Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-82-2651 2 3 4 t SI 6, 7 8 10 11 12 13 14 15 16 17 18 19 21 22 23 24 25 26 27 28 29 32 33 34 35 36 Introduced by: V/M Massaro Temp. # 2452 Rev. 9/22/82 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-82-265 A RESOLUTION AWARDING BIDS FOR INSURANCE CONTRACTS FOR THE 1982/83 FISCAL YEAR. BID #82-22 WHEREAS, The City Council authorized the Administration to go to bid at its meeting on July 14, 1982; and, .WHEREAS, bids were advertised in the Fort Lauderdale News, a newspaper of general circulation in Broward County on July 30, and August 6, 1982; and, WHEREAS, bids were opened on September 14, 1982, and the Bids contained herein are the lowest fully responsive and re- sponsible bidders. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TAMARAC, FLORIDA: SECTION I: That the following bids in the indicated amounts are hereby approved: TYPE NAME ANNUAL PREMIUM Special Multi -Peril..... Peninsular Fire. ........ • .$ 36,461.00 Business Auto ........... Peninsular Fire ............ $ 22,962.00 Law Enforcement Liability...............Transit Casualty ........... $ 16,132.00 Boiler & Machinery ...... Federal Insurance .......... $ 6,979.00 Excess Recreation Great.Southwestern Liability...............(Hull & Company) ........... $ 500.00 Sod Farm Excess Liability......... ....South Carolina Ins ......... $ 4,900.00 Workers Compensation .... FMSIF & Chicago ............ $114,865.00 SECTION 2: That the approval of these bids is subject to the following conditions: (a) The annual premium is subject to policy audit, cov- erage endorsements, and deletions and state mandated premium adjustments if applicable are to be made. (b) The contract period shall be for a minimum term of 10/1/82 to 10/1/83, and shall automatically be extended for up to two one-year periods unless either party gives notice to the other of its intention to cancel the contract. Extentions shall be at the price quoted to the City at least ninety days prior to the annual expiration of the policy. Failure to submit the proposed quotation for the next year by the date set forth herein shall be conclusive evidence that the proposer"s quotation is the same as it was for the previous year. SECTION 3: That the proper city officials are authorized to execute the documents needed as a result of the awarding of these bids. PASSED, ADOPTED AND APPROVED THIS 22nd day of September , 1982. MAYOR ATTEST: CITY CLERK/ 49Z�� I HEREBY CERTI Y that I have approved he form and correctness f this RESOLUTION. f 1 c- r ATTORNEY �--� RECORD OF COUNCIL VOTE MAYOR: o��� DISTRICT 1 : DISTRICT 2:� DISTRICT 3: DISTRICT 4: J�: �ii.r'A3fJ:3KF+%+'aY�caEV' ti ria4ni ..aK.' r...�.... ...._._....._. .AbL•raf'dF'.,�'+tf+.'srlfvNaNA•F,X,Y+d"A+i�'ifY'. - a".. ,.lturu� ` ADMIRAL INSURANCE AGENCY. INC. NAME OF AGENCY : •CODE .. • SS: RE� CITX STATE ZIP E 11: (305) 564-6363 . *See Nett Page :.:. TOTAL PREMIUM) $,59, 42 3_ TYPE OF COVERAGE: CGL; Property, Business Auto ..NAME=OF CARRIER: Peninsular FirC Insurance .gmpa ADDRESS: 645.Riverside Ave Jacksonville, Rin CITY TA E ,P CODE pSiONE: '(904) 358-6180 CURRENT BEST RATING: A+1 ✓ DESCRIPTION OF SERVICES: Present carrier for City Local adjusters handle all claims " ` TOTAL PREMI6 1 001 * TYPE OF COVERAGE. IACP / Law Enforcement NAME •OF. CARRIER- Transit Casualty ADDRESS: c/o Bayly Martin & Vay, P O BOX 17800, STA E ZIP CODE CITY PHONE f: CURRENT BEST RATING: A+12 DESCRIPTION