Loading...
HomeMy WebLinkAboutMayer Hoffman McCann; 2012-04-10;ASSIGNMENT AND ASSUMPTION AGREEMENT BETWEEN THE CITY OF CARLSBAD AND DAVIS FARR LLP FOR AUDITING SERVICES THIS ASSIGNMENT AND ASSUMPTION AGREEMENT ("Assignment Agreement") is made and entered into this ~ day of =L.. 2015, by and between the CITY OF CARLSBAD, a municipal corporation ("City"), Ma r Hoffman McCann, a M1ssoun Professional Corporation ("Assignor") and Davis Farr LLP, a California Limited Liability Partnership, ("Assignee"), and is made with reference to the following facts: RECITALS A. On April 10, 2012, the City and Assignor entered into that certain Professional Services Agreement for auditing services, (the "Agreement"). B. Paragraph 24 of the Agreement allows Assignor to assign rights and obligations under the Agreement upon written approval of the City. C. Assignor desires to assign its interest in the Agreement to Assignee. Further, Assignee desires to accept assignment of Assignor's interest in the Agreement and City consents to the assignment of the interest in the Agreement from Assignor to Assignee. NOW THEREFORE, incorporating the above recitals and in consideration of the covenants and obligations set forth herein, the parties hereto agree as follows: 1. Assignment. Assignor hereby assigns to Assignee all of Assignor's rights and obligations as set forth in the Agreement. 2. Assumption. Assignee hereby assumes all of Assignor's rights and obligations as set forth in the Agreement. 3. City Consent. City hereby agrees and consents to the assignment of all of Assignor's rights and obligations as set forth in the Agreement to Assignee. 4. General Terms and Conditions. The following general terms and conditions shall apply to this Assignment Agreement. 4.1 Hold Harmless. In addition to the hold harmless provisions contained within the Agreement, and except as to the sole negligence, or willful misconduct of City, Assignee shall defend, indemnify and hold the City, its officers and employees, harmless from any and all loss, damage, claim for damage, liability, expense or cost, including attorney's fees, which arises out of or is in any way connected with this Assignment Agreement, notwithstanding that City may have benefitted from this Assignment Agreement. The hold harmless provision shall apply to any acts or omissions, willful misconduct or negligent conduct, whether active or passive, on the part of Assignee. The parties expressly agree that this section shall survive the expiration or early termination of this Agreement. CA 4/1113 4.2. Counterparts. This Assignment Agreement may be executed in counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. 4.3. Successors and Assigns. It is mutually understood and agreed that this Assignment Agreement shall be binding upon City, Assignor and Assignee and their respective successors. Neither this Assignment Agreement nor any part hereof nor any monies due or to become due hereunder may be assigned by Assignee without the prior consent of City. 4.4. Governing Law. This Assignment Agreement shall be governed by, interpreted under, and construed and enforced in accordance with, the laws of the State of California. 4.5. Venue. Any action at law or in equity brought by either of the parties hereto for the purpose of enforcing a right or rights provided for by this Assignment Agreement shalt be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties hereby waive all provisions of law providing for a change of venue in such proceedings to any other county. 4.6. Notices. Service of any notices, bills, invoices or other documents required or permitted under this Assignment Agreement shall be sufficient if sent by one party to the other by United States mail, postage prepaid and addressed as follows: City: Assignor: Assignee: City Manager City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Mayer Hoffman McCann P.C. 700 W. 4 71h Street Suite 1100 Kansas City, MO 64112 Attn: General Counsel Davis Farr LLP 2301 Dupont Drive Suite 200 Irvine, CA 92612 4.7. Nondiscrimination. During the term of this Assignment Agreement, the parties shall comply with the state and federal laws regarding non-discrimination. 4.8 Authority. The parties executing this Assignment Agreement on behalf of City, Assignor and Assignee each represent and warrant that they have the legal power, right and actual authority to bind the City, Assignor and Assignee, respectively, to the terms and conditions hereof. 2 CA 411113 4.9 Severability. Each provision, term, condition, covenant, and/or restriction, in whole and in part, in this Assignment Agreement shall be considered severable. In the event any provision, term, condition, covenant, and/or restriction, in whole and in part, in this Assignment Agreement is declared invalid, unconstitutional, or void for any reason, such provision or part thereof shall be severed from this Assignment Agreement and shall not affect any other provision, term, condition, covenant, and/or restriction, of this Assignment Agreement and the remainder of this Assignment Agreement shall continue in full force and effect. 