Loading...
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.