Loading...
Res No 137-16-14692RESOLUTION NO.:1 37-16-14692 AResolutionauthorizing the CityManagertonegotiateand enter intoan agreement withBrown&Brownof Florida,Inc.,forinsuranceservicesforaninitialtermofthree (3)years and one (1)two year option to renew for a total termof five (5)consecutive years. WHEREAS,the City is in need ofan independent insurance brokerage and insurance consulting services to assist in negotiating and administrating its employee benefits program in order to meet the goals of enhancing the City's benefits program while cutting its overall costs and ensuring that the City receives the lowest competitive rates;and, WHEREAS,the City published a Request for Qualifications No.HR2016-07 ("RFQ")and received responses from three Brokerage firms,one of which was Brown &Brown of Florida ("Brown &Brown"). The City's Insurance Committee ("Committee")determined that Brown &Brown of Florida ("Brown & Brown"is the most qualified respondent proposing to provide all ofthe requested services in the most cost efficient manner;and, WHEREAS,the City desires to retain Brown &Brown to perform the required services based on therecommendationsoftheCommitteewhoreviewedandevaluatedtheresponsesfromthethree Brokerage firms that submitted their qualifications in response tothe RFQ and on Brown &Brown warranty thatit is qualified and capable of performing said services in a provessional and timely manner andinaccordancewiththe City's goalsandrequirementsassetforthinthe RFQ;and, WHEREAS,Brown &Brown has agreed to perform the required services in accordance with the termsandconditionssetforthinthe RFQ andtheprofessionalservices agreement containedtherein. NOW,THEREFORE,BE IT RESOLVED THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.The City Commission approves and authorizes the City Manager to negotiate and execute anagreement with Brown &Brown Brokerage of Florida for insurance brokerage and consulting services.for an initial (3)yearterm with (1)twoyear option torenewtheagreementfora possible total of five years Section 2.Effective Date:This resolution shall take effect immediately upon adoption. PASSED AND APPROVED this1 2tfaay of July ATTEST: 2016. APPROVED: COMMISSION VOTE: Mayor Stoddard: Vice Mayor Welsh: Commissioner Edmond: Commissioner Harris: Commissioner Liebman: 5-0 Yea Yea Yea Yea Yea PhTUi:Soutm Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Via: Date: The Honorable Mayor&MembersoftheCity Commission Steven Alexander,City Manager Rachel Cata,Personnel Manager /July 12,2016 Agenda ItemNo. Subject: Background: account: expense: Attachments: AResolution authorizing theCity Manager to negotiateand enter intoan agreementwith Brown &Brown of Florida,Inc.,for insurance brokerage servicesfor an initial termofthree(3)yearsandone(I)twoyearoptionto renew foratotal term of five (5)consecutiveyears. TheCity published Request for Qualifications No.HR20I6-07 ("RFQ")and after thorough evaluation,theCity's Insurance Committee ("Committee") determined thatBrown&Brownof Florida ("Brown&Brown")is the most qualified respondent proposing to provide all oftherequested services in the most cost efficientandeffectivemanner.The Committee evaluated(3) Insurance Brokerage Services toprovideindependent insurance brokerageand employee benefits consulting for(3)threeyearswithaone-timeoption,atthe City Manager's discretion,torenewforan additional two years foratotalterm of(5)five consecutive years.Brown&Brownhas agreed toperformthe requiredservicesin accordance withthetermsandconditionssetforthinthe agreement andinaccordancewith the City'sRFQ. Brown&Brownis proposing brokerageservices pertaining to Medical Insurance (including retirees),Dental Insurance,Vision Insurance,Short Term Disability Insurance,Long Term Disability Insurance,GroupLife Insurance,VoluntaryLife andAD&D Insurance and Ancillary/Supplemental Insurances.Brown&Brown alsoprovidesyearsofexperiencewith several municipalities andiswellversed in employee benefitsand ACA compliance. 001 -1330-513-3450,Human ResourcesContractualServices,beginning October 1,2016 The annual cost of $25,000. Resolutionforapproval PreBid Sign-In sheet RFQ Advertisement DemandStarInsuranceBrokerages RFQ +Addendums Bid Opening Report Proposal Summary References Brown&Brown Cost Proposal SunBizRegistration Date: RFQ Title: RFQ No.: Please Print Clearly IN a me/Title /ftWj&/£*f i/iv~~-Qifi^u^&t th"MiamiSoutlf'Miami THECITYOF PLEASANT LIVING Pre-Bid Conference Sign-In Sheet April 12,2016 Insurance Brokerages Services HR2016-07 Company Name/E-mail Address Telephone No. -fk~K /flllfa**/Jif*£<-CL °^*<£<WN ^iST/^/^V/ X:\Purchasing\Request for Proposals &Qualification (RFPs)\Insurance Brokerage Services\2016\Pre Bid\Pre-Bid Meeting Sign-InSheet InsuranceBrokerage Services 4.12.16.doc MIAMI DAILY BUSINESS REVIEW PublishedDailyexcept Salurday,Sundayand Legal Holidays Miami.Miami-Dade County.Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Before4he undersigned authoritypersonallyappeared MARIA MESA,whoonoath says thatheor she istheLEGAL CLERK,LegalNoticesoftheMiami Daily BusinessReview f/k/a Miami Review,adaily (except Saturday,Sunday and LegalHolidays)newspaper,published atMiamiinMiami-Dade County,Florida;that the attached copy of advertisement, beingaLegal Advertisement of Notice inthe matter of CITY OF SOUTH MIAMI-RFQ #HR2016-07 intheXXXX.Court. was published insaid newspaper in the issues of 03/29/2016 Affiant further says that the saidMiamiDaily Business Review isa newspaper published atMiami,insaid Miami-Dade County,Floridaand that thesaid newspaper has heretoforebeencontinuouslypublishedinsaidMiami-Dade County,Florida eachday (except Saturday,Sundayand LegalHolidays)and has been entered as second class mail matteratthepostofficein Miamj insaidMiami-DadeCounty, Florida,foraperiodofoneyearnextprecedingthefirst publicationof the attached copy of advertisement;andaffiant further says thatheor she has neitherpaidnorpromisedany person,firm or corporation any discount,rebate,commission or refund forthe purpose of securing this advertisement for publicationinthe sajoloes^sjiaHer. Sworn toand subscrijjetf beforemethis 2016Zs.Pto£^-_ (SEAL) MARIAMESApersonallyknownto me RHONDA M PELTIER MY COMMISSION *FF231407 ':r.*\>.e?EXPIRES May 172019 »•-•r-.t/tJ rtorKlnNo:a-j Sctecxn ,....MiliiiiS •3/29 Member Name Bid Number Bid Name 7 Document(s)foundforthisbid 20 Planholder(s)found. City of South Miami RFQ-RFQ #HR2016-07-0-2016/SK Insurance Brokerage Services Supplier Name Address 1 City State Zip Phone Attributes AETNA 1340 Concord Terrace Sunrise FL 33323 9543751561 Arthur J.Gallagher &Co.2255 Glades Road Boca Raton FL 33431 5619956706 Brown &Brown Daytona 220SRidgewoodAve DaytonaBeach FL 32114 3863336008 Brown &Brown Insurance 14900 N.W.79th Court Miami Lakes FL 33016 3053647818 Danial Construction POBox48 San Antonia TX 78201 2108203303 FBMC Benefits Management 3101 Sessions.Road Tallahassee FL 32303 8504256200 Florida LeagueofCities,Inc.125 East Colonial Drive Orlando FL 32801 4074259142 Gehring Group 11505 Fairchild Gardens Ave Palm Beach Gardens FL 33410 5616266797 Humana AB J.T.Worthy Consultants 8983 Winged FootDrive Tallahassee FL 32312 8506294992 Link Systems LLC 5870 Hummingbird Court Titusville FL 32780 4074010031 1.Small Business McKinleyFinancial Services,Inc.1451W Cypress CreekRd Fort Lauderdale FL 33309 9549382685 1.African American PublicRisk Insurance Agency (PRIA)PO Box 2416 Daytona Beach FL 32115 3862394044 The Rhodes Insurance Group 1263 East Las Olas Blvd Ft.Lauderdale FL 33301 9545245075 The Travelers Indemnity Company AB The Travelers Indemnity Company AB WellsFargo,GovtandInstitutionalBanking AB World Risk Management 20 North Orange Avenue Orlando FL 32801 4074452414 WorldRisk Management (FFIB)AB Worryless,LLC AB PROFESSIONAL SERVICE AGREEMENT RFQ&HR20I6-07 [Insurance Brokerage Consulting Services THIS between the byand through itis City Manager (hereinafter referred to asCITY)andBrown&Brown of Florida.Inc.authorized to do business in the State of Florida,hereinafter referred to as the "CONSULTANT".In considerationofthepremisesandthemutualcovenantscontainedinthis AGREEMENT,the City of South Miami,throughitsCity Manager,agrees the following terms and conditions: 1.0 General Provisions 1.1 A Notice to Proceed willbeissuedby the City Manager,or hisdesignee, following the signing of thisAGREEMENT.This AGREEMENT does not confer on the CONSULTANT any exclusive rights to perform work onbehalf of the Owner other than the work described in one or more Notice to Proceed (hereinafter referred to asthe "WORK"),nor does itobligate the Owner inany manner to guarantee work for the CONSULTANT. 1.2 The CITY agrees that itwillfurnish to the CONSULTANT with the available datain the CITY files pertaining to the WORK to be performed underthis AGREEMENT promptly andupon request of the CONSULTANT after the issuance of the Notice to Proceed. 2.0 TimeforCompletion 2.1 Theservicestoberenderedbythe CONSULTANT forany WORK shall be commenced upon receipt of a written Notice to Proceedfrom the CITY subsequent to the execution ofthisAGREEMENTand shall be completed within the time set forthintheNoticetoProceedor other document signedbythe City Manager. 2.2A reasonable extensionoftime will be granted intheeventthereisa delay on thepartof the CITYin fulfilling itspartofthe AGREEMENT,change of scopeof work orshouldany other eventsbeyond the controlof the CONSULTANT renderperformance of hisdutiesimpossible. 3.0 Basis of Compensation:The feesforservices of the CONSULTANT shall be determinedbyoneofthe following methodsoracombinationthereof,as mutually agreeduponby the CITY and the CONSULTANT. a.A fixed sum:Thefeeforataskorascopeof work maybea fixed sum as mutuallyagreeduponbytheCITYandthe CONSULTANT andifsuchan agreement isreached,it shall beinwriting,signedby the CONSULTANT and attached hereto as ATTACHMENT A: Hourly rate fee:If thereisno fixed sumorif additional work isrequestedwithoutan agreementas to a fixed sum,theCITYagreesto pay,andthe CONSULTANT agreesto accept,for the services rendered pursuant to thisAGREEMENT,feesinaccordance withthehourlyratesthat shall include all wages,benefits,overheadandprofit and it AGREEMENT made and entered into this /^?day ot^UJLr4 .2o/6 by and \Cityof South Miami,a municipal corporation (hereinafter referred toasOwner) Thomas Pepe2016 07/15/2016 Page I of 16 shall be in writing,signed bythe CONSULTANT andattachedheretoas ATTACHMENT A. 4.0 Payment and Partial Payments.The CITY will make monthly payments or partial payments tothe CONSULTANT for all authorized WORK performed during the previous calendar month asset forth in ATTACHMENT A schedule of payment or,if no schedule of payment is attached to this AGREEMENT then payment will be made,30 days following the receipt of CONSULTANTS invoice,as the work progresses but only forthework actually performed. 5.0 Right of Decisions.All services shall be performed by the CONSULTANT tothe satisfaction ofthe CITY's representative,who shall decide all questions,difficulties and disputes ofwhatevernature which may ariseunderorby reason ofthis AGREEMENT, the prosecution and fulfillment ofthe services,and the character,quality,amountand value.The representative's decisions upon all claims,questions,and disputes shall be final,conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable.In the event that the CONSULTANT does not concur in the judgment ofthe representative asto any decisions made by him,CONSULTANT shall present his writtenobjectionstothe City Manager and shall abide bythe decision ofthe City Manager. 6.0 Ownership of Documents.All reportsand reproducible plans,andotherdata developed bythe CONSULTANT forthepurposeofthis AGREEMENT shall become the property of the CITY without restriction or limitation. 