HomeMy WebLinkAboutPR 14899: RENEWAL OF RWL GROUP RISK MANAGEMENT SERVICE CONTRACTCITY OF PORT ARTHUR
SAFETY ~ RISK MANAGEMENT
MEMORANDUM
TO: Stephen B. Fitzgibbons, City Manager
FROM: Lisa Cotten, Safety ~ Risk Management Coordinator
DATE: August 28, 2008
SUBJECT: Resolution Approving the Renewal of RWL Group
Contract
COMMENT
RECOMMENDATION:
~c
Risk Management Service
I recommend approval of Proposed Resolution No. 14899 authorizing the renewal of the City's
contract with RWL & Associates for Risk Management Consulting Services at the not to exceed cost
of $18,000 for the 2008-2009 Fiscal Year.
This represents essentially a rollover of the existing contract with RWL Group, except that the
hourly rate will increase from $175 per hour to $200 per hour. This represents the first hourly rate
increase in approximately twenty years (Exhibits "A", "B" and "C").
ft should be noted that the City only expended $5,188.75 on services from RWL during the 2007-
2008 Fiscal Year (through August 28, 2008).
BACKGROUND:
Mr. Lazarus' first risk management services contract with the City dates back to 1983. Since that
time Mr. Lazarus and his staff have consistently provided all departments of the City with quality risk
management services. Some of the services provided by Mr. Lazarus and his staff incl~.ade assisting
with claims/lawsuits wherein coverage is in dispute, preparing bid specifications for the City's
liability, property and casualty insurance lines, reviewing bids received and subsequently
recommending the carrier to provide insurance coverage, assisting with difficult worker's
compensation claims, responding to insurance questions from all City departments, etc.
RWL Group has requested a raise in the hourly rate from $175 per hour to $200 per I~tour. This is
the first increase in the hourly rate in almost twenty years. Gity staff has reviewed and concurs with
this reasonable request.
BUDGETARY/FISCAL EFFECT:
The proposed funding is as follows:
General Liability Insurance Fund .............612-1702-581.52-00...........$18,000
There was $18,000 appropriated in the 2008-2009 Fiscal Budget for Risk Management Services.
"REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR"
Stephen B. Fitzgibbons, City Manager
August 28, 2008
Page 2 of 2
STAFFING/EMPLOYEE EFFECT:
No effect on staffing levels.
SUMMARY:
I recommend approval of Proposed Resolution No. 14899 authorizing the renewal of the City's
contract with RWL & Associates for Risk Management Consulting Services at the not to~ exceed cost
of $18,000 for the 2008-2009 Fiscal Year.
This represents essentially a rollover of the existing contract with RWL Group, except that the
hourly rate will increase from $175 per hour to $200 per hour. This represents the first hourly rate
increase in approximately twenty years (Exhibits "A", "B" and "C").
It should be noted that the City only expended $5,188.75 on services from RWL during the 2007-
2008 Fiscal Year (through August 28, 2008).
"REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR"
P. R. No. 14899
8/2E3/08 LJC
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A
CONTRACT WITH RWL GROUP FOR RISK MANAGEMENT CONSULTING
SERVICES AT THE NOT TO EXCEED COST OF $18,000
FOR THE 2008-2009 FISCAL YEAR
FUNDING BY: General Liability Insurance Fund
612-1702-581.52-00
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Manager of the City of Port Arthur, Texas is hereby authorized to
enter into a contract for risk management consulting services with RWL Group for the
2008-2009 fiscal year, in accordance with the attached contract describing services made
part hereof as Exhibit "A"; and,
THAT said contract is an exact duplicate of a City Standard Form Contract except
for the changes described in the Certificate of Standard Form Contract, a copy of which is
attached hereto as Exhibit "B" and is hereby incorporated by reference, and said changes
are hereby approved; and,
THAT the City Manager is hereby authorized to expend funds from the General
Liability Insurance Fund for said contract not to exceed the amount of Eighteen Thousand
and no/100 Dollars ($18,000); and,
THAT said agreement is contingent on the availability of funds in the 2008-2009
fiscal year budget, to be approved by the City Council; and,
P. R. No. 14899
8/28/08 LJC
Page 2 of 2
THAT a copy of the caption of this Resolution be spread upon the Minutes of the
City Council.
