HomeMy WebLinkAboutR-90-0257J-90--1,35
3127/90 ®
FtFSc)I.,11t°T��N r7o. 0__105
MHEA RESOLUTION/AUTHORIZINGTCITY MANAGER
TO ENTER INTO A PROFESSIONAL SERVICES
AGREEMENT, IN SUBSTANTIALLY THE ATTACHED
FORM, WITH SHARPTON, BRUNSON AND CO.,
CERTIFIED PUBLIC ACCOUNTANTS, WITH THE
PARTICIPATION OF MINORITY —OWNED
ACCOUNTING FIRM OF ALDO LASTRA, JR., TO --
ANALYZE THE FINANCIAL VIABILITY OF _
PROPOSALS TO BE SUBMITTED IN RESPONSE TO
THE REQUEST FOR PROPOSALS FOR THE _
VIRGINIA KEY BASIN UNIFIED DEVELOPMENT
PROJECT; AUTHORIZING COMPENSATION FROM -_
FUNDS AVAILABLE IN THE FY"90 DEPARTMENTAL
BUDGET FOR THE DEVELOPMENT DIVISION, _
DEPARTMENT OF DEVELOPMENT AND HOUSING
d_
CONSERVATION, TO BE REIMBURSED TO THE
CITY BY THE SUCCESSFUL PROPOSER UPON
EXECUTION OF A NEGOTIATED LEASE
AGREEMENT, FOR SERVICES NOT TO EXCEED AN _=
AMOUNT OF $20,000 TO BE DETERMINED BY THE
NUMBER OF RESPONSIVE PROPOSALS SUBMITTED
AND ANALYZED, PLUS OUT-OF-POCKET EXPENSES
NOT TO EXCEED AN AMOUNT OF $2,000, FOR
THE PERIOD COMMENCING UPON EXECUTION OF
AN AGREEMENT AND TERMINATING UPON _
COMPLETION OF PROFESSIONAL SERVICES;
FURTHER PROVIDING 30% OF THE FEE BE PAID
TO SAID MINORITY -OWNED SUBCONSULTING FIRM
PARTICIPATING IN THE ANALYSIS OF
PROPOSALS.
WHEREAS, the City Commission adopted Resolution No. 90-0049 on
January 7, 1990, authorizing the issuance of a Request for Proposals
for a Unified Development Project of the Virginia Key Basin property
for the development of a restaurant and marine -related commercial
and recreational use to be located on approximately 2.88 acres of
City -owned, waterfront property located adjacent to and immediately
west of the Miami Marine Stadium on the southerly shoreline of the
Marine Stadium Basin; and
WHEREAS, Section 29-A(c) of the City Charter requires the City
Commission to select a certified public accounting firm to analyze
proposals based on certain specific evaluation criteria defined in
the Request for Proposals and to render a written report of its
findings to the City Manager; and
Hlll
irti;%L 0 atit LED
C'TY COMI`'IISSION
MEETING OF
AVR 12 199I94J�[ 5 f00ry� �y
HISULUT:UN NOOt
KCWiAk
Wf3E'RFU3, by the a(lopti_on of Resol.nti_on "41o. 90-0049 on Janivir r
7, 1990, the City Commission further selected the certified public
accounting firm of Sharpton, Brunson & Co., with the participation
of minori ty-owned accounting firm of Aldo Lastra, Jr. to analyze
proposal submissions; and
WHEREAS, the due date for proposal submissions for the unified
development of the Virginia Key Basin property is April 27, 1990;
and
WHEREAS, it is now necessary to enter into a professional
services agreement with Sharpton, Brunson & Co. with participation
of Aldo Lastra, Jr. to analyze the financial viability of proposals
in an amount not to exceed $20,000 to be determined by the number of
responsive proposals submitted and analyzed, plus out-of-pocket
expenses not to exceed $2,000; and
WHEREAS, the scope of services includes an evaluation of the
financial viability of the development teams, the proposed financing
strategies, and an assessment of the short and long range economic
and fiscal returns to the City; and
WHEREAS, compensation for said services in an amount not to
exceed $20,000 plus out-of-pocket expenses not to exceed $2,000 is
available from FY'90 departmental budget funds for the Development
Division, Department of Development and Housing Conservation; and
WHEREAS, all monies expended for certified public accounting
professional services shall be reimbursed to the City by the
successful proposer upon execution of a negotiated lease agreement;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The City Commission hereby authorizes the City
Manager to enter into a Professional Services Agreement,1 in
substantially the form attached, with Sharpton, Brunson & Co.,
certified public accountants, with the participation of minority -
owned accounting firm of Aldo Lastra, Jr., to analyze responsive
1 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 7
proposals to be in respr)nse to the P.egtiest fc)r Proposal s
for the unified development of the Virginia Key Basin Property
whereby the firm will. analyze the financial viability of the
proposed development teams and financing strategies, assess the
short and long range economic and fiscal return to the City, and
render a written report of its findings to the City Manager for
consideration.