OF SERVICES: Claims hand E OF COVERAGE: Excess Recreation Liability _ TOTAL PREMIUM $a00,00 NAME OF CARRIER: Graeat Southwest AI)DRESS: c/o Hull & Company P.O. BOX 5888 F ZIP CODE CITY STATE PHONE 41: 525-2081 CURRENT BEST RATING: A+12_ DESCRIPTION OF SERVICES: Local Adjusters * TYPE OF COVERAGE: Excess Sod Farah TOTAL PREMIUM 4_90_0_00 NAME OF CARRIER: South Carolina Insurance Company ADDRESS: P.O. BOX 1 X Co -CITY STATE ZIP CODE PHONE CURRENT BEST RATING: A+14 1ESCRIPTION OF SERVICES: Local Claims office in Miami OR ALL COVERAGES. PLEASE NOTE ANY VARIATIONS TO SPECIFI- YOU MAY 5U8Mi7 A QUOTATION FOR ANY, CAT S'IN SECTION PROVIDED. I• IABILITY y" A.. COMPREHENSIVE GENERAL* Liability Personal Injury $ included • ' (Excludes Police) $ 500.00 B. EXCESS RECREATION LIABILITY TOTAL A %MED FOuTr, C. EXCESS SOD FARM LIABILITY *INCLUDES INCIDENTAL MALPRACTICE, AUXILIARY AND VOLUNTEE FIREFIGHTERS, WATERCRAFT, ATHLETIC PARTICIPATION, RECRE IQN ACTIVITIES _ Buildings II. pRO� TY $ included _ Contents ~ inland kari ne Liability $ 22 962.00 II. BUSINESS AUTO ** Comprehensive Collision (As Scheduled) TOTAL.......... .........$ 64, 823, 00 **INCLUDES SCHEDULED, NON -OWNED AND HIRED AUTOMOBILES Liability $ 16, 132.00 IV. LAW ENFORCEMENT ded AD&D $inclu TOTAL.................. .$ 161132, 00 $ no ne V. BOILER AND MACHINERY -VI. WORKERS' COMPENSATION Vll. Public Official Liability V111. Umbrella Liability $ As per attached proposal none none -OF AGENCY: Cooke Insurance, Inc. ADDIESS:'4367 N. Federal Highway, Suite 201, Fort Lauderdale, Florida 33308 CITY STATE ZIP CODE IE #: 491-3233 A Retention Plan at it 1 66.2% loss ratio TYPE OF COVERAGE: Workers' Compensation TOTAL PREMIUM $ 247,746.00 TAME OF CARRIER: American Guarantee and Liability Insurance Company %DDDRESS: c/o Atlas General Agency, Inc. 4651 Sheridan St., Ste_200, Hollywood, Florida 33021 . CITYSTATE ZIP CODE ?DONE 0 981-9000 CURRENT BEST RATING: A:Class XV DESCRIPTION OF SERVICES: Safety Engineering, Inspection service, auditing and claims processing. *TYPE OF COVERAGE: Boiler & Machinery 4AME OF CARRIER: Federal Insurance Company TOTAL PREMIUM $ 6,979.00 1 ADDRESS: P.O. Box 22527, Tama Florida 33622 CITY STATE IP CODE pHOME # ; 1-800-282-5045 CURRENT BEST RATING: A+:Class XV DESCRIPTION OF SERVICES: Safety Engineering, Inspection service, auditing and claims processing OF COVERAGE: Police Professional Liability TOTAL PREMIUM $12,750.00 NAYM OF CARRIER: Western World Insurance Company ADDRESS•c/o Crump London Underwriters, Inc., 129 Whooping Loop, Altamonte Springs, FL 32701 CITY STATE ZIP CODE PHONE # • 1-800-432-0144 _ CURRENT BEST RA-Ii:� : A+: C1 ass XI DEESCRIPTION OF SERVICES: Through Crawford & Company, Fort Lauderdale, Florida -an Independent Insurance Adjuster TYPE OF COVERAGE: Property (Building & Contents) -- Inland Marine TOTAL PREMIUM $9,648.00 Gr 0^?E^: Birmingham Fire Insurance Company P/0 ADDRESS: American International Group, 270 Carpenter Drive, Atlanta, Georgia 30328 "CITY STATE ZIP CODE PHONE #r: 1-800-241-2447 CURRENT BEST RATING: A+:Class XII DESCRIPTION OF SERVICES: Through AIG Consultants, Inc. and AIG Adjusting Company - per provisions of specifications — 0 -33- i I 3;Ays OF AGENCY•• Risk Management Services, Inc. JIDDRESS.. ' P.O. Box 20654 Orlando CITY FL' STATE 32814 ZIP CODE TNTIE 1: 1/800/432-3976 Automobile Phys. Damage $ 4216 APE OF COVERAGE: Property TOTAL TREMILIM $8332 TAME OF CARRRIER: Chicago Insurance Company AM�g. G/A Alexander Howden'ing. Serv. Atlanta Georgia 30325 CITY STATE 21P CODE #: 1/800/241-3190 CURREA? DEST RATING: A + XII =5CRIPTION OF SERVICES: Claims Handling by Risk Management Services,* Inc. Comprehensive Automobile Liability $ Z7,843 -ME OF COVERAGE: Comprehensive General Liability 25,758 11ANlE OF CARRIER'Florida Municipal Liability Self -Insurers Program .