Loading...
HomeMy WebLinkAboutR-95-0051J-95-23 12/30/94 RESOLUTION NO, 9 5 " 51 A RESOLUTION, WITH ATTACHMENT, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP), IN SUBSTANTIALLY THE ATTACHED FORM, TO SOLICIT A PROFESSIONAL SERVICES FIRM FOR THE PREPARATION OF CENTRAL SERVICES COST ALLOCATION PLANS ON A CONTRACT BASIS FOR A PERIOD OF THREE (3) YEARS WITH THE OPTION TO RENEW SAID CONTRACT FOR AN ADDITIONAL TWO (2) YEAR PERIOD; FURTHER ESTABLISHING AND APPOINTING MEMBERS TO A SELECTION COMMITTEE TO REVIEW AND EVALUATE SAID PROPOSALS. WHEREAS, federal regulations allow the charge of central services cost allocation to federal grants; and WHEREAS, an annual central services cost allocation plan needs to be prepared for such purpose; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The City Manager is hereby authorized to issue a Request for Proposals, in substantially the attached sATT: ` CITY COMMMSSSION MEETING OF JAN 1 2 1995 Resolution No. 95— 51 ; form, to solicit a professional services firm for the preparation of central services cost allocations plans on a contract basis for a period of three (3) years with the option to renew said contract for an additional two (2) year period. Section 3. */A five member selection committee is hereby established and the following members are hereby appointed to review and evaluate said proposals. APPOINTEE [appointment pending] [appointment pending] [appointment pending] [appointment pending] _[appointment pending] NOMINATED BY Stephen P. Clark, Mayor J.L. Plummer, Jr. Vioe-Mayor Miller J. Dawkins Commissioner victor De Yurre Commissioner Wifredo Gort Commissioner Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 12th ATTEST: MATTY HIRAI CITY CLERK day of January 1995. k"'a' Q a-L- S PHEN P. CLA K, MAYOR *Note: Appointments deferred to February meeting. 95- 51 -2- PREPARED AND APPROVED BY: DEPUTY CITY AT30KNEY APPROVED AS TO FORM AND CORRECTNESS: A( QUZRW "JO ;' II ROD:esk:M4862 95- 51 -3- REQUEST FOR PROPOSAL FOR THE PREPARATION OF CENTRAL SERVICES COST ALLOCATION PLAN RFP No. ISSUING DEPARTMENT: FINANCE DEPARTMENT CONTACT PERSON: PHILLIP E. LUNEY TELEPHONE No.: 579-6355 SUBMISSIONS ARE DUE AT THE ADDRESS SHOWN BELOW NO LATER THAN CITY OF MIAMI CITY CLERK'S OFFICE MIAMI CITY HALL 3500 PAN AMERICAN DRIVE MIAMI, FLORIDA 33133 95- 51 SECTION I - REQUEST FOR PROPOSAL OVERVIEW AND PROCEDURES A. INTRODUCTION/BACKGROUND The City of Miami is soliciting proposals and qualifications from professional services firms for the preparation of annual central services cost allocation plans in accordance with federal regulations for a three (3) year period with one two-year renewal option. B. RFP TIMETABLE The anticipated schedule for the RFP and contract approval is as follows: RFP available for distribution Deadline for receipt of questions Deadline for receipt of proposals Evaluation/Selection process Projected contract start date C. RFP AVAILABILITY Copies of the RFP are available by contacting the City of Miami General Services Administration (GSA) -Procurement Management Division at the following address: City of Miami General Services Administration Procurement Division 1390 N.W. 20 Street Miami, Florida 33142 95- 51 D. PROPOSAL SUBMISSION An unbound original and nine (9) copies (a total of ten (10)) of the complete proposal must be received by Proposals will be opened by the City Clerk at 2:00 p.m. the same day. The original, all copies and the separate contract commission envelope, must be submitted in a sealed envelope or container stating on the outside the proposer's name, address, telephone number, due date, the RFP title, Procurement Management Division RFP Control number, and Proposal Due Date to: City of Miami City Clerk's Office 3500 Pan American Drive Miami, Florida 33133 The proposal must be signed by an officer of the company who is legally authorized to enter into a contractual relationship in the name of the proposer, and proposer(s) must affix their firm's corporate seal to the proposal. In the absence of a corporate seal, the proposals must be notarized by a Notary Public. The submittal of a proposal by a proposer will be considered by the City as constituting an offer by the proposer to perform the required services at the stated fees. E. CONTACT PERSON The contact person for this RFP is Phillip Luney, Assistant Director of Finance, telephone (305) 579-6355. Explanations desired by proposer(s) regarding the meaning or interpretation of this RFP must be requested from the contact person. Proposers are advised that from the date of release of this RFP until award of the contract, NO contact with City personnel related to this RFP is permitted, except as authorized by the contact person. Any such unauthorized contact shall not be used as a basis for responding to this RFP and also may result in the disqualification of the proposer's submittal. F. ADDITIONAL INFORMATION/ADDENDA Requests for additional information or clarification must be made in writing no later than the date specified in the RFP Timetable. The request must contain the proposer's name, address, phone number, and facsimile number. Electronic facsimile will be accepted at (305) 372-4656. Facsimiles must have a cover sheet which includes, at a minimum, the proposer's name, address, RFP number, RFP title, number of pages transmitted, phone number, and facsimile number. 