Res No 071-23-16004RESOLUTION NO. 071-23 -16004
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY O F SOUTH MIAMI, FLORIDA, SELECTING A & A
INSURANCE SERVICES INC. FOR INSURANCE
BROKERAGE SERVICES PURSUANT TO REQUEST FOR
PROPOSALS NO. HR2023 -07; PROVIDING FOR
AUTHORIZATION, PROVIDING FOR CORRECTIONS
AND AN EFFECTIVE DA TE.
WHEREAS, the C ity of Sou th Miami (the "City") issued Requ est for Proposals No.
HR2023-07 (th e "RFP") fo r in s urance brokerage ser v ices (th e "Services"); a n d
WHEREAS, the Services include insurance benefit plan s for Health/Medical In s uran ce, Den tal
Insura nce, Life Insurance, Lon g Term D isability , Short Te rm Disability, Group Li fe Insurance and
Accidental Death & D isme mb erment In s urance, In surance Supplements, and Vision; a nd
WHEREAS, five proposals we re received b y th e RFP deadlin e; and
WHEREAS, on M ay 16, 2023, a n Eval uatio n Com mi ttee appoi n ted b y t he C ity Man ager
evaluate d the proposa ls a nd ranked A & A I n surance Ser v ices Inc. (th e "Consultant") as the
responsive and r esponsibl e propose r for the Services; and
WHEREAS, t h e C ity Manager recomme nds t hat the C ity Commission se lect t h e
Consulta n t to perform th e Services; a nd
WHEREAS, the C ity Co mmiss io n desires to select th e Con s ul tant and authorize the City
Manager t o n egotiate and enter into a professional ser v ices agreemen t in s ubstanti ally th e fonn
attach e d he reto as Exhibi t "A" w ith the Con s ul tant a s t h e m ost respon s ive and r esponsible firm for
th e Serv ices; and
WHEREAS, t he C ity Commission find s that thi s Resoluti o n is in th e best inte rest and
we lfare of th e C ity.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recitals. T h e above-stated recita ls are true a nd correct a nd a r e incorporated
h e re in b y this refere n ce.
Section 2. Selection . That th e City Co mm issio n h e reby selects the Con s ultant for the
Services.
Section 3 . Authorization. That the C ity Commission h ereby authorizes th e C ity
Manager to n egoti ate and execute a professiona l services agreement w ith t h e Con sul ta n t, in
s ubs tantially t he form attached h e r eto as Ex hi bi t "A," subj ect to the final approval of t h e City
Attorney as to form , con ten t, a nd legal s uffi c iency.
Page I of2
Res. No. 071-23-16004
Section 4 . Implementation. That th e C ity Manager a nd C ity Atto rn ey a re hereby
a uth oriz e d to take s uch furth e r action as m ay be n ecessar y to im p le ment th e pu rp ose and prov is io ns
of this Resol ution.
Section 5. Corrections. Con fo rming lan g uage o r techni cal scri vener-ty pe correctio n s
may be made by the C ity A ttorney fo r any conforming amendme nts to b e incorporated into th e
final resoluti o n for s ignature .
Section 6.
adoption.
Effective Date. This R eso lution shall b ecom e effective im m ediately upo n
P ASSED AND ADOPTED th is 61h d ay of June, 2023.
ATTE ST:
READ AND A PPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION TH EREOF
LFMAN COL E
& BIERMAN, P .L.
C ITY ATTORNEY
APPROVED:
COMMISS ION VOTE:
Mayor Ferna nd ez:
V ice Mayor B o n ich:
Commi ssioner Call e:
5 -0
Yea
Yea
Yea
Commi ss ioner Li eb man: Yea
Commissio ne r Corey: Yea
Page 2 of 2
Agenda Item No:11.
City Commission Agenda Item Report
Meeting Date: June 6, 2023
Submitted by: Steven Kulick
Submitting Department: City Manager
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING A & A
INSURANCE SERVICES INC. FOR INSURANCE BROKERAGE SERVICES PURSUANT TO REQUEST FOR
PROPOSALS NO. HR2023-07; PROVIDING FOR AUTHORIZATION, PROVIDING FOR CORRECTIONS AND
AN EFFECTIVE DATE. 3/5 (CITY MANAGER)
Suggested Action:
Attachments:
Ins._broker_memo_A_A (1).docx
46M5941-Reso Approving Insurance Broker CAv2.DOCX
FINAL Request for Proposals RFP for Insurance Brokerage Services 4.18.23.DOC.pdf
Bid Tabulation RFP HR2023-07 5.9.23.pdf
Final Scores RFP HR2023-07 5.16.23.pdf
Demand Star RFP HR2023-07 5.9.23.pdf
Sun Biz A & A Insurance.pdf
A & A Insurance Bidding Document.pdf
PROFESSIONAL SERVICES AGREEMENT A & A Insurance.pdf
DBR Insurance Brokerage.pdf
MDBR Ad.pdf
1
PROFESSIONAL S ERVICES AGREEMENT
BETWEEN
THE CITY OF SOUTH MIAMI
AND
A & A Insurance Services, Inc.
THIS AGREEMENT (th is "Agree ment") is made effec tive as of th e 6 clay of ..l..!J.llh 2023 (the
"Effective Date"), by and between the CITY OF SOUTH MIAMI, a Fl orid a municip al corp orati on, (here ina ft er
th e "City "), and A & A Insurance, Inc. (h erein a ft er, th e "Consult ant").
WHEREAS, the C ity requires in suran ce bro kerage se rvices fo r th e City 's Empl oye e In suran ce Bene fi ts
Plans Program ; and
WHEREAS, the Con sul ta nt will perform se rvices on behalf of th e C ity , a ll as furth er se t fo11h in the
Propos al dated Mav 9, 2023 , att ac hed he reto as Exhibit "A" (th e "Se rvices"); and
WHEREAS, th e Co nsult an t and City, throu gh mutual nego tiati on, have agree d upon a fe e for the Services;
and
WHEREAS, the Cit y des ires to e ngage the Co nsult ant to perfo rm th e Se rvi ces and pro vid e t he de li ve rab les
as specified below.
NOW, T HEREFORE , in co nsid erati on of the mutu al cove nant s and co nditi ons con tained he re in , th e
Consult ant and th e City agree as fo ll ows:
1. Scope of Services.
1. 1. Co nsultant shall prov ide th e Se rvi ces se t fo rt h in th e Pro posa l attac hed here to as Ex hibit "A" and
inco rp orat ed he re in by reference (th e "Servic es''). Co nsultan t shall ass ign the key staff memb er(s) identifi ed
in Ex hibit "A" to serve as th e pr ima ry point (s ) of co nta ct with th e City in con nection with th e provi sion of
the Servi ces . Ass ignment o f key staff me mbe r(s) is subject to th e final approval of th e City Man age r.
Consult ant sh al I not reass ign or rem ove the key staff membe r(s) as th e main point(s) of co ntact with th e City
without the prior writt en approval of the City Ma nager. Consultant sha ll prov ide the City at least fourte en
(14) day s ' no tice of its intent to reass ign or remov e th e key staffmember(s) as th e C ity's main poi nt (s) of
contact.
1.2. C onsu ltant shall furni s h a ll re ports, cl ocum c nts, and in fo rm ati o n o btai ned purs uant to this
Ag ree me nt , and recomm e ndation s during the term of th is Ag ree ment (he re inafter "De liverab les")
to the C ity.
2. T enn /Commenceme nt Date.
2.1. The term of thi s Ag ree ment s ha ll be fr o m the Effecti ve Date throug h three (3) years therea fter ,
unless earli er te rminated in a cco rd a nce with Parag rap h 8. Add iti on all y, the C ity Manage r may
re ne w thi s Agreement for two (2) additi o na l o ne-year pe ri ods on the sa me term s as s et forth he r ein
upon written notice to the C ons ul ta nt.
2.2. Consultant ag rees th at t ime is of the essence a nd Cons ult ant s h a ll c omple te the Serv ices within the
te rm of this A g reement , unless extend e d by th e City Ma nage r.
3. Com p ensatio n and Payment.
3.1. Compensation for Services provided by Consultant shall be in accordance with the Price Proposal
attached hereto as Exhibit "B." Consultant shall be compensated a flat rate lump sum fee in the
amount of $2,333.00 per month for years one (1) through three (3) and $2,500.00 per month
for years four ( 4) and five (5).
3.2. Consultant shall deliver an invoice to City no more often than once per month detailing Services
completed and the amount due to Consultant under this Agreement. Fees shall be paid in a1Tears each
month, pursuant to Consultanes invoice, which shall be based upon the percentage of work completed
for each task invoiced. The City shall pay the Consultant in accordance with the Florida Prompt
Payment Act after approval and acceptance of the Services by the City Manager.
4. Subconsultants.
4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain
responsibility for all work related to the Services.
4.2. Consultant may only utilize the services of a particular subconsultant with the prior written
approval of the City Manager, which approval may be granted or withheld in the City Manager's
sole and absolute discretion.
5. City's Responsibilities.
5.1. City shall make available any maps, plans, existing studies, reports, staff and representatives, and
other data pertinent to the Services and in possession of the City, and provide criteria requested by
Consultant to assist Consultant in performing the Services.
5.2. Upon Consultant's request, City shall reasonably cooperate in arranging access to public
information that may be required for Consultant to perform the Services.
6. Consultant's Responsibilities; Representations and Wanantics.
6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of
the Services as is ordinarily provided by a consultant under similar circumstances. If at any time
during the te1m of this Agreement or within two (2) years from the completion of this Agreement,
it is determined that the Consultant's Deliverables or Services are incorrect, not properly rendered,
defective, or fail to conform to City requests, the Consultant shall at Consultant's sole expense,
immediately correct its Deliverables or Services.
6.2. The Consultant hereby warrants and represents that at all times during the tenn of this Agreement it
shall maintain in good standing all required licenses, ce11ifications and pe11nits required under Federal,
State and local laws applicable to and necessary to perform the Services for City as an independent
contractor of the City. Consultant further warrants and represents that it has the required
knowledge, expertise, and experience to pe1form the Services and carry out its obligations under
this Agreement in a professional and first class manner.
6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of
Florida. The execution, delivery and performance of this Agreement by Consultant have been
duly authorized, and this Ag1·eement is binding on Consultant and enforceable against Consultant
in accordance with its terms. No consent of any other person or entity to such execution, delivery
and performance is required.
7. Conflict of Interest.
7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of
this Agreement, provide any consulting services to any private sector entities (developers,
corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the
City.
8. Termination.
8.1. The City Manager, without cause, may terminate this Agreement upon five (5) calendar days
written notice to the Consultant, or immediately with cause.
8.2. Upon receipt of the City's written notice of termination, Consultant shall immediately stop work
on the project unless directed otherwise by the City Manager.
8.3. In the event of termination by the City, the Consultant shall be paid for all work accepted by the
City Manager up to the date of termination, provided that the Consultant has first complied with
the provisions of Paragraph 8.4.
8.4. The Consultant shall transfer all books, records, rep011s, working drafts, documents, maps, and
data pertaining to the Services and the project to the City, in a hard copy and electronic format
within fourteen (14) days from the date of the written notice of termination or the date of expiration
of this Agreement.
9. Insurance.
9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such
types and in such amounts not less than those specified below as satisfactory to City, naming the
City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and
qualified to do business in the State of Florida. The insurance coverage shall be primary insurance
with respect to the City, its officials, employees, agents, and volunteers naming the City as
additional insured. Any insurance maintained by the City shall be in excess of the Consultant's
insurance and shall not contribute to the Consultant's insurance. The insurance coverages shall
include at a minimum the amounts set forth in this section and may be increased by the City as it
deems necessary or prudent.
9.1. I.Commercial General Liability coverage with limits of liability ofnot less than a $1,000,000
per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability
Insurance shall also include Completed Operations and Product Liability coverages and
eliminate the exclusion with respect to property under the care, custody and control of
Consultant. The General Aggregate Liability limit and the Products/Completed Operations
Liability Aggregate limit shall be in the amount of $2,000,000 each.
9.1.2. Workers Compensation and Employer's Liability insurance, to apply for all employees for
statutory limits as required by applicable State and Federal laws. The policy(ies) must include
Employer's Liability with minimum limits of $ I ,000,000.00 each accident. No employee,
subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this
Agreement who is not cove1·ed by Worker's Compensation insurance.
9.1.3.Business Automobile Liability with minimum limits of$1 ,000,000 per occurrence, combined
single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form
no more restrictive than the latest edition of the Business Automobile Liability policy, without
restrictive endorsements, as filed by the Insurance Service Office, and must include Owned,
Hired, and Non-Owned Vehicles.
9.1 .4.Professional Liability Insurance in an amount of not less than One Million Dollars
($1,000,000.00) per occurrence, single limit.
9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the
City as an Additional Insured (except with respect to Professional Liability Insurance and
Worker's Compensation Insurance), no later than ten (10) days after award of this Agreement and
prior to the execution of this Agreement by City and prior to commencing Services. Each
certificate shall include no less than (30) thia1y-day advance written notice to City pl'ior to
cancellation, termination, or material alteration of said policies or insurance. The Consultant shall
be responsible for assuring that the insurance certificates required by this Section remain in full
force and effect for the duration of this Agreement, including any extensions or renewals that may
be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies)
provided, but also shall refer specifically to this Agreement and shall state that such insurance is
as required by this Agreement. The City reserves the right to inspect and return a certified copy
of such policies, upon written request by the City. If a policy is due to expire prior to the
completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30)
calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed
with a provision that not less than thitty (30) calendar days' written notice shall be provided to the
City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is
subject to approval of the City.
9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker's
Compensation Insurance, the City is to be specifically included as an Additional Insured for the
liability of the City resulting from Services performed by or on behalf of the Consultant in
performance of this Agreement. The Consultant's insurance, including that applicable to the City
as an Additional Insured, shall apply on a primary basis and any other insurance maintained by
the City shall be in excess of and shall not contribute to the Consultant's insurance. The
Consultant's insurance shall contain a severability of interest provision providing that, except with
respect to the total limits of liability, the insurance shall apply to each Insured or Additional
Insured (for applicable policies) in the same manner as if separate policies had been issued to each.
9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably
approved by the City. The Consultant shall be responsible for the payment of any deductible or
self-insured retentions in the event of any claim.
9.5. The provisions of this section shall survive termination of this Agreement.
10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any
of its employees or applicants for employment because of their race, color, religion, sex, or national
origin, and to abide by all Federal and State laws regarding nondiscrimination.
11. Attol'lleys Fees and Waive1· of Jury Trial.
11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be
entitled to recover its attorneys' fees and costs, including the fees and expenses of any paralegals,
law clerks and legal assistants, and including fees and expenses charged for representation at both
the trial and all appellate levels.
11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT,
EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND
INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY.
12. Indemnification.
12.1. Consultant shall indemnify and hold harmless the City, its officers, agents and employees,
from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment
or damages, arising from Consultant's performance or non-performance of any provision of this
Agreement, including, but not limited to, liabilities arising from contracts between the Consultant
and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its
expenses including reasonable attorneys' fees and costs incurred in and about the defense of any
such claim or investigation and for any judgment or damages arising from Consultant's
performance or non-performance of this Agreement.
12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall
anything included herein be construed as consent to be sued by third parties in any matter arising
out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes,
as may be amended from time to time.
12.3. The provisions of this section shall survive tennination of this Agreement.
13. Notices/Autbo.-ized Representatives. Any notices required by this Agreement shall be in writing and
shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified
mail with postage prepaid return receipt requested, or by a private postal service, addressed to the
parties (or their successors) at the addresses listed on the signature page of this Agreement or such other
address as the party may have designated by proper notice.
14. Goveming Law and Venue. This Agreement shall be construed in accordance with and governed by
the laws of the State of Florida. Venue for any prnceedings arising out of this Agreement shall be
proper exclusively in Miami-Dade County, Florida.
15. Entire Ag.-eement/Modification/Amendment.
15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or
written representations. No representations were made or relied upon by either party, other than
those that are expressly set forth herein.
15.2. No agent, employee, or other representative of either party is empowered to modify or
amend the tenns of this Agreement, unless executed with the same fonnality as this document.
16. Owne.-ship and Access to Reco.-ds and Audits.
16.1. Consultant acknowledges that all inventions, innovations, improvements, developments,
methods, designs, analyses, drawings, reports, compiled infonnation, and all similar or related
information (whether patentable or not) which relate to Services to the City which are conceived,
developed or made by Consultant during the term of this Agreement ("Services Product") belong
to the City. Consultant shall promptly disclose such Services Product to the City and perform all
actions reasonably requested by the City (whether during or after the tenn of this Agreement) to
establish and confirm such ownership (including, without limitation, assignments, powers of
attorney and other instruments).
16.2. Consultant agrees to keep and maintain public records in Consultant's possession or control
in connection with Consultant's performance under this Agreement. The City Manager or her
designee shall, during the term of this Agreement and for a period of three (3) years from the date
of termination of this Agreement, have access to and the right to examine and audit any records of
the Consultant involving transactions related to this Agreement. Consultant additionally agrees
to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall
ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed, except as authorized by law, for the duration of the
Agreement, and following completion of the Agreement until the records are transferred to the
City.
16.3. Upon request from the City's custodian of public records, Consultant shall provide the City
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes,
or as otherwise provided by law.
16.4. Unless otherwise provided by law, any and all records, including but not limited to repo11s,
surveys, and other data and documents provided or created in connection with this Agreement are
and shall remain the property of the City.
16.5. Upon completion of this Agreement or in the event of termination by either party, any and
all public records relating to the Agreement in the possession of the Consultant shall be delivered
by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such
records stored electronically by Consultant shall be delivered to the City in a format that is
compatible with the City's information technology systems. Once the public records have been
delivered upon completion or termination of this Agreement, the Consultant shall destroy any and
all duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements.
16.6. Any compensation due to Consultant shall be withheld until all records are received as
provided herein.
16.7. Consultant's failure or refusal to comply with the provisions of this section shall result in
the immediate termination of this Agreement by the City.
16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE
CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS.
Custodian of Records:
Mailing add .. ess:
Telephone number:
Email:
Nkenga "Nikki" Payne, CMC, FCRM
6130 Sunset D .. ive
South Miami, FL 33143
305-663-6340
NPayne@southmiamifl.gov
17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first
approved by the City Manager. The City is relying upon the apparent qualifications and expertise of
the Consultant, and such firm's familiarity with the City's area, circumstances and desires.
18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or
unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term
and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law.
19. Independent Consultant. The Consultant and its employees, volunteers and agents shall be and remain
an independent contractor and not an agent or employee of the City with respect to all of the acts and
services performed by and under the terms of this Agreement. This Agreement shall not in any way be
construed to create a partnership, association 01· any other kind of joint undertaking, enterprise or
venture between the parties.
20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules,
regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and
in particular shall obtain all required permits from all jurisdictional agencies to perfonn the Services
under this Agreement at its own expense.
21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with
respect to any conduct of the other which is in violation of the tenns of this Agreement shall not be
construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct.
22. Sua·vival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the
date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force
and effect unless and until the terms or conditions are completed and shall be fully enforceable by either
party.
23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any pe1·son(s), company, corporation,
individual or firm, other than a bona fide employee working solely for the Consultant, any fee,
commission, percentage, gift, or any other consideration, contingent upon or resulting from the award
or making of this Agreement.
24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287 .133, Florida Statutes
(Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference,
including execution of any required affidavit.
25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be
deemed an original and such counterparts shall constitute one and the same instmment.
26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or
attachments hereto, the terms of this Agreement shall control.
27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all
contractors doing business with the City to register with and use the E-Verify system to verify the work
authorization status of all newly hired employees. The City will not enter into a contract unless each
party to the contract registers with and uses the E-Verify system. The contracting entity must provide
its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity's
participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/fag/how-do-i-provide-
proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Consultant
acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify
requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-
Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and
incorporated herein.
(Remainder of page intentionally left blanlc.
Signatua·c page and E-Vcrify Affidavit follows.)
E-VERIFY AFFIDAVIT
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City
to register with and use the E-Verify system to verify the worlc authoriz.ation status of all newly hired employees.
The City will not enter into a contract wtless each party to the contract registers with and uses the E-Verify system.
The contracting entity must provide of Its 1>roof of enrollment In E-Verify. For imtruclions on how to provide
proof of the contracting entity's participation/enrollment inE-Verify, please visit: https://www,e-
verify.goy/fag/how-do-i-proyide-proof-of-my-participationenrollment-in-e-yerify
By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will
comply with the B-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits
from subcontractors.
□ Check here to confirm J>roof of enrollment In E-Verify has been attached to this Affidnvlt.
In the presence of:
$4:ttN~ Vl.-e1..,-
Wimess #1 Print Name:A-6«:-.r-.-,>J..i:,q..,._
L.t,-c...-3:o~
Witness.#2 Print Name: c~ 12.A-JC1..J1~
Signed, sealed and delivered by:
~< <l, -;tu%-
PrintNani?:ANAROQUE~------Title: PRESIDENT. _________ _
Entity Name: A&A INSURANCESERVICES INC. ___
ACKNOWLEDGMENT
State of Florida
County of \312~\-~-"D
ent was acknowledged befont me by means of ~ysical resence ~□ online 11otarizalio~
v ~ 20 "2..s, by • :....D '-' e (name of person)
as e. ~-· -(type of authority) for ~ ...... c.. (name
of party on behalf of whom instrument is executed).
RIA NARANJO
lie • Stile of Flori
\Ion f HH 3 ◄80t7
o. 2027
-·-. ··-·····
' ~>
Notary Pub Tu:< ®np, or Type as
Commissioned)
__ .,rPersonally known to me; or ,r 'f"\ _ \ •. X: Produced identification (Type of Identification: T L-.. w<--'-'<!A b:::':-f ..D-.,._ ._ >,-.e... )
__ ---r-Did take an oath; or
__ _,JDidnotlakeanoath
IN WITNESS WHEREOF, the parties hereto have caused this Agreemen t to be executed th e day and year as fir st
sta ted above.
CITY OF SOUTH MIAMI
By:--<-------~-----
Ge naro "Ch p" Ig lesias
City Manager
Alles!:
Approved as to fo rm and lega l suffi cien cy:
By: ,--k-'t.~..-,;,..::~i....c..::::;y......0::::::.------
Wei
Cit
Addresses for Notice:
Genaro "Chip" Ig le sia s
City of South Miami
Attn: City Manager
6 130 Su nse t Drive
South Miami, FL 33 143
305-668-25 IO (telephone)
305-663-6345 (facsi mil e)
chi p@sou thmi amin .gov (email)
With a copy to:
Wei ss Serota He lfman Co le & Bierman, P.L.
Attn: Li ll ia n Arango , Es q.
City of So uth Miami Attorney
2800 Ponce de Leon Boulevard, Suite 1200
Coral Gab le s, FL 33134
larango@ws h-l aw.com (ema il)
CONSULTANT
B y ~~~
Na me: Ana Roque
Title: __ P_re_s_id_e_nt _________ _
Entity: A & A Insurance Serv ices, In c.
Acldrcsscs for Notice:
377 1 NW 87th Way
Cora l Springs Fl 33065
__ 9_5 .... 4...,.-...,9...,9...,3 .... -4..,..0""""/ O~ ____ (teleph one)
__ 75_4_-_2_2_9_-2_3_2_9 ____ (facs imil e)
ana@anainsuranceservices.co!!(cmail )
Wit h a co py to:
____________ (te lep hone)
____________ (facsim il e)
____________ (ema il )
Exhibit "A"
PROFESSIONAL SERVICES AGREEMENT
PROPOSAL:
A & A Insurance Services, Inc
111£ en,· Of rUAS,\NJ llVl~G
Proposal to City of
South Miami
RFP No. HR2023-07
For
lnsu,ance Brokerage Services
Presented By:
A&A Insurance Services Inc.
Tel. (954) 993-4070
Fax. (754) 229-2329
ana@anainsuranceservices.com
www.anainsuranceservices.com
3771 NW 87 th Way
Coral Springs, FL 33065
on:
May 9, 2023
1
[NSU r, J~H1.~t~1 r W][C:ES
~~~~✓~,
Apri l 21 , 2023
Mr. Steven P. Ku lick
City of South Miami Chief Procurement Officer
6130 S unset Drive
City of South Miami FL 33143
Dear Sir,
It is truly my pleasure and honor to submit this RFP to the City of South Miami. We have reviewed
your RFP terms and requirements and are confident we can fulfill a ll your required terms in relation
to our company a nd its services we provide, while upholding the compliance stan dards requested by
the C ity of South Miami.
We understand the daily challeng es of the HR Department i n ensuring that employee benefits are
provided with simplicity and efficiency. We are committed to providing the best solutions that meet
th e needs of your municipal ity al ong with your valu ed employees.
It is our highest priority that personalized service, along with accuracy and responsiveness is
imperative in a business partnership. The bottom li ne is that our business is nothing without o ur
valued clients. Again, we are confident that we can not only tailor a right benefits program
specifi cally for the employees of the City of South Miami , but we can deliver the services that they
deserve and expect.
We are not your typical insurance brokers that you can only reach during business hours we
a lways ensure we are responsive and resolve any claims issues in a timely fashion. You can
reach me directly anytime for any reason, and I will take your call or respond to your email.
Should we b e fortunate enough to be awarded as your insurance broker, we will ensure that you won't
be disappointed.
Thank you,
Ana Roque
President
A&A In s urance Services Inc.
2
I6BLI; CE ~C~It;~IS Page
Cover Letter
1
Executive Summary Letter
2
Table of Contents
3
Fo1m I: Proposal Form Package Acknowledgement
4-5
Form 2A: Proposer's Ce11ification (Corporation)
6
Form 3: Single Execution Affidavits
7-13
Fonn 4: Dispute Disclosure
14
Fom15: Certification regarding Debarment, Suspension, & other responsibility
matters Primary Covered Transactions 15
Form 6: Proposer's Qualifications Survey
16-19
Form 7: Bid Form
20
Form 8: Reference List #1 and Letter (Town of Miami Lakes)
21-22
Reference List #2 and Letter ( City of Lauderhill)
23-24
Reference List #3 and Letter ( CSPI Technology Services)
25-26
Reference List #4
27
Price Proposal
28
Proof of Experience
29
Proposer's Qualifications
30-31
Insurance Certification ( 215 Life/Health License)
32-36
Insurance Certification ( Business Agency)
37
Insurance Certification (E&O Insurance)
38
Approach and Understanding of Services
39
Overview of Benefits provided by A&A Insurance Services Inc. Flyer
40
A&A Insurance Se1vices, Inc. Business Card
41 3
FORM1
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS
I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP
No. HR2023-07. I agree that my Proposal will remain finn for a period of 180 days after opened
by the City in order to allow the City adequate time to evaluate the Proposal.
