HomeMy WebLinkAboutFIN 2017-10-17 Item 2C - Contract Amendment - Financial Advisor with PFM Financial AdvisorsCity of Tukwila
INFORMATIONAL MEMORANDUM
Allan Ekberg, Mayor
TO: Finance Committee
FROM: Peggy McCarthy, Finance Director
CC: Mayor Ekberg
DATE: October 11, 2017
SUBJECT: Approve Contract Amendment with PFMFA, the City's Financial Advisor
ISSUE
Approve a contract amendment with PFM Financial Advisors LLC (PFMFA) increasing the not to
exceed amount and the term.
BACKGROUND
A contract for municipal advisor services was signed with Public Finance Management Inc. (PFM),
on June 30. 2014. The contract amount was $40,000 and the term was two years, with an
expiration date of June 1, 2016.
Under this contract, the following fees were paid through proceeds of the bond issues:
Invoice
Date
Bond Issue
Description of Services / Fees
Amount
1/13/2015
Urban renewal bonds, two
issues, 2014 Taxable
Financial advisory fee plus mileage
$15,209.12
4/28/2015
Arterial Street bonds,
2015 LTGO
Financial advisory and Official Statement
preparation fees
$23,500.00
Cumulative Contract Total
TOTAL
$38,709.12
In December 2015, the contract was amended to increase the contract amount to $130,000 and
the contract term to December 31, 2017. Under this contract amendment, the following fees were
paid through the bond proceeds.
12/22/2016
Public Safety Plan, 2016
UTGO
Financial Advisory Fee, Disclosure Fee,
Financial Advisory expenses
$48,402.55
7/26/2017
Residential Streets, 2017
LTGO
Financial Advisory Fee, Disclosure Fee,
Financial Advisory expenses
23,629.03
TOTAL
$72,031.58
Cumulative Contract Total
$110,740.70
In June 2017, the City assigned the PFM contract to PFM's newly formed financial advisory arm
PFM Financial Advisors LLC.
DISCUSSION
The City's future financing plans include refinancing the 2014 urban renewal short term debt in
November 2017 and issuing bonds for the Public Safety Plan in 2018 or 2019. PFMFA services
have benefited the City by providing general professional guidance, assisting with financing
strategies, optimizing debt structures, and obtaining favorable interest rates on the bond issues.
35
INFORMATIONAL MEMO
Page 2
It is in the best interest of the City to continue to use their services. Accordingly, revised contract
terms are recommended to extend the contract amount and service term, as follows:
Contract Terms
Original
Amendment 1
Amendment 2
Expiration date
June 1, 2016
December 31, 2017
December 31, 2020
Amount
$40,000
$130,000
$300,000
FINANCIAL IMPACT
The financial advisory fees will be paid for from bond proceeds.
RECOMMENDATION
The Council is being asked to approve the contract amendment and consider this item at the
November 6, 2017 Regular Meeting Consent Agenda.
ATTACHMENTS
Contract amendment 14-086(b)
Original contract 14-08
36
City of Tukwila Contract Number: 14-086(b)
Council Approval
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and PFM Financial Advisors LLC (PFMFA)
That portion of Contract No. 14-086 between the City of Tukwila and PFM Financial
Advisors LLC (PFMFA) is amended as follows:
Section 2. Compensation and Method of Payment.
The City shall pay the Contractor for services rendered according to the rate set forth on Exhibit B
attached hereto and incorporated herein by this reference. The total amount to be paid shall not
exceed $300,000.
Section 4. Duration of Agreement:
This agreement shall be in full force and effect for a period commencing June 1, 2014 and ending
December 31, 2020, unless sooner terminated under the provisions hereinafter specified.
All other provisions of the contract shall remain in full force and effect.
Dated this
day of , 20
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor Susan Musselman, Director
ATTEST/AUTHENTICATED APPROVED AS TO FORM
City Clerk City Attorney
Page 1 of 1
37
38
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number14-086
Council Approval N/A
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Public Financial Management,
Inc. , hereinafter referred to as "the Contractor" or "PFM" whose principal office is located at 1200 Fifth
Ave. Seattle, WA 98101.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $40,000 at a rate of $295.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
June 1, 2014 , and ending June 1, 2016 , unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
CA Revised 2012 Page 1 of 9
39
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits
including attorney fees, arising out of or in connection with the performance of this Agreement, except for
injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction
determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages
arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the
Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the
Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section
shall survive the expiration or termination of this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits
as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit.
Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01
and shall cover liability arising from premises, operations, independent contractors, products -
completed operations, stop gap liability, personal injury and advertising injury, and liability
assumed under an insured contract. The Commercial General Liability insurance shall be
endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an insured under the Contractor's Commercial
General Liability insurance policy with respect to the work performed for the City using ISO
Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed
Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 1-2013 Page 2 of 9
40
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy
of the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of
such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract or,
at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide
products on schedule may result in contract termination. If the Contractor's insurance coverage is
canceled for any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1-2013 Page 3 of 9
41
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and supersedes
all prior negotiations, representations, or agreements written or oral. No amendment or modification
of this Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit.
