Proposal Solicitation ? 457(b) Plan Recordkeeping and Administration

Agency: Worcester County
State: Maryland
Type of Government: State & Local
NAICS Category:
  • 541611 - Administrative Management and General Management Consulting Services
Posted Date: Dec 19, 2023
Due Date: Jan 25, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Proposal Solicitation – 457(b) Plan Recordkeeping and Administration
Deadline
Thu, 01/25/2024 - 2:30 pm
Detailed Information

Attachment Preview

Worcester County Administration
1 West Market Street, Room 1103
Snow Hill, Maryland 21863
REQUEST FOR PROPOSAL
PROJECT: 457(b) Plan Recordkeeping and Administration
DEPARTMENT:
Human Resources
NAME:
ADDRESS:
VENDOR:
DATE:
TIME:
PROPOSAL OPENING:
Thursday, December 28, 2023
2:30 PM
1
TABLE OF CONTENTS
SECTION I: INTRODUCTION................................................................................................................................................... 3
A. PURPOSE ......................................................................................................................................................................... 3
B. CLARIFICATION OF TERMS...................................................................................................................................... 3
C. QUESTIONS AND INQUIRES ...................................................................................................................................... 3
D. FILLING OUT PROPOSAL DOCUMENTS ................................................................................................................ 3
E. SUBMISSION OF PROPOSAL DOCUMENTS ........................................................................................................... 4
F. OPENING OF PROPOSALS .......................................................................................................................................... 4
G. ACCEPTANCE OR REJECTION OF PROPOSALS .................................................................................................. 4
H. QUALIFICATIONS......................................................................................................................................................... 5
I. DESCRIPTIVE LITERATURE ..................................................................................................................................... 5
J. NOTICE TO VENDORS ................................................................................................................................................. 6
K. PIGGYBACKING............................................................................................................................................................ 6
SECTION II: GENERAL INFORMATION ............................................................................................................................... 7
A. ECONOMY OF PROPOSAL ......................................................................................................................................... 7
B. PUBLIC INFORMATION ACT (PIA) .......................................................................................................................... 7
C. CONTRACT AWARD..................................................................................................................................................... 7
D. AUDIT............................................................................................................................................................................... 7
E. NONPERFORMANCE.................................................................................................................................................... 7
F. MODIFICATION OR WITHDRAWL OF PROPOSAL ............................................................................................. 8
G. DEFAULT......................................................................................................................................................................... 8
H. COLLUSION/FINANCIAL BENEFIT .......................................................................................................................... 8
I. TAX EXEMPTION .......................................................................................................................................................... 8
J. CONTRACT CHANGES ................................................................................................................................................ 9
K. ADDENDUM .................................................................................................................................................................... 9
L. EXCEPTIONS/ SUBSTITUTIONS ................................................................................................................................ 9
M. APPROVED EQUALS .................................................................................................................................................. 10
N. DELIVERY..................................................................................................................................................................... 10
O. INSURANCE .................................................................................................................................................................. 10
P. PROPOSAL EVALUATION ........................................................................................................................................ 10
SECTION III: PROPOSAL SPECIFICATIONS ..................................................................................................................... 11
A. SCOPE ............................................................................................................................................................................ 11
B. PLAN BACKGROUND ................................................................................................................................................. 11
C. PAYROLL ...................................................................................................................................................................... 11
