Loading...
HomeMy WebLinkAbout2001-02-13; City Council; 16052; Agreement Capuchino & Associates Tax AuditingCITY OF CARLSBAD - AGENDA BILL AGREEMENT WITH CAPUCHINO & ASSOCIATES BUSINESS LICENSE TAX AUDITING RECOMMENDED ACTION: Adopt Resolution No. &C\ - qo approving the agreement with Capuchino & Associates to perform certain transient occupancy tax (TOT) and business license tax audits. ITEM EXPLANATION: Overview One of the goals, as set by the Carlsbad City Council, is to develop and implement proactive strategies to ensure the financial health of the Community and the City. Two of the City’s many revenue sources are TOT and business license taxes. Business license tax guidelines are outlined in Carlsbad Municipal Code Chapters 5.04 and 5.08, whereas TOT guidelines are outlined in Carlsbad Municipal Code Chapter 3.12. Recently, the City embarked on a public awareness campaign to actively purse the licensing of all businesses in Carlsbad. This program was highly successful in that we gained compliance with over 300 additional businesses operating in Carlsbad. However, we have identified organizations still operating in the City without a valid license. We would like to obtain the assistance of an outside auditing firm to assist the City in gaining compliance with these businesses. Another significant revenue source for the City is transient occupancy tax. The City currently has 30 hotels offering over 3,100 rooms for tourist lodging. Staff would like to ensure that these hotels are properly collecting and remitting TOT to the City. The selected firm would again provide assistance to the City in obtaining this compliance. Selection of Firm Staff evaluated six proposals that were received by the City. Firms were evaluated based on experience, references, cost and audit approach. Based on this criteria, Capuchino & Associates was selected by staff. Capuchino & Associates specializes in providing revenue recovery audits, ordinance compliance reviews and related consulting services to local governmental agencies. Capuchino & Associates has provided these services to the City in the past, and the City has seen positive results. FISCAL IMPACT: Although cost was not a primary factor in the selection, bids for TOT audits ranged anywhere from $750 per hotel to $2,500 per hotel. Bids for business license audits ranged from a low of $300 per audit, to $2,500 per business establishment. The bid from Capuchino & Associates was the lowest for both TOT and business license audits. Staff would like to enter into a five-year contract with Capuchino & Associates, for an annual amount not to exceed $15,000 per year. Sufficient funds are available in the Finance budget for the current year costs of $15,000. Future annual costs would be appropriated for during the normal budgeting process. EXHIBITS: 1. Resolution No. a I- 30 approving agreement with Capuchino & Associates to perform . certain transient occupancy tax’(TOT) and business license tax audits. 2. Agreement with Capuchino & Associates. 1 2 3 4 5 6 7 0 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2001-40 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING THE AGREEMENT WITH CAPUCHINO &ASSOCIATES TO PERFORM TRANSIENT OCCUPANCY TAX AND BUSINESS LICENSE TAX AUDITING WHEREAS, a goal of the City Council is to develop and implement proactive strategies to ensure the financial health of the Community and the City; and WHEREAS, business license tax guidelines are outlined in City Council Ordinance 5.04 and 5.08; and WHERAS, transient occupancy tax guidelines are outlined in City Council Ordinance 3.12; and WHEREAS, staff has identified organizations doing business in Carlsbad without a valid business license; and WHEREAS, staff would like to ensure compliance with the business license and transient occupancy tax ordinances; and WHEREAS, bids from auditing firms have been solicited, accepted, and evaluated; and WHEREAS, Capuchino & Associates has been determined to be the most qualified at a reasonable cost; and Budget. WHEREAS, funding is available in the 2000-01 Operating Ill III II! III NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the agreement between Capuchino & Associates and the City of Carlsbad is hereby approved and the Mayor is hereby authorized and directed to execute said agreement. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council on the 13th day of February ,2001, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Finnila, Nygaard and Hall. NOES: None ABSENT: None ATTEST: -?7vmd- WOOD, City Clerk (SEAL) AGREEMENT BETWEEN THE CITY OF CARLSBAD AND CAPUCHINO & ASSOCIATES THIS AGREEMENT is made and entered into as of the day of 7 74 cc f4r.q , J 203, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and Capuchino & Associates, a sole proprietor, hereinafter referred to as “Contractor.” RECtTALS City requires the services of an independent auditing firm to provide the necessary auditing services to ensure adherence to the City’s Transient Occupancy Tax and Business License ordinances; and Contractor possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. CONTRACTOR’S OBLiGATIONS Contractor will provide the following professional auditing services to the City of Carlsbad: l Audits of selected hotels in the City to ensure adherence to the City’s Transient Occupancy Tax (TOT) ordinance and proper reporting. l Audits of selected businesses conducting business in the City to ensure adherence to the City’s Business License ordinance and proper reporting. -1 - rev. 4124100 fi& /t&!&J ;; I:, , ,: J ,i ! t J 2. CITY OBLIGATIONS The City shall provide listings of selected businesses and hotels to be audited, copies of all applicable ordinances, copies of all previously filed tax returns for selected businesses, and be available to answer questions. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (IO) days after receipt of notification to proceed by the City and each audit shall be completed within 60 days of receiving authorization by the City to proceed. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the Finance Director. The Finance Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR Fees for the assigned audits will be paid at a standard rate of $50.00 per hour for travel time, completion of the field assignment analysis, preparation of the report findings, and interfacing with the City staff. Transient occupancy tax audits will not exceed $750.00 per audit and business license audits will not exceed $300.00 per audit. Mileage will be reimbursed at $325 per mile. The Contractor may bill the City on a monthly basis for the completed audits and appropriate reports filed with the City. The total fee payable for all services to be performed shall not exceed $15,000.00 per fiscal year, subject to the annual appropriation of funds by the City Council. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” -2 - rev. 4/24/00 5. DURATION OF CONTRACT This Agreement shall extend for a period of three (3) years from date thereof, subject to the provisions of Paragraph Eleven, “Termination of Contract,” and annual appropriation of funds by the City Council. The Agreement may be extended by the City Manager for one (I) additional two (2) year period or part thereof, based upon a review of satisfactory performance, annual appropriation of funds by the City Council and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended Agreement. 6. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS The Contractor will prepare a written summary of findings, including a detailed analysis of all tax deficiencies, interest and penalties. The Contractor will also discuss all the findings as well as the entire analyses and recommendations in details with the City. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to rev. 4124/00 -3 - inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTtNGEMT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the 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, the City shall 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 such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. ANTI-DISCRIMINATION AND ANTI-HARASSMENT CLAUSE The Contractor shall comply with all applicable state and federal laws and regulations prohibiting discrimination and harassment. 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said rev. 4/24/00 -4 - 7 documents owned by the City and all work in progress to the Finance Director. The Finance Director shall make a determination of fact based upon the documents delivered to City of the percentage of work which the Contractor has performed which is usable and of worth to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In addition, if, for any reason, any of the five (5) years covered by this agreement, the City Council elects not to appropriate funds for the agreement, the City shall notify the Contractor within five (5) business days of the City Council’s decision. In such instance, this agreement will terminate automatically at the end of the last fiscal year for which funds have been appropriated. In the event of voluntary or automatic termination of this agreement, and upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. The Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the rev. 4/24/00 -5 - Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, 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 the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. W (Initial) (Initial) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. lYb I (Initial) (Initial) 13. JURISDICTION The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractors independent calling, and not as an employee of the City. Contractor shall be under control of the City only -6 - rev. 4/24/00 as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its ‘employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. rev. 4/24/00 -7 - 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved plans to any other agencies. 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creatSon of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 18. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carlsbad 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 willful misconduct, or negligent act, or omission 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. rev. 4/24/00 -a - 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 20. SUBCONTRACTING No subcontracting will be allowed unless it is authorized in advance by the City in writing. If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the 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 contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. rev. 4/24/00 -9 - 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and . assigns. 24. EFFECTWE DATE This agreement shall be effective on and from the day and year first written above. 25. CONFLICT OF INTEREST The Contractor shall file a conflict of interest statement with the City Clerk in accordance with the requirements of the City’s conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines a consultant. The disclosure category shall be categories I, 2, 3 and 4. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract 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 work hereunder by the Contractor, his agents, representatives, employees or subcontractors. rev. 4/24/00 -10 - I3 Said insurance shall 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-Y and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractors work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer‘s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. rev. 4/24/00 -11 - B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. I. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: rev. 4/24/00 -12 - For City: For Contractor: Title Name Address Title Name Address Finance Director Lisa Hildabrand 1635 Faraday Avenue Carlsbad, CA 92008 Chief Executive Officer Al D. Capuchino P. 0. Box 4489 Oceanside, CA 920524489 28. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 29. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, along with the purchase order for this contract and its provisions, embody the entire agreement and understanding between the parties relating to the subject matter hereof. In case of conflict, the terms of the agreement supersede the purchase order. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. -13- rev. 4/24/00 ’ 7 dayof z/PJ(rr Executed by Contractor thts ,200 I . CITY OF CARLSBAD, a municipal CONTRACTOR: Mayor ATTEST: (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney By: & q/ fd&-- ~i/(-JA/&lti Deputy City Attorney -14 - rev. 4/24/00 State of County of cV ~~~ On F&f~fv~ bTl ? EWbj 3 Date personally appeared before me, pi\ 0. bp&~~Q Name and iWe 01 Officer (&. “Jane Doe, Dldary PubW) , / Name(s) of Signer(s) Id personally known to me q proved to me on the basis of satisfactory evidence CommisskmY 1186248 to be the personwwhose name(&Jare subscribed to the within instrument and acknowledged to me that@!sMthey executed the same in-ir authorized capacity&s), ir signature(s) on the instrument the upon behalf of which the persorT( acted, executed the instrument. WITNESS $kXK Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: 0 Individual 0 Corporate Officer Title(s): q Partner - q Limited Cl General 0 Attorney-in-Fact cl Trustee 0 Guardian or Conservator 0 Other: Top of thumb here Signer Is Representing: Signer’s Name: Cl individual •i Corporate Officer Title(s): q Partner - q Limited 3 General Cl Attorney-in-Fact Cl Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1996 National Notary Assaciation l 8236 Remmet Ave., P.O. Box 7134. Canoga Park, CA 91309-7134 Prod No. 5907 Reorder: Call Toll-Free 1-800-876-6827,