HomeMy WebLinkAboutMayer Hoffman McCann P.C.; 2014-12-16;AGREEMENT FOR AGREED UPON PROCEDURES
MAYER HOFFMAN MCCANN P.C.
THIS AGREEMENT is made and entered into as of the day of
•Dg^lgVyvbei^ 2014, by and between the CITY OF CARLSBAD, a municipal
corporation. ("City"), and Mayer Hoffman McCann, a Professional Corporation, ("Contractor").
RECITALS
A. City requires the professional services of a Certified Public Accounting Firm that is
experienced in agreed upon procedures.
B. Contractor has the necessary experience in providing professional services and
advice related to agreed upon procedures.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such wori<.
NOW, THEREFORE, in considerafion of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance wrth this Agreement's terms and condrtions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
2.1 Engagement Obiectives
Contractor will apply the agreed-upon procedures which City has specified, listed in the attached
schedule, related to the internal controls and accounting transactions of The Crossings at
Carisbad, operated by Kemper Sports.
The sufficiency ofthe procedures is solely the responsibility of those parties specified in the report.
Consequently, Contractor makes no representafion regarding the sufficiency of the procedures
described in the attached schedule either for the purpose forwhich this report has been requested
or for any other purpose. If, for any reason, Contractor is unable to complete the procedures,
Contractor will describe any restrictions on the performance of the procedures in our report, or
will not issue a report as a result of this engagement.
2.2 Our Responsibilifies
Contractor's engagement to apply agreed-upon procedures will be conducted in accordance with
attestation standards established by the American Institute of Certified Public Accountants.
Because the agreed-upon procedures listed in the attached schedule do not constitute an
examinafion. Contractor will not express an opinion on the subject matter described above. In
addition. Contractor has no obligation to perform any procedures beyond those listed in the
attached schedule.
Contractor will submit a report listing the procedures performed and Contractor's findings. This
report is intended solely for the use of the Specified Parties, and should not be used by anyone
City Attorney Approved Version 1/30/13
other than these Specified Parties. Contractor's report will contain a paragraph indicating that
had Contractor performed additional procedures, other matters might have come to Contractor's
attention that would have been reported to City.
3. TERM
The term of this Agreement will be effecfive for a period of six months maximum from the date
first above written.
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term shall not
exceed twenty thousand dollars ($20,000.00). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement. The City
reserves the right to withhold a ten percent (10%) retenfion unfil City has accepted the work and/or
Services specified in Exhibit "A".
Incremental payments, tf applicable, should be made as oufiined in attached Exhibrt "A".
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensafion to which Contractor is entitled. City will not make any federal or state tax
withholdings on behatf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behatf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, refirement contribution, social security, overtime payment, unemployment
payment or worl<;ers' compensation payment which City may be required to make on behatf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either direcfiy or indirecfiy
employed by the subcontractor, as Contractor is for the acts and omissions of persons direcfiy
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by city.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attomey Approved Version 1/30/13
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorney's
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behatf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this secfion, and that this
section will survive the expirafion or eariy termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rafing of not less than "A-:VH". OR with a surplus
line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rafing
in the latest Best's Key Rating Guide of at least "A:X".
10.1 Coverages and Limits.
Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk
Manager or City Manager approves a lower amount. These minimum amounts of coverage will
not consfitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate.
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense.
10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limrt
per occurrence for bodily injury, personal injury and property damage. If the submitted policies
contain aggregate limits, general aggregate limits will apply separately to the work uncler this
Agreement or the general aggregate will be twice the required per occurrence limit.
10.1.2 Automobile Liabilitv. (tf the use of an automobile is involved for Contractor's
work for City). $1,000,000 combined single-limrt per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensafion will not be required tf
Contractor has no employees and provides, to City's satisfaction, a declarafion stafing this.
10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
I I If box is checked. Professional Liability
City's Initials Contractor's Initials Insurance requirement is waived.