95` 51 The City will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the Proposal Due Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFP or in any addendum to this RFP. Where there appears to be a conflict between the RFP and any addenda issued the last addendum issued will prevail. It is the proposer(s responsibility to assure receipt of all addenda. The proposer should verify with the designated contact person prior to submitting a proposal that all addenda have been received. Proposers are required to acknowledge the number of addenda received as part of their proposals. G. RFP POSTPONEMENT/CANCELLATION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all proposals; re -advertise this RFP; postpone or cancel, at any time, this RFP process or waive any irregularities in this RFP or in the proposals received as a result of this RFP. Also the determination of the criteria and process whereby proposals are evaluated, the decision as to who shall receive a contract award, or whether or not an award shall ever be made as a result of this RFP, shall be at the sole and absolute discretion of the City which shall be fairly exercised. Furthermore, no damages shall be recoverable by any challenger as a result of these determinations or decisions by the City; provided, however, that in the event a court of competent jurisdiction finally determines that the actions of the City are arbitrary and capricious or void, then said challenger may recover only actual, necessary and reasonable costs. Any attorney's fees or costs associated with recovery of preparation costs, including costs of litigation against the City shall not be recoverable by the challenger. H. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith shall be borne by the proposer(s). No payment will be made for any responses received, nor for any other effort required of or made by the proposer(s) prior to commencement of work as defined by a contract approved by the City of Miami Commission. 95-- I. PROPRIETARY/CONFIDENTIAL INFORMATION Proposers are hereby notified that all information submitted as part of or in support of proposals, will be available for public inspection in compliance with Chapter 286, Florida Statutes, commonly known as the "Government in the Sunshine Law". J. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the proposer's best terms from a cost or price and technical standpoint. The City reserves the right to enter into contract negotiations with the selected proposer. If the City and the selected proposer cannot negotiate a successful contract the City may terminate said negotiations and begin negotiations with the next selected proposer. This process will continue until a contract has been executed or all proposers have been rejected. No proposer shall have any rights against the City arising from such negotiations. K. RIGHT TO PROTEST Participants in this contract recommendations for contract procedures contained in City of L. MINORITY PROCUREMENT PROGRAM solicitation may protest any award in accordance with the Miami Ordinance 11072. Ordinance No. 10062, as amended, entitled the Minority and Women Business Affairs and Proguremgnt Ordinance of the City -of Miami. Florida sets forth "...a goal of awarding at least 51 percent of the City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women minority business enterprises on an equal basis". A minority business enterprise is defined as a business firm" ... in which at least 51 percent of said enterprise is owned by Blacks, Hispanics, or Women whose management and daily business operations are controlled by one or mare Blacks, Hispanics or Women. To achieve the goal established by Ordinance No. 10062, as amended, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All vendors doing business with the City are encouraged to include the participation of minority firms in their request for proposals. In evaluating request for proposals for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all request for proposals. 95- 51 Possible ways to include minority participation would involve: 1. Joint venture with a minority 2. Utilizing minority firm(s) as 3. Utilizing minority firm(s) to 4. Successful implementation of program. 