HomeMy WebLinkAbout132385 APPLIED RISK SOLUTIONS - CONTRACT - RFP - P891 RISK MANAGEMENT INSURANCE CONSULTANTPROFESSIONAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Applied Risk Solutions Inc., hereinafter referred to as
"Professional".
W ITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed
by and between the parties hereto as follows:
t"
1. Scope of Services. The Professional agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of seven (7) pages, and
incorporated herein by this reference. The City understands that for the Professional to perform
the Scope of Services, the City must make available information as described in Exhibit "B"
consisting of one (1) page, and incorporated herein by this reference.
2. The Work Schedule. The services to be performed pursuant to this Agreement
shall be performed in accordance with the Work Schedule attached hereto as Exhibit "C",
consisting of one (1) page, and incorporated herein by this reference.
3. Contract Period. This Agreement shall commence June 10, 2003, and shall
continue in full force and effect until June 10, 2004, unless sooner terminated as herein
provided. In addition, at the option of the City, the Agreement may be extended for additional
one year periods not to exceed four (4) additional one year periods. Pricing changes shall be
negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as
published by the Colorado State Planning and Budget Office. Written notice of renewal shall be
provided to the Service Provider and mailed no later than ninety (90) days prior to contract end.
4. Early Termination by City. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
Advantages of Appointment of a Single Broker
No market disruption.
Increased flexibility in exploring combinations of insurers to underwrite the program.
❖ Reduce time commitment for the Public Entity.
❖ Specialty and excess lines can usually be marketed alongside primary coverages.
❖ The broker can assist in the preparation of specifications.
Disadvantages of Appointment of a Single Broker
❖ Fewer markets are approached.
❖ Benefits of competition are lost.
There are several conditions that influence the use of different techniques. If these conditions
exist, this will be determined from the policy review and a market canvas identifying the number
of viable alternatives existing in the marketplace.
Step Four - Broker Selection Process/Specification Design & Recommendations
In the RFP presented to us by the City, we were asked to help in writing the broker selection
RFP, if deemed necessary. Since we spend a great deal of our time acting as professional
insurance buyers, we have developed a system that facilitates high levels of information for good
decisions in broker selection. In performing the services requested by the City, we would make
available this system and assist the City in its integrating it with the City's current process, if
appropriate. This system was revamped in 2002 from feedback received on several broker
selection processes. The approach utilized is intended to objectively measure broker qualities.
Additional information we obtain via our system is:
✓ Markets that they would select in order of preference if they were chosen to go to market.
This allows us to determine redundancies in markets as well as how well the broker knows
the marketplace.
✓ Broker's customary services and fee ranges. We don't like to be surprised with these at
proposal analysis time.
In using this system for the Broker Selection process performed by ARS for Boulder County, it
proved to be very effective and easier to administer and score.
Step Five — Broker Selection Via Scoring Process
Once the brokers submit proposals, we plan to assist in the scoring of the responses.
Step Six — Market Assignment Assistance
The broker's market preferences should be known in screening the brokers, if performed. This
step is a verification of preferences. This prior action will help control the costs of this activity
and facilitate greater enthusiasm when actual assignments are made. As far as our actual
assistance in this step of the process, we will:
✓ Enter the broker market requests in our already prepared analysis spreadsheet.
✓ Assign markets via standard market assignment processes.
✓ Respond to any broker concerns.
✓ Reconcile any confusion or violations.
Step Seven — Coverage Sections Preparation
Following our review of the current program and a review of our findings with the City, we will
establish with the City those areas in coverage design needing modification. These coverage
changes, as well as other previously established "best practices" program design features will be
established in the sections of the bid package that the City has designated as our responsibility.
These sections are the general coverage conditions, program design, and coverage design
sections. Further, we understand that the City will be generating other portions of the
specifications. We plan to be proactive in assisting the City to whatever level necessary to
ensure that a comprehensive bid package is released. In summary for this step, we will:
✓ Review with the City a recent example of our fully developed Underwriting package.