City Attorney Approved Version 1/30/13
10.2. Addifional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an addifional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Nofice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage, tf Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on exisfing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carisbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be cleariy identifiable. Contractor will allow a representafive of City
during normal business hours to examine, audrt, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspecfion of all
work, data, documents, proceedings, and activifies related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
City Attorney Approved Version 1/30/13
15. NOTICES
The name of the persons who are authorized to give written notices or to receive written notice
on behatf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Charies McBride Name Ken Al-lmam
Administrative Services
Title Director Tifie Shareholder
Department Administrafive Services Address 2301 Dupont Dr., Suite 200
City of Carisbad Irvine, CA 92612
Address 1635 FaradayAvenue PhoneNo. 949-474-2020 Ext. 273
Carisbad, CA 92008-7314 Email kalimam@cbiz.com
Phone No. 760-602-2430
Each party will nofify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulafions and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulafions.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretafion not otherwise setfied by agreement
between the parties. Representafives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolufion, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolufion within ten (10) business days. Ifthe resolufion thus obtained is unsatisfactory
to the aggrieved party, a letter oufiining the disputes will be fonwarded to the City Manager. The
City Manager will consider the facts and solufions recommended by each party and may then opt
City Attorney Approved Version 1/30/13
to direct a solufion to the problem. In such cases, the acfion of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services. City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
terminafion. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of terminafion. Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and ofthe percentage ofwork
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment ofthe Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determinafion as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other considerafion
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or. in its discrefion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or confingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anficipation
of lifigation or in conjuncfion with litigafion. Contractor acknowledges that tf a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecufion. Contractor acknowledges that California Government Code secfions 12650 et seg..
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is enfified to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrafive debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdicfion is
grounds for City to terminate this Agreement.
City Attomey Approved Version 1/30/13
23. JURISDICTIONS AND VENUE
Any acfion at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respecfive successors. Neither this Agreement nor any part of rt nor any monies due or
to become due under it may be assigned by Contractor wrthout the prior consent of City, which
shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the enfire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Nerther this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
26. AUTHORITY
The individuals execufing this Agreement and the instruments referenced in it on behatf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal
corporafion of the State of California
By:
• (sign here) -City Managor or Mayor or Division Director
as authorized by the City Manager
(print name/fitle)
ATTEST:
By:
(sign here) BARBARA 5N(SLES0N
City Clerk
(print name/title)
City Attorney Approved Version 1/30/13
If required by City, proper notarial acknowledgment of execufion by contractor must be attached.
If a corporafion. Agreement must be signed by one corporate officer from each of the following
two groups.
Group A Group B
Chairman. Secretary.
President, or Assistant Secretary,
Vice-President CFO or Assistant Treasurer
Otherwise, the corporafion must attach a resolufion certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporafion.
APPROVED AS TO FORM:
CELIA A. BREWER. City Attorney
Assistant uity Attorney
City Attorney Approved Version 1/30/13
Exhibit A
THE CITY OF CARLSBAD
The Crossings at Carlsbad (Kemper Sports)
Agreed-Upon Procedures
PROCEDURES
1. Contractor will obtain Kemper Sports' policies and procedures over the accounting
transactions at The Crossings at Carisbad.
2. Contractor will interview Kemper Sports' staff involved in processing and reviewing
accounting transactions for the purposes of understanding the current system of internal
controls. This evaluation will cover the following accounting cycles:
a. Cash receipting
b. Inventory
c. Gift certificates
d. Petty cash, tf any
e. Purchasing
f Cash disbursements
g. Employee reimbursements
h. Payroll
i. Bank reconciliafions
j. Financial reporting
3. Contractor will idenfify key controls noted during our interviews. Contractor will perform
tests of the controls to determine tf the controls are being adhered to. Contractor will use
sampling techniques to perform the test of controls, but will not perform the level of
sampling required to express an opinion on the effectiveness of the controls.
4. Based on our review of the policies and procedures, inquiry, observafion, and testing of
controls. Contractor will provide recommended changes to the existing policies and
procedures.
5. Contractor will obtain information provided by Kemper Sports regarding the extent and
results of the procedures they performed to determine tf their employee committed fraud.
Contractor will evaluate the sufficiency and completeness of their procedures. Contractor
may duplicate or expand their procedures based on the sufficiency of what has been done
and documented.
6. Contractor will obtain accounfing system informafion for the last five years. Contractor will
also obtain all bank statements for the same period. Contractor will ufilize our IDEA data
mining software to compare the informafion for the purpose of identifying potential
fraudulent transacfions and also for the purpose of determining tf the transacfions in the
accounting system are complete and can be relied upon for other procedures. After
evaluafing the results. Contractor will ask the City of Carisbad whether or not the
procedures should be extended back to prior periods.
a. Comparison of check numbers and amounts per accounting system matching
check numbers and amounts per bank statements.
