Loading...
93-20878 RESO Incomplete RESOLUTION NO. 93-20878 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, WAIVING THE COMPETITIVE BIDDING REQUIREMENT PURSUANT TO SECTION 31-A, MIAMI BEACH CITY CODE, BY A 5/7 VOTE OF THE MAYOR AND CITY COMMISSION; APPROVING A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THOMAS INTERNATIONAL GROUP FOR THE RECOVERY OF HURRICANE ANDREW FUNDS, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SAME. WHEREAS, as a result of Hurricane Andrew, the City of Miami Beach has suffered severe financial losses resulting from damage to city properties, costs for clean-up and tree removal, and other additional expenses and lost revenues; and WHEREAS, the city Administration has been pursuing financial recoveries from its property insurance carrier (IIU) for the aforestated losses, as well as from FEMA and other available sources of damage recovery; and , WHEREAS, Thomas International Group ("Consultant") specializes and is experienced in recovering monies for damages associated with natural disasters and other potentially large claims; and WHEREAS, Consultant's unique and singular expertise in dealing with insurance companies, FEMA and other state and Federal agencies will enable the City to maximize the amount of recoverable funds to which it is entitled as a result of Hurricane Andrew; and WHEREAS, the Administration has negotiated the attached Agreement and recommends it for approval. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF CITY OF MIAMI BEACH, FLORIDA: 1. The attached Professional Services Agreement between the City of Miami Beach and Thomas International Group for the recovery of Hurricane Andrew funds is herein approved, and the Mayor and city Clerk are authorized to execute same. 2. Due to the unique and singular nature of Consultant's expertise in handling and processing insurance claims in the area and of the nature set forth herein, and as referenced by the attached Agreement, the Mayor and City commission hereby waive, by a 5/7 vote, the competitive bidding requirements under Section 31-A of the Miami Beach City Code. PASSED and ADOPTED this 8th day of September , 1993. . MAYOR ATTEST: CITY CLERK c:\wp51\data\thomint.res PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH (CITY) AND THOMAS INTERNATIONAL GROUP (CONTRACTOR) FOR RECOVERY OF HURRICANE ANDREW FUNDS THIS AGREEMENT made this day of , 1993 by and between the CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the "City", which term shall include its officials, successors, legal representatives, and assigns, and THOMAS INTERNATIONAL GROUP, hereinafter called the "Contractor". WITNESSETH That the CITY and the CONTRACTOR, for the consideration herein set forth, agree as follows: 1 48 M'~~~~_R-l-~ -I 9-'d-93 DATE Agreement: City Manager: Contractor: Final Acceptance: Project Coordinator: SECTION 1 DEFINITIONS This written Agreement between the city and the Contractor. "city Manager" means the Chief Administrative Officer of the city. For the purposes of this Agreement, "Contractor" shall be deemed to be an independent contractor, and not an agent or employee of the City. "Final Acceptance" means notice from the City to the Contractor that the Contractor's Services are complete as provided in section 4.9 of this Agreement. An individual designated by the City Manager to coordinate, direct and review on behalf of the City all technical matters involved in the Scope of Work. 2 49 services: All services, work and actions by the Contractor performed pursuant to the Scope of Services. Termination: Termiriation of Contractor Services as provided in section 4.10 of this Agreement. SECTION 2 SCOPE OF SERVICES TO BE PERFORMED The scope of services to be performed by the Contractor under this Agreement is for the purpose of maximizing theCity's recovery of potential funds available for damages resulting from Hurricane Andrew. The potential sources of recovery are as follows: 1) Insurance claims for damages to insured city buildings; 2) FEMA claims, for all other recoverable hurricane damages not covered by insurance; and 3) Any and all other sources of recovery available to the city through various state and federal agencies, The Contractor is granted authority by the City to pursue recovery of all funds available to the City that remain unclaimed at the time of the commencement of this Agreement. The Contractor will perform all work necessary to assess, document, and submit all claims for recovery and negotiate, on behalf of the City, the settlement of those claims. Any recovery settlements for amounts less that 100% of the City's documented 3 50 damages would require the additional approval of the city Manager or his designee. The Contractor will submit a written status report to the City every thirty (30) days advising of the status of the recoveries from the above stated sources, the amounts recovered, expected future recoveries, and the anticipated dates of future recoveries. SECTION 3 COMPENSATION 3.1 DETERMINATION OF CONTRACTOR'S COMPENSATION The Contractor will only receive compensation if it is successful in recovering funds for the City that exceed the expected recoveries indicated; for which such claims will be filed no later than 9/30/93: 1) The Contractor will receive 7 1/2\ of any recovered amounts it secures for the city from the City's insurance carrier; in excess of $1.8 million. (This $1. 