=RESS: • P.O. •Box 1757 Tallahassee, FL CITY T) MNE 4: 800/342-8112 7DTAL PREMIUM S _ 323 CURRETr;T BEST RATING: Qualified Self -Insurance Program ZIESCRIPTION OF SERVICES: See Attached *See Attached -ME OF COVERAGE. Workers' Compensation $ 99,886 2UL%M OF CARRIER:_ Florida Municipal Self -Insurers Fund A>7DRFSS: P.O. Box 1757 Tallahassee, FL tvl TOTAL PREMIMI S _ 323 ZIP 3WNE #• 800/342-8112 C=ajE? BEST RATING: Qualified Self -Insurance Program 2MFSCRIFTI01; OF SERVICES: See Attached ,ME OF COVERAGE: Boiler & Machinery $ 6,055 TOTAL FRD,'IUM 3_- 31A?a OF CARRIER: Hartford Steam Boiler & Machinery FL ADDRESS: p . #: 305/282-2206 CUR.RD.? BEST RATING: A + XV 3DfSCRIFTION OF SERVICES: I -33- 0: Laura Z. Stuurmans, City Manager DATE: September 16, 1982 SUBJECT: BID AWARD -PAGE: Page 3 of 4 FROM: Judith Deutsch WORKERS' COMPENSATION CARRIER AGENT BEST RATING PREMIUM_ FMSIF & CHICAGO Risk Management A+ 12 (Chi.) 99,886 Bruns Casualty Through: Southeast Fire or Admiral Ins. A+ 12 Canal Ins. Admiral Ins. A+ 11 PLAN: Retro A 135,062 Retro B 175.446 Retro J 155,862 Guaranteed (Guar) 134,868 Deviation (Dev) 121,900 Southeast Fire Rhodes,Roper & Love A+ 12 Dev. 121,865 " Fred S. James A+ 12 Dev. 121,900 Argonaut Ins. Fred S. James B 15 Guar.128,119 American Guar. & Liab. Ins. Cooke Ins. A 15 Dev. 247,746 ••---- ---•-- ------- Hyden Ins. ----- 94,547 * *These quotations were based on an experience modification of 1.60 that has not yet ) been promulgated by the State nor do we have a guarantee of them doing so. All ) other quotations were based on our existing mod of 1.84. I am not considering Hyden's bid because it is incomplete. I requested Risk Management to recalculate their bid based on the 1.84 mod and the revised figure is 114,865 of the major coverages are subject to annual audit. Therefore, while consideration was given to cost, company stability, service, premium payment terms and policy language were heavily weighed factors. The premiums quoted are based on specifications that were prepared several months ago. Ad- ditions and deletions have to be made in several exposure areas that will result in adjusted premiums. There will be no appreciable changes in the quoted prices. I am forwarding specimen policies to the City Attorney for his review. If he feels my re- commendations should be amended based upon policy language and coverage interpretation, I will advise further. Overall, there has been.a substantial decrease in premiums as compared to prior years. I feel it is good risk management to bid in this soft market. Market conditions will change in the near future and because of our timing, we now have the opportunity to establish per- sistency and show good loss control management in order to keep our rates down. Because of the time and expense involved in preparing and considering proposals, I recommend that new proposals not be sought for a minimum of three years, providing market conditions do not dic- tate the feasibility of soliciting open bidding and the agents and carriers to whom awards are made perform to our satisfaction.