Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #18321 Date: 10/14/2025 Commission Meeting Date: 10/23/2025 Requesting Department: Department of Risk Management Sponsored By: District Impacted: All Type: Resolution Subject: Accept Proposal - Employee Benefits Consultant Services Purpose of Item: The nature of this item is to authorize a Resolution of the Miami City Commission with attachment(s), pursuant to Request for Proposals ("RFP") No. 1896386, from Corporate Synergies Group, LLC d/b/a Foundation Risk Partners Public Entity Services ("FRPPE"), for the provision of employee benefits consulting services for the Risk Management Department ("Risk"), on an as -needed contractual basis, for an initial term of three (3) years, with the option to renew for two (2) additional one (1) year periods; allocating funds from the various sources of funds from Risk; authorizing the City Manager to execute the negotiated Professional Services Agreement ("PSA") In a form acceptable to the City Attorney, and to negotiate and execute any and all documents, including any amendments, renewals, and extensions subject to all allocations, appropriations and budgetary approvals having been previously made, compliance with applicable provisions of the Code of the City of Miami, Florida, as amended, ("City Code"), including, the City of Miami'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 all applicable laws, rules and regulations, as may be deemed necessary for said purpose. Background of Item: On August 16, 2024, the Department of Procurement, on behalf of Risk, issued RFP No. 1896386 under full and open competition, to obtain proposals from experienced and qualified firms for the provision of employee benefits consulting services, in an effort to provide professional analysis of the performance of the City's benefit plans and plan administrator(s). Proposers were required to meet all of the minimum qualification requirements established within the RFP, in order to be deemed responsive. On September 16, 2024, four (4) proposals were received in response to the RFP, all of which were deemed responsive. The Evaluation Committee met on February 4, 2025, to discuss and evaluate the proposals. On May 5, 2025, Oral Presentations were held and the Evaluation Committee recommended that the City enter into negotiations with FRPPE, the highest -ranked Proposer. On June 10, 2025, Procurement and a designated negotiating team successfully completed negotiations with FRPPE and recommended to the City Manager the execution of a contract with FRPPE, who met all requirements and are the highest ranked responsive and responsible Proposer. Budget Impact Analysis Item has NOT an Expenditure Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: Total Fiscal Impact: $ 775,500 (Approximate) Department of Risk Management Office of Management and Budget Office of Management and Budget City Manager's Office Department of Procurement City Manager's Office Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Reviewed B David Ruiz Fred Pericles Leon P Michel Erica T. Paschal Annie Perez Arthur Noriega V Valentin J Alvarez Natasha Colebrook -Williams Thomas M. Fossler George K. Wysong III Maricarmen Lopez City Clerk's Office Department Head Review Budget Analyst Review Budget Review Assistant City Manager Review Procurement Review City Manager Review Legislative Division Review Deputy City Manager Review ACA Review Approved Form and Correctness Meeting Rendered Completed 10/14/2025 11:08 AM Completed 10/14/2025 2:19 PM Completed 10/14/2025 8:31 PM Completed 10/14/2025 8:42 PM Completed 10/14/2025 8:49 PM Completed 10/14/2025 8:51 PM Completed 10/14/2025 8:52 PM Completed 10/14/2025 9:19 PM Completed 10/14/2025 9:27 PM Completed 10/14/2025 9:30 PM Completed 10/23/2025 9:00 AM Completed 10/23/2025 4:43 PM City of Miami Legislation Resolution Enactment Number: R-25-0265 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 18321 Final Action Date:10/23/2025 A RESOLUTION OF THE MIAMI CITY COMMISSION WITH, ATTACHMENT(S), PURSUANT TO SECTION 18-86(C) OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"), APPROVING THE CONTRACT AWARD FOR REQUEST FOR PROPOSALS ("RFP") NO. 1896386 TO CORPORATE SYNERGIES GROUP, LLC D/B/A FOUNDATION RISK PARTNERS PUBLIC ENTITY SERVICES ("CONSULTANT") FOR THE PROVISION OF EMPLOYEE BENEFITS CONSULTING SERVICES FOR THE RISK MANAGEMENT DEPARTMENT ("RISK") ON AN AS -NEEDED BASIS ("SERVICES"); ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM RISK; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH CONSULTANT FOR THE PROVISION OF THE SERVICES FOR AN INITIAL TERM OF THREE (3) YEARS WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR TERMS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVAL, AND COMPLIANCE WITH APPLICABLE PROVISIONS OF CITY CODE, INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE. WHEREAS, the City of Miami ("City") Risk Management Department ("Risk") has an ongoing need for employee benefits consulting services on an as -needed basis ("Services"); and WHEREAS, on August 16, 2024, the Department of Procurement, on behalf of Risk, issued Request for Proposals ("RFP") No. 1896386 under full and open competition, to obtain proposals from experienced and qualified firms for the provision of the Services; and WHEREAS, on September 16, 2024, four (4) proposals were received in response to the RFP, all of which were deemed responsive; and WHEREAS, on February 4, 2025, the Evaluation Committee ("Committee") appointed by the City Manager convened to discuss and evaluate the proposals; and WHEREAS, on May 5, 2025, Oral Presentations were held, after which the Committee re-evaluated the Proposals and reached a consensus, pursuant to the guidelines established within the RFP, to recommend that the City enter into negotiations with Corporate Synergies Group, LLC d/b/a Foundation Risk Partners Public Entity Services ("Consultant"), the highest - ranked responsive and responsible Proposer; and WHEREAS, on May 29, 2025, the City Manager concurred with the recommendation of the Committee and authorized Procurement to enter into negotiations with Consultant to establish a contract for the provision of the Services; and WHEREAS, On June 10, 2025, Procurement and a designated negotiating team successfully completed negotiations with Consultant; WHEREAS, pursuant to Sections 18-86(c) of the Code of the City of Miami, Florida, as amended ("City Code"), where a contract exceeds Fifty Thousand and 00/100 Dollars ($50,000.00) utilizing the competitive sealed proposal method, award shall be made to the responsive and responsible proposer whose proposal is most advantageous to the City as determined by the City Commission in accordance with the evaluation criteria set forth in the RFP; and WHEREAS, the City Commission desires to approve the contract award for the RFP to Consultant and authorize the City Manager to negotiate and execute a contract, in a form acceptable to the City Attorney, for the provision of the Services for an initial term of three (3) years, with two (2) options to renew for additional one (1) year terms; 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. Pursuant to Section 18-86(c) of the City Code, the contract award for RFP No. 1896386 to Consultant for the Services is hereby approved. Section 3. Funds are allocated from the various sources of funds from Risk, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute a contract, in a form acceptable to the City Attorney, with Consultant for the provision of the Services for an initial term of three (3) years, with two (2) options to renew for additional one (1) year terms. Section 5. The City Manager is further authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, all in forms acceptable to the City Attorney, subject to all allocations, appropriations, prior budgetary approvals and compliance with applicable provisions of the City Code, including, the City of Miami's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, and in compliance with applicable regulations, as may be necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. APPROVED AS TO FORM AND CORRECTNESS: g III, C yE[ttorey /1011412025