must be provided prior to commencement of work. Insurance policies must be provided be a company authorized to transact business in the state of Florida and companies must maintain a minimum rating of A-VI, as assigned by the A.M. Best Company. The Commercial General Liability must include FKAA as an additional insured (Note: the proof of insurance included with the proposal does not have to include FKAA as an additional insured. (This will only be required of the awarded proposer). Commercial General Liability with minimum limits of $1,000,000 Combined Single Limit to include, as a minimum: Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage If coverage is provided on a claims made policy, its provisions should include coverage for which claims filed on or after the effect date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by the Authority. Vehicle Liability with combined single limits of $ 500,000 Combined Single Limit (CSL) to cover all vehicles to be used in fulfilling contract. Owned, Non-Owned and Hired Vehicles. Statutory Workers Compensation Benefits with Employer s Liability limits of not less than: (Or proof of exemption) $100,000 Bodily Injury $300,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Professional Liability with minimum limits of not less than $ 500,000 Forward all certificates of insurance to FKAA, Benefits and Risk Manager with bid number, project number or service identified on it. 6