Loading...
1452 Public Resources Mgmt Group PO 032696 rate studyPURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: * 1 o or /City Clerk RE: PRMG Work Order No. 01.2012 for $36,440 The item(s) noted below is /are attached and forwarded to your office for the following action(s): ❑ Development Order Mayor's signature ❑ Final Plat (original mylars) Rec F Letter of Credit " ng F1 Maintenance Bond fe keeping (Vault) ;n ❑ Ordinance ❑ Performance Bond ❑ Resolution City Manager Signature ❑ V ff City Clerk Attest/Signature Once completed, please: ❑ Return originals to Purchasing ❑ Return copies El Special Instructions: Clerk N From Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc DATE: 11/17/11 PURCHASE ORDER PO NUMBER 032696 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 CITY OF SANFORD P.O. BOX 1788 _(300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 VENDOR NO 6233 TO: PUBLIC RESOURCES MGMT GROUP 341 NORTH MAITLAND AVENUE SUITE 300 MAITLAND, FL 32751 SHIP TO: CITY OF SANFORD 300 N. PARK AVENUE SANFORD, FL 32771 DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/12 NET /30 63004 ACCOUNT N O.: 451-4510-536.31-00 PROJECT NO.: NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST 1 W/ RATE STUDY, WATER & WASTEWATER 36440.00 NA 1.00 36440.00 AND RECLAIMED WATER- SUB-TOTAL 36440.00 TOT L 36440.00 APPROVED BY: PURCHAS G A ENT APPROVED BY: CITY M GER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPL)� WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING EXHIBIT A WORK ORDER FORM Work Order Number 01 -2012 CITY OF SANFORD FLORIDA Master Agreement/Contract Number: Dated: Contract/Project Title 2012 Utili Rate Stud Solicitation No: ISanford Project No. Purchase Order No. Consultant/Contractor: Public Resources Management Group, Inc. Consultant/Contractor's Business Address, Phone Number, Fax Number and E -mail Address 341 N. Maitland Ave., Suite 300 Maitland, FL 32751 ATTACHMENTS TO THIS WORK ORDER METHOD OF COMPENSATION DRAWINGS /PLANS /SPECIFICATIONS FIXED FEE BASIS X SCOPE OF SERVICES X TIME BASIS -NOT TO EXCEED AMOUNT SPECIAL CONDITIONS TIME BASIS - LIMITATION OF FUNDS PRICING IINFORMATION UNIT PRICE BASIS -NOT TO EXCEED AMOUNT WO TERMS AND CONDITIONS TIME FOR COMPLETION: 180 Days of the effective date of this Work Order Effective date- this Work Order: Date of Execution by City Time for completion: The services to be provided by the Consultant/Contractor shall commence upon execution of this Work Order by the parties and shall be completed within the time frame indicated above. Failure to meet the stated completion requirement may be grounds for termination for default. Work Order Amount: Dollars Expressed in Numbers: $ 36,440 Dollar Amount Written Out: Thirty Six Thousand Four Hundred Forty Dollar only In Witness Whereof, the parties hereto have made and executed this Mpdayof rder on the dates under each �espective signature: The City through its City Commission taking action on the I?iLi < 2011 and the Consultant/Contractor by and through its duly authorized corporate officer having the full and complete authority to execute same. CONSULTANT /CONTRACTOR ATTEST: EXECUTION: Si ature, Corporate Officer Signature, Corporate President Anthony Hairston, Associate t 1 l( Henry Thomas, Vice President I d 1 I k Corporate Officer Printed Name, Title and Date Corporate President, Printed Name and Date CITY OF SANFORD STg6 ature, Purchasin Manager F. William Smith Purchasing Manager, Printeh 1 4ame and Date Signature, Uty Clerk V i ture, ayor Jeff Tri le O— O City M Clerk, P ted Name and Date Mayor, Printed Name and Date Kevised: 1- 6-2011 Work Order (page 2) WORK ORDER TERMS AND CONDITIONS Execution of this Work Order by the CITY and the issuance of a notice to proceed, shall serve as authori- zation for the CONSULTANT /CONTRACTOR to provide goods and /or services for the above project as set out in the Scope of Services which is attached as Exhibit "A," as well as all other exhibits attached to that certain Agreement cited on the face of this Work Order all of which are incorporated herein by reference as if they had been set out in its entirety and as further delineated in the specifications, conditions and requirements stated in the listed documents which are attached hereto and made a part hereof. The CONSULTANT /CONTRACTOR shall provide said goods and /or services pursuant to this Work Order, its attachments and the above - referenced Agreement and its exhibits. If this Work Order conflicts with said Agreement or exhibits, the Agreement and exhibits shall prevail provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY TERM: This Work Order shall take effect on the date of its execution by the CITY and expires upon final delivery, inspection, acceptance and payment unless terminated earlier in accordance with the Termination provisions herein; Provided, however, that the CONSULTANT /CONTRACTOR shall not proceed with work until directed to do so by the CITY METHOD OF COMPENSATION: (i) FIXED FEE BASIS. If the compensation