Broward County Commission Regular Meeting
Director's Name: Stephen Farmer (Acting Director)
Department: Finance and Administrative Services Division: Purchasing
Information
Requested Action
title
MOTION TO APPROVE Agreement between Broward County and Standard Insurance Company for Group Long Term Disability Insurance, Request for Proposals (RFP) No. GEN2129113P1, for the Human Resources Division, at no expense to the County, for an initial three-year term; and authorize the Mayor and Clerk to execute same.
body
Why Action is Necessary
In accordance with the Broward County Procurement Code Section 21.47, Award and Execution Authority, the Board shall make all awards, and authorize the execution of the associated contracts, with a value of more than $500,000, inclusive of the value of any renewals or extensions.
What Action Accomplishes
Provides long-term disability insurance group to benefit-eligible employees.
Goal Related Icon(s)
☐County Commission
☐Go Green
☐MAP Broward
Previous Action Taken
None.
Summary Explanation/Background
THE PURCHASING DIVISION AND THE FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT/HUMAN RESOURCES DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION.
The Office of Economic and Small Business Development (OESBD) did not assign County Business Enterprise (CBE) goals for this project (Exhibit 2).
The purpose of this Agreement is to provide comprehensive, fully insured group long-term disability insurance to benefit-eligible employees. The agreement also includes enrollment support and administration services (Exhibit 1).
The RFP was advertised on June 27, 2025, and, at the time of the submittal deadline on August 1, 2025, four firms submitted proposals: Metropolitan Life Insurance Company dba Metlife; Standard Insurance Company (Standard); Unum Life Insurance Company of America (Unum); and USAble Life.
On September 12, 2025, an Initial Evaluation Committee (EC) meeting was held. The EC determined that three of the four firms were both responsive and responsible to the RFP requirements and could proceed to the Final EC meeting to be ranked by the EC. One firm, Unum, was determined by the EC to be non-responsible to the RFP requirements and therefore did not proceed to the Final EC meeting.
On September 22, 2025, a Final EC meeting was held. After presentations, evaluation, scoring, and ranking, the EC named Standard as the first-ranked firm.
The EC’s proposed recommendation of ranking was posted on the Purchasing Division website from September 24 - 26, 2025, which provided an opportunity for any proposer or interested party to file an objection. No objection was received.
The EC’s final recommendation of ranking was posted on the Purchasing Division website from September 29 - October 3, 2025, which provided an opportunity for any aggrieved proposer to file a protest. No protest was received.
On October 3, 2025, in accordance with Procurement Code, Section 21.42, Procedures for RFPs, RLIs, and RFQs, the ranking of the qualified firms became final, and staff proceeded with negotiations.
One negotiation meeting was held on October 6, 2025, to negotiate the Agreement with Standard. The meeting was attended by representatives from Standard, the Human Resources Division (HR), the County Attorney’s Office, and the Purchasing Division.
The Agreement has been approved as to form and legal sufficiency by the County Attorney’s Office. The agreement contains certain non-standard terms for disclosure to the Board regarding exceptions to Enterprise Technology Services Security Requirements, System and Organization Controls (SOC) 2 Type II Report, which requires five Trust Service Principles. Standard has agreed to provide the SOC 2 Type II Report Trust Service Principle for only one principal (Security). Additionally, Standard holds the Information Security Management System ("Information Security Program") ISO 27001:2013 accreditation, which includes a documented and approved Information Security policy with an associated standard and certified by an accredited auditor. HR has accepted this disclosure.
Additional supporting documentation provided to the EC regarding this procurement can be found on the Purchasing Division website at <https://www.broward.org/Purchasing/pages/repository.aspx>
The Agreement period begins upon execution and terminates on December 31, 2028, for an estimated value of $2,768,057 (based on current enrollment). Additionally, the agreement provides for up to one additional two-year extension, for a five-year two-month estimated value of $4,615,096.
Source of Additional Information
Robert E. Gleason, Director, Purchasing Division, (954) 357-6070
Fiscal Impact
Fiscal Impact/Cost Summary
There is no fiscal impact to the County. Group Long Term Disability Insurance are voluntary; premiums are paid in their entirety by benefit-eligible employees who choose to participate in the plan.
Requisition No. HRS0000818