I certify that all infonnation contained in this Proposal is truthful to the best ofmy knowledge and
belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm
named as the Proposing Firm and that said Finn is ready, willing, and able to perform if awarded
the Agreement.
I further certify, under oath, that this Proposal is made without prior understanding, agreement,
connection, discussion, or collusion with any other person, firm or corporation submitting a
Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an
interest in said Proposal. Furthennore, I certify that the undersigned executed this Proposal Form
with full knowledge and understanding of matters therein contained and was duly authorized.
I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in
connection with the RFP (Check the box next to each addendum received).
x Addendum. Addendum6
Addendum2 Addendum 7
Addendum 3 Addendum 8
Addendum4 Addendum 9
Addendum 5 Addendum IO
Attached hereto are the following fonns/documents which form a part of this Proposal:
Fonn 1.
Fonn2A.
Fonn2B.
Form 3.
Form 4.
Form 5.
Form 6.
Form 7.
Form 8.
Proposal Fonn Package Acknowledgement.
Proposer's Certification (if Company or Corporation)
Proposer's Certification (if Partnership)
Single Execution Affidavits
Dispute Disclosure
Certification Regarding Debarment, Suspension, & Other Responsibility
Matters Primary Covered Transactions
Proposer's Qualifications Survey
BidFonn
Reference List
4
FORMl
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED)
A&A INSURANCE SERVICES INC.
NAME OF PROPOSER FIRM
SIGNATURE OF PROPOSER
ANA ROQUE -PRESIDENT
NAME & TITLE, TYPED OR PRINTED
MAILING ADDRESS
3771 NW87mWAY
CORAL SPRINGS, FL 3306S
(. 954J 993-4070 _________ _
TELEPHONE NUMBER
State of Fl~da~
County of (2~Ql/dl./UZ_
The foregoing instrument was acknowledged before me by means of ~hysical presence or _
online notarization, this ~d!!Y of jg'-~ ~ , 20d3, by fn,,J_(t 12.efrve.
7 "::; (name ofB!'rson) as B-,_,;;d'C;7 · (type of authority) for JtJ;;f:0.J.\/.K..ttV~ Se£· (nam~ of party on behalf of whom instrument is executed).
peas
/personally known to me; or
__ .Produced identification (Type of Identification: __________ _
)
, ,c[)id take an oath; or
__ _,_Did not take an oath
RFP No. HR2023-07
5
FORM2A
PROPOSER'S CERTIFICATION
(if Company or Corporation)
CERTIFICATE
STATEOF FLORIDA_
COUNTY OF BROWARD )
)
)SS
I HEREBY CERTIFY that a meeting of the Board of Directors of
A&A INSURANCE SBRVICBS INC.
a corporation or company existing under the laws of the State of FLORIDA.,_ _____ _
held on April 21, 2023 ___ _. 2023, the following resolution was duly passed and
adopted:
RESOLVED, that, ANA ROQUE __ of the Corporation/Company, be and is hereby
authorized to execute the Proposal dated, MAY 9, _, 2023 to the City of South Miami
for RFP No. 2023-:XX for Insurance Brokerage Services, and that this execution thereof,
attested by the Secretary of the Corporation/Company, and with the Corporate/Company
Seal affixed, shall be the official act and deed of this Corporation/Company.
I further certify that said resolution is now in full force and effect.
IN WI'INESS WHEREOF, I have hereunto set my hand and affixed the official seal of
corporation/company on this the 2lst. ___ of April __ -> 2023.
dnc---~ '-'/lo'i==:
~tary
(SEAL)
6
FORM3
SINGLE EXECUTION AFFIDAVITS
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
TIDS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO
BY THE PROPOSER OR PROPOSER AND NOTARIZED BEWW. IN THE EVENT
THE PROPOSER OR PROPOSER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT
STATEMENTS, THE PROPOSER OR PROPOSER IS DEEMED TO BE NON-
RESPONSIBLE AND IS NOT ELIGWLE TO SUBMIT A PROPOSAL/PROPOSAL.
THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF
SOUTH MIAMI AND ARE STATEMENTS MADE:
By: ANA ROQUE ___________________ _
For (Name of Proposing or Bidding Entity): A&A INSURANCE SERVICES INC __ _
Whose business address is: 3771 NW 87'111 WAY CORAL SPRINGS, FL 33065 ___ _
And (if applicable) its Federal Employer Identification Number (FEIN) is: 65-0907804_
(if the entity does not have an FEIN, include the Social Security Number of the individual signing
this sworn statement. SS#: ______________ _
Americans with Disabilities Act Compliance Affidavit
The above named finn, corporation or organization is in compliance with and agrees to continue
to comply with, and assure that any subcontractor, or third party contractor under this project
complies with all applicable requirements of the laws listed below including, but not limited to,
those provisions pertaining to employment, provision of programs and seivices, transportation,
communications, access to facilities, renovations, and new construction.
• The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42
USC 1210112213 and47 USC Sections22S and 661 including Title I, Employment; Title
II, Public Services; Title III, Public Accommodations and Services Operated by Private
entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions.
• The Florida Americans with Disabilities Accessibility Implementation Act of 1993,
Section 553.501-S53.513, Florida Statutes:
• The Rehabilitation Act of 1973, 229 USC Section 794;
• The Federal Transit Act, as amended 49 USC Section 1612;
• The Fair Housing Act as amended 42 USC Section 3601-3631.
ii"ro~tials
7
Public Entity Crimes Affidavit
I understand that a "public entity crime" as defined in Paragraph 287.133(1 )(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any
other state or of the United States, including but not limited to, any Proposal or contract for goods
or services to be provided to any public entity or an agency or political subdivision of any other
state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentations.
I understand that "convicted,, or "conviction" as defined in Paragraph 287.133(I)(b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of
a plea of guilty or nolo contendere.
I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The tenn "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons when not for fair
market value under an ann 's length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding 36 months shall be considered
an affiliate.
I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding contract and which proposals or applies to Proposal on contracts for
the provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The tenn "person,, includes those officers, directors,
executives, and partners, shareholders, employees, members, and agents who are active in
management of an entity.
Based on information and belief, the statement, which I have marked below, is true in relations to
the entity submitting this sworn statement.
(INDICATE wmcH STATEMENT APPLIES.)
fl' Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime
subsequent to July 1, 1989.
□ The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
8
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
D The entity submitting this sworn statement, or one or more ofits officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989, However, there has been a subsequent proceeding before a Hearing
Officer of the State of Florida , Division of Administrative Hearings and the final Order entered
by the Hearing Officer detennined that it was not in the public interest to place the entity submitting
this sworn statement on the convicted vendor list (attach a copy of the final order).
I understand that the submission of this form to the contracting officer for the public entity
identified in paragraph 1 above is for that public entity only and that this fonn is valid through
December 31 of the calendar year in which it is filed. I also understand that I am required to inform
the public entity prior to entering into a contract in excess of the threshold amount provided in
Section 287.017, Florida Statutes for category two of any change in the information contained in
this form.
4r hlitiats
No Conflict of Interest or Contingent Fee Affidavit
Proposer warrants that neither it nor any principal, employee, agent, representative nor family
member has paid or will pay any fee or consideration that is contingent on the award or execution
of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal,
employee, agent, representative nor family member has procured or attempted to procure this
contract in violation of any of the provisions of the Miami-Dade County and City of South Miami
conflict ofinterest or code of ethics ordinances. Further, Proposer acknowledges that any violation
of these warrants will result in the termination of the contract and forfeiture of funds paid or to be
paid to the Proposer should the Proposer be selected for the performance of this contract.
~
Proposer Initials
Business Entity Affidavit
Proposer hereby recognizes and certifies that no elected official, board member, or employee of
the City of South Miami (the" City") shall have a financial interest directly or indirectly in this
transaction or any compensation to be paid under or through this transaction, and further, that no
City employee, nor any elected or appointed officer (including City board members) of the City,
nor any spouse, parent or child of such employee or elected or appointed officer of the City~ may
be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City
employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in
combination, may have a material interest in the Vendor or Proposer. Material interest means direct
or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any
exception to these above described restrictions must be expressly provided by applicable law or
ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to
this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics
ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as
9
applicable to City, or the provisions of Chapter 112, part Ill, Fla. Stat, the Code of Ethics for
Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or
se1Vices for which the Proposal or Proposal is submitted and may be further disqualified from
submitting any future proposals or Proposal for goods or services to City.
p~-, roposer 1tia s
Anti-Collusion Affidavit
1. Proposer/Proposer has personal knowledge of the matters set forth in its Proposal/Proposal and
is fully infonned respecting the preparation and contents of the attached Proposal/Proposal and
all pertinent circumstances respecting the Proposal/Proposal;
2. The Proposal/Proposal is genuine and is not a collusive or sham Proposal/Proposal; and
3. Neither the Proposer/Proposer nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including Affiant, has in any way colluded, conspired,
connived, or agreed, directly or indirectly with any other Proposer/Proposer, firm, or person to
submit a collusive or sham Proposal/Proposal, or has in any manner, directly or indirectly,
sought by agreement or collusion or communication or conference with any other
Proposer/Proposer, finn, or person to fix the price or prices in the attached Proposal/Proposal
or of any other Proposer/Proposer, or to fix any overhead, profit, or cost element of the
Proposal/Proposal price or the Proposal/Proposal price of any other Proposer/Proposer, or to
secure through any collusion, conspiracy, connivance or unlawful agreement any advantage
against the City or any person interested in the proposed Contract.
p&t.·1 roposer 1tia s
Scrutinized Company Certification
1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that
Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the
Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors
are found to have submitted a false certification; or if the Proposer, or its subcontractors are
placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of
Israel during the tenn of the Agreement.
2. If the Agreement that may result from this RFP is for more than one million dollars, the
Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with
Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or engaged with business operations in Cuba or Syria as identified in Section
287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the
Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its
subcontractors are found to have submitted a false certification; or if the Proposer, its affiliates,
or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or
10
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged
with business operations in Cuba or Syria during the term of the Agreement.
3. The Proposer agrees to observe the above requirements for applicable subcontracts entered
into for the perfonnance of work under the Agreement that may result from this RFP. As
provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated
contracting prohibitions then they shall become inoperative.
#--::
i>'?o'poser Initials
Drug-Free Workplace Affidavit
Proposer hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to
businesses with drug-free workplace programs when two proposals/Proposal are equal with
respect to price, quality, and service. Proposer understands that in order to qualify as a drug-free
workplace, Proposer must:
a) Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such
prohibition.
b) Infonn employees about the dangers of drug abuse in the workplace, the Proposer's policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
I) Give each employee engaged in providing commodities or contractual services
under the RFP a copy of the statement specified in subsection (1).
2) Notify employees that, as a condition of working on the commodities or contractual
services under the RFP, the employee must abide by the terms of the statement and will
notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or any
state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
3) Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's community, by
any employee who is so convicted.
4) Make a good faith effort to continue to maintain a drug-free workplace through the
implementation of this section.
Based on information and belief, the statement, which I have marked below, is true in relations to
the entity submitting this sworn statement.
(INDICATE WIDCH STATEMENT APPLIES.)
KJl"The entity submitting this sworn statement is a drug-free workplace and is in full compliance
11
with the requirements set forth under F.S. § 287.087.
D The entity submitting this sworn statement is not a drug-free workplace.
#L:
Pf5poser Initials
Acknowledgment, Warranty, and Acceptance
1. Consultant warrants that it is willing and able to comply with all applicable state of Florida
laws, rules and regulations.
2. Consultant warrants that it has read, understands, and is willing to comply with all
requirements ofRFP No. 2023-XX and any addendum/addenda related thereto.
3. Consultant warrants that it will not delegate or subcontract its responsibilities under an
agreement without the prior written permission of the City Commission or City Manager, as
applicable.
4. Consultant warrants that all information provided by it in connection with this Proposal is true
and accurate.
&---
p"roposer Initials
(REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
12
In the presence of: Signed, sealed and delivered by:
{l,c,--
Witness #1 Print Name: Vl... ~::s:~ ~~L¥ECQ~
Witness #2 Print Name: C ~c.--:r ,....,r"':::l
ACKNOWLEDGMENT
State of Florida .n
County of ();$ floc.t/tl tl. ((
The foregoing instrument was ackno'!"ledged before me by means of ~hysical presence or _
online notarization, this f~ay of llt(,1 V 20o1J_, by tllH: l@_~ ·
_____ (name of person) as Pres(dent 'Pn:e 5 / cl t A.Ir· (type of authority) for ff ~< J Ml. >lf&t'V~ (5<?(1(· (name of party on behalf of whom instrument is executed).
~ E iJ2<£Jn .
Noai-y Public (Print, Stamp, or Type as
VPersonally known to me; or
Commissioned)
__ ..,..Produced identification (Type of Identification: __________ _
~id take an oath; or
____ Did not take an oath
13
FORM4
DISPUTE DISCLOSURE
Answer the following questions by placing an "X" after "Yes" or "No". If you answea· "Yes",
please explain In the space provided, 01· on a separate sheet attached to this form.
I. Has your finn or any of its officers, received a reprimand of any nature or been suspended by
the Department of Professional Regulations or any other regulatory agency or professional
associations within the last five (5) years?
YES ___ N.O X •
2. Has your finn, or any member of your finn, been declared in default, tenninated or removed
from a contract or job related to the services your finn provides in the regular course of business
within the last five (5) years?
YES ___ N.O )(
3. Has your finn had against it or filed any requests for equitable adjustment, contract claims,
Proposal protests, or litigation in the past five (5) years that is related to the services your firm
provides in the regular course of business?
YES _____ NO ~
If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest,
and state a brief description of the case, the outcome or status of the suit and the monetary amounts
of extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement
or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further
consideration of this Proposal or Proposal for the City of South Miami.
ACKNOWLEDGMENT
Slateof~ j
County o ~0 (J )fl I'(
The foregoing instrument was acknowledged before me by means of ~sical presence or □ online notarization,
this dayof~~,,,,_ _____ 202,Lby • (nagieofperson)
as . (type of authority) f1 • fJ' Se ,(uamc
of arty on behalf of whom instmment is executed).
__ ~_Personally known to me; or
___ Produced identification (lype ofldentification: _____________ _
,_.....Did take an oadi; or
___ Did not 1ake an oaU1
14
FORMS
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSmILITY MA TIERS
PRIMARY COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment
and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988
Federal Register (pages 19160-19211). Copies of the regulations are available from local offices
of the U.S. Small Business Administration.
(1) The prospective primary participant certifies to the best of its knowledge and belief
that it and its principals:
(a) Are not presently debarred, suspended, proposed for disbarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
(b) Have not within a three-year period preceding this application been convicted
of or had a civil judgment rendered against them for commission of fraud or a
criminal offense in connection with obtaining, attempting to obtain, or peaforming
a public (Federal, State, or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the
offenses enumerated in paragraph (1 )(b) of this certification; and
(d) Have not within a three-year period preceding this application had one or more
public transactions (Federal, State, or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the
statements in this certification, such prospective primary participant shall attach an
explanation to this Statement of Qualifications.
Business Name. A&A INSURANCE SERVICES INC _________ _
Date. 04/24/23 _____ _ By: ri,,.-f'. ~ -~ Signature of Authorized
Representative
Ana Rogue -President
Name and Title of Authorized
Representative
15
FORM6
PROPOSER'S QUALIFICATIONS SURVEY
COMPANY QUALIFICATIONS QUESTIONNAIRE
Please complete this Company Qualifications Questionnaire. By completing this f om1 and
submilling a response lo the RFP, you certify that any and all infonnation contained in the Proposal
Is true, that your response to tho RFP is made without prior understanding. agreement, or
connections with any corporation, fim1 or person submitting a response to the RFP for the same
materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud,
that you agree lo abide by all lcnns and conditions of the RFP, and cenify that you are authorized
to sign for the Proposer's flm1.
Some responses may require lhc inclusion of separate attachments. Separate attachments should
bo as concise as possible, while including the requested infom1ation. In no event should the total
page count of all attachments to this Form exceed five (S) pages. Some infonnation may not be
applicable; in such Instances, please insert "N/A".
A&A INSURANCE SERVICES INC
Finn Name
3771 NW 87111 \VAY CORAL SPRINGS, FL 3306S
Principal Business Address
(954) 993-4070
Telephone Number
ANA@ANAINSURANCBSBRVICES.COM
Email Address
65-0907804
Federal J.D. No. or Social Security Number
Municipal Business Tax/Occupational License No.
FIRM BJSJQBYAND INFORMATION
(754) 229-2329
Facsimile Number
How many years has the fimt has been in business under its current name and ownership? 24
YBARS ________________________ _
Please Identify the Firm's document number with the Florida Division of Corporations and date
the Firm registered/filed to conduct business in the State of Florida:
P9900003026 I 04/01/1999
Document Number Date Filed
Please identify the Finn's category with the Florida Department of Business Professional
Regulation (DBPR), DBPR license number, and date licensed by DBPR:
For Profit P99000030261. 04/01/1999
Category License No. Date Licensed
16
Please indicate the type of entity fom1 of the Finn (if other, please describe):
a Individual o Partnership X Corporation a LLC o LLP o Other ________ _
Please identify the Firm's primary business: 3771 NW 37m \V AV CORAL SPRINGS, FL 3306S_
Please identify the number of continuous years your Fim1 has pcrfom1cd its primary business: _
24 YF.ARS
Please 11st all professional licenses and certifications held by the Finn, its Qualifier/Principal, and
any Key Staff, including any active certifications of small, minority, or disadvantaged business
dh f h' rtl i entemrise. an I e name o tho entitv t al issued the license or ce neat on:
License/Certification Name of Entity License No. License Issuance Date
Type Issuing License or
Certification
218 -LIFE AND HEAL TII FLORIDA DEPT OF f\225553 01/27/1998
i:tNANCIAC SERVICES
~-10· HEAL 11f i:LORJDA DEPT OF !Amm 0~/16/199 ..
PINANCIAL SERVICES
Please identify the name, license number, and issuance date of any prior companies that pertain to
i vourF m1:
Licenst/Ccrtification Name of Entity License No. License Issuance Date
Type Issuing License or
Certification
NIA
Please identify all individuals authorized to sign for tho entity, their title, and the threshold/level
f I ' ' i I ' o t 1e1r sum na aut 1ontv:
Authorized Signor's Name Title Signing Authority Threshold
(All, Cost up to SX-Arnount. No Cost, Other)
ANAROQUB PRESIDBNT ALL
Please identify the total number of Finn employees, managerial/administrative employees, and
identify the total number of trades employees by trade (e.g .• 20 electricians, S laborers, 2
mechanics. etc.):
Total No. or Employees s
Total No. of Managerial/Administrative rz
Bmolovccs
Total No. of Trades Employees by Trade NIA
17
INSURANCE JNFQRMATJQN
Please provide the following infonnation about the Flnn•s Insurance company:
N/A Zurich American Insurance Company
Insurance Carrier Name Insurance Carrier Contact Perso
8430 ENTERPRISE ORCLE, STE 200 LAKEWOOD RANCH, FL 34202
(800) 593-7657.
Insurance Carrier Address Telephone No.
N/A
Email
Has the Finn filed any insurance claims in the last five (5) years? X No a Yes If yes, please
identify the type of claim and the amount paid out under the claim: _________ _
FIRM OWNERSHIP
Please identifv all Finn owners or oartners. their title. and ocrcent of ownershio:
Owner/Partner Namo 1itle Ownership(%)
ANAROQUE PRESWENT 100%
Please identify whether any of the owners/partners Identified above are owners/partners in another
entity:
X No a Yes If yes. please identify the name of the owner/partner. the other entity's name, and
percent of ownership held by the stated owner/partner:
Owner/Partner Namo Other Entity Name Ownership(%)
RECENT CONTRACTS
Please identify the five (5) most recent contracts in which your Firm has provided services to other
public entities:
Public Entity Contact Person Telephone No. Email Address Date Awarded
Name
fo\\·n or Miami Lakes C)'nthla Alejo ~0S .. 364=6100 alcjoc@mJamUakcs• 06AH/2013
n.RO\'
City or Laudcrhlll CldK~mplcr f)S-1-730:>3097 dtrcmplcr@Jaudcrtdll• 0IWl/1999
11.e,ov
CSPI Technology Christina Luis m-s11--t664 :hrlstln.1.lulsffcspl.co 07/01/2008
~lulions n
:~th-c Engineering DC\'I TI1untmal 7861a362~26 Jcvlftcegroupfl.com 12/01/2008
US Technologies Hector Mantnc-1. J0S-S97 .. 90t6 10/01/2019
hmaitmc1.ff us1c:cl11nc111
orv.com
18
Firm: A&A INSURANCE. HRVICES INC, __ ===--==--=-----------
P1•int Ol' 't'yJ)C Name= ANA llOQUll. ____ _ 'l'hlo: PllESlDEN1'_
FORM7
BIDFORM
Respondent shall provide a Oat-fee monthly and annal rate in accordance with Section 3,
Scope of Services, Specifications, and Requirements.
INSURANCE BROKERAGE SERVICES
YEAR MONTHLY ANNUAL
YEARl $2,333.33 $28,000.00
YEAR2 $2,333.33 $28,000.00
YEAR3 S 2,333.33 $28,000.00
YEAR4 S 2,500.00 $30,000.00
YEARS S 2,500.00 S 30,000.00
FIVE-YEAR TOTAL $144,000.00
SUBMITI'ED
THIS. 3rd DAYOF May _______ 2023_.
PROPOSAL SUBMITIED BY:
A&A INSURANCE SERVICES INC.
Company
ANAROQUE
Name of Person Authorized to Submit
Proposal
/Signature
PRESIDENT
Title
( 954) 993-4070
Telephone Number
(754) 229-2329
Fax Number
ANA@ANAINSURANCESERVICBS.COM
Email Address
20
FORMS
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
PROPOSER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #1
Public Entity Name: Town of Miami Lakes
Reference Contact Person/fitle/Depa11ment: _C __ y_n_th_ia_A_le __ jo ___________ _
Human Resources Specialist
Contact Number & Email 305-364-6100 alejoc@miamilakes-fl.gov
Public Entity Size/Number of Residents/Square Mileage· I 00 Employees / 30K Residents/
6 l /2 square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for health insurance services since 2013.
Is the Contract still Active? Yes ✓ No __ _
21
April 24, 2023
To Whom It May Concern:
~·f..a
MIAMIXLAKES
Growing Beauti(t,lly
6601 Main Shttl, Miami I t1kti, florltl,1, l3014
Office: (305) 36-1-6100 • t·i1,: 000) n8-3SI I
\\'ebsllc: mvw.mbmllt1Le\•"·RO\'
A&A fnsuri!nco Services Inc. has been the lown of Miami lakrs' group heiJlth lnsuranc(l bro~cr /
agent of record since 2013. Ms. Roque and her team have dcmon~tatcd prore~slonallsm,
ott~ntlvc?ncm, and rcltabl11ty 1ln<c: ln<~J•llun, lhc h!Jnt coc!I above and beyond to meet the need~
of our staff members no matter the time of day. We continue to ullllze them as our broker based
on these and many other po~llt,e attributes.
I enthusiastically recommend /l&A Insurance Services Inc. to any 01her munleipality and/or
contpJny for lhclr Qrou11 health lnsurantQ bcnelns.
Should you have any questions regc1rding their services, pl1?asc do not hesitate to contact me.
Kind regards,
l· .. yt~d-c~
Cynthia Alejo, PHR
Human Rosourcos Spcdc1li,t
Ext.1109
Email: oleipc@mlomllakes-11.qqv
22
REFERENCE #2
Public Entity Name: _C_it.;;...y_o_f _La_u_d_e_rh_il_l ______________ _
Reference Contact Person/Title/Department: =E=rc=il=iaa:..:K=re=m-p=le=r ___________ _
Human Resources Director
Contact Number & Email 954-730-3097 Ekrempler@Lauderhill-fl.gov
Public Entity Size/Number of Residents/Square Mileage: 500+ Employess/75K residents/
8.5 Square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for the supplemental Benefits -AFLAC-
Since 1999.
Is the Contract still Active? Yes V No ___ _
23
IIUMAN HESOUHCES
-------------------· --.. ------
April ?.O, ?.023
To Wliu111 II May Concern,
The City of Lau de rhill has 11tllized A&A insurance sorvic os In c for our supplorn on tc1 I
in suranco covorngo for ovor 20 years. Mrs. Roquo hn s alwoys boo n very nttontive nnd
ro spon slvo to any of our noods during lh ls limo. Hor firm Is vory professional and
dnmom;lroto that lhoy tnily curo for tholr clinnln.
Pl onso co ntn ct mo should hovo 011y quosll ons rounrdlno th lo lollo r of ro cnm111omloll on.
~-CJ<J<Jj~
Ercilio Kromp lor
1 IH Dl rocto r ond l~l sk M,rnng omont llirocl or
Office: (9M) 730·3007
Fax: (054) 730 ·4240
okrornplor@laudorhlll-fl.g ov
1'hc C,ly of Laude rhill
0~8 1 W. Onk l:11111 l'M~ llh·1l ., l,3111l~1l11II, fL ~3 H3
\\'WW.IBuderLill·n. ov
24
REFERENCE #3
Public Entity Name: CSPI Technology Solutions
Reference Contact Person/fitle/Department: _C_h_ri_s_tin_a_L_ui_s ___________ _
Human Resources Manager
Contact Number & Email 954-571-4664 christina.luis@cspi.com
Public Entity Size/Number of Residents/Square Mileage __ :=• 2=0'-"E=n=1p..,_l-=o~ye;;;..;;e-=s _______ _
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for Medical, Dental, Vison, and Aflac for
over 15yrs.