✓ Make it available as a model to follow, if desired by the City.
✓ Review the information list in Section VII and answer any questions the City has.
✓ Update and provide to the City the general coverage conditions, program design, and
coverage design sections for inclusion in the submission.
✓ Update and provide the cost and coverage analysis checklists for the markets to include in
their proposal to simplify and improve analysis comparisons.
✓ Make available our standard sections should this be deemed helpful by the City.
✓ Help obtain any information needed that the City is having difficulty in securing!
✓ Answer any questions that arise in the City's process of submission preparation.
✓ Review and help finalize the package prior to release.
+NOTE: Increased levels of information are now required of the markets, therefore it will be
helpful in availing this information to the markets.
As previously indicated, we typically develop specifications on a turn key basis, but realize the
City's desire to handle much of the work in-house. Please keep in mind we desire to be helpful
and supportive. We have passed through economies achieved from our past work for the City
and other public entity work conducted recently.
Step Eight — Marketing Assistance
In this step, we will:
✓ Field underwriting and program design questions.
✓ Place necessary follow-up calls to track carrier progress.
✓ Answer any questions that the City has and assist the City by advising it on broker
information requests.
✓ Midway through the process have the brokers complete a "notice of intent' form disclosing
those important markets that they will be quoting.
Step Nine — Analysis of Proposals
This is perhaps the most important part of the study, since it directly leads to the binding of
the protection for the City. ARS recognizes this and takes great care in analyzing and
presenting the best alternatives. Our work on this step in the process includes:
✓ Carefully analyze the proposals and provide the City a report covering our analysis,
including information on the most favorable bids and our recommendations. Our
analysis will also include the pro and cons for all major alternatives.
✓ Conduct any final negotiations to achieve added improvements.
✓ Secure through negotiation specific levels of services that may include; property
valuations, loss control, customize claims runs, or other valuable risk management
support determined to be appropriate.
✓ Premium stability history and future projects of program cost changes.
✓ Send an agreement letter to the successful participant outlining all terms and conditions
of the proposed program, including confirmation of all terms agreed to in our
negotiations and require signature as part of binding coverage.
Step Ten — Compliance Review
As an included service, we will review policies for the City of Fort Collins and Poudre Fire
Authority (PFA) for compliance with the letter of agreement, the program proposal, and bid
specifications. Any deviations will be summarized in a letter. We will assist the City and PFA
in achieving inclusion of the omitted items until completion.
Meetings
In conjunction to performing the above services, we anticipate three meetings with the City
at its offices. In addition to including estimate costs for these meetings, we offer unlimited
conference calls needed to be effective in performing the outlined services and related goals.
Exhibit "B"
LIST OF INFORMATION NEEDED TO PERFORM SERVICE
1. Complete copies of all City insurance policies forming a part of the study.
2. Property Statement of Values, including property address, type of construction, year
build, fire protective devices, number of stories, FEMA flood zone and occupancy.
3. A copy of most recent applications used for coverage pertaining to policies now in
force.
4. Copy of the Insurance Proposal for last renewal prepared by broker.
5. Copy of the Insurance Summary prepared by broker.
6. Copies of any mutual aid agreements.
7. Copy of broker's most recent proposal for services and fee schedule.
8. An "application for Public Entity including Public Officials that will need to be
completed.
LIST OF INFORMATION NEEDED FOR COMPREHENSIVE SPECIFICATIONS
1. Five -years of insurance company loss -runs for all lines of coverage.
2. Five-year premium history.
3. Loss Analysis recaps to be determined once engaged, however these may include:
Listing of all liability (general, auto, and public officials' claims of $100,000 or more
against the City along with a one -paragraph description of the incident/claim. This
should cover a minimum of five years, however ten or more years is preferred.
4. Vehicle Schedule, including year, make, mode, VIN number, and cost new. This can
be provided by department. For Trucks and Truck -Tractors (other than pick-ups)
provide GVW & GCW respectively. For any buses or passenger vans provide
passenger capacity.