READ, ADOPTED, AND APPROVED this day of , A.D., 2008, at a
Meeting of the City Council of the City of Port Arthur, Texas, by the 1`ollowing
vote: AYES: Mayor , Councilmembers
NOES:
Deloris "Bobbie" Prince, Mayor
ATTEST:
Terri Hanks, Acting City Secretary
APPROVED AS TO FORM:
Mark T. Sokolow ity Attorney ~ D N ~~~~ ~~)
APPROVED FOR AVAILABILITY OF FUNDS:
Rebecca Underhill, Director of Finance
APPROVED FOR ADMINISTRATION:
Stephen B. Fitzgibbons, City Manager
THE STATE OF TEXAS
COUNTY OF JEFFERSON
CONTRACT
FOR PROFESSIONAL RISK MANAGEMENT SERVICES
Exhibit "A"
THIS AGREEMENT, entered into as of this 1~ day of October , AD,
2008, by and between the City of Port Arthur, Port Arthur, Texas, (hereinafter called
the "CITY" or "OWNER") acting herein by its Mayor, duly authorized by Resolution of
the City Council, the City of Port Arthur and RWL GROUP (hereinafter called the
"CONSULTANT") acting herein by Robert W. Lazarus its President (Name and
Office or Position) hereunto duly authorized:
WITNESSETH THAT:
WHEREAS, the CITY desires to engage the CONSULTANT to (1) render
certain technical and professional services hereafter described in "Scope of
Services" or (2) perform certain work hereafter described in "Scope of Services":
NOW, THEREFORE, the parties hereto do mutually agree as follows:
1. Employment of CONSULTANT
The CITY hereby agrees to engage the CONSULTANT and the
CONSULTANT hereby agrees to perform the "Scope of Services" hereinafter set
forth.
2. Scope of Services
Consulting services shall be provided as follows:
i
A. BASIC SERVICES
I. Monitoring: CONSULTANT will review all of the renewal
property and casualty insurance coverage for compliance with
CITY's specifications and will provide a written description of any
discrepancies.
II. Risk Management Administration: CONSULTANT will provide
technical assistance to the CITY for the purpose of developing,
implementing and monitoring an appropriate risk management
administrative plan. Services to include:
a. Communication of underwriting claims, loss control,
financial, statistical, insurance, exposure, and other
information to appropriate intemal and external persons
and organizations.
b. Assist CITY in preparing administrative controls and
monitoring of claims, loss control, insurance purchasing,
subrogation, contractual risk transfer, purchases of self-
insurance and related services from external providers,
(i.e. claims, loss control, statistical, etc.j
c. Assist CITY in formulating record keeping practices that
impact upon such things as claims, losses, premiums,
expenses, coverage, certificates of insurance, and loss
control activities, etc.
d. Assist CITY in developing forms and formats to be
considered for information storage and management.
e. Assist CITY in developing and advising on irnportant
administrative functions pertaining to intemal cost
allocation, budgeting, self-insurance decisions, self-
2
insurance funding and accounting, agent selection,
insurance purchasing, utilization of external services
provided by carriers and agents, as well as other related
services purchased from external sources, plus
effectiveness of using internal resources in conjunction
with risk management programs needs, etc.
f. Assist in developing organizational policies and
procedures, plus staff and resource considerations relative
to establishing a more effective and formal climate for
managing the risk management function. This element will
include specific recommendations with respect to the
requisite management disciplines to be utilized by the
CITY in conjunction with the administration of its risk
programs.
g. The CONSULTANT also agrees, at request of CITY, to
making office visits and prepare reports pertaining to these
visits to accomplish tasks identified in (a) through (f).
III. Preparation of Insurance Specifications and Evaluations of Bid
Proposals. CONSULTANT agrees to rebid any insurance
coverage deemed necessary by CITY Management; provided,
however, that the parties intend that specifications be written only
once for any line of insurance; in the event that it is necessary to
rebid a particular line, the parties shall agree in writing to an
additional fee, which shall not exceed $200 per hour, to the extent
that the CONSULTANTs time exceeds the maximum allowance
provided in the contract for preparation of bid specifications. In
connection with the evaluation of bid proposals, CONSULTANT
3
agrees to provide a recommendation for City Council
consideration.
