HomeMy WebLinkAboutPR 17861: RWL GROUP FOR RISK MANAGEMENT CONSULTING SERVICES CITY OF PORT ARTHUR
SAFETY & RISK MANAGEMENT
MEMORANDUM
TO: Floyd T. Johnson, City Manager
FROM: Lisa Cotten, Safety & Risk Management Coordinator
DATE: August 15, 2013
SUBJECT: Resolution Approving the Renewal of RWL Group Risk Management
Consulting Services Contract
COMMENT
RECOMMENDATION:
I recommend approval of Proposed Resolution No. 17861 authorizing the renewal of the
City's contract with RWL Group for Risk Management Consulting Services at the not -to-
exceed cost of $18,000.00 for the 2013 -2014 Fiscal Year, with the option to extend the
contract at the current rates with no changes by up to three years (Exhibits "A" and "B"
attached).
This represents essentially a rollover of the existing contract with RWL Group. Five years
ago, the hourly rate increased from $175.00 per hour to $200.00 per hour, which
represented the first hourly rate increase in approximately twenty five years.
It should be noted that the City expended only $8,126.00 to date on services from RWL
Group during the 2012 -2013 Fiscal Year. In the 2011 -2012 Fiscal Year, the City expended
$21,147.00, which included a one -time $5,000.00 increase to the usual annual contract
amount (from $18,000.00 to $23,000.00) primarily for the property and casualty all -lines
RFP, as requested by City Council on services from RWL Group.
BACKGROUND:
The City of Port Arthur has a wide continuum of risk coverage needs including, but not
limited to: wind, flood, clinic liability, property, general liability, workers compensation, and
health. The ever changing landscape of liability coverage, coupled with the level of natural
(e.g. hurricanes, etc.) and other exposures, requires the City receive "state of the art'
consulting recommendations in this area (Historical Services Letter attached as Exhibit "C ").
RWL Group's first risk management consulting 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 superior quality risk management services. Some of the services provided by
Mr. Lazarus and his staff include assisting with claims /lawsuits wherein coverage is in
dispute, preparing bid specifications for the City's 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. (Exhibit "C" attached).
"REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR"
Floyd T. Johnson, City Manager
August 15, 2013
Page 2 of 2
Five years ago, RWL Group requested a raise in the hourly rate from $175.00 per hour to
$200.00 per hour. This was the first increase in the hourly rate in approximately twenty five
years. City staff reviewed and concurred with this reasonable request.
BUDGETARY /FISCAL EFFECT:
The proposed funding is as follows:
General Liability Insurance Fund 612- 1702 - 581.52 -00 ..$18,000.00
There was $18,000.00 appropriated in the 2013 -2014 Fiscal Budget for Risk Management
Services.
STAFFING /EMPLOYEE EFFECT:
No effect on staffing levels.
SUMMARY:
I recommend approval of Proposed Resolution No. 17861 authorizing the renewal of the
City's contract with RWL Group for Risk Management Consulting Services at the not -to-
exceed cost of $18,000.00 for the 2013 -2014 Fiscal Year, with the option to extend the
contract at the current rates with no changes by up to three years (Exhibits "A" and "B"
attached).
This represents essentially a rollover of the existing contract with RWL Group. Five years
ago, the hourly rate increased from $175.00 per hour to $200.00 per hour, which
represented the first hourly rate increase in approximately twenty five years.
It should be noted that the City expended only $8,126.00 to date on services from RWL
Group during the 2012 -2013 Fiscal Year. In the 2011 -2012 Fiscal Year, the City expended
$21,147.00, which included a one -time $5,000.00 increase to the usual annual contract
amount (from $18,000.00 to $23,000.00) primarily for the property and casualty all -lines
RFP, as requested by City Council on services from RWL Group.
Attachments
"REMEMBER, WE ARE HERE TO SERVE THE CITIZENS OF PORT ARTHUR"
P.R. No. 17861
8/15/13 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 $18,000.00 FOR THE
2013 -2014 FISCAL YEAR.
FUNDING BY: General Liability Insurance Fund
612- 1702 - 581.52 -00 $18,000.00
WHEREAS, pursuant to Resolution No. 12 -437, the City of Port Arthur entered into
a one year agreement with the RWL Group for Risk Management Consulting Services;
and
WHEREAS, the City has a continuing need for said services and desires to
exercise the option to extend said contract for an additional one year period.
