HomeMy WebLinkAboutProfessional Service AgreementPROFESSIONAL SERVICES AGREEMENT
This Agreement is entered into this _ day of 2008 (but effective as of
January 1, 2008) by and between the City of'Miaimi, a municipal corporation of the State of
Florida ("City") and Brown and Brown of Florida, Inc., a Florida corporation ("Provider"").
RECITAL
A. The City has issued a Request for Letters of Interest ("RFLI") for the provision of
insurance brokerage services ("Services") and Provider's proposal ("Proposal"), in response
thereto, has been selected as the most qualified proposal for the provision of the Services. The
RFLI and the Proposal are sometimes referred to herein, collectively, as the Solicitation
Documents, and are by this reference incorporated into and made a part of this Agreement.
B. The Commission of the City of Miami, by Resolution No. , adopted
on approved the selection of Provider and authorized the City Manager to
negotiate an agreement with an initial period of one (1) year with the option to extend the
agreement for four (4) additional one (1) year periods; and
C The Commission of the City of Miami, by Resolution No. , adopted
on , authorized the City Manager to execute this Agreement under the
terms and conditions set forth herein.
NOW, THEREFORE, in consideration of the mutual covenants and promises herein
contained, Provider and the City agree as follows:
TERMS
1. RECITALS: The recitals are true and correct and are hereby incorporated into and
made a part of this Agreement.
2. TERM: The term of this Agreement shall be for one (1) year, commencing on the
effective date hereof.
3. OPTION TO EXTEND: The City shall have tfie option to extend the term hereof
for four (4) additional one (1) year periods, subject to availability and appropriation of funds.
City Commission approval shall not be required
4. SCOPE OF SERVICE:
A. Provider agrees to provide the Services as specifically described, and under the
special terms and conditions set forth in Attachment "A" hereto by this reference is incorporated
into and made a part of this Agreement.
B. Provider represents and warrants to the City that: (i) it possesses all qualifications,
licenses and expertise required under the Solicitation Documents for the performance of the
Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of
permit fees, occupational licenses, etc., nor in the performance of any obligations to the City;
(iii) all personnel assigned to perform the Services are and shall be, at all times during the term
hereof, fully qualified and trained to perform the tasks assigned to each; and (iv) the Services
will be performed in the manner described in Attachment "A".
5. COMPENSATION:
A. The amount of compensation payable by the City to Provider shall be based on
the rates and schedules described in Attachment "B" hereto, which by this reference is
incorporated into this Agreement; provided, however, that in no event shall the amount of
compensation exceed $106,250.00 per year. The annual fee shall be inclusive of all fees and
costs payable by the City to Provider for Services.
B. Unless otherwise specifically provided in Attachment "B", payment shall be made
within forty-five (45) days after receipt of Provider's invoice, which shall be accompanied by
CoM:Brown & Brown Proressinal Service Agrcemenr 2
sufficient supporting documentation and contain sufficient detail, to allow a proper audit of
expenditures, should City require one to be performed.
6. OWNERSHIP OF DOCUMENTS: Provider understands and agrees that any
information, document, report or any other material whatsoever which is given by the City to
Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terns
of this Agreement is and shall at all times remain the property of the City. Provider agrees not to
use any such information, document, report or material for any other purpose whatsoever without
the written consent of City, which may be withheld or conditioned by the City in its sole
discretion. During this Agreement and for at least ten (10) subsequent years, Provider shall
provide City access to all files and records maintained on City's behalf.
7. AUDIT AND INSPECTION RIGHTS:
A. The City may, at reasonable times, and for a period of up to three (3) years
following the date of final payment by the City to Provider under this Agreement, audit, or cause
to be audited, those books and records of Provider which are related to Provider's performance
under this Agreement. Provider agrees to maintain all such books and records at its principal
place of business for a period of three (3) years after final payment is made under this
Agreement.
B. The City may, at reasonable times during the term hereof, inspect Provider's
facilities and perform such tests, as the City deems reasonably necessary, to determine whether
the goods or Services required to be provided by Provider under this Agreement conform to the
terms hereof and/or the terms of the Solicitation Documents, if applicable. Provider shall make
available to the City all reasonable facilities and assistance to facilitate the performance of tests
or inspections by City representatives. All tests and inspections shall be subject to, and made in
accordance with, the provisions of Section 18-100 of the Code of the City of Miami, Florida, as
same may be amended or supplemented, from time to time.
CoM:Brown & Brown Professinal service Agreement 3
8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it
has not employed or retained any person or company employed by the City to solicit or secure
this Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee,
commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection
with, the award of this Agreement.
9. PUBLIC RECORDS: Provider understands that the public shall have access, at all
reasonable times, to all documents and information pertaining to City contracts, subject to the
provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public
to all documents subject to disclosure under applicable law. Provider's failure or refusal to
comply with the provisions of this section shall result in the immediate cancellation of this
Agreement by the City.
10. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Provider
understands that agreements between private entities and local governments are subject to certain
laws and regulations, including laws pertaining to public records, conflict of interest, record
keeping, etc. City and Provider agree to comply with and observe all applicable laws, codes and
ordinances as they may be amended from time to time.
11. INDENINIFJCATION: Provider shall indemnify, defend and hold harmless the
City and.its officials, employees and agents (collectively referred to as "Indemnitees") and each
of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including
attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to
or death of any person or damage to or destruction or loss of any property arising out of,
resulting from, or in connection with {i) the performance or non-performance of the Services
contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in
whole or in part, by any act, omission, default or negligence (whether active or passive) of
Provider or its employees, agents or subcontractors (collectively referred to as "Provider"),
CoM:Brown & Brown Professinal Service Agreement 4
regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent
or contributing) by any act, omission, default or negligence (whether active or passive) of the
Indemnitees, or any of them or (ii) the failure of the Provider to comply with any of the
paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other
regulations or requirements of any governmental authority, federal or state, in connection with
the performance of this Agreement. Provider expressly agrees to indemnify and hold harmless
the Indemnitees, or any of them, from and against all liabilities which may be asserted by an
employee or former employee of Provider, or any of its subcontractors, as provided above, for
which the Provider's liability to such employee or former employee would otherwise be limited
to payments under state Workers' Compensation or similar laws.
12. DEFAULT: If Provider fails to comply with any term or condition of this Agreement,
or fails to perform any of its obligations hereunder, then Provider shall be in default. Upon the
occurrence of a default hereunder the City, in addition to all remedies available to it by law, may
immediately, upon written notice to Provider, terminate this Agreement whereupon all payments,
advances, or other compensation paid by the City to Provider while Provider was in default shall
be immediately returned to the City. Provider understands and agrees that termination of this
Agreement under this section shall not release Provider from any obligation accruing prior to the
effective date of termination. Should Provider be unable or unwilling to commence to perform
the Services within the time provided or contemplated herein, then, in addition to the foregoing,
Provider shall be liable to the City for all expenses. incurred by the City in preparation and
negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -
procurement of the Services, including consequential and incidental damages.