IV. Compensation: Consultant's compensation for Basic Services
shall be as set forth in Paragraph 5.
B. ADDITIONAL SERVICES
I. Description of Work: All work pertom~ed by CONSULTANT at
request of OWNER which is either described in this paragraph or
not included in the Basic Services defined above, shall constitute
Additional Services. These shall include:
a. Any work undertaken as an expert witness or in cormection
with litigation or other controversies, such as preparation of
data and reports, waiting to testify, testifying in court or by
deposition, and consulting with OWNER or attorneys.
b. Preparation of any special reports not included in Basic
Services, applications for permits or grants, and
appearances before regulatory agencies.
c. Any revision of previously approved reports, .data or
specifications.
d. All travel and subsistence to points other than
CONSULTANTs or OWNER's offices at OWNER's
request.
e. Making copies of final reports and other documents
provided under Basic Services in excess of five sets.
f. Providing any other service not otherwise included in this
Agreement or not customarily furnished in accordance with
the generally accepted consulting practice.
4
II. Compensation: Consultant's compensation for Additional
Services shall be as set forth in Paragraph 5.
3. Time of Pertormance
CONSULTANT will proceed immediately upon execution of this Contract with
performance of the services called for under the Basic Services. CONSULTANT
services shall be for a period of one (1) year, whereupon this Contract shall terminate
one (1) year from execution thereof.
4. Information and Services to be Furnished CONSULTANT
It is agreed that the CITY will furnish, without charge, for the uses of the
CONSULTANT, information, data, reports, records, and maps as are existing,
available, and necessary for the carrying out of the work of the CONSULTANT as
outlined under "Scope of Services." The GIN and its agencies will cooperate with
the CONSULTANT in every way possible to facilitate the pertormance of the work
described in this Contract.
5. Compensation and Method of Payment
CITY will pay CONSULTANT for work performed and services rendered as
follows:
A. BASIC SERVICES
I. Monitoring: CONSULTANT shall be paid the sum of $2,000 for
performance of said services as outlined in Paragraph 2A-I.
II. For any visit to CITY in connection with items listed in
Paragraphs 2A-I, 2A-II, or 2A-III, CONSULTANT will be paid flat
rate of $1,850 per visit, at request of OWNER, in lieu of $200 per
5
hour rate. Said flat rate includes travel and related expenses,
and each visit contemplates 10 hours of consulting time.
III. Reports and retainer work performed under Paragraph 2A-II will
be paid at the rate of $200 per hour.
IV. CONSULTANT shall bill CITY at the rate of $200 per hour for
services rendered under Paragraph 2A-111; however, service fees
in connection with spec cations and bidding shall not exceed
$5,500.00, except in connection with authorized travel per
Provision 5A-II.
B. ADDITIONAL SERVICES
I. CONSULTANT shall bill CITY at the rate of $200 per hour for
services rendered under Paragraph B -Additional Services.
IT IS AGREED THAT TOTAL FEES FOR SERVICES IJNDER
THIS CONTRACT, SHALL NOT EXCEED THE SUM OF
EIGHTEEN THOUSAND AND 00/100 ($18,000.00) DOLLARS,
nor shall the CONSULTANT be obligated to render services after
his combined travel time, offce time, and expenses arr~ount to
$18,000.00. Notwithstanding any other provisions in the within
Contract, the CITY does not guarantee the CONSULTANT
18000.00 unless he, in fact, accrues same in accordance with
the terms of the within Contract. This amount contemplates the
following: (a) under (2A-1) $2,000 for monitoring services, (b)
under (2A-II) and (B) a maximum of 60 hours consulting time, and
(c) under (2A-III) a maximum of $5,500 for all work in cormection
with bid specifications preparation and evaluation, exGusive of
travel time and expenses. (However, this is not to be construed
as guaranteeing CONSULTANT 60 hours consulting time.) Fee
6
arrangements and consulting time may be changed if mutually
agreed to in writing.
C. PAYMENTS
CONSULTANT will invoice OWNER every other month.