is based on a "Fixed Fee Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the Fixed Fee Amount indicated as the Work Order Amount. The fixed feel is an all- inclusive Firm Fixed Price binding the CONSULTANT /CONTRACTOR to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT /CONTRACTOR be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Time Basis Method" with a Not -to- Exceed Amount, then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for a sum not exceeding the amount indicated as the Work Order Amount. In no event is the CONSULTANT /CONTRACTOR authorized to incur expenses exceeding the Not -To- Exceed Amount without the express written consent of the CITY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iii) TIME BASIS WITH A LIMITATION OF FUNDS AMOUNT. If the compensation is based on a "Time Basis Method" with a Limitation of Funds Amount, then the amount identified as the Work Order Amount becomes the Limitation of Funds amount which shall not be exceeded without prior written approval of the CITY. Such approval, if given by the CITY, will indicate a new Limitation of Funds amount. The CONSULTANT /CONTRACTOR shall advise the CITY whenever the CONSULTANT /CONTRACTOR has incurred expenses on this Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. The CONSULTANT /CONTRACTOR'S compensation shall be based on the actual work required by this Work Order and the Labor Hour Rates established in the Master Agreement. (iv) UNIT PRICE BASIS WITH A NOT TO EXCEED AMOUNT. If the compensation is based on a "Unit Price Basis," then the CONSULTANT /CONTRACTOR shall perform all work required by this Work Order for the amount resulting from computing the quantity(ies) of defined units and agreed upon unit pricing to establish amount of CONTRACTOR'S compensation. All adjustments to quantities shall be approved by the Project Manager. Prior written approval by the City is required to adjust the not to exceed amount. The CITY shall make payment to the CONSULTANT /CONTRACTOR in strict accordance with the payment terms of the above - referenced Agreement. It is expressly understood by the CONSULTANT /CONTRACTOR that this Work Order, until executed by the CITY, does not authorize the performance of any services by the CONSULTANT /CONTRACTOR and that the CITY, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT /CONTRACTOR to perform the services called for under this Work Order if it is determined that to do so is in the best interest of the CITY. The CONSULTANT /CONTRACTOR shall execute this Work Order first and the CITY second. This Work Order becomes effective and binding upon execution by the CITY and not until then. A copy of this executed Work Order along with a Purchase Order will be forwarded to the CONSULTANT /CONTRACTOR at the completion of that action. It is noted that the Purchase Order Number must be indicated on all invoices germane to the Work Order. WORK ORDER TERMS AND CONDITIONS 1. By accepting this Work Order (WO) the ContractorNendor /Contractor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City ". The term "City" is used in a broad sense to include its employees, directors, officers, agents, volunteers, etc. 2. All information referenced is hereby incorporated into the WO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained in the Work Order. The Vendor /Contractor agrees that Vendor /Contractor shall diligently and expeditiously pursue Vendor /Contractor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this WO in whole or in part at any time for default by written notice to the Vendor /Contractor. The City shall have no liability to the Vendor /Contractor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor /Contractor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this WO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this WO are firm, all inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor /Contractor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the WO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor /Contractor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this WO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not lim it those available to the City. A copy of these warranties and all applicable manufacturer's warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any inspection or investigation to verify compliance of the goods and /or services with the requirements of this Work order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor /Contractor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor /Contractor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor /Contractor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor /Contractor shall indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor /Contractor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this Work order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor /Contractor shall not assign this WO, any rights under this WO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. WORK ORDER TERMS AND CONDITIONS -Page 2 12. The Vendor /Contractor shall not disclose the existence of this WO without prior written consent of the City except as may be required to perform this WO. 13. All Material purchased hereunder must be packaged to ensure its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled indicating the addressee of each package or shipment and the applicable WO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CF R 1399, OSHA regulations 29 CF R 4999. 