DA'ThD this 304- day of C , 20 /4.
CITY OF TUKWILA
r, Jim H/ire
TTEST/AUTHENTICATED:
ef}t (4,4113
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
t/127 -"C\
Office of the Cit At
CA Revised 1-2013
42
to y
CO TRACTOR
B:
Y
Susan Musselman, Director
Address: 1200 Fifth Avenue. Suite 1220
Seattle. WA 98101-3132
Page 4 of 9
Fxh4-194 -A-
Services related to the Financial Planning and Policy Development :
• Assist the City in the formulation of Financial and Debt Policies and Administrative Procedures.
• Review current debt structure, identifying strengths and weaknesses of structure so that future debt issues
can be designed to maximize ability to finance future capital needs. This will include, reviewing existing
debt for the possibility of refunding that debt to provide the City with savings.
• Analyze future debt capacity to determine the City's ability to raise future debt capital.
• Assist the City with the development of the City's financial planning efforts and process by assessing
capital needs, identifying potential revenue sources, analyze financing alternatives such as pay-as-you-go,
lease/purchasing, short-term vs. long-term financings, assessments and provide analysis of each alternative
as required as to the budgetary and financial impact.
• Develop, manage and maintain computer models for long-term capital planning which provide for inputs
regarding levels of ad valorem and non -ad valorem taxation (if relevant), growth rates by operating revenue
and expenditure item, timing, magnitude and cost of debt issuance, and project operating and capital
balances, selected operating and debt ratios and other financial performance measures as may be
determined by the City.
• Attend meetings with City's staff, consultants and other professionals and the City.
• Review underwriter's proposals and provide analysis of same to the City.
• financial planning and policy development assignments made by the City regarding bond and other
financings, and financial policy including budget, tax, enterprise rates, cash management issues and related
fiscal policy and programs.
• Assist the City in preparing financial presentations for public hearings and/ or referendums.
• Provide special financial services as requested by the City.
• Services Related to Debt Transactions (Includes short term financings, notes, loans, letters of credit, line of
credit and bonds). Upon the request of the City:
•
• Analyze financial and economic factors to determine if the issuance of debt is appropriate.
• Advise as to the various financing alternatives available to the City.
• Develop a financing plan in concert with City's staff which would include recommendations as to the
approach to and timing series of borrowing.
• Assist the City by recommending the best method of sale, either as a negotiated sale, private placement or a
public sale. In a public sale, make recommendation as to the determination of the best bid. In the event of a
negotiated sale, assist in the solicitation, review and evaluation of any investment banking proposals, and
provide advice and information necessary to aid in such selection.
• Develop alternatives related to debt transaction including evaluation of revenues available, maturity
schedule and cash flow requirements.
• Evaluate benefits of bond insurance and/or security insurance for debt reserve fund, if applicable.
• Develop credit rating presentation and coordinate with the City the overall presentation to rating agencies,
which applicable.
• Assist the City in the procurement of other services relating to debt issuance such as printing, paying agent,
registrar, etc.
CA Revised 1-2013 Page 5 of 9
43
• Identify key bond covenant features and advise as to the financial consequences of provisions to be
included in bond resolutions regarding security, creation of reserve funds, flow of funds, redemption
provisions, additional parity debt tests, etc.; review and comment on drafts of documents relating to
authorization of financing.
• Review the requirements and submit analysis to bond insurers, rating agencies and other professionals as
they pertain to the City's obligation.
• Review the terms, conditions and structure of any proposed debt offering undertaken by the City and
provide suggestions, modifications and enhancements where appropriate and necessary to reflect the
constraints or current financial policy and fiscal capability.
• Coordinate with City's staff and other advisors as respects the furnishing of data for offering documents, it
being specifically understood that Financial Advisor is not responsible for the inclusion or omission of any
material in published offering documents.
• Provide regular updates of tax-exempt bond market conditions and advise the City as to the most
advantageous timing for issuing its debt.
• Advise the City on the condition of the bond market at the time of sale, including volume, timing
considerations, competing offerings, and general economic considerations.
• Assist and advise the City in negotiations with underwriters regarding fees, pricing of the bonds and final
terms of any security offering, and make in writing definitive recommendations regarding a proposed
offering to obtain the most favorable financial terms based on existing market conditions.
• Assist the City in selecting an underwriter for a negotiated sale of bonds. Review and oversee the
Underwriter's bond marketing plan, review the interest rates, reoffering yields, Underwriter's
compensation and other terms and conditions of the sale, and advise the City on the reasonableness of the
Underwriter's purchase proposal.
• For any competitive sale of bonds, prepare official notice of sale, recommend sale parameters, take steps
necessary to ensure broad market exposure of the issue, through the use of newswire services and official
statement distribution, and perform additional steps necessary and customary for competitive bond sales.
• Coordinate parties to the closing, and ensure wire instructions and transfer amounts are confirmed.
