HomeMy WebLinkAbout04940 - MUNIFINANCIAL COST OF SERVICE FEE STUDY ALLOCATION PLAN File Edit Genernle Letters Transactlons Reports Malntonance quit
JGen.Lc T(a....p l^ep rts MalMen I 4 k pram
__—
Letter, n.^a Llions Re o w.... •.•..J anre_..--Vlelp __—
'+ rrDocument N'AIN III Gropp: Actme Document •+x�
` Description: user Fee study a Dverheed Cnat Allombon Services I 12inarcials
` Approval Date: 0rm7Poo4 Expire.Date: nal o5 Closed Date:Fi Owed: 0.00
+ COlttpary. MuniFinanclll %Rxr:JFNANICE Paid: 0 OD
Contact: Insurance Department Plu ( ) - Ext: y,
Address: Bat: $0,00 .
' Addres52:
Clpc St:-77 Zip: F Country:I ,I
a' Fax: ( ) - entail: Service: In He
Y.
Insurance Status;lCertifiaute Intl polleles are ON
❑nrument Tracking Items (Ddl click heading to Snn)
i Nis Tlkinu Dlu Carle Item ❑ue By Cpmplee Alnt Added AN Pais •Ir •('k'••< .
8•16.04 to tlepl _ !f 11 000 0.00- �'• +
Ilex[ F.. Doc Trk pole. I New Doc I Delore Doc Seanpmporl Save
f Prevjvu. Insurance Cnncel Lniry Atld Trkiny Item Del Trk-nD Item
.•r,.Ft•�Y.S:'W.iW�
Start I1 C21 N I29NQ 11 IJ�ln6ox•MlcrosoFt Dutlook +�D5-16-m Agenda-M¢res •y' Faslraek Document an._ �.� .•'•
L� L4� Pja:SCJA4-e•� °v f
a�o .
Ir� II
r'
I
ivkt /
MuniFinancial
Cost of Service Fee Study/Cost
Allocation Plan
CITY OF PALM SPRINGS AGREEMENT #4940
M07517, 7-7-04
CONTRACT SERVICE AGREEMENT
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered
into this 71h day of July, 2004, by and between the CITY OF PALM SPRINGS, a municipal
corporation, (herein "City') and MuniFinancial (herein "Contractor"). The term Contractor includes
professionals performing in a consulting capacity. The parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the "Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be
referred to herein as the "services" or "work" hereunder. As a material inducement to the City
entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first
class work and services and Contractor is experienced in performing the work and services
contemplated herein and, in light of such status and experience, Contractor covenants that it shall
follow the highest professional standards in performing the work and services required hereunder
and that all materials will be of good quality, fit for the purpose intended. For purposes of this
Agreement, the phrase "highest professional standards" shall mean those standards of practice
recognized by one or more first-class firms performing similar work under similar circumstances.
1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's
proposal or bid which shall be incorporated herein by this reference as though fully setforth herein.
In the event of any inconsistency between the terms of such proposal and this Agreement,the terms
of this Agreement shall govern.
1.3 Compliance with Law. All services rendered hereunder shall be provided in
accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any
Federal, State or local governmental agency having jurisdiction in effect at the time service is
rendered.
1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its
sole cost and expense such licenses, permits and approvals as may be required by law for the
performance of the services required by this Agreement. Contractor shall have the sole obligation to
pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be
imposed by law and arise from or are necessary for the Contractor's performance of the services
required by this Agreement, and shall indemnify, defend and hold harmless City against any such
fees, assessments,taxes, penalties or interest levied,assessed or imposed against City hereunder.
1.5 Familiarity with Work. By executing this Contract, Contractor warrants that
Contractor(a) has thoroughly investigated and considered the scope of services to be performed;
(b) has carefully considered how the services should be performed; and (c)fully understands the
facilities, difficulties and restrictions attending performance of the services underthis Agreement. If
the services involve work upon any site, Contractor warrants that Contractor has, orwill, investigate
the site and is or will be fully acquainted with the conditions there existing, prior to commencement
of services hereunder. Should the Contractor discover any latent or unknown conditions,which will
materially affect the performance of the services hereunder,Contractor shall immediately inform the
City of such fact and shall not proceed except at Contractor's risk until written instructions are
received from the Contract Officer.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 1
July 7,2004
1.6 Care of Work. The Contractor shall adopt reasonable methods during the
life of the Agreement to furnish continuous protection to the work, and the equipment, materials,
papers, documents, plans, studies and/or other components thereof to prevent losses or damages,
and shall be responsible for all such damages, to persons or property, until acceptance of the work
by City, except such losses or damages as may be caused by City's own negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care
and diligence to perform their respective obligations under this Agreement. Both parties agree to act
in good faith to execute all instruments, prepare all documents and take all actions as may be
reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified,
neither party shall be responsible for the service of the other.
1.8 Additional Services. City shall have the right at any time during the performance
of the services,without invalidating this Agreement, to order extra work beyond that specified in the
Scope of Services or make changes by altering, adding to or deducting from said work. No such
extra work may be undertaken unless a written order is first given by the Contract Officer to the
Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to
perform this Agreement, which said adjustments are subject to the written approval of the
Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or
$25,000;whichever is less, or in the time to perform of up to one hundred eighty(180)days may be
approved by the Contract Officer. Any greater increases, taken either separately or cumulatively
must be approved by the City Council. It is expressly understood by Contractor that the provisions
of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably
contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to
be provided pursuant to the Scope of Services may be more costly or time consuming than
Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore.
