Loading...
HomeMy WebLinkAboutCity AnnouncementsTO: Mark Rohloff, City Manager FROM: Paul Greeninger, Safety & Risk Management Coordinator Peggy Steeno, Finance Director Lynn Lorenson, City Attorney David Praska, Assistant City Attorney DATE: March 17, 2009 RE: City of Oshkosh Liability Insurance BACKGROUND The Oshkosh Common Council made a request to get proposals for liability insurance to insure current rates and service is competitive. It was decided that quotes would be requested for General Liability, Personal Injury Liability, Law Enforcement Liability, Public Officials Liability and Automobile Liability insurance, currently being covered through the League of Wisconsin Municipalities Mutual Insurance (LWMMI). Paul Greeninger, Safety and Risk Management Coordinator, Peggy Steeno, Finance Director, Lynn Lorenson, City Attorney and David Praska, Assistant City Attorney worked together to solicit and review proposals. ANALYSIS Quotes were requested from the current carrier, LWMMI, Wausau Insurance, Cities and Villages Mutual Insurance Company (CVMIC), and The Horton Group. A deadline date of February 16, 2009, was set to get quotes in for consideration. A few days prior to the deadline date, The Horton Group respectfully withdrew from consideration due to time constraints. Upon receipt of the proposals, it was determined that the two most competitive quotes were from LWMMI and CVMIC. Results of the comparison of these two entities are summarized on the attached spreadsheet. CVMIC appears to have a solid risk management program and emphasized those services in their presentation to staff, however the LWMMI program covered certain services and some types of claims that are not covered under the CVMIC program. For example, the claims review process is handled through professional adjusters in the LWMMI program while municipalities under the CVMIC program provide their own claims review process. In addition, LWMMI currently provides defense of excessive assessment claims, while CVMIC does not. The LWMMI program also provides coverage for sewer back -up claims while the CVMIC program does not. Back in August of 2008, at the request of the council, a request for a quote on no fault Sewer Back Up coverage was made to LWMMI. The quote received was $1 per capita, or approximately $65,000. The aggregate limit of $300,000 is the most that would be paid for all damages in any one policy period. The coverage would be for Actual Cash Value, NOT replacement cost. If this coverage was purchased, both city staff and the homeowners may still have to deal with related sewer backup claims in the event the homeowner's insurer or other interested party files a subrogation claim against the City. It should be noted that CVMIC does not offer this type of coverage. In addition to reviewing the information submitted, cities that have CVMIC insurance were contacted to provide insight on how much staff time is being used in connection with reviewing claims under the CVMIC approach. Individual cities (West Allis, Superior, Wausau, and Appleton) that currently have CVMIC were able to convey to the group that the City Attorney's office spends significant time in the claims process, along with the Risk Management personnel. When comparing the quotes, it was determined that there would be additional costs not included in the base cost provided by CVMIC based upon the number of claims processed. The CVMIC quote was then adjusted based on the past 8 year average claims processed. With that adjustment, the CVMIC quote is higher than the LWMMI quote. Finally, in relation to claims processing, it was determined that neither CVMIC nor the municipalities under their program routinely contacts claimants in connection with claims filed. LWMMI recently worked with the City to develop a process ensuring greater contact with claimants in response to issues raised by the City. CVMIC indicated that they would be able to adjust their processes to provide greater contact should the City choose at an additional cost. Given the possibility that there could be a perception of bias processing claims through a committee consisting of City employees, the group felt that maintaining an independent claims processor may also be an advantage. FISCAL IMPACT A financial analysis can be found in a separate document, along with all quotes and other information gathered during this process. The rate quotes came in as follows: LWMMI - $275,551 Wausau - $429,268 CVMIC - $310,340 RECOMMENDATION Based on the analysis and research done by the group , it is recommended that the