HomeMy WebLinkAboutR-95-0565b .
J-95-499
5/23/95
RESOLUTION NO.9 5 r 565
A RESOLUTION ACCEPTING THE RECOMMENDATION OF
THE CITY OF MIAMI'S CENTRAL SERVICE COST
ALLOCATION SELECTION COMMITTEE'S RANKING OF
THE TOP FIRMS TO PREPARE ANNUAL CENTRAL
SERVICE COST ALLOCATION PLANS, AND
AUTHORIZING THE CITY MANAGER TO NEGOTIATE A
CONTRACT WITH DAVID M. GRIFFITH & ASSOCIATES,
LTD., THE HIGHEST RANKED FIRM, IN CONJUNCTION
WITH GRAU & COMPANY, P.A., FOR AN INITIAL
THREE-YEAR PERIOD, WITH TWO ONE-YEAR
RENEWALS, AT THE CITY'S OPTION, AT A TOTAL
PROPOSED ANNUAL COST OF $15,407; ALLOCATING
FUNDS THEREFOR FROM THE GENERAL FUND, ACCOUNT
CODE NO. 921002-270.
WHEREAS, The City of Miami's Central Service Cost Allocation
Selection Committee (The Committee) has been empowered by
Resolution No. 95-51, adopted January 12, 1995, to seek responses
from qualified cost allocation firms to produce annual cost
allocation plans regarding the City's federal grant program; and
WHEREAS, The Committee, through the City Administration,
-
distributed Request for Proposals 94-95-081 for this service; and
WHEREAS, three cost allocation firms responded to said RFP;
and
WHEREAS, the Committee reviewed and analyzed the proposal
responses and conducted oral interviews and ranked the
respondents as specified below;
CITY COMMISSION
MEETING OF
J U L 1 3 1995
Resolution No,
95- 565
s
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 recommendation of the City Of Miami's
Central Service Cost Allocation Selection Committee's ranking of
the top firms to prepare annual, central service cost allocation
plans is hereby accepted.
Section 3. The City Manager is hereby authorized -!/to
negotiate a contract, in a form acceptable to the City Attorney,
with David M. Griffith & Associates, Ltd., the highest ranked
firm, in conjunction with Grau & Company, P.A., for an initial
three-year period, with two one-year renewals, at the City's
option, at a total proposed annual cost of $15,407, with funds
therefor hereby allocated from the General Fund, Account Code No.
921002-270.
Section 4. This resolution shall become effective
immediately upon its adoption.
'.The herein authorization is further subject to compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable
City Charter and Code provisions.
- 2 -
95- 565
STEP EN P. CLARJjf, MAYOR
AT ES
WALTER J. FORMM, CITY CLERK
PREPARED AND APPROVED BY:
RAF EL 0. DIA7
DEPUTY CIT TTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CITY OF MIAMI. FLORIDA
"i INTER -OFFICE MEMORANDUM 89
TO Honorable Mayor and Members DATE . MAY 2 5 11095 FiLE
of the City Commission
SUBJECT Awarding a Contract for
Central Cost Allocation
Services
FROM / REFERENCES
Cesa O ENCLOSURES
City er
RECOMMENDATI N:
It is respectfully recommended that the attached resolution be
approved accepting the recommendation of The City of Miami
Central Service Cost Allocation Selection Committee ranking the
firms proposing services for the City of Miami, and authorizing
the City Manager to negotiate a contract with the highest ranked
team. The proposed cost for these services amounts to
5,407.00. to be allocated from Account Code 921002-270
BACKGROUND:
Federal guidelines require that a new central service cost
allocation plan be prepared each year to support charges to
federal grants, allocating administrative costs through an
indirect cost plan. Resolution No. 95-51, adopted January 12,
1995, authorized the Central Service Cost Allocation Selection
Committee (the Committee) to seek responses from qualified
professional firms to perform the preparation of the annual
Central Service Cost Allocation plans and recommend selection of
the most qualified firm to the City Commission based upon the
review and analysis of such responses.
The Central Service Cost Allocation Selection Committee is at
this time composed as follows:
Gabriel Bustamante Mayor Clark
Elena Carpenter
Tyrone L. Coverson
Mirta Guerra -Aguirre
Vice -Mayor
Committee.