1.9 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in the Special Requirements attached hereto as
Exhibit Band incorporated herein by this reference. In the event of a conflict between the provisions
of Exhibit B and any other provisions of this Agreement, the provisions in Exhibit B shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the Schedule of Compensation attached
hereto as Exhibit C and incorporated herein by this reference, but not exceeding the maximum
contract amount of Twenty Four Thousand Dollars ($24,000.00)(herein Contract Sum), except as
provided in Section 1.8. The method of compensation may include (i) a lump sum payment upon
completion, (ii) payment in accordance with the percentage of completion of the services, (III)
payment for time and materials based upon the Contractor's rates as specified in the Schedule of
Compensation, but not exceeding the Contract Sum or(iv)such other methods as may be specified
in the Schedule of Compensation. Compensation may include reimbursement for actual and
necessary expenditures for reproduction costs, telephone expense, transportation expense
approved by the Contract Officer in advance, and no other expenses and only if specified in the
Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all
project meetings as set forth in Exhibit C; Contractor shall not be entitled to any additional
compensation for attending said meetings.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 2
July 7, 2004
2.2 Method of Payment. Provided that Contractor is not in default under the
terms of this Agreement, in any month in which Contractor wishes to receive payment, no later
than the tenth (10`h) day of such month, Contractor shall submit to the City in the form approved
by the City's Director of Finance, an invoice for services rendered prior to the date of the
invoice. City shall pay Contractor for all expenses stated thereon which are approved by City
pursuant to this Agreement no later than the last working day of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
3.2 Schedule of Performance. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit"D", if
any, and incorporated herein by this reference. When requested by the Contractor, extensions to
the time period(s) specified in the Schedule of Performance may be approved in writing by the
Contract Officer but not exceeding one hundred eighty(180) days cumulatively.
3.3 Force Majeure. The time period(s)specified in the Schedule of Performance
for performance of the services rendered pursuant to this Agreement shall be extended because of
any delays due to unforeseeable causes beyond the control and without the fault or negligence of
the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe
weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight
embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the
Contractor shall within ten(10)days of the commencement of such delay notify the Contract Officer
in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of
delay, and extend the time for performing the services for the period of the enforced delaywhen and
if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination
shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be
entitled to recover damages against the City for any delay in the performance of this Agreement,
however caused, Contractor's sole remedy being extension of the Agreement pursuant to this
Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this
Agreement,this Agreement shall continue in full force and effect until completion of the services but
not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule of
Performance (Exhibit"D").
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor are
hereby designated as being the principals and representatives of Contractor authorized to act in its
behalf with respect to the work specified herein and make all decisions in connection therewith:
It is expressly understood that the experience, knowledge, capability and reputation of the
foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore,
the foregoing principals shall be responsible during the term of this Agreement for directing all
activities of Contractor and devoting sufficient time to personally supervise the services hereunder.
For purposes of this Agreement, the foregoing principals may not be replaced nor may their
responsibilities be substantially reduced by Contractor without the express written approval of City.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 3
July 7,2004
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the
Contract Officer is kept informed of the progress of the performance of the services and the
Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless
otherwise specified herein, any approval of City required hereunder shall mean the approval of the
Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the
City required hereunder to carry out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability and reputation of Contractor, its principals and employees were a substantial
inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with
any other entity to perform in whole or in part the services required hereunder without the express
written approval of the City. In addition, neither this Agreement nor any interest herein may be
transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law,
whether for the benefit of creditors or otherwise,without the prior written approval of City. Transfers
restricted hereunder shall include the transfer to any person or group of persons acting in concert of
more than twenty five percent(25%)of the present ownership and/or control of Contractor,taking all
transfers into account on a cumulative basis. In the event of any such unapproved transfer,
including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall
release the Contractor or any surety of Contractor of any liability hereunder without the express
consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities with
offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are
available,to persons or entities with offices located in the Coachella Valley("Local Subcontractors").
Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if
Local Subcontractors are qualified to perform the work required. In requesting for the City to
consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor
shall submit evidence to the City that such good faith efforts have been made or that no Local
Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by
placing advertisements inviting proposals or by sending requests for proposals to selected Local
Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to
a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of
all contracts and subcontracts hereunder for the period specified in Section 6.2.
4.4 Independent Contractor. Neither the City nor any of its employees shall have
any control over the manner, mode or means by which Contractor, its agents or employees, perform
the services required herein, except as otherwise set forth herein. City shall have no voice in the
selection, discharge, supervision or control of Contractor's employees, servants, representatives or
agents, or in fixing their number, compensation or hours of service. Contractor shall perform all
services required herein as an independent contractor of City and shall remain at all times as to City
wholly independent contractor with only such obligations as are consistent with that role. Contractor
shall not at any time or in any manner represent that it or any of its agents or employees are agents or
employees of City. City shall not in anyway or for any purpose become or be deemed to be a partner
of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with
Contractor.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 4
July 7, 2004
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and
expense, in a form and content satisfactory to City, during the entire term of this Agreement including
any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial general
liability insurance written on a per occurrence basis with a combined single limit of at least
$1,000,000 bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and completed
operations. The Commercial General Liability Policy shall name the City of Palm
Springs as additional insured in accordance with standard ISO additional insured endorsement
form CG2010 (1185) or equivalent language.