14. The Vendor /Contractor shall perform the obligations of this WO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor /Contractor ensures that its personnel shall comply with reasonable conduct guideli nes and City policies and procedures. 16. After each delivery, the Vendor /Contractor shall provide to the "bill to address" an original, "proper invoice" (single copy) which includes: a) Vendor /Contractor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; i) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the WO and adjust payment accordingly to comply with the WO. Payment will be made only to the Vendor /Contractor identified on the WO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor /Contractor against any amounts owed to the C ity by the Vendor /Contractor and shal I in the case of Vendor /Contractor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this WO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of invoice, which ever is later. 18. If this WO involves the Vendor /Contractor's performance on the City's premises or at any place where the City conducts operations, the Vendor /Contractor shall request information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance is required, Vendor /Contractor shall provide proofs of insurance required by the City, or City reserves the right to cancel this Work Order, immediately suspend performance by the Vendor /Contractor at Vendor /Contractor's expense and prohibit access to City premises until such proofs of insurance is verified Noncompliance with this item shall place the Vendor /Contractor in default and subject to disbarment from the City's Vendor /Contractor List. 19. The failure of the city to enforce any provision of this WO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor /Contractor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor /Contractor's applicable literature relevant to the purchase. The Vendor /Contractor agrees to advise the City of any updated information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor /Contractor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty-six (36) months from the date of being removed from the City's Vendor /Contractor List. 23. In compliance with 8 U.S.C. Section1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this WO with any contractor who knowingly employs unauthorized alien workers. WORK ORDER TERMS AND CONDITIONS -Page 3 24. This WO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida EXHIBIT A -1 CITY OF SANFORD WATER, WASTEWATER, AND RECLAIMED WATER RATE STUDY WORK ORDER NO. 01-2012 SCOPE OF SERVICES The consulting services under this Work Order to be provided by Public Resources Management Group, Inc. (PRMG) for the City of Sanford (the "City ") shall include services associated with preparing a water, wastewater, and reclaimed water rate study. The not -to- exceed budget for the rate study is $36,440.00 based on a scheduled completion of April 30, 2012. Actual billing for this work order shall be based on the actual time and expenses expended on this project. The scope of services to be provided by PRMG related to this Work Order are summarized below by task: 1. Data Request and Data Gathering - PRMG shall prepare a written data request for the collection of updated financial, customer billing, operating and planning data necessary to conduct the rate study. Information requested shall include, but is not limited to, updated financial statements, updated capital improvement plan, Fiscal Year 2011 customer statistics, additional SRF loan agreements and debt service schedules, reclaimed water sales projections, preliminary Fiscal Year 2013 Budget and other relevant data. PRMG shall provide assistance with the collection of certain data, as necessary to the completion of the study. PRMG shall evaluate the requirements of the City's City Code and apply the provisions of the City Code relative to rates, charges and fees. 2. Customer, Sales and Revenue Forecast - PRMG shall prepare a projection of customer usage and sales requirements for water, wastewater and reclaimed water service based on customer accounting and billing information provided by the City. This task shall include a review of historical customer and usage statistics and development of a five - year customer and sales forecast. As another part of this task PRMG shall work with City Finance/Data Processing staff to specify the parameters associated with the development of a bill frequency report to be provided to PRMG by the City. The bill frequency report represents a twelve (12) month profile of detailed water and wastewater billing determinants, by class that is essential to the rate design process. The customer and sales forecast and the bill frequency analysis shall form the basis of the projected revenues under existing and proposed rate alternatives. 