Section 2. Compensation for the above services is hereby
allocated and authorized to be paid from funds available in the
FY'90 departmental budget for the Development Division, Department
of Development and Housing Conservation, to be reimbursed to the
City by the successful proposer upon execution of a negotiated lease
agreement, in an amount not to exceed $20,000, to be determined by
the number of responsive proposals submitted on April 27, 1990, for
analysis plus out-of-pocket expenses not to exceed $2,000, for the
period commencing upon execution of an Agreement and terminating
upon completion of said professional services, further providing
that 30% of the amount to be paid to the minority -owned firms
participating with Sharpton, Brunson & Co. in the analysis of
proposal submissions.
PASSED AND ADOPTED this 12th day of .April 1.990.
XAVIER L. SUARE MAYOR
ATTEST•
MATTY HIRAI, CITY CLERK
3
Li
13
FINANCE REVIEW:
C&RL , GARCIA, DIRECTOR
FINA CE DEPARTMENT
BUDGETARY REVIEW:
MAHOH P, SURANA, DIRECTOR
DEPA THE OF BUDGET
J
PREPARED AND APPROVED BY:
DKEARSON °s *lKgSISTANTCITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
J RGE FE DE 2
CITY ATTO E
A
Pi�pC°IS;;Ic)rd11i_, F.fztTz�'t�; a1c;?f=F;h1C�;^rr
This Agreement: is entere'7 into t}0_1, day cif
1989, by and between the CITY OF MIAMI, a municipal corporation
of the State of Florida, hereinafter referred to as "CITY" an(1
Sharpton, Brunson, & Company, P.A. , Certified Public Accountants,
hereinafter referred to as "CONSULTANT".
R E C I T A L S:
WHEREAS, the City of Miami Commission on ,January 7, 1990,
adopted Resolution No. 90-0049 authorizing the City Manager to
issue a Request for Proposals (RFP) for the Unified Development
of a mixed -use commercial project, on City -owned property located
at 3601 Rickenbacker Causeway, more commonly known as the
"Virginia Key Basin Property", and;
WHEREAS, Section 29-A(c) of the City of Miami Charter
requires the City Commission to select a certified public
accounting firm to analyze proposals to be submitted in response
to the Request for Proposals based upon certain specific
evaluation criteria defined in the Request for Proposals and to
render a written report of its findings to the City Manager; and
WHEREAS, Resolution No. 90-0049 adopted January 7, 1990,
further selected the certified public accounting firm of Aldo
Lastra, Jr., hereinafter referred to as "SUBCONSULTANT" to
analyze proposals to be submitted April 27, 1990, in response to
the Request for Proposals for said Unified Development Project, -
and
WHEREAS, -CITY desires CONSULTANT to conduct an independent
analysis and assessment of each responsive proposal with specific.
attention paid to the financial and economic aspects of each
responsive submission; and
f
wTTr,m%7\q, COtdSt?T;I'TPIT' siv-1.1 h- T,airl on a iinlirly rate pgvmertt-.
sc�hedulA, based otl a projecf;ed staff sclierlule and r l.t:e structllrP
with a maximum lil"It not to exceed $20, 000 for profession--il
services, to be determined by the number of responsive proposals,
plus out--of-pocket expenses to be billed to CITY at cost with a
maximum limit of $2,000;
NOW, THEREFORE, in consideration of the irtutua.l covenants and
obligations herein contained, and subject to the terms and
conditions hereinafter stated, the parties hereto stipulate,
understand and agree as follows:
I. TERM
The term of this Agreement shall commence upon execution of
same, and shall terminate upon completion of CONSULTANT'S
responsibilities as outlined below in Section II, entitled "SCOPE
OF SERVICES."
II. SCOPE OF SERVICES
Pursuant to the dictates of Section 29-A(c) of the City of
Miami Charter, this Agreement and the Request for Proposals for
the Virginia Key Basin Property, Unified Development Project,
under the general direction of the the Department of Development,
and Housing Conservation, Development Division the CONSULTANT'S
responsibilities are as follows:
N. CONSULTANT shall develop a model to summarize responsive
proposal information.
