Loading...
Backup Documents 09/10/2019 Item #16E 8 16 a ORIGINAL DOCUMENTS CHECKLIST & ROUTIN 1�" ' (sfI�IJ TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT S THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATT i 2019 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County ttorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. Risk Management **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management gilt)/ 9 2. County Attorney Office County Attorney Office ra 41 lam ( 9\12.\r4 4. BCC Office Board of County \o Commissioners ��/s, 1 x .\‘c: 4. Minutes and Records Clerk of Court's Office re_ /i )t9 5:3g pin 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Ana Reynoso/PURCHAS G Contact Information 239-252-8950 Contact/ Department Agenda Date Item was September 10, 2019 Agenda Item Number 16.E.8. Approved by the BCC Type of Document CONTRACT Number of Original 2 Attached Documents Attached PO number or account N/A 14-6353 RAFTELIS number if document is RAFTELIS FINANCIAL to be recorded FINANCIAL CONSULTANTS,INC. CONSULTANTS,INC. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. - (Initial) Applicable) 1. Does the document require the chairman's original signatur STAMP OK N/A 2. Does the document need to be sent to another agency for ad.' .••al si• .• • ? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be AR signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the AR document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's AR signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 07/10/2019 and all changes made during /A is not the meeting have been incorporated in the attached document. The County option for • Attorney's Office has reviewed the changes,if applicable. r is line. 9. Initials of attorney verifying that the attached document is the version approved by they /A is r' BCC,all changes directed by the BCC have been made,and the document is ready forth `\,� :` opti. Chairman's signature. 16 E6 MEMORANDUM Date: September 13, 2019 To: Ana Reynoso, Procurement Services From: Teresa Cannon, Sr. Deputy Clerk Minutes & Records Department Re: Assumption Agreement for Contract #14-6353 "Financial Consulting Services" Contractor: Raftelis Financial Consulting, Inc. Attached for your records is an original of the referenced document above, (Item #16E8) adopted by the Board of County Commissioners on Tuesday, September 10, 2019. The Board's Minutes & Records Department has kept an original as part of the Board's Official Records. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment ASSUMPTION AGREEMENT 16 E 8 This Assumption Agreement is made and entered into on this I(f^ of SR chem bei— , 2019 by and between Raftelis Financial Consultants, Inc. d/b/a Raftelis("Raftelis"or `Consultant") and Collier County, a political subdivision of the State of Florida("County"). WHEREAS, on January 13, 2015, (Agenda Item No. 16.C.4) the County entered into Agreement #14-6353 with Public Resources Management Group, Inc., for financial consulting services, hereinafter referred to as "Agreement" and attached hereto as Exhibit A, together with all renewals; and WHEREAS,Raftelis represents and warrants to the County that through an Asset Purchase Agreement, Raftelis is now the successor in interest to Agreement#14-6353; and NOW THEREFORE, IN CONSIDERATION of the mutual promises in this Assumption Agreement, and for other good and valuable consideration, the receipt and sufficiency of which are acknowledged by the parties, it is agreed as follows: 1. Raftelis accepts and assumes all rights, duties, benefits, and obligations of the Consultant under the Agreement, as amended, including all existing and future obligations to pay and perform under the Agreement as of July 1,2019. 2. Raftelis will promptly deliver to County evidence of insurance consistent with the Agreement. 3. Notices required under the Agreement to be sent to Raftelis shall be directed to: Raftelis Financial Consultants, Inc. d/b/a Raftelis 227 West Trade Street, Suite 1400 Charlotte,NC 28202 Main Phone: 704-373-1199 Attn: Peiffer Brandt, President& CEO Email: pbrandt@raftelis.com 4. Further supplements to, or modifications of, the Agreement shall be approved in writing by both parties. 5. The County hereby consents to Raftelis assumption of the Agreement in order to continue the services provided under Agreement #14-6353. No waivers of performance or extensions of time to perform are granted or authorized. The County will treat Raftelis as the Consultant for all purposes under the Agreement. Except as provided herein, all other terms and conditions of the Agreement remain in full force and effect. [19-PRC-04022/1491915/1] Page 1 of 2 16E8 IN WITNESS WHEREOF, the undersigned have executed and delivered this Assumption Agreement effective as of the date first above written. Witnesses: Raftelis Financial Consultants,Inc. ',,,(i,,,„ � d/b/a Raftelis -I, ' • Witness Signat- By: 0. (.1 ____,.. Matthew Jackson Si ture Print/Type witn s name j4zice . PriPeiffer Brandt nt/Type Name Witness Signature President& CEO Anne Bryant Title Print/Type witness name ATTEST: BOARD OF COUNTY Cryst, 1 :`l , el, Clerk of Courts COMMISSIONERS •Coinp troll 7, COLLIER CO Y FLORIDA tl* -''' 'ti".