13. RESOLUTION OF CONTRACT DISPUTES: Provider understands and agrees that
all disputes between Provider and the City based upon an alleged violation of the terms of this
Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to
CoM:Brown & Brown Proressinal Service Agreement 5
Provider being entitled to seek judicial relief in connection therewith. In the event that the
amount of compensation hereunder exceeds $50,000.00, the City Manager's decision shall be
approved or disapproved by the City Commission. Provider shall not be entitled to seek judicial
relief unless: (i) it has first received City Manager's written decision, approved by the City
Commission if the amount of compensation hereunder exceeds $50,000.00, or (ii) a period of
sixty (60) days has expired, after submitting to the City Manager a detailed statement of the
dispute, accompanied by all supporting documentation (ninety (90) days if City Manager's
decision is subject to City Commission approval); or (iii) City has waived compliance with the
procedure set forth in this section by written instruments, signed by the City Manager.
14. CITY'S TERMINATION RIGHTS:
A. The City shall have the right to terminate this Agreement, in its sole discretion, at
any time, by giving written notice to Provider at least =five (5) business days prior to the effective
date of such termination. In such event, the City shall pay to Provider compensation for Services
rendered prior to the effective date of termination. In no event shall the City be liable to
Provider for any additional compensation, other than that provided herein, or for any
consequential or incidental damages.
B. The City shall have the right .to terminate this Agreement, without notice to
Provider, upon the occurrence of an event of default hereunder. In such event, the City shall not
be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts
received while Provider was in default under this Agreement. -
15. INSURANCE: Provider. shall, at all times during the term hereof, maintain such
insurance coverage as stated in Attachment D, which is incorporated by reference and made a
part of this Agreement. All such insurance, including renewals, shall be subject to the approval
of the City for adequacy of protection and evidence of such coverage shall be fumished to the
City on Certificates of Insurance indicating such insurance to be in force and effect and
CoM:Brown & Brown Professinal Service Agreement 6
providing that it will not be canceled during the performance of the Services under this contract
without thirty (30) calendar days prior written notice to the City. Completed Certificates of
Insurance shall be filed with the City prior to the performance of Services hereunder, provided,
however, that Provider shall at any time upon request file duplicate copies of the policies of such
insurance with the City.
If, in the judgment of the City, prevailing conditions warrant the provision by Provider of
additional liability insurance coverage or coverage which is different in kind, the City reserves
the right to require the provision by Provider of an amount of coverage different from the
amounts or kind previously required and shall afford written notice of such change in
requirements thirty (30) days prior to the date on which the requirements shall take effect.
Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty
(30) days following the City's written notice, this Contract shall be considered terminated on the
date that the required change in policy coverage would otherwise take effect.
16. NONDISCRIMINATION: Provider represents and warrants to the City that Provider
does not and will not engage in discriminatory practices and that there shall be no discrimination
in connection with Provider's performance under this Agreement on account of race, color, sex,
religion, age, handicap, marital status or national origin. Provider further covenants that no
otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age,
handicap, marital status or national origin, be excluded from participation in, be denied Services,
or be subject to discrimination under any provision of this Agreement.
17. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT
PROGRAM: The City has established a Minority and Women Business Affairs and
Procurement Program (the "M/WBE Program") designed to increase the volume of City
procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE
Program is found in Ordinance No. 10062, a, copy of which has been delivered to, and receipt of
COM:Brown & Brown Proressinal Service Agreement 7
which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall
have the right to terminate and cancel this Agreement, without notice or penalty Io the City, and
to eliminate Provider from consideration and participation in future City contracts if Provider, in
The preparation and/or submission of the Proposal, submitted false of misleading information as
to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of
minority or women owned business participation-
18.
articipation18. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in
pari, without the prior written consent of the City's, which may be withheld or conditioned, in
the City's sole discretion.
19. NOTICES: All notices or other communications required under this Agreement shall
be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return
receipt requested, addressed to the other party at the address indicated herein or to such other
address as a party may designate by notice given as herein provided. Notice shall be deemed
given on the day on which personally delivered; or, if by mail, on the fifth day after being posted
or the date of actual receipt, whichever is earlier.
If to Provider: If to City:
Sieve Farmer Pedro G. Hernandez, City.Manager
Brown and Brown of Florida, Inc. City of Miami
220 South Ridgewood Avenue 3500 Pan American Drive
Daytona Beach, FL 32114 Miami, Florida 33133
With copies to:
Jorge L. Fernandez, City Attorney
City of Miami
444 S.W. 2nd Avenue, Suite 945
Miami, Florida 33130
LeeAnn R. Brehm, Director of Risk
Management
City of Miami
444 S.W. 2nd Avenue, Ninth Floor
Miami, Florida 33130
CoM:Brown & Brown Professinal Service Agreement 8
20. MISCELLANEOUS PROVISIONS:
A. This Agreement shall be construed and enforced according to the laws of the State
r
of Florida.
B. Title and paragraph headings are for convenient reference and are not a part of
this Agreement.
C. No waiver or breach of any provision of this Agreement shall constitute a waiver
of any subsequent breach of the same or any other provision hereof, and no waiver shall be
effective unless made in writing.
D. Should any. provision, paragraph, sentence, word or phrase contained in this
Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the State of Florida or the City of Miami, such provision,
paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to
conform with such laws, or if not modifiable, then same shall be deemed severable, and in either
event, the remaining terms and provisions of this Agreement shall remain unmodified and in full
force and effect or limitation of its use.
E. This Agreement constitutes the sole and entire agreement between the parties
hereto. No modification or amendment hereto shall be valid unless in writing and executed by
properly authorized representatives of the parties hereto.
21. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties
hereto, their heirs, executors, legal representatives, successors, or assigns.
22. INDEPENDENT CONTRACTOR: Provider has been procured and is being
engaged to provide Services to the City as an independent contractor, and not as an agent or
CoM:Brown & Brown Profminal Smice Agreement 9
employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or
benefits under the Civil Service or 'Pension Ordinances of the City, nor any rights generally
afforded classified or unclassified employees. ,Provider further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to Provider,
and agrees to provide workers' compensation insurance for any employee or agent of Provider
rendering Services to the City under this Agreement.
23. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the
availability of funds and continued authorization for program activities and the Agreement is
subject to amendment or termination due to lack of funds, reduction of funds and/or change in
regulations, upon thirty (30) days notice.