5. Other forms of minority documented. firms(s) subcontractor(s). supply goods and/or services. well defined affirmative action participation, if properly Included in this package is a copy of Ordinance No. 10062, as amended. Additionally, a MINORITY STATUS INFORMATION SHEET has been provided to assist proposers in presenting information concerning minority participation. Minority business firms are encouraged, but not required, to register with the City prior to submitting proposals. The Procurement Office will provide the necessary forms and instructions upon request. ALL VENDORS (OR PROPOSERS) ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS OR SERVICES THAT THEY ARE ABLE TO SUPPLY, REGARDLESS OF MINORITY CLASSIFICATION. However, compliance with all requests for information regarding Minority Status or Participation is required. Proposers cooperation is greatly needed to aid the City in achieving its goal. Each Proposerd/'must also submi Affirmative Action Plan (AAP) participants, joint venture suppliers or other parties to the to submit such plans. M. LOCAL VENDOR PREFERENCE t along with the proposal an Any significant equity participants, subcontractors, proposal shall also be required The City of Miami has a local preference provision for the purpose of providing preference in the award of contracts to local vendors whose primary office is located within the City limits. (See enclosed copy of Ordinance 11087). N. RULES; REGULATIONS; LICENSING REQUIREMENTS The proposer shall comply with all laws, ordinances and regulations applicable to the services contemplated herein, especially those applicable to conflict of interest and collusion. Proposers are presumed to be familiar with all Federal, State and local laws, ordinances, codes and regulations that may in any way affF:ct the services, especially Executive Order No. 11246 entitled "Equal Employment Opportunity" and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60). 95- 51 SECTION II - PROPOSAL FORMAT Instructions to proposers: Proposals must contain each of the below enumerated documents, each fully completed, signed and notarized as required. Proposals submitted which do not include the following items may be deemed non -responsive and may not be considered for contract award. A. CONTENTS OF PROPOSAL 1. Proposal Page This page shall include the following information: Name of Organization Business address Business telephone Contact person The Proposal Page must be signed by a representative of the proposer who is legally authorized to enter into contractual relationships on behalf of the proposer. This document must have affixed the proposer's corporate seal; or it must be notarized by a Notary Public. 2. Table_of_Contents The table of contents should outline in sequential order the major areas of the proposal, and that all pages of the proposal, including the enclosures, be clearly all consecutively numbered and correspond to the table of contents. 3. Proposal The proposal is comprised of the following: a. Qualifications - Proposers must provide documentation which demonstrates their ability to satisfy all of the minimum qualification requirements outlined below (Section II, Paragraph B, Qualifications). Proposers who do not meet -the minimum qualification requirements or who fail to provide supporting documentation will not be considered for award. If a prescribed format, or required documentation for the response to minimum qualification requirements is stated below, proposers must use said format and supply said documentation. 95- 51 b. Scope of Services_ The Scope; of Services is a narrative which addresses the scope of work, the proposed approach to the work, the schedule of work compensation, and any other information called for by this RFP which the proposer deems relevant. These requirements are described below (Section III, Scope of Services). B. QUALIFICATIONS Minimum qualification requirements must include all requirements and documentation described below. Proposers should follow the format of this section` closely when preparing the proposal. Proposals must include responses to the following items in order that consideration be given: 1. Provide a narrative describing the organization, including history, structure, management and other applicable information. 2. Describe the proposer's knowledge of federal regulations as they relate to central services cost allocation plans. 3. Provide evidence as to the proposer's experience in the preparation of central services cost allocation plans for the last three (3) years. 4. Provide at least five (5) references for whom your organization has prepared central services cost allocation plans. 5. Describe your organization's EDP approach to this type of engagement. C. PROPOSAL SUBMISSION REQUIREMENTS All proposals must be submitted on 8-1/2" x 11 paper, typed, double-spaced and normal margins. Proposers shall include their complete return address on the outer envelope wrapper enclosing any materials submitted in response to this RFP. Such outer envelop or wrapper should be addressed as follows: 95- 51 Proposer Address Phone No. City of Miami City Clerk Miami City Hall 3500 Pan American Dr. Miami, Florida 33133 Title of RFP RFP Control No. Nand -carried proposals may be delivered to the _above address ONLY between the hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays observed by the City. Proposers are responsible for informing any commercial delivery service, if used, of all delivery requirements and for ensuring that the required address information appears on the outer wrapper or envelope used by such service. 95- 51 SECTION III - SCOPE OF SERVICES A. SERVICES Proposer is expected to provide the following professional services as requirements under the agreement with the City of Miami: 1. Review current federally funded City programs and evaluate the contribution of central services for their support. 