5. Drivers Listing and copy of City's drivers' license review process/procedure.
6. Mobile equipment and miscellaneous property floater schedules.
7. Electronic data processing hardware & software schedules.
8. Audited Annual Financial Report and the most recent quarterly financial statements.
9. Latest budget as adopted.
10. Safety, Loss Control, And Employee Manuals and/or summaries.
11. Copy of the most recent actuarial report on self -insured programs that are the
subject of this project.
12. Copies of brochures for Parks and Recreation Programs
13. Copies of any waivers required of volunteers or participants in a City programs.
14. A one to one and one-half page write-up providing background information on the
City.
15. Photos or illustrations of buildings having combined building and contents limits
greater that $300,000. (All properties may be included.)
16. 'Applications that will need to be completed:
a. Exposure Survey mentioned earlier.
b. Employee Dishonesty including employee classification schedule.
c. Pollution Liability and/or Underground Storage Tank Liability (if coverage
needed)
'(Applied Risk Solutions to provide blank applications)
Exhibit "Crr
City of Fort Collins, Colorado
2003 P&C INSURANCE MARKETING
POSSIBLE TASK & TIMETABLE*
Preparation:
I. Consultants meeting with Client to Discuss Project
6/2/2003
2. Renewal Information Request List to Client
5/7/2003
3. Gather Renewal Information
6/22003 to 6/16/2003
4. Program Review
6/162003 to 7/12003
5. Prepare Bullet Report on program issues
7/l2003 to 7/152003
6. Issue Report
7/152003
7. Preparation of Renewal Bid Package
7/152003 to 8/152003
Broker Selection, if desired:
8. Public Notice & Special Invitation to Select Brokers
6/16/2003 to 6/302003
9. Broker Screening Packets Released
6/162003 to 6/302003
10. Response from Agents/Brokers Due
8/l2003
11. Scoring & Broker Selection
8/112003 to 8/152003
Marketing:
12. Request Market Assignments from Brokers
8/152003
13. Receive Market Requests from Brokers
8222003
14. Assign Markets
9/11/2003
15. Assemble Bid Packets
7/152003 to 8292003
16. Release Bid Package
9/l/2003
17. Underwriting Information Rev. by Underwriters
75 days (can be 60 days)
18. Underwriters Release Indications
NA
19. Negotiations
NA
20. Final Quote Due Date to Broker
11212003
Report on Results And Negotiations:
21. Brokers Analyze Quotes & Prepare Proposals
11212003 to 12/52003
22. Final Proposal Due Date
12/52003
23. Renewal Meeting
12/122003
24. Proposal Analysis
12/52003 to 12/192003
25. Written report with Recommendations Issued to Client
11212003
26. Client's Review of Report and Recommendations
12222003 to 12262003
27. Coverage Agreement Letter
12262003
28. Implementation of Selected Program
1 /l2004
POLICY COMPLIANCE REVIEW:
29. Review Insurance Program For Compliance
322004
• This task and timetable follows our market experience. We would like to conclude the analysis and decision phase prior to Christmas.
The market may not cooperate. It will need to be finalized with the brokers input in mind.
Revised 5/8/03
Confidential
APPLIED RISKSOLUTIONS, INC. COFC/2003 t&t
termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and
sent to the following addresses:
Professional:
City:
With Copy to:
Applied Risk Solutions
City of Fort Collins, Purchasing
City of Fort Collins, Risk Mgt
12200 E. Briarwood, Ste 205
PO Box 580
PO Box 580
Englewood, CO 80112
Fort Collins, CO 80522
Fort Collins, CO 80522
In the event of any such early termination by the City, the Professional shall be paid for services
rendered prior to the date of termination, subject only to the satisfactory performance of the
Professional's obligations under this Agreement. Such payment shall be the Professional's sole
right and remedy for such termination.