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
2013 -2014 fiscal year, with the option to extend the contract at the current rates with no
changes by up to three years, 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 ($18,000.00); and,
P.R. No. 17861
8/15/13 LJC
Page 2 of 2
THAT said agreement is contingent on the availability of funds in the 2013 -2014
fiscal year budget, to be approved by the City Council; and,
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., 2013, at
a Meeting of the City Council of the City of Port Arthur, Texas, by the
following vote: AYES: Mayor , Councilmembers
NOES:
Deloris "Bobbie" Prince, Mayor
ATTEST:
Sherri Bellard, City Secretary
■
APPRO D AS/0 FORM:
iii, itz i A.11,
Val Tizeno, City i tt• r ey 0
APPROVED FOR AVAILABILITY OF FUNDS:
P69
Deborah Echols, Director of Finance
APPROVED FOR ADMINISTRATION:
Floyd T. Johnson, City Manager
,'
„,___444)
Dr. Albert T. Thigpen, Director of Human Resources
THE STATE OF TEXAS Exhibit "A"
COUNTY OF JEFFERSON
CONTRACT
FOR PROFESSIONAL RISK MANAGEMENT SERVICES
THIS AGREEMENT, entered into as of this 1 s day of October ,
AD, 2013, 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:
1
A. BASIC SERVICES
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 internal 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.)
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.
2
e. Assist CITY in developing and advising on important
administrative functions pertaining to internal cost
allocation, budgeting, self- insurance decisions, self -
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
3
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
CONSULTANT's time exceeds the maximum allowance
provided in the contract for preparation of bid specifications.
In connection with the evaluation of bid proposals,
CONSULTANT 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
Description of Work: All work performed 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
connection 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.
4
c. Any revision of previously approved reports, data or
specifications.
d. All travel and subsistence to points other than
CONSULTANT's 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.
II. Compensation: Consultant's compensation for Additional
Services shall be as set forth in Paragraph 5.
3. Time of Performance
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 with an option to
renew at current rate with no changes for up to three (3) additional one -year
terms.
4. Information and Services to be Furnished CONSULTANT
5
It is agreed that the CITY will furnish, without charge, for the use 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 CITY and its agencies will
cooperate with the CONSULTANT in every way possible to facilitate the
performance 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 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 -III; however,
service fees in connection with specifications and bidding
6
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 UNDER
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, office time,
and expenses amount to $18,000.00. Notwithstanding any
other provisions in the within Contract, the CITY does not
guarantee the CONSULTANT $18,000.00 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 con-
nection with bid specifications preparation and evaluation,
exclusive of travel time and expenses. (However, this is not
to be construed as guaranteeing CONSULTANT 60 hours
consulting time.) Fee 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 Tess 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.]
8
A. Standard 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.)
I. 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 course of, or as a result of, work
9
performed under this Contract. Coverage shall continue for a
minimum of two (2) years after the CONSULTANT's assignment
under this Contract is completed. Additional Professional Liability
required is not required
8. CONSULTANT shall cause CONSULTANT's 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 $5,000
unless specifically approved by the Owner.
10
9. Professional Liability
CONSULTANT shall be responsible for the use and employment 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, Toss or damage arising out of
noncompliance with such laws, rules and regulations, without limitation.
CONSULTANT shall assume full responsibility for payments of Federal, State
and Local taxes or contributions imposed or required under the Social Security,
Workers' Compensation, and Income Tax Laws with respect to
CONSULTANT's employees. Further, CONSULTANT shall exonerate,
indemnify and hold harmless the CITY, its officers, agents and all employees
in connection with any of the work performed or to be performed under this
Contract by CONSULTANT or as a result of CONSULTANT's 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
11
copyright or patent arising out of the use of any plans, designs, drawings, or
specifications furnished by CONSULTANT in the performance of this Contract.
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 Assignments
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
12
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.
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 shall 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
13
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 performed hereunder. Such changes,
including any increase or decrease in the amount of the CONSULTANT's
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 performing 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 performed 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 perform 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.
14
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 incurred or to be incurred in connection therewith, and
any other matters covered by this Contract.
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 carry 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 performance of his services hereunder.
The CONSULTANT further covenants that in the performance of this
Contract, no person having such interest shall be employed.
21. Incorporation of Provisions Required by Law
15
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.
