HomeMy WebLinkAboutAgenda Report - February 17, 2021 C-08AGENDA ITEM C 2
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA TITLE: Adopt A Resolution Authorizing City Manager to Execute Professional Service
Agreement with Bell Burnett & Associates, of Plymouth, to Perform Capital Assets Accounting Services
And Authorize An Appropriation of $50,0000
MEETING DATE: February 17, 2021
PREPARED BY: Accounting Manager
RECOMMENDED ACTION: Adopt a resolution authorizing City Manager to execute professional
service agreement with Bell Burnett & Associates, of Plymouth, to
perform capital assets accounting services and authorize an
appropriation of $50,000.
BACKGROUND INFORMATION: The City owns a variety of fixed and moveable capital assets, which
differ significantly in size, value and use. These assets include:
land, land improvements, machinery and equipment, vehicles,
infrastructure, and works of art.
The Government Accounting Standards Board (GASB) issues accounting and financial reporting rules for
state and local governments throughout the United States. GASB Statement 34, issued June 1999,
requires that capital assets be reported in the City's annual financial statement net of depreciation.
During the previous two fiscal year audits, capital assets were an area of concern for our auditors. They
recommended that the City conduct a valuation of the Electric Utility assets, a reconciliation of capital
outlay accounts, and establish organization wide capital asset accounting policies and procedures.
Staff requested proposals from accounting firms with experience in capital assets and Electric Utilities.
Proposals provided included the scope of work to be performed and how it addressed the City's audit
findings for the previous fiscal years. Proposals were received from BakerTilly and Bell Burnett &
Associates. Staff reviewed both proposals and determined Bell Burnett & Associates scope of work the
best to correct the audit findings.
Staff recommends authorizing City Manager to execute the Professional Services Agreement with Bell
Burnett & Associates, of Plymouth, for capital asset accounting services, in the amount of $50,000.
FISCAL IMPACT: By law and good management practice, the City's financial records are
audited by independent auditors according to Generally Accepted Auditing
Standards. Well-maintained financial records are the cornerstone by which
the City fulfills its fiduciary responsibilities to the public.
FUNDING AVAILABLE. General Fund - $30,000 — 10095000.72450
EU - $20,000 — 50060001.72450
APPROVED: r I Jan? 707, 13:1/PST]
Stephen Schwabauer, City Manager
Melissa Munoz, Accounting Manager
.Ojrw�� xv�obj
Andrew Keys, Deputy City Manager
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on 2021, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and BELL BURNETT &
EDWARDS, dba BELL BURNETT & ASSOCIATES, a California corporation (hereinafter
"CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for CAPITAL
ASSET ACCOUNTING (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide
such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
1
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on March 1, 2021 and terminates upon
the completion of the Scope of Services or on July 31, 2021, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
�itnrn._y fans :1nd costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurnnrn nhl;--ti--- en+ {n•fh
Section 4.4 No Personal Liability
Meither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and ;Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Melissa Munoz, Accounting Manager
To CONTRACTOR: Bell Burnett & Associates
17695 Overlook Court E
Plymouth, CA 95669
Attn: Michael Bell, Principal
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorneys Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final foram, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authori
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
Section 4.22 Counterparts and Electronic Signatures
This Agreement and other documents to be delivered pursuant to this Agreement
may be executed in one or more counterparts, each of which will be deemed to be an
original copy and all of which, when taken together, will be deemed to constitute one and
the same agreement or document, and will be effective when counterparts have been
signed by each of the parties and delivered to the other parties. Each party agrees that
the electronic signatures, whether digital or encrypted, of the parties included in this
Agreement are intended to authenticate this writing and to have the same force and
effect as manual signatures. Delivery of a copy of this Agreement or any other document
contemplated hereby, bearing an original manual or electronic signature by facsimile
transmission (including a facsimile delivered via the Internet), by electronic mail in
"portable document format" (".pdf') or similar format intended to preserve the original
graphic and pictorial appearance of a document, or through the use of electronic
signature software will have the same effect as physical delivery of the paper document
bearing an original signature.
#
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER CUSMIR
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
jdm
CITY OF LOD1, a municipal corporation
STEPHEN SCHWABAUER
City Manager
Bell Burnett & Associates,
a California corporation
By:
Name: Michael Bell
Title: Principal
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source: 10095000.72450 - 130 000, 50060001.72450 - $20,000
(Business Unit & Account No.)