Is the Contract still Active? Yes ✓ No __ _
25
CS?i
April 20, 2023
To whom it may concem,
1182 East N~ Center Driw
Deerfield Beach, Fl 33442 USA
www.c:.spi com
NASDAQ: CSPI
We have had the pleasure of working with A&A Insurance Services Inc for over 15 years: with them
providing us with Insurance benefits for our company and its employees. Ana and her team have
always tailored our Insurance benefits program to meet the needs and expectations of both our
company and of our employees.
A&A insurance services are a true testament of what superior customer service entails. They are
always very responsive and follow up to make sure that everything Is In order. Along with Ana and her
team's friendliness and commitment towards their clients, I would highly recommend A&A Insurance
Services Inc to others without hesitation.
I can be reached at (954) 571-4664. Should you like to speak more concerning this recommendation
letter.
Thank you,
{J~O)~
Christina Luis
HR Manager
CSPI Technology Solutions
1182 East Newport Center Drive
Deerfield Beach, FL 33442
christina.luls@cspl com
w«,v cspitechsolutions c:om
NASDAQ: CSPI
26
REFERENCE #4
Public Entity Name: Creative Engineering Group, Inc.
Reference Contact Personffitle/Department: _D_e_v_i T_h_u_r_m_m_a_l ___________ _
Comptroller Human Resources
Contact Number & Email 786-362-6626 devi@cegroupfl.com
Public Entity Size/Number of Residents/Square Mileage:.....;l;._;;0...;;_0...;;;E=n=1p=lo.;;..yr....;;e...;;_e.;;_s _______ _
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for medical. health, and supplemental
benefits since 2005.
Is the Contract still Active? Yes __ ✓ ___ No ___ _
27
PRICE PROPOSAL
To: City of South Miami
Thank you for allowing us the opportunity to bid on the City of
South Miami Insuran ce benefits program.
We are willing to enter into your first 3-yearcontractwith an annual
amount of $28,00 0 and thereafter in year 4 and 5 an annual fee of
$30,000. We would also get compe nsated from the insurance
carriers on voluntary products.
We are open and willing to negotiating this compensation, if need
be, we want to be partners with the C ity of South Miami and bring
you the best savings th at we can possibly get you. We work very
hard at negotiating and obtaining the best rates possible. Our
priority is to always be there to service your account with an
ongoing hands-on approach .
As you are aware th e carriers have reserved the right to increase
the rates annually. Again, A&A Insurance Services, In c. is
committed to advocating in reducing any increase given, to get
you a better rate.
Thank you ,
Ana Roque
President
A&A Insurance Services, In c.
28
PROOF OF EXPERIENCE
A&A In surance Services Inc. ha s been Agent of Record with the munic i palities of
Town of Miami Lakes and the City of Laude r hill.
We have continuously been the insuranc e broker of the Town of Miami Lakes
sin ce 2013. The Town of Miami Lakes ha s a population of 301< residents and
employs 100 employees.
We have also been the insur ance broker for the City of Laud erh i ll for over 20
years. The City of Lauderhill has a population of 75K residents, and th ey em ploy
over 500 emp loye es.
Our keys to success in maintaining these municipalities and our 20 private sector
groups are built on delivering ongoing communication, trust, and follow through.
We are very excited of being considered for the City of Sout h Miami's In surance
Brokerage Serv ices ro le. We are confident that we will provide the skil ls,
know ledge, and expertise needed for a long-term business partnership.
Thank you,
Ana Roqu e
Pres id ent
A&A In surance Services, Inc .
29
(NSU' PP RVICISS
Mcue.a.&~✓~-
Proposer's Qualifications
A&A Insurance Services Inc., established since 1999 represents over 24 years of
experience w ith large municipalities and companies in the Tri-Cou nty area into
Central Florida servicing our clients.
Our agency works with over 20 major insuran ce carriers.
The agen cy principals, Ana Roque and Cora Journey bring together over 40
years' experience in Employee Benefits.
Ana Roque worked as a Group Representative for Humana and for Care Florida.
In 1996 she went to work for AFLAC and within a few years was promoted to
District Manager and then opened her own agency and has been in business
now over 24 years.
Cora Journey has over 20 yea rs in the health insura nce field, she dedicates
herself in working for the best interest of our cl ients.
Geova nny Encarnacion ha s over 10 years of insurance experience and he
dedicates himself in open enrollment meetings and servicing our clients.
We have been long standing me mbers of the Nationa l Association of Health
Underwriters and are active in our local chapter.
A&A Insurance Services prides itself in b ringing the best option s and
negotiated rates with our ca rriers for our groups.
30
INSU'P WECES
M ade,a.u ~✓~.
Account Servicing Team
For all matters concerning your a ccount:
Ana Roque
President and CEO
ana@anainsuranceservices.c om
Phone: (954) 933-4070
Cora Journey
Vice President
cora@anainsuran c eservices.com
Phone: (954) 588-0029
Geovanny Encarnacion
geo@anainsuranceservices.co m
New Business Manager
Phone: (954)297-7885
Ariana Roque
Wellness Director
Ariana@anainsuranceservices.com
Phone: (954) 82 1-7201
Elisa Rojas
Administrative Assistant/Sales Rep
elisa@anainsu ranceserv ices.com
Ph one: (954 ) 249-30 32 3 1
Certifications and Licensing
FLORIDADEPARIMFNf OFFINANCIALSERVICES
ANAEROQUE
llce11se N1011her: A225553
Restdent Insurance License
1 0240 • HEAL TH
Issue Date
04/16/1994
01/27/1996 1 0218 • LIFE & HEAL TH
PloasoNoto: ,..,..__,flf,-l'cura .. ~Md'.e~~andgt,ehluc,o,c,rcqw,llpiareacfr9U ■sufi,Alnn ■ga"1.p.tk~--C,
llftUll"CI "....s.y o,ngar.l>'tMr, p1 ilQi:t ,-111 ~ recaded In )'OIi °""...,. on ne wi:,, lt>t ~ If rou .,, .,...., d pa aw..
-.. rou lhNt (l0fQCt It.I f'btSI ~ cf R'anci,11 ScM::a lnTcdU/. n., ICicnM WI e>;il'• 11 rnc,e lhln 48 ll'G'CG dlPM WhlA an~ tr
each dnl ol i-ann:11 hfld. II such C4WWI 0011A. OIi ~ wl bt I~ IO N<,,:!t/ H ■ 1111-tine ~ U l'at ICicnM'AH dt.l'nod t,/ P1U1'Q ■
lclcnul _,.._ Ol'lctt:t ~ 1111 Fb'dl ~ cf f"l'OIQd ISWOclU. lfll bl.-b "'Pt:9 IO Ol¥rfl1 wll'I ClOIUUIV ~ ~ ~ In
GS2Sl5 o, 6'& .. ~ !ZliUA A ~ Nt ltadl u.# ccrcnirQ w.d.c:n ~ ~ o, r.-dod t, lhe'.r U,Plcl'le -1 U
tc;al:b.lf&a:r11. To ~ h aoonc, ot Ilia kictu )OU N1 rM• !he kd.Aid kcnM recad \rdcf 'UornH Surdt o, h fb'dl Drprtna1 d
F"l'D'OIIScn,bil,Ml:dil•J':'DW'!':11nb;;tam::r,H:09Yl-t:ffi
32
Certifications and Licensing
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
CORA IVEL/SE JOURNEY
Lice11se N11111/Je1·: A311446
Resident Insurance License Issue Date
10/08/2021
01/12/1999
• 0214 -LIFE INCL VARIABLE ANNUITY
• 0240 -HEALTH
>&
Please Note: A lan5ff mq ONf hns.zd lrsnnc4 'l!ltl Ill ICfl'O •~hmnl by 11'1 dg'UI hsulu or ~ •• )W .,. ldr\l ., • Slzpl,s l'fles ·~ !)I.bl.: ICfµw,, u
rt'nuanc:o ~ INMQCfhol:u, rou lllolM hno an appoi"1lclll ~ ii ,,:,..-0'6n 1\111>1 Ot"I flt ~ flt Otpartnttt. If you .,. IIISUfO 111 ,-l«11$ot Junrny Palronis
llllls ,w lhoulj ~ tie FbU, Dfpatrm " ~ ScMoes hmd,&1et1. Th-'s lunse wJ •1p1• if moro llllrl 4' ~ tb9W ~ an acipo'nmnt b-ChiefFinancial Olli«r
each cbu ol ~ lw.1 rr wcfl tlpilt.ln ooan.. "'° ni\\ilal 'l'I be requll<I Ii) ,. ~f/ IS I mt.fine -~ If In k:tnw ... , ob!.lntd by paw,g • s r I ·c1a
'-• enmillfon o.."ffld bJ flt Florid, ~ of r~ ScMCH,, 1111 kfflw• b re(fked to ~, -.'ti ~ ect.a~ rcqliftllltllb con11·ooi ii late o F on
6M.2615 or ~395. ~ s11~1. A lcitnSff may r,~ Olt'r co~t>.i ~Lion ~cn:s ~W or needed h lht'r t.1)-f'rotis ao:mit at
•llf.:l.l#ul)m. To ,'tld,ta '11 a«mq of ~ klenso ,w may rm11 Ile Ind.,~ lanw recotd llld« 1.loensct Stlldl" on tie f1ol1di Otpal'1lfnt of
FNlldd SM1oesr.tb$leatll-..••~~
33
Certifications and Licensing
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
GEO VANNY FRANCISCO ENCARNACION
Lice11se Number: Wl 52859
Resident Insurance License Issue Date
08/06/2013 e0215-LIFE INCL VAR ANNUITY & HEALTH
~
Ploaso Noto: A IOM1Ct ffllJ Od/ hnllel lnsurln0o .. ffi III ld",'t 1ppoln'mtfll bJ Ill •~tee ruu!U or tfl'P))'Cf. If )"OU ue ICfng 11 ■ 111';,lrs Ines ~ p!,tllc 1d,uw,. Of
r~ lnlfflntda,y managtrbour, rou lhotJd haw an appo'nmcnl r.-de.1 In p, crffl n1mt on 1ft w.-oi lhl Dtp&IUnttt II )QI! art II\WI ol row ,_ Jimmy Palronis
'1.1111 )QI! IIIOIM OIICIIKt lhl flori:Sa Dtpartncnt ol FNndll StMce• i:rmlda1t11, Th's lcense wJ "~• I more a,,n 48 IN• tla?M 'l\i'Nl.t 111 ape»'ntncnl bf Chicffimmcial Officer
eadl dHI of ~ ISied. If suet, •'IJ>'ntion OCCA, Cho lld\lilal ,.,a bo tcqured IO rt~.,, II I rRt-&11 •Ffikanl II IN• S-'11111 obll'ntd by l)ISSftQ I f 'd
•-• .. lff>Nfon ontrc4 ir, Cho fbnda DtplRncnl o1 fwnolJ StM01s, lht l«nK• b rtqircd to C/llrflJ 'A\'h con!nic,g ~ton requ,ltl'ICntl conll'ned 1n State o Flon a
620.2515 Of (kUS5. flollcll SIIWt.. A lctnwe INJ net lwr mrw::nu:t,g NICICon ,eq.ircn,enb ~tied o, nctdtd kl Cht'f IIJi'ratle ICCIOUnl al
hllpslAkit.UUom. Jo \'lld)II lhl aconcy cl O\s iwn. )QI! 11111 ,r1.-11 111 n1 .. ~ lctnM rtOXd ime, "\Jctnwo St&ldl" on III Fb1dl Ocpcmwnl er
f"Nlldal IScl\!cn llltbl.'811 ........ Jn)"l,:lrldlcfCIOII\\Sv.N'lll9fflll.
34
Certifications and Licensing
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
ARIANA VIOLET ROQUE
Lice11se N11111be,. : W23 7614
Resident Insurance License Issue Date
01/16/2015 • 0215 -LIFE INCL VAR ANNUITY & HEALTH
Please Note: ...... -, ... " __ .,.,...,.._,..., ........................ -............... _ .... .._ .. ~uh~
, •• ...,.,_ .,,........, • ., m&AaOC•.t.al<lr, rou IN<M ....,. an appo:,0,-,.111 r-,,fed kt ,-"'"' _,,. .., llo ""11 IN o.,..-II rou ara ..,.... of ,-'"'"" u Jimmy Patron1s
6tlM )'OIi ~ c,o,,IICI IN FbW1 Dcpn,,,nl of F"Nndll &Mb• lnvnt<l.ald/. 1'Wa ·-,..g • .,,.,. If ,,,,,,. 111111 ~a .._ ... d,pw .. ◄NIA an lf90°ft'inCIII for Chief financial omcer ;:_::-:,:'-.-:-:1,: ,:" r:_:•:,.::: :: ::::;: S:.:, ':"':!::O: ;'~: ~ '::;; :.:,6"~_:•.:::., '":.,=: 1,~-::ina; St.tie or Florida
G\\2115 o, 8'1.3SS. ""'61 Ml\b~ A ,.,.,,_ mat h•" h• con\ff.ina educllon n<fk•-CIOfffll•~ ot nudod si fw'r U1Pro'lo •-et
hq,.111«.U .. co,n. To wldala h &CIC\#Kt of t,;. lc111M p, INJ re,w., t,o M~idud lc.nw ,-eo,d Uldff "lbnaff s.lldl• .., lie ~ Dtpat1N11I of
FNIICQIS.,.!c,o1,..i,.-.. a1 ..... w.111,'1,NM.OOII\~
35
Certifications and Licensing
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
ELISA FRANSISCA ROJAS
Lice11se Number: A224810
Resident Insurance License Issue Date
08/31/2021
08/31/2021
• 0240 -HEALTH
• 0214 -LIFE INCL VARIABLE ANNUITY
Please Noto:
. -v:;puJk~
A ·-· ,.,., o,tf nnud -'M1ti ... •ctw •ppo·ntntll1 bt Cft ••GUt ., .. ,., 1/6 • ......,,.,. If )'OU _,. actnQ ti I IUpn Intl 100,,. pJ,lc -~-ot c::;2fYJ'»7:J ~-.,,. .
,.-......,_ _,,,,.....,. .....,.,.twour. ,ou llllcdd ht\e an lf'P'"mr,tnt reconStd 1n ,... ...., ,..,,.. on n. ,...,. Ill Dcpa,.,,.fll If ,o., ,,. _.. of ,our Ice-u J1mniy Pitron1s
s1111, JOU lhckM m<ltld "' ~• Depa-d FNnci11 llf\lcH ITrNd..alol/. n.. k>tMt wl •,p·re ii ....,. ""' " ,,,._ tbpw •1N<A .., is,pc>mntnt '°' Chief financial Officer
tadl dasa of NnnCt lsr.d. If IUdl t,p"nilS<o<I ocan. Ill lrd~ 111-II t.. r-.Jrw<I b ro ,quoit, H a fnl-&M lffla,II. If t,a lconM ••• obll'ntd "1 pasina a
'-• enmillfon ol!t...i b7 the Florida DtpUIT>oftl of f!Nndal Scrw,o1, tM lcenwo la ,....-,..i lo -,,,Ji ...,,, -,:,,,,·,v tdla~ roq,,itmora con!a....., In
CIM.2<!115 o, MUSS, F1odcl• l!a!wl. A ........ mar hcl< ,.,... ~°""""II ..i..c.ton ,oqu', ..... nb comfiloi.41 o, ... ~ ., .,,.., IJJl'ldk •-I ti
hl!pl/.lla~--To ~ldale flt ICIQnC)' of fvs kcl'IM JOU INJ , ......... h irdv.<MI lallM r.-d !MCI -uc.-S.ard,• on 1M FloM1 Depa-of
FNncia!Sc,wc1Mbl.~al,,._~_c,om.'llv.w:onll~
State ofFlorid:i
36
Certifications and Licensing
DEPARTMENT of FINANCIAL S
ftOlUD~ ~\IJCEs
A & A INSURANCE SERVICES, INC.
11764 W. SAMPLE RD
SUITE 103
CORAL SPRINGS FL 33065
Agency License Number R008256
Location Number: 128268
Issued On 08/07/2006
Pursuant To Section 626.0428, Florida Statutes, This Agency Location Shall Be In The Active
Full-Time atarge Of A Licensed And Appointed Agent Holding The Required Agent Licenses To
Transact The Lines Oflnsurance Being Handled At This Location.
Pursuant To Subs«lion 626.172( 4), Florida Statutes, P.ach Agency Location Must D~play The License
Prominffltly In A Maruter Thal Makes It Clearly Visible To Any Customer Or Potential Customer Who
Enteis The Agerq Location.
Jimmy Patronis
Chleffinancial Offim
S1alc of Florida
Certifications and Licensing
Certificate of Insurance -Sponsored
Agent Errors and Omissions Liability Policy
For Life Insurance Company Sponsored Agents
This insurance Is provided by the Company designated by a •x• In the box belov,:
[!] Zurich American Insurance Company
D Steadfast Insurance Company
Polley Number: EOC 9319136-11
THIS IS A CLAIMS MADE AND REPORTED POLICY. 11 CLAIMS 11 MUST FIRST BE MADE AND REPORTED IN
WRITING TO THE COMPANY DURING THE 11CERTIFICATE PERIOD• OR ANY APPUCABLE EXTENDED
PERIOD OF THE POLICY. THE PAYMENT OF 11 DEFENSE costs· REDUCES THE LIMITS OF LIABILITY.
PLEASE READ THE POLICY CAREFULLY. TERMS IN QUOTATION MARKS HAVE MEANING SET FORTH IN
THE POLICY.
Item 1. "Named Certificate Holder• and Address: Roque, Ana E • 3771 NW 87th Way CORAL SPRINGS, Fl 33065
Item 2. "Additional Insured": Aflac of Columbus, GA -Aflac of New York -CAIC
Item 3. Producer Mailing Address: 8430 ENTERPRISE CIRCLE, STE 200 LAKEWOOD RANCH, Fl 34202
Item 4. Limits of llablllty:
$1,000,000.00 Each "Clalm"/Each •Named Certificate Holder"
$2,000,000.00 Each "Named Certificate Holder"
Item S. •certificate Period": From: 01/01/2023 To: 01/01/2024
Item 6. Deductible:
Item 7. Premium:
$0 for AFLAC product claims, $500 for ooa 4 Fl AC product claims.
See premium schedule.
Item 8. Endorsement Effective at Inception: Please see Form and Endorsement Schedule
THIS aCERTIFICATE OF INSURANCE 11 IS ISSUED IN ACCORDANCE WITH THE 11 MASTER POLICY" ISSUED
TO THE BY ACCEPTANCE OF THE POLICY THE 11 NAMED CERTIFICATE HOLDER• AGREES THAT THE
STATEMENTS IN THE •CERTIFICATE OF INSURANCE• AND THE APPLICATION AND ANY ATTACHMENTS
HERETO ARE THE 11 NAMED CERTIFICATE HOLDER'S 11 AGREEMENTS AND REPRESENTATIONS AND THE
POLICY EMBODIES ALL AGREEMENTS EXISTING BETWEEN THE 11 NAMED CERTIFICATE HOLDER• AND
THE COMPANY OR ANY OF ITS REPRESENTATIVES RELATING TO THIS INSURANCE.a
Request a Copy of the Polley:
Contact Producer above at (800) 593-7657 or go to http://www.napa•benefits.org/aflac.
U-LAEO ·205-A CY/ (06/10)
Page 1 of 3
38
lNsu· YllCES
~ aAZ.e. a.Al?~~-
Approach and Understanding of Services
• Schedule meetings to identify goals and objectives,
followed by regular planning sessions base d on your needs.
• Revi ew and assess all contra cts, plan su mmaries, ERISA req ui rements, ACA, tax filings an d
Cobra administ ration.
• Revi ew renewal offers and negotia te the best rates and quotes with all the d ifferent
Insurance carriers to get you the b est plans and save you money.
• We quote Fully Insured and Level Funded insuran ce p la n s. The Level funded plans can
potentially allow th e City of South M iami t o receive a surplus (money back) at r enewal;
based on cl aims.
• We use gap pl ans that are designed to pay your deductible on your health insurance plan
and he lps with all your out-of-p ocket costs.
• We will coordi na te your annua l open e nro llmen t meetings with your insurance carrier, for
Q&A for the employees. We will provide Employee Enrollment Handbooks via
electronically or print versions.
• We will assist the employees with any claim iss u es or anything else regard ing their benefits.
We are committed to being always responsive and efficient i n our efforts.
• We ad vocate requesting t echnol ogy funds from the insurance companies to Implement HRIS
systems like Employee Navigator. We understand ADP is your cu rrent provider, shoul d you
ever consider switching we can do so .
• We assist you w ith obtaining Wellness fu nds wh ich allows us to utilize t h ese funds for health
and wellness related events. We w ill also do Health Fairs for the City of South Miami. 39
'
INS RV ICES
M"" .. aa:~d'7:;(.:~.
I lea lth Insurance
A & A Insurance Services is
con tracted with all major
health insurance companies,
to ensure we can offer the
best pl ans and best prices,
specifically tailored to your
busi ness.
Supplemental
Insurance (1\/lac/Colonial)
Through Aflac and Colonial Li fe,
two of the nations leading
providers, we have a variety
of supplemental policies at no
cos t to th e emp loyer, making
this a key add-on to your
coverage portfolio.
Dental/Vision Insurance
We have a wide variety of Dental
and Vision programs at very
competitive rates, from the
nation's lead ing providers.
Gap Insurance
(M edlink)
In partn ership with American
Publ ic Life Insurance, we exte nd
a grea t Gap Plan to save you
even m01e on your heallh
insurance.
REPRESENTING TOP CARR IERS :
Gro up Life/Disability
A&A Insurance proudly provide
Group Short Te rm Disability,
Long Term Disab ility, and Group
Life Policies th rough all major
provide rs, at rat es unmatchable
by the compet it ion.
Individu al Health
Insu rance
Looking for an individual
health, den tal, an d vision
insurance policy? The A & A
team has th e resources to
find th e perfect plan to fit
your needs.
aetna·
, .. ,,
A, Med Emb<oce _t\-:;_J Cigna NV b c lterheollh: -n-Humana.
~ lnl BlueCro~
~ ~ BlueSh.lcld'
(if1}A ll state .
BENEFITS
~ Uni te dHealth carc Aft'ac • t I I It
Colonial Li fe.
/.t.lUnir; bfnri4ih t at.ml.
APL
,
~
·"•· .. , .
Sun ~.:
Life flnonclol a~Unlh,:cl Anittkw
/nuu,,ncc Comp.Jttf
io ~• •J•I
Proud Aflac Representative for Ov er 20 Years!
ACA Compli ance & COBRA Administration
A&A Insurance Servic es,
established in 19 99,
repre sen ts over 20 major
health insu rance carriers.
Th e agency's President Ana
Roque has over 24 years '
expe ri ence in th e heal th
insu ran ce and suppl emental
industry.
Th e company prides
themselves in bringing the
best optio ns at th e lowest
possible cost to their cl ie nts.
By using speci al programs,
suc h as HRAs, Gap Plans and
Premium Save r Plans, we
have bee n very successful in
reducing cost for employers
wh ile maintaining sensible
ou t of pocket cost for
employees. In addi tio n, it is
our philosophy th at clients
should be able to depend on
us for all the ir service issues.
We are pro ud of our
repu ta tion in this
communi ty and, upon
requ es t, we ca n prov ide
references from our clien ts
and in surance company
representatives.
II 11 IUII .. ... J
NS
M M,l a!i (W()J.d'ift vl!,U)@,
ottering Group Health In surance
Medicare and
Supplemental Benefits
EXHIBIT "B"
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SOUTH MIAMI
AND
A & A INSURANCE SERVICES, INC.
"CONSULTANT COMPENSATION"
FORM7
BIDFORM
Respondent shall provide a flat-fee monthly and annal rate in accordance with Section 3,
Scope of Services, Specifications, and Requirements.
INSURANCE BROKERAGE SERVICES
YEAR MONTHLY ANNUAL
YEARl $2,333.33 $28,000.00
YEAR2 $2,333.33 $28,000.00
YEAR3 $2,333.33 $28,000.00
YEAR4 $2,500.00 $30,000.00
YEARS $2,500.00 $30,000.00
FIVE-YEAR TOTAL $144,000.00
SUBMITI'ED
TIDS. 3rd DAYOF May _______ 2023_.
PROPOSAL SUBMITIED BY:
A&A INSURANCE SERVICES INC.
Company
ANAROQUE
Name of Person Authorized to Submit
Proposal
/Signature
PRESIDENT
Title
( 954) 993-4070
Telephone Number
(754) 229~2329
Fax Number
ANA@ANAINSURANCESBRVICBS.COM
Email Address
20
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:June 6, 2023
SUBJECT:Insurance Brokerage Services Contract
RECOMMENDATION:Authorize City Manager to enter into a Contract with A&A Insurance
Services for Brokerage Services for the City’s employee insurance benefits
plans.
BACKGROUND:The City issued a Request for Proposals for Insurance Brokerage Services,
RFP #HR2023-07 for City’s Employee Insurance Benefit Plans. The City has
approximately 125 full-time employees and retirees participating in the
Insurance Benefit Plans. The City’s plan year is October 1st through
September 30th.
The Insurance Benefit Plans include the following, but are not limited to:
Health/Medical Insurance
Dental Insurance
Life Insurance
Long Term Disability
Short Term Disability
Group Life Insurance and Accidental Death & Dismemberment
Insurance
Insurance Supplements
Vision
The contract term is for three (3) years with one (1) two (2) year option to
renew, at the City Mangers discretion, for a total term of five (5)
consecutive years. Five (5) proposals were received:
One Digital
A &A Insurance Services, Inc.
Foundation Risk Partners
The Wolfe Group
Florida League of Cities (Non-responsive)
2
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
According to correspondence received from the Florida League of Cities,
the FloridaMunicipal Insurance Trust (FMIT) is not a broker, so they do not
qualify for this bid. FMIT sends to all municipalities in the state of Florida
a letter stating that if the City would like, they can work directly with FMIT
and the Florida League of Cities to get Health Insurance. Since the League
did not comply with the requirements of this bid, they were deemed non-
responsive.