8 million being the amount that has already been heretofore claimed by the City) 2) The Contractor will receive 7 1/2\ of any recovered amounts it secures from FEMA in excess of $4 million. ($4 million being the amount that has already been heretofore claimed by the City) 3) The Contractor will receive 7 1/2\ of all funds the 4 51 Contractor is successful in recovering from any state and federal sources which heretofore have been unclaimed by the City as of the date of execution of this Agreement. 3 . 2 METHOD OF PAYMENT The City will pay the Contractor within thirty (30) days of the City's receipt of the above funds (See paragraph 3.1) . SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR with respect to the performance of the Services, the Contractor shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. In its performance of the Services, the Contractor shall comply with all applicable laws and ordinances, including but not limited to applicable regulations of the City, County, State, Federal Government, ADA, EEO Regulations and Guidelines. 4 . 2 PUBLIC ENTITY CRIMES state of Florida Form PUR 7068, Sworn Statement under 5 52 Section 287.133 (3) (a) Florida statute on Public Entity Crimes, see attached. 4 . 3 PROJECT MANAGEMENT The Contractor ahall appoint a qualitied individual acceptable to the City to serve as Project Manager for the services who shall be fully responsible for the day-to-day activities under this Agreement and who shall serve as the primary contact for the city's Project Coordinator. 4.4 TERM OF AGREEMENT/TERMINATION FOR CONVENIENCE The services provided by the Contractor are not to exceed a duration of one year unless extended in writing by the City. The City, at its sole discretion, may terminate this Agreement for convenience with thirty (30) days advance written notice to the Contractor. 4.5 NOTICE TO PROCEED Unless directed by the City otherwise, the Contractor shall proceed with the work only upon issuance of a Notice to Proceed by the City. 4 . 6 OWNERSHIP OF DOCUMENTS AND EOUIPMENT All documents prepared by the Contractor pursuant to this Agreement, are related exclusively to the Services described herein. They are intended or represented to be suitable for re- 6 53 use by the City and are the property of the city. 4.7 INDEMNIFICATION Contractor agrees to indemnify and hold harmless, the City of Miami Beaoh and it. offioers, employ... and aqents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omission or other wrongful conduct of the contractor, employees, or agents in connection with the Contractor's performance of Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total Compensation to the Contractor for performance of this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. The Contractor's obl igation under this article shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any actions or claims which arise or are alleged. to have arisen from 7 54 negligent acts or omissions or other wronl;Jful conduct of the City and its officers, employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directlY or indirectly affects the other party. 4.8 INSURANCE REOUI~S The contractor, prior to commencement of any work associated with this Agreement, will provide certificates of insurance to the City of _professional liability insurance coverage in the amount of $lmillioi1($l,OOO,OOO) per occurrence. This evidence of insurance must be submitted .to and approved by the City's Risk Manager and must be maintained for tne entire duration of this Agreement. All insurance policies must be issued by companies authorized to do business under the laws of the state of Florida. The companies must be rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide. Compliance with the foregoing requirements shall not relieve the Contractor of the liabilities and obligations under this Section or under any other portion of this Agreement, and the City shall have the right to obtain from the Contractor specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverages. All of Contractor's certificates, above, shall contain 8 55 endorsements providing that written notice shall be given to the city at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 4.9 FINAL ACCEPTANCE When the Contractor's Services have been completed, the Contractor shall so advise the City in writing. Final Acceptance shall not constitute a waiver or abandonment of any rights to remedies available to the City under any other section of this Agreement. 4.10 TERMINATION FOR DEFAULT If through any cause within the reasonable control of the contractor, the Contractor shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to. terminate the Services then remaining to be performed by giving written notice to the Contractor of such termination which shall become effective upon receipt by the Contractor of the written termination notice. In that event, all finished and unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports and other work products prepared by the Contractor and its employees shall be properly delivered to the city and the City shall compensate the Contractor in accordance with section 3 for all Services performed by the Contractor prior to 9 56 Termination. 