2. Review current enterprise operations and evaluate the contributions of central services to their support. 3. Review City central service expenses that can be allocated to an indirect cost pool. 4. Based on the reviews mentioned above, prepare a Central Services Cost Allocation Plan that meets current federal guidelines. 5. Proposer shall negotiate and have accepted by the cognizant federal agency the Central Services Cost Allocation Plan. Negotiations shall be substantiated with comprehensive work papers, which shall become the property of the City. G. Provide instruction sessions with personnel to ensure the perpetuation of the plan and to enable to annually update the indirect cost rate proposals in the most efficient manner. 7. Monitor recoveries to ensure all allowable recoveries are realized. B. COMPENSATION The proposer shall state the maximum compensation for the services to be provided under paragraph A of this section, inclusive of out-of-pocket expenses, for the period covered under the agreement beginning with the fiscal year ended September 30, 1994. 95- 51 SECTION IV - REVIEW OF PROPOSALS Each proposal will b­� reviewed to determine if the proposal is responsive to the submission requirements outlined in the RFP. A responsive proposal is one which follows the requirements of the RFP, includes all required documentation, is submitted in the format outlined in the RFP, is of timely submission, and has the appropriate signatures as required. Failure to comply with these requirements may deem your proposal non -responsive. 95- 51 SECTION V - EVALUATION/SELECTION PROCESS Following the opening of the proposal packages, they will be evaluated by a Selection Committee appointed by the City Commission and comprised of individuals, with the appropriate experience and/or knowledge, striving to ensure that the committee is balanced with regard to both ethnicity and gender. The Selection Committee will evaluate and rate all responsive proposals and their respective weights as follows: A. Scope of Services/Compensation (50%) This includes the services and compensation covered in Section III of this RFP. B. Qualifications (30%) This includes the requirements described in Section II, Paragraph B of this RFP. C. Minority Procurement Program/Local Preference (20%) This includes the programs described in Section I, Paragraphs L and M of this RFP. 95-- 51 SECTION VI - GENERAL PROVISIONS A. CONTRACT AWARD The award(s), if any, shall be made to the proposer whose proposal shall be deemed by the City of Miami Commission to be in the best interest of the City. The City of Miami Commission's decision of whether to make the award(s) and which proposal is in the best interest of the City shall be final. B. CONTRACT PERIOD The term of the contract to be awarded is anticipated to be for a three (3) year period with one two-year renewal. The contract shall commence upon the City of Miami Commission's approval and will be effective for the fiscal year 1993-94 plan. C. ARREARS No proposal will be accepted from, nor will any contract be awarded to any person or firm that is in arrears to the City upon any debt or contract; that owes any City taxes; or which is a defaulter, as surety or otherwise, under any obligation to the City, or that has failed to perform faithfully any previous contract with the City. D. PROPOSALS In no event will the City permit proposer(s) to submit or have an interest in more than one proposal, or to modify their proposal after it has been submitted, except upon the request of the City, and after all proposals have been evaluated and ranked as originally submitted. E . EQUAL OPPORTUNITY EMPLOYMENT (�1 Proposers agree that there will b no discriminati n as to race, sex, religion, color, age, creed G-r-national origin in regard to obligations, work, and services �erformed under the terms of any contract ensuing from this RFP. Proposers must agree to comply with Executive Order No. 11246 entitled "Equal Employment Opportunity" and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulation (41CFR, Part 60) . 95- 51 F. INDEMNIFICATION The successful proposer shall indemnify and save the City harmless from any and all claims, liability, losses and causes of action that may arise out of the fulfillment of the contract. The proposer shall pay all claims and losses of any nature whatever in connection therewith and shall defend all suits, in the name of the City when applicable, and shall pay all costs and judgments that may issue thereon. G. INSURANCE Proposer shall not commence any work until all the required types of insurance have been furnished to the City and such insurance has been approved by the City. All insurance policies shall be with qualified insurers and doing business in the State of Florida and shall have an "A" rating. The City shall be furnished proof of coverage of insurance by Certificates of Insurance. H. PROPOSER LIABILITY AND OBLIGATION Compliance with the foregoing requirements shall not relieve the proposer of his liability and obligation under this subsection or under any other