A Virtual Selection Committee was scheduled on May 16, 2023. The
committee was comprised of Joanne Cineas, Payroll and Benefits
Administrator; Alfredo Riverol, Chief Financial Officer; and Samantha
Fraga-Lopez, Deputy City Manager (Chairperson), who reviewed and
scored the proposals in accordance with the Evaluation Selection
procedures published in the RFP. The combined final scores and rankings
are below:
Evaluator A & A
INSURANCE
FLA.
LEAGUE
OF CITIES
FOUNDATION
RISK
ONE
DIGITAL
WOLFE
GROUP
Joanne Cineas 95 0 75 65 65
Alfredo Riverol 100 0 85 90 85
Samantha Fraga-
Lopez 96 0 85 94 83
TOTAL 291 0 245 249 233
RANK 1 N/A 3 2 4
Based on the scores, the Selection Committee identified A & A Insurance
Services, Inc. as the highest-ranked proposer. A&A currently services the
Town of Miami Lakes, which has a similar number of employees, as well as
the City of Lauderhill, and 20 private sector groups. They were established
in 1999 and have experience working with over 20 major insurance
carriers. A&A has five (5) members on the team with over forty (40) years
of experience, which can provide personalized service.
FUNDING:Personnel Division Contractual Services: 001-1330-513-3450.
ATTACHMENTS:Resolution
RFP#HR2023-07
Bid Tabulation Report
Proposal, A & A Insurance
Final Evaluation Selection Score Sheets
3
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
Demand Star Results
Sun Biz Registration
Professional Services Contract
DBR Advertisement
4
CITY OF SOUTH MIAMI
REQUEST FOR PROPOSALS (RFP) No. HR2023-07
INSURANCE BROKERAGE SERVICES
City of South Miami Commission
Mayor Javier Fernández
Commissioner Lisa Bonich
Commissioner Steve Calle
Commissioner Josh Liebman
Commissioner Brian Corey
City of South Miami City Hall
6130 Sunset Drive
South Miami, Florida 33143
ISSUE DATE: 18, April 2023
PROPOSAL OPENING DATE: 9, May 2023
PROPOSAL OPENING TIME: 10:30 A.M.
7
PUBLIC NOTICE
REQUEST FOR PROPOSALS (RFP) No. HR2023-07
INSURANCE BROKERAGE SERVICES
NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting proposals for
Insurance Brokerage Services for the City’s Employee Insurance Benefits Plan (the “Services”).
Interested companies, firms, and individuals (“Proposers”) may obtain a copy of Request for
Proposals No. HR2023-07 (the “RFP”) to be issued on April 18, 2023 at the City of South Miami
6130 Sunset Drive, South Miami, FL 33143 or on the City’s website at www.southmiamifl.gov,
or via DemandStar at https://network.demandstar.com/. The RFP contains detailed information
about the scope of Services, submission requirements, and selection procedures. All notices and
any addenda issued by the City with respect to the RFP will be made available on the City’s
website. It is the Proposer’s sole responsibility to ensure receipt of any issued notice or addenda
relating to this RFP once posted to the website. The Proposal submission shall be submitted
electronically via DemandStar, and marked “Proposal to City of South Miami, RFP No.
HR2023-07 for Insurance Brokerage Services.” Proposals must be received by the City by no
later than May 9, 2023 at 10:00 AM.
Proposals will be publicly opened through video conferencing using the Zoom platform. Members
of the public are invited to view the Proposal opening meeting through Zoom at
https://zoom.us/j/3056636339 or by listening to the Proposal opening meeting on a dedicated
phone line by dialing +1-786-635-1003 Meeting ID: 3056636339.
Any Proposal submission received after the submittal time and date will be rejected and returned
unopened. Proposers are responsible for ensuring that their Proposal is received in the City by the
deadline.
The City hereby provides notice to all Proposers of the imposition of a Cone of Silence for this
solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein,
means a prohibition on communication regarding a competitive solicitat ion such as a request
for proposal, request for qualification, request for information or request/invitation for Proposal
between a potential vendor, service provider, proposer or Proposer, or agent, representative,
lobbyist or consultant for the potentia l Proposer; and (i) members of the City Commission; (ii)
the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation
committee. Please contact the City Clerk and/or City Attorney with any qu estions on the Cone
of Silence.
Date Issued: April 18, 2023
8
TABLE OF CONTENTS
Section Page
Section 1: Information for Proposers 4
Section 2: Terms and Conditions 12
Section 3. Scope of Services 19
Section 4: Proposal Form Package 22
Section 4: Bid Form 40
Attachment A: Sample Agreement 46
Attachment B: Declaration/Affidavit of Representation 56
9
RFP No. HR2023-07
SECTION 1.
INFORMATION FOR PROPOSERS
1.1. INTRODUCTION/GENERAL BACKGROUND.
The City of South Miami, Florida (the “City”) is soliciting proposals for Insurance Brokerage
Services for the City’s Employee Insurance Benefits Plans Program (the “Services”). The City
hereby requests proposals for the selection of one firm (“Consultant” or “Proposer”) to provide the
Services, including all services, design, labor, materials, equipment, and all incidentals necessary,
as set forth in Section 3 of this RFP.
The City intends to award a contract to the most responsive and responsible Proposer whose
Proposal is most advantageous to the City and which meets the requirements and criteria set forth
in this RFP for the Services described in this RFP.
1.2. SCHEDULE OF EVENTS.
The following schedule is anticipated for this RFP process, but is subject to change by the City, in
its sole discretion, at any time during the RFP procurement process.
No. Event Date* Time*
(EST)
1 Advertisement/ Distribution of RFP April 18, 2023 5:00 PM
3 Deadline to Submit Questions / Requests for
Clarification May 1, 2023 10:00 AM
4 City Issues Addenda and Responds to Questions May 4, 2023 10:00 AM
5 Deadline to Submit Sealed Proposals – Submission
Deadline (https://network.demandstar.com/) May 9, 2023 10:00 AM
6
Proposal Opening & Evaluation of Proposals
OPENING VIA VIDEO CONFERENCING VIA THE
ZOOM PLATFORM at https://zoom.us/j/3056636339,
or listen to the meeting on a dedicated phone line by
dialing +1-786-635-1003 Meeting ID: 3056636339.
May 9, 2023 10:30 AM
7 City Manager issues recommendation to City
Commission June 6, 2023 7:00 PM
8 Award Proposal(s) and Agreement(s) at City
Commission Meeting June 6, 2023 7:00 p.m.
1.3. PROPOSAL DUE DATE.
Sealed Proposals must submitted electronically through the DemandStar Electronic Proposal
System at https://network.demandstar.com/. All sealed proposals must be received by 10:00 a.m.
10
RFP No. HR2023-07
E.S.T. on May 9, 2023 (the “Submission Deadline”). Sealed proposals will be publicly opened
through video conferencing using the Zoom platform. Members of the public are invited to
view the Proposal opening meeting through Zoom at https://zoom.us/j/3056636339 or by
listening to the Proposal opening meeting on a dedicated phone line by dialing +1-786-635-1003
Meeting ID: 3056636339.
1.4. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING
PROPOSAL PROCESS.
The City will not respond to oral inquiries or questions concerning this RFP. All written inquiries,
requests for interpretation or clarification shall be sent to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
Facsimile: (305)669-2636
Any written inquiry or request for interpretation or clarification must be sent by e-mail or written
correspondence and received by the City no later than May 1, 2023 at 10:00 a.m.
All such interpretations or clarifications will be made in writing in the form of an Addendum to
this RFP issued by the City to all known and/or registered prospective Proposers. Each prospective
Proposer shall acknowledge receipt of such Addenda by including it in the Proposal Form. All
Addenda shall be a part of this RFP and a part of the Agreement and each Proposer will be bound
by such Addenda, whether or not received. It is the responsibility of each prospective Proposer to
verify that it has received all Addenda issued before Proposal are submitted and opened.
1.5. SUBMISSION OF PROPOSAL.
Sealed Proposals must submitted electronically through the DemandStar Electronic Proposal
System at https://network.demandstar.com/ by the Submission Deadline and must be marked as
“Proposal to City of South Miami, RFP No. HR2023-07, Insurance Brokerage Services” and
addressed to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A PROPOSAL TO THE
CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE
RESPONSIBILITY OF THE PROPOSER. THE CITY IS NOT RESPONSIBLE FOR ANY
DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF PROPOSALS. ANY
PROPOSAL RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS RFP
WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED
PROPOSAL SHALL NOT BE CONSIDERED.
11
RFP No. HR2023-07
The Proposal must be signed by an authorized officer of the Proposer who is legally authorized to
bind the Proposer and enter into a contractual relationship in the name of the Proposer. The
submittal of a Proposal by a Proposer will be considered by the City as constituting an offer by the
Proposer to perform the required Services, upon the terms and at the prices stated by the Proposer.
Proposals will be publicly opened and read. All Proposers and their representative may be invited
to be present. Proposals shall be typed or printed in ink. All blanks on the Proposal form(s) must
be completed. Names must be typed or printed below the signature. Proposals submitted by hand-
delivery, facsimile and/or email will not be accepted.
Only one (1) Proposal from any individual, firm, partnership, or corporation, under the same or
different names, will be considered. If the City determines that any Proposer has interest in more
than one (1) Proposal for Services contemplated; all Proposal in which such a Proposer is interested
will be rejected. Proposer by submitting this Proposal certifies that this Proposal is made without
previous understanding, contract, or connection with any person, firm or corporation making a
Proposal for the same material, supplies, equipment or services and is in all respects, fair and
without collusion of fraud.
1.6. PROPOSAL REQUIREMENTS & FORMAT.
Each Proposer must present its products, services, and applicable features in a clear and concise
manner that demonstrates the Proposer’s capabilities to satisfy the requirements of this RFP. The
emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent
information and suitability of the Services. Proposals MUST include the following:
1.6.1. Cover Letter, Executive Summary, and Table of Contents. This letter and
executive summary shall concisely summarize the Proposer’s qualifications and
experience in providing the Services and the Proposer’s understanding of the
requirements of the City. The Table of Contents shall clearly identify all sections of
the Proposal as outlined under Section 1.6 of this Solicitation. This Section shall not
exceed five (5) pages.
1.6.2. Proposal Form Package. Proposer shall provide complete and accurate copies, with
all required signatures and notarizations, for all the forms in the Proposal Package:
Form 1. Proposal Form Package Acknowledgement.
Form 2A. Proposer’s Certification (if Company or Corporation)
Form 2B. Proposer’s Certification (if Partnership)
Form 3. Single Execution Affidavits
Form 4. Dispute Disclosure
Form 5. Certification Regarding Debarment, Suspension, & Other
Responsibility Matters Primary Covered Transactions
Form 6. Proposer’s Qualifications Survey
Form 7. Bid Form
Form 8. Reference List
1.6.3. Price Proposal. Proposer shall include a Price Proposal for the provision of the
Services detailing the structure of the Service fees, including all costs associated with
the provision of labor, materials, and travel. No other costs shall be allowed. The City
12
RFP No. HR2023-07
favors Price Proposal structures based on a fixed annual fee compensation structure
instead of a commission-based compensation structure. In cases where commission-
based compensation structure is required or mandated by the desired plans, such
commission shall be deducted from the final agreed upon fixed fee paid by the City.
1.6.4. Proof of Experience. Provide documentation evidencing the experience of the
Proposer and demonstrating that the Proposer has successfully provided the Services
or similar services to other governmental entities, including municipalities, of similar
size and needs as the City within the past 36 months. The Proposer firm shall be
currently engaged in Services on a full time basis and shall have been in existence
and continuous operation providing the Services for a minimum of five (5) years.
1.6.5. Proposer's Qualifications. Include name, function, and qualifications of key
personnel, including key subcontractors, in the organization who will be providing
the Services. The key person or contact assigned to the Services shall within the past
three (3) years have conducted and been responsible for providing Services to other
governmental entities. Please note, to receive further consideration, all Proposers
must provide the necessary documentation to demonstrate that they meet the
following minimum qualifications:
1.6.5.1. Service and Incorporation. Consultant shall have been in business and
continuous operation and service and incorporated in the State of Florida for a
minimum of five (5) years.
1.6.5.2. Licenses. Consultant must be fully licensed with any and all applicable and
required licenses, certifications and permits for Services, including government
licenses, certifications, and permits from the State of Florida, Miami-Dade
County, the City, and any other governing governmental regulatory authorities.
1.6.6. Insurance Certificates. Proposer shall provide certificates of insurance
demonstrating compliance with the requirements set forth under Section 2 of this
solicitation, including:
1.6.6.1. Commercial General Liability
1.6.6.2. Workers Compensation & Employer’s Liability
1.6.6.3. Business Automobile Liability
THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR
ADDITIONAL COVERAGE IF DEEMED NECESSARY.
1.6.7. Proposer may provide any additional information that highlights experience or
expertise, which is relevant and directly applicable to this RFP.
1.7. EVALUATION CRITERIA.
Award shall be made to the Responsible Proposer(s) whose Proposal is determined to be the most
responsive Proposal that is most advantageous to the City. Proposals will be evaluated according
to the following criteria and respective weight:
13
RFP No. HR2023-07
Category Criteria Maximum Points
1 Qualifications/Experience of the Proposer and Personnel
Includes expertise, experience and reputation of the Proposer
and key staff, experience with similar sized municipalities,
local office presence, relationships with insurance/benefits
companies, references, and other similar and/or relevant
indicators of qualifications and experience in providing the
Services.
40 Points
2 Approach and Understanding of Services
Includes general approach to providing the Services, customer
service experience and strategy, data security, sample
informational materials, and other relevant and similar
indicators of the Proposer’s approach and understanding of the
Services
20 Points
3 Price Proposal
Includes analysis of proposed pricing for the Services.
Preference shall be given to Price Proposals based on a fixed
annual fee rather than on a commission-based compensation
structure.
40 Points
Total: 100 Points
1.8. SELECTION PROCESS.
Phase 1: Staff Level Review for Compliance with Minimum Requirements. A member of City
Staff shall review and evaluate the Proposals submitted to ensure the minimum requirements of
the RFP have been met. The City Manager or designee may reject those Proposals that do not meet
the minimum requirements of the RFP.
Phase 2: Evaluation Committee Review. The City Manager or City Manager’s designee will
appoint an Evaluation Committee to review and evaluate the responsive Proposals during a public
meeting (the City will provide instructions on how to participate and access the meeting). The
Evaluation Committee reserves the right to request additional information or seek clarifications as
it deems necessary. Failure to comply with any mandatory requirements may disqualify a
proposal. The Evaluation Committee reserves the right to conduct interviews or require
presentations prior to final scoring and ranking of the Proposers. The Evaluation Committee shall
select in order of preference and rank the firm(s) it deems to be the responsible to perform the
required services using the evaluation criteria set forth under Section 1.7 of this RFP. The
responsible Proposer shall be a person who has the capability in all respects to fully perform the
Services and the tenacity, perseverance, integrity, experience, ability, reliability, capacity,
facilities, equipment, financial resources and credit which will give a reasonable expectation of
good faith performance, and a person who has submitted a proposal which conforms in all material
respects to the RFP (the “Responsible Proposer”).
Phase 3 (if requested by Evaluation Committee): Oral Presentations. The Evaluation
Committee may call Proposers for oral presentations before the Evaluation Committee regarding
their Proposal, approach to the Services, and ability to furnish the required Services. All Prime
Consultants and subconsultants in their teams shall be present at the assigned time for a 20-minute
presentation followed by up to a 10-minute question-and-answer session. The Consultants are
encouraged to be represented only by the Lead/Project Manager and the staff identified in the
Proposal. Additional details on the oral presentations may be provided to the short-listed
14
RFP No. HR2023-07
Consultants. The City will notify the Proposers where the oral presentations, if any, will be
conducted and whether the Proposers may appear virtually or must appear in person.
Recommendation to City Commission. After ranking of the Proposers deemed to be responsible
by the Evaluation Committee, the City Manager will present a recommendation to the City
Commission with the Evaluation Committee’s rankings and recommendations for consideration
by the City Commission and the City Manager’s recommendation for award or rejection of all
proposals for approval at a Commission meeting.
City Commission Meeting to Select and Award Agreement to Responsible Proposer(s). The
City Commission may select the Proposal of the Responsible Proposer(s) that it determines is the
most responsive Proposal that is most advantageous to the City, taking into consideration all
aspects of the Proposer’s Proposal and authorize the City Manager to execute a professional
services agreement with the selected Proposer(s). The City Commission shall have the final
authority to select the Proposer(s) and award any Professional Services Agreement(s).
1.9. CITY’S RIGHTS; WAIVER OF IRREGULARITIES.
The City reserves the right to reject any or all proposals which is in any way incomplete or
irregular, re-issue the entire solicitation, or enter into contracts with more than one Consultant.
The City reserves the right to accept or reject any and/or all Proposal or parts of Proposal, to
workshop or negotiate any and all Proposal, to select and award Proposer(s) for all or any of the
Services, waive irregularities in Proposal, to cancel or discontinue this RFP process, and to request
new Proposal on the required Services. The City Commission shall make the final determination
and award of Proposal(s).
All materials submitted in response to this Request for Proposals become the property of the City
and will be returned only at the option of the City. The City has the right to use any or all ideas
presented in any Proposal or responses to the RFP, whether amended or not, and selection or
rejection of Proposal does not affect this right.
1.10. CODE OF ETHICS PROVISIONS.
1.10.1. Cone of Silence.
The provisions of City’s Cone of Silence are applicable to this RFP. The City’s Cone of Silence
provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding
the Cone of Silence may be sent to:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
The Cone of Silence as used herein means a prohibition of any communication regarding a
competitive solicitation such as a request for proposal, request for qualification, request for
information or invitation/request for Proposal, between a potential vendor, service provider,
15
RFP No. HR2023-07
proposer or Proposer (hereinafter referred to as the "potential Proposer"), or agent, representative,
lobbyist or consultant for the potential Proposer; (hereinafter referred to as the "Proposer's
representative"); and
(i) Members of the City Commission; or
(ii) City's professional staff; or
(iii)Any member of the City's selection, evaluation or negotiation committee.
The provisions of the Cone of Silence shall not apply to:
(i) Communications at a duly noticed pre-Proposal conferences or at any duly noticed
public selection or negotiation committee meeting or duly noticed public City
commission meeting at which the City Manager has placed the subject of the
solicitation on the agenda;
(ii) Communication regarding the solicitation at recorded contract negotiations, recorded
oral presentation or recorded oral question and answer session and recorded contract
negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113;
(iii)Briefings made by the City Manager or his designee to the City Commissioners during
a meeting following the completion of the selection or negotiation committee meetings;
(iv) Written communication at any time with any City professional staff (not including
selection, evaluation or negotiation committee members), unless specifically prohibited
by the applicable competitive solicitation documents. This section shall not be
construed to prevent written communication between City professional staff and any
City selection, evaluation or negotiation committee. A copy of any written
communication made during the cone of silence shall be contemporaneously filed with
the City clerk by the potential Proposer or Proposer's representative. The City clerk
shall make copies available to any person upon request;
(v) Communication that is strictly limited to matters of those processes or procedures that
are contained in the corresponding solicitation document and which communication is
between any person and the City's purchasing agent or the City employee who is
designated as being responsible for administering the procurement process for such
solicitation;
(vi) Communications with the City attorney and his or her staff;
(vii) Communications during any duly noticed site visits to determine the competency
and responsibleness of Proposers regarding a particular Proposal during the time period
between the opening of proposals and the time the City Manager makes a written
recommendation;
(viii) Any emergency procurement of goods or services pursuant to City code;
(ix) Responses to a request made by the City's purchasing agent, or the City employee who
is designated as being responsible for administering the procurement process for such
solicitation, for clarification or additional information;
(x) Communications prior to Proposal opening between City's professional staff and
potential Proposers and/or Proposer's representatives to enable City staff to seek and
obtain industry comment or perform market research, provided all communications
related thereto between a potential Proposers and/or Proposer's representatives and any
16
RFP No. HR2023-07
member of the City's professional staff including, but not limited to the City Manager
and his or her staff, are in writing or are made at a duly noticed public meeting.
1.10.2. Lobbying Prohibited. All potential Proposers and their agents who intend to submit,
or who submitted, a Proposal or response to this solicitation, are prohibited from
lobbying, individually or collectively, any City Commissioner, candidate for City
Commissioner, or any employee of the City in connection with this solicitation.
The term "Lobbyist" means all persons (including officers and managers of a legal
entity), firms, or legal entities such as a corporation, partnership or limited liability
company, employed or retained by a principal (including an officer of the principal
or an employee of the principal whose duties include marketing, or soliciting
business, for the principal) who seeks to encourage the passage, defeat, or
modifications of (1) ordinance, resolution, action or decision of the City Commission;
(2) any action, decision, recommendation of the City Manager or any City board or
committee; or (3) any action, decision or recommendation of City personnel during
the time period of the entire decision-making process on such action, decision or
recommendation which foreseeably will be heard or reviewed by the City
Commission, or a City board or committee.
Contact may only be made through regularly scheduled Commission meetings, or
meetings scheduled through the Procurement Division, which is for the purpose of
obtaining additional or clarifying information or as otherwise provided for in the
City’s Cone of Silence. Any presentation before a selection committee is considered
to be lobbying; however, the presentation team may avoid formal registration by
complying with section 8A-5(c)(9), of the City Code of Ordinances and completing
Attachment B to this RFP. Any person who submits a proposal, whether solicited or
unsolicited, on behalf of his or her principal or his or her employer is considered to
be a lobbyist and must register. An officer or manager of a legal entity who is
submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist.
All Proposers are strongly encouraged to review Section 8A-5 of the City Code of
Ordinances for further information.
To register as a lobbyist, please contact the City Clerk at:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
END OF SECTION 1
17
RFP No. HR2023-07
SECTION 2.
TERMS AND CONDITIONS
2.1. PURPOSE OF PROPOSAL.
The City requests Proposals from qualified firms to provide insurance brokerage services for the
City’s Employee Insurance Benefits Plans, as further detailed in the Scope of Services provided in
Section 3 herein (the “Services”). The frequency, nature, scope and definition of the Services
desired or required by the City may change from time to time, at the City’s discretion.
The City intends to secure a source of supply(s) for the Services from a qualified consultant(s) that
conform to the requirements of this RFP and is most advantageous to the City and in its best
interest. The City reserves the right to award the Proposal(s) considered to best serve the City’s
interests.
2.2. DELIVERY.
All equipment, materials, and goods in connection with the Services shall be delivered F.O.B.
destination (i.e., at a specific City address), and delivery costs and charges (if any) will be included
in the Proposal pricing. Exceptions should be noted.
2.3. EQUIPMENT.
Any equipment or products used by Consultant to provide Services pursuant to this RFP shall
remain the property of the Consultant. In the event equipment or products used by the Consultant
are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this
RFP or the Specifications, the City reserves the right to reject the equipment or product(s), at the
Consultant’s expense.
2.4. PRICING.
The Proposal form attached to this RFP under Section 4 and to be included with each Proposal
shall specify the Proposer’s pricing and/or fees for the equipment and Services requested herein.
Proposer should include any and all applicable taxes in Proposal prices. If the Proposer is awarded
an Agreement pursuant to this RFP, the prices and fees quoted in the Proposal shall remain fixed
and firm during the term of the Agreement.
2.5. PROPOSAL COSTS.
Proposers submitting Proposal do so entirely at their own cost and expense. There is no expressed
or implied obligation by the City to reimburse any individual or firm for any costs or expenses
incurred in preparing or submitting Proposal, providing additional information when requested by
the City, or for participating in any selection interviews.
2.6. LICENSES AND PERMITS.
Proposer shall secure any and all necessary and required licenses, certifications and permits to
conduct the Services, including, but not limited to, all Federal, State, County and City licenses and
permits. All Proposers must provide the necessary documentation to demonstrate that they meet
all applicable licensing and permitting requirements.
18
RFP No. HR2023-07
By submitting a Proposal in response to this RFP, Proposer represents and warrants to the City
that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by
any other governmental authority or agency to perform the Services. Proposer represents and
warrants to the City that the Licenses shall be in full force and effect on the date of performance
of the Services and further represents that it holds and will hold all Licenses throughout the term
of the Agreement. Proposer shall provide the City with copies of all Licenses and any additional
permits that may be required for performance of the Services with its Proposal and during the term
of the Agreement.
2.7. INSURANCE.
2.7.1. If selected, the Consultant shall secure and maintain throughout the duration of the
awarded contract insurance of such types and in such amounts not less than those
specified below as satisfactory to City, naming the City as an Additional Insured,
underwritten by a firm rated A-X or better by A.M. Best and qualified to do business
in the State of Florida. The insurance coverage shall be primary insurance with respect
to the City, its officials, employees, agents and volunteers naming the City as
additional insured. Any insurance maintained by the City shall be in excess of the
Consultant’s insurance and shall not contribute to the Consultant’s insurance. The
insurance coverages shall include at a minimum the amounts set forth in this section
and may be increased by the City as it deems necessary or prudent. Copies of
Consultant’s actual Insurance Policies as required herein and Certificates of Insurance
shall be provided to the City, reflecting the City as an Additional Insured. Each Policy
and certificate shall include no less than (30) thirty-day advance written notice to City
prior to cancellation, termination, or material alteration of said policies or insurance.
All coverage forms must be primary and non-contributory and the Consultant shall
provide a waiver of subrogation for the benefit of the City. The Consultant shall be
responsible for assuring that the insurance policies and certificates required by this
Section remain in full force and effect for the duration of the Services.
2.7.1.1. Commercial General Liability coverage with limits of liability of not less
than a $1,000,000 per Occurrence combined single limit for Bodily Injury and
Property Damage. This Liability Insurance shall also include Completed
Operations and Product Liability coverages and eliminate the exclusion with
respect to property under the care, custody and control of Consultant. The
General Aggregate Liability limit and the Products/Completed Operations
Liability Aggregate limit shall be in the amount of $2,000,000 each.
2.7.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all
employees for statutory limits as required by applicable State and Federal laws.
The policy(ies) must include Employer’s Liability with minimum limits of
$1,000,000.00 each accident. No employee, subconsultant or agent of the shall
be allowed to provide Services pursuant to this RFP who is not covered by
Worker’s Compensation insurance.
2.7.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per
Occurrence, combined single limit for Bodily Injury and Property Damage.