24. REAFIRMATION OF REPRESENTATIONS: Provider hereby reaffirms all of the
representations contained in the Solicitation Documents.
25. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and
only agreement of the parties relating to the subject matter hereof and correctly set forth the
rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises,
negotiations, or representations not expressly set forth in this Agreement are of no force or
effect.
27. PERSONNEL: Provider agrees to assign the personnel specified in Attachment C,
which is incorporated by reference and made a part to this Agreement, to perform the Services
listed in Attachment A of this Agreement. It is understood that the involvement of a consultant in
the City's risk management and insurance program in no way lessens or changes Provider's
duties and responsibilities.
INTENTIONALLY LEFT BLANK
CoM:Brown & Brown Proressinal Service Agreement 10
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed by their respective officials thereunto duly authorized, this the day and year above
written.
"Provider"
ATTEST: Brown and Brown of Florida, Inc,
a Florida corporation
BY:
Print Name: Print Frame:
Title: Corporate Secretary Title: President
"City"
CITY OF MIAMI, a municipal
ATTEST: corporation
By:
Priscilla A. Thompson, City Clerk Pedro G. Hernandez, City Manager
APPROVED AS TO FORM AND APPROVED AS TO INSURANCE
CORRECTNESS: REQUIREMENTS:
Jorge L. Fernandez LeeAnn R. Brehm, SPHR
City Attorney -- - ..-- --Risk-Managem-cent-Di-r-ector --
CoM:Brown & Brown Professinal Service Agreement I I
ATTACHMENT A — SCOPE OF SERVICES
I. PURPOSE
This is an Agreement for specified Services whereby the City retains Provider and
Provider accepts the City's retainer, to perform insurance brokerage services as more
fully set forth below.
II. PROVIDER'S DUTIES
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 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 Agreement.
Attachment E, which is incorporated by reference and made a part hereof, depicts the
insurance coverages to be handled within the Agreement for insurance brokerage
services. In addition to the insurance coverages specified in Attachment E, Provider shall
provide to the City the following Services:
1. Act as City's insurance broker regarding the negotiation of coverage terms and
premiums, and the placement of coverage with insurers.
2. Review the insurance policies for compliance with the insurers' proposals and City's
specifications and obtain revisions when needed in a timely manner.
3. Check the accuracy of each binder, certificate, endorsement, premium audit or
adjustment or other document received from City's insurers and obtain revisions
when needed in a timely manner.
4. Promptly submit originals of the insurancd;policies and endorsements to City.
5. Prepare certificates of insurance as requested by City.
6.- P-repare a schedule of City's insurance-po-lici.es-including_the_name of the insurer,
policy number, term, limits, summary of coverages provided, deductibles/retentions
and the estimated annual premium.
7. Keep City informed of changing conditions in the insurance marketplace.
8. Monitor the financial strength of the insurers providing City's coverages' and inform
City of adverse developments. Provider to provide City with information available
from authorities evaluating or monitoring insurance companies.
CoM:Brown & Brown Professinal Service Agreement 12
9. Develop and execute an insurance coverage marketing strategy. However, Provider
will not approach any insurance company on behalf of the City without the express
written consent of the City.
10. Assist City in developing and maintaining the underwriting information necessary to
market the insurance coverages.
11. Provide loss control assistance, including risk evaluation by Provider's loss control
specialists for no less than 4 hours each month.
12. Monitor the loss control assistance provided by City's insurers, evaluate the
recommendations submitted by the insurers and negotiate amendments, if
appropriate.
13_ Provide detailed loss data both directly from the insurer and from Provider's own
database on a monthly basis with an annual recap of all losses.
14. Analyze City's loss data to determine trends in causes, types of injuries and sites of
incidents. A report, including graphics, is to be provided on a quarterly basis.
15. Provide reserves estimates and basis of their computation in a form which is
satisfactory to City's auditors for year end audit purposes for workers' compensation
and general liability where the City is self-insured.
16. ,'Monitor the claims services provided by City's insurers and assist City in adjusting
and settling claims including the preparation of proofs of loss on a timely basis.
17. Develop and monitor procedures to assist City in submitting timely reports of values.
18. Attend meetings with City's personnel as may reasonably be requested by City.
19. Review contracts as requested by City, comment on the insurance hold/harmless
indemnification, subrogation and other risk transfer provisions therein, and obtain
revisions to City's insurance policies as required.
20. Furnish continuing advice and counsel to City as appropriate, including but not
limited to, alternate methods for meeting the City's requirements for its insurance
programs.
21. Provide any other Services as normally and customarily required of an insurance
broker for a public entity.
III. REPORT
No later than ninety days prior to the expiration of the term of this Agreement, Provider
shall submit a written report to City detailing Provider's activities conducted for the City
during the current term. The report shall include a statement of the approximate time
spent by each brokerage employee on City's account during the current term, a discussion
CoM:Brown d Brown Proressinal Service Agreement 13
of any known problems and recommendations for solutions to those problems. The
report shall also include a proposal for services for a subsequent term, an insurance
coverage marketing strategy and a listing of objectives to be accomplished. If however,
this Agreement is not renewed, Provider shall provide City with a summary of
outstanding items, including endorsements not yet received by Provider which have been
ordered from the insurance company and Provider shall submit all original policies and
any additional documentation necessary for the City to transfer the City `s insurance
programs to another insurance broker.
CoM:Brown & Brown Professinal Service Agreement 14
ATTACHMENT B —COMPENSATION
As full compensation to Provider for the Services rendered hereunder, City shall pay
Provider an annual fee of $106.250, of which one-fourth, $26.563, shall be remitted to
Provider on a quarterly basis. In the event that the City exercises its option to extend this
Agreement as provided in Section 3 of this Agreement, the annual fee for the optional
year(s) shall be $106,250.
It is the intent of both parties to this Agreement that the annual fee is the sole
remuneration to the Provider relating to the Services described in Attachment A.
Provider is to disclose any remuneration received from insurers, wholesalers,
intermediaries, affiliated companies and subsidiary companies regarding the insurance
coverages specified in Attachment E, or any additional coverage subsequently bound on
behalf of the City by Provider during the terms and extended term of this Agreement, and
all such remuneration will be credited against the annual fee.
Charges for any additional Services not covered in this Agreement will be negotiated in
advance and may require approval by the City Manager and/or City Commission.
COM:BroN'n & Brown Proressinal Service Agreement 15
ATTACHMENT C — PROVIDER'S PERSONNEL
Provider shall assign the lollowing personnel to provide Services specified in this Agreement:
NAME
Steve Farmer
Theresa Schwab. AAI, CPIW
Pam Thompson, CIC
Ara Morales, AAI
Denise Gordon, AIC, ACSR
Tommy Rhodes, CIC
Patty Raudenbush, PCA, AIC; CPSR
TITLE
Vice President
Sr. Account Manager
Vice President
Account Manager
Claims Manager
Marketing Manager
Financial Analyst
Upon approval by the City, Provider may assign or change such other personnel as Provider deems
necessary to provide the Services to the City. In such event, Provider shall replace the personnel listed
above, with qualified and experienced personnel.