- 0-A-v\-Keit,Cr-- By:(1)411411611 Air_ 0- '1''''yam•' ''=' uty Clerk Wil am L. Mc l Jr., Ch an a 'Attest gas t ;chairman'' sfOnattir an(y. Appr'1I.e s A.i _ .0 • egality: la. Jeffrer . , ',tzkow Count Att I ey , I : Item# 1.606 Date q...411i Recd b..•.��.....`..../ i".• teak [19-PRC-04022/1491915/1] Page 2 of 2 EXHIBIT A 1 6 E 8 AGREEMENT14-6353 for Financial Consulting Services THIS AGREEMENT, made and entered into on this I3fh day of Jai-, 2015, by and between Public Resources Management Group, Inc., authorized to do business in the State of Florida, whose business address is 341 N. Maitland Avenue, Suite 300, Maitland, Florida 32751, (the "Consultant") and Collier County, a political subdivision of the State of Florida, (the "County"): WITNESSETH: 1. COMMENCEMENT. The Consultant shall commence the work upon the issuance of a Purchase Order. 2. CONTRACT TERM. The contract shall be for a two (2) year period, commencing on January 23, 2015, and terminating two (2) years from that date. The County may, at its discretion and with the consent of the Consultant, renew the Agreement under all of the terms and conditions contained in this Agreement for two (2) additional two (2) year periods. The County shall give the Consultant written notice of the County's intention to renew the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to 180 days. The County Manager, or his designee, shall give the Consultant written notice of the County's intention to extend the Agreement term not less than 10 days prior to the end of the Agreement term then in effect. 3. STATEMENT OF WORK. The Consultant shall provide Financial Consulting Services in accordance with Exhibit A "Scope of Services," the terms and conditions of Bid/RFP #14-6353 and the Consultant's proposal referred to herein and made an integral part of this agreement. This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County Purchasing Ordinance and Purchasing Procedures in effect at the time such services are authorized. The services required by this Agreement shall include but not be limited to the services described in Exhibit A "Scope of Services". The County shall order services as required Page 1of13 CA 16E8 but makes no guarantee as to the quantity, number, type or distribution of services that will be ordered or required by this Agreement. Any County agency may purchase products and services under this Agreement, provided sufficient funds are included in their budget(s). 4. THE CONTRACT SUM. The County shall pay the Consultant for the performance of this Agreement upon completion or partial completion of the work tasks as accepted and approved by the County Project Manager, or designee, pursuant to the fees as set forth in Exhibit B "Consultant's Fees," included in this Agreement, together with the Travel and Reimbursable Expenses as defined in this Agreement. Payments shall be made to the Consultant when requested as work progresses, but not more frequently than once per month, on an estimated percentage complete for the Labor and Expenses Fee and at actual costs for Travel Expenses. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218 Fla. Stats., otherwise known as the "Local Government Prompt Payment Act". 4.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.2 TRAVEL AND REIMBURSABLE EXPENSES: Travel and Reimbursable Expenses must be approved in advance in writing by the County. Travel expenses shall be reimbursed as per Section 112.061 Fla. Stats. Any trips within Collier and Lee Counties are expressly excluded. Reimbursements shall be at the following rates: Mileage $0.445 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per night Parking Actual cost of parking Taxi or Airport Actual cost of either taxi or airport Page 2 of 13 Cq I 6E8 Limousine limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges, fax charges, photocopying charges and postage. Reimbursable items will be paid only after Consultant has provided all receipts. Consultant shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5. SALES TAX. Consultant shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County, Florida as a political subdivision of the State of Florida, is exempt from the payment of Florida sales tax to its vendors under Chapter 212, Florida Statutes, Certificate of Exemption# 85-8015966531C-2. 