(b)Worker's Compensation Insurance. A policy of worker's compensation
insurance in an amount which fully complies with the statutory requirements of the State of
California and which includes $1,000,000 employer's liability.
(c) Business Automobile Insurance. A policy of business automobile liability
insurance written on a per occurrence basis with a single limit liability in the amount of
$1,000,000 bodily and property damage. Said policy shall include coverage for owned, non-
owned, leased and hired cars.
(d)Additional Insurance. Additional limits and coverages, which may include
professional liability insurance, will be specified in Exhibit"B".
All of the above policies of insurance shall be primary insurance and issued by companies
whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall waive all
rights of subrogation and contribution it may have against the City, its officers, employees and agents,
and their respective insurers. In the event any of said policies of insurance are canceled,the Contractor
shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section
5.1 to the Contract Officer. No work or services under this Agreement shall commence until the
Contractor has provided the Citywith Certificates of Insurance, endorsements orappropriate insurance
binders evidencing the above insurance coverages and said Certificates of Insurance,endorsements, or
binders are approved by the City.
The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in
any way the extent to which the Contractor may be held responsible for the payment of damages to any
persons or property resulting from the Contractor's activities orthe activities of any person or person for
which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3
of this Agreement the contract between the Contractor and such subcontractor shall require the
subcontractor to maintain the same polices of insurance that the Contractor is required to maintain
pursuant to this Section.
5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents
and employees against, and will hold and save them, and each of them, harmless from any and all
actions, suits, claims, damages, losses, costs, penalties, obligations, errors, omissions or liabilities
(herein "claims or liabilities") resulting from injuries to persons or damages to property that may be
asserted or claimed by any person, firm or entity arising out of or in connection with the negligent
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 5
July 7,2004
performance of the work, operations or activities of Contractor, its agents,employees,subcontractors,
or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor
hereunder, or arising from Contractor's negligent performance of or failure to perform any term,
provision, covenant or condition of this Agreement, whether or not there is concurrent passive or
active negligence on the part of the City, its officers,agents or employees but excluding such claims or
liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or
employees, who are directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with
any of said claims or liabilities and will pay all costs and expenses, including legal costs
and attorneys'fees incurred in connection therewith that may be asserted or claimed by
any person, firm, or entity to the extent caused by the negligent activities of Contractor its
agents or employees hereunder, excepting only liabilities due to the active negligence or
willful misconduct of the CITY, its agents or employees;
(b) Contractor will promptly pay any judgment rendered against the City, its
officers, agents or employees for any such claims or liabilities arising out of or in connection
with the negligent performance of or failure to perform such work, operations or activities of
Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents,
and employees harmless therefrom;
(c) In the event the City, its officers, agents or employees are made a
party to any action or proceeding filed or prosecuted against Contractor for such damages or
other claims arising out of or in connection with the negligent performance of or failure to
perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to
the City, its officers,agents or employees, any and all costs and expenses incurred by the City,
its officers, agents or employees in such action or proceeding, including but not limited to,
legal costs and attorneys' fees.
5.3 Sufficiency of Insurer or Sure ty. Insurance or bonds required by this Agreement
shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or
better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such
requirements are waived by the City Manager or designee of the City Manager due to unique
circumstances. In the event the City Manager determines that the work or services to be performed
under this Agreement create an increased or decreased risk of loss to the City,the Contractor agrees
that the minimum limits of the insurance policies and the performance bond required bythis Section 5
may be changed accordingly upon receipt of written notice from the City Manager or designee;
provided that the Contractor shall have the right to appeal a determination of increased coverage by
the City Manager to the City Council of City within ten (10) days of receipt of notice from the City
Manager.
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract
Officer such reports concerning the performance of the services required by this Agreement as the
Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned
about the cost of work and services to be performed pursuant to this Agreement. For this reason,
Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or
events that may or will materially increase or decrease the cost of the work or services contemplated
herein or, if Contractor is providing design services,the cost of the project being designed,Contractor
shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 6
July 7,2004
estimated increased or decreased cost related thereto and, if Contractor is providing design services,
the estimated increased or decreased cost estimate for the project being designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such
books and records as shall be necessary to perform the services required by this Agreement and
enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall
have full and free access to such books and records at all times during normal business hours of City,
including the right to inspect, copy, audit and make records and transcripts from such records. Such
records shall be maintained for a period of three (3) years following completion of the services
hereunder, and the City shall have access to such records in the event any audit is required
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents,
solely in the performance of this Agreement shall be the property of City and shall be delivered to City
upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have
no claim for further employment or additional compensation as a result of the exercise by City of its full
rights of ownership of the documents and materials hereunder. Any use of such completed
documents for other projects and/or use of uncompleted documents without specific written
authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the
City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies
of such documents for its own use. Contractor shall have an unrestricted right to use the concepts
embodied therein. All subcontractors shall provide for assignment to City any documents or materials
prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall
indemnify City for all damages resulting therefrom.
