19
505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax: 559.741.4886 Chair, Ad Hoc Committee for Retirement Benefits Reneé Whitson Board of Directors Executive Officers President Scott Jacobsen 1 st Vice President Reneé Whitson 2 nd Vice President David Lari Treasurer Harroll Wiley Corporate Secretary Doug Bartsch Executive Director-At-Large Past President Lynn Knudson Directors Don Goodyear Betty Johnson Mari Kalashian Hon. Nathan Leedy Justin Levine Chief Robert Masterson JD Medina BJ Perch Joe Pinto Greg Price Guadalupe Solis Chief Executive Officer Daryn Davis April 23, 2018 Dear Prospective Bidders, The ProYouth Board of Directors is pleased to issue this Request for Proposals to provide retirement benefits for our employees. Founded in 1991, we are a well-established and growing non-profit, 501(c)(3) corporation serving over 15,000 students in Central California with high quality expanded learning programs. The Board of Directors believes that adding retirement benefits to our benefits package will serve our students by enhancing our competitiveness in seeking the highest qualified applicants and support retention of our best employees. Please review the attached package carefully. We have crafted this RFP and process to ensure transparency and fairness. Proposals are due June 8, 2018. Thank you in advance for your interest and we look forward to partnering with you. Sincerely, Reneé Whitson Chair, Ad Hoc Committee for Retirement Benefits

505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

505 N. Court Street

Visalia, CA 93291

Phone: 559.374.2030

Fax: 559.741.4886

Chair, Ad Hoc Committee for

Retirement Benefits

Reneé Whitson

Board of Directors

Executive Officers

President

Scott Jacobsen

1st Vice President

Reneé Whitson

2nd Vice President

David Lari Treasurer

Harroll Wiley

Corporate Secretary

Doug Bartsch

Executive Director-At-Large

Past President

Lynn Knudson

Directors

Don Goodyear

Betty Johnson Mari Kalashian

Hon. Nathan Leedy

Justin Levine Chief Robert Masterson

JD Medina

BJ Perch Joe Pinto

Greg Price

Guadalupe Solis

Chief Executive Officer

Daryn Davis

April 23, 2018

Dear Prospective Bidders,

The ProYouth Board of Directors is pleased to issue this Request for

Proposals to provide retirement benefits for our employees.

Founded in 1991, we are a well-established and growing non-profit, 501(c)(3)

corporation serving over 15,000 students in Central California with high

quality expanded learning programs. The Board of Directors believes that

adding retirement benefits to our benefits package will serve our students by

enhancing our competitiveness in seeking the highest qualified applicants and

support retention of our best employees.

Please review the attached package carefully. We have crafted this RFP and

process to ensure transparency and fairness.

Proposals are due June 8, 2018.

Thank you in advance for your interest and we look forward to partnering

with you.

Sincerely,

Reneé Whitson

Chair, Ad Hoc Committee for Retirement Benefits

Page 2: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

2

REQUEST FOR PROPOSAL (RFP)

403(b) Retirement Plan Advisory Services

April 23, 2018

ProYouth

505 North Court Street

Visalia, CA 93291

ATTN: Reneé Whitson, First Vice President, Board of Directors, ProYouth

Proposal Deadline

One (1) original marked “Original”, three (3) copies marked “Copy”, and an emailed readable electronic

version formatted in Microsoft Word must be received on or before June 8, 2018 by 5:00pm.

Proposals received after the time and date stated above shall not be considered.

This RFP Includes

I. General Information

II. Description of Proposals Expected

III. Description of ProYouth

IV. Scope of Work

V. RFP Process and Requirements

VI. Awards

VII. Proposal Format

VIII. Evaluation Criteria

IX. Special Instructions to Offerors

X. Appendix A: Title Page

XI. Appendix B: Terms and Conditions

XII. Appendix C: Independent Price Determination, Lobbying, No Sanctions, and Drug Free

Workplace Certification

XIII. Appendix D: RFP Checklist

XIV. Appendix E: Evaluation Criteria

Section I. General Information

This document constitutes a Request for Proposal (RFP) via competitive proposals from qualified

individuals or organizations to perform the Scope of Work set forth herein. This request is an offer by

ProYouth to purchase, in accordance with the terms and conditions of this RFP, the services and products

proposed by the successful Offeror. Offerors are expected to carefully read the entire Request for

Proposal.