6. NOTICES. All notices from the County to the Consultant shall be deemed duly served if mailed or faxed to the Consultant at the following Address: Public Resources Management Group, Inc. 341 North Maitland Avenue, Suite 300 Maitland, Florida 32751 Attention: Robert J. Ori, President Telephone: 407-628-2600 Facsimile: 407-628-2610 All Notices from the Consultant to the County shall be deemed duly served if mailed or faxed to the County to: Collier County Government Center Procurement Services Department 3327 Tamiami Trail, East Naples, Florida 34112 Attention: Joanne Markiewicz, Director, Procurement Services Telephone: 239-252-8407 Facsimile: 239-252-6480 The Consultant and the County may change the above mailing address at any time upon giving the other party written notification. All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Consultant or to constitute the Consultant as an agent of the County. Page 3 of 13 CA_ 16E8 8. PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Consultant. The County will not be obligated to pay for any permits obtained by Subconsultants. Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Consultant. The Consultant shall also be solely responsible for payment of any and all taxes levied on the Consultant. In addition, the Consultant shall comply with all rules, regulations and laws of Collier County, the State of Florida, or the U. S. Government now in force or hereafter adopted. The Consultant agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Consultant. 9. NO IMPROPER USE. The Consultant will not use, nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal, state, county or municipal ordinance, rule, order or regulation, or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Consultant or if the County or its authorized representative shall deem any conduct on the part of the Consultant to be objectionable or improper, the County shall have the right to suspend the contract of the Consultant. Should the Consultant fail to correct any such violation, conduct, or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation, conduct, or practice, such suspension to continue until the violation is cured. The Consultant further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County. 10. TERMINATION. Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement, the County may terminate said agreement for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the County terminates this Agreement, Consultant's recovery against the County shall be limited to that portion of the Contract Amount earned through the date of termination. The Consultant shall not be entitled to any other or further recovery against the County, including, but not limited to, any damages or any anticipated profit on portions of the services not performed. 11. NO DISCRIMINATION. The Consultant agrees that there shall be no discrimination as to race, sex, color, creed or national origin. 12. INSURANCE. The Consultant shall provide insurance as follows: A. Commercial General Liability: Coverage shall have minimum limits of $100,000 Per Occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Page 4 of 13 CAC 16E8 Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. B. Business Auto Liability: Coverage shall have minimum limits of $500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-Ownership. C. Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws. The coverage must include Employers' Liability with a minimum limit of $500,000 for each accident. D. Professional Liability: Shall be maintained by the Consultant to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Consultant waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and in the aggregate. Special Requirements: Collier County Government shall be listed as the Certificate Holder and included as an Additional Insured on the Comprehensive General Liability Policy. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Consultant during the duration of this Agreement. The Consultant shall provide County with certificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County ten (10) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: ten (10) days prior written notice, or in accordance with policy provisions. Consultant shall also notify County, in a like manner, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer, and nothing contained herein shall relieve Consultant of this requirement to provide notice. Consultant shall ensure that all sub-Consultants comply with the same insurance requirements that he is required to meet. 13. INDEMNIFICATION. To the maximum extent permitted by Florida law, the Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Consultant, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant or anyone employed or utilized by the Consultant Page 5 of 13 CA" 16E8 in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 13.1 The duty to defend under this Article 13 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Consultant, County and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Consultant. Consultant's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the County or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 14. CONTRACT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the Public Utilities Finance Operations Department. 