D. ON-SITE SERVICE DAYS ........................................................................................................................................... 11
E. PARTICIPANT AND PLAN ASSET BACKGROUND ............................................................................................. 11
F. PORTABILITY .............................................................................................................................................................. 11
G. SURENDER CHARGES ............................................................................................................................................... 11
H. LOANS ............................................................................................................................................................................ 11
I. ANCILLARY FEES....................................................................................................................................................... 11
J. ATTACHMENTS........................................................................................................................................................... 11
K. QUESTIONS .................................................................................................................................................................. 11
L. AWARD .......................................................................................................................................................................... 11
SECTION IV: EVALUATION AND SELECTION PROCESS .............................................................................................. 12
FORM OF PROPOSAL ............................................................................................................................................................... 13
REFERENCES ............................................................................................................................................................................. 14
EXCEPTIONS .............................................................................................................................................................................. 15
INDIVIDUAL PRINCIPAL......................................................................................................................................................... 16
VENDOR’S AFFIDAVIT OF QUALIFICATION TO BID...................................................................................................... 17
NON-COLLUSIVE AFFIDAVIT................................................................................................................................................ 18
EXHIBIT A ................................................................................................................................................................................... 19
2
SECTION I: INTRODUCTION
A. PURPOSE
1. The purpose of this Request for Proposal Document is for Worcester County (“County”) to
contract a qualified institutional retirement plan provider to administer and communicate the
County’s 457(b) plan in conformity with the requirements contained herein (“Proposal
Document(s)”).
B. CLARIFICATION OF TERMS
1. Firms or individuals that submit a proposal for award of a contract (“Contract”) are referred to as
vendors (“Vendors”) in this document. The Vendor that is awarded the Contract is herein
referred to as the (“Successful Vendor”).
C. QUESTIONS AND INQUIRES
1. Questions must be addressed in writing to the Worcester County Procurement Officer at
nrice@co.worcester.md.us.
2. The last date to submit questions for clarification will be noon on Wednesday, December 20,
2023.
3. Addenda are posted on the County website at https://www.co.worcester.md.us/ under County
Info: Bid Board: at https://www.co.worcester.md.us/commissioners/bids at least five calendar
days before proposal opening.
4. It is the Vendors responsibly to make sure all addenda are acknowledged in their proposal.
Failure to do so could result in the proposal being disqualified.
D. FILLING OUT PROPOSAL DOCUMENTS
1. Use only forms supplied by the County.
2. One unbound original and five bound copies of the proposal form and any required attachments
must be submitted in the solicitation and can be submitted in the same envelope unless otherwise
instructed.
3. Proposal Documents should be complied as follows: (1) Cover letter, (2) Form of Proposal, (3)
References, (4) Exceptions Document and Signed addenda, if necessary (5) Individual Principal
Document, (6) Vendor’s Affidavit of Qualification to Bid, and (7) Non-Collusive Affidavit
4. Where so indicated by the make-up of the Proposal Documents, sums will be expressed in both
words and figures, and in the case of a discrepancy between the two, the amount written in words
will govern. In the event there is a discrepancy between the unit price and the extended totals, the
unit prices will govern.
5. Any interlineation, alteration, or erasure will be initialed by the signer of the Proposal
Documents.
6. Each copy of the Proposal Documents will be signed by the person(s) legally authorized to bind
the Vendor to a contract, using the legal name of the signer. Proposal Documents submitted by
an agent will have a current Power of Attorney attached certifying the agent’s authority to bind
the Vendor.
7. Vendor will supply all information and submittals required by the Proposal Documents to
constitute a proper and responsible completed Proposal Document package.
8. Any ambiguity in the Proposal Documents as a result of omission, error, lack of clarity or non-
compliance by the Vendor with specifications, instructions, and/or all conditions of bidding will
be construed in the light most favorable to the County.
3
E. SUBMISSION OF PROPOSAL DOCUMENTS
1. All copies of the Proposal Documents and any other documents required to be submitted with the
Proposal Documents will be enclosed in a sealed envelope. The envelope will be addressed to the
Worcester County Commissioners and will be identified with the project name: 457(b) PLAN
RECORDKEEPING AND ADMINISTRATION and the Vendor’s name and address. If the
Proposal Documents are sent by mail, the sealed envelope will be enclosed in a separate mailing