Commissioner De Yurre
Commissioner Dawkins
Commissioner Gort
J.L. Plummer did not have an appointee to the
95-- 565
„YA
'Honorable Mayor and Members of the City Commission
Page -2-
As a result of the attached Request for Proposals (RFP No. 94-98-
061) for cost allocation plans (for a three year period with one
twos -year renewal), three (3) proposals were received.
Proposals were reviewed and analyzed, plus the— proposing firms
were interviewed orally to clarify issues and obtain additional
information. The Committee has ranked the proposing firms as
most qualified for the engagement in the following order.
R=k Team
1 David M. Griffith and
Accoicates
(Non Minority),
in conjunction with Grau &
Company
2
3
PMG Peat Marwick LLP
(Non Minority)
Sharpton Brunson, -Brunson &
Company, P.A.
(Minority Black)
The Committee recommends negotiating a contract with the highest
ranked firm David M. Griffith & Associates in conjunction with
Grau & Company,' P.A., for an initial three-yeaperiod, with two
one-r year renewals at the City's option
95-- 565
AWARD OF RFP
RFP N0. 94-95-081
ITS: Central Services
Cost Allocation
DEPARTMENT: Finance
TYPE OF PURCHASE: Contract
,REASON: To furnish cost
allocation
reports used to
charge grants
POTENTIAL BIDDERS:27
RFPS RECEIVED: 4
FUNDS: Account Code No.
9-21002-270
RFP EVALUATION:
RFP
Invitations
M RFP
Mailed
Responses
ALL VENDORS .............. ...........
. 27
3
MINORITY/FEMALE (M/F) VENDORS........,,
15
1
Within City limits ..................
3
1
Registered with City ................
9
1
Black (B) Vendors...... ............
3
1
Located within City limits.........,
1
1
Registered with City ................
"2
1
Female (F) Vendors .....................
5
0
Located within City limits..........
1
0
Registered with City ................
5
0
I Hispanic (H) Vendors.... .............
5
1
Located within City limits..........
1
0
Registered with City ................
4
1
NON MINORITY (NM) VENDORS ..............
12
2
Located within City limits.........
7
1
i
"No Rfps".......... ....................
i
1
1
�L
Reason(s) for NO PROPOSALS are as follows:
1. Price Waterhouse "Cannot respond due to staffing restraints.
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO DAVID
M. GRIFFITH & ASSOC.., A NON -MINORITY NON -LOCAL
VENDOR FOR A TOTAL PROPOSED OUNT OF
$15,4
C ief Pro c t Officer
i
1
(I Da
I
95- 565
SECURITT LIST
SID ITEXt ANNUAL CENTRAL SERVICES COST ALLOCATION PLANS
_------------w-------------------w--------------------
DID XO.a RFP-94`95 081--------------w_-------_---- -- —
MARCH 20 1995 10.00 a.m.
VATSBID(5) OPENEDs __s---_— _-------w—__---
TOTAL SID 1l�iiD_SorZ
BIDDER DID AMOUNT CASHIER'S CHECK
- -----------
KPMG PEAT MARWICKS LLP
DAVID_M. GRIFFITH AND ASSOC. LT
.
•.VERDEJA & GRAVIER
SHARPTON BRUNSON & COMPANY P.A.
NO BID:
GEM TECHNOLOGY
BDO SELDMAN
__
—w—w---sa._—w
FEEEMAN, DAWSON & ASSOCIATES, P.A.
ram ire--ven'o�s '"�i%c'i-
received timely as of the above
-___---
ere�n are fhe -
o�,onanq_date an
_1_
n'Iy ar -
time. All --
-----_.-_-_
other offers submitted in response
—as_kc#a�------------------
a
I to tliis solicitatia
ri, if any,
------------- -----
------------ --w_L----------------------------------------
--- -----------I-------------
---------------------------------------------------
-- --------------------
------------------
--------------
---------------J--------
------- ----
---------
-------------
----------
---
-----�1
received envelopes n behalf of
(Person receiving bids)
FI14ANCE _ on ( J
—-------
(City Depariffieat)—-----------------------------------
SIGNED: _
( eput y ler—k -- ---
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Matty Hirai DATE February 14, 1995 FILE:
City Clerk
SUBJECT Receipt of Proposal
FROM REFERENCES:
Carlos E. Garcia
Finance Director ENCLOSURES:
Proposals for RFP 94-95-081, Central Cost Allocation Services
have been scheduled to be submitted to your office by 10:00 a.m.
on Monday March 20, 1995. Please inform your staff accordingly.