15. CONFLICT OF INTEREST: Consultant represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. Consultant further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS CONTRACT. This Contract consists of the following component parts, all of which are as fully a part of the contract as if herein set out verbatim: Consultant's Proposal, Insurance Certificate(s), RFP #14-6353 Scope of Services, any Addendum/Addenda, Exhibit A "Scope of Services" and Exhibit B "Consultant's Fees." 17. SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this agreement is subject to appropriation by the Board of County Commissioners. 18. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, as amended, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. Page 6 of 13 1 6 E 8 19. COMPLIANCE WITH LAWS. By executing and entering into this agreement, the Consultant is formally acknowledging without exception or stipulation that it agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to this Agreement, including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended; taxation, workers' compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), and the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(d) and (3))). If Consultant observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 20. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful proposer extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful proposer. 21. AGREEMENT TERMS. If any portion of this Agreement is held to be void, invalid, or otherwise unenforceable, in whole or in part, the remaining portion of this Agreement shall remain in effect. 22. ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this contract in compliance with the Purchasing Ordinance and Purchasing Procedures. 23. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Consultant with full decision-making authority and by County's staff person who would make the presentation of any settlement reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 24. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate Page 7 of 13 16E8 federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 25. CONTRACT STAFFING: The Consultant's personnel and management to be utilized for this contract shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the contract. The Consultant shall assign as many people as necessary to complete the required services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service delivery dates. 26. ORDER OF PRECEDENCE: In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Request for Proposal (RFP), the Consultant's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence. 27. ASSIGNMENT: The Consultant shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent, shall be void. If Consultant does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Consultant all of the obligations and responsibilities that Consultant has assumed toward the County. Page8ofl3 16E8 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Agreement on the date and year first written above. BOARD OF COUNTY COMMISSIONERS ATTEST: COLLIER COUNTY, FLORIDA Dwight E. B ock clerk of Courts By: 0r By: l\l a„c¢. CA atr-w•.o. . Dated: Attest as airmans, (SE nature only. ,. Public Resources Management Group, Inc. Consultant O / 7' First �s Signature Pe y L. Perry1!�ce.f g OC- fse.S;c ?€.�,-� Ype/ TT rintsignature and titleT � witness,hameT TTYpe/print � Se nd Witness \\I TType/print witness narneT Approved as to Form and Legality: A Assistant t runty Attorney VIA; \i R. B1 iy Print Name Page 9 of 13 CA) 16 E 8. Agreement # 14-6353 - "Financial Consulting Services" EXHIBIT A "SCOPE OF SERVICES" The Consultant agrees to provide financial consultant services which may include, but are not limited to, the following as requested by the County: A. Cost of Service/Rate Studies: • Review and redesign as considered necessary based on cost of services principals, the potable water, wastewater, reuse rates, landfill tipping fees, and other miscellaneous charges. • Investigate, evaluate and develop potential water, wastewater and reclaimed water rates associated with the provision of such type of service. Create a multi-year financial forecast model for the water and wastewater system (the "System") to determine the overall sufficiency of the System revenues and financial resources to meet identified System expenditures and funding