OWNER agrees to promptly pay CONSULTANT at his office in
Richardson, Texas, the full amount of each such invoice upon
receipt. A charge of 1 % per month will be added to the unpaid
balance of invoices within 30 days after date of invoice.
6. Records
CONSULTANT shall keep accurate records, including time sheets and travel
vouchers, of all time and expenses allocated to performance of Contract work. Such
records shall be kept in the offices of the CONSULTANT for a period of not less than
five (5) years and shall be made available to the CITY for inspection and copying
upon reasonable request.
7. Ownership of Documents
All documents, reports, and specifications are property of OWNER.
CONSULTANT may retain reproducible copies of same. The CONSULTANT shall,
at his own expense, purchase, maintain and keep in force insurance that will protect
against injury and/or damages which may arise out of or result from operations under
this contract, whether the operations be by himself or by any subcontractor or by
anyone directly or indirectly employed by any of them, or by anyone for whose acts
any of them may be liable, of the following types and limits [no insurance policy or
certificate of insurance required below shall contain any aggregate policy year limit
unless a specific dollar amount (or specific formula for determining a specific dollar
amount) aggregate policy year limit is expressly provided in the specification below
which covers the particular insurance policy or certificate of insurance.]
A. S#andard Worker's Compensation Insurance (with Waiver of
Subrogation in favor of the City of Port Arthur, its officers, agents, and
employees.)
B. Commercial General Liability occurrence type insurance ("XCU" and
products/completed operations coverage must be included, and the City
of Port Arthur, its officers, agents and employees must be named as an
additional Insured):
I. Bodily injury $500,000 single limit per occurrence or $500,000
each persoN$500,000 per occurrence.
II. Property Damage $100,000 per occurrence.
III. Minimum aggregate policy year limit $1,000,000.
C. Commercial Automobile Liability Insurance (including owned, non-
owned and hired vehicles coverage.)
Minimum combined single limit of $500,000 per occurrence, for
bodily injury and property damage.
II. If individual limits are provided, minimum limits are $300,000 per
person, $500,000 per occurrence for bodily injury and $100,000
per occurrence for property damage.
D. Contractual Liability Insurance covering the indemnity provision of this
contract in the same amount and coverage as provided for Commercial
General Liability Policy, specifically referring to this Contract by date,
job number and location.
E. CONSULTANT also agrees to maintain Professional Liability Insurance
coverage of $100,000 minimum per occurrence/ policy year aggregate
limit to cover claims against CONSULTANT for damages arising in the
8
course of, or as a result of, work performed under this Conrtract.
Coverage shall continue for a minimum of two (2) years after the
CONSULTANTs assignment under this Contract is completed.
Additional Professional Liability required is not required
8. CONSULTANT shall cause CONSULTANTs insurance company or insurance
agent to fill in all information required (including names of insurance agencies,
CONSULTANT and insurance companies, and policy numbers, effective dates and
expiration dates) and to date and sign and do all other things necessary to complete
and make into a valid certificate of insurance the CERTIFICATE OF INSURANCE
Form attached to and made a part of this Contract, and pertaining to the above listed
Items A, B, C, D, and E; and before commencing any of the work and within the time
otherwise specified, CONSULTANT shall file said completed Form with the Owner.
None of the provisions in said Form shall be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form
contains a provision that coverages afforded under the policies will not be altered,
modified or cancelled unless at least fifteen (15) days prior written notice has been
given to the Owner. CONSULTANT shall also file with the Owner valid
CERTIFICATE OF INSURANCE on like form covering all Subcontractors. Said
completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with
Owner not more than ten (10) days after execution of this Contract.
Deductible on policy for Professional Liability shall not exceed $5,00() unless
specifically approved by the Owner.
9
9. Professional Liability
CONSULTANT shall be responsible for the use and emptoytrient of
reasonable skill and care befitting the profession in the specifications and date
provided by CONSULTANT for the project covered by this Contract. Approval by
CITY shall not constitute nor be deemed a release or waiver of the responsibility and
liability of CONSULTANT for the accuracy and competency of such specifications
and data.