3. Development of Projected Revenue Requirements (Financial Forecast) - PRMG shall compile a five -year projection of the water and wastewater system costs based on the City's current Utility Department operating budget and capital plan. This task results in a forecast of revenue sufficiency for the water system and wastewater system on an allocated cost basis. Future rate adjustments shall be projected based on various KA1095�xx.2012 RateStudyTxhibit A -1 Rate Study Scope.docx A-1 City of Sanford Scope of Services EXHIBIT A assumptions and projections. This task includes a detailed analysis of budgeted operations and maintenance expenses including consideration of the impact of future plant additions on operations. The revenue requirements analysis shall also recognize expenditure needs identified in the capital expansion plan and associated funding criteria, and other non - operating costs such as interfund transfers, debt service, and renewal and replacement funding requirements. The revenue requirement analysis shall evaluate the sources and cost of financing the capital programs of each utility system including impact fees, projected debt requirements, system revenue and other potential financing alternatives and cost impacts to existing rate payers. PRMG shall coordinate with City staff and the City's consulting engineers in developing and revising the utility capital improvement program. This task shall involve developing funding strategies based on project priority and the City's rate level objectives. 4. Cost of Service Analysis - PRMG shall conduct a cost of service analysis including the classification and allocation of costs among the various utility functions and customer classes as determined in conjunction with the City. The cost of service estimates shall be developed for the individual water, wastewater and reclaimed water utility systems. The cost of service analysis shall also consider customer, capacity and commodity - related cost classifications to assign each utility system's costs among rate structure components appropriately, such as the monthly base charge versus the usage charge. Conservation incentives, included as part of the water usage charge, shall be evaluated to ensure compliance with the City's consumptive use permit and water resource conservation goals. The cost of service study shall also identify, to the extent practical, reclaimed water system costs. Once the cost of service analysis is completed, customer class revenue responsibility shall be compared with revenues from existing rates to determine the appropriate rate adjustments and develop a cost recovery plan in conjunction with the City. The goal of this task is to develop the necessary information needed to design utility rate structures that promote the proper recovery of water, wastewater and reclaimed water system costs from the customers benefiting from those services. 5. Design Monthly Water, Wastewater and Alternative Reclaimed Water Rates - Based on the cost of service results and the City's pricing policies, goals and objectives, PRMG shall develop proposed water, wastewater and reclaimed water rates for each class of service to be identified in conjunction with the City. A detailed rate comparison shall be prepared to evaluate the impact of the proposed water, wastewater and reclaimed water rates on existing users and to assess the competitiveness of the City's rates with other utility systems in the area. PRMG shall apply the provisions of the City Code relative to rates, charges and fees. 6. Documentation of Results and Meetings — PRMG shall attend up to five (5) meetings with City staff which shall include one (1) presentation to the City Commission, throughout the course of the study. This task shall also include preparation of a financial forecast report to summarize the study results. The following table summarizes the meetings anticipated under the scope of services for this Work Order; provided, however, KAI095- McorrespondenceTxhibit A -1 Rate Study Scope.docx A -2 City of Sanford Scope of Services EXHIBIT A that the City may modify the type, but not the number, of meetings to be included within the five (5) anticipated meetings.. Number of Description Meetings Project Initiation /Data Gathering Meeting 1 CIP Review Meeting 1 Working Group — Project Status Meeting (staff) 2 Presentation Findings before the City Commission 1 Total Number of Meetings 5 LIST OF DELIVERABLES The deliverables to be provided in this engagement include the following items: • Data Request • CEP Funding Analysis • Five -Year Financial Forecast • Cost of Service Analysis • Proposed Water, Wastewater, and Reclaimed Water Rates • Rate Comparison with Other Jurisdictions • Rate Study Report • City Commission Briefing Document The draft financial forecast shall be prepared by PRMG and delivered to the City on or before April 30, 2012, subject to data availability. The final report shall be completed fifteen (15) working days after receipt of final comments from the City. ADDITIONAL SERVICES During the course of this study, the City may request that PRMG perform additional services that would extend beyond the budget set forth in this Work Order. The following is an example of additional services that PRMG considers being in addition to what is described in the above of services: 1. Preparation of reports or any additional analysis related to the issuance of utility revenue bonds or other debt issuance. 