6.4 Release of Documents. The drawings, specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California. Legal
actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be
instituted in the Superior Court of the County of Riverside, State of California,or any other appropriate
court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such
court in the event of such action.
7.2 Disputes. In the event of any dispute arising under this Agreement,the injured
party shall notify the injuring party, in writing, of its contentions by submitting a claim therefor. The
injured party shall continue performing its obligations hereunder so long as the injuring party
commences to cure such default within ten(10)days of service of such notice and completes the cure
of such default within forty-five(45)days after service of the notice, or such longer period as may be
permitted by the injured party; provided that if the default is an immediate danger to the health, safety
and general welfare,such immediate action may be necessary. Compliance with the provisions of this
Section shall be a condition precedent to termination of this Agreement for cause and to any legal
action, and such compliance shall not be a waiver of any party's right to take legal action in the event
that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to
terminate this Agreement without cause pursuant to Section 7.8.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 7
July 7,2004
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any
amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the
payment of which may be in dispute hereunder or which are necessary to compensate City for any
losses, costs, liabilities, or damages suffered by City, and (ii)all amounts for which City may be liable
to third parties, by reason of Contractor's acts or omissions in performing or failing to perform
Contractor's obligation under this Agreement. In the event that any claim is made by a third party,the
amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall
appear to be the basis for a claim of lien, City maywithhold from any payment due, without liabilityfor
interest because of such withholding, an amount sufficient to cover such claim. The failure of City to
exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor
to insure, indemnify, and protect City as elsewhere provided herein.
7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's
consent to or approval of any act by the other party requiring the party's consent or approval shall not
be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent
act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other
default concerning the same or any other provision of this Agreement.
7.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement,the rights and remedies of the parties
are cumulative and the exercise by either party of one or more of such rights or remedies shall not
preclude the exercise by it, at the same or different times, of any other rights or remedies for the same
default or any other default by the other party.
7.6 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any
default,to compel specific performance of this Agreement,to obtain declaratory or injunctive relief,or
to obtain any other remedy consistent with the purposes of this Agreement.
7.7 Termination Prior to Expiration Of Term. This Section shall govern any
termination of this Agreement except as specifically provided in the following Section for termination
for cause. The City reserves the right to terminate this Agreement at anytime,with or without cause,
upon ten (10)days written notice to Contractor, except that where termination is due to the fault of the
Contractor, the period of notice may be such shorter time as may be determined by the Contract
Officer. In addition, the Contractor reserves the right to terminate this Agreement at anytime,with or
without cause, upon thirty(30)days written notice to City, except that where termination is due to the
fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon
receipt of any notice of termination, Contractor shall immediately cease all services hereunder except
as may be specifically approved by the Contract Officer. Except where the Contractor has initiated
termination, the Contractor shall be entitled to compensation for all services rendered prior to the
effective date of the notice of termination and for any services authorized by the Contract Officer
thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract
Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the
Contractor shall be entitled to compensation only for the reasonable value of the work product actually
produced hereunder. In the event of termination without cause pursuant to this Section, the
terminating party need not provide the non-terminating party with the opportunity to cure pursuant to
Section 7.2.
7.8 Termination for Default of Contractor. If termination is due to the failure of the
Contractor to fulfill its obligations under this Agreement, City may,after compliance with the provisions
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 8
July 7,2004
of Section 7.2,takeover the work and prosecute the same to completion by contractor otherwise,and
the Contractor shall be liable to the extent that the total cost for completion of the services required
hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable
efforts to mitigate such damages), and City may withhold any payments to the Contractor for the
purpose of set-off or partial payment of the amounts owed the City as previously stated.
7.9 Attornevs' Fees. If either party to this Agreement is required to initiate or defend
or made a party to any action or proceeding in anyway connected with this Agreement,the prevailing
party in such action or proceeding, in addition to any other relief which may be granted,whether legal
or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's
fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other
reasonable costs for investigating such action, taking depositions and discovery and all other
necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed
to have accrued on commencement of such action and shall be enforceable whether or not such
action is prosecuted to judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 Non-liability of City Officers and Employees. No officer or employee of the City
shall be personally liable to the Contractor, or any successor in interest, in the event of any default or
breach by the City or for any amount which may become due to the Contractor or to its successor, or
for breach of any obligation of the terms of this Agreement.
8.2 Conflict of Interest. No officer or employee of the City shall have any financial
interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any
decision relating to the Agreement which effects his financial interest or the financial interest of any
corporation, partnership or association in which he is, directly or indirectly, interested, in violation of
any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay
or give any third party any money or other consideration for obtaining this Agreement.
8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself,
its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no
discrimination against or segregation of, any person or group of persons on account of race, color,
creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement.
Contractor shall take affirmative action to insure that applicants are employed and that employees are
treated during employment without regard to their race, color, creed, religion, sex, marital status,
national origin, or ancestry.