4.11 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement without the written consent of the City. When applicable and upon receipt of such consent in writing, the Contractor shall cause the names of the contracting firms responsible for the major portions of each separate specialty of the work to be inserted into the pertinent documents or data. The Contractor shall include in such subcontracts the appropriate versions of the Sections of this Agreement as are necessary to carry out the intent of this Agreement, as instructed by the City. 4.12 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Dade county Conflict of Interest Ordinance (NO. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the contract conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of .the Services. The Contractor further covenants 10 57 that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Contractor. No member of or delegate to the Congress of the united States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.13 NOTICES All communication relating to the day-to-day activities shall be exchanged between the Project Manager appointed by Contractor and the Project Coordinator designated by the City Manager. All other notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Gary Thomas Thomas International Group 11900 Biscayne Blvd, suite 514 North Miami, Fl. 33181 305-895-7400 TO CITY: City Manager City of Miami Beach City Hall, 4th Floor 1700 Convention Center Dr. Miami Beach, Fl. 33139 305-673-7010 11 58 WITH COPIES TO: Office of the city Attorney City of Miami Beach 1700 Convention Center Dr. Miami Beach, Fl. 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.14 LITIGATION JURISDICTION Any litigation between the parties, arising of, or in connection with this Agreement, shall be initiated either in the court system of the State of Florida or the United States District Court for the Southern District of Florida. 4.15 ENTIRETY OF AGREEMENT This writing and the Scope of Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City Commission of the city of Miami Beach. 12 59 This Agreement, regardless of where executed, shall be governed by and construed. according' to the laws of the state of Florida. 4.16 LIMITATION OF CITY'S. LIABILITY The city de.ire. to enter into thi. Agreement only if in so doing the city can place a limit on the city's liability for any cause of action for money damages due to an alleged breach by the city of this Agreement, so that its liability for any such breach never exceeds.the sum often thousand and nO/100 dollars ($10,000.00) . Contractor hereby. "expresses its willingness to enter into this Ag'reement with Contractor's recovery from the city for any damage action for breach of contract to be limited to a maximum amount of $10,000.00 less the amount of all funds actually paid by the City to Contractor pursuant to this agreement. Accordingly, and notwithstanding any other term or . . condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in .an amount in excess of $10,000.00 which amount shall be reduced by the amount actually paid by the City to Contractor pursuarit to this agreement, for any action or claim for breach of contract. arising out of the performance or non-performance of any Obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon 13 60 (I city's liability as set forth in Florida statutes, Section 768.28. 4 . 17 ARBITRATION Any controv.rey or claim for money damaq.. arieinq out of or relating to this Agreement, or the breach hereof, shall be settled by arbitration in accordance with the Commercial ,Arbitration Rules of the American Arbitration Association, and the arbitration award shall be final and binding upon the parties hereto and subject to no appeal, and shall deal with the question of the costs of arbitration and all matters related thereto. In that regard, the parties shall mutually select one arbitrator, but to the extent the parties cannot agree upon the arbitrator, then the American Arbitration Association shall appoint one. Judgement upon the award rendered may be entered into any court having jurisdiction, or application may be made to such court for an order of enforcement. Any controversy or claim other than a controversy or claim for money damages arising out of or relating to this Agreement, or the breach hereof, including any controversy or claim relating to the right to specific performance shall be settled by litigation and not arbitration. 14 61 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH: ATTEST: By: By: Seymour Gelber, Mayor City Clerk FOR CONTRACTOR THOMAS INTERNATIONAL GROUP WITNESS: By: Gary Thomas , APPROVED AS TO FORM:) \ \ /' "'fi~.->-</ (/;;"::<1 c<?tf!/ Legal Departmen~ l!-;j I~J Date I 15 62 ~WOR:-; STATL\II:'T 1.:-;ULR ~LL'TlO'" ~S7.133/3l("" rLOIUUA STATVTLS. 01'; I'l'IlLlC ENTIn. CRIMES THIS FORM MUST liE SIGNEU IN THE PRESENCE or A NOTARY PUBLIC OR OTIIER OffiCER AUTHORIZED TO ADMINISTER OATHS. I. This sworn Slatement is submitted with Bid. Proposal or Contract No. for 2. This sworn statement is submitted by [name oC entity submltUnl sworn statement] whose business address is aDd (If applicable) ilS Federal Employer IdentificatioD Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statemeDt: .) 3. My name is and my rela tionship to the [please print name of IDdlvldual slgniDg] entity named above is 4. I understand that a "public eDtity crime" as defined in Paragraph 287.133(I)(g), Florid. Statutes meaDS a violatioD of any state or federal law by a persoD with respect to and directly related to the transaction of business with any public entity or with aD agency or poll tical subdivision of any other state or with the United States, includiDg, but not limited 10, aDY bid or contract for goods or services to be provided to any public enlity or an ageDcy or political subdivisioD of any olher slale or of the Uniled States and involving anliUllSl, fraud, theft, bribery, collusion, rackeleering. conspiracy, or material misrepresentation. 