10. Indemnification
CONSULTANT shall comply with the requirements of all applicable laws, rules
and regulations in connection with the services of CONSULTANT and shall
exonerate, indemnify and hold harmless the CITY, its officers, agents and all
employees from any and all liability, loss or damage arising out of noncompliance
with such laws, rules and regulations, without limitation. CONSULTANT shall
assume full responsibili#y for payments of Federal, State and Local taxes or
contributions imposed or required under the Social Security, 1/Vorkers'
Compensation, and Income Tax Laws with respect to CONSULTANTs employees.
Further, CONSULTANT shall exonerate, indemnify and hold harmless the C:tTY, its
officers, agents and all employees in connection with any of the work perfom~ed or to
be performed under this Contract by CONSULTANT or as a result of
CONSULTANTs failure to use and employ reasonable skill and care befitting the
profession in accordance with Paragraph 9 hereof. Further, CONSULTANT shall
exonerate, indemnify and hold harmless the CITY, its officers, agents, and all
employees from any and all liability, loss, damages, expenses or claims for
infringement of any copyright or patent arising out of the use of any plans, designs,
drawings, or specifications furnished by CONSULTANT in the performance of this
Contract.
10
11. Address of Notices and Communications
OWNER:
City of Port Arthur
P.O. Box 1089
Port Arthur, Texas 77641
CONSULTANT:
RWL Group
300 N. Coit Road
Suite 810
Richardson, Texas 75080
All notices and communications under this Contract shall be mailed or
delivered to OWNER and CONSULTANT at the above addresses.
12. Captions
Each paragraph of this Contract has been supplied with a caption to serve only
as a guide to the contents. The caption does not control the meaning of any
paragraph or in any way determine its interpretation or application.
13. Successors and Assi_ nq_ments
The OWNER and the CONSULTANT each binds himself and his successors,
executors, administrators, and assigns to the other party of this Contract and to the
successors, executors, administrators and assigns of such other party, in respect to
all covenants of this Contract. Except as above, neither the OWNER nor the
CONSULTANT shall assign, sublet or transfer his interest in this Contract without the
written consent of the other. Nothing herein shall be construed as creating any
personal liability on the part of any officer or agent of any public body which may be a
party hereto.
11
14. Termination of Contract for Cause
If, through any cause, the CONSULTANT shall fail to fulfill in timely and proper
manner his obligations under this Contract, or if the CONSULTANT shall violate any
of the covenants, agreements, or stipulations of this Contract, the City shalt
thereupon have the right to terminate this Contract by giving written notice to the
CONSULTANT of such termination and specifying the effective date thereof, at least
five (5) days before the effective date of such termination. In such event, all finished
or unfinished documents, data and reports prepared by the CONSULTANT under this
Contract shall, at the option of the CITY, become its property and the CONSULTANT
shall be entitled to receive just and equitable compensation for any work satisfactorily
completed hereunder.
Notwithstanding the above, the CONSULTANT shall not be relieved of liability
to the CITY for damages sustained by the CITY by virtue of any breach of the
Contract by the CONSULTANT and the City may withhold any payments to the
CONSULTANT for the purpose of set-off until such time as the exact amount of
damages due the CITY from the CONSULTANT is determined.
15. Termination for Convenience of the City
The CITY may terminate this Contract at any time by giving at least thirty (30)
days notice in writing to the CONSULTANT. If the Contract is terminated by the
CITY as provided herein, the CONSULTANT will be paid for the time provided and
expenses incurred up to the termination date. If this Contract is terminated due to the
fault of the CONSULTANT, Paragraph 14 hereof relative to termination shall apply.
16. Changes
The CITY may, from time to time, request changes in the scope of the services
of the CONSULTANT to be pertormed hereunder. Such changes, including any
12
increase or decrease in the amount of the CONSULTANTs compensation, which are
mutually agreed upon by and between the CITY and CONSULTANT, shall be
incorporated in written amendments to this Contract.
17. Personnel
A. The CONSULTANT represents that he has, or will secure at his own
expense, all personnel required, in pertorming the services under this
Contract. Such personnel shall not be employees of or have any
contractual relationship with the CITY.
B. All of the services required hereunder shall be pertormed by the
CONSULTANT or under his supervision and all personnel engaged in
the work shall be fully qualified and shall be authorized or permitted
under State and local law to pertorm such services.