requirements. Revenue and revenue requirements will be projected separately for water, wastewater and reclaimed water. Rate study analysis will include, but will not be limited to number of customers and usage, a projection of revenues and operating expenses, a capital funding analysis, evaluation of financial targets and compliance requirements, design of monthly rates, development of presentations and participation in the public hearing process for rate approval. • Assist the County in development of water and wastewater impact fees to evaluate adequacy of the recovery of the respective capital and carrying costs from new development. • Identify the allocable net revenue requirements associated with providing wholesale potable water service and design of a wholesale potable water rate for the recovery of such costs. • Development of rate comparisons and surveys. • Review of master plan to ensure consistency with the rate studies. B. Other Revenue Sources: Page l0of13 � _} 16 E8 • Review and design as considered necessary, appropriate fees for other miscellaneous services as provided by water and wastewater utility systems and other departments. • Review operations of the water and wastewater utility and landfill systems and other County financial services to determine if additional services, charges and revenue enhancements are appropriate. C. Acquisitions: • Perform financial due diligence activities related to the acquisition of utility systems or service areas. D. County Contracts/Documents: • Provide assistance in development and/or review of County contracts, policies and agreements. Such contracts and documents including, but not limited to, rate ordinances and resolutions, service agreements,. franchise agreements, acquisition contracts, extension and development agreements, reclaimed water usage agreements, and inter-local agreements between the County and other public agencies. Services may involve drafting agreements, review of documents, negotiations among affected parties and performance of economic analyses required for evaluation. E. Financing/Funding: • Preparation of financial feasibility reports in support of the issuance of revenue bonds, including preparation for and attendance of presentations before rating agencies, bond insurance companies, potential investors and purchasers of instruments of debt, and other required parties. • Provide assistance in the preparation of loan documents to obtain funds from agencies such as the Florida Department of Environmental Protection, Rural Development, Department of Community Affairs and others. • Financial modeling of financing plans and CIP affordability. F. General Financial Services: • Perform financial sensitivity analyses on utility and other operations taking into account such factors as capital program implementation, regulatory changes and other such issues that may cause a need to review financial operations. Page 11 of 13 t(—1C 16 E8 • Review operations and performance by the County's Utilities, Solid Waste Department and other County Departments. • Evaluate financial forecasts and analyses related to the utility as prepared by staff and other consultants. • Provide assistance in strategic planning activities with the utility and other departments. • Provide assistance in development of accounting, financial, and business policies as well as providing opinions on such issues. • Assistance to the County in providing privatization and managed competition activities and cost evaluations Page 12 of 13 (A() 16 E 8 Agreement # 14-6353 - "Financial Consulting Services" EXHIBIT B -CONSULTANT'S FEES K M. 0. k' F354 + r '. M. n rtrw k r„rxs Personne1Title � f � Hourly♦>Ratea ./ M ” 5 , �.r_�v'S.w����t 's��,, Principal $180.00 Associate $130.00 Managing Consultant $120.00 Supervising Consultant $115.00 Senior Consultant $110.00 Rate Consultant $100.00 Consultant $90.00 Senior Rate Analyst $80.00 Rate Analyst $70.00 Analyst $60.00 Assistant Analyst $50.00 Clerical and Administrative $50.00 Page 13 of 13 ti__ ,,.•—.1 PUBLI-31 6 EPa: M6 4 c I?L.?' CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDO'YYYY) k.._...-- 01/05/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharon Weiser The Plastridge Agency-BRO NAME: FAX 2100 N.Dixie Hwy. (ac,No EXg;561 395-1435 (Alc�_561-395-4755 Boca Raton, FL 33431 E-MAIL ADDRESS: • INSURER(S)AFFORDING COVERAGE NAIC B INSURER A:Phoenix Insurance Company 25623 INSURED Public Resources Mgmt Grp,Inc INSURER B:Travelers Casualty&Surety 19038 341 N.Maitland Ave.