City Attorney Approved Version 1/30/13
b. Comparison of total cash receipts per the accounfing system to total deposits per
the bank statements.
c. Comparison of total disbursements per the accounting system to total
disbursements per the bank statements.
d. Search for duplicate checks. For all duplicate check numbers, we will review
disbursement support to determine if the transactions are fraudulent.
e. Search for duplicate payment amounts. For all duplicate payment amounts.
Contractor will review disbursement support to determine tf the transactions are
fraudulent.
7. Contractor will use of software to evaluate payments over the last flve years by vendor.
Contractor will perform an online evaluation of the more significant vendors to determine
that the address on invoices agrees to the vendor's address and that the vendor appears
valid.
8. Contractor will download vendor addresses and compare to Kemper Sports' employee
addresses. We will also evaluate vendor addresses for PO Boxes and duplicate
addresses. Contractor will invesfigate the legitimacy of the vendors identified.
9. Contractor will review a sample of payroll reports and trace all employees listed to
information in their personnel files to ensure the employees exist. Contractor will evaluate
employee addresses for duplicates.
10. Contractor will evaluate a sample of payroll direct deposits to determine tf there are any
duplicate roufing numbers.
11. Contractor will provide you a report of our agreed-upon-procedures and the results of the
procedures.
ENGAGEMENT FEES
Contractor estimate that its fees for the services previously outlined will range from $10,000-
$20,000 depending the number of years Contractor reviews. City will only be billed for actual
hours incurred for this engagement at the houriy rates indicated below:
Classification Houriy Rate
Shareholder $175
Senior associate 115
Staff auditor 105
Contractor fees are based upon the complexity of the work to be performed, fiming of the
engagement, experience level of the personnel required, and estimates of the professional time
to complete the required services. Contractor fees do not include expenses in connecfion with
these services, such as for travel, copies and prinfing, postage, etc., which will be billed
separately.
City Attorney Approved Version 1/30/13
10
Addifionally, Contractor fees are dependent on the availability, quality, and completeness of the
Responsible Party's records and, where applicable, upon the Responsible Party's personnel
providing the level of assistance identified in the request list distributed at the end of our planning
work (e.g. the Responsible Party's employees preparing confirmafions and schedules we request,
locating documents selected by us for testing, etc.). Should Contractor assumpfions with respect
to these matters be incorrect, or should the condifion of the records, degree of cooperafion, or
other matters beyond Contractor's reasonable control require additional commitments by
Contractor beyond those upon which Contractor's estimated fees are based. Contractor may
adjust Contractor's fees and planned completion dates. If signiflcant addifional fime is necessary.
Contractor will discuss it with management of City and arrive at a new fee estimate as soon as
reasonably practicable. In addifion, fees for any related projects or research and/or consultation
on special tiusiness or financial issues, will be billed separately from the fee referred to above
and will be subject to separate arrangements.
OTHER SERVICES
As a result of Contractor's prior or future services. Contractor might be requested to provide
infomiafion or documents to the Specified Parties or a third party in a legal, administrafive, or
arbitration or similar proceeding in which Contractor is not a party, tfthis occurs, Contractor's efforts
in complying with such requests will be deemed billable to City as a separate engagement.
Contractor shall be entrtled to compensafion for Contractor's fime and reasonable reimbursement for
Contractor's expenses (including legal fees) in complying with the request. For all requests.
Contractor will observe the confidenfiality requirements of Contractor's profession and will notify
management of City promptly of the request.
City Attorney Approved Version 1/30/13
11
Mayer Hoffman McCann P.C,
Board Resolution
The undersigned, being all members ofthe Board of Directors of Mayer Hoffman McCann P.C, a Missouri
professional corporation "the Corporation", do hereby approve and adopt the following resolution:
RESOLVED, that the shareholders of Mayer Hoffman McCann P.C. as listed below are hereby
authorized to sign and execute contracts to provide professional services on behatf of the Corporation.
1. Ken Al-lmam
2. Marcus Davis
3. Ron Rolwes
4. Jennifer Farr
5. Sam Perera
6. Laurie Hopkins
7. Bill Tapp
8. Bruce Murphy
9. Laura Brock
10. Jay Webber
IN WITNESS WHEREOF, the undersigned have hereunto subscribed their names effective as of Februarv 18,
2014.
Paul Nation
Richard Angell
Richard A. Howard
en Stephen Leff