Loading...
HomeMy WebLinkAboutR-03-0228J-03-119 02/27/03 0 3— 228 2 8 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER APPROVING THE FINDINGS OF THE EVALUATION COMMITTEE PURSUANT TO RFLI NO. 02-03-032, THAT THE MOST QUALIFIED FIRMS TO PROVIDE INSURANCE BROKERAGE SERVICES IN RANK ORDER ARE: (1) BROWN AND BROWN, INC., (2) SUMMIT GLOBAL PARTNERS, INC., AND (3) ARTHUR J. GALLAGHER AND COMPANY; AUTHORIZING THE CITY MANAGER TO NEGOTIATE A PROFESSIONAL SERVICES AGREEMENT, WITH BROWN AND BROWN, INC., THE TOP-RANKED FIRM, FOR AN INITIAL PERIOD OF ONE YEAR, WITH THE OPTION TO EXTEND THE AGREEMENT FOR ONE ADDITIONAL ONE-YEAR PERIOD, IN AN ANNUAL AMOUNT NOT TO EXCEED $110,000; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AN AGREEMENT WITH THE OTHER FIRMS, IN THE EVENT NEGOTIATIONS FAIL WITH THE TOP-RANKED FIRM; DIRECTING THE CITY MANAGER TO PRESENT THE NEGOTIATED AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO THE CITY COMMISSION FOR REVIEW AND CONSIDERATION. WHEREAS, the City of Miami issued RFLI No. 02-03-032 seeking qualified and experienced firms for the provision of insurance brokerage services for the Department of Risk Management; and WHEREAS, Risk Management requires the services of a qualified and experienced insurance broker to assist in the management of the City's insurance and self-funded programs, and to provide such services as the review, analysis, recommendation, CITY COMMISSION MEETING OF FEF 2 7 ZC03 Resolution No. 03- 228 and placement of all insured and self-funded programs in the areas of property, casualty and liability, group health and life coverage, as well as processing policy change endorsements, policy review and audits, and monitoring claims; and WHEREAS, the Evaluation Committee evaluated the proposals received and ranked Brown and Brown, Inc. as the top ranked firm, and recommended that the City Manager negotiate and execute a professional services agreement with the top-ranked firm; and WHEREAS, the Committee further recommended that should negotiations fail with Brown and Brown, Inc., the City Manager should negotiate an Agreement with Summit Global Partners, Inc., the second -ranked firm, and Arthur J. Gallagher & Co., the third -ranked firm, respectively; and WHEREAS, the City Manager will present the negotiated agreement to the City Commission for review and consideration; and WHEREAS, funds for said services will be allocated from Account Code No. 515001.624401.6.650, for said services; and WHEREAS, the City Manager concurred with the recommendation of the Evaluation Committee; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Page 2 of 4 n, �R Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The recommendation of the City Manager to approve the findings of the Evaluation Committee pursuant to RFLI No. 02-03-032, that the most qualified firms to provide insurance brokerage services in rank order are: (1) Brown and Brown, Inc. (2) Summit Global Partners, Inc., and (3) Arthur J. Gallagher & Co., is accepted. Section 3. The City Manager is authorizedll to negotiate a Professional Services Agreement, with Brown and Brown, Inc., the top-ranked firm, for an initial period of one year with the option to extend the Agreement for one additional one-year period, in an annual amount not to exceed $110,000. Section 4. The City Manager is further authorizedll to negotiate an Agreement with the second -ranked firm, then the third -ranked, respectively, in the event negotiations fail with the top-ranked firm. Section S. The City Manager is directed'I to present the negotiated Agreement, in a form acceptable to the City Attorney, to the City Commission for review and consideration. 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable provisions of the City Charter and Code. Page 3 of 4 3- 228 Section 6. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.V PASSED AND ADOPTED this 27th day of February , 2003. MANUEL A. DIAZ, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing in the designated place provided, said legislation now beconwg effectiye with the elapse of ten (10). days from the date of commission action regarding same; without the Mayor exercising a vote. Priscilla A. Thdmpson,-City Ce ATTEST: PRISCILLA A. ` i11%JAPJ-SN CITY CLERK APPROVED AS TQ FORM AND tECTNESS:C/ RDRO VILARELLO ATTORNEY W6900:tr:AS:BSS zi If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 4 of 4 itis. CITY OF MIAMI, FLORIDA 13 INTER -OFFICE MEMORANDUM Honorable Mayor and To : Members of a Com Sion FROM: oe Arriola City Manager RECOMMENDATION DATE : FEB - 4 2LT3 FILE: SUBJECT: RFLI # 02-03-032: Insurance Brokerage Services REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached resolution, approving the findings of the Evaluation Committee pursuant to RFLI #02-03-032, Insurance Brokerage Services; authorizing the City Manager to negotiate and execute a professional services agreement with Brown and Brown, Inc., the top ranked firm, for one (1) year, with the option to extend for four (4) additional one (1) year periods, for an annual amount not to exceed $110,000.00, with funding provided from Account Code 515001.624401.6.650. BACKGROUND The City of Miami issued RFLI #02-03-032 for Insurance Brokerage Services to secure a broker to assist in