B. CONSULTANT shall specifically evaluate the viability of
the development teams and the proposed financing strategies, and
shall assess comparatively the short and long-range economic and
fiscal returns to the City, proffered in each responsive
Proposal.
C. CONSULTANT shall
provide
a preliminary financial
analysis of each responsive
proposal
and submitted
supplemental
materials to the Review Committee.
Said analysis
shall include
an assessment of the financial viability,
level
of financial
commitment, and the financial
return
to the CITY of
each proposal
based on information supplied
by each
proposer.
-2- 9 257
17. CONSULTANT si_1aI1 atto-10 a1,1 ()f t_hp r ral_ pr-s-nt?t_i_()r)a Of-
t_11� responsive.- proposer's as may 1)e scliiile(I 1)y Lhe R-ii ear
CgT711nittef .
E. CONSULTANT shall_ prepare an independent- report L-o be
submitted to the City Manager to i.nclo(le without limitation, an
�inalysis of the data and information submitted by each responsive
proposer, based upon the criteria specified in the Request For
Proposals. Specifically, CONSULTANT shall_ evaluate the following
criteria:
(1) Experience of the proposer
(2) Capability of the development team
(3) Financial capability, level of firiancial +,ommitinent
(4) Financial return to the CITY
F. CONSULTANT shall attend meetings with the City Manager
or his designee to review the findings.
G. CONSULTANT shall attend meetings with the City
Commission regarding the selection of a proposer.
III. COMPENSATION
A. The CITY shall pay the CONSULTANT, as maximum
compensation for the services performed, a fee not to exceed
$20,000, to be determiner] by the number of responsive proposals,
plus out-of-pocket expenses not to exceed $2,000. The $20,000
maximum fee will be divided among CONSULTANT and SUBCONSULTANT as
follows:
Sharpton, Brunson & Co. $14,000
Aldo Lastra, Jr. 61000
Total $20,000
In the event that the fee paid CONSULTANT is less than
the $20,000 maximum fee, the CONSULTANT and SUBCONSUL`I'ANT shall
split the fee paid according to the following percentages:
Sharpton, Brunson & Co. 70.0%
Aldo Lastra, Jr. 30.0%
Total 100.0%
B. The CONSULTANT's fee shall be determined by CITY within
thirty (30) days from the submission date of the proposals and
shall be determined by the number of responsive proposals to be
- 3 - 0257
.�'IC T.,::; NT fee shall b C, I.,Il --Itliti.l.i7JJ I -]I>
f.ol Lcraing hourly rate structure :and percentages of total hours aL
eacl'i rate structure:
Sharpton Brunson & Co. Project Team
Hourly Rate
Darryl
Sharpton
Brian
Hankerson
Aldo Lastra, Jr.
Albert Manduca
145
95
1.45
75
Total
Percentage of
Total Hours
28%
42%
12%
l8%
100%
In the event that CITY and CONSULTANT cannot agree on a
fee within
thirty (30)
days
from
the
submission
date of the
proposals to
be analyzed,
the
CITY
and
CONSULTANT
may terminate
this Agreement by written notice to the other party and such
termination shall be effective in three (3) days from the date of
such notice. In such event, CITY shall not be liable for any
expenditure, damage, or cost of the CONSULTANT.
In the event that CITY and CONSULTANT agree on the fee
to be paid, CONSULTANT shall bill CITY on the hourly basis set
forth above and CITY
shall
only pay CONSULTANT
for actual
work
performed and billed.
In no
event will CITY pay
CONSULTANT
a fee
greater than $20,000, or lesser amount as determined by this
Subsection.
C. Out-of-pocket expenses will be billed to CITY at cost,
.with a maximum limit of $2,000. Reimbursement shall be limited
to imounts which are substantiated by receipts, allowable under
Section 112.061, Florida Statutes (1987), and subject to the
approval. of the City of Miami Department of Development.
IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS
Froth parties shall comply with all. applicable laws,
ordinances and codes of federal, state and local governments.
V. GENERAL CONDITIONS
A. All notices or other communications which sha).l or may
be given pursuant to this Agreement shall be in writing and shall
_ —
02%
',n rrl,l. i,vgyo? 1 l-; 1)-rc;nnal sz-1_-i.co.., nt by ma i,l.. %0(1i.�eGc�cl
t'-) ttie other party at the a(l,lress i.tidicat_rrcl herein oj. as t-1 ;�
m:ay bc� changed from
ti_tnA
to time.