9.0 MISCELLANEOUS PROVISIONS
9.1 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person shall be
in writing and either served personally or sent by prepaid,first-class mail, in the case of the City,to the
City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743,
Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person
at the address designated on the execution page of this Agreement. Either party may change its
address by notifying the other party of the change of address in writing. Notice shall be deemed
communicated at the time personally delivered or in seventy-two(72)hours from the time of mailing if
mailed as provided in this Section.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 9
July 7,2004
9.2 Interpretation. The terms of this Agreement shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either party by reason
of the authorship of this Agreement or any other rule of construction which might otherwise apply.
9.3 Integration: Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any
and all previous negotiations, arrangements, agreements and understandings, if any, between the
parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any
time by the mutual consent of the parties by an instrument in writing.
9.4 Severability. In the event that any one or more of the phrases, sentences,
clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or
unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or
unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or
sections of this Agreement which are hereby declared as severable and shall be interpreted to carry
out the intent of the parties hereunder unless the invalid provision is so material that its invalidity
deprives either party of the basic benefit of their bargain or renders this Agreement meaningless.
9.5 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that(i)such party is duly organized and existing, (ii)they are duly authorized to
execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such
party is formally bound to the provisions of this Agreement, and (iv)the entering into this Agreement
does not violate any provision of any other Agreement to which said party is bound.
[SIGNATURE BLOCK ON NEXT PAGE]
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 10
July 7, 2004
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date
first written above
CITY OF PALM SPRINGS
ATTEST: a municipal corporation
0�� City CleV City Manager—\-
APPROVED AS TO FORM:
By: IOu a� A_PFR(1)VEP OW if'C P C[7V C_j 9Cj
itie e t �
City Attotfteya 'AN.Q ,%S1__;/
CONTRACTOR: Check one:_Individual_Partnership XmCorporation
R �2yo
Signature(notarized) , Signature(notarized)
Name: Paul Whitelaw Name: /bY Z .
Title: Senior Vice President Title: �FCR'r7. R
(This Agreement must be signed in the above space by This Agreement must be signed in the above space by
one of the following: Chairman of the Board, President one of the following:Secretary, Chief Financial Officer or
or any Vice President) any Assistant Treasurer)
r !� j (
State of G ' erV '� ❑ State oflco'L6 vyfC'\ ❑
Countyof kjV 4/1 6 tJ•' nss County of('Kb 4NC;P ❑ss 1,
R�LQZ�P (���tqc
before me, O I before me, cx. 1
lrt'hLP�,C� Ufl✓L'(%'!?e/tiCP � ppI,Q personally appeared o--! lil- i
personally appeared l !%(,(,CL( ALc� _�u10 personally known to me (or proved to me on the basis of
personally known to me (or proved to me on the basis of satisfactory evidence)to be the person"N whose nameKis/are
satisfactory evidence)to be the person(s)whose name��ia`tXafe- subscribed to the within instrument and acknowledged to me that
subscribed to the within instrument and,�-ckpowledged to me that he/3hg/tRey executed the same in his/her~/fhe)r authorized
Le/sbeAhey executed the same iZ-11 Whedthistr authorized capacity(tes), and that by his%N'eL/the�ir signature(s), on the
capacity(iosj, and that bye/his/ erlti-i r signature(")-on the instrument the personts.), or the entity upon behalf of which the
instrument the person( ror the entity upon behalf of which the person(.)acted,executed the instrument.
person(s)acted,executed the instrument. WITNESS my hand and official seal.
WITNESS my hand and official seal.
Notary Signature: / No ary Signature.
Notary Seal: Notary Seal:
CAYHALEEN D,STEELE
E „ R' h Commission# 1483234
a
I !ib44'FCu.`�t'it9s 1Sr� fy1 a =o;, Notary Public
California
C°orcva�bi n}oa4s�d 1't'E6323 66i� � :��d; Orange County
V`4n�P2Y'y f+ufihts Californiao-o-,,,""s oMVComm.Expires Apr I 2008
11K,61reldr.,CoLinly IF
k�uCo"Y a FITiM �r'' mCl'0 y-
r
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan I I
July 7,2004
EXHIBIT "A"
SCOPE OF SERVICES
Contractor proposes to conduct a Cost of Service Fee Study, as well as develop a Cost
Allocation Plan for the City's non-development departments (e.g., Finance, Library,
Parks, Police, etc). In performing this work, Contractor agrees to the following scope of
services.
Task 1: Project Management and Document Review
The objective of this task is to gain an understanding of City financial considerations,
operational processes and policy goals. For this task, the Contractor will schedule a
kickoff meeting with City staff to determine goals and objectives for the fee study, City
organizational structure, its policies and procedures for public service delivery, and its
financial picture. Contractor will review all relevant documentation to further enhance our
understanding of the issues. Contractor agrees to hold at least one (1) meeting with City
staff during this task.
Task 2: Data Collection
For this task, Contractor will gather relevant cost of service data necessary to calculate
appropriate and reasonable department fees. Contractor will gather and examine relevant
plans, polices, budgets, and staffing records associated with agency services and
programs. In addition, Contractor will interview City staff that directly and indirectly
processes these services. This task may include staff members from other departments
within the same agency who might spend time on another department's services, either
directly or indirectly.