7.0Audit Rights.The CITY reservestherighttoaudittherecordsofthe CONSULTANT relatedtothis AGREEMENT atanytimeduringtheexecutionoftheWORKandfora periodofoneyearafter final payment is made.This provision is applicable only to projects that are ona time and cost basis. 8.0 Subletting.The CONSULTANT shall not assign or transferits rights underthis AGREEMENT withouttheexpresswrittenconsentof the CITY.The CITY will not unreasonablywithhold and/or delay itsconsent to theassignmentofthe CONSULTANTS rights.The CITY may,in its solediscretion,allow the CONSULTANTto assign itsduties,obligations and responsibilities provided the assignee meets allofthe CITY's requirements to the CITY's solesatisfaction.The CONSULTANT shall notsubcontractthis AGREEMENT or anyoftheservicestobe providedbyitwithout prior written consent of the CITY.Any assignment or subcontracting inviolation hereof shallbevoidand unenforceable. 9.0Unauthorized Aliens:TheemploymentofunauthorizedaliensbytheCONSULTANTis considereda violation ofFederal Law.If the CONSULTANT knowingly employs unauthorized aliens,such violation shall be cause for unilateral cancellation of this AGREEMENT.Thisapplies to anysub-CONSULTANTsusedbytheCONSULTANTas well.TheCITY reserves the rightatitsdiscretion,but does not assume the obligation, to require proof of valid citizenshipor,in the alternative,proof ofa valid greencardfor ThomasPepe 2016 07/15/2016 Page 2of 16 eachpersonemployedin the performanceof work or providing the goodsand/or servicesfororonbehalfoftheCITY including personsemployedbyany independent contractor.Byreservingthis right,the CITYdoes not assumeanyobligation or responsibility to enforceorensure compliance with the applicable lawsand/or regulations. 10.0 Warranty.The CONSULTANT warrants thatit has not employed or retained any companyorperson,other thanabona fide employee working solelyfor the CONSULTANT,to solicit orsecurethiscontract and thathe has not paid or agreed to payanycompany or person other thanabonafide employee workingsolelyfor the CONSULTANT any fee,commission,percentage fee,gifts orany other considerations contingent upon or resultingfrom the awardormaking of this contract Forbreach or violation ofthis warranty,theCITY shall havetheright to annul thiscontractwithout liability. 11 0 Termination.It is expressly understood and agreed thattheCITYmay terminate this AGREEEMENT for any reason,orno reason,and without penalty,by either declining to issueNotice to Proceed authorizing WORK,or,ifa Notice toProceedis issued,CITY mayterminatethis AGREEMENT by written notice to CONSULTANT,andineither eventthe CITY's sole obligation tothe CONSULTANT shall be payment for thework previously authorized and performed in accordance withthe provisions ofthis AGREEMENT.Payment shall be determined onthe basis ofthework performed by the CONSULTANTuptothetimeof termination.Upon termination,theCITY shall be entitledtoarefundofanymonies paid forany period oftimeforwhichnoworkwas performed. 12.0 Term.The initial Contract shall be for a period of three (3)years with an opportunity for the CITY to extend the Contract,at the City Manager's discretion,for one (I) additional two (2)year renewal period,for atermnotto exceed five (5)consecutive years,atthesameterms,conditions and prices.This AGREEMENT shall remain in force untiltheend of the term,which includes all authorizedrenewals,orunless otherwise terminatedbyeither party witha 30-day prior writtennotice.Theterm shall not exceedatermof five (5)consecutive year's following the issuance ofthe Notice to Proceed. 13.0 Default In the event either party fails to comply with the provisions of this AGREEMENT,the aggrieved party may declare the other party in default and notify the defaulting party in writing.If CITY is in default,the CONSULTANT will only be compensatedforanycompleted professional servicesand CONSULTANT shall notbe entitled to any consequential or delay damages.In the event partial payment has been made for such professional services not completed,theCONSULTANT shall return such sums totheCITY within ten (10)days after notice that said sums are due.In the event of any litigation between the parties arising outofor relating in any way to this AGREEMENT ora breach thereof,each party shall bear its own costs and legal fees. ThomasPepe 2016 07/15/2016 Page 3of 16 14.0 Insurance and Indemnification.The CONSULTANT agrees to comply with CITY's Insuranceand Indemnification requirements that are set forth on ATTACHMENT B to this AGREEMENT. 15.0 Agreement Not Exclusive.Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 16.0 Codes.Ordinances and Laws.The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal,County,state and federal codes,statutes, ordinances,rules,regulations and laws which have a direct bearing ontheWORK involved on this project.The CONSULTANT is required to complete and sign all affidavits,including Public Entity Crimes Affidavit form (attached)pursuant to FS 287.133(3)(a),as required bythe solicitation applicable tothis AGREEMENT. 17.0 Taxes.CONSULTANT shall be responsible for payment of all federal,state,and/or local taxes related totheWork,inclusive of sales taxif applicable. 18.0 Drug Free Workplace.CONSULTANT shall comply with CITY's Drug Free Workplace policy which ismadea part ofthis AGREEMENT by reference. 19.0 Independent Contractor.CONSULTANT is an independent entity under this AGREEMENT and nothing contained herein shall be construed to create a partnership, jointventure,or agency relationship between the parties. 20.0 Duties and Responsibilities.CONSULTANT agrees to provide its services during the termofthis AGREEMENT in accordance with all applicable laws,rules,regulations,of the federal,state,and City,which may be applicable tothe service being provided. 21.0 Licenses and Certifications.CONSULTANT shall secure all necessary business and professional licenses at "its soleexpensepriortoexecuting the AGREEMENT. 22.0 Entire Agreement Modification,and Binding EffectThis AGREEMENT constitutes the entireagreementofthe parties,incorporates all the understandings of the parties and supersedesanyprior agreements,understandings,representationor negotiation, whetherwrittenor oral.This AGREEMENT may notbe modified or amended exceptin writing,signed byboth parties hereto.Ifthis AGREEMENT isrequired to beapproved by the City Commission,thenupon approval byresolution of theCity Commission,the City Commission shall bedeemedtobea party hereto.This AGREEMENT shall be binding uponandinureto the benefitoftheCityofSouth Miami and CONSULTANT and to their respective heirs,successorsand assigns.No modification or amendment of any terms orprovisionsofthis AGREEMENT shall be valid or binding unlessitcomplies withthis paragraph.This AGREEMENT,in general,andthis paragraph,in particular, shall notbemodifiedoramendedbyactsoromissionsofthe parties.If this AGREEMENT was required by ordinance ortheCityChartertobe approved by the CityCommission,no amendment to thisAGREEMENT shall be valid unlessapprovedby the City Commission. ThomasPepe2016 07/15/2016 Page 4 of 16 23.0JuryTrial.CITY and CONSULTANT knowingly,irrevocably,voluntarily and intentionallywaiveanyright either mayhave to atrialbyjuryinStateorFederal Court proceedingsin respect to anyaction,proceeding,lawsuit or counterclaimarising out of thisAGREEMENT or the performance of the Work thereunder. 24.0ValidityofExecutedCopies.ThisAGREEMENTmaybe executed inseveral counterparts,each of whichshallbe construed asanoriginal. 25.0Rules of Interpretation:Throughout this AGREEMENT the pronouns that are used may be substituted formale,female or neuter,whenever applicableand the singular words substituted forpluraland plural words substituted forsingular wherever applicable. 26.0 Severability.Ifany term orprovisionofthisAGREEMENT or the application thereof to any person or circumstance shall,to any extent,be deemed to beinvalid or unenforceable,the remainder of thisAGREEMENT,or the application of such term or provision to persons or circumstances,other than those to whichitisheldinvalid or unenforceable,shall not beaffected thereby andeachand every other term and provision of this AGREEMENT shallbevalidand enforceable to the fullest extent permitted bylaw. 27.0CumulativeRemedies:Thedutiesand obligations imposedby the contract documents, if any,and the rightsandremedies available hereunder,and,in particular but without limitation,thewarranties,guaranteesand obligations imposedupon CONSULTANT by the Contract Documents,ifany,andthisAGREEMENTand the rightsand remedies available to the CITY hereunder,shall be in addition to,and shall not be construed in anywayasalimitationof,anyrightsandremedies available atlaworinequity,by special guaranteeorby other provisionsof the Contract Documents,ifany,orthis AGREEMENT.In order toentitleanypartytoexerciseanyremedyreservedtoitinthis AGREEMENT,orexistinginlaworinequity,it shall notbenecessary to givenotice, other thansuchnoticeasmaybehereinexpresslyrequired.Noremedyconferredupon orreservedtoanypartyhereto,or existing atlaworinequity,shall beexclusiveofany other available remedy orremedies,buteachandeverysuchremedy shall becumulative and shall be in additiontoevery other remedy given underthis AGREEMENT or hereafterexistingat law orin equity.No delay oromissiontoexerciseany right or power accruinguponanydefault shall impairanysuchrightor power or shall be construedtobeawaiverthereof,butanysuchrightand power maybeexercisedfrom time to timeas often asmaybe deemed expedient. 28.0 Non-Waiver.CITY and CONSULTANT agree thatno failure to exercise and no delay inexercisinganyright,power or privilege under this AGREEMENT on the partof either party shall operateasawaiver of any right,power,or privilege underthis AGREEMENT. Nowaiverofthis AGREEMENT,in wholeor part,including the provisions ofthis paragraph,maybe implied byanyactoromissionand will onlybe valid andenforceable if in writing and dulyexecutedby each ofthe parties tothis AGREEMENT.Anywaiver ofanyterm,conditionorprovisionofthisAGREEMENTwill not constitute awaiverof ThomasPepe 2016 07/15/2016 Page 5of 16 any other term,condition or provision hereof,nor will a waiver of any breach of any term,condition or provision constitute a waiver of any subsequent or succeeding breach.The failure to enforce this AGREEMENT as to any particular breach or default shall notact as awaiverofanysubsequent breach or default. 29.0 No Discrimination and Equal Employment:No action shall be taken bythe CONSULTANT,nor will itpermitany acts or omissions whichresult in discrimination against anyperson,including employee or applicant for employment onthebasisof race, creed,color,ethnicity,national origin,religion,age,sex,familial status,marital status, ethnicity,sexual orientation or physical or mental disability as proscribed by law and thatit will take affirmative action to ensure that such discrimination does nottake place. The CONSULTANT shall complywiththeAmericanswith Disabilities Act andit will take affirmative action to ensure that such discrimination doesnottake place.The City ofSouth Miami's hiring practices strivetocomplywith all applicable federal regulations regarding employment eligibility and employment practices in general.Thus,all individuals and entitiesseekingtodoworkfortheCITYare expected tocomplywith all applicable laws,governmental requirements and regulations,including the regulations of the United States Departmentof Justice pertaining toemployment eligibility and employment practices.By signing this AGREEMENT the CONSULTANT hereby certifies under penalty of perjury,tothe CITY,thatCONSULTANT is in compliance with all applicable regulations and laws governing employment practices. 