Coverage must be afforded on a form no more restrictive than the latest edition
of the Business Automobile Liability policy, without restrictive endorsements,
19
RFP No. HR2023-07
as filed by the Insurance Service Office, and must include Owned, Hired, and
Non-Owned Vehicles.
2.7.2. The Consultant agrees to indemnify, defend and hold harmless the City from and
against any and all claims, suits, judgments, losses, damages, executions and/or
liabilities as to bodily injuries and/or property damage which arise or grow out of the
Agreement or Consultant’s performance of the Services required by this RFP.
2.7.3. The Consultant shall also, upon request by the City, provide copies of all official
receipts and endorsements as verification of Consultant's timely payment of each
insurance policy premium as required by the Agreement.
2.7.4. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR
ADDITIONAL COVERAGE IF DEEMED NECESSARY.
2.8. BONDS. The selected Consultant must, prior to performing any portion of the Services
and within three (3) days of the Effective Date of the Construction Contract, deliver to the
City the Bonds required to be provided by Proposer hereunder and the Construction
Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may
also require other bonds or security, in order to guaranty that the awarded contract with
the City will be fully and appropriately performed and completed. The surety providing
such Bonds must be licensed, authorized, and admitted to do business in the State of
Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The
cost of the premiums for such Bonds shall be included in the contract price. If notice of
any change affecting the scope of services/work, the contract price, contract time, or any
of the provisions of the Construction Contract is required by the provisions of any bond
to be given to a surety, the giving of any such notice shall be the selected Consultant’s
sole responsibility, and the amount of each applicable bond shall be adjusted accordingly.
If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida
is terminated or it ceases to meet applicable law or regulations, the selected Consultant
shall, within five (5) days of any such event, substitute another bond (or Bonds as
applicable) and surety, all of which must be satisfactory to the City.
2.8.1. Performance Bond. If this provision is selected, the selected Consultant must deliver
to the City a performance bond in an amount equal to 100 percent of the price
specified in the contract. The performance bond shall provide that the bonding
company will complete the project if the selected Consultant defaults on the contract
with the City by failing to perform the contract in the time and manner provided for
in the contract.
2.8.2. Payment Bond. If this provision is selected, the selected Consultant must deliver to
the City a payment bond in an amount equal to 100 percent of the price specified in
the contract. The payment bond shall provide that the bonding company or surety will
promptly pay all persons who supply labor, materials, or supplies used directly or
indirectly in the performance of the work provided for in the contract between the
selected Consultant and the City if the selected Consultant fails to make any required
payments only.
20
RFP No. HR2023-07
2.8.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or
limited the requirements contained herein for payment or performance bonds upon
such circumstances as are deemed in the best interest of the City. If the requirement
for a payment bond is waived, the City shall select this box: ☒. If the requirement
for a performance bond is waived, the City shall select this box: ☒.
2.9. PROPOSAL GUARANTY/PROPOSAL BOND. Each Proposal must be accompanied
by a Proposal Bond or Cashier’s Check, in the amount of five percent (5%) of the Proposal,
in the form provided in Form 9. Proposal Guaranty shall be made by certified or cashier's
check or by a Proposal bond made payable to the City and provided by a surety company
authorized to do business as a surety in the state. All Proposal Bonds shall be valid for a
period of at least 90 days from the Proposal submission date. The Proposal Bonds for all
unsuccessful proposals shall be returned after the 90-day period. The purpose of the
Proposal bond is to ensure that proposals are honored and that they remain valid for the
required period. Accordingly, Proposal bonds are subject to forfeiture any time Proposers
refuse to honor their proposals for at least 90 days after Proposal opening. The Proposal
Guaranty of the successful Proposer will be retained until such Proposer has executed a
contract and furnished any payment and performance bonds, along with all insurance
policies, licenses, or other documentation that may be required by the City. If the
successful Proposer fails to furnish the required payment and performance bonds, fails to
execute and deliver the contract, or fails to deliver the required insurance policies, licenses,
or other documentation to the office of the purchasing agent within the time specified in
the instructions to Proposers, the City may annul the notice of award and the entire sum
of the Proposal Guaranty shall be forfeited to the City. All Proposal Guarantees of
unsuccessful Proposers will be returned after the Contract is awarded and executed.
If the requirement for a Proposal Guaranty/Proposal Bond is waived, the City shall select
this box: ☒.
2.10. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS.
Consultant shall conduct its operations in compliance with all applicable federal, State, County
and City laws and regulations in providing the Services required by this RFP.
2.11. ASSIGNMENT.
The Consultant shall not transfer or assign the performance of the Services required by this RFP
and the Agreement without the City’s prior written consent. Any award issued pursuant to this
RFP and monies which may be payable by the City, are not assignable except with the City’s prior
written approval.
2.12. ATTORNEY’S FEES.
If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or
not, Consultant agrees to pay all such costs and expenses including, but not limited to, court costs,
interest and reasonable attorney’s fees.
2.13. CONSULTANT’S RELATION TO THE CITY.
21
RFP No. HR2023-07
It is expressly agreed and understood that the Consultant is in all respects an independent
contractor as to all Services hereunder, and that the Consultant is in no respect an agent, servant
or employee of the City. This RFP specifies the Services to be performed by the Consultant, but
the method to be employed to accomplish the Services shall be the responsibility of the Consultant,
unless otherwise provided in the Agreement or by the City.
2.14. DISCRIMINATORY PRACTICES.
The Consultant shall not discriminate or deny service, deny access, or deny employment to any
person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The
Consultant will strictly adhere to the equal employment opportunity requirements and any
applicable requirements established by the State of Florida or the Federal Government.
2.15. CANCELLATION.
Failure on the part of the Consultant to comply with the conditions, specifications, requirements
and terms as determined by the City, shall be just cause for cancellation of the award, with the
Consultant holding the City harmless.
2.16. INDEMNIFICATION.
The Consultant shall indemnify, save harmless and defend the City, its officers, agents and
employees from and against any claims, demands or causes of action of whatsoever kind or nature
arising out of any act, error, omission, negligent act, conduct or misconduct of the Consultant, its
agents, servants or employees, in the performance of the Services pursuant to this RFP and/or from
any procurement decision of the City including without limitation, awarding the Agreement to a
Consultant.
2.17. MULTIPLE /OTHER VENDORS.
The City reserves the right to select and award multiple Proposers to provide one, some or all of
the Services. If the selected contractors are unavailable, the City reserves the right to seek and
obtain other sources.
2.18. PUBLIC ENTITY CRIME/DISQUALIFICATION.
Pursuant to Section 287.133(3)(a), Florida Statute, all Proposers are advised as follows:
“A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit a Proposal on a contract to provide any goods or services to
a public entity, may not submit a Proposal on a contract with a public entity for the construction
or repair of a public building or public work, may not submit proposals on leases of real property
to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public
entity and may not transact business with any public entity in excess of the threshold amount
provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.”
2.19. NO CONTINGENCY FEE.
22
RFP No. HR2023-07
Proposer shall warrant that it has not employed or retained any company or person, other than a
bona fide employee working solely for the Proposer, to solicit or secure the Agreement and that it
has not paid or agreed to pay any person, company, corporation, individual or firm, other than a
bona fide employee working solely for the Proposer, any fee, commission, percentage, gift or other
consideration contingent upon or resulting from the award or making the Agreement. For the
breach or violation of this provision, the City shall have the right to terminate the Agreement,
without liability, at its discretion.
2.20. PUBLIC RECORDS; CONFIDENTIALITY.
Proposers are hereby notified that all information submitted as part of or in support of Proposal
submitted pursuant to this RFP are public records subject to public disclosure in accordance with
Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records
Law and this RFP, Florida Law will govern and prevail.
All Proposals submitted in response to this RFP shall become the property of the City. Unless the
information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the
right to utilize any or all information, ideas, conceptions, or portions of any Proposal in its best
interest. Acceptance or rejection of any Proposal shall not nullify the City’s rights hereunder.
Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE PROPOSER HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,
FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS:
Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM
Mailing address: 6130 Sunset Drive
South Miami, FL 33143
Telephone number: 305-663-6340
Email: NPayne@southmiamifl.gov
2.21. AMERICAN RESCUE PLAN ACT PROVISIONS.
Proposer acknowledges that the Services or Services may be fully or partially funded utilizing
Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American
Rescue Plan Act (“ARPA”). The selected Consultant shall be required to comply with all laws,
rules, regulations, policies, and guidelines (including any subsequent amendments to such laws,
regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA
Addendum to this solicitation.
If compliance with this section is required, the City shall select this box: .
2.22. GRANT FUNDING.
By submitting a response to this solicitation, Proposers acknowledge that the Services or Services
may be fully or partially funded utilizing funds from the grants listed below (the “Grant”).
Accordingly, by submitting a response to this competitive solicitation, the Proposer warrants and
23
RFP No. HR2023-07
represents that it has reviewed the terms and conditions for each Grant and will perform the
Services or Services in accordance with the terms and conditions of the Grant(s).
Grant Title Grant Agreement Attachment No.
If the Services or the Services will be funded utilizing Grant funds, the City shall select this
box:.
END OF SECTION 2
24
RFP No. HR2023-07
SECTION 3
SCOPE OF SERVICES, SPECIFICATIONS, AND REQUIREMENTS
The City requires Insurance Brokerage Services from qualified insurance brokerage firms for
the City's Employee Insurance Benefit Plans (the “Services”). The Services shall be provided
to cater to insurance needs of approximately 125 employees and retirees participating in the
City’s Insurance Benefit Plans. All employees are located in Florida and retirees may be
elsewhere. The City's fiscal year runs from October 1st through September 30th . The City
intends on awarding a professional services agreement for the Services for a three (3) year
term, with two (2) additional one-year renewal terms, as may be approved by the City Manager.
The Insurance Benefit Plans include the following, but is not limited to:
• Health/Medical Insurance
• Dental Insurance
• Life Insurance
• Long Term Disability
• Short Term Disability
• Group Life Insurance and Accidental Death & Dismemberment Insurance
• Insurance Supplements
• Vision
ON-GOING SERVICES:
Expected deliverables include, but are not limited to:
A. Monitoring the Insurance Benefit Plans’ operations throughout the year to ensure that
benefit providers are meeting all customer service requirements and standards.
B. Providing on-going administrative support, as required; defined as dedicated account
managers and in-house support with unlimited staff support, by acting as a liaison between
the City and providers to assist with active review and management count, resolving claim
disputes, contract administration and interpretations, and other issues.
C. The Proposer shall be required to assign key staff member(s) to serve as the primary
point(s) of contact with the City in connection with the provision of the Services. Key staff
member(s) that will serve as the main point(s) of contact shall be subject to final approval
by the City Manager. Removal or reassignment of the key staff member(s) serving as the
primary point(s) of contact with the City will not be permitted without prior written
approval from the City Manager and at least fourteen (14) days’ notice of the Proposer’s
intent to reassign or remove the key staff member(s).
D. Coordinating and meeting with the City's Human Resources Personnel Manager
throughout the year as reasonably necessary (at minimum quarterly).
E. Coordinating annual audits of City's Insurance Benefit Plans and associated vendors.
F. Prepare annual financial reports on the results of the completed Insurance Benefit Plans
each year.
G. Preparing and delivering any necessary reports to the City's Human Resources Personnel
Manager, including but not limited to, reports showing claims experienced at intervals
acceptable to the City.
25
RFP No. HR2023-07
H. Advising and assisting in the review of the City employee health and medical benefits
program on a continuing basis to ensure that those plans are in compliance with
state/federal requirements and their adequacy of benefits with respect to other plans.
I. Track, monitor and provide information on changes in, or any pending or new legislation
in the applicable state and federal laws, as well as any employee benefit and funding trends
that may affect the Insurance Benefit Plans, to the City's Human Resources Personnel
Manager.
J. Advise and assist the City with:
• 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 by the state and/or
federal government;
• Coordination of the annual employee wellness fair;
• Development of a n Employee Wellness Program;
• Provide summary of benefits;
• Onsite enrollment presentations;
• Employee self-service enrollment;
• Cobra administration;
• Education to provide information to promote lower out of pocket costs;
• Provide seminars and programs as needed for smoking, fitness, exercise, nutrition and
heart health.
K. Perform special projects as requested by the City, including but not limited to:
• Development and assistance in the implementation of new insurance plans;
• Assistance with adjudication of specific claims as requested by the City;
• Recommendation of alternative benefit designs or delivery systems as dictated by
emerging plan costs for benefit practices.
L. Ensure personnel availability for meetings, phone calls, and e-mail correspondence as
required.
M. Maintain confidentiality of City records and data in accordance applicable federal and state
laws.
N. Active annual renewal process across all line of coverage and all carriers;
O. Presentation and meetings to review options, effective negotiations to ensure the best
benefits for lowest cost to the City and employees;
P. Complete renewal package with customized options and quotes;
Q. Coordinate an annual wellness fair with the City;
R. Perform other related services on an "as-needed" basis.
26
RFP No. HR2023-07
RENEWAL YEAR SERVICES:
A. Using current health and medical benefit plans as benchmarks, research, design, and
propose Employee Insurance Benefits Plans for the City, as appropriate.
B. Meet with the City as necessary to discuss benefit plan options and establish goals and
objectives for the City's benefit programs.
C. Provide analysis of current plans, including the review of past performance, with regard to
renewal.
D. Review additional available cost savings plan alternatives and creative funding options.
E. Determine the appropriate employee and employer benefit contribution levels.
F. Review and recommend annual contribution strategies for active participants and retirees.
G. Provide City with information on what other municipalities of comparable size and location
will be doing with their Insurance Benefit Plans in the upcoming years.
H. Conduct renewal negotiations and develop appropriate information for management
purposes.
I. Upon City's request, coordinate a comprehensive "Request for Proposals" (RFP) process
to identify potential high-quality Insurance Benefit Plan vendors, according to established
City guidelines. The scope of the Services may include but not be limited to: Medical,
Dental, Vision, Basic Life, Voluntary Life, Accidental Death and Dismemberment, Short
Term and Long-Term Disability insurance.
J. Act as lead negotiator and consultant to the City during insurance contract negotiations and
renewals.
K. Prepare and present a written analytical report of the responses to the Solicitation received
including recommendation(s) and supporting documentation for recommendations.
L. Review plan documents (including employee booklets) and master contracts before
adoption and printing.
M. Assist with planning and implementation of selected changes including transition from the
current to new vendors, the renewal proposal, 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 Personnel Manager.
O. Advise and assist the Human Resources Personnel Manager or designee with the review of
contracts, plan documents, insurance policies and other documents for applicability,
accuracy, consistency, and legal compliance.
P. Assist City with the development of performance guarantees relating to vendors'
performance of services to the City, and evaluation of the performance of vendors
END OF SECTION 3
27
RFP No. HR2023-07
SECTION 4
PROPOSAL FORM PACKAGE
As provided in the RFP, the following items must be attached to this Proposal:
FORMS STATUS
Form 1 – Proposal Form Package Acknowledgement √
Form 2A. Proposer’s Certification (if Company or Corporation) √
Form 2B. Proposer’s Certification (if Partnership) √
Form 3. Single Execution Affidavits √
Form 4. Dispute Disclosure √
Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility
Matters Primary Covered Transactions
√
Form 6. Proposer’s Qualifications Survey √
Form 7. Bid Form √
Form 8. Reference List √
ATTACHMENTS
This competitive solicitation incorporates the following attachments, which should be reviewed
thoroughly and, if applicable, completed prior to submitting a response to this competitive
solicitation.
The City is attaching the following Attachments:
Attachment A. Sample of Professional Services Agreement
Attachment B. Declaration/Affidavit of Representation
28
FORM 1
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS
I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP
No. HR2023-07. I agree that my Proposal will remain firm for a period of 180 days after opened
by the City in order to allow the City adequate time to evaluate the Proposal.
I certify that all information contained in this Proposal is truthful to the best of my knowledge and
belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm
named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded
the Agreement.
I further certify, under oath, that this Proposal is made without prior understanding, agreement,
connection, discussion, or collusion with any other person, firm or corporation submitting a
Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an
interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form
with full knowledge and understanding of matters therein contained and was duly authorized.
I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in
connection with the RFP (Check the box next to each addendum received).
______ Addendum 1 Addendum 6
______ Addendum 2 Addendum 7
______ Addendum 3 Addendum 8
______ Addendum 4 Addendum 9
_______ Addendum 5 Addendum 10
Attached hereto are the following forms/documents which form a part of this Proposal:
Form 1. Proposal Form Package Acknowledgement.
Form 2A. Proposer’s Certification (if Company or Corporation)
Form 2B. Proposer’s Certification (if Partnership)
Form 3. Single Execution Affidavits
Form 4. Dispute Disclosure
Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility
Matters Primary Covered Transactions
Form 6. Proposer’s Qualifications Survey
Form 7. Bid Form
Form 8. Reference List
29
RFP No. HR2023-07
FORM 1
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED)
___________________________________________
NAME OF PROPOSER FIRM
____________________________________________
SIGNATURE OF PROPOSER
____________________________________________
NAME & TITLE, TYPED OR PRINTED
MAILING ADDRESS
____________________________________________
____________________________________________
(____) ______________________________________
TELEPHONE NUMBER
State of Florida
County of
The foregoing instrument was acknowledged before me by means of physical presence or
online notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification:
)
Did take an oath; or
Did not take an oath
30
FORM 2A
PROPOSER’S CERTIFICATION
(if Company or Corporation)
CERTIFICATE
STATE OF _____________ )
) SS
COUNTY OF ___________ )
I HEREBY CERTIFY that a meeting of the Board of Directors of
___________________________________________________________________
a corporation or company existing under the laws of the State of _________________________,
held on ______________________, 2023, the following resolution was duly passed and
adopted:
RESOLVED, that, as _____________of the Corporation/Company, be and is hereby
authorized to execute the Proposal dated, __________, 2023 to the City of South Miami
for RFP No. 2023-XX for Insurance Brokerage Services, and that this execution thereof,
attested by the Secretary of the Corporation/Company, and with the Corporate/Company
Seal affixed, shall be the official act and deed of this Corporation/Company.
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of
corporation/company on this the _____________ of ___________, 2023.
_______________________
Secretary
(SEAL)
31
FORM 2B
PROPOSER’S CERTIFICATION
(if Partnership)
CERTIFICATE
STATE OF ____________ )
) SS
COUNTY OF __________ )
I HEREBY CERTIFY that a meeting of the Partners of ____________________
_____________________________________________________________________, a
partnership existing under the laws of the State of _________________________, held on
____________________, 2023, the following resolution was duly passed and adopted:
“RESOLVED, that _____________________________________________,
as_____________________________________________________________of the
Partnership, be and is hereby authorized to execute the Proposal dated ______________,
2023, to the City of South Miami for RFP No. HR2023-07 for Insurance Brokerage
Services from this partnership and that his execution of thereof, attested by the shall be the
official act and deed of this Partnership.”
I further certify that said resolution is now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________,
2023.
_______________________
Secretary
(SEAL)
32
FORM 3
SINGLE EXECUTION AFFIDAVITS
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO
BY THE PROPOSER OR PROPOSER AND NOTARIZED BELOW. IN THE EVENT
THE PROPOSER OR PROPOSER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT
STATEMENTS, THE PROPOSER OR PROPOSER IS DEEMED TO BE NON-
RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/PROPOSAL.
THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF
SOUTH MIAMI AND ARE STATEMENTS MADE:
By:
For (Name of Proposing or Bidding Entity):
Whose business address is:
And (if applicable) its Federal Employer Identification Number (FEIN) is:
(if the entity does not have an FEIN, include the Social Security Number of the individual signing
this sworn statement. SS#: )
Americans with Disabilities Act Compliance Affidavit
The above named firm, corporation or organization is in compliance with and agrees to continue
to comply with, and assure that any subcontractor, or third party contractor under this project
complies with all applicable requirements of the laws listed below including, but not l imited to,
those provisions pertaining to employment, provision of programs and services, transportation,
communications, access to facilities, renovations, and new construction.
• The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42
USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title
II, Public Services; Title III, Public Accommodations and Services Operated by Private
entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions.
• The Florida Americans with Disabilities Accessibility Implementation Act of 1993,
Section 553.501-553.513, Florida Statutes:
• The Rehabilitation Act of 1973, 229 USC Section 794;
• The Federal Transit Act, as amended 49 USC Section 1612;
• The Fair Housing Act as amended 42 USC Section 3601-3631.
Proposer Initials
33
Public Entity Crimes Affidavit
I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any
other state or of the United States, including but not limited to, any Proposal or contract for goods
or services to be provided to any public entity or an agency or political subdivision of any other
state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy, or material misrepresentations.
I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of
a plea of guilty or nolo contendere.
I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
1. A predecessor or successor of a person convicted of a public entity crime; or
2. An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term “affiliate” includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in another person, or a pooling of equipment or income among persons when not for fair
market value under an arm’s length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a person who has been
convicted of a public entity crime in Florida during the preceding 36 months shall be considered
an affiliate.
I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal
power to enter into a binding contract and which proposals or applies to Proposal on contracts for
the provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term “person” includes those officers, directors,
executives, and partners, shareholders, employees, members, and agents who are active in
management of an entity.
Based on information and belief, the statement, which I have marked below, is true in relations to
the entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, nor any affiliate of the entity has been charged with ad convicted of a public entity crime
subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
34
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the
entity, or an affiliate of the entity has been charged with and convicted of a public entity crime
subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing
Officer of the State of Florida , Division of Administrative Hearings and the final Order entered
by the Hearing Officer determined that it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor list (attach a copy of the final order).
I understand that the submission of this form to the contracting officer for the public entity
identified in paragraph 1 above is for that public entity only and that this form is valid through
December 31 of the calendar year in which it is filed. I also understand that I am required to inform
the public entity prior to entering into a contract in excess of the threshold amount provided in
Section 287.017, Florida Statutes for category two of any change in the information contained in
this form.
Proposer Initials
No Conflict of Interest or Contingent Fee Affidavit
Proposer warrants that neither it nor any principal, employee, agent, representative nor family
member has paid or will pay any fee or consideration that is contingent on the award or execution
of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal,
employee, agent, representative nor family member has procured or attempted to procure this
contract in violation of any of the provisions of the Miami-Dade County and City of South Miami
conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation
of these warrants will result in the termination of the contract and forfeiture of funds paid or to be
paid to the Proposer should the Proposer be selected for the performance of this contract.
Proposer Initials
Business Entity Affidavit
Proposer hereby recognizes and certifies that no elected official, board member, or employee of
the City of South Miami (the " City”) shall have a financial interest directly or indirectly in this
transaction or any compensation to be paid under or through this transaction, and further, that no
City employee, nor any elected or appointed officer (including City board members) of the City,
nor any spouse, parent or child of such employee or elected or appointed officer of the City, may
be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City
employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in
combination, may have a material interest in the Vendor or Proposer. Material interest means direct
or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any
exception to these above described restrictions must be expressly provided by applicable law or
ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to
this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics
ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as
35
applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for
Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or
services for which the Proposal or Proposal is submitted and may be further disqualified from
submitting any future proposals or Proposal for goods or services to City.
Proposer Initials
Anti-Collusion Affidavit
1. Proposer/Proposer has personal knowledge of the matters set forth in its Proposal/Proposal and
is fully informed respecting the preparation and contents of the attached Proposal/Proposal and
all pertinent circumstances respecting the Proposal/Proposal;
2. The Proposal/Proposal is genuine and is not a collusive or sham Proposal/Proposal; and
3. Neither the Proposer/Proposer nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including Affiant, has in any way colluded, conspired,
connived, or agreed, directly or indirectly with any other Proposer/Proposer, firm, or person to
submit a collusive or sham Proposal/Proposal, or has in any manner, directly or indirectly,
sought by agreement or collusion or communication or conference with any other
Proposer/Proposer, firm, or person to fix the price or prices in the attached Proposal/Proposal
or of any other Proposer/Proposer, or to fix any overhead, profit, or cost element of the
Proposal/Proposal price or the Proposal/Proposal price of any other Proposer/Proposer, or to
secure through any collusion, conspiracy, connivance or unlawful agreement any advantage
against the City or any person interested in the proposed Contract.
__________
Proposer Initials
Scrutinized Company Certification
1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that
Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the
Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors
are found to have submitted a false certification; or if the Proposer, or its subcontractors are
placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of
Israel during the term of the Agreement.
2. If the Agreement that may result from this RFP is for more than one million dollars, the
Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with
Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or engaged with business operations in Cuba or Syria as identified in Section
287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the
Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its
subcontractors are found to have submitted a false certification; or if the Proposer, its affiliates,
or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or
36
Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged
with business operations in Cuba or Syria during the term of the Agreement.
3. The Proposer agrees to observe the above requirements for applicable subcontracts entered
into for the performance of work under the Agreement that may result from this RFP. As
provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated
contracting prohibitions then they shall become inoperative.
Proposer Initials
Drug-Free Workplace Affidavit
Proposer hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to
businesses with drug-free workplace programs when two proposals/Proposal are equal with
respect to price, quality, and service. Proposer understands that in order to qualify as a drug-free
workplace, Proposer must:
a) Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such
prohibition.
b) Inform employees about the dangers of drug abuse in the workplace, the Proposer’s policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
1) Give each employee engaged in providing commodities or contractual services
under the RFP a copy of the statement specified in subsection (1).
2) Notify employees that, as a condition of working on the commodities or contractual
services under the RFP, the employee must abide by the terms of the statement and will
notify the employer of any conviction of, or plea of guilty or nolo contendere to, any
violation of chapter 893 or of any controlled substance law of the United States or any
state, for a violation occurring in the workplace no later than five (5) days after such
conviction.
3) Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee’s community, by
any employee who is so convicted.
4) Make a good faith effort to continue to maintain a drug-free workplace through the
implementation of this section.
Based on information and belief, the statement, which I have marked below, is true in relations to
the entity submitting this sworn statement.
(INDICATE WHICH STATEMENT APPLIES.)
The entity submitting this sworn statement is a drug-free workplace and is in full compliance
37
with the requirements set forth under F.S. § 287.087.
The entity submitting this sworn statement is not a drug-free workplace.
Proposer Initials
Acknowledgment, Warranty, and Acceptance
1. Consultant warrants that it is willing and able to comply with all applicable state of Florida
laws, rules and regulations.