Contractor will suggest an approach for data collection that employs staff interviews to
gain an understanding of all necessary steps involved with the processing of each
service. Once Contractor has achieved this understanding, Contractor may generate
comprehensive surveys for the staff member to complete while completing each separate
task. During the process, the staff member could make time-tracking notations on the
provided form for each step of the process. Once these surveys are completed,
Contractor will sit down with the staff member and her/his supervisor to verify and agree
upon the responses.
In addition, Contractor will gather existing and proposed fee schedules from comparable
agencies to use in benchmarking the study agency's current and proposed fee
schedules. Contractor will access and use their knowledge of other jurisdictions to gather
cost data and provide recommendations based on this information, if appropriate.
Contractor will conduct a working meeting with agency staff to review our progress.
Contractor will hold a minimum of two (2) meetings with agency staff during this task.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 12
July 7, 2004
Task 3: Develop Fee Model
This task involves the development of a fee model to calculate proposed agency or
department fees based on data and information gathered in previous tasks. The model
will be formatted to include appropriate costs and to ensure that agency policies are met
through the imposition of the proposed fees. Key model inputs will include staff and
material costs per unit, relevant budget data and appropriate overhead figures.
Task 4: Calculate Proposed Fee Schedules
For this task, Contractor will calculate the proposed fee schedules for discussion with
agency staff. Based on the data collected and the fee model developed in previous tasks,
Contractor will calculate each proposed department fee schedule. Each schedule
provides for cost recovery up to the amount allowed by law and requested as a matter of
agency policy. If deemed appropriate by the agency, Contractor will compare the
proposed fee schedule with comparable agencies using the fee matrix proposed in the
prior task. Contractor will conduct one (1) working meeting with agency staff to review
progress.
Task 5: Prepare User Fee Documentation
This task is the culmination of the entire project. It is the most important task in that it
provides the required fee documentation that meets the standards mandated by state law
and determined by the Attorney General of the State of California. Contractor will prepare
a first draft of a report that summarizes our findings and recommendations. Contractor
will submit a draft report to the City for review. Based on staff comments and appropriate
review by legal counsel, Contractor will prepare a final draft of their report for
presentation to the City Council. Contractor agrees to present the study results to the City
Council at a regularly scheduled meeting.
Task 1: Kickoff Meeting
The objective of this task is to gain an understanding of the desired results and determine
the City's expectations for the project. For this task, Contractor will schedule a kickoff
meeting with City staff to determine goals and objectives for the cost allocation study,
City of Palm Springs organizational structure, its policies and procedures, and discuss
timing issues. Contractor and City understand that the plan will only be developed for the
following departments: Building and Safety, Planning, Engineering and
Community/Economic Development.
Task 2: Collect and Review Data and Documents
For this task, Contractor will gather relevant cost and budget data. These items include,
but are not limited to, operating and enterprise budgets, organizational charts, salary
listing, benefit information, and direct billing schedules. Contractor will review all relevant
cost data, budget documentation and other related documentation to further enhance our
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 13
July 7,2004
understanding of the issues and work processes and begin to identify relevant allocation
bases.
Task 3: Conduct Department Interviews
Contractor will conduct interviews and/or survey staff to gain an understanding of the
process of each department's services. Contractor will meet with representatives from
central services departments to determine functions and processes within each
department. Contractor will determine the activities and tasks each staff member
performs on a daily basis. Through these interviews and results from previous tasks, we
will identify direct charge out employees and identify the bases for each function.
Contractor will determine the reasonable relationships between each staff member and
functions, and the allocation bases. Contractor will use the direct billing schedules to
identify areas where employees are directly charged out to other departments so that we
avoid "double dipping" in the allocation process.
Task 4: Process Data and Prepare Draft Cost Plan
Contractorwill take the data gathered from previous tasks and results from our interviews to
develop a draft cost plan that will allocate central services costs to the appropriate City
operations. Contractor will run a series of logic checks and cross checks.
Task 5: Review Results with Selected Staff and Prepare Revised Cost Plan
Contractor will conduct a meeting with appropriate City staff to review the results of the
preliminary cost plan. Contractorwill collect and document comments and concerns. Should
any revisions result from the meeting, Contractor will incorporate them in the final cost plan.
Task 6: Prepare Final Cost Plan
Contractorwill prepare and deliver to the City the final cost plan (eight bound copies and one
unbound copy), incorporating any revisions.
Task 7: Prepare OMB A-87 Certification Statement
If relevant, Contractor will include a Certification Statement with the plan verifying that OMB
Circular A-87 has been followed and that consistent methods have been used. This
statement will also confirm that costs charged as direct costs of federally supported
programs have not also been treated as indirect costs. If necessary, Contractorwill negotiate
your plan with a federal cognizant agency or the State.
Task 8: Prepare Comprehensive Overhead Rates
Based on the final figures from the cost plan Contractor will construct a schedule of
comprehensive overhead rates to ensure that the City is accurately accounting for the true
cost of providing services.
Task 9: Present Plans to City Staff
If requested by City staff, we will present our allocation approach and findings to City
Council.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 14
July 7, 2004
CONTRACTORS QUALIFICATIONS
MuniFinancial is one of the largest public-sector financial consulting firms in the United
States with corporate headquarters in California and regional offices throughout the
country. Since 1987 we have helped over 600 public agencies and nonprofit
organizations successfully address a broad range of financial challenges. MuniFinancial
assists local agencies with arbitrage rebate, investment consulting, municipal disclosure,
and special district administration. The firm currently has a staff of 70 dedicated
professionals with the range of expertise necessary to provide high-quality service to all
our clients.
