HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #3700
Date: 02/21/2018
Commission Meeting Date: 03/22/2018
Requesting Department: Department of Risk
Management
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Proposal - Risk Management Information System
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the proposal received June 26, 2017, pursuant to Request for Proposal
("RFP") No. 681390, from Marsh ClearSight, LLC ("Marsh ClearSight"), to provide a risk
management information system ("RMIS") on a contractual basis, for a period of three
(3) years; allocating funds from the various sources of funds of the end -user
department; authorizing the City Manager to execute the negotiated Professional
Services Agreement ("Agreement") in substantially the attached form; authorizing the
City Manager to negotiate and execute all other documents, including any contracts,
amendments, renewals, extensions, and modifications, including without limitation,
increases in capacity and increases to the contract funding which may be
administratively approved by the City Manager subject to allocations, appropriations and
budgetary approval having been previously made, and in compliance with applicable
provisions of the City Code, including, without limitation, the City of Miami Procurement
Ordinance, the City of Miami Anti -Deficiency Act, and Financial Integrity Principles all as
set forth in Chapter 18, as amended, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Background of Item:
On May 12, 2017, the Department of Procurement ("Procurement") issued RFP No.
681390 under full and open competition to obtain the services of an experienced and
qualified proposer for the purpose of providing a RMIS. Proposers were required to
meet all of the minimum qualification requirements established in the RFP in order to be
deemed responsive and responsible to provide the services. On June 26, 2017, eight
(8) proposals were received in response to the RFP. All proposers were deemed
responsive.
The Evaluation Committee ("Committee") appointed by the City Manager met on July
27, 2017, and evaluated all proposals. Pursuant to the RFP requirements, the
Committee recommended that Procurement negotiate and execute an Agreement with
Marsh ClearSight. Procurement hereby recommends award of the contract to Marsh
ClearSight for all three (3) years. Total cost of the RMIS is estimated to be $400,500.00.
Budget Impact Analysis
Item is an Expenditure
Item is NOT funded by Bonds
Item is NOT Related to Revenue
Total Fiscal Impact:
$400,500.00 for the three (3) years
General Account No: Various sources of funds
Department of Risk Management
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Reviewed B
Ann -Marie Sharpe
Fred Pericles
Christopher M Rose
Annie Perez
Fernando Casamayor
Nzeribe Ihekwaba
Valentin J Alvarez
Valentin J Alvarez
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
City Clerk's Office
Department Head Review Completed 02/28/2018 3:57 PM
Budget Analyst Review Completed 03/06/2018 10:59 AM
Budget Review Completed 03/07/2018 5:12 AM
Procurement Review Completed 03/07/2018 11:42 AM
Assistant City Manager Review Completed 03/08/2018 11:10 AM
City Manager Review Completed 03/08/2018 12:06 PM
Legislative Division Review Completed 03/08/2018 12:09 PM
Deputy City Attorney Review Skipped 03/08/2018 12:07 PM
Approved Form and Correctness Completed 03/12/2018 3:18 PM
Meeting Completed 03/22/2018 9:00 AM
Signed by the Mayor Completed 04/02/2018 2:05 PM
Signed and Attested by the City Clerk Completed 04/02/2018 2:46 PM
Rendered Completed 04/02/2018 2:47 PM
City of Miami
Legislation
Resolution
Enactment Number: R-18-0124
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 3700 Final Action Date:3/22/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE PROPOSAL RECEIVED JUNE 26, 2017, PURSUANT TO
REQUEST FOR PROPOSALS NO. 681390 FROM MARSH CLEARSIGHT LLC, A
FOREIGN LIMITED LIABILITY COMPANY ("MARSH CLEARSIGHT"), TO PROVIDE A
RISK MANAGEMENT INFORMATION SYSTEM ("SYSTEM") FOR THE
DEPARTMENT OF RISK MANAGEMENT ("RISK"), FOR A PERIOD OF THREE (3)
YEARS; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS OF THE
END -USER DEPARTMENT, SUBJECT TO THE AVAILABILITY OF FUNDS AND
BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY
MANAGER TO EXECUTE THE NEGOTIATED PROFESSIONAL SERVICES
AGREEMENT ("PSA"), IN SUBSTANTIALLY THE ATTACHED FORM; FURTHER
AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER
DOCUMENTS, INCLUDING ANY CONTRACTS, AMENDMENTS, RENEWALS,
EXTENSIONS, AND MODIFICATIONS, INCLUDING WITHOUT LIMITATION,
INCREASES IN CAPACITY AND INCREASES TO THE CONTRACT FUNDING
WHICH MAY BE ADMINISTRATIVELY APPROVED BY THE CITY MANAGER
SUBJECT TO ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVAL
HAVING BEEN PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE
PROVISIONS OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED,
("CITY CODE"), INCLUDING, WITHOUT LIMITATION, THE CITY'S PROCUREMENT
ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES
ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE
REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, the City of Miami ("City") has a need for a risk management information
system to effectively and efficiently support and improve the claims administration process of
the City's self-insurance program ("System"), managed by the Department of Risk Management
("Risk"); and
WHEREAS, on May 12, 2017, the Department of Procurement ("Procurement") issued
Request for Proposal ("RFP") No. 681390 to secure a qualified and experienced firm for the
provision of the System; and
WHEREAS, on June 26, 2017, eight (8) proposals were received by the Office of the
City Clerk in response to the RFP; and
WHEREAS, on July 27, 2017, the Evaluation Committee ("Committee") appointed by the
City Manager convened to discuss and evaluate the eight (8) responsive proposals following the
guidelines and criteria established within the RFP, and ranked Marsh ClearSight LLC, a foreign
limited liability company ("Marsh Clearsight") as the highest ranked responsive and responsible
proposer; and
WHEREAS, on August 8, 2017, the City Manager concurred with the recommendation of
the Committee and authorized Procurement to enter into negotiations with Marsh ClearSight for
a Professional Services Agreement ("PSA") for the System; and
WHEREAS, Procurement and a designated team have successfully completed
negotiations with Marsh ClearSight and have recommended to the City Manager the execution
of a PSA with Marsh ClearSight;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The Proposal received June 26, 2017, pursuant to RFP No. 681390 from
Marsh ClearSight for the provision of a risk management information system for Risk, for an
initial period of three (3) years, allocating funds from the various sources of funds of the end -
user department, subject to the availability of funds and budgetary approval at the time of need,
is accepted.
Section 3. The City Manager is authorized' to execute the negotiated PSA, in
substantially the attached form.
Section 4. The City Manager is further authorized' to negotiate and execute all other
documents, including any contracts, amendments, renewals, extensions, and modifications,
including without limitation, increases in capacity and increases to the contract funding which
may be administratively approved by the City Manager subject to allocations, appropriations and
budgetary approval having been previously made, and in compliance with applicable provisions
of the Code of the City of Miami, Florida as amended ("City Code"), including, without limitation,
the City's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles all as
set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in
compliance with applicable regulations, as may be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, ity ttor ey _, 3112/2018
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.