envelope with the notation “SEALED PROPOSAL DOCUMENTS ENCLOSED” on the face
thereof.
2. Proposals must be mailed or hand carried to the Worcester County Administration Office, 1
West Market Street, Room 1103, Snow Hill, MD 21863, in order to be received prior to the
announced proposal deadline. Proposals received after said time or delivered to the wrong
location will be returned to the Vendor unopened.
3. Proposals are due and will be opened at the time listed on the front of this Proposal
Document.
4. If you are delivering a proposal in person please keep in mind to allow time to get through
security and into the Administration Office. It is fully the responsibility of the Vendor to ensure
that the proposal is received on time.
5. The County will not speculate as to reasonableness of the postmark, nor comment on the apparent
failure of a public carrier to have made prompt delivery of the proposal.
6. Vendors, or their authorized agents, are expected to fully inform themselves as to the conditions,
requirements, and specifications before submitting Proposal Documents; failure to do so will be
at the Vendor’s own risk.
7. A fully executed Affidavit of Qualification to Bid will be attached to each Proposal Document.
8. Minority vendors are encouraged to participate.
9. All Vendor submitted Proposal Documents will be valid for a minimum of sixty days from the
date of Proposal Document opening.
10. Electronically mailed proposals are not considered sealed proposals and will not be accepted.
F. OPENING OF PROPOSALS
1. Proposal Documents received on time will be opened publicly and Vendor’s names and total
costs will be read aloud for the record.
2. The Contract will be awarded or all Proposal Documents will be rejected within sixty days from
the date of the Proposal Document opening.
G. ACCEPTANCE OR REJECTION OF PROPOSALS
1. Unless otherwise specified, the Contract will be awarded to the most responsible and responsive
Vendor complying with the provisions of the Proposal Documents, provided the proposal does
not exceed the funds available, and it is in the best interest of the County to accept it. The County
reserves the right to reject the Proposal Documents of any Vendor who has previously failed to
perform properly in any way or complete on time contracts of a similar nature; or a Proposal
Document from a Vendor who, investigation shows, is not in a position to perform the Contract;
or Proposal Documents from any person, firm, or corporation which is in arrears or in default to
the County for any debt or contract.
2. Completed Proposal Documents from Vendors debarred from doing business with the State of
Maryland or the Federal Government will not be accepted.
4
3. In determining a Vendor’s responsibility, the County may consider the following qualifications,
in addition to price:
a. Ability, capacity, and skill to provide the commodities or services required within the
specified time, including future maintenance and service, and including current financial
statement or other evidence of pecuniary resources and necessary facilities.
b. Character, integrity, reputation, experience and efficiency.
c. Quality of past performance on previous or existing contracts, including a list of current
and past contracts and other evidence of performance ability.
d. Previous and existing compliance with laws and ordinances relating to contracts with the
County and to the Vendor’s employment practices.
e. Evidence of adequate insurance to comply with Contract terms and conditions.
f. Statement of current work load and capacity to perform/provide the Goods and/or
Services.
g. Explanation of methods to be used in fulfilling the Contract.
h. The Vendor, if requested, will be prepared to supply evidence of its qualifications, listed
above, and its capacity to provide/perform the Goods and/or Services; such evidence to
be supplied within a specified time and to the satisfaction of the County.
4. In determining a Vendor’s responsiveness, the County will consider whether the Proposal
Document conforms in all material respects to the Proposal Documents. The County reserves the
right to waive any irregularities that may be in its best interest to do so.
5. The County will have the right to reject any and all Proposal Documents, where applicable to
accept in whole or in part, to add or delete quantities, to waive any informalities or irregularities
in the Proposal Document received, to reject a Proposal Document not accompanied by required
Bid security or other data required by the Proposal Documents, and to accept or reject any
Proposal Document which deviates from specifications when in the best interest of the County.
Irrespective of any of the foregoing, the County will have the right to award the Contract in its
own best interests.
H. QUALIFICATIONS
1. The Vendor must be in compliance with the laws regarding conducting business in the State of
Maryland.
All Vendors shall provide a copy Certificate of Status from the Maryland Department of
Assessments and Taxation, evidencing the Vendor is in good standing with the State of Maryland.
See https://sdatcert1.resiusa.org/certificate_net/ for information on obtaining the Certificate of
Status. Certificates of status are not available for trade names, name reservations, government
agencies, sole proprietorships, and some other accounts as these are not legal entities and thus
are not required for these categories of Vendors. For more information on the Certificate of
Status please see http://www.dat.state.md.us/sdatweb/COSinfo.html .
2. Worcester County reserves the right, at its sole discretion, to extend the date this documentation
must be provided. The Vendor’s inability to provide this documentation could result in the
proposal being rejected.
I. DESCRIPTIVE LITERATURE
1. The proposed descriptive literature fully describing the product bid is what is intended to be
included as the price. Failure to do so may be cause for rejection of the proposal.
5

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/08/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/06/2024

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 5/08/2024

Follow MK70 SPACER Active Contract Opportunity Notice ID N0017424Q0054 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/30/2024