2. Consultant warrants that it has read, understands, and is willing to comply with all
requirements of RFP No. 2023-XX and any addendum/addenda related thereto.
3. Consultant warrants that it will not delegate or subcontract its responsibilities under an
agreement without the prior written permission of the City Commission or City Manager, as
applicable.
4. Consultant warrants that all information provided by it in connection with this Proposal is true
and accurate.
Proposer Initials
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
38
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of physical presence or
online notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification:
)
Did take an oath; or
Did not take an oath
39
FORM 4
DISPUTE DISCLOSURE
Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”,
please explain in the space provided, or on a separate sheet attached to this form.
1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by
the Department of Professional Regulations or any other regulatory agency or professional
associations within the last five (5) years?
YES __________ NO __________
2. Has your firm, or any member of your firm, been declared in default, terminated or removed
from a contract or job related to the services your firm provides in the regular course of business
within the last five (5) years?
YES __________ NO __________
3. Has your firm had against it or filed any requests for equitable adjustment, contract claims,
Proposal protests, or litigation in the past five (5) years that is related to the services your firm
provides in the regular course of business?
YES __________ NO __________
If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest,
and state a brief description of the case, the outcome or status of the suit and the monetary amounts
of extended contract time involved.
I hereby certify that all statements made are true and agree and understand that any misstatement
or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further
consideration of this Proposal or Proposal for the City of South Miami.
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization,
this day of , 20 , by (name of person)
as (type of authority) for (name
of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
40
FORM 5
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS
PRIMARY COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment
and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988
Federal Register (pages 19160-19211). Copies of the regulations are available from local offices
of the U.S. Small Business Administration.
(1) The prospective primary participant certifies to the best of its knowledge and belief
that it and its principals:
(a) Are not presently debarred, suspended, proposed for disbarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
(b) Have not within a three-year period preceding this application been convicted
of or had a civil judgment rendered against them for commission of fraud or a
criminal offense in connection with obtaining, attempting to obtain, or performing
a public (Federal, State, or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the
offenses enumerated in paragraph (1)(b) of this certification; and
(d) Have not within a three-year period preceding this application had one or more
public transactions (Federal, State, or local) terminated for cause or default.
(2) Where the prospective primary participant is unable to certify to any of the
statements in this certification, such prospective primary participant shall attach an
explanation to this Statement of Qualifications.
Business Name_________________________________________________________
Date_________________________ By:
Signature of Authorized
Representative
Name and Title of Authorized
Representative
41
FORM 6
PROPOSER’S QUALIFICATIONS SURVEY
COMPANY QUALIFICATIONS QUESTIONNAIRE
Please complete this Company Qualifications Questionnaire. By completing this form and
submitting a response to the RFP, you certify that any and all information contained in the Proposal
is true, that your response to the RFP is made without prior understanding, agreement, or
connections with any corporation, firm or person submitting a response to the RFP for the same
materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud,
that you agree to abide by all terms and conditions of the RFP, and certify that you are authorized
to sign for the Proposer’s firm.
Some responses may require the inclusion of separate attachments. Separate attachments should
be as concise as possible, while including the requested information. In no event should the total
page count of all attachments to this Form exceed five (5) pages. Some information may not be
applicable; in such instances, please insert “N/A”.
Firm Name
Principal Business Address
Telephone Number Facsimile Number
Email Address
Federal I.D. No. or Social Security Number
Municipal Business Tax/Occupational License No.
FIRM HISTORY AND INFORMATION
How many years has the firm has been in business under its current name and ownership?
Please identify the Firm’s document number with the Florida Division of Corporations and date
the Firm registered/filed to conduct business in the State of Florida:
Document Number Date Filed
Please identify the Firm’s category with the Florida Department of Business Professional
Regulation (DBPR), DBPR license number, and date licensed by DBPR:
Category License No. Date Licensed
42
Please indicate the type of entity form of the Firm (if other, please describe):
□ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other
Please identify the Firm’s primary business:
Please identify the number of continuous years your Firm has performed its primary business:
Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and
any Key Staff, including any active certifications of small, minority, or disadvantaged business
enterprise, and the name of the entity that issued the license or certification:
License/Certification
Type
Name of Entity
Issuing License or
Certification
License No. License Issuance Date
Please identify the name, license number, and issuance date of any prior companies that pertain to
your Firm:
License/Certification
Type
Name of Entity
Issuing License or
Certification
License No. License Issuance Date
Please identify all individuals authorized to sign for the entity, their title, and the threshold/level
of their signing authority:
Authorized Signor’s Name Title Signing Authority Threshold
(All, Cost up to $X-Amount, No Cost, Other)
Please identify the total number of Firm employees, managerial/administrative employees, and
identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, 2
mechanics, etc.):
Total No. of Employees
Total No. of Managerial/Administrative
Employees
Total No. of Trades Employees by Trade
43
INSURANCE INFORMATION
Please provide the following information about the Firm’s insurance company:
Insurance Carrier Name Insurance Carrier Contact Person
Insurance Carrier Address Telephone No. Email
Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please
identify the type of claim and the amount paid out under the claim:
FIRM OWNERSHIP
Please identify all Firm owners or partners, their title, and percent of ownership:
Owner/Partner Name Title Ownership (%)
Please identify whether any of the owners/partners identified above are owners/partners in another
entity:
□ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and
percent of ownership held by the stated owner/partner:
Owner/Partner Name Other Entity Name Ownership (%)
RECENT CONTRACTS
Please identify the five (5) most recent contracts in which your Firm has provided services to other
public entities:
Public Entity
Name
Contact Person Telephone No. Email Address Date Awarded
By signing below, Proposer certifies that the information contained herein is complete and accurate
to the best of Proposer’s knowledge.
44
Firm:
Authorized Signature: Date:
Print or Type Name: Title:
45
FORM 7
BID FORM
Respondent shall provide a flat-fee monthly and annal rate in accordance with Section 3,
Scope of Services, Specifications, and Requirements.
INSURANCE BROKERAGE SERVICES
YEAR MONTHLY ANNUAL
YEAR 1 $ $
YEAR 2 $ $
YEAR 3 $ $
YEAR 4 $ $
YEAR 5 $ $
FIVE-YEAR TOTAL $
SUBMITTED
THIS
DAY OF 20____.
PROPOSAL SUBMITTED BY:
Company Telephone Number
Name of Person Authorized to Submit
Proposal
Fax Number
Signature Email Address
Title
46
FORM 8
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
PROPOSER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #1
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity)
Is the Contract still Active? Yes No
47
REFERENCE #2
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity)
Is the Contract still Active? Yes No
48
REFERENCE #3
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity)
Is the Contract still Active? Yes No
49
REFERENCE #4
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity)
Is the Contract still Active? Yes No
50
REFERENCE #3
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage:
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity)
51
ATTACHMENT A
SAMPLE AGREEMENT
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SOUTH MIAMI
AND
NAME OF ENTITY
THIS AGREEMENT (this “Agreement”) is made effective as of the day of
, 2023 (the “Effective Date”), by and between the CITY OF SOUTH MIAMI, a Florida municipal
corporation, (hereinafter the “City”), and NAME OF ENTITY, a Florida [type of entity], (hereinafter, the
“Consultant”).
WHEREAS, the City requires insurance brokerage services for the City’s Employee Insurance Benefits
Plans Program; and
WHEREAS, the Consultant will perform services on behalf of the City, all as further set forth in the
Proposal dated , 2023, attached hereto as Exhibit “A” (the “Services”); and
WHEREAS, the Consultant and City, through mutual negotiation, have agreed upon a fee for the Services;
and
WHEREAS, the City desires to engage the Consultant to perform the Services and provide t he deliverables
as specified below.
NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the
Consultant and the City agree as follows:
1. Scope of Services.
1.1. Consultant shall provide the Services set forth in the Proposal attached hereto as Exhibit “A” and
incorporated herein by reference (the “Services”). Consultant shall assign the key staff member(s) identified
in Exhibit “A” to serve as the primary point(s) of contact with the City in connection with the provision of
the Services. Assignment of key staff member(s) is subject to the final approval of the City Manager.
Consultant shall not reassign or remove the key staff member(s) as the main point(s) of contact with the City
without the prior written approval of the City Manager. Consultant shall provide the City at least fourteen
(14) days’ notice of its intent to reassign or remove the key staff member(s) as the City’s main point(s) of
contact.
1.2. Consultant shall furnish all reports, documents, and information obtained pursuant to this
Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”)
to the City.
2. Term/Commencement Date.
2.1. The term of this Agreement shall be from the Effective Date through three (3) years thereafter,
unless earlier terminated in accordance with Paragraph 8. Additionally, the City Manager may
renew this Agreement for two (2) additional one-year periods on the same terms as set forth herein
upon written notice to the Consultant.
52
2.2. Consultant agrees that time is of the essence and Consultant shall complete the Services within the
term of this Agreement, unless extended by the City Manager.
3. Compensation and Payment.
3.1. Compensation for Services provided by Consultant shall be in accordance with the Price Proposal
attached hereto as Exhibit “B.” Consultant shall be compensated a flat rate lump sum fee in the
amount of $XXXX.XX per month.
3.2. Consultant shall deliver an invoice to City no more often than once per month detailing Services
completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each
month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed
for each task invoiced. The City shall pay the Consultant in accordance with the Florida Prompt
Payment Act after approval and acceptance of the Services by the City Manager.
4. Subconsultants.
4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain
responsibility for all work related to the Services.
4.2. Consultant may only utilize the services of a particular subconsultant with the prior written
approval of the City Manager, which approval may be granted or withheld in the City Manager’s
sole and absolute discretion.
5. City’s Responsibilities.
5.1. City shall make available any maps, plans, existing studies, reports, staff and representatives, and
other data pertinent to the Services and in possession of the City, and provide criteria requested by
Consultant to assist Consultant in performing the Services.
5.2. Upon Consultant’s request, City shall reasonably cooperate in arranging access to public
information that may be required for Consultant to perform the Services.
6. Consultant’s Responsibilities; Representations and Warranties.
6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of
the Services as is ordinarily provided by a consultant under similar circumstances. If at any time
during the term of this Agreement or within two (2) years from the completion of this Agreement,
it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered,
defective, or fail to conform to City requests, the Consultant shall at Consultant’s sole expense,
immediately correct its Deliverables or Services.
6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it
shall maintain in good standing all required licenses, certifications and permits required under Federal,
State and local laws applicable to and necessary to perform the Services for City as an independent
contractor of the City. Consultant further warrants and represents that it has the required
knowledge, expertise, and experience to perform the Services and carry out its obligations under
this Agreement in a professional and first class manner.
6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of
Florida. The execution, delivery and performance of this Agreement by Consultant have been
53
duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant
in accordance with its terms. No consent of any other person or entity to such execution, delivery
and performance is required.
7. Conflict of Interest.
7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of
this Agreement, provide any consulting services to any private sector entities (developers,
corporations, real estate investors, etc.), with any current, or foreseeable, adversar ial issues in the
City.
8. Termination.
8.1. The City Manager, without cause, may terminate this Agreement upon five (5) calendar days
written notice to the Consultant, or immediately with cause.
8.2. Upon receipt of the City's written notice of termination, Consultant shall immediately stop work
on the project unless directed otherwise by the City Manager.
8.3. In the event of termination by the City, the Consultant shall be paid for all work accepted by the
City Manager up to the date of termination, provided that the Consultant has first complied with
the provisions of Paragraph 8.4.
8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and
data pertaining to the Services and the project to the City, in a hard copy and electronic format
within fourteen (14) days from the date of the written notice of termination or the date of expiration
of this Agreement.
9. Insurance.
9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such
types and in such amounts not less than those specified below as satisfactory to City, naming the
City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and
qualified to do business in the State of Florida. The insurance coverage shall be primary insurance
with respect to the City, its officials, employees, agents, and volunteers naming the City as
additional insured. Any insurance maintained by the City shall be in excess of the Consultant’s
insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall
include at a minimum the amounts set forth in this section and may be increased by the City as it
deems necessary or prudent.
9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000
per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability
Insurance shall also include Completed Operations and Product Liability coverages and
eliminate the exclusion with respect to property under the care, custody and control of
Consultant. The General Aggregate Liability limit and the Products/Completed Operations
Liability Aggregate limit shall be in the amount of $2,000,000 each.
9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for
statutory limits as required by applicable State and Federal laws. The policy(ies) must include
Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee,
54
subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this
Agreement who is not covered by Worker’s Compensation insurance.
9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined
single limit for Bodily Injury and Property Damage. Coverage must be af forded on a form
no more restrictive than the latest edition of the Business Automobile Liability policy, without
restrictive endorsements, as filed by the Insurance Service Office, and must include Owned,
Hired, and Non-Owned Vehicles.
9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars
($1,000,000.00) per occurrence, single limit.
9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the
City as an Additional Insured (except with respect to Professional Liability Insurance and
Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and
prior to the execution of this Agreement by City and prior to commencing Services. Each
certificate shall include no less than (30) thirty-day advance written notice to City prior to
cancellation, termination, or material alteration of said policies or insurance. The Consultant shall
be responsible for assuring that the insurance certificates required by this Section remain in full
force and effect for the duration of this Agreement, including any extensions or renewals that may
be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies)
provided, but also shall refer specifically to this Agreement and shall state that such insurance is
as required by this Agreement. The City reserves the right to inspect and return a certified copy
of such policies, upon written request by the City. If a policy is due to expire prior to the
completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30)
calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed
with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the
City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is
subject to approval of the City.
9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s
Compensation Insurance, the City is to be specifically included as an Additional Insured for the
liability of the City resulting from Services performed by or on behalf of the Consultant in
performance of this Agreement. The Consultant’s insurance, including that applicable to the City
as an Additional Insured, shall apply on a primary basis and any other insurance maintained by
the City shall be in excess of and shall not contribute to the Consultant’s insurance. The
Consultant’s insurance shall contain a severability of interest provision providing that, except with
respect to the total limits of liability, the insurance shall apply to each Insured or Additional
Insured (for applicable policies) in the same manner as if separate policies had been issued to each.
9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably
approved by the City. The Consultant shall be responsible for the payment of any deductible or
self-insured retentions in the event of any claim.
9.5. The provisions of this section shall survive termination of this Agreement.
10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any
of its employees or applicants for employment because of their race, color, religion, sex, or national
origin, and to abide by all Federal and State laws regarding nondiscrimination.
11. Attorneys Fees and Waiver of Jury Trial.
55
11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be
entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals,
law clerks and legal assistants, and including fees and expenses charged for representation at both
the trial and all appellate levels.
11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT,
EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND
INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY.
12. Indemnification.
12.1. Consultant shall indemnify and hold harmless the City, its officers, agents and employees,
from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment
or damages, arising from Consultant’s performance or non-performance of any provision of this
Agreement, including, but not limited to, liabilities arising from contracts between the Consultant
and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its
expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any
such claim or investigation and for any judgment or damages arising from Consultant’s
performance or non-performance of this Agreement.
12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall
anything included herein be construed as consent to be sued by third parties in any matter arising
out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes,
as may be amended from time to time.
12.3. The provisions of this section shall survive termination of this Agreement.
13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and
shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified
mail with postage prepaid return receipt requested, or by a private postal service, addressed to the
parties (or their successors) at the addresses listed on the signature page of this Agreement or such other
address as the party may have designated by proper notice.
14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by
the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be
proper exclusively in Miami-Dade County, Florida.
15. Entire Agreement/Modification/Amendment.
15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or
written representations. No representations were made or relied upon by either party, other than
those that are expressly set forth herein.
15.2. No agent, employee, or other representative of either party is empowered to modify or
amend the terms of this Agreement, unless executed with the same formality as this document.
16. Ownership and Access to Records and Audits.
16.1. Consultant acknowledges that all inventions, innovations, improvements, developments,
methods, designs, analyses, drawings, reports, compiled information, and all similar or rel ated
information (whether patentable or not) which relate to Services to the City which are conceived,
56
developed or made by Consultant during the term of this Agreement (“Services Product”) belong
to the City. Consultant shall promptly disclose such Services Product to the City and perform all
actions reasonably requested by the City (whether during or after the term of this Agreement) to
establish and confirm such ownership (including, without limitation, assignments, powers of
attorney and other instruments).
16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control
in connection with Consultant’s performance under this Agreement. The City Manager or her
designee shall, during the term of this Agreement and for a period of three (3) years from the date
of termination of this Agreement, have access to and the right to examine and audit any records of
the Consultant involving transactions related to this Agreement. Consultant additionally agrees
to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall
ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed, except as authorized by law, for the duration of t he
Agreement, and following completion of the Agreement until the records are transferred to the
City.
16.3. Upon request from the City’s custodian of public records, Consultant shall provide the City
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes,
or as otherwise provided by law.
16.4. Unless otherwise provided by law, any and all records, including but not limited to reports,
surveys, and other data and documents provided or created in connection with this Agreement are
and shall remain the property of the City.
16.5. Upon completion of this Agreement or in the event of termination by either party, any and
all public records relating to the Agreement in the possession of the Consultant shall be delivered
by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such
records stored electronically by Consultant shall be delivered to the City in a format that is
compatible with the City’s information technology systems. Once the public records have been
delivered upon completion or termination of this Agreement, the Consultant shall destroy any and
all duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements.
16.6. Any compensation due to Consultant shall be withheld until all records are received as
provided herein.
16.7. Consultant’s failure or refusal to comply with the provisions of this section shall res ult in
the immediate termination of this Agreement by the City.
16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE
CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS.
Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM
57
Mailing address: 6130 Sunset Drive
South Miami, FL 33143
Telephone number: 305-663-6340
Email: NPayne@southmiamifl.gov
17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first
approved by the City Manager. The City is relying upon the apparent qualifications and expertise of
the Consultant, and such firm’s familiarity with the City’s area, circumstances and desires.
18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or
unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term
and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law.
19. Independent Consultant. The Consultant and its employees, volunteers and agents shall be and remain
an independent contractor and not an agent or employee of the City with respect to all of the acts and
services performed by and under the terms of this Agreement. This Agreement shall not in any way be
construed to create a partnership, association or any other kind of joint undertaking, enterprise or
venture between the parties.
20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules,
regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and
in particular shall obtain all required permits from all jurisdictional agencie s to perform the Services
under this Agreement at its own expense.
21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with
respect to any conduct of the other which is in violation of the terms of this Agreemen t shall not be
construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct.
22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the
date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force
and effect unless and until the terms or conditions are completed and shall be fully enforceable by either
party.
23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation,
individual or firm, other than a bona fide employee working solely for the Consultant, any fee,
commission, percentage, gift, or any other consideration, contingent upon or resulting from the award
or making of this Agreement.
24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes
(Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference,
including execution of any required affidavit.
25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be
deemed an original and such counterparts shall constitute one and the same instrument.
26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or
attachments hereto, the terms of this Agreement shall control.
58
27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all
contractors doing business with the City to register with and use the E-Verify system to verify the work
authorization status of all newly hired employees. The City will not enter into a contract unless each
party to the contract registers with and uses the E-Verify system. The contracting entity must provide
its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s
participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-
proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Consultant
acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E -Verify
requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-
Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and
incorporated herein.
[Remainder of page intentionally left blank.
Signature page and E-Verify Affidavit follows.]
59
E-VERIFY AFFIDAVIT
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City
to register with and use the E-Verify system to verify the work authorization status of all newly hired employees.
The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system.
The contracting entity must provide of its proof of enrollment in E -Verify. For instructions on how to provide
proof of the contracting entity’s participation/enrollment in E -Verify, please visit: https://www.e-
verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify
By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will
comply with the E-Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits
from subcontractors.
☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Entity Name:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization,
this day of , 20 , by (name of person)
as (type of authority) for (name
of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
60
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first
stated above.
CITY OF SOUTH MIAMI
By:
Genaro “Chip” Iglesias
City Manager
Attest:
By:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
Approved as to form and legal sufficiency:
By:
Weiss Serota Helfman Cole & Bierman, P.L.
City Attorney
Addresses for Notice:
Genaro “Chip” Iglesias
City of South Miami
Attn: City Manager
6130 Sunset Drive
South Miami, FL 33143
305-668-2510 (telephone)
305-663-6345 (facsimile)
chip@southmiamifl.gov (email)
With a copy to:
Weiss Serota Helfman Cole & Bierman, P.L.
Attn: Lillian Arango, Esq.
City of South Miami Attorney
2800 Ponce de Leon Boulevard, Suite 1200
Coral Gables, FL 33134
larango@wsh-law.com (email)
CONSULTANT
By:
Name:
Title:
Entity:
Addresses for Notice:
(telephone)
(facsimile)
(email)
With a copy to:
(telephone)
(facsimile)
(email)
61
ATTACHMENT B
DECLARATION/AFFIDAVIT OF REPRESENTATION
This affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need
to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28 -14-2206 (c)(9), any person
who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation,
selection, technical review, or similar committee, must list on an affidavit provided by the City staff, all in dividuals
who may make a presentation. The affidavit must be filed by staff with the Clerk's office at the time the committee's
proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the
presentation team, with the exception of any person otherwise required to register as a lobbyist, must not be required
to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has
been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the
City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned, ________________, ma kes the following declaration under
penalties of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents in
connection with Request for Proposals (RFP) No. .
Please note; No person may appear before any committee on behalf of anyone unless he or she has been listed
as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the
Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
NAME TITLE
For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the
exception of any person otherwise required to register as a lobbyist, will not be required to pay any registration fees.
The Affidavit of Representation must be filed with the City Clerk's office at the time the committee's proposal is
submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts st ated in it are true
and specifically that the persons listed above are the members of the presentation team of the entity listed below.
STATE OF FLORIDA )
) ss:
COUNTY OF ________________ )
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization this day of , 20 , by ,
on behalf of . She/He is personally known to
me or has produced as identification.
Notary Public
Print Name
62
END OF DOCUMENT
63
Tabulation Sheet
Agency Name City of South Miami
Bid Number RFP-RFP No. HR2023-07-0-2023/SK
Bid Name INSURANCE BROKERAGE SERVICES
Bid Due Date 05/09/2023 10:00:00 Eastern
Bid Opening Closed
5 responses found.online, offline, not submitting, not received
Company Responded Address Bid Amount Alt Bid Amount Declared
Attributes Documents Sent
Complete
1 .
A&A
Insurance
Services
05/08/2023
17:19:02
Eastern
3771 NW 87th Way,
Coral Springs, FL, 33065 $28000.0000 0.0000
Hispanic
Owned,
Small
Business,
Woman
Owned
Bidding Document
2 .
Florida
League of
Cities, Inc.
05/08/2023
10:09:37
Eastern
125 E Colonial Dr,
Orlando, FL, 32801 $0.0000 0.0000 Bidding Document
3 .
Foundation
Risk
Partners,
Corp
05/09/2023
08:53:21
Eastern
1540 Cornerstone Blvd, Ste 200,
Daytona Beach, FL, 32117 $55000.0000 0.0000 Bidding Document
4 .OneDigital
05/08/2023
18:05:32
Eastern
4901 NW 17 Way,
Suite 403, Fort Lauderdale, FL, 33309 $24000.0000 0.0000 Bidding Document
5 .The Wolfe
Group
05/08/2023
12:31:52
Eastern
7840 SW 86th Street,
Unit 21, Miami, FL, 33143 $42000.0000 0.0000 Bidding Document
64
YEAR MTH ANNUAL MTH ANNUAL MTH ANNUAL MTH ANNUAL MTH ANNUAL
YEAR 1 $2,000.00 $24,000.00 $2,333.33 $28,000.00 $3,500.00 $42,000.00 $4,583.33 $55,000.00 $0.00 $0.00
YEAR 2 $2,000.00 $24,000.00 $2,333.33 $28,000.00 $3,500.00 $42,000.00 $4,583.33 $55,000.00 $0.00 $0.00
YEAR 3 $2,000.00 $24,000.00 $2,333.33 $28,000.00 $3,500.00 $42,000.00 $4,583.33 $55,000.00 $0.00 $0.00
YEAR 4 $2,200.00 $26,400.00 $2,500.00 $30,000.00 $3,500.00 $42,000.00 $4,583.33 $55,000.00 $0.00 $0.00
YEAR 5 $2,200.00 $26,400.00 $2,500.00 $30,000.00 $3,500.00 $42,000.00 $4,583.33 $55,000.00 $0.00 $0.00
5-YEAR
TOTALS $124,800.00 $144,000.00 $210,000.00 $275,000.00
FLA LEAGUE OF CITIESONE DIGITAL WOLFE GROUP
INSURANCE BROKERAGE SERVICES
A & A INSURANCE FOUNDATION RISK
65
66
-.
THE CITY OF PLEASANT LIVING
Evaluation
Scoring Sheet
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305) 663-6339
www .south mi am ifl .gov
RFP Title: INSURANCE BROKERAGE SERVICES
RFP No.: HR2023-07
DIRECTIONS: Please score each firm, for each specific criteria provided . Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by adding each
criteria for a total score by a proposer. The maximum score total score for each proposer is I 00
points .
Criteria
Qualifications/Experience of
the Proposer and Personnel
Includes expertise, experience and
reputation of the Proposer and
key staff, experience with similar
sized municipalities , local office
presence, relationships with
insurance/benefits companies,
references, and other similar
and/or relevant indicators of
qualific ations and experience in
providing the Services .
Maximum 40 Points
Approach and Understanding
of Services Includes general
approach to providing the Services ,
customer service experience and
strategy, data security, sample
2 informational materials , and other
A&A
INS.
relevant and similar indicators of J'u
the Proposer's approach and
understanding of the Services .
Maximum 20 Points
Price Proposal
Includes analysis of proposed
pricing for the Services . Preference
shall be given to Price Proposals
3 based on a fixed annual fee rather
than on a commission-based
compensation structure.
Maximum 40 Points
Total Score: --
FLA.
