HomeMy WebLinkAboutEvaluation Committee ReportCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Daniel J. Alfonso DATE: August 17, 2017
City Manager
SUBJECT: Recommendation to Negotiate
a Contract for a Risk Management
information System
FROM: Annie Perez, Director
Department of Procurement REFERENCES: RFP No. 681390
ENCLOSURES: Evaluation Score Sheets
Recommendation:
Based on the finding below, the Department of Procurement ("Procurement") hereby requests
approval to negotiate with the highest ranked, responsive and responsible Proposer, Marsh
Clearsight, LLC ("Marsh"), to provide a risk management information system ("System") for the
Department of Risk Management ("Risk").
Background:
On May 25, 2017, Procurement issued Request for Proposals ("RFP") No. 681390, under full and
open competition, on behalf of Risk, to obtain proposals from experienced, qualified firms to
provide the System, Proposers were required to meet all of the minimum qualification
requirements established in the RFP, in order to be deemed qualified to provide the System. Eight
(8) proposals were received in response to the RFP. All Proposers were deemed responsive.
The Evaluation Committee ("Committee") met on July 25, 2017, and has completed the review
and evaluation of proposals, following the guidelines published in the RFP. The final scores are
as follows:
Proposer
Total Combined
Score (max, 500)
Proposed Price
1
Marsh Clearsight, LLC
383.50
$436,599.00
2
Ventiv Technology, Inc.
308.75
$373,600.00
3
P&C Insurance Systems, Inc.
281.50
$380,720.00
4
DXC Technology, Inc.
269.95
$270,548.00
5
Origami Risk, LLC
263.10
$395,240.00
6
Recordables, Inc.
245.05
$286,500.00
7
JW Software, Inc.
238,45
$199,797.50
8
Ebix, Inc.
191.93
$226,445.00
The Committee decided not to hold oral presentations.
Piz 1 11i)
Memo to Daniel Alfonso
Negotiation Memo for RFP 681390, Risk Management Information System
Due diligence was conducted to determine responsibility. There were no performance or
compliance issues, and no adverse findings related to Marsh's responsibility. Prior to negotiations,
Procurement will further review the proposal submitted by the recommended Proposer.
The following individuals will participate in the negotiations:
Tahlia Gray, Sr. Procurement Contracting Officer, Procurement
Lydia Osborne, Assistant Director, Procurement
Ann -Marie Sharpe, Director, Risk
Otto Contreras, Assistant Director, information Technology
Angella 8readwood, Claims Manager, Risk
Francisco Gomez, Jr., Property & Casualty Manager, Risk
Energilia Lopez, Sr. Claims Adjuster, Risk
Consensus Statement:
The Committee recommends Marsh Ciearsight, LLC ("Marsh") for the following primary reasons:
(1) the System's search functionality and ability to display multiple claims at once are key features
that will allow for efficient use of the department's time; (2) Marsh's key personnel have more than
five decades of experience in the risk management and insurance market, and over 780 project
implementations, 24 being Florida public entities; and (3) Marsh's approach, which includes a five
phase project methodology and 24/7 support, provides an assurance to the City that there will
not be any significant downtime issues while implementing and using the system.
Although Marsh's proposed price was the highest proposed, fees will be negotiated in the best
interest of the City.
Copies of the score sheets for each committee member are attached, as well as the composite
score sheet.
APPROVED:
r-, r- f 7
Daniel J. Alfonso, City Manager Date
iw
AP:tg
c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer
Rafael Suarez -Rivas, Senior Assistant City Attorney
Ann -Marie Sharpe, Director, Department of Risk Management
Lydia Osborne, Assistant Director, Procurement
Committee Member
Proposer's relevant experience, qualifications, and past
performance.
Proposer's key personnel and subcontractors experience
and qualifications.
Proposer's approach and methodology to providing the
services requested.
IProposed System.
Proposed Price.
Preliminary Score:
Five (5) Bonus Points; Local Vendor Certification
Maximum
Points
75
75
125
150
75
500
Total Score:
Ranking:
500
Committee Chair: Tafdle Gray, Senior Procurement Contracting Officer
UXC Technology, Inc.
35
35.45
79
81
39.5
269,95
0
269.95
4
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Composite
Request for Proposal (RFP) No.: 681390
Solicitation Title: Risk Management lnforma ion System
Fbia, Inc. Jw Sottmne, tor.
30.45 38.1
35.45 39.1
43.43
46.9
35.7
191.93
0
.............
191.93
8
48
78
35.25
238.45
0
238.45
Marsh C'Iearnigln, LLC
64.25
66.5
95
117.75
40
383.5
0
383.5
7 1
Verifier: Pearl Bethel, Sr. Procurement Contracting Manager
Signature: Signature:
Origami ]fink. EJ.L' P&C liuurance 8yrtems,
8 lac Recordable', late.