Proposals must be in the actual possession of ProYouth on or before the exact time and date indicated

above. Proposals received after the published time will be disqualified. Four (4) total copies of proposal,

with one marked “Original” and the other three (3) marked “Copy”, must be submitted in a sealed

envelope properly addressed to:

Page 3: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

3

ProYouth

Attn: Reneé Whitson, First Vice President, ProYouth

505 North Court Street

Visalia, CA 93291

Additionally, a readable electronic version of the proposal, formatted in Microsoft Word, must be emailed

to Melisa Prins, Regulatory Compliance Director, on behalf of Reneé Whitson, First Vice President:

To: [email protected]

cc: [email protected]

Each Offeror, by submission of signed proposal, agrees to each and every term and condition set forth

within this RFP and to be bound thereby. ProYouth reserves the right to amend these requirements, accept

or reject any or all changes to the contract, and is not bound to accept the lowest total bid. The contract

will commence on the date of award. The contract will be for a term of two (2) years with the option for

two (2) additional two-year (2-year) renewal clauses. The vendor must present ProYouth with their

contract renewal terms no later than ninety (90) days prior to contract termination. If the option to renew

is not exercised, the contract will continue on a month-to-month basis until vendor is notified by

ProYouth of a new award.

Bidder Questions:

Any questions related to this Request for Proposal shall be directed in the following manner:

Melisa Prins, Regulatory Compliance Director, on behalf of Reneé Whitson, First Vice President:

To: [email protected]

cc: [email protected]

All questions must be received by May 7, 2018. Official answers to all written questions will be provided

via amendment to this RFP to all potential bidders by May 11, 2018.

RFP Schedule:

• RFP Available to the public April 23, 2018

• Questions Deadline May 7, 2018

• Summary of Questions sent to Bidders May 11, 2018

• Proposals due June 8, 2018

• Proposals reviewed for completeness June 11, 2018

• Short list established June 15, 2018

• Bidders notified June 18, 2018

• Interviews/Presentations with short-listed Bidders scheduled To be determined

• Award of Contract To be determined

• Contract begins To be determined

Definitions:

For the purposes of this RFP, the following terms have the meanings indicated:

1. “Agency” means ProYouth

2. “Board of Directors”, “Board”, and “Trustees” means the ProYouth Board of Directors.

3. “Ad Hoc Committee” and “Committee” means the ProYouth Board of Directors Ad Hoc

Committee for Retirement Benefits.

Page 4: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

4

4. “Offeror”, “Bidder”, “Vendor”, “Contractor”, “Entity”, “Firm”, and “Organization” are used

interchangeably through this Request for Proposal to mean the person, corporation, or other entity

submitting a Proposal in response to the Request for Proposal.

5. “Proposal” and “Bid” are used interchangeably to mean an individual’s or entity’s offer to

perform the work described in this Request for Proposal.

6. “RFP” means Request for Proposal. The contract will be awarded to the responsible bidder whose

Proposal is most advantageous to the agency, with price and other factors considered.

7. “ERISA” means the Employee Retirement Income Security Act of 1974.

8. “FINRA” means the Financial Industry Regulatory Authority.

Section II. Brief Description of Proposals Expected

This document constitutes a Request for Proposal (RFP), from qualified individuals and organizations to

perform the Scope of Work as set forth herein. This request is an offer by ProYouth to purchase, in

accordance with the terms and conditions of this RFP, the services and products proposed by the

successful Offeror.

1. The Offeror shall provide a proposal, in accordance with all terms and conditions of the RFP, to

offer expert advisory and consulting services supporting the efficient administration of

ProYouth’s employee benefit IRS qualified retirement profit sharing and 403(b) plan.

2. The offer to acquire and award a contract is contingent on receiving final approval of the award

from ProYouth’s Board of Directors.

Section III. Brief Description of ProYouth

ProYouth, a California 501(c)(3) non-profit organization, delivers out-of-school expanded learning

programs at fifty sites throughout Central California. ProYouth’s programs include the HEART program,

serving grades kindergarten through fifth; EGDE, serving grades six through eight; and XL, serving

grades nine through twelve. ProYouth also provides Agricultural Science and Robotics/Engineering

programs at twenty-five elementary schools on a contract basis and partners with law enforcement to

provide Insight, its signature gang prevention/intervention program, at fourteen middle schools. All

combined, ProYouth serves over 15,000 students annually. Additionally, ProYouth is a meal provider

under the Child and Adult Care Food Program (CACFP/USDA) and the Summer Food Service Program

(SFSP/USDA) and serves over 650,000 meals per year.