CITY OF PORT ARTHUR
SIGNED AND AGREED TO ON THE DAY OF , 2013.
City Manager
CONSULTANT
SIGNED AND AGREED TO ON THE DAY OF , 2013.
RWL Group
16
` EXHIBIT "B"
c (City of Putt At1hurl
(Low 13 gp u tmen() . ..
(R equired Fo -
7/4103L
(10/511: •
•
(z3 /15/0C)
. ( " 91) . •
(i) t Pov(sad 2!mfso) . ,
CERTIFICATE OF STANDARD FORM CONTRACT FOR LAW
. DS?A.PT/V!ENT RE/fa - WAND CITY CO1J / /CiL AGENDA . r
_
( cart(' 'that.11 contrict (hereinafter call^_ , 'scid ec.:L•ac1 ) a ;.rixsd to the attached proposod City Council Re:o t<`cr.
No. (a an exact duplicate. of at c•rtioabie _standard Cam crnls aci (t173 title of which is storm belay)
pr.n:.us :y approved by the Law de�artzlent a'd adopted as a standard form by City Council Re:ciutien, except for tit
blanks that have been fitted in wiU': ciE race,s,ar-y inforanaUcn and except fort-he changes described: below.
The lido of Else appticeble star card form contras : .
(1 Fcdera(fl Funded Co /5truc;ion Contract, Revised 1%5/30, 7/39, 3;09; 4/20;9i •
( 1 Non - Federally Funded Constructiori Contract, Revised 115 /83, 7/3 8/39; 4/20/94 •
f J Fedarol - professional Secviees Encuneering Contract, Revised 115/03, 5 /09 ( §i0) 7/00/(50); 13/05; 2191 (5
(1 Non-Federal - Pco(essionat Services - Engineering Cent:act, Revised 1j5130 5[84(510), 7/89(50), 10(30; 2'91(30)
- 11 CCSG = Professional Services - Engineering Contract, Revised 1/5/30, 5/39 (10), 7/39(50),10p.19; 2191 (35) ..
(J Federal - Profeniana! Services - *`"
. ` Hon- Enatnearing (Consultant) Contract, Revised 1 /5 /90, 5189 (510), 7/09 (50); 13/ 5; 2`91 (30)
(1 Non - Federal - Professional Services -
Non-Engineering (Car,suftent) Contract, Revised 1/5/33, 5/03 (310), 7/39 (50); 10/33; 2/51 (50)
' (1 CDSG "- Professional services - - :
. Non - Engineering (Consultant) Contract, Revised 1 /5 /2 5/09 (310), 7/80 (521), 10139; 2191 (50
.Outer Standard Farm Contract, described as follows: -
RISK 1-:k 1AC';rler3T C0 sup_ ~at G s�isvzcss •
The ciisngos are as fellows: (Put an 'X' in the appropriate ( )1
(rC Nonc. '
i
(1 The foElowing described provi.torlo at tba indicated page, section, etc. cl the standard farm have beer deleted 1.
from said contract:
D.LETf Oi'/S
Page Number Sectio : or Paragraph No. Subsection or ,
4`therie and Caption Subparagraph No.
' Ceicted Provision Which and Caption
is Contains Provision Which' Provision Desc;ipticn of .
Found Cr Stcnr_'ard Form Deleted From For: Deleted From Ferro Provision 0. ^_feted
•
s
. P,ina 1 of P.
I
(p.2. Ft e',i::d fl; I ts4o) .
(Ceraftcato e Sian F01771 Ccrittrac4, p c 2)
j j , ha roffay.irg doscribcd pr ions at the lndscated paLL4 ssc` - , at:. of the standard form have boat altered
rn d, icd, fepkccf or other rri c c4a..cr1!:
•
ALTS, 610.CiFfC. IONS, Rz LAC ,irr f TS, ETC. •
P.:, g 4 ca��Gan
zuts § E, c_;:ticr, ew.
O § cr SJv l f`:. of cr 7 h,. .,. yp?rc . & Caption CT or ct:cn • Nrz9 r cont.
:in: of r ;,. > �.�; ,
ct et a:terad, etc.
ro.ision round Stcrdard Form Standard =or;:, ?::vin..,. .
;,_ pro ;'sett; a
on hict w
Standard Form r Cc r Rt t e c1
C or1a r pro`n n C �.v,n P z ?cn r!.rda•d ccr 7 ilertan. o x.