5. Design, Project Indemnity and Insurance Responsibility. The Professional shall
be responsible for the professional quality, technical accuracy, timely completion and the
coordination of all services rendered by the Professional, including but not limited to designs,
plans, reports, specifications, and drawings and shall, without additional compensation,
promptly remedy and correct any errors, omissions, or other deficiencies. The Professional
shall indemnify, save and hold harmless the City, its officers and employees in accordance with
Colorado law, from all damages whatsoever claimed by third parties against the City; and for the
City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's
negligent performance of any of the services furnished under this Agreement. The Professional
shall maintain commercial general liability insurance in the amount of $500,000 combined single
limits, and errors and omissions insurance in the amount of $1,000,000.
6. Compensation. In consideration of the services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis
according to the following schedule:
Hourly billing rates:
James Grahamm $125 HR
Jennifer Johnson $ 35 HR
Laura Sarratt $ 35 HR
Harriett Gershman $ 35 HR
Reimbursable direct costs: as billed
with maximum compensation (for both Professional's time and reimbursable direct costs) not to
exceed Seven Thousand Seven Hundred Twenty Five Dollars ($7,725). Monthly partial
payments based upon the Professional's billings and itemized statements of reimbursable direct
costs are permissible. The amounts of all such partial payments shall be based upon the
Professional's City -verified progress in completing the services to be performed pursuant hereto
and upon the City's approval of the Professional's reimbursable direct costs. Final payment
shall be made following acceptance of the work by the City. Upon final payment, all designs,
plans, reports, specifications, drawings and other services rendered by the Professional shall
become the sole property of the City.
7. City Representative. The City will designate, prior to commencement of work, its
project representative who shall make, within the scope of his or her authority, all necessary and
proper decisions with reference to the project. All requests for contract interpretations, change
orders, and other clarification or instruction shall be directed to the City Representative.
8. Monthly Report. Commencing thirty (30) days after the date of execution of this
Agreement and every 151h of the month thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Scope of
Services, Work Schedule, and other material information. Failure to provide any required
monthly report may, at the option of the City, suspend the processing of any partial payment
request.
9. Independent Contractor. The services to be performed by Professional are those
of an independent contractor and not of an employee of the City of Fort Collins. The City shall
not be responsible for withholding any portion of Professional's compensation hereunder for the
payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose.
10. Personal Services. It is understood that the City enters into this Agreement
based on the special abilities of the Professional and that this Agreement shall be considered as
an agreement for personal services. Accordingly, the Professional shall neither assign any
responsibilities nor delegate any duties arising under this Agreement without the prior written
consent of the City.
11. Acceptance Not Waiver. The City's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in any way
relieve the Professional of responsibility for the quality or technical accuracy of the work. The
City's approval or acceptance of, or payment for, any of the services shall not be construed to
operate as a waiver of any rights or benefits provided to the City under this Agreement.
12. Default. Each and every term and condition hereof shall be deemed to be a
material element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this agreement, such party may be declared in default.
13. Remedies. In the event a party has been declared in default, such defaulting
party shall be allowed a period of ten (10) days within which to cure said default. In the event
the default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages; (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting
party commences legal or equitable actions against the defaulting party, the defaulting party
shall be liable to the non -defaulting party for the non -defaulting party's reasonable attorney fees
and costs incurred because of the default.
14. Binding Effect. This writing, together with the exhibits hereto, constitutes the
entire agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs,
personal representatives, successors and assigns of said parties.
15. Law/Severability. The laws of the State of Colorado shall govern the
construction, interpretation, execution and enforcement of this Agreement. In the event any
provision of this Agreement shall be held invalid or unenforceable by any court of competent
jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this
Agreement.
THE CITY OF FORT COLLINS, COLORADO
By: ( , - --, p
m . O' eill II, CPPO, FNIGP
Director f rchassing 8 Risk Management
DATE: ( 3
By: �
Title
CO PORATE PRESIDENT OR VICE PRESIDENT
Date: 1///X/ 0
ATTEST:
9�uw� i (Corporate Seal)
Corporate Secretary
EXHIBIT "A"
Scope
Our proposed risk management approach coincides with the specified approach of the City. Our
scope of work includes, at a minimum, the following requested services (underlined items denote
broadening and/or edification of the services to be provided):
1. Recommend the best process to use to approach the insurance markets based on our
recent experience and review of the insurance marketplace.