ProYouth performs these services through approximately sixty full-time staff, four hundred part-time

staff, and fifty educational contractors/specialists. ProYouth is an equal opportunity provider. ProYouth’s

Expanded Learning Programs and Super Snack Meal Program are funded in part through state and federal

grant awards. As such, ProYouth, and the vendors with whom it contracts, must certify compliance with

state and federal legislation and regulations as detailed within this RFP.

Section IV. Scope of Work

4.1 The Contractor shall understand and agree that no quantity of service is guaranteed under the

contract and that ProYouth does not guarantee that the contractor’s services will be utilized to any

degree.

4.2 Contractor will act as fiduciary for the plan following ERISA requirements under such capacity

and will provide advice and assistance reviewing ProYouth’s 403(b) program on a continuing

Page 5: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

5

basis to ensure that those plans are in compliance with state and federal requirements and their

adequacy of benefits with respect to other plans.

4.3 Contractor shall provide, in addition to those listed below, administrative services including:

annual discrimination testing; paying agent services; quarterly employee holdings statements

preparation and issuance; investment fund review, recommendation, and/or replacement;

monitoring of state, ERISA, and IRS regulations for adherence to qualification status; initiate and

submit required ERISA updates to the plan document; host annual meeting with ProYouth plan

participants informing them of updates and/or changes to investments; and host semi-annual

meetings with ProYouth’s Trustees.

4.4 Contractor will recommend alternative benefit designs or delivery systems as dictated by

emerging plan costs or benefit practices.

4.5 The firm should specialize in, or have a separate division that specializes in, retirement plans.

4.6 Contractor should be a registered investment advisor who can provide written acceptance of co-

fiduciary status under ERISA.

4.7 Contractor’s investment materials have been reviewed by FINRA. A copy of FINRA’s opinion

letter should be available for review.

4.8 Contractor should be able to provide investment materials that have been reviewed by outside

legal counsel for compliance with ERISA.

4.9 Contractor will provide a secure, online self-service portal where employees will have access to

their own confidential information; host an interactive, intuitive, and participant-friendly website

including the ability to monitor, track, obtain reports, and transfer funds daily; and maintain a

secure, online portal for the organization to access, update, and monitor necessary participant

information.

4.10 Contractor will prepare and distribute the Summary Plan Description, prepare the trust document

and file plan updates with the IRS for acceptance. Contractor will issue proper fee disclosure

information as required to both employer and participants.

4.11 Contractor will work with the organization to develop or make ERISA/IRS compliant changes to

the plan design as needed.

4.12 Contractor will prepare the annual audit, receive the annual census, and prepare and file the

annual IRS 5500 tax return.

4.13 Contractor will monitor eligibility and terminations, and administer asset rollovers, pay outs, and

any other distribution needs.

4.14 Contractor will provide a written retainer agreement or service contract detailing the services they

provide.

4.15 Host and maintain an active toll-free hotline for participant inquiries.

4.16 Provide online or manual enrollment kits for new employees.

4.17 Provide a vehicle for accepting biweekly deposits of participant and agency plan asset funds.

4.18 Provide annual prospectuses on funds available for investment.

Page 6: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

6

4.19 Maintain adequate levels of fiduciary insurance coverage.

Section V. RFP Processes and Requirements

5.1 ProYouth is committed to selecting the most competitive offer for contract award but does not

base its evaluation solely on price. ProYouth reserves the right to award a contract to an Offeror

who may not necessarily be the lowest bidder based upon cost comparison. The contract will be

awarded to the Offeror whose Proposal is responsive to this RFP and is most advantageous to the

organization, price and other factors considered. Any or all bids may be rejected when it is in the

interest of ProYouth to do so.

5.2 No extensions to the response deadline will be granted on an individual basis. If ProYouth

determines that the response time it has provided is inadequate for the preparation of complete

proposals, or if amendments issued have materially changed the proposal requirements, it may, at

its option, extend the opening date by amendment to all Offerors.

5.3 Any proposals received after the exact time specified for receipt will not be considered unless it is

received before the award is made and it was sent by registered or certified mail, no later than the

fifth calendar day prior to the date specified for the receipt of proposals (e.g., a proposal

submitted in response to this RFP requiring receipt of proposals by the 20th of the month must

have been mailed by the 15th of the month or earlier). The only acceptable evidence to establish

the date of mailing of a late proposal sent either by registered or certified mail is the postmark. If

the postmark is illegible, the proposal shall be deemed to have been mailed late.