Key Staff Assigned
Contractor proposes to assign the following key staff in the performance of this project:
Mr. Jewett is a Principal Consultant in the Financial Consulting Services group at
MuniFinancial, and works from the firm's Temecula office. His background is in public
administration for state and local government. He specializes in fiscal analysis and financial
services to local agencies. He is our lead consultant for cost of service fee studies, utility rate
analyses and Proposition 218 re-engineering projects. Mr. Jewett will serve as technical
advisor to the team.
Selected Project Experience
• Cost of Service Analysis, City of San Marcos, CA: Mr. Jewett was the project manager
for the review, analysis and subsequent update of the City's Non-development Services
department fees. As part of this project, Mr. Jewett examined actual labor and material
costs associated with providing a unit of service to a single user. Mr. Jewett developed
cost layers for each service unit including direct labor hours, agency-wide indirect central
services and department overhead. The resulting fee schedule allows the City to recover
up to 100 percent of the costs reasonably associated with fee service provision.
Mr. Jewett also gathered fee schedules from similar agencies to compare San Marcos'
proposed fees with other jurisdictions. The comparative fee matrix allowed City Council
and Staff to benchmark their updated fee schedule and impose fees accordingly.
• Cost of Service Analysis, County of Marlin, CA: Mr. Jewett was the project manager for
this project. MuniFinancial was engaged by the County of Marin to develop new user fee
schedules for the County Planning and Environmental Health Services Divisions.
MuniFinancial was responsible for reviewing and updating the County user fees,
recommending new service fee areas, and providing legally defensible documentation
regarding the construction and implementation of the new fees.
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 15
July 7, 2004
• Cost of Service Fee Study, City of Surprise, AZ: Mr. Jewett was the project manager
for this project. MuniFinancial was engaged by the City of Surprise, Arizona to conduct a
two-phase cost of service study for the City. Phase one of the study required an in-depth
organizational study of the City's Community Development Department. Because the City
is experiencing phenomenal growth, City staff is finding it increasingly difficult to provide
high-quality customer service given limited staffing and the application of dysfunctional
work processes. MuniFinancial staff assisted the City in its efforts to develop a
coordinated and consolidated workflow procedure to become more efficient and lessen
the likelihood of employee "burnout."
Phase two of the study requires that MuniFinancial conduct a comprehensive user fee
study for the Community Development Department. The purposes of the study are to
develop a fee schedule that sets fees appropriate to the cost of providing City services
and to provide legally defensible documentation.
Prior to joining MuniFinancial, Mr. Jewett gained over five years of experience working for
state and local government, including staff positions within the City and County of San
Francisco and the County of San Diego and an internship position with the City of Poway,
California. He consulted on land use planning issues for communities within the State of
Delaware, and was a consultant to the Governor's Cabinet Committee on State Planning.
Education
Master of Public Administration, University of Delaware
Bachelor of Arts, University of California, Santa Barbara
o • ��� .. er ..a.,f:'�"'"K �s�,.���y , rcerv*sai �nx. �5
Mr. Quaid is a Senior Project Manager in MuniFinancial's Financial Consulting Services
Group. He has served for the last three years performing quality control reviews for
MuniFinancial's District Administration Services division. As a certified public account,
Mr. Quaid brings an extensive analytical and cost/benefit perspective to the area of user
fee analysis. Mr. Quaid will serve as Project Manager and will be your day-to-day
contact.
With more than 14 years of experience in the public finance industry, Mr. Quaid was
associated with the financing team of MuniFinancial's parent company, Willdan, for 7
years as a special district consultant. His experience with Willdan included cost
accounting and analysis for the City of Orange and the City of Los Angeles.
Prior to joining MuniFinancial, Mr. Quaid spent 15 years in private industry in the fields of
real estate accounting and finance. His experience includes organizational budget
preparation and reviews, financial statement analysis, asset administration, computer
conversions, and reporting to the Securities and Exchange Commission for several public
real estate partnerships. Mr. Quaid became a licensed California CPA in 1979.
Education
Bachelor of Sciences, Accounting, University of Southern California
Professional Affiliations
California Society of CPAs
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 16
July 7, 2004
Ms. York is an Analyst II in the Financial Consulting Services Group at MuniFinancial. Her
responsibilities are wide-ranging and include support of project managers, fiscal analysis
via fee studies and coordinating and conducting activities involved with the assessment
balloting process. Client interaction also falls under her purview. Ms. York will provide
analytical support for these studies.
Ms. York is also responsible for supporting district.formation and assessment re-
engineering projects. Her duties include identifying and verifying parcels within district
boundaries; researching land use; researching missing data; creating parcel databases
and voting tally databases; preparing ballots, notices and envelopes; coordinating printing
and mailing; and attending public hearings and tabulating ballots. Ms. York also provides
analytical support to User Fee Studies.
Ms. York most recently was a member of MuniFinancial's District Administration Services
Group, where her responsibilities included the administration and delinquency
management of Mello Roos Community Facilities Districts, Assessment Districts,
Landscaping and Lighting Districts, Business Improvement Districts and other special
districts.