30.0Governing Laws.ThisAGREEMENTandtheperformanceofservices hereunder willbe governed by the laws of the State of Florida,with exclusive venue for the resolution of anydisputebeinga court of competent jurisdiction in Miami-Dade County,Florida. 31.0 Effective Date.This AGREEMENT shall not become effectiveand binding untilit has been executed bybothparties hereto,andapprovedby the CityCommissionifsuch approvalisrequiredbyCITY's Charter,and the effective date shall be the date of its execution by the lastpartyso executing itordate of approvalbyCity Commission, whichever is later. 32.0Third Party Beneficiary.Itis specifically understoodandagreedthatno other personor entity shall beathirdpartybeneficiary hereunder,and that none ofprovisionsof this AGREEMENT shall befor the benefit oforbeenforceablebyanyone other thanthe parties hereto,and that only the parties hereto shall haveanyrights hereunder. 33.0FurtherAssurances.The parties hereto agree to execute anyand all other andfurther documents asmightbereasonablynecessaryin order to ratify,confirm,and effectuate the intent and purposes of this AGREEMENT. 34.0 Time of Essence.Time is of the essence of this AGREEMENT. 35.0 Interpretation.This AGREEMENT shall not be construed more strongly against either party hereto,regardless of who was more responsible forits preparation. ThomasPepe2016 07/15/2016 Page 6of 16 36.0 Force Majeure.Neither party hereto shallbeindefaultofitsfailureto perform its obligations under this AGREEMENT ifcausedbyactsofGod,civil commotion,strikes, labor disputes,or governmental demands or requirements that could not be reasonably anticipated and the effectsavoided or mitigated.Each party shallnotify the other ofany such occurrence. 37.0Subcontracting:If allowedbythis AGREEMENT,the CONSULTANT shallbeas fully responsible to the CITY for the acts and omissions ofits subcontractors/sub-consultants asitisfor the actsandomissionsofpeople directly employedby it All subcontractors' and sub-consultants'agreements,ifallowedbythis AGREEMENT,must be approved by the CITY.The CONSULTANT shall require each subcontractor,whois approved by the CITY,to agree in the subcontract to observe andbe bound byall obligations and conditions of this AGREEMENT to which CONSULTANT is bound. 38.0 Public Records:CONTRACTOR and all ofits subcontractors arerequired to comply with the public records law (s.l 19.0701)whileprovidinggoods and/or servicesonbehalf of the CITYand the CONTRACTOR,under suchconditions,shall incorporate this paragraph inallofits subcontracts forthis Project and shall::(a)Keepandmaintain public records required bythepublicagency to perform the service;(b)Upon request from the public agency'scustodianof public records,provide the public agencywitha copyof the requested records or allowthe records to beinspected or copiedwithina reasonable timeata cost that doesnotexceed the cost providedinthis chapter or as otherwise providedby law;(c)Ensure that public records that are exempt or confidentialand exempt from public records disclosure requirements are not disclosed except as authorized bylawfor the durationof the contract term and following completionofthe contract ifthe contractor doesnot transfer the records to the public agency;and(d)Uponcompletionofthe contract,transfer,atnocost,to the public agency all public records inpossessionofthe contractor or keepand maintain public records required by the public agency to perform the service.If the contractor transfers all public records to the public agencyuponcompletionofthe contract,the contractor shall destroyany duplicate public recordsthatareexempt or confidential andexempt from public records disclosure requirements.If the contractor keepsand maintains public recordsupon completion ofthecontract,the contractor shall meet all applicable requirements forretaining public records.All records stored electronicallymustbe providedtothe public agency,uponrequestfromthe public agency's custodian of public records,inaformatthatis compatible withthe information technologysystemsofthe publicagency. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340;E-mail: mmenendez@_southmiamifl>gov;6130 Sunset Drive,South Miami, FLo33!43o ThomasPepe2016 07/15/2016 Page7of 16 39.0 Notices.Whenever notice shall be required or permitted herein,it shall be delivered by hand delivery,e-mail (or similar electronic transmission),facsimile transmission or certified mail,withreturnreceiptrequestedand shall bedeemed delivered on thedate shown on the e-mail or delivery confirmation for any facsimile transmission or,if by certified mail,thedateonthereturn receipt orthedate shown asthedatesame was refused or unclaimed.If hand delivered tothe CITY,a copy must be stamped with the official CITY receiptstamp showing thedateof deliver;otherwisethedocument shall notbe considered to have been delivered.Notices shall be delivered tothe following individuals or entities atthe addresses (including e-mail)or facsimile transmission numbers set forth below: To CITY:City Manager, 6130 Sunset Dr. South Miami,FL 33143 Fax:(305)663-6345 Tel:(305)668-2510 E-mail:salexander@southmiamifl.gov Withcopiesto:City Attorney 6130 Sunset Dr. South Miami,FL 33143 Tel:(305)667-2564 Fax:(305)341-0584 E-mail:tpepe@southmiamifl.gov To CONSULTANT:Brown &BrownofFlorida,Inc. Attn :Samantha Graveline 1201 W.Cypress Creek Rd,#130 Ft Lauderdale,FL 33309 Email:SGraveline@bbftlaud.com 40.0 Corporate Authority:The CONSULTANT anditsrepresentativewho signs this AGREEMENT herebycertifiesunderpenaltyofperjury that theCONSULTANTandits representative have,and have exercised,therequired corporate powerand that they havecompliedwith all applicable legal requirementsnecessarytoadopt,execute and deliverthis AGREEMENT and to assumethe responsibilities andobligations created hereunder;andthatthis AGREEMENT is duly executedanddeliveredbyanauthorized corporate officer,in accordance withsuchofficer's powers to bind the CONSULTANT hereunder,and constitutes a valid and binding obligationenforceablein accordance with its terms,conditions andprovisions. IN WITNESS WHEREOF,this AGREEMENT was sign on or beforethedate firstabove written andis accepted andsubjecttothe terms andconditions set forth herein. Thomas Pepe2016 07/15/2016 Page8of 16 ATTESTED: tfuriaM.MS Chy Clerk R&adand %"<D«6ias F.Pepe; Qty Attorney Thomas Pepe 2016 07/15/2016 CMC fl Form,Language, Page 9 of 16 /Samantha Gravdine Consutam n Scope of Services [Insurance Brokerage Services RFQ#HR2016-07 Respondents arerequiredtoreadandunderstand all informationcontainedwithin the entire proposal package.Byresponding to this RFQ,the respondent thereby acknowledges that heor she has read and understands these documents. This section outlines the minimumservices that the City expects to receive fromaqualified Consultant asa subject matter expert.Said Consultant shall assistin the designand implementation of a comprehensive employee benefitsprogramfor fiscal year 2017 and beyond. SCOPE QF SERVBCES The CityofSouth Miami seeks the servicesof qualified firms to provide Insurance Brokerage Servicesfor the City'sEmployeeBenefit Plans.The City of South Miami has approximately 142 employees andretirees participating in the benefitsplan.All employees arelocatedin Florida and retireesmaybeelsewhere.TheCity's plan yearis October Ist throughSeptember 30th The benefit plansinclude the following,but is not limitedto: ©Health/Medical Insurance ©Dental Insurance ©Life Insurance ©Long Term Disability ©Short Term Disability ©Group LifeInsuranceand Accidental Death&Dismemberment Insurance ©Insurance Supplements ©Vision QN-GOiNG SERVBCES; Expected deliverables include,but are not limitedto: A.Monitor the programs'operations throughout theyear to ensure that benefitproviders are meeting all customer service requirements and standards. B.Provideon-goingadministrativesupport,asrequired;definedasdedicatedaccount managersandin house support withunlimitedstaff support,byactingasa liaison between the Cityand providers to assistwithactive review and management count, resolving claim disputes,contract administration and interpretations,and other issues. C.Provide dedicated personnel asaprimary contact formanaging the account relationship with the City to assist with round the clock support andassistancewith billing,I.D. cardsandday to dayissues. D.Meetwith the City'sHuman Resources PersonnelManager throughout the yearas reasonably necessary (minimum is quarterly). Page28 of 47 Thomas F.Pepe 02-23-15 E.Coordinate annual audits of City's benefit plans and associated vendors and prepare annual financial reports onthe results ofthe completed plan year. F.Prepare and deliver any necessary reports tothe City's Human Resources Personnel Manager,including butnot limited to,reports showing claims experience at intervals acceptable to the City. G.Provide advice and assistance in the review ofthe City employee health and medical benefits program ona continuing basis to ensure that those plans are in compliance with state/federal requirements and their adequacy of benefits with respect toother plans. H.Track,monitor and provide information on changes in,or any pending ornew legislation in the applicable state and federal laws,as well as any employee benefit and funding trendsthatmay affect the benefits program,tothe City's Human Resources Personnel Manager. I.AdviseandassisttheCitywith: ©Writing employee benefits plan modifications and/or new benefits plans and any required amendment approval process; ©Submission of written reports and other documents as required bythestate and/or federal government; ©Coordination ofthe annual employee wellness fair; ©Developmentof an Employee Wellness Program; ©Providesummaryofbenefits; ©Onsite enrollment presentations; ©Employee self-service enrollment; ©Cobra administration; ©Education to provide information topromote lower outofpocket costs; ©Provide seminars and programs asneededfor smoking,fitness,exercise,nutrition and heart health. J.Perform special projects as requested bythe City,including butnot limited to: ©Development and assistance in the implementation ofnew insurance plans; ©Assistance with adjudication of specific claims as requested bythe City; ©Recommendation of alternative benefit designs or delivery systems as dictated by emerging plan costsforbenefit practices. K.Ensure personnel availability for meetings,phone calls,and e-mail correspondenceas required. L.Maintain confidentiality ofCity records and data in accordance applicable federal and state laws. M.Active annual renewal processacross all line of coverage and all carriers; Page29of47 Thomas F.Pepe 02-23-15 N.Presentation andmeetingstoreviewoptions,effectivenegotiations to ensure the best benefits for lowest cost to the City and employees; 0.Complete renewal package with customized options and quotes; P.Perform other related services on an "as-needed"basis. RENEWAL YEAR SERVBCESs A.Using currenthealthandmedicalbenefit plans asbenchmarks,research,design,and propose employee benefit plansfor the City,asappropriate. B.MeetwiththeCityasnecessaryto discuss benefit plan optionsand establish goals and objectives for the City's benefit programs. C.Provide analysis of current plans,including thereviewofpastperformance,with regard to renewal. D.Review additional available cost savings plan alternativesandcreativefunding options. E.Determine theappropriate employee and employer benefitcontributionlevels. F.Review and recommend annual contribution strategies foractiveparticipantsand retirees. G.ProvideCity with informationonwhat other municipalitiesofcomparablesizeand location willbedoing with their benefits in the upcoming years. H.Conduct renewal negotiations anddevelopappropriate information for management purposes. 