• •UMC
UNITED
IIEDICAl.aNl'E&
November 8, 2024
The Honorable Phil Mendelson
Chairman, Council of the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, N.W.
Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Enclosed for consideration and approval by the Council of the District of Columbia is a
proposed Contract between the Not-for-Profit Hospital Corporation and Bridgeway
Insurance Company for the provision of Healthcare Professional Liability, General
Liability Physicians & Excess Liability insurance coverage ("Contract").
Council action is necessary to approve this proposed contract in the amount of $4,096,710.00 for
the period, November 23, 2024 through November 23, 2025, a slightly lowered premilllll amount
than the rest ofthe mmket.
As always, I am available to discuss any questions you may have regarding this submittal.
In order to facilitate a response to any questions you may have, please have your staff
contact me at (202) 574-6611. I look forward to a favorable consideration on this contract.
Sincerely,
0 lD\�WL ��wi.-�
queline Payne-Borden
Chief Executive Officer
Not-for-Profit Hospital Corporation
Enclosure
1310 SOUTHERN AVENUE, SE WASHINGTON, D.C. 20032-4623 • 202-574-6000 • WWW.UNITED-MEDICALCENTER.COM
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c-1) of the Procurement Practices Reform Act of 2010, as amended,
D.C. Official Code § 2-352.02(c-1), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(A) The proposed contractor, contract amount, unit and method of compensation, contract
term, and type of contract:
Proposed Contractor: Bridgeway Insurance Company
Contract Amount: $4,096,710.00
Unit and Method of Compensation: Fifteen percent (25%) is due no later than
December 10, 2024 with the remaining Seventy-
five (75%) is due in eight (8) monthly reporting
installments
Term of Contract: November 23, 2024 — November 23, 2025
Type of Contract: Fixed Fee
Source Selection Method: Competitive Procurement
(B) For a contract containing option periods, the contract amount for the base period and
for each option period. If the contract amount for one or more of the option periods
differs from the amount for the base period, provide an explanation of the reason for
the difference:
Base Period Amount: $4,096,710.00
(C) The goods or services to be provided, the methods of delivering goods or services, and
any significant program changes reflected in the proposed contract:
The service to be provided is Healthcare Professional Liability, General Liability Physicians
& Excess Liability insurance coverage running from November 23, 2024 to November 23,
2025. There are no coverage changes from the prior coverage period and the services being
provided through the insurance policy.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including the price and technical components:
The Hospital's insurance broker only received a couple of quotes for the Hospital's 2024-
2025 Healthcare Professional Liability, General Liability Physicians & Excess Liability
insurance coverage. In addition to price, the other major evaluation criteria were 1) the
ability for the Hospital to pay the premium by installment; and 2) a policy that did not
require the Hospital to indemnify the insurer, in order to comply with the Hospital's federal
and local Anti-Deficiency Act obligations. Out of the requested quotes, only Munich Re
Group proposed policy met the above- referenced criteria.
(E) A description of any bid protest related to the award of the contract, including
whether the protest was resolved through litigation, withdrawal of the protest by the
protestor, or voluntary corrective action by the District. Include the identity of the
protestor, the grounds alleged in the protest, and any deficiencies identified by the
District as a result of the protest:
There is no protest associated with this contract.
(F) The background and qualifications of the proposed contractor, including its
organization, financial stability, personnel, and prior performance on contracts with
the District government:
Munich Re Specialty Insurance E&S provides a wide range of commercial insurance
coverages tailored for middle market companies. They specialize in underwriting difficult-
to-place, moderate-to-higher-risk accounts, and are committed to upholding the highest
standards for our employees and business partners. The entrepreneurial approach means
they evaluate each submission on its own merits providing customized and creative
solutions solely through A+ rated carriers. Munich is the parent entity of Bridgeway
Insurance Company.
(G) A summary of the subcontracting plan required under section 2346 of the Small,
Local, and Disadvantaged Business Enterprise Development and Assistance Act of
2005, as amended, D.C. Official Code § 2-218.01 et seq. (“Act”), including a
certification that the subcontracting plan meets the minimum requirements of the Act
and the dollar volume of the portion of the contract to be subcontracted, expressed
both in total dollars and as a percentage of the total contract amount:
The Contractor does not have a subcontracting plan associated with this contract. The
Hospital has requested a waiver from DSLBD; however, the Hospital acknowledges such
waiver shall not be approved by DSLBD due to the timing of the submission of the waiver
request. UMC will continue to do its best, yet acknowledges that as the closure nears,
procurement opportunities will become even more limited and avoiding disruption to major
services even more paramount.
(H) Performance standards and the expected outcome of the proposed contract:
2
The Contractor's performance will be monitored by the Not-for-Profit Hospital Corporation
Interim CEO. The expected outcome of this contract is to have the Contractor's services
provided to the Hospital in an efficient, competent and cost effective manner.
(I) The amount and date of any expenditure of funds by the District pursuant to the
contract prior to its submission to the Council for approval:
N/A
(J) A certification that the proposed contract is within the appropriated budget authority
for the agency for the fiscal year and is consistent with the financial plan and budget
adopted in accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
See enclosed fiscal certification from the OCFO.
(K) A certification that the contract is legally sufficient, including whether the proposed
contractor has any pending legal claims against the District:
See enclosed legal certification from UMC Counsel.