subsection of this Agreement. Execution of a contract is contingent upon receipt of the insurance documents within fifteen (15) calendar days after the City of Miami Commission's approval. If the insurance certificate is received within the specified period, but not in the manner prescribed in this Request for Proposal, the proposer shall be verbally notified of the deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. I. CERTIFICATE CONTINUITY The proposer shall be responsible for assuring that the insurance certificates required in conjunction with this subsection remain in force for the duration of the contractual period, including any and all option years, if applicable. If insurance certificates are scheduled to expire during the contractual period, the proposer shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of thirty (30) calendar days before such expiration. 95- 51 In the event that expired certificates are not replaced with new or renewed certificates that cover the contractual period, the City shall suspend the contract until the new or renewed certificates are received by the City in the manner prescribed in the Request for Proposals; provided, however, that this suspended period does not exceed thirty (30) calendar days. If such suspension exceeds thirty (30) calendar days, the City may, at its sole discretion, terminate the contract for cause. 95- 51 SECTION VII - SPECIAL TERMS AND CONDITIONS A. CONFLICT OF INTEREST The successful proposer shall not be an employee of the City of Miami. B. AUDIT AND INSPECTION OF RECORDS The successful proposer agrees that the City, or their duly authorized representatives shall, for the purposes of audit and examination, be permitted to inspect all work, materials, payrolls, and other data and records with regard to this contract, and to audit the books, records and accounts with regard to this contract. Further, the successful proposer agrees to maintain all required records for at least five (5) years after the termination of the contract. C. ASSIGNMENT The successful proposer shall not enter into subcontracts, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of the ensuing contract, or any or all of its rights, title or interest herein, or its power to execute such contract to any person, company or corporation or transfer more than fifty percent of its ownership to a third party without prior written consent of the City. D. TERMINATION FOR CONVENIENCE The City may at any time, at its sole discretion, without cause, terminate this contract for its convenience by written notice to the successful proposer. The City will calculate the outstanding payments due the City. The City will notify the successful proposer of the amount owed to the City, which must immediately be remitted to the City. E. TERMINATION FOR CAUSE_ � J rMwAl tvin default under the contract if - commit/ja breachof the contract deemed material by the City. Where such a deult occurs e City may terminate the contract and suspend theo�r►tra- o-r for period of one year. The City may also require the c-ontT­a­c't-6rA to reimburse the City for the reprocurement cost incurred by the City as a result of reawarding or completing the contract. The City may at its sole discretion waive a default by the -r-apt-o-r, but no such waiver, and no failure by the City to take action shall be deemed a waiver of any subsequent default. 95- 51 F. PERSONNEL In submitting proposals, proposers are representing that personnel described in their proposal shall be available to perform the services described, barring illness, accident or other unforeseeable events of a similar nature in which case the proposers must be able to provide a qualified replacement. Any and all personnel replaced after the date of proposal submission will require the prior written approval of the City. Furthermore, all personnel shall be considered to be, at all times, the sole employees of proposer(s) under its sole direction, and not employees or agents of the City. 95- 51 SECTION VIII - APPENDICES CITY OF MIAMI, FLORIDA �� INTER OFFICE MEMORANDUM To ' Honorable Mayor and Members of the City Commission FROM Cesa c io City r. Recommendation. DATE : DEC 2 2 1994 FILE SUBJECT Agenda Item for City Commission Meeting REFERENCES: ENCLOSURES. It is respectfully recommended that the attached resolution be approved authorizing the City Manager to issue the attached request for proposals (RFP) to solicit, evaluate and select a firm for the preparation of central services cost allocation plans, and appointing a selection committee. $ackgroP_amd_; Federal guidelines require that a new central services cost allocation plan be prepared each year to support charges to federal grants, allocating administrative costs through an indirect cost. plan. Such plans would allow the City to recover in excess of $600,000 annually. The Finance Department recommends having the attached request for proposals approved to solicit, evaluate and select a firm for the preparation of central services cost allocation plans for a period of three (3) years;ith one two-year renewal option, and appointing a selection committee. 95- 51 yZ-t