1.UponCity's request,coordinateacomprehensive"Requestfor Proposal"(RFP)process to identifypotential high qualityBenefit vendors,according to establishedCity guidelines.The scope of the RFP mayincludebut not belimitedto:Medical,Dental, Vision,Basic Life,Voluntary Life,AccidentalDeathand Dismemberment,Short Term andLong Term Disability insurance providers. J.Act aslead negotiator and consultant to the Cityduring benefit contract negotiations and renewals. K.Prepareand present a written analytical report of the proposals received including recommendation(s)and supporting documentation for recommendations. L.Review plan documents (including employee booklets)and master contracts before adoption andprinting. M.Assist withplanningand implementation of selected changes including transitionfrom the current to new vendors,the renewalproposal,and other benefit changes. N.Assist with developing City employee benefit program communication materials. Coordinate the design,printing,and production of those materials,as edited and approved by the Human Resources PersonnelManager. O.Advise andassist the Human Resources Personnel Manager or designee with the review of contracts,plan documents,insurancepoliciesand other documents for applicability, accuracy,consistency,and legal compliance. Page30of 47 Thomas F.Pepe 02-23-15 P.Assist City with the development of performance guarantees relating to vendors' performance of services tothe City,and evaluation ofthe performance of vendors. END OF SECTION Page 31 of 47 Thomas F.Pepe 02-23-15 ATTACHMENT A PROFESSIONAL SERVICE AGREEMENT RFQ#:HR20l6-07 insurance Brokerage Consulting Servaces Compensation ThomasPepe2016 07/15/2016 PageII of 16 BENEFIT CONSULTANTS June 10,2016 City of South Miami Attn:Steven Kulick 6130 Sunset Drive South Miami,FL 33143 RE:CostProposal RFQ:HR2016-O7 Dear Mr.Kulick, Attached pleasefind the outlinefor the costproposalinresponseto RFQ:HR2016-07.Thiswillinclude forbrokerageservicespertainingto Medical Insurance (including retirees),Dental Insurance,Vision Insurance,Short TermDisabilityInsurance,LongTerm Disability Insurance,GroupLifeInsurance, VoluntaryLifeand AD&D Insurance and Ancillary/Supplemental Insurance.Pleaseadvisewithany questions.We appreciate the opportunity to providethis information. Regards, Samantha Graveline Vice President Brown &Brown of Florida,Inc. dba Brown &Brown Benefit Consultants Employee Benefits 1201 W.CypressCreekRoad,Suite130 I Fort Uuderdale,FL 33309 I Phone:954-776-2222 I Fax:954-772-6243 A Division ofBrown&Brownof Florida,Inc.I Website:www.bbftiaud.com BENEFIT CONSULTANTS Cost Proposal Theflat-fee annual compensationis inclusive of Brown &Brown of Florida,Inc.'s services forall lines of employee benefit coveragesand all facets of serviceadministration,consultingand program implementation excluding the voluntaryancillary/supplementalinsurance. Brown&Brown of Florida,Inc.hereinproposesa$25,000 USD annualconsultingfeeto support the City ofSouthMiamiandits employees benefitneeds,claims handling,wellness program rollout,experience analysis,program negotiation,brokerage services andenrollment support.Theabovefeeis inclusive of all personnel,timeandactivities.The City of South Miami will notbe billed forany additional services listedintheRequestfor Qualification.Wedoaskthatthevoluntary ancillary/supplemental insurance (AFLAC,Colonial,Allstate,Trustmark,Kanawaha)commissions be paid perthe carriers scale,directly from the carrier,as these are individual productsandarepaidatnocostto the City of South Miami. Belowis the summary of Services,Coverage,Technology andSupport available tothe City of South Miamiincludedwithin the proposedannualfeeand commission paidby the voluntary ancillary/supplemental insurance as stated above. Lines of CoverageAvailable Haft,to beIncluded in the Brokerage Services Fee,but within standard carrier commission delegated by the carrier: ©Cancer Policy ©Accident Policy o HospitalPolicy ©Universal or Whole Life o Term Life o Individual Short Term o Critical Illness Lines of Coverage Available Included Sn the Brokerage Services: Medical Dental Vision Life and AD&D GroupLongTermDisability Group Short Term Disability Medical GAP Plans Pet Insurance Pre-Paid Legal Law Enforcement AD&D Travel Accident Brokerage Services Account Management Customer Service Enrollment Support ©Assigned Account Manager ©Direct Line to Account ©Custom Benefit Booklets & and Assigned Service and Manager,Claims and Service Enrollment Kits Claims Specialists Specialists ©DOL Mandated Notices ©On site support ©Toil-Free Access Number ©On Site Enrollment ©Unlimited access to Account ©BillingandClaims Support Presentations Management Team and ©Claim Grievance Assistance ©New Hire Orientations ClaimsSpecialists ©Network Provider Location ©Web Enrollment ©Weekend andEvening Assistance ©EnrollmentProcessing of Support to claims and benefit o Billing,Enrollment,ID Card&Additions and Deletions assistance viacell phone day to dayclaimresolution and assistance throughout the Year Consulting Support Claims Analysis Employee Communication ©Annually Market alllines of o QuarterlyClaims Meetings ©Unlimited Access to Coverage with AllCarriers o Employee Education Marketing Team,Customized ©Pre-Renewal and Mid-Year Meetings BasedonClaims Materials,Wellness Fair Renewal Meeting Performance Coordinator,Benefit *Renewal Presentation &©ClaimsAnalyzatlon to assist Implementation,Payroll AdditionalMeetingsto with Behavior Modification Staffers,EmployeePosters Present and Negotiate ©ClaimsProjection and Communication Notices Options ©Drug&Physician Utilization ©Wellness Newsletter &Topic ©CompleteRenewal Package,Reporting of the Month Executive Summary,©High ClaimantMonitoring ©MonthlyorQuarterly Customized BenefitOptions Newsletter &Analysis ©Lunch &Learn ©Education Seminars Compliance Support Wellness Programs Annual Health Fair ©Dependent Audit o Annual Health Fair ©Blood Pressure ©Continuous Monitoring for o Biometric Screenings ©Glucose Testing ComplianceagainstStateand ©Wellness Seminars ©CholesterolScreening Federal Laws ©Nutrition&FitnessPrograms o Weight &BMI (Body Mass Index) ©ACA Reporting Assistance ©Wellness Vendor Discounts &©Vision Screening ©Consistent Contact with HR Support ©BoneDensity Screening to ensure Federal and State ©Wellness Committee ©SkinScreening Compliance and Notifications Guidance ©Flu Shots/Pneumonia arebeingprovided Shots/Shingles Vaccine ©MedicarePartDCompliance ©Mental Health Awareness Assistance ©Smoking Cessation o DOL Notice Audit ©Fitness &Exercise ©Massage Therapy Brown&Brown of Florida,Inc.isabletoprovideadditionalservicesasdesired that arenotlistedabove orworktowards modifying theaboveitemstobe included withinthescope of ourfee.Unlisted services mustbe pre-approved tobe included within the aforementioned cost package andaresubjectto availability offerings.Brown &Brown of Florida,Inc.will strive toexceed your expectations by providing a comprehensive benefit packageata competitive consultingfee. PROFESSIONAL SERVICE AGREEMENT RFQ&HR20I6-07 insurance Brokerage Consulting Services Insurance &Indemnification Requirements 1.01 Insurance A.Without limiting its liability,the contractor,orconsultingfirm (hereinafter referred to as "FIRM"withregard to Insurance andIndemnification requirements)shall be required to procure andmaintainatits own expense during the life of the Contract,insuranceof the types andin the minimum amounts stated below aswill protect the FIRM,from claimswhichmayarise out of orresultfrom the contract or the performance of the contract with the City of South Miami,whether suchclaimisagainst the FIRM orany sub-contractor,or by anyone directly or indirectly employed byanyof them or by anyone for whose actsany of them maybe liable. B.No insurance required by the CITY shallbeissued or written byasurpluslinescarrier unless authorized in writing by the CITY andsuch authorization shallbeat the CITY's soleand absolute discretion.The FIRM shall purchaseinsurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida,onformsapprovedby the State of Florida,aswill protect the FIRM,ata minimum,from all claimsas set forth below whichmayarise out of orresultfrom the FIRM's operations under the Contract andforwhichthe FIRM maybe legally liable, whether such operations beby the FIRM orbya Subcontractor or byanyonedirectlyor indirectly employed byanyof them,orbyanyonefor whose actsany of them maybe liable:(a)claims under workers1 compensation,disability benefit and other similar employee benefit actswhichare applicable to the Work to be performed;(b)claimsfor damagesbecause of bodilyinjury,occupationalsickness or disease,or death of the FIRM's employees;(c)claims for damages because ofbodily injury,sicknessor disease, or death of anyperson other than the FIRM's employees;(d)claimsfordamages insuredbyusualpersonalinjury liability coverage;(e)claimsfordamages,other than to the Work itself,becauseofinjury to ordestructionoftangibleproperty,including loss ofuseresulting there from;(f)claims for damages becauseofbodily injury,deathofa person or property damage arising out of ownership,maintenance oruse of a motor vehicle;(g)claims forbodilyinjuryorproperty damage arising out of completed operations;and(h)claims involving contractual liability insurance applicable to the FIRM's obligationsunder the Contract. 1.02 Firm's Insurance Generally.The FIRM shall provideand maintain inforce and effect until all the Work tobeperformedunderthisContract has beencompletedandacceptedbyCITY (orforsuchdurationasisotherwise specified hereinafter),the insurance coveragewrittenon Florida approved formsandas set forthbelow: ThomasPepe2016 07/15/2016 Page 12 of 16 103 Workers'Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers'Compensation Law"of the State of Florida including Chapter 440,Florida Statutes,as presently written or hereafter amended,and all applicable federal laws. In addition,the policy (ies)must include:Employers'Liability at the statutory coverage amount.The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. I 04 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability,completed operations and products liability,contractual liability, severability of interest with cross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate,including: •Personal Injury:$1,000,000; •Medical Insurance:$5,000per person; •Property Damage:$500,000 each occurrence; I 05 Umbrella Commercial Comprehensive General Liability insurance shall be written ona Florida approved form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and $2,000,000 Annual Aggregate.Coverage mustbe afforded on a form no more restrictive than the latest edition ofthe Comprehensive General Liability policy,without restrictiveendorsements,as filed bythe Insurance Services Office,and must include: (a)PremisesandOperation (b)Independent Contractors (c)Products and/orCompletedOperations Hazard (d)Explosion,Collapse and Underground Hazard Coverage (e)Broad Form Property Damage (f)Broad Form Contractual Coverage applicable to this specific Contract,including any hold harmless and/or indemnification agreement. (g)Personal Injury Coveragewith Employee and Contractual Exclusions removed,with minimum limits of coverage equal tothose required for Bodily Injury Liability and Property Damage Liability. 1.06 Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00)plus an additional One Million Dollar ($1,000,000.00)umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability.Umbrella coverage must be afforded onaformno more restrictive than the latest edition of the Business Automobile Liability policy,without restrictive endorsements,as filed bywiththestateof Florida,and must include: (a)Owned Vehicles. (b)Hiredand Non-Owned Vehicles (c)Employers'Non-Ownership 1.07 SUBCONTRACTS:The FIRM agrees thatifanypartofthe Work undertheContractis sublet,thesubcontract shall containthesame insurance provision as set forthinsection 5.1 aboveand5.4 below andsubstitutingthewordSubcontractorfor the word FIRM and substitutingthe word FIRM forCITYwhere applicable. 