#300 Maitland,FL 32751 INSURER C:Ohio Casualty Insurance Co. 124074 INSURER D:Ironshore Specialty Ins.Co. INSURER E: INSURER F: __ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLISUBR1 -- i POLICY EFF POLICY EXP ___-- _--- ---- __-_-- __--- LTR TYPE OF INSURANCE 1NSD IWVD I POLICY NUMBER (MM/DD/YYYY) (MM/DD!YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE I$ 1,000,000 CLAIMS-MADE L X 1 OCCUR X i 680578M8656PHX15 01/05/2015 01/05/2016 DAMAGE TO RENTED $ 300,000 PREMISES(Ea occurrence) MED EXP(Any ole person) •$ 5,000 X Agg Per Project PERSONAL&ADV INJURY $ 1,000,000 GENLAGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,000 POLICY L X 1 PE i L _I LOC I PRODUCTS COMP/OP AGG 1 $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY li COMBINED SINGLE LIMIT $ 1,000,000 ALL OWNED SCHEDULED LEa accidNnt/ ' 01/05/2016 BODILY INJURY(Pei person/ �$ A ANY AUTO NON-OWNEDH .680578M8656PHX15 01/05/2015 $ AUTOS AUTOS BODILY INJURY(Per accident) X XPROPERTY DAMAGE $ FIRED AUTOS __ AUTOS (Per accident) i $ UMBRELLA LIAB X. CLAIMS-MADE EU01553734392 01/05/201 S ,EACH OCCURRENCE I $ 1,000,000 OCCUR C 1 X EXCESS LIAB , i 01/05/2016 AGGREGATE $ 1,000,000 r ' DED I RETENTIONS ! $ WORKERS COMPENSATION "i '�. X STATUTE PER 1X 0TH LAND EMPLOYERS'LIABILITY s I - B ANY PROPRIETOR/PARTNER/EXECUTIVE ER Y!N N/A XAU84030T04515 02/01/2015 02/01/2016 El,EACH ACCIDENT $ 1,000,000 :OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes describe underI -...-.. ._- -.- _... _... riESCRIPTION OF OPERATIONS below E 1 DISEASE.POLICY LIMIT,$ 1,000,000 D :professional Liab I 000109304 01/25/2014', 01/25/2015 Ea/Agg 2,000,000 Claims Made . [RETRO DATE 1/1/94 SIR 5,000 i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County Board of County Commissioners are Additional Insured's for General Liability as respects Contract#14-6353 for any work performed on behalf of Collier County - ATIMA CERTIFICATE HOLDER CANCELLATION COLLII6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Collier County Board of ACCORDANCE WITH THE POLICY PROVISIONS, Commissioners 3327' lam trali ast ouriIOf IZED REPRESENTATIVE. Naples, FL 34112 /M4r,/ /ii '-j ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 16E8 P ` Co ie r County y., Administrative Services Department Procurement Services Division October 12, 2016 Robert J. Ori Public Resources Management Group, Inc. FAX: 407-628-2610 Email: rori@prmginc.com RE: Contract Renewal for# 14-6353"Financial Consulting Services" Dear Mr. Ori: Collier County would like to renew the above contract under the same terms and conditions for two (2) additional years in accordance with the renewal clause in the contract. This renewal is contingent upon Project Manager approval. If you are agreeable please indicate your intentions by providing the information requested below and executing the acceptance section: I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with your lj response. • I am not agreeable to the renewal of this contract. By executing the section below, this contract will be in effect from January 23, 2017 until January 22, 2019. Acceptance of Contract Renewal Company Name Public Resources Management Group, Inc. •r2 Company Signature "` �'cL..4 F_. Print Narne Robert J . Ori , President I Signature Date i October 17, 2016 :.....___........_.___.__-___._.._...__._.__.._. Y rd••.} Ilk Procurement Services Division.3327 Tamiami Trail East•Naples,Florida 34112-4901•239-252-8407•wvvw.colliergov neVprocurementscrvices 16E8 Page 2 of 2 RE: Contract Renewal for# 14-6353 "Financial Consulting Services" Updated Contact Information (Only if addressee information on the first page is incorrect) Contact Name Telephone Number ...._,_._._„__...,_._._....._.___.._._..__..___..._...__.--------_--.__..._......_-..._._......_.___..,....___._.._._._..._....__.._.___ ___..FAX Number Email Address Please take a moment to review the Collier County Online Bidding System and refresh your business profile information. Log into the County's site at: http://bid.colliergov.net/bid/, select My Profile and My Commodities, and review information and commodities to ensure they accurately reflect your business. Please return this letter to the Procurement Services Division with your response at your earliest convenience. If you have any questions you may contact Lissett De La Rosa at 239-252-6020, email Iissettdelarosacolliergov.net or FAX 239-252-2860. Respectfully, Allison Kearns Interim Director—Procurement Services Division C: Tolu Oladimeji, Project Manager Co ier County 16 E 8 Administrative Services Department Procurement Services Division 9/14/18 Robert J. Ori, President Public Resources Management Group, Inc. 341 North Maitland Avenue, Suite 300 Maitland, FL 32715 Email: RE: Contract Renewal for# 14-6353 "Financial Consulting Services" Dear Mr. Ori: Collier County would like to renew the above contract under the same terms and conditions for an additional two (2) year period in accordance with the renewal clause in the contract. If you are agreeable please indicate your intentions by providing the information requested below and executing the acceptance