LEAGUE
OF CITIES
---
Page 1 of 2
FOUNDATION
RISK
Jo
ONE
DIGITAL
WOLFE
GROUP
30
67
Reviewed by: .:S:Vo. \.\ \AA=-~ d.ann ~l 'IAl((J
(Print Name)
~~ Date: tjfC. {3-m's
gn ature)
Page 2 of 2
68
Tl IE CI TY OF PLEASANT LIVING
RFP Title:
RFP No.:
Evaluation
Scoring Sheet
Procurement Divisi o n
6130 Sunset Drive
South Miami, Fl o rida 33 143
(3 0 5) 663 -6339
www.southmiamifl.gov
INSURANCE BROKERAGE SERVICES
HR2023-07
D IRECTIONS: Please score each firm, for each s p ecific criteria provided. Scoring is based on each criteria listed
bel o w with a maximum sco re for each criteria. The total sco re for each proposer is calcu late d b y adding each
criteria for a total score by a proposer. The maximum score total score for each proposer is I 00
points.
Criteria
Qualifications/Experience of
the Proposer and Personnel
Includes expertise, experience and
reputation of the Proposer and
key staff, experience w ith sim ilar
sized municipalities, lo cal office
presence, r e lationships with
insurance/benefits compan ies,
references, and other sim ilar
and/or relevant indicators of
qualific a tions and experience in
providing the Services .
Maximum 40 Points
Approach and Understanding
of Services Includes general
approach to providing the Services ,
customer service experience and
strategy, data security, sample
2 informa t ional materials, and other
relevant and similar indi cators of
the Proposer's approach and
understanding of the Services.
Maximum 20 Points
Price Proposal
Includes ana lys is of proposed
pricing for the Services. Preference
shal l be given to Price Proposa ls
3 based o n a fixed annual fee rather
than on a commission -based
compensation structu r e .
Maximum 40 Points
Total Score:
A&A FLA. FOUNDATION ONE WOLFE
INS. LEAGUE RISK DIGITAL GROUP OF CITIES
oB 3 4 30
,;;i...D ,'JD B
YO
Page 1 of 2
69
Reviewed by: .SW<\Q{\~C\ ~% -Lc:,~1.. ---~---=-...;-c----;-p~~---Date: S ,Ir 4? ~ 3
(Print Name}J c:::fs'i~
Page 2 of 2
70
Tl IE CITY or PLEAS ANT LIV ING
Evaluation
Scoring Sheet
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305) 663-6339
www.southmiamifl .gov
RFP Title: INSURANCE BROKERAGE SERVICES
RFP No.: HR2023-07
DIRECTIONS: Please score each firm, for each specific criteria provided . Scoring is based on each criteria listed
below with a maximum score for each criteria. The total score for each proposer is calculated by adding each
criteria for a total score by a proposer. The maximum score total score for each proposer is I 00
points.
Criteria
Qualifications/Experience of
the Proposer and Personnel
Includes expertise, experience and
reputation of the Proposer and
key staff, experience with similar
sized municipalities, local office
presence, relationships with
insurance/benefits companies,
references, and other similar
A&A
INS.
and/or relevant indicators of
qualifications and experience in ~ V
providing the Services.
Maximum 40 Points
Approach and Understanding
of Services Includes general
approach to providing the Services,
customer service experience and
strategy, data security, sample
2 informational materials, and other
relevant and similar indicators of
the Proposer's approach and
understanding of the Services.
Maximum 20 Points
Price Proposal
Includes analysis of proposed
pricing for the Services. Preference
shall be given to Price Proposals lfO
3 based on a fixed annual fee rather
than on a commission-based
compensation structure.
Maximum 40 Points
Total Score: -
FLA.
LEAGUE
OF CITIES
Page 1 of 2
FOUNDATION
RISK
ONE
DIGITAL
WOLFE
GROUP
71
Page 2 of 2
Member Name City of South Miami
Bid Number RFP-RFP No. HR2023-07-0-2023/SK
Bid Name INSURANCE BROKERAGE SERVICES
14 Planholder(s) found
445 NOTIFIED
SupplierName FullName Address1 City State PostaL
Declared
Attribute
A&A Insurance Services Ana Roque3771 NW 87th Way Coral Springs FL 33065
Hispanic
Owned,
Brown & Brown Samantha Graveline6741 Freedom Street Hollywood FL 33024
Florida League of Cities, Inc.Melissa SolisPO Box 1757 Tallahassee FL 32302
Foundation Risk Partners,
Corp David Lodwick613 Elk River Dr.Daytona Beach FL 32174
Gehring Group Cindy Thompson
3500 Kyoto Gardens
Ave.
Palm Beach
Gardens FL 33410
MassMutual/DBS Financial
Group Veronica Strauss
1000 Corporate Drive
suite 700
hallandale
beach FL 33334
MetLife Bill Lamb
830 Crescent Center
Drive Franklin TN 37067
OneDigital Rick Magill4901 NW 17 Way Ft Lauderdale FL 33309
Onvia, Inc. - Content
Department Content Source Management
509 Olive Way, Suite
400 Seattle WA 98101
Public Risk Insurance
Agency (PRIA)Robin Russell1186 Balfour Drive Deltona FL 32725
Risk Strategies Company paul aguirre12073 sw 125th Miami FL 33186
SBAA Contracting LLC Alfredo Bracho 9028 dowden rd Orlando FL 32827
Hispanic
Owned,
The Wolfe Group Christopher Wolfe7840 SW 86th Street Miami FL 33143
William T Rhodes William Rhodes15385 S Dixie Hwy Miami FL 33157
2 Document(s) found for this bid
72
5/16/23, 12:16 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=AAINSUR…1/2
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Profit Corporation
A & A INSURANCE SERVICES, INC.
Filing Information
P99000030261
65-0907804
04/01/1999
FL
ACTIVE
CANCEL ADM DISS/REV
09/29/2003
NONE
Principal Address
3771 NW 87th Way
Coral Springs, FL 33065
Changed: 02/01/2022
Mailing Address
3771 NW 87th Way
Coral Springs, FL 33065
Changed: 02/01/2022
Registered Agent Name & Address
ROQUE, ANA E
3771 NW 87th Way
Coral Springs, FL 33065
Address Changed: 03/15/2021
Officer/Director Detail
Name & Address
Title P
ROQUE, ANA E
3771 NW 87th Way
Coral Springs, FL 33065
D C Florida Department of State
73
5/16/23, 12:16 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=AAINSUR…2/2
Annual Reports
Report Year Filed Date
2021 03/15/2021
2022 02/01/2022
2023 03/13/2023
Document Images
03/13/2023 -- ANNUAL REPORT View image in PDF format
02/01/2022 -- ANNUAL REPORT View image in PDF format
03/15/2021 -- ANNUAL REPORT View image in PDF format
04/27/2020 -- ANNUAL REPORT View image in PDF format
04/05/2019 -- ANNUAL REPORT View image in PDF format
01/30/2018 -- ANNUAL REPORT View image in PDF format
09/18/2017 -- AMENDED ANNUAL REPORT View image in PDF format
01/19/2017 -- ANNUAL REPORT View image in PDF format
03/28/2016 -- ANNUAL REPORT View image in PDF format
02/23/2015 -- ANNUAL REPORT View image in PDF format
03/31/2014 -- ANNUAL REPORT View image in PDF format
04/15/2013 -- ANNUAL REPORT View image in PDF format
03/21/2012 -- ANNUAL REPORT View image in PDF format
01/07/2012 -- ANNUAL REPORT View image in PDF format
03/16/2011 -- ANNUAL REPORT View image in PDF format
04/01/2010 -- ANNUAL REPORT View image in PDF format
04/22/2009 -- ANNUAL REPORT View image in PDF format
03/08/2008 -- ANNUAL REPORT View image in PDF format
04/17/2007 -- ANNUAL REPORT View image in PDF format
05/03/2006 -- ANNUAL REPORT View image in PDF format
01/24/2005 -- ANNUAL REPORT View image in PDF format
02/16/2004 -- ANNUAL REPORT View image in PDF format
09/29/2003 -- REINSTATEMENT View image in PDF format
03/16/2000 -- ANNUAL REPORT View image in PDF format
04/01/1999 -- Domestic Profit View image in PDF format
Florida Department of State, Division of Corporations
74
3771 NW 87TH WAY
CORAL SPRINGS, FL 33065
Current Principal Place of Business:
Current Mailing Address:
3771 NW 87TH WAY
CORAL SPRINGS, FL 33065 US
Entity Name: A & A INSURANCE SERVICES, INC.
DOCUMENT# P99000030261
FEI Number: 65-0907804 Certificate of Status Desired:
Name and Address of Current Registered Agent:
ROQUE, ANA E
3771 NW 87TH WAY
CORAL SPRINGS, FL 33065 US
The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida.
SIGNATURE:
Electronic Signature of Registered Agent Date
Officer/Director Detail :
I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under
oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears
above, or on an attachment with all other like empowered.
SIGNATURE:
Electronic Signature of Signing Officer/Director Detail Date
FILED
Mar 13, 2023
Secretary of State
7920874995CC
ANA E. ROQUE PRESIDENT 03/13/2023
2023 FLORIDA PROFIT CORPORATION ANNUAL REPORT
No
Title P
Name ROQUE, ANA E
Address 3771 NW 87TH WAY
City-State-Zip:CORAL SPRINGS FL 33065
75
Proposal to City of
South Miami
RFPNo. HR2023-07
For
Insurance Brokerage Services
Presented By:
A&A Insurance Services Inc.Tel. (954) 993-4070
Fax. (754) 229-2329
ana@anainsuranceservices.com
www.anainsuranceservices.com
3771 NW 87
th Way
Coral Springs, FL33065
on:
May 9, 2023
1
76
2
April 21, 2023
Mr. Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami FL 33143
Dear Sir,
It is truly my pleasure and honor to submit this RFP to the City of South Miami. We have reviewed
your RFP terms and requirements and are confident we can fulfill all your required terms in relation
to our company and its services we provide, while upholding the compliance standards requested by
the City of South Miami.
We understand the daily challenges of the HR Department in ensuring that employee benefits are
provided with simplicity and efficiency. We are committed to providing the best solutions that meet
the needs of your municipality along with your valued employees.
It is our highest priority that personalized service, along with accuracy and responsiveness is
imperative in a business partnership. The bottom line is that our business is nothing without our
valued clients. Again, we are confident that we can not only tailor a right benefits program
specifically for the employees of the City of South Miami, but we can deliver the services that they
deserve and expect.
We are not your typical insurance brokers that you can only reach during business hours we
always ensure we are responsive and resolve any claims issues in a timely fashion. You can
reach me directly anytime for any reason, and I will take your call or respond to your email.
Should we be fortunate enough to be awarded as your insurance broker, we will ensure that you won’t
be disappointed.
Thank you,
Ana Roque
President
A&A Insurance Services Inc.
2
77
TABLE OF CONTENTS
Page
1
Cover Letter
2
Executive Summary Letter
3
Table of Contents
4-5
Form 1: Proposal Form Package Acknowledgement
6
Form 2A: Proposer’s Certification (Corporation)
7-13
Form 3: Single Execution Affidavits
14
Form 4: Dispute Disclosure
15
Form 5: Certification regarding Debarment, Suspension, & other responsibility
matters Primary Covered Transactions
16-19
Form 6: Proposer’s Qualifications Survey
20
Form 7: Bid Form
21-22
Form 8: Reference List #1 and Letter (Town of Miami Lakes)
23-24
Reference List #2 and Letter ( City of Lauderhill)
25-26
Reference List #3 and Letter ( CSPI Technology Services)
27
Reference List #4
28
Price Proposal
29
Proof of Experience
30-31
Proposer’s Qualifications
32-36
Insurance Certification ( 215 Life/Health License)
37
Insurance Certification ( Business Agency)
38
Insurance Certification (E&O Insurance)
39
Approach and Understanding of Services
40
Overview of Benefits provided by A&A Insurance Services Inc. Flyer
41
A&A Insurance Services, Inc. Business Card
3
78
4
79
5
80
6
81
7
82
8
83
9
84
10
85
11
86
12
87
13
88
14
89
15
90
16
91
17
92
18
93
19
94
20
95
21
FORM 8
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
PROPOSER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #1
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 100 Employees / 30K Residents/
6 1/2 square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for health insurance services since 2013.
Is the Contract still Active? Yes No
Town of Miami Lakes
Cynthia Alejo
Human Resources Specialist
305-364-6100 alejoc@miamilakes-fl.gov
96
22
97
23
REFERENCE #2
Public Entity Name:
Reference Contact Person/Title/Department: Ercilia Krempler
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 500+ Employess/75K residents/
8.5 Square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for the supplemental Benefits - AFLAC-
Since1999.
Is the Contract still Active? Yes No
City of Lauderhill
954-730-3097 Ekrempler@Lauderhill-fl.gov
Human Resources Director
98
24
99
25
REFERENCE #3
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 120 Employees
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for Medical, Dental, Vison, and Aflac for
over 15yrs.
Is the Contract still Active? Yes No
CSPI Technology Solutions
Christina Luis
Human Resources Manager
954-571-4664 christina.luis@cspi.com
100
1182 East Newport Center Drive
Deerfield Beach, FL 33442 USA
www.cspi.com
NASDAQ: CSPI
April 20, 2023
To whom it may concern,
We have had the pleasure of working with A&A Insurance Services Inc for over 15 years; with them
providing us with insurance benefits for our company and its employees. Ana and her team have
always tailored our insurance benefits program to meet the needs and expectations of both our
company and of our employees.
A&A insurance services are a true testament of what superior customer service entails. They are
always very responsive and follow up to make sure that everything is in order. Along with Ana and her
team’s friendliness and commitment towards their clients, I would highly recommend A&A Insurance
Services Inc to others without hesitation.
I can be reached at (954) 571-4664. Should you like to speak more concerning this recommendation
letter.
Thank you,
Christina Luis
HR Manager
CSPi Technology Solutions
1182 East Newport Center Drive
Deerfield Beach, FL 33442
christina.luis@cspi.com
www.cspitechsolutions.com
NASDAQ: CSPI
26
101
27
REFERENCE #4
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 100 Employees
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for medical, health, and supplemental
benefits since 2005.
Is the Contract still Active? Yes No
Creative Engineering Group, Inc.
786-362-6626 devi@cegroupfl.com
Devi Thurmmal
Comptroller Human Resources
102
28
PRICE PROPOSAL
To: City of South Miami
Thank you for allowing us the opportunity to bid on the City of
South Miami Insurance benefits program.
We are willing to enter into your first 3-year contract with an annual
amount of $28,000 and thereafter in year 4 and 5 an annual fee of
$30,000. We would also get compensated from the insurance
carriers on voluntary products.
We are open and willing to negotiating this compensation, if need
be, we want to be partners with the City of South Miami and bring
you the best savings that we can possibly get you. We work very
hard at negotiating and obtaining the best rates possible. Our
priority is to always be there to service your account with an
ongoing hands-on approach.
As you are aware the carriers have reserved the right to increase
the rates annually. Again, A&A Insurance Services, Inc. is
committed to advocating in reducing any increase given, to get
you a better rate.
Thank you,
Ana Roque
President
A&A Insurance Services, Inc.
103
29
PROOF OF EXPERIENCE
A&A Insurance Services Inc. has been Agent of Record with the municipalities of
Town of Miami Lakes and the City of Lauderhill.
We have continuously been the insurance broker of the Town of Miami Lakes
since 2013. The Town of Miami Lakes has a population of 30K residents and
employs 100 employees.
We have also been the insurance broker for the City of Lauderhill for over 20
years. The City of Lauderhill has a population of 75K residents, and they employ
over 500 employees.
Our keys to success in maintaining these municipalities and our 20 private sector
groups are built on delivering ongoing communication, trust, and follow through.
We are very excited of being considered for the City of South Miami’s Insurance
Brokerage Services role. We are confident that we will provide the skills,
knowledge, and expertise needed for a long‐term business partnership.
Thank you,
Ana Roque
President
A&A Insurance Services, Inc.
104
30
Proposer's Qualifications
A&A Insurance Services Inc., established since 1999 represents over 24 years of
experience with large municipalities and companies in the Tri–County area into
Central Florida servicing our clients.
Our agency works with over 20 major insurance carriers.
The agency principals, Ana Roque and Cora Journey bring together over 40
years' experience in Employee Benefits.
Ana Roque worked as a Group Representative for Humana and for Care Florida.
In 1996 she went to work for AFLAC and within a few years was promoted to
District Manager and then opened her own agency and has been in business
now over 24 years.
Cora Journey has over 20 years in the health insurance field, she dedicates
herself in working for the best interest of our clients.
Geovanny Encarnacion has over 10 years of insurance experience and he
dedicates himself in open enrollment meetings and servicing our clients.
We have been long standing members of the National Association of Health
Underwriters and are active in our local chapter.
A&A Insurance Services prides itself in bringing the best options and
negotiated rates with our carriers for our groups.
30
105
Account Servicing Team
For all matters concerning your account:
Ana Roque
President and CEO
ana@anainsuranceservices.com
Phone: (954) 933-4070
Cora Journey
Vice President
cora@anainsuranceservices.com
Phone: (954) 588-0029
Geovanny Encarnacion
geo@anainsuranceservices.com
New Business Manager
Phone: (954)297-7885
Ariana Roque
Wellness Director
Ariana@anainsuranceservices.com
Phone: (954) 821-7201
ElisaRojas
Administrative Assistant/Sales Rep
elisa@anainsuranceservices.com
Phone: (954) 249-3032 31
106
Certifications and Licensing
Jimmy Patronis
Chief Financial Officer
Stateof Florida
Please Note:
A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile accountat
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
FLORIDADEPARTMENT OF FINANCIALSERVICES
ANAEROQUE
License Number: A225553
Issue Date
04/16/1994
01/27/1998
Resident Insurance License
l 0240 - HEALTH
l 0218 - LIFE & HEALTH
32
107
33
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : A311446
CORA IVELISE JOURNEY
Issue DateResident Insurance License
0214 - LIFE INCL VARIABLE ANNUITY 10/08/2021
0240 - HEALTH 01/12/1999
Certifications and Licensing
108
34
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : W152859
GEOVANNY FRANCISCO ENCARNACION
Issue DateResident Insurance License
0215 - LIFE INCL VAR ANNUITY & HEALTH 08/06/2013
Certifications and Licensing
109
35
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : W237614
ARIANA VIOLET ROQUE
Issue DateResident Insurance License
0215 - LIFE INCL VAR ANNUITY & HEALTH 01/16/2015
Certifications and Licensing
110
36
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : A224810
ELISA FRANSISCA ROJAS
Issue DateResident Insurance License
0240 - HEALTH 08/31/2021
0214 - LIFE INCL VARIABLE ANNUITY 08/31/2021
Certifications and Licensing
111
Certifications and Licensing
37
112
Certifications and Licensing
38
113
39
114
40
115
41
116
PROFESSIONAL SERVICES AGREEMENT
BETWEEN
THE CITY OF SOUTH MIAMI
AND
A & A Insurance Services, Inc.
THIS AGREEMENT (this “Agreement”) is made effective as of the 6 day of June, 2023 (the
“Effective Date”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (hereinafter
the “City”), and A & A Insurance, Inc. (hereinafter, the “Consultant”).
WHEREAS, the City requires insurance brokerage services for the City’s Employee Insurance Benefits
Plans Program; and
WHEREAS, the Consultant will perform services on behalf of the City, all as further set forth in the
Proposal dated May 9, 2023, attached hereto as Exhibit “A” (the “Services”); and
WHEREAS, the Consultant and City, through mutual negotiation, have agreed upon a fee for the Services;
and
WHEREAS, the City desires to engage the Consultant to perform the Services and provide t he deliverables
as specified below.
NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the
Consultant and the City agree as follows:
1. Scope of Services.
1.1. Consultant shall provide the Services set forth in the Proposal attached hereto as Exhibit “A” and
incorporated herein by reference (the “Services”). Consultant shall assign the key staff member(s) identified
in Exhibit “A” to serve as the primary point(s) of contact with the City in connection with the provision of
the Services. Assignment of key staff member(s) is subject to the final approval of the City Manager.
Consultant shall not reassign or remove the key staff member(s) as the main point(s) of contact with the City
without the prior written approval of the City Manager. Consultant shall provide the City at least fourteen
(14) days’ notice of its intent to reassign or remove the key staff member(s) as the City’s main point(s) of
contact.
1.2. Consultant shall furnish all reports, documents, and information obtained pursuant to this
Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”)
to the City.
2. Term/Commencement Date.
2.1. The term of this Agreement shall be from the Effective Date through three (3) years thereafter,
unless earlier terminated in accordance with Paragraph 8. Additionally, the City Manager may
renew this Agreement for two (2) additional one-year periods on the same terms as set forth herein
upon written notice to the Consultant.
2.2. Consultant agrees that time is of the essence and Consultant shall complete the Services within the
term of this Agreement, unless extended by the City Manager.
3. Compensation and Payment.
117
3.1. Compensation for Services provided by Consultant shall be in accordance with the Price Proposal
attached hereto as Exhibit “B.” Consultant shall be compensated a flat rate lump sum fee in the
amount of $2,333.00 per month for years one (1) through three (3) and $2,500.00 per month
for years four (4) and five (5).
3.2. Consultant shall deliver an invoice to City no more often than once per month detailing Services
completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each
month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed
for each task invoiced. The City shall pay the Consultant in accordance with the Florida Prompt
Payment Act after approval and acceptance of the Services by the City Manager.
4. Subconsultants.
4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain
responsibility for all work related to the Services.
4.2. Consultant may only utilize the services of a particular subconsultant with the prior written
approval of the City Manager, which approval may be granted or withheld in the City Manager’s
sole and absolute discretion.
5. City’s Responsibilities.
5.1. City shall make available any maps, plans, existing studies, reports, staff and representatives, and
other data pertinent to the Services and in possession of the City, and provide criteria requested by
Consultant to assist Consultant in performing the Services.
5.2. Upon Consultant’s request, City shall reasonably cooperate in arranging access to public
information that may be required for Consultant to perform the Services.
6. Consultant’s Responsibilities; Representations and Warranties.
6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of
the Services as is ordinarily provided by a consultant under similar circumstances. If at any time
during the term of this Agreement or within two (2) years from the completion of this Agreement,
it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered,
defective, or fail to conform to City requests, the Consultant shall at Consultant’s sole expense,
immediately correct its Deliverables or Services.
6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it
shall maintain in good standing all required licenses, certifications and permits required under Federal,
State and local laws applicable to and necessary to perform the Services for City as an independent
contractor of the City. Consultant further warrants and represents that it has the required
knowledge, expertise, and experience to perform the Services and carry out its obligations under
this Agreement in a professional and first class manner.
6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of
Florida. The execution, delivery and performance of this Agreement by Consultant have been
duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant
in accordance with its terms. No consent of any other person or entity to such execution, delivery
and performance is required.
118
7. Conflict of Interest.
7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of
this Agreement, provide any consulting services to any private sector entities (developers,
corporations, real estate investors, etc.), with any current, or foreseeable, adversar ial issues in the
City.
8. Termination.
8.1. The City Manager, without cause, may terminate this Agreement upon five (5) calendar days
written notice to the Consultant, or immediately with cause.
8.2. Upon receipt of the City's written notice of termination, Consultant shall immediately stop work
on the project unless directed otherwise by the City Manager.
8.3. In the event of termination by the City, the Consultant shall be paid for all work accepted by the
City Manager up to the date of termination, provided that the Consultant has first complied with
the provisions of Paragraph 8.4.
8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and
data pertaining to the Services and the project to the City, in a hard copy and electronic format
within fourteen (14) days from the date of the written notice of termination or the date of expiration
of this Agreement.
9. Insurance.
9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such
types and in such amounts not less than those specified below as satisfactory to City, naming the
City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and
qualified to do business in the State of Florida. The insurance coverage shall be primary insurance
with respect to the City, its officials, employees, agents, and volunteers naming the City as
additional insured. Any insurance maintained by the City shall be in excess of the Consultant’s
insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall
include at a minimum the amounts set forth in this section and may be increased by the City as it
deems necessary or prudent.
9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000
per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability
Insurance shall also include Completed Operations and Product Liability coverages and
eliminate the exclusion with respect to property under the care, custody and control of
Consultant. The General Aggregate Liability limit and the Products/Completed Operations
Liability Aggregate limit shall be in the amount of $2,000,000 each.
9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for
statutory limits as required by applicable State and Federal laws. The policy(ies) must include
Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee,
subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this
Agreement who is not covered by Worker’s Compensation insurance.
9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined
single limit for Bodily Injury and Property Damage. Coverage must be af forded on a form
119
no more restrictive than the latest edition of the Business Automobile Liability policy, without
restrictive endorsements, as filed by the Insurance Service Office, and must include Owned,
Hired, and Non-Owned Vehicles.
9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars
($1,000,000.00) per occurrence, single limit.
9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the
City as an Additional Insured (except with respect to Professional Liability Insurance and
Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and
prior to the execution of this Agreement by City and prior to commencing Services. Each
certificate shall include no less than (30) thirty-day advance written notice to City prior to
cancellation, termination, or material alteration of said policies or insurance. The Consultant shall
be responsible for assuring that the insurance certificates required by this Section remain in full
force and effect for the duration of this Agreement, including any extensions or renewals that may
be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies)
provided, but also shall refer specifically to this Agreement and shall state that such insurance is
as required by this Agreement. The City reserves the right to inspect and return a certified copy
of such policies, upon written request by the City. If a policy is due to expire prior to the
completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30)
calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed
with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the
City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is
subject to approval of the City.
9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s
Compensation Insurance, the City is to be specifically included as an Additional Insured for the
liability of the City resulting from Services performed by or on behalf of the Consultant in
performance of this Agreement. The Consultant’s insurance, including that applicable to the City
as an Additional Insured, shall apply on a primary basis and any other insurance maintained by
the City shall be in excess of and shall not contribute to the Consultant’s insurance. The
Consultant’s insurance shall contain a severability of interest provision providing that, except with
respect to the total limits of liability, the insurance shall apply to each Insured or Additional
Insured (for applicable policies) in the same manner as if separate policies had been issued to each.
9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably
approved by the City. The Consultant shall be responsible for the payment of any deductible or
self-insured retentions in the event of any claim.
9.5. The provisions of this section shall survive termination of this Agreement.
10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any
of its employees or applicants for employment because of their race, color, religion, sex, or national
origin, and to abide by all Federal and State laws regarding nondiscrimination.
