Loading...
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