5.4 All Offerors agree that their proposals are a firm offer to sell the proposed services to ProYouth.

Once submitted, all offers must remain valid for 90 days. No offer may be withdrawn after the

due date for a period of 90 days.

5.5 Prior to due date, Offerors may withdraw their proposals by notifying Reneé Whitson in writing

of their intent to do so.

Section VI. Awards

6.1 The Offeror shall have the capability and the requisite experience and expertise to provide

services for ProYouth in accordance with the provisions and requirements set forth herein. The

Offeror shall understand and agree that no quantity of service is guaranteed under the contract.

6.2 In the performance of the services set forth herein, the Offeror shall expressly understand and

agree that a contract exists between the Offeror and ProYouth upon approval and acceptance of a

proposal. In addition, the Offeror understands and agrees that the contract shall be performed on

behalf of ProYouth who will be responsible for the administration of the contract and which has

designated the Trustees of the Retirement Plan as its agent in such matters. Therefore, the

contractor shall permit the Trustees to review all records and activities performed by the

contractor as would otherwise be normally provided to ProYouth under the terms of the contract.

6.3 ProYouth reserves the right to select and award a contract based upon the whole proposal, by line

item, or by part. ProYouth may reject any or all portions of any proposal or reject all proposals

and reissue the RFP.

6.4 Those portions of an Offeror’s proposal which are separable, will be treated as separable. No

exclusivity must exist in the proposal. The Offeror will not make any portion of its proposal

Page 7: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

7

contingent on the acceptance of any other separable part, the whole of the proposal, or the

acceptance of its chosen subcontractors.

6.5 Timeline of Review

• RFP Available to the public April 23, 2018

• Questions Deadline May 7, 2018

• Summary of Questions sent to Bidders May 11, 2018

• Proposals due June 8, 2018

• Proposals reviewed for completeness June 11, 2018

• Short list established June 15, 2018

• Offerors notified June 18, 2018

• Interviews/Presentations with sort-listed Offerors scheduled To be determined

• Award of Contract To be determined

• Contract begins To be determined

Section VII. Proposal Content and Format Requirements

The following are the proposal requirements. A screening committee will review the completeness of the

response to the RFP. Those proposals deemed complete will be evaluated by the ProYouth Board of

Directors Ad Hoc Committee for Retirement Benefits.

7.1 One signed original and three (3) copies of the proposal shall be submitted. Additionally, one

readable electronic version formatted in Microsoft Word shall be submitted.

7.2 The original copy of the proposal shall be clearly labeled “Original.” The copies of the proposal

shall be labeled “Copy.”

7.3 If your organization is subject to the Single Audit requirement set forth in the Code of Federal

Regulations (CFR), Title 2, Part 200, Subpart F, a copy of the organization’s most recent Single

Audit must be submitted.

7.4 The material shall be complete, organized, easy to follow, and related to the RFP.

7.5 ProYouth will not provide any reimbursement for the cost of developing or presenting materials

in response to this RFP.

7.6 Failure to include the following information may have a negative impact on the evaluation of the

Offeror’s proposal. The proposal shall include at least the following information:

• Firm name, address, telephone number, fax number, and email address.

• Firm Representative or other person to contact for clarification of any item contained in

the proposal. Include the telephone number, fax number, and email address if different

from above.

• Federal Tax ID Number

• A list of two (2) minimum verifiable client references of similar scope and industry. This

list may include current and former clients (with reason for cancellation if applicable), all

of whom are able to comment on the Offeror’s related experience. Include the following:

o Reference Name (Company/Organization and Contact Name and Title)

o Reference Contact Information (phone number, fax number, and email address)

o Description of Services Provided

Page 8: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

8

• The Offeror shall list all subcontractors that will be used in the delivery of services

pursuant to this contract.

• The Offeror will include a cost proposal specifically reflecting the method of determining

charges for work performed. The Offeror may use fee-for-service or time and materials

approaches relevant to the scope of work in their cost bid. Costs may include a set

monthly billing estimated on the services to be delivered as per above.