2. Review the City's RFP criteria for broker selection and make recommendations, if
needed. Once proposals are submitted, assist with broker selection by reviewing
proposals and participating in interviews, as deemed necessary.
3. Assist with market assignments to brokers, if a multiple broker marketing is deemed
advantageous.
4. Review current insurance programs and make recommendation for program
enhancements. Following our program review, we will prepare ,general conditions,
plan design, and coverage specifications sections for bid specifications, along with
cost and coverage worksheets to facilitate a thorough proposal analysis. It is
difficult for any proposer to design coverages without reviewing your current
program; this is why we have included hours for this.
*Note: We do not propose actual policy language as this may restrict coverage.
Carriers are responsible for policy language, so that any ambiguities are reconciled
in favor of the City. We will troubleshoot proposed policy language during our
proposal analysis.
5. Field underwriting questions, after specifications are released.
6. Analyze insurance bids and prepare written recommendations within fourteen (14)
days after the bid opening.
7. Assist with last minute negotiations with carriers if necessary.
8. Review issued policies to verify compliance with specifications.
We are available, well qualified, and motivated to perform the requested services. To
ensure that the process is effective we offer our standard timetable modified to apply to the
City's coverage anniversary. This can be further modified to service the needs of the City. We
offer it to show our level of commitment and attention to detail.
Normally, we would like to implement the renewal in advance of the Christmas Holiday;
however, the market will be working on January renewals in December and typically not before.
January renewals are problematic. We believe the advantages of a change in renewal date
warrants discussion.
Details on our services and approach are broken down into ten parts that are covered in the
following sections. These sections are arranged in the order that we suggest they occur.
21
Step One -
Program Audit
0
Step Two -
Coverage and Risk Financing Design Analysis and Review with Management
0
Step Three
Insurance Marketing Approach Assistance
Rl
Step Four -
Broker Selection Process/Specification Design and Recommendations
Z
Step Five -
Broker Selection Via Scoring Process
C�1
Step Six -
Market Assignment Assistance
0
Step Seven -
Coverage Sections Preparation
Q
Step Eight -
Marketing Assistance
Z
Step Nine -
Analysis of Proposals
Rl
Step Ten -
Compliance Review
Step One - Program Audit
We understand that the City does not wish to have ARS perform a risk analysis. In our typical
approach, we would perform an exposure analysis, since this is an advisable prerequisite to
coverage design. However, the City has not requested this. Therefore, we will describe the
process to contrast it to what we are proposing. In an exposure analysis, we gather information
from various sources and interact with City personnel. Our analysis typically begins with the
following and sometimes requires additional procedures, depending on the results of our
findings.
➢ Conduct interviews to identify, analyze, and quantify the City's property and casualty
exposures, both operational and contractual. Interviews will include visits with:
Director of Finance, City Attorney, and the Risk Manager.
➢ Inspect the physical premises and City operations for further exposure identification.
➢ Review claims experience to determine the cost and coverage effectiveness of the
current program.
➢ Review sample contracts, such as, the leases on real and personal property,
agreements for hazardous and non -hazardous waste disposal, concessionaire
agreements, construction agreements, etc. Our review would focus on insurance
requirements and risk transfer clauses.
Exposure Identification. As you have requested, we will aid in specification design and
therefore, we will review all of the City's policies for coverage and pricing efficiency. We will
then address gaps and overlaps, based on Gallagher's Public Entity application or the completion
of an exposure questionnaire that we have developed for Cities, and our familiarity to the City
and other municipalities. We advocate the use of whichever document is the most thorough.