Provider's notification that it is assigning additional or changing personnel shall be by a letter sent. to
the City Manager, who shalt, by letter, notify Provider of his/her acceptance or rejection of the
persojinel assigned by Provider to provide Services. Such decision by the City Manager shall not
require additional City Commission approval.
ATTACHMENT D — PROVIDER'S INSURANCE
Provider agrees to maintain in full force and effect the following policies of insurance
during the term of this Agreement:
TYPE
Workers Compensation
LIMITS OF LIABILITY
Statutory
Employers Liability $1.000.000 Each Acc., Bodily Injury
$1.000",000 Each Employee, Disease
$1.000.000 Policy Limit, Disease
Commercial General Liability
Business Auto Liability
Umbrella Liability
Errors & Omissions
$1,000,000 Each Occurrence
$2,000.000 General Aggregate
$1.000.000 Each Accident
S10.000.000 Each Occurrence
$10.000.000 Aggregate
510.000,000 Each Occurrence
$10,000,000 Aggregate
Provider shall submit a certificate or certificates evidencing the coverages in a form
satisfactory to City. Said certificates(s) shall provide for thirty (30) days notice to City
prior to cancellation, non -renewal or material change of any insurance required by this
Agreement.
Receipt of deficient certificates by City, or.by any of City's representatives, does not
constitute a waiver of Provider's obligation tp fulfill the insurance requirements herein.
COM:Srown & Brown Professinal Service Agreement 16
,a QRo CERTIFICATE OF LIABI
PRODUCER
brown & Brown of Florida, Inc.
Daytona Beach Office
P.O. Box 2412
Daytona Beach FL 32115-2412
Phone:386-252-9601 Fax:386-239-5729
BROWN b BROWN INC ETAL
P 0 BOX 2412
DAYTONA BEACH FL 32115
COVERAGES
INbU _ —
INSURER E'
DATE (MWDONYYY)
12/05/07
NFORMATION
2TIFICATE
EXTEND OR
.ICIES BELOW-
, NAIC
Amo 25674
UGSLHU'1ION UI. OPbNA IIUND ILUL.A IIUND1 VCr11V4CJ I UL.LUOAHYJ AVUCU Or CNUUMt 4MrN 11 JYLI.IAL YKVIIIJIVNJ
CERTIFICATE HOLDER IS ADDITIONAL INSURED ON THE GENERAL LIABILITY AS
RESPECTS ACTS OF NEGLIGENCE ARISING OUT OF OPERATIONS OF THE NAMED INSURED.
CERTIFICATE HOLDER CANCELLATION
CI,TYM_ 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
CITY OF MIAMI- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
494 S W 2ND AVE 9TH FL _ _ REPRESENTATNES.-- ------_
MIAMI FL 33130 A RLz RESE ATIV
ACORD 25 12001/08) D ACORD CORPORATION 1988
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REOUIREJNENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES- AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER
LIC EFFECTIVE P Lf Y PIRATIpN
OATS MMIOO/YY DATE IMWP DYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
S I , Doc, 000
�PREMISES (Ea occlpence)
3300,000
A X L COMMERCIAL GENERAL LIABILITY 6305355C242 07/19/07 07/19/08
CLAIMS MADE XI OCCUR
MED EXP (Arty one person)
1 S 5,000
X EBL CLAIMS MADE
PERSONAL & ADV INJURY
3 1 000 000
GENERAL AGGREGATE
S 1 , 000,000
GENL AGGREGATE LIMIT APPLIES PER
PRODUCTS . COMPIOP AGG
S 2 000,000
POLICY JECTT LOC
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
ANY AUTO
(Ea accidert)
GODLY INJURY
ALL OWNED AUTOS
SCHEOULEDAUTOS
(Per person)
S
BODILY INJURY
S
HIRED AUTOS
NON -OWNED AUTOS
(Per acadert)
PROPERTY DAMAGE
S
•
(Per eccudert)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
S
OTHER THAN EA ACC
S
ANY AUTO
AUTO ONLY: AGG
S
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
$
OCCUR FICLAIMS MADE
AGGREGATE
i
DEDUCTIBLE
S
RETENTION S
WORKERS COMPENSATION AND
TORY LIMITS ER
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
S
ANY PROPRIETOWPARTNERIEXECUTIVE
E.L. DISEASE - EA EMPLOYE
S
OFFICER/MEMBER EXCLUDED?
Iyas, describe urWer
E.L. DISEASE - POLICY LIMIT
S
SPECIAL PROVISIONS balow
OTHER
UGSLHU'1ION UI. OPbNA IIUND ILUL.A IIUND1 VCr11V4CJ I UL.LUOAHYJ AVUCU Or CNUUMt 4MrN 11 JYLI.IAL YKVIIIJIVNJ
CERTIFICATE HOLDER IS ADDITIONAL INSURED ON THE GENERAL LIABILITY AS
RESPECTS ACTS OF NEGLIGENCE ARISING OUT OF OPERATIONS OF THE NAMED INSURED.