4.10 Effective Date. This Assignment Agreement shall be effective upon the date and year first above written. ASSIGNOR: Mayer Hoffman McCann P.C. *By: M:!ta-t ~#U-reiL (sign here) /Ai,!lt"t:<lf.t L llaJt(ock fres,Jen.C (print name/title) ' **By: jrJ-r--.~~ (sign here) L~ /1; o....--tf/o.A /\' )ec.r~ .. A--l (print name/title) ASSIGNEE: Davis Farr LLP •sy ~'#--f<Siir1 here) r _ki\IW Fa.rr, f1r~ (print nam~e) ,-..... **By: ~\..d.. (sign here) Au.r ... ...-~-\ .... ~~J f·-/)...,......,. (print name/titie) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, Agreement must be signed by one corporate officer from each of the following two groups: *Group A. Chairman, President, or Vice-President **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. (Remainder of Page Intentionally Left Blank) 3 CA 4/1113 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney City Attorney Approved Version #04.01.02 4 AGREEMENT FOR AUDITING SERVICES MAYER HOFFMAN MCCANN P.C. THIS AGREEMENT is made and entered into as of the /0-fA day of ~v-C..C , 2012, by and between the CITY OF CARLSBAD, a municipal corporatJO: ("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 governmental auditing. B. Contractor has the necessary experience in providing professional services and advice related to governmental auditing. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration 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 with this Agreement's terms and conditions. 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. 3. TERM The term of this Agreement will be effective for a period of five years 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 Agreement term shall not exceed four hundred twenty-five thousand, seven hundred and forty-five dollars ($425,745.00) and shall be payable per Agreement year as further described in Exhibit "A" under heading entitled: Total All-Inclusive Price. 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 (1 0%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 2/17112 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 compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf 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 directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly 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. 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 attorneys 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 behalf 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 section, and that this section will survive the expiration or early 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 Rating of not less than "A-:VII". OR City Attorney Approved Version 2/17112 2 with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating 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 constitute 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. 1 0.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit 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 under this Agreement or the general aggregate will be twice the required per occurrence limit. 1 0.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 1 0.1.4 Professional Liability. 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. City's Initials Contractor's Initials D If box is checked, Professional Liability Insurance requirement is waived. 1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 1 0.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and win not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice 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. If 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 existing policies in order to City Attorney Approved Version 2/17/12 3 l 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 Carlsbad 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 clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities 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. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Cit,y Name: Chuck McBride Title: Finance Director Department: Finance ~~~~------------ City of Carlsbad Address: 1635 Faraday Avenue Carlsbad, CA 92008-7314 Phone No. 760-602-2430 For Contractor Name Ken Al-lmam Title Shareholder Address 2301 Dupont Dr., Suite 200 Irvine, CA 92612 Phone No. 949-4 7 4-2020 Ext. 273 Email kalimam@cbiz.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 2/17/12 4 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 Carlsbad 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 regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. 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 interpretation not otherwise settled by agreement between the parties. Representatives 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 resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action 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 termination. 