HomeMy WebLinkAboutResolution - 6078 - Contract - DMG-Maximus - Cost Allocation Plan Preparation Services - 10_22_1998Resolution No. 6078
Item No. 37
October 22, 1998
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock a contract for Cost
Allocation Plan Preparation Services by and between the City of Lubbock and DMG-
Maximus of Dallas, Texas, and all related documents. Said Contract is attached hereto
and incorporated in this Resolution as if fully set forth herein and shall be included in the
minutes of the Council.
Passed by the City Council this 22nd day of October , 1998.
ATTEST:
KayliTarnell, City Secretary
APPROVED AS TO CONTENT:
�c
Victor Kilm , Purchasing Manager
APPROVED AS TO FORM:
William de Haas
Competition and Contracts Manager/Attorney
Wd:dk/Cost Allocation.RES
ccdocs/October 13, 1998
Resolution No. 6078
Item No. 37
October 22, 1998
AGREEMENT TO PROVIDE
PROFESSIONAL CONSULTING SERVICES FOR
THE CITY OF LUBBOCK, TEXAS
THIS AGREEMENT, entered into this 22nd day of October , 1998, and effective immediately by
and between David M. Griffith and Associates, Ltd. (DMG-MAXR US, INC.) (hereinafter called
the "Consultant") and the City of Lubbock, Texas (hereinafter called the "City"), WITNESSETH
THAT:
WHEREAS, the City has programs which it operates with outside funding, and
WHEREAS, the City supports these programs with support services paid from City
appropriated funds, and
WHEREAS, outside users will pay a fair share of these costs if supported by an
approved cost allocation plan, and
WHEREAS, the City has previously filed an approved plan and has recovered
outside funding due to the City, and
WHEREAS, the Consultant is staffed with personnel knowledgeable and
experienced in the requirements of developing and negotiation such governmental cost allocation
plans, and
WHEREAS, the City desires to engage the Consultant to assist in developing a plan
which conforms to Federal requirements and will be approved by their representatives,
NOW THEREFORE, the parties hereto mutually agree as follows:
1. Employment of Consultant. The City agrees to engage the Consultant and the
Consultant hereby agrees to perform the following services.
2. . Scope of Services. The Consultant shall do, perform, and carry out in a good
professional manner the following services
A. Prepare an indirect cost allocation plan in accordance with OMB Circular A-87 based on
fiscal year actual cost.
B. Develop a full cost budget cost allocation plan for the City of Lubbock which ignores the
restrictive requirements of OMB Circular A-87. This plan will be used to identify the amount of
general fund subsidy to enterprise funds and other local activities.
C. Negotiate the completed cost allocation plan with the U. S. Department of Housing and
Urban Development if such negotiation is requested by those representatives.
D. Computation of departmental indirect cost rates based upon the computed actual plans.
E. Assist the City, to the extent desired, in gaining acceptance of the departmental rate
proposals by the appropriate State agencies.
F. Provide guidance to City personnel to successfully utilize the indirect cost allocation plan
and indirect cost rate proposals to the City's maximum advantage and ensure perpetuation of the
plans in subsequent years.
3. Term of Agreement. This agreement shall be in effect starting with the preparation
of the fiscal year (FY) budget 1998 - 99 full cost allocation plan and the FY 1997 - 98 Actual OMB
Circular A-87 cost allocation plan. Subject agreement may, however, be extended for up to four
(4) additional fiscal year periods, subject to the approval of the Consultant and the City Manager or
his designee. Upon expiration of the initial term or period of extension, Consultant agrees to hold
over under the terms and conditions of this Agreement for such period as is reasonably necessary to
resolicit.
4. Time of Performance. The services to be performed hereunder by the Consultant
shall be undertaken and completed in such sequence as to assure their expeditious completion and
best carry out the purposes of the agreement. All services required, hereunder, except for
monitoring of recoveries, shall be completed annually within twelve months of the close of the
City's fiscal year.
5. Compensation. The City agrees to pay the Consultant annually according to the
following fee schedule:
Cost Allocation Services Fee
FY 1999 $14,500
FY 2000 14,500
FY 2001 14,500
FY 2002 14,500
FY 2003 14,500
The above not to exceed fees are for all services required herein, which shall include
reimbursement for expenses incurred. Consultant agrees to complete the project and all services
provided herein for said sum.
6. Method of Pam. The Consultant shall be entitled to payment in accordance
with the provisions of this paragraph. Upon completion and delivery of the full cost plan and the
OMB Circular A-87 cost plan, Consultant will invoice for each plan according to the following
schedule:
Period
Full Cost Plan
OMB A-87 Plan
FY 1999
$12,000
$2,500
FY 2000
12,000
2,500
FY 2001
12,000
2,500
FY 2002
12,000
2,500
FY 2003
12,000
2,500
The City will then pay the Consultant's invoice within two weeks.
7. Changes. The City may, from time to time, require changes in the scope of the
services of the Consultant to be performed hereunder. Such changes, which are mutually agreed
upon by and between the City and the Consultant, shall be incorporated in written amendment to
this agreement.