•
4 .
•
•
Y
•
() the IK l :twii c provision: have been added to Said Contract:
Pa ,a, Section a t; c' Capffac
.C.ui:uw°.:ion and Cp'.`io^, efc. ci Said Cor, ill - c: 'r'r
, .Gontoins Grte Addeeur Provision arid Desc,.otior
Thereof
•
i - furt;tei cer'.ity 0 said a!tec` et pr...csed City Countsif }:eoctotto t cent -zinc trte fottowing r;r•C- risicrr.:
'That. safer contract is an exact duplicate to: a City Standard Forts Contract except for tho changes do:crib ad in the
. - " Certificate of Standard FCir41 Contract, a copy of which is attached hark :o is Exhibit '5' and is hereby snco;perated by
reference, and said mange:. are `floret); approved.'
i,
. l uradar-,tar.d that thin certificate. will be retied on by the ;IVN Departr ot;t in rcvi.wri And Approving (or teieclin,)
oz to totrn and by to City Cctinc in se• icwiinu cnd adopting for j : i cd) said Posofutier art::
re e 2 n Contract.
• Signed thu• day, of - _ r .
Oepzrt,enf Head or ,
•
•
I
Ycge 2 of 2
,,
EXHIBIT "C"
(I. ' �< �' 'y.• Independent Risk Management, Insurance, and Employee Benefits Consultants
300 N. Colt Road, Suite 810, Richardson, Texas 75080 -5456
Phone: 972 - 907 -9095
Fax: 972 -907 -9198
E -mail: rwlgroup @rwlgroup.com
Internet: www.rwlgroup.com
August 21, 2013
Ms. Lisa Cotten
Safety /RM Coordinator
City of Port Arthur
PO Box 1089
Port Arthur, TX 77641 -1089
Re: Insurance Consulting Services
Dear Lisa:
RWL Group has had the privilege of providing independent and unbiased insurance consulting
services to the City of Port Arthur since 1983 with regard to a variety of servicing requirements
and needs. Our consulting services have included, but not been limited to: preparation of
specifications for competitive bidding or request for proposal processes; assistance with various
claims issues, including hurricanes; review and maintenance of insurance policies to make
certain coverages are in compliance with renewal proposals; negotiation of renewal proposals
with agents; assistance with manuscript wording in certain coverages (property) to insure
continuity of coverages for catastrophe exposures (hurricanes). We have also assisted the City
with various risk management administrative matters, including safety and loss control, cost
allocations, coverage disputes, etc.
During the years, we have been instrumental in assisting the City to achieve comprehensive
coverage at an affordable price. Since RWL Group is licensed as consultants, and not agents,
we do not have any potential conflict of interest regarding the placement of coverages, or added
incentives to increase premiums in order to achieve higher commission levels. Our fees have
always been competitive, and our services of material benefit to the City throughout the years.
In a number of cases, RWL Group has successfully assisted the City with negotiating various
property claims, and has resolved property and liability coverage issues in favor of the City.
Many of our efforts have resulted in substantial monetary returns to the City.
The current property and casualty programs in place for the City are extremely competitive and
provide comprehensive insurance protection. The Texas Municipal League program provides
excellent protection at competitive rates and with the further benefit in knowing that substantial
member contributions are returned to the City each year. The net cost of the insurance with
TML is second -to -none. It is once again important to keep in mind that RWL Group's income
has no relationship whatsoever to the amount of insurance purchased or the amount of
premiums paid by the City.
Ms. Lisa Cotten
Page Two
August 21, 2013
In terms of the property insurance, RWL Group has competitively bid these coverages from year
to year, including again during the 2012 -2013 contract year and has provided any agent wishing
to participate with a fair opportunity to write the business via a number of insurance companies.
Throughout the years, the RFP process has been publicly advertised; and local agents, as well
as agents outside the community, have all been given opportunities to submit competitive
proposals and write various insurances for the City. Historically, none of the local agents have
been successful in writing the City's insurance. Not coincidentally, often small local agents lack
the resources, expertise and leverage to compete in the public entity market.
RWL Group appreciates and values its relationship with the City of Port Arthur, and we look
forward to continuing to be of service in the coming years.
Sincerely,
d —a J L°Zi-^-
Carolyn A. Miller, CPCU
Risk Management Services
RWL Group