/mra
-n
7=c'
un
;Ea
co
� 1
LEGAL ADVERTISEMENT
RFP No. 94--95-081
Sealed proposals will be received by the City of Miami City Clerk
at her office located at City Hall, 3500 Pan American Drive,
Miami, Florida not later than 10:00 a.m., Monday. March 20, 1995,
to provide annual central services cost allocation plans, in
accordance with federal regulations.
The contract shall be for a three (J) year period, with one (1)
two-year renewal period, at the City's option.
Proposals submitted after the deadline and/or submitted to any
other location or office shall be deemed non -responsive and will
be rejected.
Ordinance No. 10062, as amended, established a goal of awarding
51% of the City's total dollar volume of all expenditures for all
goods and services to Minority and/or women owned Business
Enterprises, on an equal basis.
Minority and/or women vendors interested in submitting proposals
and who are not registered with the City as such are advised to
contact the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
Section 18-52.1(h) of the City Code, as amended, established a
local preference for vendors whose primary office is located in
the City of Miami.
Detailed specifications for the proposals are available upon
request at the Procurement Management Office.
The City Manager may reject all proposals and readvertise.
(Ad No. 1759)
Cesar H. Odio
City Manager
c?
a
t r �
=. N
Cj
Q�
.ITT
J
�
y
d,
4
LEGAL ADVERTISEMENT
RFP No. 94-95-081
Sealed proposals will be received by the City of Miami City Clerk
at her office located at City Hall, 3500 Pan American Drive,
Miami, Florida not later than 10: 00 a.m., Monday, March 20, 1995,
to provide annual central services cost allocation plans/sole
proprietors as external auditors for the City of Miami as
requiredby the City Charter and Section 11-45 of the Florida
Statutes.
The contract shall be for a three (3) year period, with one (1)
two-year renewal period, at the City's option.
Proposals submitted after the deadline and/or submitted to any
other location or office shall be deemed non -responsive and will
be rejected.
Ordinance No. 10062, as amended, established a goal of awarding
51% of the City's total dollar volume of all expenditures for all
goods and services to Minority aid/or Women owned Business
Enterprises, on an equal basis.
Minority and/or women vendors interested in submitting proposals
and who are not registered with the City as such are advised to
contact the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
Section 18-52.1(h) of the City Code, as amended, states that the
City Commission may offer to a responsible and responsive local
bidder, whose primary office is located in the City of Miami, the
opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed
110 percent of the lowest other responsible and responsive
bidder.
Ordinance #10032 established a "First Source Hiring Agreement
program to stimulate the creation of employment for City of Miami`_
residents. For details of the program's requirements, contact
the Neighborhood Jobs Program at 579-2468.
Detailed specifications for the proposals are Availab,L& up n
request at the Procurement Management Office.
The City Manager may reject all proposals and readOrtise
(Ad No. 17 5 9 )
Cesar H. Odio 00
City Manager
•,'':. d7'01
,f
City of
Miami
c REQUISITION FOR
ADVERTISEMENT
This niJmber. must
appear in the
advertisement
6
INS �i4Cfi PI ase a
I
y [�epa meta .
IDivision:
�rtltrr�Co7�ie`ra;'M�t: f far E"NANGEj
S AC11 co- Code number:
:020.--3'1
4. Is,this'a confirmation:
G]:Yes ®No
5. Prepared by:-
Anne Whattaker
y i
6 Sizei'otI advertisement:
7. Starting date:
8. Telephone number:`
;
Fe)aruar .13 , 19 95
x5174
i
b Number of `timbs, this advertisement is to be
:10. Type of
advertisement:
❑
fie,,,, 1) `
Le al Classified
Di
11. Remarks:.-
1
:VP': No.. 94-94-081 for central
co'st allocation services
MENEM
;
:12.