7.7 Proposals must include the following documents and must adhere to the following page limits.

• Title Page— 1-page limit (Appendix A)

• Terms and Conditions— 1-page (Appendix B)

• Independent Price Determination, Lobbying, No Sanctions, and Drug Free Workplace

Certification— 3-pages (Appendix C)

• Table of Contents/RFP Checklist— 1-page (Appendix D)

• Executive Summary— 1-page limit

• Firm Description and Qualifications— 15-page limit

o Historical record and experience

o Evidence of organization’s ability to successfully perform the scope of work

o Key personnel and Qualifications

o Tulare County-based Contact Person

o Services and web-based projects offered

o Plan of Action

• Cost Proposal— no page limit

• List of Subcontractors— no page limit

• Client References— no page limit

• Optional Pages—2-pages

o A maximum of two (2) pages of information not included, nor requested in this

RFP may be submitted, if you feel it may be useful and applicable to this request.

7.8 Submitted proposals must adhere to the following formatting requirements:

• Page size: 8.5” x 11”

• Font size: 12-point

• Margins: One (1) inch

• Pages: Single-sided, numbered sequentially

Section VIII. Evaluation Criteria

The following criteria will be used to evaluate all proposals:

8.1 Fee structure proposed including fund asset fees to be charged to the plan or participants.

Describe your fee structure in detail.

8.2 Historical record with regard to return on investment and selection of asset group.

8.3 Depth of personnel with requisite skill and experience to deliver proposed services.

8.4 Depth of staff providing support and back-up.

8.5 Services and web-based projects offered as resources for ProYouth.

8.6 A demonstrated plan of action for service providers to expediently gain solutions to our service

needs in issues which may be beyond their relevant experience level or authority.

Page 9: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

9

See Appendix E for additional information regarding the Evaluation Criteria.

Section IX. Special Instructions to Offerors

9.1 The Offeror shall notify ProYouth of any use of subcontractors to provide the requested services

for ProYouth. The Offeror agrees and understands that no subcontract which the Offeror enters

into, with respect to performance under this contract shall, in any way, relieve the Offeror of any

responsibility for performance of his duties.

9.2 All Offerors agree that they shall defend, indemnify, and hold ProYouth, its officers, employees,

and agents harmless from and against all claims which arise out of the Offeror’s performance,

negligence, or actions if its officers, employees, and agents in the performance of this contract.

9.3 ProYouth will settle all bills within thirty (30) days of receipt.

9.4 ProYouth will not pay for any goods or services that it has not received at the time of billing.

9.5 All documents required to execute the proposal and contracts must be signed by an authorized

officer of both ProYouth and the Offeror.

9.6 ProYouth reserves the right to terminate the contract at any time for the convenience of ProYouth

without penalty or recourse, by giving written notice to the successful Offeror at least thirty (30)

days prior to the effective date of termination. The Offeror will be entitled to receive just and

equitable compensation for that work completed prior to the effective date of termination.

9.7 The Offeror shall comply with the Americans with Disabilities Act of 1990 (Public Law 101-226)

which prohibits discrimination on the basis of physical or mental disabilities in delivery contract

services or in the employment of qualified individuals.

9.8 The Offeror will provide ProYouth with the names of personnel who will be assigned to fulfill the

contract together with an organization chart showing their relative positions in the company and

brief resumes of each individual.

9.9 The terms and conditions of this contract will be interpreted in accordance with the common and

statutory laws of the State of California and applicable sections of the Uniform Commercial

Code.

9.10 Any change in the contract including the Scope of Work described herein, whether by

modification or supplementation, must be accomplished by a formal contract amendment signed

and approved by and between the duly authorized representatives of the Offeror and ProYouth.

Any such amendment shall specify an effective date, any increases or decreases in the amount of

the Offeror’s compensation, if applicable, and entitled as “Amendment” and signed by the parties

identified in the preceding sentence. The Offeror expressly and explicitly understands and agrees

that no other method and/or no other document, including correspondence, acts, and oral

communications by or from any person shall be used or construed as an amendment,

modification, or supplementation to the contract.

9.11 ProYouth reserves the right to immediately cancel, terminate, or reject the whole or any part of

the contract due to failure of the Offeror to carry out any term, promise, or condition of the

contract.

Page 10: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

10

9.12 ProYouth will issue a written notice of cancellation to the Offeror for acting for failing to act in

any of the following.

• The Offeror fails to adequately perform the services required in the contract.

• The Offeror provides personnel that do not meet the requirements of the contract.

• The Offeror attempts to impose on ProYouth personnel that are of an unacceptable

quality.

• The Offeror fails to furnish the required product within the time stipulated in the contract.

• The Offeror fails to make progress in the performance of the requirements of the contract

and/or give ProYouth a positive indication that the Offeror cannot or will not perform the

requirements of the contract.

• If ProYouth cancels the contract pursuant to this clause, ProYouth reserves all rights and

claims to damage for breach of contract.