Such notice
shall
be deemed
,given on the day on
which
personally
served; or,
i' by
mail., on
the fifth day after
being
posted or
the dat_,-3 of
actual.
receipt,
whichever is earlier.
CITY OF MIAMI
Department of Development
300 Biscayne Boulevard Way
Suite 400
Miami, Florida 33131
CONSULTANT
Sharpton Brunson & Co.
Suite 703
600 Brickell Avenue
rliami, Florida 33131
B. Title and paragraph headings are for convenient
reference and are not a part of this Agreement.
C. In the event of conflict between the terms of this
Agreement and any terms or conditions contained in any attached
documents, the terms in this Agreement shall rule.
D. -No waiver or breach of any provision of this Agreement
shall constitute a waiver of any subsequent breach of the same or
any provision hereof, and no waiver shall be effective unless
made in writing.
E. Should any provisions, paragraphs, sentences, words or
phrases contained in this Agreement be determined by a court of
competent jurisdiction to be invalid, illegal or otherwise
unenforceable under the laws of the United States, State of
Florida, County of Dade, or the City of Miami, such provisions,
paragraphs, sentences, words or phrases shall be deemed modified
to the extent necessary in order to confo nn with such laws, or i17
not modifiable to conform with such laws, then same shall be
deemed severable, and in either event, the remaining terms and
provisions of this Agreement shall remain unmodified and in full
force and effect.
r J
VI. OWNERSHIP OF DOCUMENTS
All documents developed by CONSULTANT under this Agreement
shall be delivered to CITY by CONSULTANT upon completion of the
services required pursuant to Section II hereof and shall become
the property of CITY, without restriction or limitation on their
.� ✓ V 257
0
E
='. C'ri`lgITI T'Tk*JT 111--r1S r-J! I f- 1'Iy ,-)I1 11 1. �r)(7iltTI1 ItI f; r',I,) l_ I' 1 i IIe(I =1II
,jener_ate,z pursuant to this contract-ual. rel.at.ionship between CITi.
-in3 CONtUT.,TANT shall. be subject to all provisions of the Public
'records Law, Chapter 119, Florida Statutes (1987) .
It is further understood by and between the parties that any
documr-nts which are given by CITY to CONSULTANT pursuant to this
Agreement shall at all times remain the property of the CITY and
shall. not be used by CONSULTANT for any other_ purpose whatsoever
without the written consent of CITY.
VII. NUN-DELEGABILITY
The obligations undertaken by CONSULTANT pursuant to this
Agreement shall not be delegated or assigned to any other person
(other than the specified minority SUBCONSULTANT identified in
this Agreement) or firm unless CITY shall first consent in
writing to the performance or assignment of such services or any
part thereof by another person or firm.
VIII. SUBCONSULTANTS
Notwithstanding the provisions of Section VII, the
obligations undertaken by the CONSULTANT shall include the
employment of Aldo Lastra Jr., min,)rity-owned certified public
accounting firm as SUBCONS"L'rANT.
Nothing contained herein shall be deemed to create a
contractual relationship between CITY and the above -name]
SUBCONSULTANT. Any SUBCONSULTANTS of CONSULTANT shall be the
sole responsibility of CONSULTANT.
IX. AUDIT RIGHTS
CITY reserves the right to audit the records of CONSULTANT
F),ertaining to any billings to CITY for time or expenses at any
time during the'performance of this Agreement and for a period of
one year after final payment is made under this Agreement.
r Y t141 7tt7 n n t: T /n U Lr. A.�l.� iTi
CONSULTANT warrants that it has not eitlployed or retained any
person employed by CITY to solicit or secure this Agreement and
that it has not offered to ;gay, paid, or agreed to pay any person
employed
by
C!"'Y any
fee, corlimission
percentage,
brokerage
fey;,
or gift
of
any kin-1
contingent upon
or resulting
from t11t
award
of this Agreement..
E
9257
12
CONS'TRM"T 1-.0 4 OF AGREE"IE TT
This Agreement shall be r,(,nstr_ued and enforced according to
the laws of the State of Florida.
XII. SUCCESSORS AND ASSI INS
This Agreement sliall be binding upon the parties herein,
their heirs, executors, legal representatives, successors, and
authorized assigns.