This survey will also help us with our coverage assessment and program design work. We will
evaluate the appropriateness of overall program design, and comment on coverage
enhancements, the level of opportunity for their inclusion in the policies, and their approximate
cost. We recommend the City use the selected document as the underwriting submission
application as well. We understand the City has secured the following coverages:
- Property and related coverages - Excess Workers'
- Crime/Public Dishonesty
- Boiler & Machinery (Equipment
(Breakdown)
Loss of Sales Tax Revenue
(Possibly included in
Property)
Compensation (City only)
- Pinnacol Workers'
Compensation (PFA only)
- Excess Liability *
* Note: This protection includes General Liability, Automobile Liability, Police Liability, and
Public Officials Liability.
We will review policy coverage in conjunction with the Governmental Immunity Statute to
determine: where it dovetails with Governmental Immunity, provides contingency coverage in
the event governmental immunity is amended or overturned, and the level of protection afforded
for claims falling outside the immunity statutes, such as federal, out-of-state liability, contractual
liability, and breach of contract type actions.
We have developed and maintain a comparison of terms of the leading liability writers for cities
and the broad property writers. This has been updated each year. We will assess the City's
coverage from both a customary and a needs basis. We believe this level of detail is unique to
ARS.
Step Two — Coverage and Risk Financing Design Analysis and Review with Management
Here we review concerns stemming from our review of your current policies. Our review
addresses:
✓ Important coverages existing in current policies.
✓ Coverage enhancements and approximate costs.
✓ Appropriateness of limits and retentions to determine coverage design specifications.'
✓ Review reasonableness of the City's property valuation methodology for trouble shooting
specification & plan design.
✓ Itemized recommendations addressing cost and coverage effective solutions.
✓ Recommendations covering other necessary improvements.
Here, and in the implementation of our recommendations, the City will greatly benefit from our
recent experience with the public entity marketplace.
NOTE: The Market has been driving buyers to higher retentions. Many public entities have
opted to go with higher retentions without determining the "total cost of risk." We
would like to help the City review the viability of higher retentions at this juncture in
our services.
Step Three — Insurance Marketing Approach Assistance
We understand the City's past method of approaching the marketplace and that the City may or
may not continue with this means, based on its goals, relationships, and consultant's input. Here
we will discuss goals and conduct further market analysis, if necessary to ensure that the proper
approach is undertaken. We will provide such recommendation following our audit and market
canvas to ensure full consideration of all the pertinent facts. This will allow the City position to
be supported and understood by all that may have concerns or questions. In forming our
recommendation, the following techniques will be considered. It is important to note that the
"Qualified Competitive Quotes" process that the City used in the past has become increasingly
difficult as the number of public entity markets have diminished. The general advantages of this
methodology and those of the alternatives are presented following our brief description of the
different techniques.
Appointment — An outright appointment of a single broker is made without competitive bids.
This is the cleanest method.
Broker's Proposal — Selected brokers are requested to present a conceptual proposal for an
insurance program, without approaching any markets. This is done following or in tandem with
a broker screening process. Then generally one, sometimes two brokers are sent into the
marketing with exclusives on specific lines of coverage.
Qualified Competitive Ouotes — The insured, selects two or three brokers, giving written
specifications to each, authorizing them to negotiate in specific markets to avoid conflict. Each
broker can submit a list of companies he plans to use, listed in order of preference. The insured
checks the list and gives letters of authorization to each broker for those companies he appears
best able to represent. Where companies appear on more than one list, the broker placing it
highest on his preference list may be authorized to use it.
Unrestricted Competition — Any firm is allowed to quote on written specifications. Sometimes
the bid procedure is advertised.
Advantages of the Qualified Competitive Quotes Technique
❖ Does not disturb the markets.
❖ Creates competition between underwriters and between brokers, probably with lower
premium.
❖ Eliminates an appearance of impropriety.
❖ Increases insured's exposure to new ideas and developments of other brokers.
Ensures a full market canvass and leaves little doubt of securing the best program available.
Disadvantages of the Qualified Competitive Quotes Technique
❖ Greater time commitment.
❖ Potential market disruption.
❖ Added difficulty to market specialty and excess lines in conjunction with primary coverages.
❖ Combinations of insurers restricted by market allocations.