1.08 Fire andExtendedCoverage Insurance (Builders'Risk).IF APPLICABLE: Page 13 of 16 ThomasPepe2016 07/15/2016 A.In the event that this contract involves the construction of a structure,the CONTRACTOR shall maintain,withanInsurance Company or Insurance Companies acceptable to the CITY,"Broad"form/AllRiskInsuranceonbuildingsand structures, includingVandalism&MaliciousMischiefcoverage,while in the course of construction, includingfoundations,additions,attachments and all permanent fixturesbelonging to and constituting apart of said buildings or structures.The policyorpolicies shall also cover machinery,if the cost of machineryisincludedin the Contract,orif the machinery is locatedinabuilding that isbeing renovated byreason of this contract.The amount of insurance must,at all times,beatleastequal to the replacement andactualcashvalue of the insured property.The policy shall bein the name of the CITYand the CONTRACTOR,as their interest mayappear,and shall also cover the interests of all Subcontractors performing Work. B.All of the provisions set forthinSection5.4herein below shall apply to this coverage unlessit would beclearly not applicable. 1.09 Miscellaneous: A.Ifany notice of cancellation ofinsuranceorchangeincoverageisissuedby the insurance company or should any insurance havean expiration date that will occur during the period of thiscontract,the FIRM shall beresponsibleforsecuring other acceptableinsuranceprior to such cancellation,change,or expirationsoas to provide continuous coverage asspecifiedinthis section andsoas to maintain coverage during the life of this Contract. B.Alldeductibles must bedeclaredby the FIRM and must beapprovedby the CITY.At the option of the CITY,either the FIRM shall eliminate or reduce such deductible or the FIRM shall procureaBond,inaformsatisfactory to the CITYcovering the same. C.The policies shall containwaiverofsubrogation against CITY where applicable,shall expressly provide that suchpolicyor policies areprimary over any other collectible insurancethatCITYmayhave.TheCITYreserves the rightatany time to request a copyoftherequired policies forreview.All policies shall containa "severability of interest"or "cross liability"clause without obligation forpremiumpayment of the CITYaswellascontractual liability provision coveringtheContractorsdutyto indemnify the Cityasprovidedinthis Agreement D.Beforestarting the Work,the FIRM shall deliver to the CITYand CONSULTANT certificates of suchinsurance,acceptable to theCITY,aswellas the insurancebinder,if oneisissued,theinsurance policy,including thedeclaration page and all applicable endorsements andprovidethename,addressand telephone numberof the insurance agentor broker through whom thepolicywasobtained.Theinsurer shall berated A.VII or better perA.M.Best'sKey Rating Guide,latesteditionandauthorizedtoissue insurancein the State of Florida.Allinsurancepoliciesmustbe written onforms approvedby the State of Florida andtheymustremainin full forceandeffectfor the duration ofthecontract period withtheCITY.The FIRM maybe required bythe CITY,atitssolediscretion,to provide a"certifiedcopy"ofthe Policy (as definedin Article I ofthisdocument)which shall include the declaration page and all required endorsements.In addition,the FIRM shall deliver,atthetimeof delivery ofthe insurancecertificate,the following endorsements: (I)a policy provision or an endorsementwith substantially similar provisions as follows: Thomas Pepe 2016 07/15/2016 Page 14 of 16 "The City of South Miami is an additional insured.The insurer shall pay all sums thatthe City of South Miami becomes legally obligated to pay as damages because of 'bodily injury",'property damage',or "personal and advertising injury"and it will provide totheCity all ofthe coverage thatis typically provided under the standard Florida approved forms for commercial general liability coverageAandcoverage B"; (2)a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall notbe cancelled (including cancellation for non-payment of premium),terminated or materially modified without first giving theCityof South Miami ten (10)days advanced written notice oftheintentto materially modify the policy orto cancel or terminate the policy for any reason.The notification shall be delivered tothe City by certified mail,with proof of delivery to the City." E.If the FIRM is providing professional services,such as would be provided by an architect,engineer,attorney,oraccountant,tonameafew,theninsuch event andin addition tothe above requirements,the FIRM shall also provide Professional Liability Insurance ona Florida approved form in the amount of$1,000,000 with deductible per claim if any,nottoexceed 5%ofthe limit of liability providing for all sumswhichthe FIRM shall become legally obligated to pay as damages for claims arising outofthe servicesor work performedbythe FIRM its agents,representatives,SubContractors or assigns,orbyanypersonemployedorretainedbyhiminconnectionwiththis Agreement.This insurance shall be maintained forfour years aftercompletionofthe construction andacceptanceofanyProjectcoveredbythis Agreement However,the FIRM may purchase Specific Project Professional Liability Insurance,intheamountand undertheterms specified above,whichis also acceptable.No insurance shall beissued bya surplus lines carrier unless authorized in writing bythecityatthe city's sole, absolute and unfettered discretion. Indemnification Requirement A.TheContractoraccepts and voluntarily incurs all risksofany injuries,damages,or harm whichmight arise during the work oreventthat is occurring ontheCITY'spropertydue tothe negligence orother fault oftheContractoror anyone acting throughoron behalf ofthe Contractor. B.The Contractor shall indemnify,defend,saveandholdCITY,itsofficers,affiliates, employees,successorsand assigns,harmlessfromanyand all damages,claims,liability,losses, claims,demands,suits,fines,judgmentsor cost andexpenses,including reasonable attorney's fees,paralegal feesandinvestigativecosts incidental there to andincurredpriorto,duringor following any litigation,mediation,arbitration andat all appellate levels,whichmaybesuffered by,oraccrued against,charged toorrecoverablefromtheCityofSouth Miami,itsofficers, affiliates,employees,successorsand assigns,byreasonofanycausesofactionsor claim ofany kindornature,including claims for injury to,ordeathofanypersonorpersonsandfor the loss ordamage to any property arising out ofanegligenterror,omission,misconduct,oranygross ThomasPepe 2016 07/15/2016 Page 15 of 16 negligence,intentional act or harmful conduct of the Contractor,its contractor/subcontractor orany of their officers,directors,agents,representatives,employees,orassigns,or anyone acting through oronbehalf of any of them,arising out ofthis Agreement,incident to it,or resultingfrom the performanceor non-performance ofthe Contractor's obligationsunderthis AGREEMENT. C.The Contractor shall pay all claims,lossesand expenses of anykind or nature whatsoever,in connection therewith,including the expense or lossof the CITY and/or its affectedofficers,affiliates,employees,successorsand assigns,includingtheir attorney's fees,in the defense ofanyactioninlaworequitybrought against them and arising fromthenegligent error,omission,or act of the Contractor,its Sub-Contractor or any of their agents, representatives,employees,or assigns,and/orarising out of,or incidentto,this Agreement,or incident to orresultingfrom the performanceor non-performance of the Contractor's obligations under this AGREEMENT. D.The Contractor agreesandrecognizesthat neither the CITY nor itsofficers, affiliates,employees,successorsand assigns shall beheld liable orresponsibleforany claims, including the costsand expenses ofdefendingsuch claims whichmayresultfromorarise out of actionsoromissionsofthe Contractor,its contractor/subcontractor oranyoftheiragents, representatives,employees,or assigns,oranyoneacting through or onbehalf of the them,and arising out of orconcerning the work or event thatisoccurringontheCITY'sproperty.In reviewing,approving or rejectinganysubmissionsoracts of the Contractor,CITY innoway assumesorsharesresponsibility or liability for the actsor omissions of the Contractor,its contractor/subcontractororanyoftheir agents,representatives,employees,or assigns,or anyone acting through or onbehalf of them. E.The Contractor has the dutytoprovideadefensewithan attorney orlaw firm approved bytheCityofSouth Miami,which approval will notbe unreasonably withheld. F.However,as to design professional contracts,and pursuant toSection 725.08 (I), Florida Statutes,none of the provisionssetforthhereinabove that areinconflictwiththis subparagraph shall apply and this subparagraph shall setforththesole responsibility ofthe design professional concerning indemnification.Thus,the design professional's obligations asto theCity and its agencies,aswellastoits officers and employees,is to indemnify and hold them harmless from liabilities,damages,losses,and costs,including,butnot limited to,reasonable attorneys'fees,tothe extent caused bythe negligence,recklessness,or intentionally wrongful conductofthe design professional and other persons employedor utilized bythe design professionalin the performance of the contract. ThomasPepe2016 07/15/2016 Page 16 of 16 BID OPENING REPORT Bids were opened on;Friday,April 22.2016 For:RJFO fl HR 2016-07 Insurance Brokerage Services COMPANIES THAT SUBMITTED PROPOSALS: 1.FLORIDA LEAGUE OF CITIES,INC. iXoelt'h Ferinej-jfa (3t-Ju/>H £ 3.BROWN &BROWN OF FL,INC. after:10:00am THE ABOVE BIDS HAVE NOT BEEN CHECKED. THE BIDS ARE SUBJECT TO CORRECTION AFTER THE BIDS HAVE BEEN COMPLETELY REVIEWED. City Clerk:filar fa.M /Hfiiie H/Ip £_ int Na Witness Print Name Witness: Print Name Signature RFPHR-2016-07 Insurance Brokerage Services NOTE:RESULTS ARE NOT FINAL UNTIL AN AWARD RECOMMENDTION BY THE CITY MANAGER Bidder Bid Package (lOrg;10 Copies;1 Digital) Proposal Format Bidder Qualifiation/ Resumes Detailed Work Plan References NonCoil. Affidavit Public Entity Crimes and Conflicts of Interest Drug free Workplace OSHA Stds Fed.State Listings Related Party Presentation Declaration (1)Proof of Ins Sighed Contrat Sun Biz Brown & Brown X X X N/A X X X X X X X X N/A X X Fla. League of Cities X N/A X N/A X N/A N/A N/AN/A N/A N/A N/A N/A N/A X Gelin X X X X X X X X X X X X N/A X X BROWN &BROWN Yael Londono:City of Sunny Isle Beach: 1.Has the Brown&Brown demonstrated an ability to lower first offered prices and come backwith reduced prices/rates? "They have always worked with us to lower rates &prices.Recently reduced their prices from 20%to 7%-8%." 2.How would you rate their quality ofspecific case assistance? "Yes,very responsive.Justa phone call away.We have been with them for over 10Yrs;very happy with them." Kulick,Steven P From:Suzanne Skidmore <SSkidmoTB@ci.greenacres.fl.us> Sent:Thursday,May 19,2016 10:58 AM To:Kulick,Steven P Cc:Menendez,Maria M. Subject:RE:Reference Check:Florida League ofCities 1.Has the League demonstrated an ability to lower first offered prices and come back with reduced prices/rates? FLC has come back with reduced prices/rates. 