8. Services and Materials to be Furnished by the Citv. The City shall furnish the
Consultant with all available necessary information, data, and materials pertinent to the execution
of this agreement. The City shall cooperate with the Consultant in carrying out the work herein,
and shall provide adequate staff for liaison with the Consultant and other agencies of City
government.
9. Termination of Agreement for Cause. If, through any cause, the Consultant shall
fail to fulfill in timely and proper manner his obligation under this agreement, the City shall
thereupon have the right to terminate this agreement with cause, by giving written notice to the
Consultant of such termination and specifying the effective date thereof, at least fifteen (15) days
before the effective date of such termination.
10. Information and Reports. The Consultant shall, at such time and in such form as
the City may require, furnish such periodic reports concerning the status of the project, such
statements, certificates, approvals, and copies of proposed and executed plans and claims and other
information relative to the project as may be requested by the City. The Consultant shall furnish
the City, upon request, with copies of all documents and other materials prepared or developed in
conjunction with or as part of the project.
11. Records and Inspections. The Consultant shall maintain full and accurate records
with respect to all matters covered under this agreement. The City shall have free access at proper
times to such records, and the right to examine and audit the same and to make transcripts
therefrom, and to inspect all program data, documents, proceedings, and activities.
12. Accomplishment of Project. The Consultant shall commence, carry on, and
complete the project with all practicable dispatch, in a sound economical and efficient manner, in
accordance with the provisions thereof and all applicable laws. In accomplishing the project, the
Consultant shall take such steps as are appropriate to insure that the work involved is properly
coordinated with related work being carried on in the City.
13. Provisions Concerning Certain Waivers. Subject to applicable law, any right or
remedy which the City may have under this contract may be waived in writing by the City by a
formal waiver, if, in the judgement of the City, this contract, as so modified, will still conform to
the terms and requirements of pertinent laws.
14. Matters to be Disregarded. The titles of the several sections, subsections, and
paragraphs set forth in this contract are inserted for convenience of reference only and shall be
disregarded in construing or interpreting any of the provisions of this contract.
15. Completeness of Contract. This contract and any additional or supplementary
document or documents incorporated herein by specific reference contain all the terns and
conditions agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding
the subject matter of this contract or any part thereof shall have any validity or bind any of the
parties hereto.
16. City Not Obligated to Third Parties. The City shall not be obligated or liable
hereunder to any party other than the Consultant.
17. When Rights and Remedies Not Waived. In no event shall the making by the City
of any payment to the Consultant constitute or be construed as a waiver by the City of any breach
of covenant, or any default which may then exist shall in no wise impair or prejudice any right or
remedy available to the City in respect to such breach or default.
18. Personnel. The Consultant represents that he has, or will secure at his own expense,
all personnel required in performing the services under this agreement. Such personnel shall not be
employees of or have any contractual relationship with the City. All of the services required
hereunder will be performed by the Consultant or under his supervision, and all personnel engaged
in work shall be fully qualified to perform such services.
19. Consultant Liability If Audited. The Consultant will assume all financial and
statistical information provided to the Consultant by City employees or representatives is accurate
and complete. Any subsequent disallowance of funds paid to the City under the plan is the sole
responsibility of the City. Consultant will, however, provide assistance to the City should an audit
be undertaken of City indirect costs.
20. Copyright Protection. The City acknowledges that the report format to be
provided by Consultant is copyrighted. Consultant shall ensure that all copies of its report bear the
copyright legend. The City agrees that all ownership rights and copyrights thereto lie with
Consultant. The City may use the report solely for and on behalf of Client's operations. The City
agrees that it will now take appropriate action by instruction, agreement or otherwise with its
employees to satisfy its obligations with respect to use, copying, protection and security of the
report format. Consultant agrees and understands the City is subject to various State laws regarding
open records, and that Consultant's right to confidentiality of its reports format is subordinated to
the City's obligations under applicable laws of the State of Texas.
21. Notices. Any notices, bills, invoices, or reports required by this agreement shall be
sufficient if sent by the parties hereto in the United States mail, postage paid, to the addresses noted
below:
City of Lubbock David M. Griffith & Associates, Ltd. (DMG-MAX MUS, INC.)
P. 0. Box 2000 13601 Preston Rd., Suite 40OW
Lubbock, Texas 79457 Dallas, Texas 75240
IN WITNESS WHEREOF, the City and the Consultant have executed this agreement as
of the date first written above.
David M. Griffith & Associates, Ltd.
(DMG-MAXIMUS, INC.)
By:
/-;144 le -
Mark S. Epstein
Vice President
City of Lubbock
By:lVf&ndy
Sitto
Mayor of Lubbock
ATT T:
I(bgL,j A04JA
�Zaphie Darne 1
Secretary
APPR VED AS TO CO NT:
Mendell Sclefin
Internal Auditor
APPROVED AS TO FORM:
William de Haas
Competition and Contracts Manager