Active SLED Opportunity · FLORIDA · CITY OF HIALEAH, FL

    Property and Casualty Insurance Brokerage and Other Risk Management Services

    Issued by City of Hialeah, FL
    cityRFPCity of Hialeah, FLSol. 247321
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 28, 2026
    PUBLISHED
    Mar 29, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    524210
    AI-classified industry

    AI Summary

    The City of Hialeah, FL seeks proposals for comprehensive property and casualty insurance brokerage and risk management services. The RFP requires firms with at least 10 years of public sector experience managing large insurance programs. Proposals will be evaluated on experience, approach, past performance, and cost. Submission deadline is April 28, 2026.

    Opportunity details

    Solicitation No.
    247321
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 29, 2026
    Due Date
    April 28, 2026
    NAICS Code
    524210AI guide
    State
    Florida
    Agency
    City of Hialeah, FL

    Description

    The City of Hialeah (“the City”) is seeking proposals from experienced and qualified firms to provide comprehensive Risk Management Services and to serve as the City’s Broker/Agent of Record for various lines of insurance coverage.

    Project Details

    • Reference ID: 2025-26-036
    • Department: Risk Management Division
    • Department Head: Franklin Duharte (Risk Administrator)

    Important Dates

    • Questions Due: 2026-04-28T18:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-20T20:26:13.747Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-21T13:34:30.061Z) —

      2026 Insurance Proposal for Gallagher

    • Addendum #3 (released 2026-04-21T13:34:33.717Z) —

      Keen Battle Mead and Co. for the last three years.

    Evaluation Criteria

    • Experience and Qualifications (30 pts)
      1. The proposer’s qualifications, including, but not limited to, company history and description, number of years in business, size, number of employees, office location where work is to be performed, licenses/certifications, credentials, capabilities, and capacity to meet the City’s needs.

      2. Provide a list of insurance companies that your firm anticipates would (or may) be utilized on behalf of the City of Hialeah for each line of insurance you intend to broker.

      3. Qualifications and experience of all proposed key personnel. 

      4. Provide a complete list of private and public entities of similar size to the City for which your proposed Team Leader currently and in the past has provided broker services. Indicate the dates (length) of service for the listed clients and specify the name, title, addresses, and telephone numbers of individuals. The City may contact those clients for whom you have provided insurance broker services to obtain further information regarding the level and quality of services provided currently and in the past. 

    • Proposed Approach and Methodology (20 pts)
      1. Proposer’s overall detailed understanding, approach, and methodology to perform the services solicited herein. Understanding of the RFP scope and requirements, implementation plan, strategies for assuring assigned work is completed on time, communication with City staff, and the Proposer’s intent to work with the City positively and innovatively in providing the services outlined in this RFP.

      2. Provide a detailed plan outlining the approach to securing insurance coverage for the City, along with the implementation of loss control services over the upcoming year. The plan should include defined tasks, subtasks, key milestones, and decision points. Incorporate visual tools such as graphs and charts where appropriate to enhance clarity and presentation.

      3. Describe your service capabilities both locally and across the United States. Specifically identify your local servicing capabilities in the area of claims and risk management information systems.
    • Past Performance and References (20 pts)
      1. Proposer’s three (3) references (but no more than five (5)) from public and private sector agencies, similar in size to the City of Hialeah, for which Proposer has provided the services described in the RFP and list all contracts for which the Proposer as performed (past and present) as a PRIME for the City of Hialeah. The City will review all contracts that the Proposer has performed for the City. Any and all Proposer’s performance records (satisfactory and unsatisfactory) will be utilized in the evaluation process, regardless of the type of work performed for the city.

      2. Provide a list with contact information of all public sector clients in the last ten (10) years, and include, if any, that have discontinued use of the Proposer’s services within the past two (2) years, and indicate the reasons for the same. Additionally, please provide any documentation related to performance issues of the current or past contracts, including any non-performance reports or notices to cure. The City reserves the right to contact any reference or current customer identified as part of the evaluation process.