Publication
Date(s) of
Invoice No. _
Amount
i
Advertisement
i
i
Miami `Review
i
Miami Times
IA4rio las Americas
C
}
^-�
._a
r
-Kti
"7
�rtmept irect r/Designee Date Approved for Payment Date n
C GS/PC 503 Rev. M69 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
DISTRIBUTION: White - G.S.A.; Canary - Department
Your
7641 S.W. 16th Street
I : "
Miami, FL 33155
'ow ■
Fax: (305) 265-9678
Inc.
30 265-4544
,I
DATE
WEIGHT
FROM
TO
� 4
'751L
j dA I 8 l' lU4
r +tom'♦t��e''
�'!�%,�
.
•,s, ,'� to
BILL FLL
JOB NO. 40073
BILL
ORDER BY
PICK-UP
CHARGE
DESCRIPTION/NO. OF PIECES
/
RE.
ENVELOPES
CARTONS
PACKAGES
OTHE[t•�/ (�' �" �'�'
c ARGE
COMPLETE DESCRIPTION
RE.
DELIVER
CONSIGNEE
SIGN
SPECIAL INSTRUCTIONS
VAN
FULL NAME
WEIGHT
CHARGE
ABOVE GOODS RECEIVED IN GOOD CONDITION
PICK UP DRIVER
DELIVERY DRIVER
t 0
0
M. P.M.
�TIMA.
I
E OF DELIVERY
A.M.
P.M.
Vnur Wav G`nuriar
TIME OF P.U.
DID ITE t
����''"�•SSCORITY LIST
INDEPENDENT CERTIFIED PUBLIC ACCOUNTING FIRM
AID NO.s RFP- 94-95-159R
_r....-___---____w_-_____- -------- .-_------------ r
811T8 BID(S) OggNED s _June , 26N1995 10s 00 a.-- _ __ _
TOTAL DID_BOND_IREI.
BIDDER DID ABOUT CASHIE Mi CHECK
AIDA E. BRIELE & ASSOCIATES, P.A.
---- - - --------- - -
---------- ---
WATSON & COMPANY, P.A. C�
FREEMAN DAWSON & ASSOCIATES, P.A.
----------=
---------------------
— -- ---
fr!-. Al?
R, —
�►
a's
received timely as of tho chcv.
o er offers att mitte in xe ;a3z�
aria heraby cLscs_l�t__:
O?.,-,-`Tg civie' ani
t� tF .O"' M L,C.0
-------------------
----------------------------------
I
----------------
---------------------
-----------------
---------------------
----------------
--------------
-------------------------------------------------
--- ---- — — --
-------_---
-------------
------_----
-----____� -� 3-��----
_11�2c2,ctiC�2� __.._received (-3 ) envelopes on behalf of
GEer:oa zsce wing bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION an
—
(City Department)
r
SIGNS : __ _____—_
( puty—City Clerk)
ivpt
LEGAL ADVERTISEMENT RECEIVED
RFP No. 94-�95-159R '�? �JI1''J -� �> •?
� a
Sealed proposals will be received by the City of Miami City Clerk•
at her office located at City Hall, 3500 Pan American Drive,
Miami, Florida not later than 10:00 a.m., Mondays June 26r 19954
to engage independent Certified Public Accounting firms/sole
proprietors as external auditors for the City of Miami as
required by the City Charter and Section 11-45 of the Florida
Statutes.
This solicitation is set -aside for City of Miami M/WBE certified
female sole proprietors/firms. Please see details in the RFP's
specification and special conditions.
The contract shall be for a three (3) year period, with three
optional one-year renewal periods.
Proposals submitted after the deadline and/or submitted to any
other location or office shall be deemed non -responsive and will
be rejected.
Ordinance No. 10062, as amended, established a goal of awarding
51% of the City's total dollar volume of all expenditures for all
goods and services to Minority and/or Women owned Business
Enterprises, on an equal basis.
Minority and/or women vendors interested in submitting proposals
and who are not registered with the City as such are advised to
contact the City Procurement Office, 1390 NW 20th Street, Second
Floor, Telephone 575-5174.
Ordinance #10032 established a "First Source Hiring Agreement
program to stimulate the creation of employment for City of Miami
residents. For details of the program's requirements, contact
the Neighborhood Jobs Program at 579-2468.
Detailed specifications for the proposals are available upon
request at the Procurement Management Office.
The City Manager may reject all proposals and readvertise.