CERTIFICATE HOLDER CANCELLATION
CI,TYM_ 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
CITY OF MIAMI- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
494 S W 2ND AVE 9TH FL _ _ REPRESENTATNES.-- ------_
MIAMI FL 33130 A RLz RESE ATIV
ACORD 25 12001/08) D ACORD CORPORATION 1988
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE
Storage Tank Liability
Underground Storage Tank Dedicated Limits
Each Incident
Policy Aggregate
Deductible Each Incident
Aboveground Storage Tank Dedicated Limits
Each Incident
Policy Aggregate
Deductible Each Incident
Each Incident
Policy Aggregate
Defense Expense
Deductible Each incident
Lawrence Storm Water #93 EPA #9501588
Storm Water Pumping Station EPA #9501589
Aviation Helicopter Liability
Liability including Passengers each occurrence
Liability including Passengers each passenger
Medical Expense including Crew each person
Physical Damage Insured Value
Deductible while aircraft in motion
Deductible while aircraft not in motion
Business Auto - City of Miami Mayors Office
Liability
Personal Injury Protection
Medical Payments
Uninsured Motorists
Comprehensive ACV less $500 Deductible
Collision ACV less $500 Deductible
2006 Ford Escape $26,001
2006 Ford Escape $26,001
S1,000,000
$2,000,000
$25,000
$1,000, 000
$2,000,000
$25,000
$1,000,000
$1,000,000
$1,000,000
$5,000
$5,000,000
$1,000,000
$5,000
$1,700,000
$42,500
$1,000
$1,000,000
Statutory
$1,000,000
02/10/07-08
ACE
R
nd
2/8/07-08 Global Aerc
9/22/07-08 Allstate
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE TERM CARRIER
Property - City of Miami
Primary Part of $10,000,000 Per Occurrence
$5,000,000
5/1/07-08
Axis SIC
$1,000,000
511/07-08
Liberty Mutual
$750,000
5/1107-08
Lloyds
$3,250,000
511/07-08
Lloyds
Excess Part of $90,000,000 Excess of $10,000,000
$45,000,000 511/07-08 Landmark
$22,500,000 511107-08 Arch
$22,500,000 511/07-08 Westchester
Total Limit of Liability $100,000,000
All Risk of Direct Physical Loss or Damage Subject to Policy Exclusions incl Flood & Earthquake
Valuation: Replacement Cost/Actual Loss Sustained Time Element
Sublimits: (do not increase the policy limit)
Accounts Receivable
$5,000,000
Contingent/Contributing Time Element
$5,000,000
Demolition & Increased Cost of Construction
$10,000,000
Earthquake (Excluded in CA)
$10,000,000
Errors & Omissions
$2,000,000
Extra Expense
$10,000,000
Fine Arts
$1.000,D00
Flood per occurrence/annual aggregate (excluding some location
$10,000,000
Ingress/Egress (24 Hour Waiting Period)
$500,000
Leasehold Interest
$5,000,000
Miscellaneous Unnamed Locations (excluding flood & earthquaki
$5,000,000
Newly Acquired Property 90 days (excluding Flood & earthquake)
$5,000,000
Pollution Cleanup
$1,000,000
Preparation of Loss Professional Fees
$1,000,000
Service Interruption PD & BI (excluding T & D lines) (24 Hour Wa
$5,000,000
Transit aggregate per occurrence
Trees & Landscape
$2,500,000
Valuable Papers
$5,000,000
Wind, Hail and Named Storms
$10,000,000
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE
TERM CARRIER
Deductibles:
$35,000,000 5/1107-08 Landmark
Property Damage
$100,000
Except Named Storms 5% of TIV at each location subject to mix
$250,000
Except Flood 5% of TIV at each location subject to minimum of
$100,000
Except Earthquake
$250,000
Except Wind/Hail/Hurricane 5% of TIV if not eligible for FWUA s
$250,000
Except Wind/Hail/Hurricane 10% of TIV if eligible for FWUA sub
$250,000
Except the following locations 5°% of TIV subject to a minimum <
$1,000,000
444 SW 2 Ave, 400 NW 2 Ave, 2700 S Bayshore Dr and 3400 Pan American Dr
Property - James L Knight Intl Center
Primary Per Occurrence
$10,000,000 5x1/07-08 Lexington
Excess Per Occurrence
$35,000,000 5/1107-08 Landmark
PO
$70,000,000
Excess Per Occurrence
$35,000,000 511/07-08 Columbia Casualty
PO
$70,000,000
Total Limit of Liability
$80,000,000
All Risk of Direct Physical Loss or Damage Subject to Policy Exclusions
Valuation: Replacement Cost/Actual Loss Sustained Time Element
Leasehold Interest
Sublimits: (do not increase the policy limit)
Accounts Receivable
$5,000,000
Business interruption
$5,000,000
ConlingenVContributing Time Element
$5,000,000
Demolition & increased Cost of Construction
$5,000,000
Earthquake (excluded in CA)
$5,000,000
Extra Expense
$5,000,000
Fine Arts
$1,0d0,000
Leasehold Interest
$5;000,000
Loss Adjustment Expense
$1,000,000
Newly Acquired Property (90 -day reporting)
$5,000,000
Pollution Cleanup--
$1,000,000.
Off Premises Power Service Interruption (excluding T & D Lines)
$5,000,000
Transit aggregate per occurrence
$500,000
Trees & Landscape
$2,500,000
Wind, Hail or Named Storm
$10,000,000
Deductibles:
Property Damage
$100,000
Except Earthquake
$250,000
Except Wind/Hail/Hurricane 5% of TIV if not eligible for FWUA s
$1,000,000
Except Service Interruption 24 hours subject to a minimum of
$100,000
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE TERM CARRIER
Property - Orange Bowl Stadium
Primary Per Occurrence Real, Personal & BI 160039284 511/07-08 Steadfast
All Risk of Direct Physical Loss or Damage Subject to Policy Exclusions
Valuation: Replacement Cost/Actual Loss Sustained Time Element
Sublimits: (do not increase the policy limit)
Ammonia Contamination
$25,000
Debris Removal 25% of property damage loss but no less than
$5,000,000
Flood per occurrence/annual aggregate outside 500 year flood pl:
$1,000,000
Flood per occurrence/annual aggregate outside 100 year flood pl,
NCP
Flood per occurrencelannual aggregate within 100 year flood plai
NCP
Flood in any area of a building having its floor below ground leve
$100,000
Earthquake
$25.000,000
Machinery Breakdown
$50,000,000
Service Interruption
$1,000,000
Named Windstorm Wind Zone 1 per occurrencelannual aggrega
$25,000,000
Named Windstorm Wind Zone 2 per occurrence/annual aggrega
NCP
Named Windstorm for any other specifica premises occurrence,
$1,000,000
Deductibles:
Property Damage
$100,000
Except Named Storms 5% of TIV at each location in Wind Zone
$250,000
Except Flood PD & TE within 500 year Flood Plain
NCP
Except Flood PD & TE outside 500 year Flood Plain
$500,000
Boiler 8 Machinery - City Of Miami
Equipment Breakdown Property Damage
Business Income
Extra Expense
Spoilage
Expediting Expense
Utility Interruption
Data & Media
Sublimits: (do not increase the policy limit)
Ammonia Contamination
Water Damage
Hazardous Substances
Deductibles:
Direct Damage
Indirect Damage
$100,000,000
$8,880,330
$1,000,000
$100,000
$100,000
$1,000,000
$50,000
$100,000
$100,000
$100,000
$5,000
24 Hours
5/1/07-08 Travelers
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE
TERM CARRIER
Boiler & Machinery - James Knight Intl Center
5/1107-08 Hartford Steam Boiler
Equipment Breakdown including Property Damage, Business Inc
,;.