2.How would you rate their quality of specific case assistance? I have been with the Cityof Greenacres for 11 years and have been the Benefits Administrator since I came here.FLC had already been well established here and continues to demonstrate excellent quality of service.I just had a situation last week where an employee needed that specific case assistance and they were able, willing,and very helpfulin that situation. The Cityof Greenacres notonly as our medical insurance withFLC,we also have our Property/Casualty/Liability,and Retirements with them as well.If I can be any further assistance please don't hesitate to ask.Thanks Suzanne Skidmore Cityof Greenacres Human Resources 5800 Melaleuca Lane Greenacres,FL 33463 561-642-2001 From:Kulick,Steven P fmailto:SKulick(asouthmiamifl.Qovl Sent:Thursday,May 19,2016 10:36 AM To:Suzanne Skidmore Cc:Menendez,MariaM. Subject:RE:Reference Check:Florida League ofCities Health insurance. Steven Kulick,C.P.M. Purchasing Manager/Procurement Division City of SouthMiami -6130 Sunset Drive -SouthMiami,Fl 33143 Ph:305/663-6339;Fax:305/663-6346 -Email:skulick@southmiamifl.gov ex •v«v WSJ* A;-.;r From:Suzanne Skidmore rmailto:SSkidmore@ci.qreenacres.fl.us1 Sent:Thursday,May 19,2016 10:35 AM To:Kulick,Steven P Cc:Menendez,MariaM. Subject:RE:ReferenceCheck:Florida LeagueofCities Is this forHealth Insurance orfor Property/Casualty/Liability Insurance? Suzanne Skidmore Cityof Greenacres Human Resources 5800 Melaleuca Lane Greenacres,FL 33463 561-642-2001 From:Kulick,Steven P rmailto:SKulick@southmiamifl.qov1 Sent:Thursday,May19,2016 10:25 AM Cc:Menendez,MariaM. Subject:Reference Check:Florida League ofCities Good morning, TheCityof South Miami received proposals in response to a Request for Qualifications for Insurance Brokerage Services and is checking references provided by the Florida League of Cities.The Selection Committee has a few questions: 3.Has the League demonstrated an ability to lower first offered prices and come back with reduced prices/rates? 4.How would you rate their quality of specific case assistance? Any questions please call. Thanks, Steven Kulick,C.P.M. Purchasing Manager/Procurement Division City of South Miami -6130 Sunset Drive -SouthMiami,Fl 33143 Ph:305/663-6339;Fax:305/663-6346 -Email:skulick@southmiamifl.Qov Thisemailmessagehasbeen successfully scannedby Greenacres Email Security System forthe presence of malicious codes,spam,vandals,and computer viruses. This email message has been successfully scanned by Greenacres Email Security System for the presence of maliciouscodes,spam,vandals,andcomputerviruses. Fla.LEAGUE OF CITIES Gene Bullard:City of LakeCity 1.Has the Lague demonstrated an ability to lower first offered prices and come back with reduced prices/rates? "Yes,they have always worked with us to lower prices.Our first year, they really worked with us since we were part of a shared riskpool.We are in our 4th budget year withthem and they continue toworkwithus each year on prices/' 2.How would you rate their quality of specific case assistance? "Very happy with them,andsoareour employees.I personally hada specific incident and they handled it with great care/7 June 10,2016 City of South Miami Attn:Steven Kulick 6130 Sunset Drive South Miami,FL 33143 RE:CostProposal RFQ:HR201&O7 Dear Mr.Kulick, Attached pleasefind the outline for the cost proposal in response to RFQ:HR2016-07.Thiswillinclude forbrokerageservicespertainingtoMedicalInsurance(includingretirees),DentalInsurance,Vision Insurance,ShortTerm Disability Insurance,LongTerm Disability Insurance,GroupLifeInsurance, Voluntary Lifeand AD&D InsuranceandAncillary/SupplementalInsurance.Pleaseadvisewithany questions.We appreciate the opportunity to provide this information. Regards, Samantha Graveline Vice President Brown &Brown of Florida,Inc. dba Brown &Brown Benefit Consultants Employee Benefits 1201 W.CypressCreek Road,Suite130 I Fort Uuderdale,FL 33309 I Phone:954-776-2222 I Fax:954-772-6243 A Division ofBrown&Brown of Florida,Inc.I Website:www.bbftiaud.com 1 - BENEFIT CONSULTANTS Cost Proposal The flat-fee annual compensation isinclusiveofBrown&Brownof Florida,Inc/s servicesforall lines of employee benefit coverages and all facets of service administration,consulting and program implementation excluding the voluntary ancillary/supplemental insurance. Brown&BrownofFlorida,inc.herein proposes a$25,000 USD annual consulting fee to support the City of South Miamiandits employees benefit needs,claimshandling,wellness program rollout,experience analysis,program negotiation,brokerage servicesand enrollment support.The above feeIsinclusiveof all personnel,time and activities.TheCityof South Miami will not bebilledfor any additional services listedin the Request forQualification.Wedoask that the voluntary ancillary/supplemental insurance (AFLAC,Colonial,Allstate,Trustmark,Kanawaha)commissionsbepaid per the carriers scale,directly from the carrier,as these are individual products and are paid at no cost to the CityofSouthMiami. Belowis the summary of Services,Coverage,Technology and Support available to the Cityof South Miami included within the proposed annual fee and commission paidby the voluntary ancillary/supplemental insuranceas stated above. Lines of Coverage Available Not to be Included in the Brokerage Services Fee,but within standard carrier commission delegated by the carrier: •Cancer Policy •Accident Policy •HospitalPolicy •Universal or Whole Life •Term Ufe •indtvldua 1Short Term •Critical Illness lines of Coverage Available Included in the Brokerage Services: Medical Dental Vision Ufe and AD&D •GroupLongTermDisability •Group Short Term Disability •Medical GAP Plans •Pet Insurance Pre-PaidLegal Law Enforcement AD&D Travel Accident Brokerage Services Account Management •Assigned Account Manager and AssignedService and Claims Specialists •Onsite support •Unlimited access to Account Management Teamand ClaimsSpecialists •Weekend andEvening Support to claims and benefit assistance viacell phone Customer Service •Direct Une to Account Manager,Claims and Service Specialists •Toll-Free Access Num ber •Billingand Claims Support •Claim Grievance Assistance •Network Provider Location Assistance •Billing,Enrollment ID Card& day to dayclaimresolution and assistance Enrollment Support •Custom Benefit Booklets & Enrollment Kits •DOL Mandated Notices •On Site Enrollment Presentations •New Hire Orientations •Web Enrollment •EnrollmentProcessingof Additions and Deletions throughout the Year Consulting Support •AnnuallyMarketalllinesof Coverage withAll Carriers •Pre-Renewal and Mid-Year Renewal Meeting •Renewal Presentation & AdditionalMeetingsto Present and Negotiate Options •Complete RenewalPackage, Executive Summary, CustomizedBenefit Options &Analysis Claims Analysis •QuarterlyClaimsMeetl ngs •EmployeeEducation Meetings BasedonClaims Performance •ClaimsAnalyzatlon to assist with Behavior Modification •Claims Projection •Drug&Physician UtIllzatlon Reporting •HighClaimant Monitoring Employee Communication •Unlimited Access to Marketing Team,Customized Materials,Wellness Fair Coordinator,Benefit Implementation,Payroll Stuffers,Employee Posters and Communication Notices •WellnessNewsletter&Topic of the Month •Monthlyor Quarterly Newsletter •Lunch &Learn •Education Seminars Compliance Support •Dependent Audit •Continuous Monitoring for Compliance against State and Federal Laws •ACAReporting Assistance •Consistent Contact with HR to ensure Federal and State Compliance and Notifications arebeingprovided •Medicare Part D Compliance Assistance •DOL Notice Audit Wellness Programs •Annual Health Fair •Blometric Screenings •Wellness Seminars •Nutrition&Fitness Programs •Wellness Vendor Discounts & Support •Wellness Committee Guidance Annual Health Fair •Blood Pressure •Glucose Testing •Cholesterol Screening •Weight &BMI (Body Mass Index) •Vision Screening •Bone Density Screening •Skin Screening •Flu Shots/Pneumonia Shots/Shingles Vaccine •Mental Health Awareness •Smoking Cessation •Fitness &Exercise •Massage Therapy Brown&Brown of Florida,Inc.isabletoprovideadditional services asdesired that are not listed above orwork towards modifying the aboveitemstobeincludedwithinthescopeofourfee.Unlistedservices must bepre-approvedtobeincludedwithin the aforementioned costpackageandaresubjectto availabilityofferings.Brown&Brownof Florida,Inc.will strive to exceed your expectations byproviding a comprehensive benefit package ata competitive consulting fee. SoulmMiami THE CITYOF PLEASANT LIVING RFQ Title; RFQ No.: Evaluation Scoring Sheet Insurance Brokerage Services HR2016-07 Purchasing Division 6130 Sunset Drive South Miami,Florida 33143 (305)663-6339 www.southmiamifl.aov DIRECTIONS:Please score each firm,for each specificcriteriaprovided.Scoringis based on each criterialistedbelow with a maximum score for each criteria.The total score for each proposer is calculated bv adding each criteria for a total score bv proposer.The maximum score total score for each proposer is 100 points. Staff Experience and Team Organization: Theabilityof professional personnel,including the employees or principals of the firm; subcontractors (ifany)and;pertinent training, skills,experience and references.Firmswith in-house specialties as it relates tothe scope of services and whohave comparable project experience withtheCity of SouthMiami and other municipalities,citiesor County governments forsimilar engagements,will be granteda higher score accordingto relevance totheCityofSouthMiami's requirements and service.(Max.40 points) Project Approach:Completeness andclarity ofthe proposer's approach and detailed work planto the engagement,and theabilityof the approach toimmediately accomplish theCity's overall objectives.(Max.30 points) Commitment to Timelines and Budget Requirements:Respondent's abilityto meet City timelines and budget requirements based onthe current and projected workloadof the firm.(Max.20 points) Other factors:Respondent's previous activities,including the volume ofwork previously awarded tothe consultant or portions ofits team,by the City.Firms that have done prior business withtheCitywithinthe last 15 years,from the date the RFQis issued,will be eligibleforthis category.(Max.10 points) Total Score: Additional Comments; Iv^^^^^^-S^vg^ I (Print Namf^(Print Name) '&f7**— (Signature) Page 1of1 Date:gA/fr South^Miami THE CITY OF PLEASANT LIVING RFQ Title: RFQ No.: \cv*\* Evaluation Scoring Sheet Insurance Brokerage Services HR2016-07 Purchasing Division 6130 Sunset Drive South Miami,Florida 33143 (305)663-6339 www.southmiamifLaov DIRECTIONS:Pleasescoreeach firm,foreachspecific criteria provided.Scoring isbasedoneach criteria listedbelow with a maximum score foreach criteria.Thetotalscore for eachproposeriscalculatedbvaddingeach criteria foratotal score bv proposer.Themaximumscoretotalscoreforeach proposer is100 points. 4. Staff Experience arid Team Organization: Theabilityof professional personnel,including the employees orprincipals of the firm; subcontractors (ifany)and,pertinent training, skills,experience and references.Firmswith in-house specialtiesasitrelatestothe scope of services andwhohavecomparableproject experience withtheCityof South Miamiand other municipalities,citiesorCounty governments for similar engagements,will be grantedahigherscoreaccordingto relevance totheCityofSouth Miami's requirements and service.(Max.40 points) Project Approach:Completeness andclarity of the proposer's approachand detailed work planto the engagement,and the ability of the approachtoimmediatelyaccomplishtheCity's overall objectives.(Max.30 points) Commitment to Timelines and Budget Reouirements:Respondents abilityto meet City timelines and budget requirements based onthecurrentandprojectedworkloadofthe firm.(Max.20 points) Other factors:Respondent's previous activities,includingthevolumeofwork previously awardedtothe consultant orportions ofits team,by the City.Firmsthat have done prior business withtheCitywithinthelast15 years,fromthedatetheRFQ is issued,will be eligible for thiscategory.