(Ad No 2045)
Cesar H. Odio
City Manager
,31
pity of Miami
20
45
REQUISITION FOR ADVERTISEMENT
This number must
appear in, the
advertisement
lvpp and itiach i bov of le 6 Ment Ith this poulsitl2n.
2U visiom.
inatc e
�T
.'Adc6Uht',1- dder'dumber:
4.'n Is this: a confirmation:.
5. Prepared by:
.-26:02, 81
Ye siNo
Marit za Pages
Size . of advertisement; 'i
Starting date:
S. Talelphone ,nUmber.
6 — 7 5
579-6845
Number'i'bf:1 advertisement drtisbment is to .be
10. Vne of advertisement:
1:1 Classifl Ej
Legal ed,
6is
-w -R5459R EX n e
146. �,_.4ter a I Auditing S rvices
Publication
Date(s) of
Advertisement
Invoice No.
Amount.
i�i kimi• , Review
s
Miami ':Times
Diario Las Americas.
13
Approved.
l)ep6rtrmd6t:'Dlr6ct /Designee Date
Approved for- Payment
Date
White,
;& oCr _Rev; 12/89 Routin Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
IGS� 3
Canary
R% UTION: -While - -Department
DISTRIBUTION:
A
SECURITT LIST
r --------------
DD S'iEZfa INDEPENDENT CERTIFIED PUBLIC ACCOUNTING FIRMS
�_.._..---------------------------------
BID HO.= RFP-94-95-067
--------------
��.---------------------------------
MARCH 20, 1995 11:00 a.m.
BATE BID(S) OPENEIlt
TOTAL �I8 801dD �ms�
BIDDER DID AHOUNT CASHIER'S _CHECK
VERDEJA & GRAVIER------------------ --------------
_____
SONSON, KLINE,-JACOMINO N-----_---�-_---M��-
FREEMAN, . DOWSON & ASSOC_ P .'A.� ---�•-�---
tri'il��-��n'�ors 'iisied
'her n -are "fFie-
nTy-of£a:�� --
received timely as of the above
ouenin d_a_t_e_an,
�_
time. A -
ot er o ers submitted in response
are herehg ralacled as -late"
to this solicitaii
n, if any,
/•nvalopss o behalf of
aputy City Clerk)
ECEIVED
;5 JW 26 A10 ,04
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Matty Hirai DATE January 19, 1995 FILE:
City Clerk
SUBJECT RFP 94-95-067
FROM REFERENCES:
Carlos E. Garcia
Finance Director
ENCLOSURES;
Responses t&':RFPs!9'4',-9-5-067r Request for Proposals for Independent:.;
A u "':Setvices,., are scheduled to be received by your office by
'ditI ng .
,:."11-00 a.m. on March 201 1995-
Staff from this office will pick up such proposals before noon on
that date.
/mm
cc: Phil E. Luney
Anne Whittaker
LEGAL ADVERTISEMENT
RFP No. 94-95-067 ri 2r
Sealed proposals will be received by the City of Miaq}i-CityzQler
at her office located at City Hall, 3500 Pan Am§:rioan Driven
Miami, Florida not later. .than 11:00 'a.m:,, onday,,March 20 x �A995'r
to engage independent. Certified Public Accounting firms%sole
proprietors as external auditors for the City of Miami as
required by the City Charter and Section 11-45 of the Florida
Statutes.
The f.irm(s) shall be engaged to examine the City's financial
statements for a period of five years.
"Proposals submittedafterthe deadline and/or submitted to any.
other location or office shall be deemed non -responsive and will
be rejected.
A pre -proposal conference will be conducted at 9:00 a.m. on
Monday, February 6, 1995, in the Committee of the Whole Room,
City Hall, 3500 Pan American Drive, Coconut Grove, Miami, FL.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Minority and Women owned Business
Enterprises, on an equal basis.
Minority and women vendors are interested in submitting proposals
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
NW 20th Street, Second Floor, Telephone 575-5174.
Ordinance #10032 established a "First Source Hiring Agreement"
program to stimulate the creation of employment for City of Miami
residents. For details of the program's requirements, contact
the Neighborhood Jobs Program at 579-2468.
Detailed specifications for the proposals are available upon
request at the Procurement Management Office.
The City Manager may reject all proposals and readvertise.
/ 7%A 11.7— 1 n"n
AW