section: X I am agreeable to renewing the above referenced contract under the same terms, conditions, and pricing as the existing contract. The following attached documentation must be provided with your response. • An updated and current insurance certificate I am not agreeable to the renewal of this contract. By executing the section below, this contract will be in effect from 1/23/19 until 1/22/21. Acceptance of Contract Renewal Company Name ?1k6kesoc..,rces /1et"4 �.ne�. r ti.. >.t<xx iY� ;..w�. Company Signature f� Print Nameotocrr Or:1 Signature Date 9/.70/1,70/8 ;t.i r$ r. 4.41 Promemet fimtces Minion.3295 Turriami Trail East•Naples,Florida 34112.4901•www.colliergov.net/promernentservms 16E8 Page 2 of 2 RE: Contract Renewal for# 14-6353 "Financial Consulting Services" Updated Contact Information (Only if addressee information on the first page is incorrect) Contact Name f'ob -r't cT,- Q, Telephone - 1/4)-2- 6 2 5--.r.,n; as Number Ce t( _ .3;e l - yg4 yia. o,n:) FAX Number Email Address /^OLr.:: — ��0 -; yr-..4., V�N{i4' V 1 1 cc '- / r ^c �^� ,}' ,fir � � coat- 147 c.r Collier County Procurement Services is pleased to announce, it has partnered with BidSync to provide Free web-based Bidding services to its vendors, suppliers and contractors. We are now"live on the new bidding platform. Register today at www.bids���� a . For Registration Assistance, please contact BidSync customer service at 800-990-9339 Or email: supportAbidsync.corn. Please return this letter to the Procurement Services Division with your response and insurance certificate no later than 9/24/18. You may email your response to: email renewals(cl collieraov.net, If you have any questions you may contact me at 239-252-8407. Respectfully, Digitally signed by Henera5andra He r r e ra S a n d DN do=net,dc=colliergnv,dc.bcc, OU=Divisbns,ou=ASD,ou=A50 Purchasing, u•Purchasing User Accounts, ra cn-Nerrene5endra, ma II=San dra.Herreragrolli ercounty0.go v Date:2019 09.13 20:20:54-0410' Sandra Herrera Procurement Contract Manager—Procurement Services Division C: Sue Zimmerman, Utilities Finance (PUD) Detail by Entity Name Page 1 of 2 16E8 Florida Department of State DIVISION OF CORPORATIONS 'Amur'ri •••14riffArg.1911.7* C.) PoP Avi'r(Di tut(Odd arae u/Florida web}lrr Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Foreign Profit Corporation RAFTELIS FINANCIAL CONSULTANTS, INC. Filing Information Document Number F05000000923 FEI/EIN Number 20-1054069 Date Filed 02/10/2005 State NC Status ACTIVE Principal Address 227 West Trade Street Suite 1400 Charlotte, NC 28202 Changed:02/09/2017 Mailing Address 227 WEST TRADE STREET SUITE 1400 CHARLOTTE, NC 28202 Changed:07/06/2016 Registered Agent Name&Address HAIRSTON,ANTHONY 463 Wilford Avenue Longwood, FL 32750 Name Changed:01/23/2015 Address Changed:01/23/2015 Officer/Director Detail Name&Address Title CORPORATE SECRETARY JACKSON, MATTHEW R. 227 West Trade Street Suite 1400 Charlotte, NC 28202 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 7/30/2019 16E8 Client#: 1722483 RAFTEFIN ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)6/24/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). CONTACT Linda Rolfe PRODUCER NAME: Cameron M Harris&Co, LLC PHONE 980-265-5804 FAX (AIC,No,Ext): (A/C,No): Div USI Ins ADORIess: linda.rolfe@usi.com 6100 Fairview Road Ste 1400 INSURER(S)AFFORDING COVERAGE NAIC# Charlotte, NC 28210 INSURER A:National Fire Insurance Co.of Hartford 20478 INSURED INSURER B:Continental Insurance Company 35289 Raftelis Financial Consultants, Inc. INSURER C: 227 West Trade Street,Ste. 1400 INSURER D: Charlotte, NC 28202 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 607000011 01/21/2019 01/21/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE (EaocccEence) $500,000 MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY 6076000025 01/21/2019 01/21/2020 E0aaocldeDneNGLELIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) $ B UMBRELLA LIAB X OCCUR 6076000039 01/21/2019 01/21/2020 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B WORKERS COMPENSATION 6076000008 01/21/2019 01/21/2020 x PERTUTE OTH- AND EMPLOYERS'LIABILITY STAER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE607600042-CA 01/21/2019 01/21/2020 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT s1,000,000 B Prof. Liability 652071235 01/21/2019 01/21/2020 $5,000,000 Occurrence $5,000,000Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) Collier County Board of County Commissioners are Additional Insured's for General Liability as respects Contract#14-6353 for any work performed on behalf of Collier County-ATIMA. CERTIFICATE HOLDER CANCELLATION Collier CountyBoard of SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East NAPLES, FL 34112 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S25959933/M24790795 LXREZ