      3. Incidents within the last five (5) years where (a) a civil, criminal, administrative, or other similar proceeding was filed or is pending, if such proceeding arises from or is a dispute concerning the Proposer’s rights, remedies, or duties under a contract for the same or similar type services to be provided under this RFP. 
    • Cost of Service (30 pts)
      1. Pricing will be scored objectively using the following formula.

      ProposerProposed Annual PriceCalculationPoints Awarded
      Firm A$60,000 (Lowest)(60,000 / 60,000) x 3030.00
      Firm B$75,000(60,000 / 75,000) x 3024.00
      Firm C$90,000(60,000 / 90,000)  x 30 20.00

       

    Submission Requirements

    • Solicitation Package
    • Letter of Intent (required)

      Each Respondent shall submit a letter of intent, which shall be signed by an authorized officer of the company or other Person authorized to bind the Respondent to the terms presented in its Response. The letter of intent must expressly state that the Respondent will provide the services requested in the Solicitation, in compliance with the terms in the Agreement, for the prices submitted with the Response.

    • Respondent's Statement of Organization (required)

      Please download the below documents, complete and have notarized. 

    • Subcontractor (required)

      Please download the below documents, complete and have notarized.

    • Subcontractor (required)

      Please download the below documents, complete, and upload.

    • Public Entity Crimes Affidavit (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Insurance Requirements & Checklist (required)

      Please download the below documents, complete and have notarized. 

    • Drug-Free Workplace (required)

      Please download the below documents, complete and have notarized. 

    • Certification to Accuracy of Solicitation (required)

      Please download the below documents, complete and have notarized. 

    • City of Hialeah Disclosure Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Assignment of Antitrust Claims (required)

      Please download the below documents, complete and have notarized. 

    • E-Verify Sworn Statement (required)

      Please download the below documents, complete and have notarized. 

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Common Carrier or Contracted Carrier Attestation (required)

      Please download the below documents, complete, and upload.

    • ”No sharing of personal identifying data with foreign countries of concern” (required)

      Please download the below documents, complete and have notarized. 

    • Affidavit Required by Section 787.06, Florida Statutes, “Human Trafficking” (required)

      Please download the below documents, complete and have notarized. 

    • Certificate of Receipt (required)

      Please download the below documents, complete, and upload.

    • Litigation and Debarments (required)

      To establish responsibility the Respondent cannot have one (1) or more of the following circumstances.

      A. Have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is not a debtor or in default to the City ; or is not a , guarantor, maker,  or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City; or

      B. Have any record of any pending lawsuit(s) or unsatisfied civil judgments against the Respondent or conviction(s) of criminal acts including, without limitation, any crimes involving fraud or moral turpitude, fraud, deceit, or have ever been declared bankrupt or had a receiver appointed over their property or been the subject of an assignment for the be benefit of creditors in the past seven (7) years.

      C. Be on the convicted vendor list per “Public Entity Crimes”, Section 287.133, Fla. Stat and/or the Discriminatory Vendor List”, Section 287.134, Fla. Stat. or.

      D. Have been debarred within the past seven (7) years by any public agency in Florida 

      These findings of responsibility will apply jointly and severally to the Respondent as a business entity and to a member, principal, officer, or stockholder of the Respondent. 

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Litigation and Debarment Disclosure (required)

      If YES to the Litigation and Debarments question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Litigation and Debarments question, please label this section as N/A".

    • CONFLICT OF INTEREST AND ETHICS (required)

      Each Respondent must confirm that the Respondent does not violate any of the following conflicts of interest provisions:

      (a) To the best of its knowledge, no officer, director, agent, or employee of the Respondent, or any relative of an officer, director, agent, or employee of the Respondent, is also an employee of the City.

      (b) To the best of its knowledge, no City employee owns, directly or indirectly, an interest of five percent (5%) or more in the Respondent’s firm or any of its subsidiaries or affiliates.

      (c) The Respondent does not directly or indirectly own or have a financial interest in more than ten percent (10%) of any other Respondent, regardless of whether such ownership is direct or through a parent, subsidiary, affiliate, other agreement or arrangement, or holding company of any other business entity.