2. Attendance of meetings in addition to what is referenced in this scope of services. 3. Design of impact fees or miscellaneous service charges. 4. Third party presentations related to litigation, expert witness services, and similar services. K: \1095- 14\correspondenceTxhibit A -1 Rate Study Scope.docx A -3 City of Sanford Scope of Services EXHIBIT A Performance of modifications to the financial forecast due to the receipt of new information after substantial completion or due to delays in the project schedule that is not due to PRMG. TERMS AND CONDITIONS The City's work order terms and conditions are as provided by the City in its Work Order. K: \1095- 14 \correspondence\Exhibit A -1 Rate Study Scope.docx A -4 EXHIBIT A -2 CITY OF SANFORD, FLORIDA SCHEDULE OF DIRECT LABOR HOURLY RATES AND STANDARD COSTS DIRECT HOURLY RATES Project Team Title Principal Associate Managing Consultant Supervising Consultant Senior Consultant Rate Consultant Consultant Senior Rate Analyst Rate Analyst Analyst Assistant Analyst Administrative Direct Labor Hourly Rates [ *] $170.00 $125.00 $115.00 $110.00 $105.00 $ 95.00 $ 85.00 $ 75.00 $ 65.00 $ 55.00 $ 45.00 $ 48.00 [ *] Direct labor hourly rates effective twelve months after the date of execution of the Agreement; rates will be adjusted by not more than the net percentage change (but not less than 0 %) in the Consumer Price Index — Urban Consumers per annum (rounded to the nearest dollar) or as mutually agreed between parties for invoices rendered after each anniversary date of each year thereafter until project completion or termination of the Agreement between the parties. STANDARD COST RATES Expense Description Standard Rates [ *] Mileage Allowance — Personal Car Use Only $0.485 per mile Reproduction (black and white) (in house) $0.05 per page Reproduction (color) (in house) $0.25 per page Reproduction (contracted) Actual Cost Computer Time $0.00 per hour Telephone Charges Actual Cost Delivery Charges Actual Cost Lodging /Other Travel Costs Meals Subconsultant Services Other Costs for Services Rendered Actual Cost Not to exceed per PRMG Employee: $8.00 — Breakfast $12.00 — Lunch $25.00 — Dinner Actual Cost plus 5.0% Actual Cost [ *] Standard cost rates effective twelve months after the date of execution of the Agreement; where applicable, rates will be adjusted by not more than the net percentage change (but not less than 0 %) in the Consumer Price Index — Urban Consumers per annum (rounded to the nearest dollar) or as mutually agreed between parties for invoices rendered after each anniversary date of each year thereafter until project completion or termination of the Agreement between the parties. Any Standard Rate adopted by policy by Client will supersede rates shown above. r —1877— WS P'M // Item No. (a -A CITY COMMISSION MEMORANDUM 1 1 -191 NOVEMBER 14, 201 1 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Norton N. Bonaparte, Jr., City Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Consent Agenda SYNOPSIS: Approval of items on the consent agenda is requested. A) APPROVAL OF YEAR END BUDGET AD.IUSTMENT. FISCAL/STAFFING STATEMENT: Approval of this amendment will increase the FY 2011 Citywide budget by $392,804. BACKGROUND: The attached budget amendments are for the following: 2 3. Q A $1,724,453 decrease to the Capital Projects Fund and the Public Safety Complex Fund to true up reserves and recognize the expenditure for the fire pumper. A $979,087 increase to the General Fund budget for the fire pumper, the transfer of the fire station to the Utilities Fund, transfer of Whippoorwill special assessment payments to the 2 "a Generation Sales Tax Fund, a correction to a Stormwater transfer, and a transfer to recognize the closure of the Public Safety Complex Fund. A $135,413 decrease to the Law Enforcement Trust Fund, 2 °d Generation Sales Tax Fund, and the Second Dollar Police Training Fund to true up reserves, transfer payments for the Whippoorwill special assessment, and to cover police training expenditures. A $1,273,583 increase to the Enterprise funds to record the transfer of the fire station to utilities, record the use of impact fees for debt service payments, and record the transfer of a correction to Stormwater from the General Fund. LEGAL REVIEW: N /A.