XIII. INDEMNIFICATION
CONSULTANT shall indemnify and save CITY and its officials
harmless from and against any and all claims, liabilities,
losses, and causes of action, which may arise out of CONSULTANT's
performance under the provisions of this Agreement, including all
acts or omissions to act on the part of CONSULTANT, including any
person performing under this Agreement for or on CONSULTANT's
behalf, provided that any such claims, liabilities, losses and
causes of such action are attributable to the fault of
CONSULTANT, and , from and against any orders, judgments or
decrees which may be entered and which may result from
CONSULTANT's performance under this Agreement, and from and
against all costs, attorneys' fees, expenses and liabilities
incurred in the defense of any such claim, or the investigation
thereof. If CITY chooses to defend any action on behalf: of
itself, it shall bear its own costs of defense, and if the
provisions of this indemnity provision_ are applicable, COWSUL'rANi'
shall_ indemnity CITY accordingly. In any event, CITY shall
promptly notify CONSULTANT as soon as it has notice of any inatter
for which this indemnity provision may be applicable.
XIV. CONFLICT OF INTEREST
CONSULTANT covenants that no person under its employ who
presently exercises any -functions or responsibilities in
connection with this Agreement has any personal financial
i
.interest, direct or indirect, in the work product of this
Agreement.
CONSULTANT further covenants that, in the performance of
this Agreement, no person having such conflicting interest shall
he employed. Any such interests on the part of CONSULTANT or its
employees must be disclosed in writing to CITY. CONSULTANT, in
the performance of this Agreement, shall be subject to the more
restrictive law and/or guidelines regarding conflict of interest
promulgated by federal, state or local government.
CONSULTANT is aware of the conflict of interest laws of the
City of Miami (City of Miami Code Chapter 2, Article V), Dade
County Florida (Dade County Code Section 2-11.1) and the State of
Florida, and agrees that it will fully comply in all respects
with the terms of said laws.
XV. INDEPENDENT CONTRACTOR
CONSULTANT and its employees, SUBCONSULTANTS, and agents
shall be deemed to be independent contractors, and not agents or
employees of the CITY, and shall not attain any rights or
benefits under the Civil Service or Pension Ordinances of CITY,
or any rights generally afforded classified or unclassified
employes; furthermore, its agents or employees shall not be
deemed entitled to the Florida Workers' Compensation benefits as
an employee of CITY.
XVI. TERMINATION OF AGREEMENT
CITY retains the right to terminate this Agreement at any
time prior to the completion of the services required pursuant to
Section II hereof without penalty to CITY. In that event, notice
of termination of this Agreement shall be in writing to
CONSULTANT who shall be paid for those services performed prior
to the date of its receipt of the notice of termination. In no
case, however, will CITY pay CONSULTANT an amount in excess of
the total sum provided by this Agreement.
It is hereby understood by and between CITY and CONSULTANT
that any payment made in accordance with this Section to
CONSULAANT shall be made 6nly if said CONSULTANT is not in
default under the terms of this Agreement. If CONSULTANT is in
default, CITY shall in no way be obligated and shall not pay to
the CONSULTANT any further sum whatsoever and shall, upon
request, be reimbursed for any past payments.
-8- 9027
.;zk
L�. 31_7 fixrtlier ,j.nf-'lerst-Oo,I that should ai I t_r�
pt• rform any of the services under this A,lr_�ement, CITY agrees
that CONSULTANT's entire liabi.l.i.ty and.. CI'rY's sole and exclusive
remedy for claims in connection ali.th or ar.i_siFig ' out of. this
,agreement, for any cause whatsoever-, and regardless of the form
of action, shall be CITY's und,2r this Agreement, which fees
were received by CONSULTANT.
XVII. NONDISCRIMINATION
CONSULTANT agrees that it shalt not discriminate as to race,
sex, color, creed, age, national origin, or handicap, in
connection with its performance under this Agreement.
XVIII. MINORITY PROCUREMENT COMPLIANCE
CONSULTANT acknowledges that it has been furnished a copy of
Ordinance No. 10538, the Minority and Women Business Affairs and
Procurement Ordinance, as amended, of the City of Miami, and
agrees to comply with all applicable substantive and procedural
provisions therein, including any amendments thereto.
XIX. CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the availability
of funds and is subject to amendment or termination due to lack
of funds, or authorization, reduction of funds, and/or change in
regulations.
XX. DEFAULT PROVISION
In the event that CONSULTANT shall fail to comply with each
and every term and condition of this Agreement or fails to
Perform any of the terms and conditions contained herein, then
CITY, at its sole option and upon written notice to CONSULTANT,
may cancel and terminate this Agreement, an all payments,
advances, or other compensation paid to CONSULTANT by CITY while
CONSULTANT was in default. of the provisions herein contained,
shall'be forthwith returned t'o CITY provided CONSULTANT was given
w,_itten notice of such default and the opportunity to cure the
same, but failed to do so.
