Loading...
HomeMy WebLinkAboutMemo - Manager's ApprovalCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J. Alfonso, DATE: March 22, 2017 FILE: City Manager SUBJECT: Recommendation to Award Contracts for Third Party Claims Administration and Managed Care Services FROM: Annie Perez, CPPO, Procurement Department irector REFERENCES: RFP No. 605386 ENCLOSURES: Non -Responsiveness Letter; Recommendation to Negotiate Memo Recommendation: Based on the findings below, the Procurement Department ("Procurement") hereby recommends approval for the award of two (2) contracts for the provision of Third Party Claims Administration and Managed Care Services, pursuant to Request for Proposals (RFP) No. 605386, to USIS, Inc. ("USIS"). USIS will serve as a neutral party to prepare, manage, investigate, and maintain claims on behalf of the City's Risk Management Department (Risk). The impact of this item is Citywide in nature. Background: On October 17, 2016, Procurement on behalf of Risk, issued RFP No. 605386 under full and open competition, to obtain proposals from experienced and qualified Proposers for the purpose of providing. third party claims administration and managed care services. The RFP was divided into two (2) categories: Part 1-Third Party Claims Administration; and Part II -Managed Care Services. Proposers could propose on one or both categories. The RFP required that Proposers submit separate proposals if proposing on Part I and Part I1. Proposers were also required to meet all of the minimum qualification requirements established in the RFP in order to be deemed qualified to provide the services. On November 30, 2016, five (5) proposals were received in response to the RFP; one (1) Proposer was deemed non responsive (see non -responsiveness letter). The Evaluation Committee (Committee) met on February 22, 2017, to evaluate and score the proposals following the guidelines published in the RFP. The Committee decided not to hold oral presentations, as the proposals did not required further clarification. Following evaluations, the Committee recommended USIS, the highest ranked responsive and responsible Proposer for both categories, for negotiations. Accordingly, the Negotiations Team met on March 16, 2017 to negotiate the contracts. Fiscal Impact: The term of the contract for the Third Party Claims Administration Services and Managed Care Services is three (3) years, with two (2) additional one (1) year option to renew periods. The fiscal impact for the negotiated initial term of the contract for Third Party Claims Administration Services is $5,154,575. If the two (2) additional one (1) option to renew year periods are exercised the fiscal impact will be $3,623,159, for an aggregate amount of $8,777,734 over the five (5) year term of the contract. As a result of successful negotiations, the City realized savings on the proposed price of approximately $684,841 ($364,243 for the initial term and $320,598 for the option to renew periods). The fiscal impact for the negotiated initial three (3) year term of the contract for Managed Care Services, is a floating number based on the medical savings over the period. However, the reduction in the PR 17154 1 negotiated fees is approximately six percent (6%), The City also realized savings on the proposed cost of Compliance Services of approximately forty percent (40%). Due diligence was conducted by Procurement to determine responsibility, including verifying corporate status. There were no performance or compliance issues, and no adverse findings related to USIS. USIS has demonstrated that the firm has the necessary qualifications, relevant experience, and demonstrated past performance, in providing the requested services. USIS" contractual history with the City and the City's presumption claims, a significant part of the City's overall exposure, will allow for a smooth transition of services. After successfully completing the negotiations process, an agreement was reached with USIS. Procurement hereby recommends award of the Contracts to USIS. Your signature below will indicate approval of this recommendation. Approved: r PArai t 4rJ Daniel J. Alfonso, City Manager AP:yc c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Ann -Marie Sharpe, Risk Management Director Rafael Suarez -Rivas, Sr. Assistant City Attorney William A. Juliachs, Sr. Assistant City Attorney Erica Carr, Consultant, Beecher and Carlson Lydia Osborne, PhD, CPPO, CPPB Assistant Director, Procurement PR 17154 2