      Each Respondent shall list and describe any professional or financial relationship that it has or had with the City, its elected or appointed officials, any employees or agents, or any of its agencies or component units, during the past five (5) years (i.e., since January 1, 2019), together with a statement explaining why each relationship do not constitute a conflict of interest relative to the services sought in this RFP. The
      Respondent shall have an ongoing obligation to give the Purchasing Division Director prompt written notice of any other professional or financial relationships that it enters into with the City, its elected or appointed officials, its employees or agents, or any of its agencies or component units before the Agreement is executed.

      Each Respondent must list all relationships that present potential, actual, or perceived conflicts of interest in connection with the Respondent’s potential work under this Solicitation. Concerning each such conflict, please provide a brief explanation of the facts and issues involved in the potential conflict. If the Respondent is not aware of any potential conflict, the Respondent should state there are no such conflicts expressly.

      Each Respondent must identify all persons that are involved with this Solicitation on behalf of the Respondent. In addition to the representatives previously addressed by the Respondent in their response to this Solicitation, please identify the names of any person serving as the Respondent’s lawyer, lobbyist, or public relations representative with regard to this Solicitation. The Respondent also must promptly notify the City Clerk in writing if any person is added to this list after the submittal of the Proposal.

      If the Respondent is participating in any discussions concerning a merger, acquisition, partnership, or assignment of the Agreement, please identify the other person(s) that may be participating in the work performed under the Agreement.

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Conflicts of Interest and Ethics

      If YES to the Conflicts of Interest and Ethics question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Conflicts of Interest and Ethics question, please label this section as N/A".

    • Certification Regarding Debarment, Suspension, And Other Responsibility Matters (required)

      Please download the below documents, complete, and upload.

    • Assurance of Compliance (required)

      Please download the below documents, complete, and upload.

    • Respondent's Initial Section 3 Goals (required)

      Please download the below documents, complete, and upload.

    • Minority Business Utilization Commitment (required)

      Please download the below documents, complete, and upload.

    • Section 3 Packet (required)

      Please download the below documents, complete, and upload.

    • Section 3 Business Certification (required)

      Please download the below documents, complete, and upload.

    • Lap Certification of Current Capacity (required)

      The Contractor must certify that they have the financial capacity to complete the project. It is required that the Contractor download, complete, and submit attached form FDOT form # 525-101-46.

    • Lobbying Certification (required)

      Bidder must download FDOT form #375-030-33 and FDOT form #375-030-034d, complete, and upload.

    • Non-Collusion Declaration and Compliance with 49 CFR §29.110(a) (required)

      Please download the non-collusion declaration and compliance with 49 CFR §29.110(a) form, complete, and upload.

    • Vendor Eligibility Check Prior to Contract Award (required)

      Please download the vendor eligibility check prior to contract award form, complete, and upload.

    • Capacity to Perform

      To establish responsibility each Respondent must provide information demonstrating that the Respondent will be able to dedicate sufficient capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement. Each Respondent must identify and describe the resources it has available to serve the City.

    • Please upload a list of all capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement (required)
    • APPROACH TO CITY’S WORK

      Each Respondent must include a description of the systematic approach and actions to be taken to provide the services requested under the RFP. This systematic approach must describe, at a minimum, the established procedure and Respondent’s capability to follow all applicable rules and maintain a safe work environment from which the Respondent will perform the services pursuant to the requirements of the Agreement.

    • Experience and Qualifications (required)
      1. The proposer’s qualifications, including, but not limited to, company history and description, number of years in business, size, number of employees, office location where work is to be performed, licenses/certifications, credentials, capabilities, and capacity to meet the City’s needs.

      2. Provide a list of insurance companies that your firm anticipates would (or may) be utilized on behalf of the City of Hialeah for each line of insurance you intend to broker.