XXI.. f7"N'PIRt? AGREEMENT
This instrument and its attachments constitute the sole arhd
only Agreement of the Parties thereto relating to said services.
9027
in? rorrPCt.IY rnt f,)r the I.—i <jhtS, d111_.i':t , 1Tl'l I,hI-i1Iti()tIS tJf Fn=�C"'t
to the other as of its date. Any prior_ agreements, promises,
�legotiations, or representations not Axpressly Set Fortll in this
7v-xreement are of no force or affect.
XXIT. AMENDMENTS
No amendments to this
AgreF2ment
shall he bindinj on either
party unless in writing and
signed
by both parties.
IN WITNESS WHEREOF,
the
parties
hereto have caused this
instrument to be executed
by
the
respective officials thereunto
duly authorized, this day and
year
first above written.
CITY OF MIAMI, a Municipal
Corporation of the State of
Florida:
ATTEST:
By
MATTY HIRAI CESAR H. ODIO
CITY CLERK CITY MANAGER
WITNESS:
APPROVED AS TO INSURANCE
REQUIREMENTS:
INSURANCE MANAGER
n
CONSULTANT:
Sharpton Brunson & Co., P.A
PARTNER AUTHORIZED TO
EXECUTE INSTRUMENTS ON
BEHALF OF THE FIRM
APPROVED AS TO LEGAL F01Z1,11
AND CORRECTNESS:
JOI GE L. FLRNAIQDEZ~� CITY ATTORNEY
-1 k9-
�M
CITY OF MIANiI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members ,t-
of the City Commission DarE j , ; i�,( j F,LE
Resolution Authorizing
sua,Ecr professional Accounting
Services/Virginia Key
Basin UDP
FROM Cesar H. Odia, REFERENCESFor City Commission Meeting _
City Manager ', '� of April 12, 1990 -
ENCLOSURES
RECOMMFMAT ION :
It is respectfully recommended that the City Commission adopt the
attached Resolution authorizing the City Manager to enter into a - -
Professional Services Agreement, in substantially the form
attached, with Sharpton, Brunson & Co. with the participation of
the minority -owned accounting firm of Aldo La:stra, Jr., to analyze
the financial viability of proposals to be submitted for the
Virginia Key Basin Property Unified Development Project (UDP), in
an amount not to exceed $20,000, to be determined by the number of
responsive proposals submitted April 27, 1990, plus out-of-pocket
expenses not to exceed $2,000, further authorizing compensation
from funds available in the FY'90 departmental budget for the
Development Division, Department of Development and Housing
Conservation, to be reimbursed to the City by the successful
proposer.
BACKGROUND:
The Department of Development recommends that the attached
Resolution be adopted authorizing the City Manager to enter into an
agreement, in substantially the attached form, for the provision of
professional accounting services For the Virginia Key Basin
Property proposal submissions due April 27, 1990.
On January 7, 1990, the City Commission adopted Resolution No. 90-
0049 authorizing the issuance of a Request Eor Proposals (RFP) for
the development of a restaurant and marine -related commercial and
recreational uses to be located on approximately 2.8 8 acres of
City -owned waterfront property located adjacent to and immediately
west of Miami Marine Stadium on the southerly shoreline of the
Marine Stadium Basin.
Section 29-A(c) of the City Charter requires analysis of proposals
by a certified public accounting firm. Resolution No. 90-0049
further selected the accounting firm of Sharpton, Brunson & Co. to
perform the analysis. The minority -owned accounting firm of Aldo
bastra, Jr. was selected by the Commission to participate and
411
(-416 -t
Honorable Mayor and Members
of the City Commission
Page Two
receive 30% of fees paid for the financial analysis of this
project's proposal submissions.
The scope of services to be performed by the accounting firms
include an analysis of the financial viabil-ty of the development
teams, the proposed financing strategies, and an assessment of
the short and long range economic and fiscal returns to the City.
Compensation for said services in an amount not to exceed $20,000
will be determined by the number of proposals submitted April 27,
1990, plus out-of-pocket expenses in an amount not to exceed
$2,000. Funding is available from the Development Division's
FY'90 annual budget allocated for professional accounting
services.
The successful proposer, upon execution of a negotiated lease
agreement with the City, shall be required to reimburse the City
the full cost of professional accounting services as stated in
the Request for Proposals document.
Attachments:
Proposed Resolution
Agreement