• Review (or upon request, prepare) Preliminary Official Statements and final Official Statements prepared
on behalf of the City for use in marketing any bonds and meeting regulatory requirements.
Other PFM Services. Upon request of the City and subject to separate, mutually acceptable fee structures PFM or
its affiliates may provide other services which may include the following:
a. Impact fee financial analysis
b. Grantsmanship
c. Rate analysis
d. Management analysis
e. Referendum assistance
f. Legislative initiatives
g. Project assessment analysis
h. Implementation of revenue enhancement programs
i. Arbitrage and rebate services
j. Financial analysis of projects being developed by engineer/ architect / specialized consultant studies
k. Negotiate on behalf of the City for proposed projects
1. Services for acquisition of Private Utility
m. Public -Private Partnership advisory services
n. Investment of bond proceeds, including escrow structuring and procurement
o. Arbitrage rebate and post -issuance compliance
CA Revised 1-2013 Page 6 of 9
44
Interest rate swap advisory services
Management and Budget Consulting services, including:
• Multi-year Plan — Provide general analytical support as needed for annual budgetary development,
multi-year financial planning, and other various policy initiatives as requested by the City;
• Collective Bargaining Support — Provide quantitative and analytical support for the City in
collective bargaining through such services as the development of costing models for
compensation scenarios, development of workforce cost containment strategies, and delivery of
expert testimony in employee interest arbitration proceedings;
• Revenue Enhancement — Assist the City in evaluating the fiscal and policy impacts of revenue
enhancement options such as tax policy reforms and non -tax revenue adjustments;
• Economic Development — Assist the City in evaluating transportation, infrastructure, and general
economic development financing options in support of the City's goals;
• Cash Flows — Review cash flow projections produced by the City, and, as necessary, suggest and
support improvements to the City's cash flow model; and
• Performance Enhancement — Deliver additional strategic management consulting services as may
be requested by the City in areas related to fiscal improvement, management/productivity
reforms, and governmental performance. Such services may include, 'without limitation, assisting
the City with the development of analyses and narrative with regard to overall strategy and
assumptions, revenue forecasts, and/or expenditure reduction initiatives. Such support may
include quantitative analysis, identification of best practices, and/or technical review and quality
assurance.
CA Revised 1-2013 Page 7 of 9
45
EXHIBIT B - FINANCIAL ADVISORY COMPENSATION
For the services described, PFM's professional fees and expenses shall be paid as follows:
1. For services related to financial planning, policy development and financial analysis, PFM shall
receive hourly rates as listed below. Fees for support staff are included in the hourly rates for professionals.
Services will be billed monthly.
Experience Level Hourly Rate
Director/Managing Director $295
Senior Managing Consultant $275
Senior Analyst $225
Analyst $195
Associate $175
2. For services related to the issuance of Bonds, PFM will be paid a fee in accordance with the
following schedule, based on a rate per $1,000 of financing, for each separate bond issue:
For financing up to $20 million: $1.50 per $1,000, with a $15,000 minimum
For financing up to $75 million: $30,000 plus $0.75 per $1,000 over $20 million
Reimbursable Expenses
In addition to fees for services, PFM will be reimbursed for necessary, reasonable, and documented out-
of-pocket expenses incurred, including travel, telephone conferencing service, overnight mail, and other
ordinary cost and any actual extraordinary cost for graphics, and printing which are incurred by PFM.
Appropriate documentation will be provided.
Other PFM Services
Other PFM Services described in Exhibit A will be subject to separate, mutually acceptable fee
structures and may require a separate contract with PFM or its affiliates.
Official Statements. The Advisor will coordinate and prepare bond official statements, with
compensation based on an additional fee which will depend on the estimated time involved in preparation of
the official statement. This cost is estimated at approximately $7,500 to $8,500, depending on complexity of
the transaction. Although the Advisor may prepare official statements, the City is primarily responsible for
the providing accurate and complete information for inclusion in the official statement, and will be
responsible for reviewing the official statement.
CA Revised 1.2013 Page 8 of 9
46
EXHIBIT C — INSURANCE STATEMENT
Public Financial Management, Inc. ("PFM") has a complete insurance program, including property, casualty,
comprehensive general liability, automobile liability and workers compensation. PFM maintains professional liability
and fidelity bond coverages which total $15 million and $10 million, respectively.
Our Professional Liability policy is a "claims made" policy and our General Liability policy claims would be made by
occurrence.
Deductibles/SIR:
General Liability $0
Automobile $250 comprehensive
$500 collision
Professional Liability (E&O) $500,000
Financial Institution Bond $75,000
Insurance Company & AM Best Rating
Professional Liability (E&O):
Financial Institution Bond:
General Liability:
Automobile Liability:
Excess /Umbrella Liability:
Workers Compensation & Employers Liability
Indian Harbor Insurance Company; (A)
Federal Insurance Company; (A++)
Great Northern Ins. Company; (A++)
Federal Insurance Company
Federal Insurance Company
Pacific Indemnity Company; (A++)
CA Revised 1-2013 Page 9 of 9
47