11. Attorneys Fees and Waiver of Jury Trial.
11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be
entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals,
law clerks and legal assistants, and including fees and expenses charged for representation at both
the trial and all appellate levels.
120
11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT,
EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND
INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY.
12. Indemnification.
12.1. Consultant shall indemnify and hold harmless the City, its officers, agents and employees,
from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment
or damages, arising from Consultant’s performance or non-performance of any provision of this
Agreement, including, but not limited to, liabilities arising from contracts between the Consultant
and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its
expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any
such claim or investigation and for any judgment or damages arising from Consultant’s
performance or non-performance of this Agreement.
12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall
anything included herein be construed as consent to be sued by third parties in any matter arising
out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes,
as may be amended from time to time.
12.3. The provisions of this section shall survive termination of this Agreement.
13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and
shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified
mail with postage prepaid return receipt requested, or by a private postal service, addressed to the
parties (or their successors) at the addresses listed on the signature page of this Agreement or such other
address as the party may have designated by proper notice.
14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by
the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be
proper exclusively in Miami-Dade County, Florida.
15. Entire Agreement/Modification/Amendment.
15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or
written representations. No representations were made or relied upon by either party, other than
those that are expressly set forth herein.
15.2. No agent, employee, or other representative of either party is empowered to modify or
amend the terms of this Agreement, unless executed with the same formality as this document.
16. Ownership and Access to Records and Audits.
16.1. Consultant acknowledges that all inventions, innovations, improvements, developments,
methods, designs, analyses, drawings, reports, compiled information, and all similar or rel ated
information (whether patentable or not) which relate to Services to the City which are conceived,
developed or made by Consultant during the term of this Agreement (“Services Product”) belong
to the City. Consultant shall promptly disclose such Services Product to the City and perform all
actions reasonably requested by the City (whether during or after the term of this Agreement) to
establish and confirm such ownership (including, without limitation, assignments, powers of
attorney and other instruments).
121
16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control
in connection with Consultant’s performance under this Agreement. The City Manager or her
designee shall, during the term of this Agreement and for a period of three (3) years from the date
of termination of this Agreement, have access to and the right to examine and audit any records of
the Consultant involving transactions related to this Agreement. Consultant additionally agrees
to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall
ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed, except as authorized by law, for the duration of t he
Agreement, and following completion of the Agreement until the records are transferred to the
City.
16.3. Upon request from the City’s custodian of public records, Consultant shall provide the City
with a copy of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided by Chapter 119, Florida Statutes,
or as otherwise provided by law.
16.4. Unless otherwise provided by law, any and all records, including but not limited to reports,
surveys, and other data and documents provided or created in connection with this Agreement are
and shall remain the property of the City.
16.5. Upon completion of this Agreement or in the event of termination by either party, any and
all public records relating to the Agreement in the possession of the Consultant shall be delivered
by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such
records stored electronically by Consultant shall be delivered to the City in a format that is
compatible with the City’s information technology systems. Once the public records have been
delivered upon completion or termination of this Agreement, the Consultant shall destroy any and
all duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements.
16.6. Any compensation due to Consultant shall be withheld until all records are received as
provided herein.
16.7. Consultant’s failure or refusal to comply with the provisions of this section shall res ult in
the immediate termination of this Agreement by the City.
16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE
CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS.
Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM
Mailing address: 6130 Sunset Drive
South Miami, FL 33143
Telephone number: 305-663-6340
Email: NPayne@southmiamifl.gov
122
17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first
approved by the City Manager. The City is relying upon the apparent qualifications and expertise of
the Consultant, and such firm’s familiarity with the City’s area, circumstances and desires.
18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or
unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term
and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law.
19. Independent Consultant. The Consultant and its employees, volunteers and agents shall be and remain
an independent contractor and not an agent or employee of the City with respect to all of the acts and
services performed by and under the terms of this Agreement. This Agreement shall not in any way be
construed to create a partnership, association or any other kind of joint undertaking, enterprise or
venture between the parties.
20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules,
regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and
in particular shall obtain all required permits from all jurisdictional agencie s to perform the Services
under this Agreement at its own expense.
21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with
respect to any conduct of the other which is in violation of the terms of this Agreemen t shall not be
construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct.
22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the
date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force
and effect unless and until the terms or conditions are completed and shall be fully enforceable by either
party.
23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation,
individual or firm, other than a bona fide employee working solely for the Consultant, any fee,
commission, percentage, gift, or any other consideration, contingent upon or resulting from the award
or making of this Agreement.
24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes
(Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference,
including execution of any required affidavit.
25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be
deemed an original and such counterparts shall constitute one and the same instrument.
26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or
attachments hereto, the terms of this Agreement shall control.
27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all
contractors doing business with the City to register with and use the E-Verify system to verify the work
authorization status of all newly hired employees. The City will not enter into a contract unless each
party to the contract registers with and uses the E-Verify system. The contracting entity must provide
its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s
123
participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-
proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Consultant
acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E -Verify
requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-
Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and
incorporated herein.
[Remainder of page intentionally left blank.
Signature page and E-Verify Affidavit follows.]
124
E-VERIFY AFFIDAVIT
In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City
to register with and use the E-Verify system to verify the work authorization status of all newly hired employees.
The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system.
The contracting entity must provide of its proof of enrollment in E -Verify. For instructions on how to provide
proof of the contracting entity’s participation/enrollment in E -Verify, please visit: https://www.e-
verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify
By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will
comply with the E-Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits
from subcontractors.
☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Entity Name:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization,
this day of , 20 , by (name of person)
as (type of authority) for (name
of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification: )
Did take an oath; or
Did not take an oath
125
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first
stated above.
CITY OF SOUTH MIAMI
By:
Genaro “Chip” Iglesias
City Manager
Attest:
By:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
Approved as to form and legal sufficiency:
By:
Weiss Serota Helfman Cole & Bierman, P.L.
City Attorney
Addresses for Notice:
Genaro “Chip” Iglesias
City of South Miami
Attn: City Manager
6130 Sunset Drive
South Miami, FL 33143
305-668-2510 (telephone)
305-663-6345 (facsimile)
chip@southmiamifl.gov (email)
With a copy to:
Weiss Serota Helfman Cole & Bierman, P.L.
Attn: Lillian Arango, Esq.
City of South Miami Attorney
2800 Ponce de Leon Boulevard, Suite 1200
Coral Gables, FL 33134
larango@wsh-law.com (email)
CONSULTANT
By:
Name:
Title:
Entity:
Addresses for Notice:
(telephone)
(facsimile)
(email)
With a copy to:
(telephone)
(facsimile)
(email)
126
ATTACHMENT B
DECLARATION/AFFIDAVIT OF REPRESENTATION
This affidavit is not required for compliance with the City’s Solicitation; however, it may be used to avoid the need
to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28 -14-2206 (c)(9), any person
who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation,
selection, technical review, or similar committee, must list on an affidavit provided by the City staff, all in dividuals
who may make a presentation. The affidavit must be filed by staff with the Clerk's office at the time the committee's
proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the
presentation team, with the exception of any person otherwise required to register as a lobbyist, must not be required
to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has
been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the
City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned, ________________, ma kes the following declaration under
penalties of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents in
connection with Request for Proposals (RFP) No. .
Please note; No person may appear before any committee on behalf of anyone unless he or she has been listed
as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the
Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
NAME TITLE
For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the
exception of any person otherwise required to register as a lobbyist, will not be required to pay any registration fees.
The Affidavit of Representation must be filed with the City Clerk's office at the time the committee's proposal is
submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts st ated in it are true
and specifically that the persons listed above are the members of the presentation team of the entity listed below.
STATE OF FLORIDA )
) ss:
COUNTY OF ________________ )
The foregoing instrument was acknowledged before me by means of physical presence or online
notarization this day of , 20 , by ,
on behalf of . She/He is personally known to
me or has produced as identification.
Notary Public
Print Name
127
Exhibit “A”
PROFESSIONAL SERVICES AGREEMENT
PROPOSAL:
A & A Insurance Services, Inc
128
Proposal to City of
South Miami
RFPNo. HR2023-07
For
Insurance Brokerage Services
Presented By:
A&A Insurance Services Inc.Tel. (954) 993-4070
Fax. (754) 229-2329
ana@anainsuranceservices.com
www.anainsuranceservices.com
3771 NW 87
th Way
Coral Springs, FL33065
on:
May 9, 2023
1
129
2
April 21, 2023
Mr. Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami FL 33143
Dear Sir,
It is truly my pleasure and honor to submit this RFP to the City of South Miami. We have reviewed
your RFP terms and requirements and are confident we can fulfill all your required terms in relation
to our company and its services we provide, while upholding the compliance standards requested by
the City of South Miami.
We understand the daily challenges of the HR Department in ensuring that employee benefits are
provided with simplicity and efficiency. We are committed to providing the best solutions that meet
the needs of your municipality along with your valued employees.
It is our highest priority that personalized service, along with accuracy and responsiveness is
imperative in a business partnership. The bottom line is that our business is nothing without our
valued clients. Again, we are confident that we can not only tailor a right benefits program
specifically for the employees of the City of South Miami, but we can deliver the services that they
deserve and expect.
We are not your typical insurance brokers that you can only reach during business hours we
always ensure we are responsive and resolve any claims issues in a timely fashion. You can
reach me directly anytime for any reason, and I will take your call or respond to your email.
Should we be fortunate enough to be awarded as your insurance broker, we will ensure that you won’t
be disappointed.
Thank you,
Ana Roque
President
A&A Insurance Services Inc.
2
130
TABLE OF CONTENTS
Page
1
Cover Letter
2
Executive Summary Letter
3
Table of Contents
4-5
Form 1: Proposal Form Package Acknowledgement
6
Form 2A: Proposer’s Certification (Corporation)
7-13
Form 3: Single Execution Affidavits
14
Form 4: Dispute Disclosure
15
Form 5: Certification regarding Debarment, Suspension, & other responsibility
matters Primary Covered Transactions
16-19
Form 6: Proposer’s Qualifications Survey
20
Form 7: Bid Form
21-22
Form 8: Reference List #1 and Letter (Town of Miami Lakes)
23-24
Reference List #2 and Letter ( City of Lauderhill)
25-26
Reference List #3 and Letter ( CSPI Technology Services)
27
Reference List #4
28
Price Proposal
29
Proof of Experience
30-31
Proposer’s Qualifications
32-36
Insurance Certification ( 215 Life/Health License)
37
Insurance Certification ( Business Agency)
38
Insurance Certification (E&O Insurance)
39
Approach and Understanding of Services
40
Overview of Benefits provided by A&A Insurance Services Inc. Flyer
41
A&A Insurance Services, Inc. Business Card
3
131
4
132
5
133
6
134
7
135
8
136
9
137
10
138
11
139
12
140
13
141
14
142
15
143
16
144
17
145
18
146
19
147
20
148
21
FORM 8
REFERENCE LIST
IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM,
PROPOSER SHALL PROVIDE A MINIMUM OF THREE REFERENCE LETTERS.
REFERENCE #1
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 100 Employees / 30K Residents/
6 1/2 square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for health insurance services since 2013.
Is the Contract still Active? Yes No
Town of Miami Lakes
Cynthia Alejo
Human Resources Specialist
305-364-6100 alejoc@miamilakes-fl.gov
149
22
150
23
REFERENCE #2
Public Entity Name:
Reference Contact Person/Title/Department: Ercilia Krempler
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 500+ Employess/75K residents/
8.5 Square mileage
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for the supplemental Benefits - AFLAC-
Since1999.
Is the Contract still Active? Yes No
City of Lauderhill
954-730-3097 Ekrempler@Lauderhill-fl.gov
Human Resources Director
151
24
152
25
REFERENCE #3
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 120 Employees
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for Medical, Dental, Vison, and Aflac for
over 15yrs.
Is the Contract still Active? Yes No
CSPI Technology Solutions
Christina Luis
Human Resources Manager
954-571-4664 christina.luis@cspi.com
153
1182 East Newport Center Drive
Deerfield Beach, FL 33442 USA
www.cspi.com
NASDAQ: CSPI
April 20, 2023
To whom it may concern,
We have had the pleasure of working with A&A Insurance Services Inc for over 15 years; with them
providing us with insurance benefits for our company and its employees. Ana and her team have
always tailored our insurance benefits program to meet the needs and expectations of both our
company and of our employees.
A&A insurance services are a true testament of what superior customer service entails. They are
always very responsive and follow up to make sure that everything is in order. Along with Ana and her
team’s friendliness and commitment towards their clients, I would highly recommend A&A Insurance
Services Inc to others without hesitation.
I can be reached at (954) 571-4664. Should you like to speak more concerning this recommendation
letter.
Thank you,
Christina Luis
HR Manager
CSPi Technology Solutions
1182 East Newport Center Drive
Deerfield Beach, FL 33442
christina.luis@cspi.com
www.cspitechsolutions.com
NASDAQ: CSPI
26
154
27
REFERENCE #4
Public Entity Name:
Reference Contact Person/Title/Department:
Contact Number & Email
Public Entity Size/Number of Residents/Square Mileage: 100 Employees
Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on
Size/Scope of Services/Complexity) Agent of record for medical, health, and supplemental
benefits since 2005.
Is the Contract still Active? Yes No
Creative Engineering Group, Inc.
786-362-6626 devi@cegroupfl.com
Devi Thurmmal
Comptroller Human Resources
155
28
PRICE PROPOSAL
To: City of South Miami
Thank you for allowing us the opportunity to bid on the City of
South Miami Insurance benefits program.
We are willing to enter into your first 3-year contract with an annual
amount of $28,000 and thereafter in year 4 and 5 an annual fee of
$30,000. We would also get compensated from the insurance
carriers on voluntary products.
We are open and willing to negotiating this compensation, if need
be, we want to be partners with the City of South Miami and bring
you the best savings that we can possibly get you. We work very
hard at negotiating and obtaining the best rates possible. Our
priority is to always be there to service your account with an
ongoing hands-on approach.
As you are aware the carriers have reserved the right to increase
the rates annually. Again, A&A Insurance Services, Inc. is
committed to advocating in reducing any increase given, to get
you a better rate.
Thank you,
Ana Roque
President
A&A Insurance Services, Inc.
156
29
PROOF OF EXPERIENCE
A&A Insurance Services Inc. has been Agent of Record with the municipalities of
Town of Miami Lakes and the City of Lauderhill.
We have continuously been the insurance broker of the Town of Miami Lakes
since 2013. The Town of Miami Lakes has a population of 30K residents and
employs 100 employees.
We have also been the insurance broker for the City of Lauderhill for over 20
years. The City of Lauderhill has a population of 75K residents, and they employ
over 500 employees.
Our keys to success in maintaining these municipalities and our 20 private sector
groups are built on delivering ongoing communication, trust, and follow through.
We are very excited of being considered for the City of South Miami’s Insurance
Brokerage Services role. We are confident that we will provide the skills,
knowledge, and expertise needed for a long‐term business partnership.
Thank you,
Ana Roque
President
A&A Insurance Services, Inc.
157
30
Proposer's Qualifications
A&A Insurance Services Inc., established since 1999 represents over 24 years of
experience with large municipalities and companies in the Tri–County area into
Central Florida servicing our clients.
Our agency works with over 20 major insurance carriers.
The agency principals, Ana Roque and Cora Journey bring together over 40
years' experience in Employee Benefits.
Ana Roque worked as a Group Representative for Humana and for Care Florida.
In 1996 she went to work for AFLAC and within a few years was promoted to
District Manager and then opened her own agency and has been in business
now over 24 years.
Cora Journey has over 20 years in the health insurance field, she dedicates
herself in working for the best interest of our clients.
Geovanny Encarnacion has over 10 years of insurance experience and he
dedicates himself in open enrollment meetings and servicing our clients.
We have been long standing members of the National Association of Health
Underwriters and are active in our local chapter.
A&A Insurance Services prides itself in bringing the best options and
negotiated rates with our carriers for our groups.
30
158
Account Servicing Team
For all matters concerning your account:
Ana Roque
President and CEO
ana@anainsuranceservices.com
Phone: (954) 933-4070
Cora Journey
Vice President
cora@anainsuranceservices.com
Phone: (954) 588-0029
Geovanny Encarnacion
geo@anainsuranceservices.com
New Business Manager
Phone: (954)297-7885
Ariana Roque
Wellness Director
Ariana@anainsuranceservices.com
Phone: (954) 821-7201
ElisaRojas
Administrative Assistant/Sales Rep
elisa@anainsuranceservices.com
Phone: (954) 249-3032 31
159
Certifications and Licensing
Jimmy Patronis
Chief Financial Officer
Stateof Florida
Please Note:
A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile accountat
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
FLORIDADEPARTMENT OF FINANCIALSERVICES
ANAEROQUE
License Number: A225553
Issue Date
04/16/1994
01/27/1998
Resident Insurance License
l 0240 - HEALTH
l 0218 - LIFE & HEALTH
32
160
33
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : A311446
CORA IVELISE JOURNEY
Issue DateResident Insurance License
0214 - LIFE INCL VARIABLE ANNUITY 10/08/2021
0240 - HEALTH 01/12/1999
Certifications and Licensing
161
34
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : W152859
GEOVANNY FRANCISCO ENCARNACION
Issue DateResident Insurance License
0215 - LIFE INCL VAR ANNUITY & HEALTH 08/06/2013
Certifications and Licensing
162
35
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : W237614
ARIANA VIOLET ROQUE
Issue DateResident Insurance License
0215 - LIFE INCL VAR ANNUITY & HEALTH 01/16/2015
Certifications and Licensing
163
36
FLORIDA DEPARTMENT OF FINANCIAL SERVICES
Jimmy Patronis
Chief Financial Officer
State of Florida
Please Note:A licensee may only transact insurance with an active appointment by an eligible insurer or employer. If you are acting as a surplus lines agent, public adjuster, or
reinsurance intermediary manager/broker, you should have an appointment recorded in your own name on file with the Department. If you are unsure of your license
status you should contact the Florida Department of Financial Services immediately. This license will expire if more than 48 months elapse without an appointment for
each class of insurance listed. If such expiration occurs, the individual will be required to re -qualify as a first-time applicant. If this license was obtained by passing a
licensure examination offered by the Florida Department of Financial Services, the licensee is required to comply with continuing education requirements contained in
626.2815 or 648.385, Florida Statutes. A licensee may track their continuing education requirements completed or needed in their MyProfile account at
https://dice.fldfs.com. To validate the accuracy of this license you may review the individual license record under "Licensee Search" on the Florida Department of
Financial Services website at www.myfloridacfo.com/division/agents.
License Number : A224810
ELISA FRANSISCA ROJAS
Issue DateResident Insurance License
0240 - HEALTH 08/31/2021
0214 - LIFE INCL VARIABLE ANNUITY 08/31/2021
Certifications and Licensing
164
Certifications and Licensing
37
165
Certifications and Licensing
38
166
39
167
40
168
41
169
170
MIAMI-DADE
STATE OF FLORIDA
COU NTY OF MIAM I-DADE:
Be fore the unders igned auth ority personally appeared
GUIL LE RMO GARCIA , who on oath says that he or she is th e
DI RECTOR OF OPERATIONS , legal Notices of the Miami Da ily
Bus iness Review f/k/a Miami Rev iew, of Miami-Dade County ,
Flor ida; that th e attached copy of adve rt isement . being a
Legal Advertisement of Notice in the matter of
CITY OF SOUTH MIAMI· REQUEST FOR PROPOSALS (RFP)
NO . HR2023-07
in the XXXX Court ,
was published in a newspaper by print in the issues of Miam i
Da ily Bus iness Review f/k/a Miami Rev iew on
04/20/2023
Affia nt fu rt he r says that the newspaper complies with all
leg al for publ ication in chapter SO , Florida
Swor and subscribed before me this
20 day of APR IL, A.D . 20 23
(Sl.L)
GU ILLERMO GARC IA personally known to me
,i;i~.. BARBARA ~OMAS
[.( ~ ··) Commission# HH 187«2
~\-~_;·';.: Explres.November2 2025 ~~t~o;..·;;..ot;.~~· Th . ' • •• , .... ,,, Bonded lU Troy Fan ~L'IIIICG ~385-7019
REQUEST FOR PROPOSALS (RFP) No.
HR2023-07
INSURANCE BROKERAGE SERVICES
NOTICE IS HEREBY GIVEN that the City of South Miami ('City') is soliciting
·proposals for Insura nce Brokerage Services for the City's Employee
Insurance Benefits Plan (the 'Services '). Interested companies, firms, and
individuals ('Proposers') may obtain a copy of Request for Proposals No.
HR2023-07 (the 'RFP ') to be issued on April 18, 2023 at the City of South
Miam i 6130 Sunset Drive, South Miami, FL 33143 or on the City's website
at www.southmiamifl. ov or via DemandStar at hit sJ/netwo_rk .demandstar:,<;9.[JV.
The RFP contains detailed information about the scope of Services,
submission requirements , and selection procedures. All notices and any
addenda issued by the City with respect to the RFP will be made available
on the City's website . It Is the Proposer's sole responsibility to ensure
receipt of any Issued notice or addenda relating to this RFP once posted to
the website. The Proposal submission shall be sub mn\ed e\ac\TmCoi 'ila
DemandStar, and marked "Proposal to City of South Miami, RFP No.
HR2023-07 for Insurance Brokerage Services.• Proposals must be received
by the City by no later than May 9, 2023 at 10:00 AM.
Proposals will be publ icl y opened through video conferencing using the
Zoom platform. Members of the public are invited to view the Proposal
opening meeting through Zoom a1 httpsJ/zoom .us/i 3056636339 or by listening
to-the.Prof;)eS81 opening meeting on a dedicated phone1i~
+ 1·786-635-1003 Meeting ID: 3056636339.
Any Proposal submission received after the submittal time and date will be
rejected and returned unopened. Proposers are responsible for ensuring
that their Proposal is received in the City by the deadline.
4/20
Nkenga 'Nikki ' Payne, CMC, FCRM
City Clerk
City of South Miami
23·51/0000658669M
171
.,.
MIAMI-DADE
STATE OF FLORIDA
COUNTY OF MIA MI-DADE :
Be fore the undersi gned authority pe rso nally appeared
GUILLERMO GARCIA , who on oa th says that he or she is the
DIRECTOR O F OPERATIONS , Legal Notices of the Miami Dai ly
Business Review 1/k/a Miami Review, of Mia mi-Dade County,
Florida; that lhe attached copy of advertisement , be ing a
Legal Advertisement of Notice in the matter of
CITY OF SO UT H MIAMI -PUBLIC HEARING · JUN . 6 , 2023
in the XXXX Cou rt ,
was published in a newspaper by print in the issues of Mia mi
Dally Business Review ff'r<la Miami Re iew on
05/26/2023
Affiant furt her says th at th e newspape r complies wi th all
legal requirements fo r publication in chapter 50, Florida
Statutes . ?
Swo o and subscri bed before me th is
26 day of MAY , A.O . 2023
(SEA
GUILLERMO GARCI A personally known to me
Cir( OF SOUTH MIAMI, FLORIDA
CITY COMMISSION
NOTICE OF PUBLIC HEARING
Notice is hereby given that the City Commission will hold a public hearing
on Tuesda Ju ne 6 2023 at 7:00 .m. to consider the following public
hearing item(s):
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER
TO ENTER INTO A MULTI-YEAR CONTRACT FOR DISASTER
DEBRIS MONITORING SERVICES WITH DISASTER PROGRAM
AND OPERATIONS , PROVIDING FOR IMPLEMENTATION, CORRECTIONS,
SEVERABIUTY AND AN EF.FECTIVE DATE.
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
SOUTH MIAMI; FLORIDA , AUTHORIZING THE CITY MANAGER
TO ENTER INTO MULTI-YEAR CONTRACTS FOR EMERGENCY
DEBRIS REMOVAL ANO DISPOSAL SERVICES WITH DRC
EMERGENCY SERVICES (PRIMARY), CERES ENVIRONMENTAL
(SECONDARY), CTC DISASTER RESPONSE (TIERTIARY) AND KDF
ENTERPRISES (QUATERNARY) PROVIDING FOR IMPLEM ENTATION,
CORRECTIONS , SEVERABILITY AND AN EFFECTIVE DATE.
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER
TO ENTER INTO A CONTRACT WIT\-\ A&A INSUBANCE SERVICES
FOR BROKERAGE SERVICES FOR THE CITY'S EMPLOYEE INSURANCE
BENEF IT PLANS; PROVIDING FOR IMPLEMENTATION; CORRECTIONS;
SEVERABILITY ; AND AN EFFECTIVE DATE.
172
...
The hearing will be held at C Hall Commission Chambers 6130 Sunset
Drive, South Miami, Florida 33143 . Comm iss ion memb ers will participa i e
in Chambers or by video conferenc in g through the Zoom platfonn and members
of th ~ub/ic may join the meeti ng via Zo om at htt s://zoo m.u s/ /3 05 6636338
by p one liy calflng +1-786-635-1003 and entering Meeting ID: 3056636338
when prompted, or in person in the Commission Chambers, and where
their appearance will be broadcast on the Zoorri platform, and where th ey
can participate.
All interested parties are invit ed to attend ano wi ll be heard.
For furthe r in forma tion, plea~e contact the Ci ty Clerk's Office at: 305-663-634 0.
Pursuant to Secti on 286.01 05, Fla. Stat., the City hereby advises the public
that if a person decitles to appeal any decision made by the Commission with
respect to thi s matter, such person must ensure that a verbatim record of
. the proceedings is made, which record includes the testimony and
evidence u on which the a~ to be based. This notice does not
constitute consent by the City for the intro uc ion or admission of
otherwise inadmissible or irrel evant evidence, nor does · it authorize
challenges or appeals not otherwise allowed by law.
'
ADA: To request a modification to a policy, practice or p(ocedure or tc
requ est an auxi li ary aide or serv ice in order to participate in a City
program; activity or event, you must on or before 4:00 p.m. 3 busin ess
days befo re the meeting (not counting the day of the meeting) deliver your
request to th e City Clerk by telephone: 305-663 -6340, by mail at 6130
Sunset Drive , South Miami, Flo ri da or email at npayne@southmiamifl.gov.
5/26
Nkenga A. Payne, CMC, FCRM
City Clerk
23 -120/0000665450M