Ms. York has over nine years of experience in the accounting sector. Her expertise
includes cost reduction management, budgeting, manpower utilization, general ledger,
billings, accounts receivable, accounts payable, and job cost reporting. Prior to joining
MuniFinancial, Ms. York worked as a Systems and Technical Consultant where she
designed and implemented new accounting systems created training manuals and
prepared troubleshooting materials for several companies.
Education
Master of Business Administration, Averett University
Bachelor of Science, Business Administration, University of Mary Washington
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 17
July 7,2004
EXHIBIT "B"
SPECIAL REQUIREMENTS
1. Section 5.1(a) is hereby modified to read as follows:
(a) Commercial General Liability Insurance. A policy of commercial
general liability insurance written on a per occurrence basis with a combined single
limit of at least $1,000,000 bodily injury and property damage including coverages for
contractual liability, personal injury, independent contractors, broad form property
damage, products and completed operations. If such insurance includes an aggregate
limit, such limit shall be at least two times the per occurrence limit. The Commercial
General Liability Policy shall name the City of Palm Springs as additional insured in
accordance with standard ISO additional insured endorsement form CG2010(1185)or
equivalent language.
2. Except as expressly provided herein, all other terms and conditions of the
Agreement shall remain in full force and effect
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 18
July 7,2004
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Contractor agrees to perform all services described herein for a fixed not-to-exceed price
of $24,000. This price includes all direct expenses required to complete the project
Contractor agrees to work with City until its services culminate in a User Fee Study and Cost
Allocation Plan as described in Exhibit "A". Contractor shall submit invoices to the City as
work is completed. City shall pay Contractor pursuant to Section 2.2 of this Agreement. In
no event shall Contractor's invoice amount exceed the maximum percentage allocation by
task as set forth below:
Cost of Service Fee Study Cost Allocation Plan
Task 1 5% Task 1 5%
Task 2 15% Task 2 15%
Task 3 15% Task 3 5%
Task 4 5% Task 4 10%
Task 5 10% Tasks 5-7 10%
Tasks 8-9 5%
.�3°.° ® � � A a `S A'" i`>- x � �:, _ , .,,k,�;y,.. tea - �«•:,�-,.�
It is understood that if City requires services outside of the agreed upon scope of
services, Contractor will invoice City at an hourly rate as set forth in Contractor's
Schedule of Rates. Invoicing will occur on a monthly basis, as work is completed.
2004 Schedule of Rates
Ezmaff
Division Manager (Brian Jewett) $180
Principal Consultant 145
Senior Project Manager(Bob Quaid) 130
Project Manager 105
Senior Analyst/Analyst II (Jennifer York) 85
Analyst 75
Analyst Assistant 65
Property Owner Services Rep 50
Support Staff 45
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 19
July 7, 2004
r
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
Time is of the essence of this agreement. CONTRACTOR shall perform all services
hereunder as expeditiously as is consistent with professional skill and care, as well as the
orderly progress of the Project work so as not to be the cause, in whole or in part, of
delays in the completion of the Project or in the achievement of any Project milestones,
as provided herein. Specifically, CONTRACTOR shall perform its Services so as to allow
for the full and adequate completion of the Project within One Hundred and Twenty (120)
days of receipt of a notice to proceed. If at any time it appears that the project cannot be
completed by the date specified, CONTRACTOR shall notify CITY of that fact and
provide an estimate of the time when the project will be completed. If CONTRACTOR
has been the sole source of delay, and if completion of the project would be expedited by
use of other or additional consulting services, CITY may use the retained amounts for the
purpose and shall be relieved of paying such retention to CONTRACTOR. If the
CONTRACTOR's work is not satisfactory, CITY has the right to take appropriate action,
including but not limited to: (1) meeting with the CONTRACTOR to review the quality of
the work and resolve matters of concern; (2) requiring the CONTRACTOR to perform the
work at no additional fee until it is satisfactory; (3) suspending the delivery of further work
to the CONTRACTOR for an indefinite time; (4) withholding payment; or (5) terminating
the Agreement as set forth in Section 7.8.
Task Responsible Party Beginning Date End Date
Authorization to Proceed City of Palm Springs 7/21/04 7/21/04
Task 1: Kickoff Meeting MuniFinancial/City 8/6/04 8/6/04
Task 2: Collect and Review Data and MuniFinancial 8/6/04 8/6/04
Documents
Task 3: Conduct Departmental Interviews MuniFinancial/City 8/6/04 8/6/04
Task 4: Process Data/Prepare Draft Cost MuniFinancial 8/30/04 9/7/04
Plan
Task 5:Review Results with Selected
Staff and City Council and Incorporate MuniFinancial/City 9/07/04 9/10/04
Revisions
Task 6:Prepare Final Cost Plan MuniFinancial 9/15/04 9/22/04
Task 7:Prepare OMB A-87 Certification MuniFinancial 9/20/04 9/24/04
Statement
Task 8: Prepare Comprehensive MuniFinancial 9/20/04 9/24/04
Overhead Rates
Task 9: Present Plans to City MimiFinancial 9/28/04 10/04/04
Agreement with MuniFinancial
User Fee Study/Cost Allocation Plan 20
July 7,2004