9.13 All payroll taxes, liability, and worker’s compensation insurance, and benefits required of the

Offeror are the sole responsibility of the Offeror. The Offeror understands that an

employer/employee relationship does not exist under this contract. Prior to commencing services

under this contract, the contractor must furnish ProYouth certification from insurer(s) for

coverage in the minimum amounts as stated below. The coverage shall be maintained in full force

and effect during the term of this contract and shall not serve to limit any liabilities or any other

contractor obligations.

• General liability, including: comprehensive form, premises operations, contractual and

personal injury.

• Limits of liability minimum for each occurrence:

o Bodily Injury: per person $1,000,000, per occurrence $2,000,000

o Property Damage: $1,000,000

o Bodily Injury and Property Damage, combined: $1,000,000

The above limits must be in place for the duration of the contract.

Page 11: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

11

ProYouth

403(b) Retirement Plan Advisory Services

Request for Proposal

Appendix A: Title Page

Name of Firm/Organization

Address of Firm/Organization

Firm/Organization Website

Name and Title of Contact Person

Phone and Fax number of Contact

Person

Email address of Local Contact

Person

Federal Tax ID Number

Tulare County Office Address

The Authorized Representative of the above-named firm certifies to the best of their knowledge and belief

that the information provided to ProYouth in the submitted proposal is true and accurate. If awarded the

contract, the firm agrees to adhere to the offer of services included in the proposal, and the Scope of

Work, and Terms and Conditions of the RFP.

Signature of Authorized Representative

Typed Name and Title

Date

Page 12: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

12

ProYouth

403(b) Retirement Plan Advisory Services

Request for Proposal

Appendix B: Terms and Conditions

I, the Authorized Representative, recognize that the we must meet all required Terms and Conditions as

stated below. If we are unable, this proposal will be considered null and automatically rejected. The

Terms and Conditions are:

1. I am authorized by my Board of Directors, Trustees, other legally qualified officer, or

as the owner, of this organization, firm, or business, to submit this proposal.

2. We are not currently on any Federal, State of California, or local Debarment Lists.

3. We will provide records to show that we are fiscally solvent, as requested.

4. We have, or will have, all of the fiscal control and accounting procedures needed to

ensure that ProYouth funds will be used as required by law and contract.

5. We have additional funding sources and will not be dependent on ProYouth funds

alone.

6. We will meet all applicable Federal, State and local compliance requirements. These

include, but are not limited to:

• Records accurately reflect actual performance

• Maintaining record confidentiality, as required

• Reporting financial, participant, and performance data, as required

• Complying with Federal and State non-discrimination and civil rights provisions

• Meeting all applicable labor laws

• Meeting all applicable state and federal laws and regulations

We hereby assure that we will comply with all of the above statements in this agreement.

Signature of Authorized Representative

Typed Name and Title

Date

Page 13: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

13

ProYouth

403(b) Retirement Plan Advisory Services

Request for Proposal

Appendix C: Independent Price Determination, Lobbying,

No Sanctions, and Drug Free Workplace Certification

By submission of this proposal, the bidder certifies and in the case of a joint proposal, each party thereto

certifies as to its own organizations, that in connection with this procurement:

INDEPENDENT PRICE DETERMINATION

1. The prices in this bid have been arrived at independently, without consultation, communication, or

agreement, for the purpose of restricting competition, as to any matter relating to such prices with

any other bidder or with any competitor.

2. Unless otherwise required by law, the prices that have been quoted in this proposal have not been

knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid

submittal, directly or indirectly to any other bidder or to any competitor.

3. No attempt has been made or will be made by the bidder to induce any person or firm to submit or

not to submit a proposal for the purpose of restricting competition.

LOBBYING

As required by Section 1352, Title 31 of the U. S. Code, and implemented at 34 CFR Part 82, for a

person entering into a grant or cooperative agreement over $100,000, as defined at 34 CFR Part 82,

Sections 82.105 and 82.110, the applicant certifies that:

1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,

to any person for influencing or attempting to influence an officer or employee of any agency, a

member of Congress, an officer or employee of Congress, or an employee of a member of

Congress in connection with the making of any federal grant, the entering into of any cooperative

agreement, and the extension, continuation, renewal, amendment, or modification of any federal

grant or cooperative agreement;

2. If any funds other than federal appropriated funds have been paid or will be paid to any person for

influencing or attempting to influence an officer or employee of any agency, a Member of

Congress, an officer or employee of Congress, or an employee of a Member of Congress in

connection with this federal grant or cooperative agreement, the undersigned shall complete and

submit Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with these

instructions; and

3. The undersigned shall require that the language of this certification be included in the award

documents for all subawards at all tiers (including subgrants, contracts under grants and

cooperative agreements, and subcontracts) and that all subrecipients shall certify and disclose

accordingly.

