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