$50,000,000-
Sublimits: (do not increase the policy limit)
Service Interruption
$5,000,000
Perishable Goods
$100,000
Computer Equipment
$250,000
Demolition & ICC
$1,000,000
Expediting Expense
$100,000
Hazardous Substances
$100,000
CFC Refrigerants
$100,000
Deductibles:
Direct Damage
$5,000
Except Air Conditioning 500 HP or greater
$10,000
Indirect Damage
24 Hours
EDP - City of Miami
511107-08 Travelers
Hardware at locations per schedule
$20,602,992
Software at locations per schedule
$1,550,000
Extra Expense & Business Income
Excluded
All Risk of Physical Damage including Mechanical Breakdown
Excluding Flood & Earthquake
Deductibles:
Per Occurrence
$5,000
Except Windstorm/Hail 5% TIV subject to minimum of
$100,000
Terrorism
511/07-08 Lloyds of London
Limit of Liability per occurrence/aggregate
$150,000,000
Deductibles:
Material Damage per occurrence
$100,000
Business Interruption
30 days
Crime - James L Knight
Employee Theft Persons Advisory Committee
Deductible
$100,000 4/23/07-08 Fidelity & Deposit
$2,500
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE
TERM CARRIER
City of Miami Recreation Program
6/24/07-08 National Union Fire
Accidental Medical
$500,000
Accidental Dismemberment
$10,000
Accidental Death
$10,000
Deductible
$50
General recreation including flag football, softball,
$260,000
swimming, kickball, basketball, t -ball, volleyball,
$53,000
normal park facilities and activities field trips, karate,
$281,000
soccor and boxing
$27,000
Wind
$281,000
2845 Brickell Ave Cnts
8/1/07-08 Citizens Properly Ins
6447 NE 7th Ave Bldg
$989,000
6447 NE 7th Ave Cnts
$11,000
101 NW 34th St Bldg
$842,000
101 NW 34th St Cnts
$99,000
236 Grand Ave Bldg
$419,000
236 Grand Ave Cnts
$0
27 NE 58th St Bldg
$260,000
27 NE 58th St Cnts
$53,000
1701 NW 1st Ave Bldg
$281,000
1701 NW 1st Ave Cnts
$27,000
2845 Brickell Ave Bldg
$281,000
2845 Brickell Ave Cnts
$27,000
2132 NW 3rd Ave Bldg
$0
2132 NW 3rd Ave Cnts
$32,000
6015 NE 4th Ct Bldg
$211,000
6015 NE 4th Ct Cnts
$27,000
6599 Biscayne Blvd Bldg
$186,000
6599 Biscayne Blvd Cnts
$32,000
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE TERM CARRIER
Crime - City of Miami
Money & Securities Inside the Premises -- -
Money & Securities Outside the Premises
Deductible
Employee Theft (Dept of Parks & Recreations Programs for Pers
Deductible
City of Miami - Excess Casualty
$1,205,000 10/01/07-08 Fidelity & Deposit
$1,205,000
$1,000
$100,000 10/01/07-08 Fidelity & Deposit
$1,000
10/01/07-08 Star Insurance Co
Per Occurrence
$10,000,000
General Aggregate
$20,000,000
Workers Compensation
Statutory
SIR Incl Expenses Per Occ
$500,000
Including Excess General Liability, Employee Benefits Liability
& Public Officials Liability
Including Excess Auto Liability
Including Excess Workers Compensation
Limited Personal Injury Liability
Exclusions:
Medical Payments
Auto Personal Injury Protection
City of Miami Marina Operators Legal Liability
Marina Operators Legal Liability:
Any One Vessel
Any One Occurrence
Deductible
Protection & Indemnity Any One Occurrence
Commercial General Liability:
General Aggregate
Products -Completed Operations Aggregate
Personal & Advertising Injury
Per Occurrence
Fire Damage
Medical Expense
Owned Watercraft ACV 80% Coinsurance
27' Workboat
22' Century w/150 HP Yamaha Outboard
24' Carolina Skiff w/90HP Honda Outboard
23' Mako
Deductible
Schedule of Tools/Equipment
Deductible
$1,000,000
$1,000,000
$2,500
$1,000,000
$2,000,000
$1,000,000
$1,000,000
$1,000,000
$100,000
$5,000
$20,000
$35,000
$9,000
$7,000
$1,000
$430,000
10/01/07-08 4o Assurance Co of Amet
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE TERM CARRIER
Statutory Benefits 10/01/07-08 National Union Fire
Covered Persons: - — - - — All full-time Law Enforcement Officers
All lull -time Firefighters
All auxiliary reserve Law Enforcement Officers
All Dispatchers 7 Administrative personnel
All other firefighting personnel
ERISA for Elected Officers Retirement Trust
10/01/07-08 Travelers Ins Co
Employee Dishonesty
$100,000
Depositors Forgery
$100,000
Special Events for Licensees & Permittees of Facilities
1 112 8/06-1 /1 /0 7 Everest National
owned by the City
Commercial General Liability:
General Aggregate
None
Products -Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury
$1,000,000
Per Occurrence
$1:000,000
Fire Legal
$50,000
Liquor Liability Each Common Cause
$1,000,000
Liquor Liability Aggregate
$1,000,000
Designated Premises
Terms & Conditions:
Products & Completed Operations Redefined
Employers Liability Exclusion Amendment
Medical Payments Exclusion
Fireworks Exclusion
Participants Exclusion
Abuse or. Mole statiotLExclusiom _
Athletics or Sports Participants
Employment Related Practices Exclusion
Asbestos, Susidence of Land, Punitive Damages, Lead Contamination Exclusion
City of Miami, James L Knight
Orange Bowl
2007-08 Insurance Schedule
COVERAGE
TERM
CARRIER
Flood
Allapattah Center Bldg
$500,000
5123/07-08
Fidelity National
Allapattah Center Cnts
$44,100
Deductible
55,000
400 SE 2nd Ave Bldg (James L Knight Intl Center)
400 SE 2nd Ave Cnts
$500,000
09108/07-08
Hartford Ins
Deductible
$500,000
$5,000
Hangar A Bldg
Hangar A Cnis
$500,000
11/22/07-08
Fidelity National
Deductible
$500,000
$5,000
Hangar,B Bldg
Hangar B Cnts
$500,000
11122/07-08
Fidelity National
Deductible
$500,000
$5,000
Hangar C Bldg
Hangar C Cnts
$322,100
11122/07-08
Fidelity National
Deductible
$103,200
$5,000
Hangar D Bldg
Hangar D Cnts
$322,100
11/22/07-08
Fidelity National
Deductible
$103,200
$5,000
Dept of Parks Bldg
Dept of Parks Cnts
$500,000
11122/07-08
Fidelity National
Deductible
$121,600
$5,000
MRC Bldg
MRC Cnts
$500,000
11/22/07-08
Fidelity National
Deductible
$500,000
Manuel Artime Community Center Bldg
Manuel Artime Community Center Cnts
Deductible
Manuel Artime Theater
Manuel Artime Theater
Deductible
Coconut Grove Exhibition Center Bldg
Coconut Grove Exhibition Center Cnts
----Deductible --
$5,000
$389,700 11/22/07-08 Fidelity National
$0
$5,000
$500,000 11/22/07-08 Fidelity National
$286,000
$5,000
$500,000 11/22/07-08 Fidelity National
--
City of Miami, James L Knight
Orange Bowl
2007-08 insurance Schedule
COVERAGE TERM CARRIER
$ 5.000
City Hall Bldg
City Hall Cnts —
Deductible
Foreign Liability & ADD
Each Occurrence
Aggregate
Prod/Comp Ops Aggregate
Personal & Adv Injury
Fire Damage (Any one Fire)
Medical Expense (Any one Person)
Sexual Abuse Limitation (Per Person)
Sexual Abuse Limitation (Policy Limit)
Business Travel A D & D
Benefit for Covered Employee
Benefit each Accident
Benefit Total Limit
Medical Expense Each Covered Employee
Medical Expense Total Limit
$500,000 12/7/07-08 Fidelity National
$500,000
$5,000
$2,000,000
$2,000,000
$2,000,000
$2,000,000
$100,000
$10,000
$100,000
$250,000
$100,000
$300,000
$500,000
$10,000
$50,000
11/30/07-08 St Paul Fire & Marine
ll�TER-OFFICE h4EMORANDW
T`. Pedro G. Hernandez 6a-'� August 3, 2007 FILE
City Manager
svw+ <•t Recommendation of Evaluation
Committee for RFU No. 06-07-001
Insurance Brokerage Services
FROM LeeAnn R. Brehm, SPH q
r:c�encro=ts:
Chairperson
Evaluation Committee ENCIC URES:
As Chairperson of the Evaluation Committee ("Committee") for the above services for
the City of Miami, it is my responsibility to offer the findings and recommendation of the
Committee.