DEBARMENT AND SUSPENSION

Entities are subject to the non-procurement debarment and suspension regulations implementing

Executive Orders 12549 and 12689, 2 CFR part 180. These regulations restrict awards, sub-awards, and

contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for

participation in Federal assistance programs or activities.

Page 14: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

14

The prospective Contractor certifies to the best of its knowledge and belief, that it and its principals:

1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any Federal department or agency;

2. Have not within a three-year period preceding this proposal been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in connection with

obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or

contract under a public transaction; violation of Federal or State antitrust statutes or commission

of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false

statements, or receiving stolen property;

3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity

(Federal, State or local) with commission of any of the offenses enumerated in the above

paragraph of this certification; and

4. Have not within a three-year period preceding this application/proposal had one or more public

transactions (Federal, State or local) terminated for cause or default.

5. Where the prospective vendor is unable to certify to any of the statements in this certification,

such prospective vendor shall attach an explanation to this proposal.

DRUG FREE WORKPLACE

The bidder certifies that it will continue to provide a drug-free workplace as required by the State Drug-

Free Workplace Act of 1990 (Government Code Section 8350 et. Seq.) and the Federal Drug-Free

Workplace Act of 1988, and implemented at Title 34, Code of Federal Regulations (34 CFR), Part 85,

Subpart F, for grantees, as defined at 34 CFR, Part 85, sections 85.605 and 85.610.

THE PERSON SIGNING THE PROPOSAL DOCUMENTS CERTIFIES:

The bidder is the person in the bidder's organization responsible within that organization for the decision as

to the prices being offered herein or that the bidder has been authorized in writing to act as agent for the

persons responsible for such decisions in certifying that such persons have not participated and will not

participate, in any action contrary to the above Independent Price Determination sections (1) through (3).

The bidder has not participated, and will not participate, in any action contrary to (1) through (3) above

Independent Price Determination sections (1) through (3).

AND, AS THEIR AGENT, DOES HEREBY CERTIFY:

Signature of Authorized Representative

Typed Name and Title

____________________

Date

Page 15: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

15

ProYouth

403(b) Retirement Plan Advisory Services

Request for Proposal

Appendix D: RFP Checklist/Table of Contents

It is the bidder’s responsibility to ensure all required elements and forms are included in the submitted

proposal.

One (1) original labeled “Original” and three (3) copies labeled “Copy” must be submitted. One

readable electronic version formatted in Microsoft Word must also be submitted.

Pages must be single-sided and numbered.

One copy of the organization’s most recent audited financial statements must be submitted, if

applicable.

The following lists the order of documents that must be included in the proposal package. This may also

be used as a checklist to help ensure submission of a complete RFP.

1. Title Page

2. Terms and Conditions

3. Independent Price Determination, Lobbying, No Sanctions, and Drug Free Workplace

Certification

4. Table of Contents/RFP Checklist

5. Executive Summary

6. Firm Description and Qualifications

a. Historical record and experience

b. Evidence of organization’s ability to successfully perform the scope of work

c. Key personnel and staff

d. Services and web-based projects

e. Plan of Action

7. Cost Proposal

8. List of Subcontractors

9. Client References

10. Optional Two (2) Pages

Page 16: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

16

ProYouth

403(b) Retirement Plan Advisory Services

Request for Proposal

Appendix E: Evaluation Criteria

Submitted proposals will be reviewed for completeness as they are received. Those proposals deemed to

be complete will then be carefully reviewed and analyzed by the ProYouth Board of Directors Ad Hoc

Committee for Retirement Benefits. The capabilities and solutions proposed by each vendor will be

evaluated utilizing the Evaluation Matrix, below, to ensure a comprehensive comparison of the vendors’

offerings.

Once proposals are reviewed and compared, three to four finalists will be selected from among the

candidate pool. The finalists will represent the proposals that best address the RFP’s unique objectives

and overall circumstances.

Finalists will then be given another opportunity to present the highlights of their offering in person at a

designated time and location.

The analysis phase will conclude with the selection of the plan’s vendor.