City of Oshkosh remain with the LWMMI, and that an analysis similar to what was done, be conducted every 5 years, assuming the service level remains acceptable, and no significant rate increases occur during each 5 year period. Respectfully Submitted, Approved: Paul Greeninger, �Risk me nt Coordinator Mark Rohloff, City Manager pa l q o � David Prask�, Assistant City Attorney $ _Cl) 0 2 2 � f R 2 cn �\ 0 E (D ( M n k 7 \ 0 k � � t �•� k 5) CD E @ ® o @ m 6 o m d k k % k a) o C) n $ 7 / g coot / \c S� 0 o\ �) me � aCD ® / oc e 00 Q /}� k g ? � \ // m \ m 2 § / m / = m \ E 0 \ / \ m � @ o O 2 � R |§ w / § �3 B s q N , — c o ���'�7 � � ( N / 2 61)- mmmm C � k o7 e o o m 6c* C) 0 &� k a) 0 - E b b.E a R 33ct E ui 7 E i S c o r g o � C / � 7 $ 69- 7 W k 7 \ 7 E V) / ^ 2 o /fk� t 8 @ :3 2 / m d 4) k o c a « 0 S � � w w CL -j « w 0 I-- E 7 � 2 k 7 � ( 0 O.IHKOf ON THE WATER MEMORANDUM DATE: March 19, 2009 TO: Honorable Mayor and Members of the Common Council FROM: Mark A. Rohloff, City Manager /( — FC -- RE: Award of Engineering Services Agreement — 400 Block East (Jefferson) Lot, Design and Construction Services / AECOM The Transportation Department requested proposals from two consulting firms with local offices to provide design and construction - related services for the reconstruction of the 400 Block East (Jefferson) parking lot. Based on review by the Departments of Transportation, Public Works and Community Development, we selected AECOM to do this work. AECOM will be responsible for overseeing the design of the parking lot, working with other local firms including T.R. Karrels & Associates, Stuart's Landscaping, and the Paine Gardens, along with staff from the City's Electric Division. Upon completion of the design, AECOM will prepare bid documents and specifications for construction. AECOM will then provide construction management services to ensure that the parking lot conforms to the design. AECOM will also support City staff in helping to mitigate the impact of the construction project on businesses, customers and residents. AECOM was selected to perform this work based on their credentials and their responsiveness to our request for proposals. The proposed fee is $66,259. ` Section 12- 10(D)(5) of the Municipal Code provides that professional services of a specialized nature, including engineering services, may be approved by the City Manager without the use of formal, sealed quotes. In accordance with 12 -10(E) of the Code, I am hereby submitting this report regarding this contract award. Funds for these services are budgeted in the Property Improvements section of the 2009 CIP. Please contact me if you have any questions concerning this contract award. MAR/cks CA1Docurnents and Settings\jackiec\Local Settings \Temporary Internet Files10LK1461AEC0M 400 Block East 031909.doc ( 0 OJHKOlH ON THE WATER MEMORANDUM DATE: March 19, 2009 TO: Honorable Mayor and Members of the Common Council FROM: Mark A. Rohloff, City Manager , e(' 12 RE: Award of Engineering Services Agreement — 400 Block East (Jefferson) Lot, Dumpster Enclosures / T.R. Karrels & Associates The Transportation Department requested a proposal from T.R. Karrels & Associates for design services related to dumpster enclosures for the reconstructed 400 Block East (Jefferson) parking lot. T.R. Karrels & Associates will be responsible for developing designs and specifications for these enclosures, working in concert with property owners and city staff. Upon acceptance of the design of these enclosures, T.R. Karrels & Associates will coordinate with AECOM to integrate these enclosures in the overall design and construction of the parking lot. T.R. Karrels & Associates will also observe construction of the enclosures to ensure compliance with the specifications. T.R. Karrels & Associates was selected to perform this work based on their credentials and their previous involvement with the City on related projects, The proposed fee is not to exceed $12,000. Section 12- 10(D)(5) of the Municipal Code provides that professional services of a specialized nature, including engineering services, may be approved by the City Manager without the use of formal, sealed quotes. In accordance with 12 -10(E) of the Code, I am hereby submitting this report regarding this contract award. Funds for these services are budgeted in the Property Improvements section of the 2009 CIP. Please contact me if you have any questions concerning this contract award. MAR/cks CADocuments and Settings \jackiec\Local Settings \Temporary Internet Files \OLK146 \Karrels 400 Block East 031909.doc