(Max.10 points) Total Score: Additional Comments: (Print Name) Ao Ad ^>D ^O 20 lo ^o tesfifllifiiii •-MsmzA WM. (Signature) Page 1of1 ge-f\W cD'uOw^ SouOTMiami THECITYOF PLEASANT LIVING RFQ Title: RFQ No.: Evaluation Scoring Sheet Insurance Brokerage Services HR2016-07 "Pftofl-U Purchasing Division 6130 Sunset Drive South Miami,Florida 33143 (305)663-6339 www.southmiamlfl.oov DIRECTIONS;Please score each firm,for each specificcriteriaprovided.Scoringis based on each criterialistedbelow with a maximum score for each criteria.The total score for each proposer is calculated bv adding each criteria for a total iscore bv proposer.The maximum score total score for each proposer is 100 points. Staff Experience and Team Organization: The ability ofprofessionalpersonnel,including the employees or principalsofthefirm; subcontractors (ifany)and,pertinenttraining, skills,experience and references.Firmswith in-house specialties asit relates tothe scope of services and whohave comparable project experience withtheCityofSouthMiami and other municipalities,cities or County governments forsimilar engagements,will be granted a higher score according to relevance to the Cityof South Miami's requirements and service.(Max.40 points) Project Approach:Completeness andclarity ofthe proposer's approach and detailed work plantothe engagement,and theabilityofthe approachto immediately accomplishtheCity's overall objectives.(Max.30 points) Commitment to Timelines arid Budget Requirements:Respondent's abilityto meet City timelines and budget requirements based onthe current and projected workloadofthe firm.(Max.20 points) Other factors:Respondent's previous activities,includingthevolumeofwork previously awarded to the consultant orportions ofits team,bytheCity.Firmsthathave done prior business with the Citywithin the last15 years,from the date theRFQis issued,will be eligibleforthis category.(Max.10 points) Total Score: Additional Comments: (Print Name) v 5re) Date:V u Page 1of1 4&2/2016 Florida Department of State Division of Corporations Detail by Entity Name Florida Profit Corporation BROWN &BROWNOFFLORIDA,INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 150616 59-0691921 04/03/1947 FL ACTIVE AMENDMENT 09/11/2014 NONE 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Changed:04/13/2015 Mailing Address 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Changed:04/13/2015 Registered Aoent Name &Address DetailbyEntity Name •>Hnt)i& CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION,FL 33324 Name Changed:03/20/2012 Address Changed:03/20/2012 Officer/Director Detail Name &Address Title President,Director Lydecker,Charles H. 220 S.Ridgewood Avenue Daytona Beach,FL 32114 http://8earch.8U[ata.agflncBflr^^1/4 4/22/2016 DetailbyEntity Name Title Secretary,VP Lloyd,Robert W. 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Title Treasurer Daly,WilliamR 220 S.Ridgewood Avenue Daytona Beach,FL32114 Title Vice President &Assistant Secretary Robinson,Anthony 220 S.Ridgewood Ave. Daytona Beach,FL 32114 Title Executive Vice President Alvarez,Fausto 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Title Executive Vice President Brown,Barrett Six Concourse Parkway Suite 2300 Atlanta,GA 30328 Title Executive Vice President Cloar,IV,Thomas 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Title Executive Vice President Farmer,Steve 220 S.Ridgewood Avenue Daytona Beach,FL32114 Title Executive Vice President Grippa,Anthony M 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Title Executive Vice President Keeby,Michael 220 S.Ridgewood Avenue Daytona Beach,FL 32114 littp://search.sunKz.orgfl^2/4 4/22/2016 Title Executive Vice President Leavine,Anthony 655 N.FranklinSt.Suite 1900, Tampa,FL 33602 Title Executive Vice President Shouppe,Alex 220 S.RidgewoodAvenue Daytona Beach,FL 32114 Title VP Lanni,James 220 S.Ridgewood Avenue Daytona Beach,FL32114 Title VP Watts,Andy 220 S.Ridgewood Avenue Daytona Beach,FL 32114 Annual Reports Report Year 2014 2015 2016 Document Images Filed Date 04/24/2014 04/13/2015 04/01/2016 DetailbyEntity Name 04/01/2016-ANNUAL REPORT View image In PDF format | 04/13/2015 -ANNUAL REPORT _ 09/11/2014 -Amendment 04/24/2014 -ANNUAL REPORT "_ 01/24/2013 -ANNUAL RFPQRT _ 04/25/2012 --ANNUAL REPORT _ 03/20/2012 -Reg.Agent Change view Image In PDF format 04/28/2011 -ANNUAL REPORT 04/28/2010 -ANNUAL REPORT _ 03/31/2009 -ANNUAL REPORT " 04/24/2008 -ANNUAL REPORT 05/02/2007-Merger ~ 04/16/2007 -ANNUAL REPORT 06/22/2006 -Name Change ViewImageinPDFformat ViewimageinPDFformat View image In PDFformat View Image inPDFformat View image inPDFformat View image inPDFformat View image inPDFformat View image in PDF format View Image in PDF format View image inPDFformat View image in PDF format j View Image in PDF format J ht!p://searcrtsuntiz.orgfflrK|ary/Cwpaa^..314 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT*150616 Entity Name:BROWN&BROWNOFFLORIDA,INC. Current Principal Place of Business: 220 S.RIDGEWOOD AVENUE DAYTONA BEACH,FL 32114 FILED Apr 01,2016 Secretary of State CC0199169976 Current Mailing Address: 220 S.RIDGEWOOD AVENUE DAYTONA BEACH,FL 32114 US FEI Number:59-0691921 Name and Address of Current Registered Agent: CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION,FL 33324 US Certificate of Status Desired:No Theabovenamedentitysubmitsthisstatement forthepurposeof changing Hs registeredofficeorregisteredegent,orboth,In theSteteof Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail: Title PRESIDENT,DIRECTOR Name LYDECKER,CHARLES H. Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONABEACHFL 32114 Title TREASURER Name DALY,WILLIAM R Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACH FL 32114 Title EXECUTIVE VICE PRESIDENT Name ALVAREZ,FAUSTO Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACH FL 32114 Title EXECUTIVE VICE PRESIDENT Name CLOAR,IV,THOMAS Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACHFL32114 Title SECRETARY VP Name LLOYD,ROBERT W. Address 220 S.RIDGEWOOD AVENUE Ctty-State-ZIp:DAYTONABEACHFL32114 Title VICE PRESIDENT &ASSISTANT SECRETARY Name ROBINSON,ANTHONY Address 220 S.RIDGEWOOD AVE. City-State-Zip:DAYTONA BEACHFL 32114 Title EXECUTIVE VICE PRESIDENT Name BROWN,BARRETT Address SIX CONCOURSE PARKWAY SUITE 2300 City-State-Zip:ATLANTA GA30328 Title EXECUTIVE VICE PRESIDENT Name FARMER.STEVE Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONABEACHFL 32114 Continues on page 2 Date I harabycertifythat tha Information Indlcatad on this raportorauppfemantalraportla two and aoctirata andthatmy etectronio signature ahalthavathaaamafagaleffectasffmadeunder oath;mat Iamanofficerordirectorof ma corporation orthemcefver ortwstae empoweredtoexecute thisraportasraqukadbyChapter607,Florida Statutes:andthatmynamaappears above,oronan attachment with aB otherSka empowered. SIGNATURE:ANTHONY ROBINSON VP&ASST.SECRETARY 04/01/2016 ElectronicSignatureofSigningOfficer/DirectorDetail Date 2016 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT DOCUMENT*L15000009436 Entity Name:GELIN BENEFITS GROUP,LLC Current Principal Place of Business: HUNTINGTON SQUARE III 3350 SW146TH AVENUE SUITE 110 MIRAMAR,FL 33027 Current Mailing Address: 6750 NORTH ANDREWS AVENUE SUITE 200 FORT UUDERDALE,FL 33309 US FEI Number:47-2805753 Name and Address of Current Registered Agent: GELIN,ELBERG MIKE 6750 NORTH ANDREWS AVENUE SUITE 200 FORT UUDERDALE,FL 33309 US FILED Mar 15,2016 Secretary of State CC9035343542 Certificate of Status Desired:Yes Theabovenamedentitysubmits thisstatement forthe purpose of changing Its registered office orregistered agent,orboth,fnthestate of Florida. SIGNATURE:ELBERG MIKE GELIN 03/15/2016 Electronic SignatureofRegisteredAgent Authorized Person(s)Detail: Title MGR Name GELIN,ELBERG MIKE Address 6750 NORTH ANDREWS AVENUE SUITE 200 CIty-State-ZIp:FORT LAUDERDALEFL 33309 Date I haraby earthymatthe Information toolcatBdonml*reportorsupplementalreport te oath;thatlam amanagingmember ormanageroftha linked SabiSty companyortha raoalvar or tmstaaemp^ that my name appears above,oronanattachment with aftother Bke empowered. SIGNATURE:ELBERG MIKE GELIN PRESIDENT 03/15/2016 Electronic SignatureofSigningAuthorized Person(s)Detail Date Officer/Director Detail Continued: Title EXECUTIVEVICE PRESIDENT Name GRIPPA,ANTHONY M Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACHFL 32114 Title EXECUTIVE VICE PRESIDENT Name LEAVINE,ANTHONY Address 655N.FRANKLINST.SUITE 1900, City-State-Zip:TAMPA FL 33602 Title VP Name LANNI.JAMES Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACH FL 32114 Title EXECUTIVE VICE PRESIDENT Name KEEBY,MICHAEL Address 220 S.RIDGEWOOD AVENUE City-State-Zrp:DAYTONA BEACH FL 32114 Title EXECUTIVE VICE PRESIDENT Name SHOUPPE.ALEX Address 220 S.RIDGEWOOD AVENUE City-State-Zip:DAYTONA BEACH FL 32114 Title VP Name WATTS,ANDY Address 220 S.RIDGEWOOD AVENUE CIty-State-ZIp:DAYTONA BEACHFL32114 4/22/2016 Florida Department of State Division of Corporations DetailbyEntityName Detail by Entity Name Florida Not For Profit Corporation FLORIDA LEAGUEOF CITIES,INCORPORATED Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Principal Address 702898 59-6001124 12/13/1935 FL ACTIVE REINSTATEMENT 10/29/2015 301 S.BRONOUGH STREET,SUITE 300 TALLAHASSEE,FL 32301 Changed:01/03/2011 Mailing Address POST OFFICE BOX 1757 TALLAHASSEE,FL 32302-1757 Changed:01/12/2010 Registered Agent Name &Address SITTIG,MICHAEL 301 S.BRONOUGH ST.,Suite 300 TALLAHASSEE,FL 32301 Name Changed:10/29/2015 Address Changed:03/29/2016 Officer/Director Detail Name &Address Title Past President COOPER,HON J 400 S.FEDERAL HIGHWAY HALLANDALE BEACH,FL 33009 i l%;//search.sur*iz.org/lrK^lry/Corp<xationSe^1/3 4/22/2016 Title President Surrency,Matthew 6700 SE 221st Street Hawthorne,FL 32640-3816 Title Past Presfdent Wu,P.C. Post Office Box 12910 Pensacola,FL 32521-0001 Title First Vice President Haynie,Susan 201 W.Palmetto Park Road Boca Raton,FL 33432 Title Second Vice President Ziffer,Gil 300 S.Adams Street Tallahassee,FL 32301 Annual Reports Report Year 2014 2015 2016 Document Images Filed Date 01/09/2014 10/29/2015 03/29/2016 DetailbyEntityName 03/29/2016 --ANNUAL REPORT View image in PDF format J 10/29/2015 -REINSTATEMENT ViewimageinPDFformat 01/09/2014-ANNUAL REPORT View image in PDF format | 01/23/2013 -ANNUAL REPORT View image In PDFformat 01/13/2012-ANNUALREPORT View image in PDF format 01/03/2011 -ANNUAL REPORT View image In PDF format | 01/12/2010 -ANNUAL REPORT 02/29/2008 -ANNUAL REPORT ViewimageInPDFformat 01/14/2009-ANNUAL REPORT View image in PDF format View Image in PDF format 04/24/2007 -ANNUAL REPORT View image in PDF format 07/19/2006 -ANNUAL REPORT View image in PDF format J 04/25/2005 -ANNUAL REPORT View image In PDF format "I 04/26/2004 -ANNUAL REPORT 03/31/2003 -ANNUAL REPORT 03/14/2002 -ANNUAL RFPQRT ViewimageinPDFformat View Image in PDF format _J View image to PDF_format j r^://search.sunWz.