EVALUATION MATRIX CRITERIA

The following Matrix has been developed to evaluate each Request for Proposal to the specific objectives

of the plan. This evaluation criteria includes vendor experience, service team and model, service

commitments, administrative capabilities, investment platform and capability to perform all the services

required by the plan, among others.

ERISA imposes a fiduciary duty on plan sponsors to prudently select and monitor the plan’s vendor and

ensure that the fees charged to the plan relating to the vendor’s services are reasonable. Conducting a

vendor search every three to five years helps the plan sponsor satisfy these responsibilities. While the

vendor search process may initially seem burdensome, following a few best practices can mitigate the

inconveniences, and the benefits quickly overwhelm the burdens.

MATRIX TOOL EXPLAINED

Legend:

Column 1: Category

Column 2: Importance Weight

Column 3: Provider Value

Column 4: Total (Column 2 x Column 3) = Column 4

Page 17: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

17

COLUMN 3: PROVIDER VALUE

A value will be assigned to each provider’s response to each category of information requested by our

RFP. The ProYouth Board of Directors Ad Hoc Committee for Retirement Benefits will assign a provider

value from 0 to 5 for that provider’s response for a category. A 0 is the lowest rating that can be given and

a 5 is the highest.

• For example, ProYouth may judge that the information the provider XYZ supplies about

their firm’s organization and history is extremely complete and useful to ProYouth and

that it carries a value of 4.

On the other hand, ProYouth may determine that the information XYZ provides about

Client Service and Quality Assurance is vague and leaves many questions unanswered,

earning a value of 2 from ProYouth.

While the provider’s response may be technically complete, the information it supplies may be of little

value to ProYouth’s organization or plan. In that case, the Provider Value assigned would be toward the

lower end of the spectrum. The entire 0–5 scale will be utilized as needed.

The ProYouth Board of Director’s Ad Hoc Committee will thoroughly review a provider’s RFP response

and ensure a Provider Value is assigned in Column 3 for each Category. This process will continue for all

providers who have responded to the RFP.

COLUMN 4: TOTAL

In Column 4, the Ad Hoc Committee will determine a provider’s “score” for each category of information

requested in the RFP. A total score for the provider’s entire proposal will then be calculated.

As noted above, the Total in Column 4 will be calculated by multiplying the Importance Weight (Column

2) assigned to the Category (Column 1) by the Provider Value assigned upon review of the RFP (Column

3). This process will be used to calculate the total score for each category.

• Example: for Customer Service and Quality Assurance, if ProYouth entered 15 in

Column 2 and 2 in Column 3, the value in Column 4 would be 30 (15 x 2 = 30).

Once the total score has been calculated for each category, all the values in Column 4 will be added

together for that provider’s final Proposal Score. This process will continue until the Proposal Scores

have been determined for all providers who responded to the RFP. All RFP responses will be reviewed in

their entirety before a short list of finalists are selected and notified.

A perfect score on the Evaluation is 500.

Page 18: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

18

Request for Proposal

Evaluation Matrix

CATEGORY

IMPORTANCE

WEIGHT

(MUST ADD UP TO 100)

PROVIDER

VALUE

(0-5)

TOTAL

Column 1 Column 2 Column 3 Column 4

Organization and History 5

Customer Service and Quality

Assurance 15

Recordkeeping/Administration 5

Company Stock/Investments 10

Regulatory Services 5

Skilled Personnel 5

Reporting 5

Participant Access (web, mobile,

VRS, call center, etc.) 10

Communications and

Education 10

Implementation 10

Systems Capabilities and Hardware 10

References 5

Expenses 5

TOTAL 100

Page 19: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 Fax · 2018. 5. 10. · Fax: 505 N. Court Street Visalia, CA 93291 Phone: 559.374.2030 559.741.4886 Chair, Ad Hoc Committee

19

CHOOSING THE FINALISTS

As noted above, perfect score on the Evaluation Matrix would be 500. Once each provider’s total

Proposal Score has been calculated, the three or four providers with the highest scores will be selected as

the finalists.

NOTIFYING THE RESPONDENTS

ProYouth acknowledges that developing responses to RFPs takes a considerable amount of time and

effort. As a courtesy, each respondent will be notified as to whether:

• The minimum standards were met in their response

• They were selected as a finalist

If a provider is selected as a finalist, a discussion as to next steps and the timing of those next steps will

be part of the conversation. Next steps may include such activities as site visits, follow up questions and

responses, a formal presentation, contractual discussions, refinement of investment, and service

recommendations, etc.