On Monday, November 20, 2006, the City issued RFLI No. 06-07-001 for the provision
of Insurance Brokerage Services and four (4) proposers responded to the forn-tal
solicitation. The Committee was comprised of the following individuals:
Ed Beecher, tusk Manager, City of Pompano Beach
Eddie DiMicco, hick Manager, City of Hialeah
Marsha Pascual, Risk Manager, Miami -Dade County
John Petillo, FCA Risk Management Consultants
LceAnn Brehm, Director of Risk Management, City of Miami (Chair)
Elliot Fixler, Assistant Director of Risk Management, City of Miami
Stuart Myers, Insurance Consultant to City Manager, City of Miami
The Purchasing Department held two separate (posted) public meetings with the
Committee on Friday, January 12, 2007 and Friday, July 13, 2007. In the first meeting,
the Committee was provided with the four proposals and given instructions for the
procurement process, including an overview of the Cone of Silence and Conflict of
Interest provisions, and selection of the Committee Chairperson. Additionally, at the first
meeting in-depth discussion, evaluation and deliberation commenced; however, the
Committee recessed due to time constraints of the participants.
Prior to the time the second meeting was scheduled, the Committee and the Purchasing
Department were notified that Marsha Pascual, Risk Manager of Miami -Dade County
could no longer participate on the Committee due to scheduling conflicts. The Purchasing
Department determined that the Committee should go forward and a second and final
meeting was scheduled for Friday, July 13, 2007.
Accordingly on Friday, July 1:3, 2007, a consensus was reached by the committee
members.
The fines were ranked in the following order (highest to lowest):
1. Brown & Brown of Florida, Inc.
2. Arthur J. Gallagher & Co. -Miami
3. USI Insurance Services of Florida, Inc.
A. The Mack Group, Inc.
Accordingly, it is respectfully requested that you grant permission to negotiate with the
highest ranked firm, Brown and Brown of Florida, Inc. Should negotiations fail with the
top-ranked firm, then the Committee will have to re -convene to determine whether they
recommend that the City negotiate with the second -ranked firm; and, if negotiations fail
with the second -ranked firm, to negotiate with the third -ranked firm, and so on.
The negotiations; and, subsequently, a draft of the negotiated agreement, in the
substantially attached form, to the resolution, will be presented to the City Commission
for approval.
Your signature bel r cuts your approval of the Committee's recommendation,
Approved by: 4 Date:
Pedro G. H dez
CityManager
4Q
RFP 9 06-07-001
INSURANCE BROKERS SERVICES
✓;; .t� +kt `"'�3 r r{(�'t. j5s%'1 Sr . . F C
'.. s' �.�_ "� h�><•• ���ky..
y�1 fYM L/�1',,tY�Yy�'l.. �..��.
'�"Rj.a ". �.
.t...+, , . 1�i>t`z r� ..t..i`'��..�e,�, :a
Summary Sheet
_i'�ty' y��:c
, ..
Evaluation Committee Meeting
Friday, July 13, 2007, 10:OOAM
FINAL TABULATION RESULTS BY CONSENSUS
FIRM PROPOSED Leeann Bfehm
Stuart Myers Ed Beecher Ed DemiccoaPetifkt
Ewol Ficler
Sum Tolal
Rankin
t r rt ., .?'F..SRk`�Tle'w'W:;�?�+r',��ti :1 :S •�;
•,Nx'.:K+ 'err.
'�. rk 7-. ;L.:
_
Arthur,). Gallagher Risk Management Se"ices
2
/
re Mock Group, Inc.
1
60(U) (-(119
7/3-1
Brown3 Brown
t1��3
l
Ugi
51 `? J ) J'
+J
TOTAL
11
r�a�.an.. �.mm,nee Memoe.s:
Lee Ann Brehm. Direct$. Risk Martagement. City n1 M;"l
Enipl Rikler, pknnlre, Rkk Managemem, city.$ Mlaml
Stuart M"rs, Cm5WAM
Ed 9eechal, Risk Manager, Ciy of P.mpan. 9each
EdrKn Manager, CRy of Hlaleyh
dd PetT.. CIC. CPA, ICA Rlgk ]Aanagemenl Cons0-4,
A, p—. ey-. ----yf
Glenn MUCOS, Ou ,l.t '
htrcha5irlg Oep�enl \
Orl-: est tivecim! Designee
INSURANCE BROKERAGE SERVICES
RFLI NO. 06-07-001
Evaluation Oalr Ftiday, July 13. 2007
E—II'Mod by IPrint Narno); 1
O eoN P otessinnal
0-1111-11—s and
nduding key sleg b Aceounl R. -
vera" swat qy b cpresenl the C ly r sk Idenlificalion,
use oft.n paler e+1 syslen+(s) P )Posers f billy and Capability to
"dorm ROWh-ed Servmes
Plan
Evaluolnr's $ignaluro r
Firm P 1: Brown and Brown
r Firm 0 2• USI Southeast
Pirm 0 3: Arthur J. Gallagher d Co - Miamt
Firm 9 C The Mack Group, Inc.