(L) A certification that Citywide Clean Hands database indicates that the proposed
contractor is current with its District taxes. If the Citywide Clean Hands Database
indicates that the proposed contractor is not current with its District taxes, either: (1) a
certification that the contractor has worked out and is current with a payment
schedule approved by the District; or (2) a certification that the contractor will be
current with its District taxes after the District recovers any outstanding debt as
provided under D.C. Official Code § 2-353.01(b):
See enclosed Clean Hands Certification.
(M) A certification from the proposed contractor that it is current with its federal taxes, or
has worked out and is current with a payment schedule approved by the federal
government:
The proposed contractor has certified its compliance.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged
business enterprise as defined in the Small, Local, and Disadvantaged Business
Enterprise Development and Assistance Act of 2005, as amended; D.C. Official Code §
2-218.01 et seq.:
The Contractor is not a certified local, small or disadvantaged business enterprise.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers
significant:
All relevant aspects of the proposed Contract are enclosed.
3
(P) A statement indicating whether the proposed contractor is currently debarred from
providing services or goods to the District or federal government, the dates of the
debarment, and the reasons for debarment:
As of October 14, 2024, the Contractor does not appear on the District or Federal
Excluded Parties List.
(Q) Any determination and findings issues relating to the contract’s formation, including
any determination and findings made under D.C. Official Code § 2-352.05
(privatization contracts):
None.
(R) Where the contract, and any amendments or modifications, if executed, will be made
available online:
Due to the hospital’s pending closure, the website will not undergo further upgrades;
however, the contract remains available onsite.
(S) Where the original solicitation, and any amendments or modifications, will be made
available online:
Due to the hospital’s pending closure, the website will not undergo further upgrades;
however, the contract remains available onsite.
4
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: August 28, 2024 Notice Number: L0012406323
BRIDGEWAY INSURANCE COMPANY FEIN: **-***1790
555 COLLEGE ROAD Case ID: 15536586
PRINCETON NJ 08543
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
Government of the District of Columbia
Office of the Chief Financial Officer
MEMORANDUM
To: Jacqueline Payne-Borden, Chief Executive Officer
From: Lilian Chukwuma, CFO – Not-for-Profit Hospital Corporation
Date: November 06, 2024
Re: Contract between the Not-for-Profit-Hospital-Corporation and Bridgeway Insurance
Company
The Not-for-Profit Hospital Corporation (NFPHC) intends to contract with Bridgeway
Insurance Company for the provision of Healthcare Professional Liability, General Liability
Physicians & Excess Liability insurance coverage (“Contract”) in the amount of $ 4,096,710.00
for the period from November 23, 2024 to November 23, 2025. The last payment is scheduled
to be made no later than August 15, 2025, and the following month, on September 30, 2025, the
NFPHC will be statutorily dissolved.
The Office of the Chief Financial Officer hereby certifies that the funds are included in the
NFPHC FY 2025 approved budget.
e Ws UMC
Sresateees astro
MEMORANDUM
To: Jacqueline Payne-Borden
Chief Executive Officer
ce: Kendrick Dandridge
Contracting Officer
From: Eric GouletEx pet
Associate Cotirisel t
Reference: Contract between the Not-for-Profit-Hospital-Corporation and Bridgeway
Insurance Company
Date: November 6, 2024
Subject: Legal Sufficiency
Thave reviewed the Contract between the Not-for-Profit Hospital Corporation and
Bridgeway Insurance Company for the provision Insurance Company for the provision of
Healthcare Professional Liability, General Liability Physicians & Excess Liability
insurance coverage (“Contract”).
Thereby certify that it appears to be legally sufficient. Pleasebe advised that my finding
is premised on the Contract being submitted to and approved by the Councilofthe
District of Columbia.
1310 SOUTHERN AVENUE, SE WASHINGTON,
D.C. 20032-4623 + 202-574-6000. + WWW-UNITED-MEDICALCENTER.COM
Docusign Envelope ID: 17C6D93B-C5FB-4DB8-A701-2BF4B45F678A
Acknowledgement and Approval of Insured to Bind Coverage * Council package
(Must Be Signed and Submitted No Later than November 22, 2024)
NFPHC hereby acknowledges receipt and review of the information in this proposed renewal policy dated
November 23, 2024, for Healthcare General Liability, Healthcare Professional Liability, Physicians Professional
Liability, Employee Benefits Liability, Entity Excess Liability (Excludes Physicians) for a total annual premium of
$4,096,710.
The payment schedule for the November 23, 2024 to November 23, 2025 policy year is 25% or $1,024,117.50 is
due no later than December 10, 2024 with the remaining 75% is due in eight equal installments with the
following payments due no later than:
January 15, 2025 - $384,066.56
February 15, 2025 - $384,066.56
March 15, 2025 - $384,066.56
April 15, 2025 - $384,066.56
May 15, 2025 - $384,066.56
June 15, 2025 - $384,066.56
July 15, 2025 - $384,066.56
August 15, 2025 - $384,066.58
Overnight Payments Payable to Capitol Insurance Services:
c/o Bridgeway Insurance Company (parent company -
Munich Re Specialty Insurance
Bank account details redacted for transmittal
10/15/2024
_____________________ ___________ _____________________________________
Date Time Authorized Representative
Not-For-Profit Hospital Corp / United Medical Center