      3. Qualifications and experience of all proposed key personnel. 

      4. Provide a complete list of private and public entities of similar size to the City for which your proposed Team Leader currently and in the past has provided broker services. Indicate the dates (length) of service for the listed clients and specify the name, title, addresses, and telephone numbers of individuals. The City may contact those clients for whom you have provided insurance broker services to obtain further information regarding the level and quality of services provided currently and in the past. 
    • Proposed Approach and Methodology (required)
      1. Proposer’s overall detailed understanding, approach, and methodology to perform the services solicited herein. Understanding of the RFP scope and requirements, implementation plan, strategies for assuring assigned work is completed on time, communication with City staff, and the Proposer’s intent to work with the City positively and innovatively in providing the services outlined in this RFP.

      2. Provide a detailed plan outlining the approach to securing insurance coverage for the City, along with the implementation of loss control services over the upcoming year. The plan should include defined tasks, subtasks, key milestones, and decision points. Incorporate visual tools such as graphs and charts where appropriate to enhance clarity and presentation.

      3. Describe your service capabilities both locally and across the United States. Specifically identify your local servicing capabilities in the area of claims and risk management information systems.
    • Past Performance and References (required)
      1. Proposer’s three (3) references (but no more than five (5)) from public and private sector agencies, similar in size to the City of Hialeah, for which Proposer has provided the services described in the RFP and list all contracts for which the Proposer as performed (past and present) as a PRIME for the City of Hialeah. The City will review all contracts that the Proposer has performed for the City. Any and all Proposer’s performance records (satisfactory and unsatisfactory) will be utilized in the evaluation process, regardless of the type of work performed for the city.

      2. Provide a list with contact information of all public sector clients in the last ten (10) years, and include, if any, that have discontinued use of the Proposer’s services within the past two (2) years, and indicate the reasons for the same. Additionally, please provide any documentation related to performance issues of the current or past contracts, including any non-performance reports or notices to cure. The City reserves the right to contact any reference or current customer identified as part of the evaluation process.

      3. Incidents within the last five (5) years where (a) a civil, criminal, administrative, or other similar proceeding was filed or is pending, if such proceeding arises from or is a dispute concerning the Proposer’s rights, remedies, or duties under a contract for the same or similar type services to be provided under this RFP. 
    • Experience

      To establish responsibility each Respondent shall submit proof that a Respondent is a Person who is licensed or authorized to complete the Property and Casualty Insurance Brokerage and Other Risk Management Services required in this Solicitation and is licensed to do business in the State of Florida and in “Good” standing.

    • Upload the following: (required)

      A. Respondent must maintain a current, Florida 2-20 Property & Casualty Agent’s License for all Key Personnel.

      B. Respondent must have ten (10) or more years of public sector experience and demonstrated experience managing property insurance programs with total insured values of $200 million or greater, including layered property placements and catastrophe-exposed risks.

      C. Respondent must be an active corporation or other incorporated business entity (e.g., LLC, etc.) in the State of Florida.

      D. Respondent must submit a copy of a valid Business Tax Receipt (BTR). 

    • Completed Project #1

      To establish responsibility, each Respondent must submit proof that it has completed a minimum of five (5) projects within the last five (5) years in which the Respondent provided benefits brokerage and consulting services, with at least three (3) in municipal or government accounts of similar size, nature, and complexity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of the Contract (required)
    • Completed Project #2

      To establish responsibility each Respondent must submit proof that it has completed a minimum of five (5) projects within the last five (5) years in which the Respondent provided benefits brokerage and consulting services, with at least three (3) in municipal or government accounts of similar size, nature, and complexity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Completed Project #3

      To establish responsibility each Respondent must submit proof that it has completed a minimum of five (5) projects within the last five (5) years in which the Respondent provided benefits brokerage and consulting services, with at least three (3) in municipal or government accounts of similar size, nature, and complexity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services

      A narrative description of the services performed.

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Completed Project #4

      To establish responsibility, each Respondent must submit proof that it has completed a minimum of five (5) projects within the last five (5) years in which the Respondent provided benefits brokerage and consulting services, with at least three (3) in municipal or government accounts of similar size, nature, and complexity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Contract Duration (required)
    • Description of Services (required)

      A narrative description of the services performed.