the management of the City's various insurance and self-funded programs. Services would include, but not be limited to, the review, analysis, recommendation, and placement of all insured and self-funded programs in the areas of property, casualty and liability, group health and life coverage, as well as processing policy change endorsements, policy review and audits, and monitoring claims. Services would also be required to manage insurances currently held by the City, and for insurances being sought by the City during the term of the contract. The Evaluation Committee ("Committee`) evaluated the four (4) proposals received, and recommended Brown and Brown, Inc. as the top ranked firm to provide said services. Should negotiations fail with the top ranked firm, the Committee recommendedAhe City negotiate with the second -ranked firm, Summit Global Partners, Inc. followed by Arthur 3. Gallagher & Co. CAG/R�7 7N)tF 03- 228 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Carlos A. Gimenez City Manager FROM: "_'o_1 j/�z'�4 Elliott Fixier, Administrator Department of Risk Management DATE: January 27, 2003 FILE: SUBJECT: Insurance Brokerage Services REFERENCES: ENCLOSURES: The City of Miami's Department of Risk Management has verified that funding is available for the provision of insurance brokerage services, by the top ranked firm, Brown and Brown, Inc., pursuant to RFLI #02-03-032, Insurance Brokerage Services, for one (1) year, with the option to extend for four (4) additional one (1) year periods. Funding for insurance brokerage services, for the initial one year term, in an amount not to exceed $110,000, can be found in Accorumber 515001.624401.6.650. Budget Approval:_".1-< Q, -i Marcelo Penha, Acting Director/ esignee ate EF/bw W W a� !O ,roc �Jt�l1i1� =`�ti 9f��4 03- 228 a - ACCEPTANCE OF CITY MANAGER AND EVALUATION COMMITTEE'S RECOMMENDATION RFLI # 02-03-032 ITEM: Insurance Brokerage Services DEPARTMENT: Risk Management TYPE: Tenn Contract REASON: It is recommended that Brown and Brown, Inc., the top ranked firm, provide Insurance Brokerage Services for the Department of Risk Management and authorizing the City Manager to negotiate and execute a Professional Services Agreement; further recommending that should negotiations fail with the top ranked firm, proceed to negotiate with the second and third ranked firms, as necessary in rank order, until a contract is acceptable to the City; for an initial one (1) year, with the option to extend for four (4) additional one (1) year periods, for an annual amount not to exceed $110,000.00; allocating funds therefore from the Department of Risk Management, Account Code No. 515001.62 4401.6.6 50. �j Acting Director of Purchasing Date AwardRFLI02-03-032InsurBroker 03- 228 rrw% Iru. . 1i:1-ti�53 1t:10o� F/Op I=uazy 26, 2003 Chy of W"Md AZ= JoWMb Attlols Ow 3500 Psa Amaricm Drip bfmci, M 33133-5564 M- RM 02-03-032 - Lv=mca Brolmw Srnires Dew J&. Aw;ofa: jam ;tlj ;dm 01:34PM P1 T-750 P.201/005 F -1T/ As Cb Wpeman of the Evslu than Coraomttee Crotmtuittee7 fat Tba above sarvixs for am City of )rm= , it is mY rm=-b tY to osw Oa fimingc and reawramMico of fisc Cov=uw— The City imed an RM for Ituutsa w Brokaa,ge Savicea on Demba 6s 2002. and boar (4) rasp== were recerred by Decetaber 30, ZOOZ 1be Lwaluatioa C=mitm ("Commiaee'), appoimd by the Cit► Mamso, met an Jany 7, 2003 and Jmmy 24, 2003, and was con pitiocd of the i+oMwiaog is dl"daals: !. Elliott F3ix11�. lliak �amagstae�t Admiais�ar 2. Jobn PdMo, Risk >>VBauapu ms Coasub nt 3. Stuazt A. ?14yas, Choc, F�peit Advisor oat $iak Afamagemttu The C a=mitl= d iseussed the w acus o f ibe four (4) ova aad vapotm Ve Fop=* sd evga*W each puraat to the Mr's R= Fo&ming diacussica sad ddhaacan. the C=mz*mee reooaaneads the falkwiag tbreo (3) Pwpown, ia. =* aider. t. Brava azdDclo lac. 2. Sit 01+oba1 Psaums, I= S. Att,y' sr J. Qallsrhm dt Co. Sbould con== ncgotmm= fat wn& flus top ranked Srm. Draw and Bravro, Inc., d* Comaatlse saoaummads rise Cisy negama with dbe secs rzabd Sm sad so on, umrsl a mpfuftd cacbact is tadsbc sy m dw Cny. Should you sonsvr wish ana• zeeemaeead:tia� plum ixtdfoax balaar. Onb" of the Bvwuad= Cammamc. I would him to aloe ibis oppaeamity io d+mkyou for ailumn us w paw in this wacdnwWc andoecwm for *e City ofMiwai. 03-- 228 CITY OF MIAMI, FLORIDA EVALUATION OF RFLI NO. 02-03-032 Insurance Brokerage Services Raters # 1: Elliott Fixler, Risk Management Administrator # 2: John Petillo, Risk Management Consultant # 3: Stuart A. Myers, Chair, Expert Advisor on Risk Management } / ' �� Approved by: . l' Approved by: Michael A. Rath, Acting Director Chief Procurement Officer Date: 2 • ` V Director / Designee 03- 228 Rater 1 Rater 2 Rater 3 Total Average Rankin Brown and Brown, Inc. 28.00 33.00 33.00 94.00 31.33 1 Summit Global Partners, Inc. 30.00 27.00 27.00 84.00 28.00 2 Arthur J. Gallagher & Co. 28.00 27.00 27.00 82.00 27.33 3 AON Risk Services 14.00 13.00 13.00 40.00 13.33 4 Raters # 1: Elliott Fixler, Risk Management Administrator # 2: John Petillo, Risk Management Consultant # 3: Stuart A. Myers, Chair, Expert Advisor on Risk Management } / ' �� Approved by: . l' Approved by: Michael A. Rath, Acting Director Chief Procurement Officer Date: 2 • ` V Director / Designee 03- 228