43.25 54.5 34.8
48.4 53.75 42.5
83
28.45
263.1
0
263.1
5
73
71..25
29
281.5
0
281.5
52.5
73
42.25
245.05
0
245.05
3 6
4'entle "I'eehaology, I
55.25
59.5
75
81
38
308.75
0
308.75
2
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Solicitation Title: Risk Management Information System Request for Proposal (RFP) No.: 681390
Evaluation Criteria
Proposer's relevant experience, qualifications,
and past performance
Proposer's key personnel and subcontractor's
experience and qualifications
Proposer's approach and methodology to
providing the services requested
Proposed system
Proposed Price
Mxxlmum ! DXC Technology,
Points luc,
15 8
15 15
25 20
30 20
15 10
Final Score 73
Ebix, Inc,
10
15
10
5
5
45
JW Software, lac.
13
10
7
25
5
60
Marsh C'Iearstght,
t.LC
15
15
25
30
12
47
Origami Risk, LLC
10
12
P&C Insurance
Systems. Inc.
15
10
15 15
20 15
6 6
63 61
Recordables,Inc..
12
15
10
25
5
67
Ventiv 'Technology.
Inc.
15
15
10
20
10
70
Committee Member: Energilla Lopez, Sr. Claims Adjuster, Department of Risk Managment, City of Miami
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Solicitation Title: Risk Management Information System Request for Proposal (RFP) No.: 681390
Evaluation Criteria
Proposer's relevant experience, qualifications,
and past performance
Proposers key personnel and subcontractor's
experience and qualifications
Proposer's approach and methodology to
providing the services requested
'Proposed system
iPooposed Price
Mpsimum
Points
15
15
25
30
15
DXC'fechnoingy,
Inc.
10
10
17
24
I0
Final Score 71
Ebis, Inc.
10
10
17
24
I0
71
JW Software, Inc.
10
12
20
25
10
77
Marsh CIearslght,
L.L.0
15
15
23
30
10
93
Origami Risk, LLC
l0
12
17
21
10
70
P&C Insurance
Systems, inc.
10
12
18
21
10
71
Recordahles, Inc.
10
12
18
21
10
71
Vently Technology,
Inc.
15
14
22
25
10
86
Committee Member: Otto Contreras, Assistant Director, Department of Information Technology City of Miami
Solicitation Title: Risk Management Information System
Evaluation Criteria
Proposers relevant experience, qualifications,
and past performance
Proposer's key personnel and subcontractor's
experience and qualifications
Proposer's approach and methodology to
providing the services requested
Proposed system
Proposed Price
Maximum DXC'Technology,
Points Inc,
15 9
15 2.45
25 18
30 18
15 9.5
Final Score 56.95
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Ellis, Inc.
2.45
2.45
3.43
4.9
11.7
24.93
JW Software, Inc.
9.1
9.1
14
15
11.25
58.45
Marsh Clearslght, Origami Risk, LLC
LLC
1425
13.5
19
23.75
9
79.5
11.25
10.4
12
20
2.45
56.1
P&C insurance
Systems, Inc.
13.5
12.75
15
11.25
3
55.5
Request for Proposal (IMP) No.: 681390
Recordabies, Inc.
4.8
4.5
7.5
12
14.25
43.05
Ventiv Technology
Inc.
14.25
13.5
18
18
9
72.75
Committee Member:Aniska Elliott, Management Intern, City of Miami
Solicitation Title: Risk Management Information System
Evaluation Criteria
Proposer's relevant experience, qualifications,
and past perfonnance
Proposer's key personnel and subcontractor's
experience and qualifications
Proposer's approach and methodology to
providing the services requested
Proposed system
Proposed Price
Maximum DXC Technology,
Paints Inc.
15 3
15 3
25 4
30 4
15 3
Final Score 17
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Ellis, inc. JW Software, Inc.
3
3
3
3
2
14
3
7
2
3
4
19
Marsh Clenralght,
LLC
8
10
8
9
3
38
Origami Risk, LLC
7
9
6
7
5
34
P&C Insurance
Systems, Inc.
10
9
5
4
3
31
Request for Proposal (RFP) No.: 681390
Recordabies,Inc.
3
2
3
5
14
Verily Technology,
Inc.
4
6
5
8
3
26
Committee Member: Dawn Titus, Claims Administrator, Internal Services Department Miami -Dade County
Solicitation Title: Risk Management Information System
Evaluation Criteria
Proposer's relevant experience, qualifications, and
past performance
Proposer's key personnel and subcontractor's
experience and qualifications
Proposer's approach and methodology to
providing the services requested
Proposed system
Proposed Price
Maximum
Points
11XC Tee hnolo
Inc.
15 5
15 5
25 20
30 15
15 7
Final Score 52
Department of Procurement
Evaluation Committee Ranking Form
Thursday, July 27, 2017
Ebix, Inc.
5
5
10
10
7
37
JW Software, Inc.
3
1
5
10
5
24
Marsh Clearslght,
LLC
12
13
20
25
6
76
Origami Risk, IleP&C insurance
Systems, Inc,
5
5
10
15
5
40
6
10
20
20
7
63
Request for Proposal (RFP} No.: 681390
Recordables, Inc.
5
10
15
12
8
50
V entiv Technology,
Inc,
7
11
20
10
6
54
Committee Member: Lupe Seco, Liability Manager, Risk Management Department, Miami -Dade County