ASSIGN.
30
ze
100
i�isx ni �x 1r Gm. We r ..r, -
a
7-3
en
aq AFX A > ,�"` t�:�+3° t Pu:;JY�+• f .l.'i
INSURANCE BROKERAGE SERVICES
RFI NO. 06-07-001
E�aluatinn Dale: rrlday, July 17, 2007
Evaluated by (Print Name): Date;
MAX _...-. r .......
s I-"
ASSIGN.
EVALUATION CRITERIA pO1NTS
,1 "^ . , n�..:T3f:ffF•7-'.SSCS*it:..:.Y.Ckent'sr_rw •a.n-.a •..,,.._
F4.01 I H-92
OCS(S bveraN:rfete53NJnal DuakfMattons and _.
ne a ce i clutl ng key slat(G Account Re resentaN
t jt W- r-.
Yw,l}jtiw y�i`7•-•�!'S�jk �
.an strategy to present the C ty; Its k Identif¢_alion; _
usn of rnmput 62ed syslem(s). Proposnrs Abady and Cnpnt
arlonn Required Services
arkel Slraleav or 1'Inn whrh Aeel
TOTAI. POINTS 100
Ev3to01Ur's$ignfltt!re�.r��r_<i�_::
Firm 0 1: Brown and Brown
Firm g 2; USI Soulhessl
Finn 0 J: Arthur J. Gallagher R Co - k1iami
Firm.e A: The Mack Group, Inc.
U:
.A
INSURANCE BROKERAGE SERVICES
RFLI NO. 06-07.001
E -1-116n Dal!: Friday, July 13. 2007 'I1 f
Fvalualeri by (Prhlt Nama) Data:
iMAX- � .`I /—`__• _ c .. _._..... .... ...... _ ........_._ ..., .. .... ... _
ASSIGN cJ % '..? \� r✓ ; r, _] (,3' I 1 t,.j
E`/ALVA�•TION CRITERIA _ POINTS
-...; I ,Mt I L1 .r^,•tE'F2 .. COMMENTS
I Firm N 1 Firm ff 2 Firm s 3 Firm K 4
�n'�
i'S. •' &: :.r8 Al .i, rl^
__.•_� f r."!F_.r"t``"?�ti^R:'r
;Propose 5
9'0'" f nle canal OuaMfcglion5 and V 30 _
I xpr re Lrd p Ery Staff R A crnl t Rep etamat e �— _ ••- _._.._ ,. _ ,.
Sr 7 `31t
f.:g
H r ya•,,ie .fir
- e5eL if �� si'I- . _' i t +G T'la ''S°":i2�Y.
t�(O� nM,—Ryl ep nn Cly risk idem fgalMn 25 «`' �� _ ... _fJiD ___. . O`_Q._ . �� ^._ '�'•"_
fa use el co ..
pule Ized syH •rn(s ). vroposer4 AbIYry and Capability W ..�.—_ y _•_ _
MarY.c1 $Iral4I. gy at
i
Fe elrir Cnv�rs.
E.vllvato",; Eijj r
Firm 11: Brown
Firm a 2: U51 So..lneasl
Finn 13: A,11w, J. Gallagher & Co - Miami
Film 0 d: Tne Mack Group, In,
of
TOTAL POINTS
100 "M —
Lf
r ;
S�`� 1J. �3
NJUHANGL BROKERAGE SERVICES
RFU NO D6 -07.00i
FvalU%lf0nrAfe: Ffl(jay.January j7 2007
Fvaliiair,d by (Print Mame):
ASSIGN •`
EVALUATION CRITERIA
11±1Titl 2
r—, for
T
COMMENTS
s
7.
. . . .. .......
. ...... . . ....... ... ...
Cry n
Firm Xl l Brown and Brown
Firm N 2: LISISoutheast
Firm 0 3: ArlhUr J.0ail,ighe, d Co Rini
Firm 04. The Mack G,o,m. In,
i
INSURANCE BROKERAGE SERVICES
RFLI NO. 06-07-001
Evaluation Date: Friday,July 1J,2 QT
Evaluated by (Print Name);
ASSIGN
EVALUATION CRITERIA POINTS F m P l
r Fnm N 2 Firma 7 Firm % 4 COMMENTS
,"�+� _ - --.y ,�
1 kk, ..:i�12. - lr- 4 v 4µ f' 'PJa"4µ:
1{ < :� ... r.,. i.a
�Propo s Cl a all P oless�anal () If to s antl
`+3X1+
g Account 1 Represe tative
C p=n ce I ch/d kgY 51x1{
M ...
r .I.yy r r
tet^
J} m
IOveraq seal gy to rep went the Clly r sk dent flrafgn 25 r "y7�-'1;
�_.._ . 25 Z 1
iF r,e. yr ewnaotgnxed syslnm(s) nrnposers AhBily and Rrpahlrty 1d
I e
k.
' i � . � J � t: c. )�A .: ,,: ..h. a e- Sza�'> �.fili4a '.�, ✓� dF„ '±.• .+�TryS:n .�yt a��+�"`..�.
n. y
M ke1 SI alegY o Pla 1 kh Ocst Represents the Cii of Miami 25
r y 20
i
1
TOTAL POINTS 100 � • --
T _
r
E: aloalnr's Signature .. � .,. '.
Firm a I� It,— and Brown
Firma 7: USI Southeast
Firm a J: Arthur J. Gallagher 8 Co - Miami
Firm a C The Mark Group, Inc.
INSURANCE BROKERAGE SERVICES
RFLI NO. 06-07-001
Evalualion Dat, rrldxy, July 13, 2001 _ `7
Evaluated by (Print Name):�x.�� Dale: —21/
/
/�
CT•e all PrOfessbnal QVairKAlgnS Bad _^_
including kaY slalf 6 Account Rwn....,.r.,r..,_ /'_-__
era0 strategy In rnpre sc_nt the CII _risk idenlirrcat' n.
nye n( COmpVteri;pd SYi(eln)S) r`.110.1S Ah;4ty And C:Apal,il;ty
edorm Roqu'vdd Sx.rvkes -
Servkes
ZIGN
POINTS Firm 0 1 Fum # 2 Firm # 3 Flan # .
COMMENTS
y,�$� {+�
A_30
25
25
1
20
TOTAL P0114TS 4 100._.�'(^+
....___... . .. _._. - ..._..__.__..._. i`iI
Evaldalor's Signature
ri:m # 1: 6m•un and 0-n
1`4.02: USI Southeast
rixm # 3: Arthur J. Gallagher & Co • Miami
R-94: The Mack Group, Inc.