<xoMtfry/C«pwati 2/3 2016 FLORIDA NOT FOR PROFIT CORPORATION ANNUAL REPORT DOCUMENT*702898 Entity Name:FLORIDA LEAGUEOFCITIES,INCORPORATED Current Principal Place of Business: 301 S.BRONOUGH STREET,SUITE 300 TALLAHASSEE,FL 32301 FILED Mar 29,2016 Secretary of State CC2864342990 Current Mailing Address: POST OFFICE BOX 1757 TALLAHASSEE,FL 32302-1757 FEI Number:59-6001124 Name and Address of Current Registered Agent: SITTIG.MICHAEL 301 S.BRONOUGH ST.,SUITE 300 TALLAHASSEE.FL 32301 US Certificate of Status Desired:No Theabove named entity submits tNsstatement for thepurpose ofchanging its registered office orregistered agent,orboth,intheState ofFhrtda, SIGNATURE:MICHAEL SITTIG ElectronicSignatureof Registered Agent Officer/Director Detail: Title PAST PRESIDENT Name COOPER,HONJ Address 400 S.FEDERAL HIGHWAY City-State-Zip:HALLANDALE BEACHFL33009 Title PAST PRESIDENT Name WU.P.C. Address POST OFFICE BOX 12910 City-State-Zip:PENSACOLA FL 32521-000 Title SECOND VICE PRESIDENT Name ZIFFER,GIL Address 300 S.ADAMS STREET City-State-Zip:TALLAHASSEE FL32301 03/29/2016 Title PRESIDENT Name SURRENCY.MATTHEW Address 6700 SE221ST STREET Ctty-State-Zip:HAWTHORNE FL 32640-3816 Title FIRST VICE PRESIDENT Name HAYNIE,SUSAN Address 201 W.PALMETTO PARK ROAD City-State-Zip:BOCARATONFL33432 Date itierBbycattfymaltheMomwtionmdhrtedontntoreportM oath;that I aman officerordirectoroffthecorporation orthereceiverortrusteeempoweredtoexecute thlaraportaarequiredbyChapter617,Florida Statutes;andmatmynameappears above,oronanattachmentwithaltother Ska empowered. SIGNATURE:MATTHEW SURRENCY PRESIDENT 03/29/2016 Electronic Signature of Signing Officer/Director Detail Date 4/228016 Florida Department of St Division of Corporations Detail by Entity Name Florida LimitedLiability Company GELIN BENEFITS GROUP,LLC Filing Information Document Number FEI/EIN Number Date Filed Effective Date State Status Principal Address HUNTINGTON SQUARE III 3350 SW 148th AVENUE SUITE 110 MIRAMAR,FL 33027 Changed:03/15/2016 Mailing Address L15000009436 47-2805753 01/15/2015 01/15/2015 FL ACTIVE 6750 NORTH ANDREWS AVENUE SUITE 200 FORT LAUDERDALE,FL 33309 Changed:03/15/2016 Registered Agent Name &Address GELIN,ELBERG Mike 6750 NORTH ANDREWS AVENUE SUITE 200 FORT LAUDERDALE,FL 33309 Name Changed:03/15/2016 Address Changed:03/15/2016 Authorized Person(s)Detail DetailbyEntity Name Name &Address Title MGR GELIN,ELBERG MIKE r^y/sear<*.sunWz.agyim|ulry/Capw^1/2 4/22/2016 Detail by Entity Name 6750 NORTH ANDREWS AVENUE SUITE 200 FORT LAUDERDALE,FL 33309 Annual Reports Report Year FiledDate 2016 03/15/2016 Document Images 03/15/2016 -ANNUAL REPORT View image in PDF format | 01/15/2015 -Florida Limited Liability View image in PDF format J httpy/search.sunWz.cxg/lrqulry/CorporationSearc^..212 SUNDAY JUIY3 2016 MIAMIHERALD.COM NEIGHBORS 29SE CCITY OF SOUTH MIAMI COURTESY NOTICE AND MEETING DATE CHANGE NOTICE IS HEREBY giventhattheCity Commission of theCity of SouthMiami,FloridawillconductPublicHearing(s)atitsregularCity Commissionmeetingscheduledfor Tuesday,July12,2016,beginning at7:00p.m.,in the City Commission Chambers,6130Sunset Drive, toconsiderthefollowingitem(s): AResolution approving andauthorizingthe Cify Manager toexecutetheJune 22.2016to September 30,201V Agreement between the American Federation ofState.CountyandMunicipalEmployees ("AFSCME").Local3294andthe CityOfSouthMiami. A Resolution authorizing the City Manager to negotiate and enter into an\ agreement with Brown &.Brown of Florida.Inc..for insurance brokerage j services for an initial term of three (3)years and.one (I;two-year option to I renew for a total term offive (5)consecutive years./ AResolution authorizing the City Manager to enter into a three-year agreeme/i withFPLFibernettoincreaseexisting internet bandwidthcapacityatCityHall. AResolution authorizing theCity Managcrto negotiateandenter into acontract, foT a termnottoexceedfive(5)consecutive years,withCalvin,Giordano &. Associates,Inc.forthecompletionoftheComprehensivePlanandLand DevelopmentCoderevision. AnOrdinanceAmendingtheOfficialZoningMap,asauthorizedbySection 20-3.1(C).andotherapplicableprovisions,amendingthedesignationof the MarshallWilliamsonpropertylocatedsouthofSW64thTerraceapproximately betweenSW60thAvenueandSW 61st Court,fromSingle-FamilyResidential District RS-4 to RT-9. Aji OrdinanceAdoptingaSmallScaleAmendmenttotheFutureLandUse MapoftheComprehensivePlan,amending the designation oftheMarshall Williamson propertylocatedsouth of^SW 64thTerrace approximately betweenSW60thAvenueandSW61stCourt,fromSingleFamilyResidential (TWo-Story)toTownhouseResidential ('lwo-Story). NOTICE IS HEREBY also {jiven thattheregularmeetingdateof Tuesday,July5,2015 hasbeenchangedtoTuesdayJuly 12,2016 ALLinterestedpartiesareinvitedtoattendandwillbe heard Forfurtherinformation,pleasecontacttheCityClerk'sOfficeat:305-663-6340. Maria M.Menendez,CMC CityClerk Pursuantto Florida Stnniles 286.0105,the City hereby advise?the public,that if a person decides toappealanydecisionmodeby this Board.Agencyor Commission withrespecttoany matter consideredat Usmeeting or hearing,heorshe will needarecordoftheproceedings,andthatfor such purpose,affectedpersonmayneed10ensure tli.itaverbatimrecordoftheproceedings is made winch recordincludesthetestimonyandevidence upon whichtheappealisto be based. W Public Notice MIAMI-DADE COUNTY HOMELESS TRUST REQUEST FOR APPLICATIONS (RFA)FOR INCLUSION IN THE 2016 USHUDNOTICEOFFUNDING AVAILABILITY (NOFA),CONTINUUM OF CARE PROGRAMS Miami-Dade County,throughthe Miami-Dade County Homeless Trust (Homeless Trust),is requesting applications fromhomeless providers andother qualified entities interested in applying forsupportservices,housing andother eligible activities benefiting the homeless.Theprojectsbeingsoughtaspartofthis solicitation are contingent onthe Homeless Trustbeingawardedfundsthrougha Collaborative Application.Collaborative Applications will besubmittedtothe United States Department of Housing and Urban Development (USHUD)in response toits Notice of Funding Availability (NOFA).Programs currently fundedthroughthe USHUD HomelessContinuum ofCareprogramswithfunding expiring in 2017,projectsseekingnewbonus funding,and providers interestedin serving asthenewprojectsponsorforthePartnersfor Homes program awardedaspartofthe 2015 NOFA competition mustbeapartofthis competitive processfor funding.Copies of the Request for Applications package are available forpickup beginningat9:30a.m. June 27,2016 at: Miami-DadeCounty Homeless Trust 111N.W.1st Street,27thFloor,Suite310 Miami,Florida 33128 (305)375-1490 A Pre-Application Workshop will beheldon July 5,2016,beginning at 10:00a.m.at theStephenP.ClarkCenter,111 NW 1stStreet,Miami,FL 33128,18th floor,room18-4. Attendance atthe Pre-Application Workshop isnot required butis strongly recommended. Weinvite currently fundedandnewpublicandprivatehomelessnon-profit providers,and government agencies,to review this RFA andapplytorenew existing projectsorsubmit an application foranew project®.A briefTechnical Assistance session will be provided fornew provider agenciesatthe conclusion ofthe Pre-Application Workshop.THIS RFA IS SUBJECTTOTHECONEOFSILENCE,COUNTY ORDINANCE 98-106.Inordertomaintain afairand impartial competitive process,the County can only answerquestionsatthePre- Application Workshop andmust avoid privatecommunications withprospectiveapplicants duringthe application preparation andevaluationprocess.Pleasecontactthe Homeless Trust if theRequestfor Application documentsarerequiredinanalternativeformator language.ThedeadlineforsubmissionofapplicationsisJuly 28,2016,at2:00p.m. Allresponses must bereceivedattheClerkoftheBoardofCountyCommissioners onthe17thflooroftheStephen P.ClarkCenter,111 N.W.1stStreet,Miami,FL 33128. Miami-Dade County isnot liable foranycost incurred bythe applicant In responding to the Request for Applications,andwereservetherightto modify oramendthe application deadlinescheduleifitisdeemednecessaryorintheinterestof Miami-Dade County. Miami-Dade County also reserves the right toacceptorrejectanyandallapplications,to waive technicalities or irregularities,andtoaccept applications thatareinthebestinterest of Miami-Dade County.Miami-Dade County provides equalaccessand opportunity in employment andservicesanddoesnot discriminate onthebasisofage,gender,raceor disability.PLEASE NOTE:IFYOU ARE SEEKING AFFORDABLE HOUSING,PLEASE GO TO:http://www.miamidade.qov/housino/affordable-housino-resources.asp Furlegaladsonline,goto http://legalads.miamidade.gov MIAMI DAILY BUSINESS REVIEW PublishedDailyexcept Saturday,Sundayand Legal Holidays Miami,Miami-Dade County,Florida STATE OF FLORIDA COUNTY OF MIAMI-DADE: Beforetheundersignedauthoritypersonally appeared MARIAMESAwhoon oath says thatheorsheistheLEGAL CLERK,LegalNoticesoftheMiamiDailyBusinessReview f/k/a Miami Review,adaily(exceptSaturday,Sundayand LegalHolidays)newspaper,published atMiamiinMiami-Dade County,Florida;thattheattachedcopyof advertisement, being aLegal Advertisement ofNoticeinthe matter of NOTICE OF PUBLIC HEARING CITY OF SOUTH MIAMI-AND MEETING DATE CHANGE - JULY 12,2016 in the XXXX Court, was published insaid newspaper inthe issues of 07/01/2016 Affiantfurther says thatthe said Miami Daily Business Reviewisa newspaper published at Miami,in said Miami-DadeCounty,Floridaandthatthesaidnewspaperhas heretofore been continuously published in.said Miami-Dade County,Florida each day(exceptSaturday.Sundayand Legal Holidays)and has been entered as second class mail matteratthepostofficein Miami insaid Miami-Dade County, Florida,foraperiodofone year nextprecedingthefirst publicationofthe attached copyof advertisement,andaffiant further says thatheor she has neither paidnorpromisedany person,firmor corporation any discount,rebate,commission or refund'for thejayraggg^e^s^cunng this advertisement for publication in^fie^ai^ewspSper^ (SEAL) MARIAMESA personally knowntome <>vs&.-..^t%RHONDA MPELT8ER £J8L£|WY COMMISSION *FF231407 *%*W EXPIRES May 17 2019 i4f/>3S.':.CiS Horh|.iNo;a-fSc•.ice .o*v CITY OF SOUTH MUUMe .AND MgETiNG ©ATI CHANGE NOTICEISHEREBY giventhat the CityCommissionoftheCityofSouth Miami,Florida will conductPublic Hearing(s)atitsregularCityCommission meeting scheduled forTuesday,July12,2016,beginning at7:00p.m.,in theCityCommission Chambers,6130SunsetDrive,toconsiderthe following item(s): A Resolution approvingandauthorizingtheCity Manager toexecute the June 22,2016to September 30,2019 Agreement betweenthe American Federationof State,CountyandMunicipalEmployees ("AFSCME"),Local3294and the CityOfSouthMiami. AResolution authorizing theCityManagerto negotiate andenterinto an agreement withBrown&BrownofFlorida,Inc.,forinsurance brokerage servicesfor anjnitial termofthree(3)years andone (1).two- year optiontorenewforatotaltermoffive(5)consecutive years.• AResolutionauthorizingtheCityManagerto enter intoathree-year agreement withFPL Flbernet toincreaseexistinginternetbandwidth capacity atCityHall.. A Resolution authorizingtheCityManagerto negotiate and enterinto a contract,foratermnotto exceed five (5)consecutive years,with Calvin,Giordano &Associates,Inc.for the completion of the ComprehensivePlanandLandDevelopmentCode revision. .•AnOrdinance Amending the Official Zoning Map,asauthorizedby Section 20-3:1(C),and.other applicableprovisions,amending the designation oftheMarshallWilliamson property located south ofSW 64thTerrace approximately between SW 60th Avenue and SW 61st Court,from Single-Family ResidentialDistrictRS-4toRT-9. An Ordinance AdoptingaSmallScaleAmendmenttotheFutureLand UseMapofthe Comprehensive Plan,amendingthe designation ofthe Marshall Williamson property located south ofSW64thTerrace approximatelybetweenSW60th Avenue andSW61stCourt,from Single Family Residential (Two-Story)to Townhouse Residential (Two-Story). NOTICEISHEREBY alsogiven that theregular meeting date ofTuesday, July 5,2015 hasbeenchangedtoTuesdayJuly12,2016 ALL interested partiesareinvitedtoattendandwillbe heard. Forfurtherinformation,pleasecontactthe City Clerk'sOffice at:305-663-6340. MariaM.Menendez,CMC CityClerk Pursuant toFlorida Statutes 286.0105,theCityhereby advises thepublic thatifa person decidesto appeal anydecision made bythisBoard, AgencyorCommissionwith -respect toanymatterconsideredatits meetingor hearing,heorshe will needa record ofthe proceedings,and thatfor such purpose,affected person mayneedto ensure that averbatim recordof the.proceedings is made whichrecord includes the testimony and evidence uponwhichthe appeal istobebased. 7/1 16-106/0000.1 ?9D17M