C. None of the work or services covered by this Contract shall be
subcontracted without the prior written approval of the City. Any work or
services subcontracted hereunder shall be specified by written Contract
or agreement and shall be subject to each provision of this Contract.
18. Reports and Information
The CONSULTANT, at such times and in such forms as the CITY may require,
shall furnish the CITY such periodic reports as it may request pertaining to the work
or services undertaken pursuant to this Contract, the costs and obligations iincurred
or to be incurred in connection therewith, and any other matters covered by this
Contract.
13
19. Civil Rights
Under 106.001 et.seq. Civil Practice & Remedies Code of the Revised Civil
Statutes of Texas, no person shall, on the grounds of race, religion, color, sex, or
national origin, be excluded from participation in, be denied the benefits of', or be
subjected to discrimination under any program or activity of the CITY.
The CONSULTANT will cant' out its work under this Contract in a manner
which will permit full compliance by the CITY with the Statute.
20. Interest of CONSULTANT and Employees
The CONSULTANT covenants that he presently has no interest and shall not
acquire any interest, direct or indirect, in the study area or any parcels therein or any
other interests which would conflict in any manner or degree with the pertormance of
his services hereunder.
The CONSULTANT further covenants that in the pertormance of this Contract,
no person having such interest shall be employed.
21. Incorporation of Provisions Required by Law
Each provision and clause required by law to be inserted into the Contract
shall be deemed to be enacted herein and the Contract shall be read and enforced
as though each were included herein. If through mistake or otherwise any such
provision is not inserted or is not correctly inserted, the Contract shall be amended to
make such insertion on application by either party.
14
CITY OF PORT ARTHUR
SIGNED AND AGREED TO ON THE DAY OF , 2008.
City Manager
CONSULTANT
SIGNED AND AGREED TO ON THE DAY OF , 2008.
RWL Group
15
. ~ (City of Poll Arthur) L-'xhibit '8'
(lnw DepurlmenO - • -
(Required Form)
(7/8/80
(to/s/ao)•
(s/l s/oo)
(9-o-aa)
(;~.2 Ravlsod ah 0/90) •
• CERTIFICATE OF STANDARD FORM CONTRACT FOR LAN
•~ DEPARTiyJENTRcVIcYYAND CITY COUNClLAGENDA ~'
Y
ccr(irv tl•,at Fhc conUccl (hereinaRer crlled 'scid conLncl~ ufCixed to lhQ nllached proposed Cily Council Reso;uGen
No. I y ~~ ~ !s nn exact dup(lcale of a~ applicable slnndard form conUact (rho line of which Is ato':nl 6elo•,+}
prev~cusry approved by the Law departmonl and ndopled n; a slandard form by Cily Councl Resolution, excepl (or Lie
b(anl<s iLnl hava been filled fn vAU, nll necessary informnGon anJ excepl (or the ehnnges described Uclovr.
The Gtfo o! the npp;icpble slandard form conlrnctis ; ;
(] FedernUy Funded ComlrucUon Contrnct, Revised 1/5/08, 7/89, 8/09; 4/20191 ~ ;
O Non-Federnl(y Funded Construction Contrnct, Revised 1/5/60, 7/89, 8/09; 4/20194
(J Federal • Professionn( Services -Engineering Contract, Revised 1/5/08, SJ89 (§10) 7/00/(rj0); 10!09; 2I'97 (§0)
(] Non-Federnl - Professional Services - Englneering Conhncl, Revlsed 1/5/86, 5/BrJ(y70), 7/Ei9(~0), 10(89; 7J91(§0)
(J CDBG - Professional Services - Engineeringg Contract, Revised 1/5/80, 5/09 (§10), 7J00(r0),'10/FJ9; 2191 (g0) '
(j Federnl - Professlonnl Services - ~•," •
• • Eton-Enplneering (Consultant) Contrnct, Revised 7/5/00, 5/89 (§10), 7/09 (§6); 70/07 2/01 (;0)
() Non-Federnl • Prole;sionnl Services -
Non-[nginaering (Consultant) Contract, Revised 1/5/60, 5/09 (§10), 7169 {~0); 70/09; 2/~7 (§O)
O CDOG - Professional services -
t`!on•Gngineering (Consultant) Contrnct, Revised 7/5/88, 5100 (§70), 7/89 (g0); 10/89; 2/9'1 (§0)
(x .Other Standard Foim Contract, described ns follows:
•rRISK 11ANAGEMENT CONSULTING SERVICES •
Tho cimnges are as follows: (Put r.n'X' in the appropriate (j)
(~ None. •
O The following described provisions nt l5e lndica:ed page, section, etc. of the slandard form have been delalcd
from scid contract:
DELETIONS
' ~ .,
Page Number Section or Pnrngrr.ph No. Subsection or ,
' Where end Caption Subparagraph No.