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Completed Project #5

      To establish responsibility, each Respondent must submit proof that it has completed a minimum of five (5) projects within the last five (5) years in which the Respondent provided benefits brokerage and consulting services, with at least three (3) in municipal or government accounts of similar size, nature, and complexity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Reference #1

      Each Response must be accompanied by a list of five (5) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE. 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number  (required)
    • Reference #2

      Each Response must be accompanied by a list of five (5) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • Reference #3

      Each Response must be accompanied by a list of five (5) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • Reference #4

      Each Response must be accompanied by a list of five (5) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description og goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email
    • Entity contact phone number (required)
    • Reference #5

      Each Response must be accompanied by a list of five (5) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name
    • Entity contact phone number (required)
    • Entity contact email (required)
    • SOLICITATION CONFIRMATION

      By submitting their response and price proposal, the respondent certifies they have followed all solicitation rules and are making a legally binding offer to accept any resulting award. 

    • RESPONSE & PRICE PROPOSAL CONFIRMATION (required)

      The Respondent certifies that this response and price proposal is submitted in accordance with the solicitation specifications and conditions governing this Solicitation, and that the Respondent will accept any award(s) made to them as a result of this Solicitation.

      This confirmation constitutes the unequivocal offer of the Respondent to be bound by the terms of its response and price proposal.

    • This Solicitation will be for (required)
    • Provide evaluation criteria for the RFP (required)

      Criteria may include but are not limited to:

      • Years of Experience
      • Years of Experience with a governmental entity.
      • Understanding and responsiveness to the solicitation as a whole or specific section(s).
      • Pricing
      • Proposer's Financials
      • Capacity to Perform
    • What is the estimated value of the project? (required)
    • How will the project be funded? (required)
    • What account(s) will be utilized for the expenditure? (required)

      If no account has been designated, please see OMB before continuing.

    • Please describe the other funding source, and provide an account number. (required)

      If no account has been designated, please see OMB. Be as detailed as possible when describing the funding source.

    • What will be the term of the resulting contract? (required)
    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Is Local Vendor Preference applicable to this solicitation? (required)
    • Is a pre-bid/pre-proposal meeting necessary? (required)
    • What is the address of the pre-bid/pre-proposal meeting site? (required)
    • Will subcontractors be allowed? (required)

      Note: A self-performance requirement sets a minimum percentage of work that the contractor must complete in this project rather than utilize subcontractors.

    • What is the ____% of the self-performance requirement? (required)
    • Will this project include Grant funded Roadway Construction? (required)
    • Which solicitation template was chosen? (required)
    • Does the project have completion estimate? (required)

      A completion estimate is important for solicitation projects because it is crucial for both the companies bidding on the project and the organization soliciting the bids.

      For bidders, the estimate is the foundation of their proposal, allowing them to:

      • Submit competitive and profitable bids.
      • Effectively manage resources like labor and materials.
      • Identify and plan for potential risks.

      For project owners, the estimate helps them to:

      • Accurately evaluate and compare different proposals.
      • Secure necessary funding by establishing a budget.
      • Monitor the project's progress and costs to prevent overruns.
    • What is the completion estimate for this project in calendar days? (required)

    Questions & Answers

    Q (Current Coverages Inquiry): Good morning. I was doing some research on this program and discovered that the City of Hialeah recently approved an agreement with the Arthur J. Gallagher Service Company, LLC for city property insurance effective 3/10/26-3/9/27. I also noticed the city separately approved cyber security insurance from the same company for the same term period. Is this an error? And is the bidding process still ongoing and open? What lines of coverage are still available for bidding? Thank you.

    A: Good afternoon, The City of Hialeah has property insurances for its various properties. Different -properties have different effective dates and we want to BROKER selected in the RFP process to assist with getting all the policies under the same effective dates. The bidding is for the BROKER to obtain the various insurances. Thank you.


    Q (No subject): What is the current fee structure for the City of Hialeah Arthur J Gallagher Broker contract, is it a flat fee or commission?