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 termination, 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 of the percentage of work 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 of the 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 City Attorney Approved Version 2/17112 5 payable under this Agreement. City will make the final determination 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 consideration 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 discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent 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 anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., 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 entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative 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 jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action 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 respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without 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 entire 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. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 6 Cky Attorney Approved Version 2117112 }J 26. AUTHORITY- The individuals executing this Agreement and the instruments referenced in it on behalf 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 By: ' (sign here) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: L City Clerk ,,,,II,,,, If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. City Attorney Approved Version 2/17112 7 1( EXHIBJT "A" ' SCOPE OF SERVICES OUR FIRM'S UNDERSTANDR OF THE OBJECTIVES AND SCQPE OF THE ENGAGEMENT Our understanding of the objecti~es and scope of the work to be performed is based upon your request for proposal ! ' ' Based upon the foregoing we und¢rstand the objectives and scope of work to be as follows: !, l. We will perform an audit ~xamination of the Comprehensive Annual Financial Report of the City of Carlsbad fot the fiscal years ending June 30, 2012 through June 30, 2016. Our examination will be: conducted in accordance with auditing standards generally accepted in the United States of America and Government Auditing Standards. The financial section of the CAFR will be drafted by City personnel. We will review the complete CAFR for confqnnity with the requirements of the CAFR award programs of GFOA. We are committed to completing our review of this report and providing our opinion on the same in accprdance with the City's time line requirements. 2. We will perform a financjal and compliance audit of the governmental activities, each major fund and the aggregate remaining fund information of the Carlsbad Redevelopment Ageney for the years ended June 30, 2012 through 2016. Our audit will be conducted in acco~ce with auditing standards generally accepted in the United States, Government Audi(fng Standards and the Guidelines for Compliance Audits of California Redevelopment! Agencies. The City will draft and word process the financial statements and notes to th~ financial statements. The auditors will provide bound copies of the final report. ' 3. We will perform a financi~ audit of the Enciua Finaneint; Joint Powers Authority for the years ended June 30, 2P12 through 2016. Our audit wlll be conducted in accordance with auditing standards generally accepted in the United States and Government Auditing Standards. The City will 4raft and word process the financial statements and notes to the financial statements. The ~ditors will provide bound copies of the final report. 4. When required, we will ~rform a Single Audit of the City of Carlsbad in accordance with the Single Audit Act 4mendments of 1996 (Public Law 104-156) and OMB Circular A-133 entitled Audits ofSt,ates, Local Governments, and Non-Profits Organizations. Our single audit will cover all! federal grants received by the City and its component units either as a primary or seQOndary recipient The City will provide to the Auditors the Schedule of Federal Financial Assistance encompassing all direct and pass-through federal funds received by the City and component units. We will render our reports on tlie single audit in accordanqe with the single audit requirements as described in this proposal. We are committed to providing the requested number of copies of the single audit report in accordanc¢ with the City's timeline requirements. The auditors will provide bound copies of th~ final report. ' 5. We will perform agreed-u~n procedures to test and report on the City's Gann Limit for the years ended June 30, 2(H2 through 2016. The auditors will provide bound copies of the final report. · 6. We will report instances o£ compliance that are detected by the audit process, as required by Government Auditing Standards. /I 7. We will report to the City Council the communications required by Statement on Auditing Standards No.1 14. 8. We will prepare a letter tQ City Council reporting matters dealing with internal control that meet the threshold of be~ significant control deficiencies (previously reportable conditions) as defined by Statement on Auditing Standards (SAS) No. 115. 