Deleted Provision Which and Cnplion
L Conloinn Provision Which Contains Provision Ocscriplion of -
Found On slandard Fcrm Oeleied From Form Deleted From Form Provislon Dcleled
Pine i of
~, 1 (p2 Revised H/10/90}
(Cortificnta o(Slandard Form Contract, page 2)
" (J Jho following doocrlbsd provisions et the indicated page, sedicn, etc, of the standard Jorm havo Uren altered,
modified; replaced or otherwise changed:
. ALTER,QTlONS, btODIftCATIONS, R£PLQCEMElJ7S, [TC, ~ ,
' T Pcgc § t, ca~Ucn
Sub § or Sub'y No.
Page No. § or 4 No. & Ca Uon
p ~ Ca Gon D sub 5 L c~ptien, etc.
of std contract
~
p
cseripGon ~
4'Iherc
of of which contain:
of
Provision Found Standard Form Standard Form Provision
ahcred, etc.
on which •which
Slnnda, rd~ Form Contains Provision Conlain~Provi;ton Standard Form provision; 8
DcscripUcn of
---- Allcrntron etc.
{
' t .
. Y
[ j The following provisions hove been added le Said Contract: ' '.
• 'Page, Section and Caption
SuDsecfion and Caption, etc. of Said Contract YYhich
.Contains (he Added Provision a
d D
n
escription ThereoF
I further certify that said a!teched proposed City Council Aecolulion contains the foiowing provision:
'"that sold contract Is an exact duplicate ei a Cily Standard Form Conlroct except for lha changes described in lne
Certi(cnle o! Stsndord Form Contract, n copy or which is attached here;o az F~chibit'B' and is hereby incorporated by
~. reference, and said changes are hereby ooproved,'
~.
I undorslnnd that this certificate will be relied on by Iho L.aw Department in reviewiny and approving (or rejecting)
. ns to form and by the City Council In ceviev.ing and adopting (or rejecting) said Resolution and Conlrar.t,
Signed this day cf
Department Head or "- - ._ " _~ ~__"". ~^ -_.. _
~,
Pngc 2 0( 2
Yage Y of 1
EXHIBIT "C"
Lisa Cotten
From: "Carolyn Miller" <carolyn cLDrwlgroup.com>
To: "'Lisa Cotten"' <Icolten~portarthur.neh
Sent: Monday, August 25, 2008 2:00 PM
Subject: Professional Services Contract Effective 10-1-2008
Lisa:
Confirming our telephone conversation, it is necessary for us to raise the hourly rate we charge for the work we do for
the City of Port Arthur. After not raising your rates in almost 20 years, we are looking at increasing the hourly rate from
$175 per hour to $200 per hour. Our current rate for our other hourly clients is $260 per hour. As you can see, Port
Arthur would still be getting a substantial discount. For the past three years (2005 through 2007) we have averaged a
little over 57 hours of work during each of the years. The number of hours spent currently is less due to the
consolidation of the clinic liability coverage into the TML program. So far this year, through the end of July, the City has
been billed for just under 14 hours.
Please discuss this with Harvey. Before we make this "official", we want to be sure this will not present the City with any
problems.
Thanks.
Carolyn
Carolyn A. Miller, CPCU
Senior Consultant
RWL Group
300 North Coit Rd., Suite 810
Richardson, Texas 75080-5456
Phone: 972.907.9095 Fax: 972.907.9198
CONFIDENTIALITY NOTICE: This a-mail message, including any attachments, is for the sole use of the intended
reapient(s). The information contained in this message may be private and confidential, and may also be subject to the
work product doctrine. Any unauthorized review, use, disclosure or distribution is prohibited.
8/28/2008