    A: Commission Answered by Franklin Duharte, Risk Administrator


    Q (No subject): Whether flat fee or commission, what were the contract fees paid to insurance broker Arthur J. Gallagher per year, for the last 3 years?

    A: For 2026- Property commission fee percentage is 11%, Equipment Breakdown commission fee percentage is 8.5% Storage Tank (C&I) commission fee percentage is 8%. Storage Tank (Ironshore) commission fee percentage is 10%. Fiduciary commission fee percentage is 13%. Sabotage and Terrorism commission fee percentage is 11% .Cyber commission fee percentage 13.3%. For 2025, Property commission fee percentage is 11%, Equipment Breakdown commission fee percentage is 8.5% .Storage Tank (C&I) commission fee percentage is 8%. Storage Tank (Ironshore) commission fee percentage is 10. Fiduciary commission fee percentage is 13%. Sabotage and Terrorism commission fee percentage is 11%.. Cyber commission fee percentage is 13.3% For 2024, Property commission fee percentage is 11%, Equipment Breakdown commission fee percentage is 9%. Storage Tank (C&I) commission fee percentage is 8%. Storage Tank (Ironshore) commission fee percentage is 10%. Fiduciary commission fee percentage is 13%. Sabotage and Terrorism commission fee percentage is 11%. Cyber commission fee percentage is 13.3% Answered by Franklin Duharte, Risk Administrator


    Q (No subject): What are the current intermediary commission percentages paid through Arthur J. Gallagher on insurance placements for property insurance, crime insurance, cyber risk liability, cyber insurance, storage tank, sabotage and terrorism liability, equipment breakdown/boiler & machinery, and fiduciary liability?

    A: For 2026- Equipment Breakdown commission fee percentage is 8% wholesaler, MGA or Intermediary fee. Storage Tank (Ironshore) commission fee percentage is 5% + Broker Fee- RPS $400. Sabotage and Terrorism commission fee percentage is 15% wholesaler, MGA or Intermediary fee. For 2025, Equipment Breakdown commission fee percentage is 8% wholesaler, MGA or Intermediary fee. Storage Tank (Ironshore) commission fee percentage is 5% + Broker Fee- RPS $300.00. Sabotage and Terrorism commission fee percentage is 15% wholesaler, MGA or Intermediary fee. For 2024- Equipment Breakdown commission fee percentage is 9% and 7.5% wholesaler, MGA or Intermediary fee. Storage Tank (Ironshore) commission fee percentage is 10% and 5% +$300 wholesaler, MGA or Intermediary fee. Sabotage and Terrorism commission fee percentage is 11% and 15% wholesaler, MGA or Intermediary fee. Answered by Franklin Duharte, Risk Administrator


    Q (No subject): Can you provide the property insurance renewal executive summaries produced by Arthur J. Gallagher that breakdown the property insurance program structure, per year, for the last 3 years?

    A: Please see Addendum no. 2.


    Q (No subject): What is the current fee structure for the City of Hialeah Keen Battle Mead and Co. Broker contract, is it a flat fee or commission?

    A: Commission Answered by Franklin Duharte, Risk Administrator


    Q (No subject): Whether flat fee or commission, what were the contract fees paid to insurance broker Keen Battle Mead and Co. per year, for the last 3 years?

    A: RO Plant Property policy – 15% Public Works Property policy – 10% Crime Policy – 13% Inland Marine – 15% Special Events Liability – 10% Answered by Franklin Duharte, Risk Administrator


    Q (No subject): What are the current intermediary commission percentages paid through Keen Battle Mead and Co. on insurance placements for property insurance, crime insurance, inland marine insurance, and special events insurance?

    A: RO Plant Property policy – 15% Public Works Property policy – 10% Crime Policy – 13% Inland Marine – 15% Special Events Liability – 10% Answered by Franklin Duharte, Risk Administrator


    Q (No subject): Can you provide the property insurance renewal provided by Keen Battle Mead and Co. that breakdown the property insurance program structure, per year, for the last 3 years?

    A: Please see Addendum no. 3


    Key dates

    1. March 29, 2026Published
    2. April 28, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.