9. We will immediately report in i writing any irregularities or illegal acts or indications of illegal acts of which we becom~ aware to the City Council, City Manager and the Finance Director, as required by governblental auditing standards. ' i 10. We will prepare a managem~t letter. This letter will include nonreportable conditions (those constructive comments Qot required to be included in the single audit report). We will discuss those comments iwith the Finance Director and other appropriate City personnel prior to its finalizatiotl. 1 I. Mayer Hoffman McCann P .C. 1 desires to keep its clients abreast of new developments affect~ local government ~-.we. would plan to advise City staff o~ new accounting developments dlll1.Jilg the mterim/planmng stage of each year's audit and through our annual GASB Up&t.te that we provide for our clients. 12. Finally, we perceive the scopej of our work as being advisors to the City of Carlsbad. Throughout the year, City ~nnel will have access to the Engagement Shareholder, Ken Al-Imam, Quality Con1:I'cil Review Shareholder, Jennifer Parr, and Engagement Manager, Dean Votava, to s~ advice in the application of accounting principles, financial statement preparatio* and content and other matters relating to the City, including matters of taxation an~ policy relating to City fringe benefits. With respect to the City of Carlsbad ~d its component units, Mayer Hoffman McCann P.C. meets the independence requirement$ of generally accepted accounting standards and the Government Auditing Standards (200& revision) published by the U.S. General Accounting Office. Our firm has never had a record of substandard audit work. No conflicts of interest exist relative to our firm performing the au4fit MHM does not intend to use subcontractors for this engagen1ent ! . ! 13 TOTAL ALL-INCLUSivE PRICE The following is a breakout of the fee associated with conducting the audit of the City of Carlsbad. Description of Services 2012 2013 2014 2015 2016 CAFR $59,000 60,475 61,985 63,535 65,125 i *Carlsbad Redevelopment Agenc)f 7,100 7,275 7,460 7,645 7,835 Encina Financing Joint Powers Authority 6,500 6,660 6,830 7,000 7,175 Single Audit 7,300 7,480 7,670 7,860 8,055 GANN Limit Verification 1.100 1.125 1.155 1,185 1.215 Total All-Inclusive Price s 11.2Q;Q 83.CHS 8~.10U 8Z.~2~ 82.iQS *This represents the cost to auditlthe residual activity of the redevelopment agency. There will be no e>..1ra charge should separate! financial statements be required for the successor agency. The above fees include an annual ¥justment of 2.5%. We will progress bill the City fo~ the above services as the engagement hours are expended. Final billing will be made upon qelivery of the final audit repOrts. Any special projects, extra work, accounting assistance, or a4fitional assignments will be performed at the standard hourly rates indicated in the accompanying fee schedule. Our fees contemplate conditions Jtisfactoxy for the performance of the audit, including the City providing at the start of the audi~ trial balances reflecting all year end adjustments, necessary subsidiary schedules supporting ~t and liability balances, all necessary reconciliations in agreement with general ledger balances, and customary supporting analyses and schedules. If assistance is needed in preparing year end journal entries or resolving reconciliation issues, we would perform the same at the hourly rates indicated in this cost proposal. The City will type confirmation *uests. If there are changes in the scope of the audit (added enterprise activity, additional component units, new audit or accol!Ilting requirements, etc.), we would discuss these changes with t)le Director of Finance and the effect of these changes on the professional audit hours and costs!ofthe engagement. Our :fixed fee pricing contemplates up to two major programs for the singl~ audit. A price adjustment of $3,500 will be made for each additional major program. : [ RATES FOR AJ>DmONAL PROFESSIONAL SERVICES ! The following is a summary of hdurly rates for services that may be required outside the scope of the audit for the years 2012-2016~ ~ Classification ! Shareholders Managers , Field Managers/Senior Auditors Staff Auditors Hourly Rates $135 125 115 105 (S Mayer Hoffman McCann P.C. Board Resolution The undersigned, being all members of the 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 behalf of the Corporation. 1. Ken Al-lmam 12. Jeffrey Baumgarten 2. Michael Harrison 13. James Comito 3. Marcus Davis 14. David Diamond 4. Michael Gutierrez 15. Steve Fanucchi 5. Ron Rolwes 16. Robert Gellman 6. Jennifer Farr 17. Mike Lichtenberger 7. Matthew Lenton 18. Jim Putt 8. Jim Babcock 19. Stuart Starr 9. Benjamin Reyes 20. Timothy Willis 10. Sam Perera 21. Laurie Hopkins 11. Dana Basney IN WITNESS WHEREOF, the undersigned have hereunto subscribed their names effective as of March 23, 2011. ·~~£_~ · William L. Hancock Frank Maughan R8fH~v( ~~ Chuck McLan Mark Garten PaulE, Nation