Doc ID:
CA:Rev.01.2015
9
Ms. Melissa Munoz
Accounting Manager
City of Lodi
310 W Elm Street
Lodi, CA 95240
Re: Capital Asset Accounting Proposal
Dear Ms. Munoz,
EXHIBIT AIB
December 18, 2020
Bell Burnett & Associates (BB&A) is pleased to have the opportunity to submit this Capital
Asset Accounting Proposal to the City of Lodi (City). In the City's 2019 audit, prepared
by The Pun Group, there were management letter comments related to internal controls
over financial reporting related to capital asset accounting and the valuation of electric
utility underground lines. The audit adjustments related to the capital asset accounting
were approximately $7.3 million, and the valuation of utility lines were undervalued by
$8.9 million, and related accumulated depreciation of $4.9 million. To that end, BB&A will
assist the City and its respective Departments to help to address these issues and to
develop new policies and procedures, as necessary, to help address the management
comments raised by the City's auditors.
In order to accomplish this work, BB&A proposes to perform the following activities:
Capital Asset Accounting Policies and Procedures — We will review existing
City Policies and Procedures related to Capital Asset Accounting and will make
recommendations for changes in order to help prevent such occurrences in the
future. Our review will specifically focus on Lodi Electric, the Public Works
Department, including Water and Wastewater, and the Transit Department given
the size and complexity of their respective assets. If necessary, we will draft
additional control procedures to be used throughout the year and at year-end.
• Reconciliation of Capital Outlay Accounts to Asset Additions Report — We
will review the current process and practices and establish procedures to
periodically reconcile these Accounts to the Report consistent with the Audit
Recommendation. We will work both with applicable Departments and with
Accounting to provide the procedures needed to accurately capture costs.
• Electric Utility Valuation— BB&A will work with Lodi Electric, the Warehouse, and
Accounting to establish the procedures necessary to relieve this problem. Our
review will include input to the City regarding work order system enhancements or
improvements needed to better track plant additions and retirements. We will
BELL BURNETT & ASSOCIATES PROPOSAL TO THE CITY OF LODI
review the policies and procedures related to Construction Work in Progress to
attempt to make sure that capital projects are closed in a timely fashion. We have
seen this same problem in other similarly sized utilities and have been successful
in making recommendations to correct the shortcoming. BB&A will work with Lodi
Electric and the Warehouse to provide procedures to correct the problem of
duplicate entries.
Cost Proposal
BB&A proposes to perform the proposed scope of work for a fixed fee of $50,000. We
expect to be able to accomplish this work within 3-4 months of notice to proceed,
depending upon the availability of City staff within the affected Departments. This
proposal assumes in no event will the work require more than 6 months to complete.
Qualifications
BMA is a management and strategic consulting firm serving the energy, water,
wastewater and transportation industries. We offer an independent development, review,
and assessment of strategic plans and initiatives. We are former Chief Financial Officers,
financial advisors and bankers, so we understand the complexities that our clients
face, especially for complex financial accounting and reporting requirements.
Thank you for your consideration and should you have any questions, please do not
hesitate to contact us.
Sincerely,
Bell Burnett & Associates
Signature: (%Gid!
Janice D.'riagd;ch Jar, ^_5, _J21 ll:29PST:
Email: jmagdich@lodi.gov
BELL BURNETT & ASSOCIATES PROPOSAL TO THE CITY OF LODI
RESOLUTION NO. 2021-36
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH BELL BURNETT & ASSOCIATES, OF PLYMOUTH,
TO PERFORM CAPITAL ASSETS ACCOUNTING SERVICES; AND
FURTHER APPROPRIATING FUNDS
------------
WHEREAS, the City owns a variety of fixed and moveable capital assets; and
WHEREAS, the Government Account Standards Board (GASB) issues accounting and
financial rules for State and local governments that require capital assets to be reported in the
City's annual financial statements net of depreciation; and
WHEREAS, proposals from accounting firms with experience in capital assets and Electric
Utilities were received and evaluated in addressing the City's audit findings; and
WHEREAS, staff recommends authorizing the City Manager to execute a Professional
Services Agreement with Bell Burnett & Associates; and
WHEREAS, staff recommends that funds in the amount of $30,000 be appropriated from
the fund balance of General Fund (10095000.72450) for Fiscal Year 2020/21 and $20,000, from
the fund balance of Electric Utility (50060001.72450) for Fiscal Year 2020/21.
NOW, THEREFORE, BE IT RESOLVED that the City Council does hereby authorize the
City Manager to execute a Professional Services Agreement with Bell Burnett & Associates, of
Plymouth, California, for capital asset accounting services, in an amount not to exceed $50,000;
and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize an
appropriation in the amount of $50,000, as set forth above; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol
Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to
make minor revisions to the above -referenced document(s) that do not alter the compensation or
term, and to make clerical corrections as necessary.
Dated: February 17, 2021
hereby certify that Resolution No. 2021-36 was passed and adopted by the City Council of the
City of Lodi in a regular meeting held February 17, 2021 by the following votes:
AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
JENNIFE CUSMIR
City Clerk
2021-36