5. I understand that .convicted" or "convictioD' as defiDed in Paragraph 287.133(1)(b), Florida Statutes, means a fiDdin~ of guilt or a convictioD of a public eDtity crime, with or without an adjudicatioD of guilt, iD aDY 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 verdicI, DODjwy trial, or eDtry of a plea of guilty or nolo contendere. 6. I understand that aD 'affillate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: I. ..>. predecessor or successor of a persoD CODvicted of a public eDtity crime: or 2. An entity under the control of any Datural persoD who is actiVe in themanagemeDt of the entil)' and who ha, beeD CODvicled of a public eDtity crime. The term "afliIJate" includes those officers, direclors, ""ecutives. partners. shareholders, employees, members, aDd agents who are active in the management of aD affiliate. The ownership by ODe persoD of shares constituting a coDtrolling interest in another persoD, or a pooling of equipmeDt or income amoDg persons when DOt for fair market volue under aD arm's length agreement, shall be a prima facie case that ODe persoD coDtrols another person. A person who knowingly enters into a joinl veDture with a person who has been convicled of a public eDtity crime in Aorida during the preceding 36 mODths shall be considered aD affiliate. 7, I understand that a "person" as defined in Paragraph 287.133(1)(e), florida Statutes means any natural person or entity organized UDder the laws of any state or of the Uniled Stales wilh Ihe legal power to enter inlo a binding conlract and whicb bids or applies to bid OD coDtracts for Ihe provision of goods or services lei by a puhlic entity, or which olherwise transacts or applies to transacI business with a public entity. The term 'person" includes those officers, directors, executives, panners, shareholders. employees, members, and agents who are active in maDagement of an entity. 8. Based on informallon and belief, the statement wbich I have marked below is true in relation to tbe entity submitting lhis sworn statement. [Please indicate which statement applies.] :Ji 63 :\clther thl' cnlit\' submitting thIS sworn !\lalement, nor an\" off1l..:.Cr~. JIrl.~;.:tor~. i.::\(;(Utl\'t;:"l, partners. shareholders. e'mployees. memtlcrs. or agents who are aCl1\,'e in management oj tht: ent:ty. nor any affihale of the entity have bl'..:n charged with and convicted uf a public entIt~ ..:rlm..:: subsequent to July I. 1989. The entity submitting this sworn statement. or one or more of the officers. l.lirectors. executives. panners. shareholders. employees, members. or agents who are active in 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, Al:il2 [Please indicate which additional statement applies.] _ There hIS been a proceeding concerning the conviction betore a hearing officer of the State of Florida. Division of Administrative Hearings. The linal order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. [Please attach a copy or the final order.] _ The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida. Division of Administrative .Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. [Please attach a copy of the final order.] _ The person or affiliate has not been placed on the convicted vendor list. [Please describe any action taken by or pending with the Department of General Services.] [slanature] Date: STATE OF COUNTY OF [name of indlvldual signing] PERSONALLY APPEARED BEFORE ME, lbe undersigned authority. who, after first being swom by me, affixed hislber signature in the space provided above on this day of . 19 NOTARY PUBUC My commission expires: For::1 PUR 7068 (Rev. 11/89) 64 RESOLUTION NO: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, WAIVING THE COMPETITIVE BIDDING REQUIREMENT PURSUANT TO SECTION 31-A, MIAMI BEACH CITY CODE, BY A 5/7 VOTE OF THE MAYOR AND CITY COMMISSION: APPROVING A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THOMAS INTERNATIONAL GROUP FOR THE RECOVERY OF HURRICANE ANDREW FUNDS, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SAME. WHEREAS, as a result of Hurricane Andrew, the City of Miami Beach has suffered severe financial losses resulting from damage to City properties, costs for Clean-up and tree removal, and other additional expenses and lost revenues; and WHEREAS, the City Administration has been pursuing financial recoveries from its property insurance carrier (IRI) for the aforestated losses, as well as from FEMA and other available sources of damage recovery; and WHEREAS, Thomas International Group ("Consultant") specializes and is experienced in recovering monies for damages associated with natural disasters and other potentially large claims; and WHEREAS, Consultant's unique and singular expertise in dealing with insurance companies, FEMA and other state and Federal agencies will enable the City to maximize the amount of recoverable funds to which it is entitled as a result of Hurricane Andrew; and WHEREAS, the Administration has negotiated the attached Agreement and recommends it for approval. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF CITY OF MIAMI BEACH, FLORIDA: 1. The attached Professional Services Agreement between the City of Miami Beach and Thomas International Group for the recovery of Hurricane Andrew funds is herein approved, and the Mayor and city Clerk are authorized to execute same. 2. Due to the unique and singular nature of Consultant's expertise in handling and processing insurance claims in the area and of the nature set forth herein, and as referenced by the attached Agreement, the Mayor and City commission hereby waive, by a 5/7 vote, the competitive bidding requirements under Section 31-A of the Miami Beach city Code. PASSED and ADOPTED this day of , 1993. MAYOR ATTEST: FORM APPROV[D LE~,l DEPT. (~ By\_ J!ff,VV'"", ~Pc/ Date ~f/"\/ /'-->;? CITY CLERK c:\wp51\data\thomint.res RESOLUTIOS NO: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, WAIVING THE COMPETITIVE BIDDING REQUIREMENT PURSUANT TO SECTION 31-A, MIAMI BEACH CITY CODE, BY A 5/7 VOTE OF THE MAYOR AND CITY COMMISSION; APPROVING A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THOMAS INTERNATIONAL GROUP FOR THE RECOVERY OF HURRICANE ANDREW FUNDS, AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE SAME. WHEREAS, as a result of Hurricane Andrew, the city of Miami Beach has suffered severe financial losses resulting from damage to City properties, costs for Clean-up and tree removal, and other additional expenses and lost revenues; and WHEREAS, the City Administration has been pursuing financial recoveries from its property insurance carrier (IIU) for the aforestated losses, as well as from FEMA and other available sources of damage recovery; and WHEREAS, Thomas International Group ("Consultant") specializes and is experienced in recovering monies for damages associated with natural disasters and other potentially large claims; and WHEREAS, Consultant I s unique and singular expertise in dealing with insurance companies, FEMA and other state and Federal agencies will enable the City to maximize the amount of recoverable funds to which it is entitled as a result of Hurricane Andrew; and WHEREAS, the Administration has negotiated the attached Agreement and recommends it for approval. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF CITY OF MIAMI BEACH, FLORIDA: 1. The attached Professional services Agreement between the city of Miami Beach and Thomas International Group for the recovery of Hurricane Andrew funds is herein approved, and the Mayor and City Clerk are authorized to execute same. :/ 2. Due to the unique and singular nature of Consultant's expertise in handling and processing insurance claims in the area and of the nature set forth herein, and as referenced by the attached Agreement, the Mayor and city commission hereby waive, by a 5/7 vote, the competitive bidding requirements under Section 31-A of the Miami Beach City Code. PASSED and ADOPTED this day of , 1993. MAYOR ATTEST: CITY CLERK FORM APPROV~D . LE~DEPT. W '" \. ,(~ k N'i" c:? 'V" Date (/;I~\J /'->;? c:\wp51\data\thomint.res CITY OF MIAMi BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH FLORIDA 33139 OFFICE OF THE CITY MANAGER COMMISSION MEMORANDUM NO. ~7~-q3 TELEPHONE: (305) 673-7010 FAX: (305) 673-7782 TO: Mayor Seymour Gelber and Members of the C~y Commission DATE: September 8, 1993 FROM: Roger M. Cartlo{)' - n 1--' C~y Manager ~ SUBJECT: APPROVAL TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND THOMAS INT'L GROUP FOR THE RECOVERY OF HURRICANE ANDREW FUNDS ADMINISTRATION RECOMMENDATION: The Administration recommends that the City commission waive the competitive bid process and approve the professional services agreement with Thomas International Group to provide services to maximize the recovery of funds available for damages reSUlting from Hurricane Andrew. BACKGROUND: As a result of Hurricane Andrew, the city of Miami Beach has suffered financial losses resulting from damages to city properties, clean up and debris removal, extra expenses and lost revenue. The necessary determination and documentation of these losses have continued since the storm. City staff have been pursuing recoveries from our property insurance carrier (IRI) for damages to city buildings and from FEMA for all other recoverable damages. ANALYSIS: Thomas International Group specializes in and is experienced in recovering for damages associated with disasters or large claims. The Administration believes their unique expertise in dealing with insurance companies, FEMA and state and Federal agencies will enable the City of Miami Beach to maximize our recovery of funds available for such catastrophes. Their knowledge of FEMA recovery and the recovery of available state and Federal funds separates their services from other independent adjusting companies who do not have those capabilities. This agreement compensates Thomas International Group only if they are successful in recovering funds we would not have received in our sole effort. Additionally, the negotiated compensation rate of 7 1/2% of recovered funds is balow the normal industry rate of 10% for these services. . Approval of this agreement as soon as possible would enable us to more quickly recover the substantial amount of outstanding funds. CONCLUSION: This agreement and resolution should be approved to expedite and maximize our recovery of all available funds for hurricane related damage. We feel it is necessary to waive competitive. bidding to expedite this process due to .thetime constraints associated with securing state and federal funds available (must be done by March 199~). 46 AGENDA ITEM R~ q- '2-13 DATE