Loading...
HomeMy WebLinkAboutR-88-0296J-88-314 3-29-88 RESOLUTION NO.48-2 A RESOLUTION SELECTING THE CERTIFIED PUBLIC ACCOUNTING FIRM OF TOUCHE ROSS AND CO. SUBCONSULTING WITH THE MINORITY OWNED ACCOUNTING FIRMS OF SHARPTON, BRUNSON 6 CO. AND GRAU 6 CO., TO ANALYZE SUBMISSIONS OF FINANCIAL QUALIFICATIONS TO BE RECEIVED IN RESPONSE TO THE CITY'S AND THE U.S. GENERAL SERVICES ADMINISTRATION'S SOLICITATION FOR THE DEVELOPMENT OF A FEDERAL, LAW ENFORCEMENT BUILDING IN DOWNTOWN MIAMI; AUTHORIZING THE CITY MANAGER TO ENTER INTO A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE FORM ATTACHED, WITH SAID FIRMS; AUTHORIZING COMPENSATION AVAILABLE FROM THE DEPARTMENT OF DEVELOPMENT GENERAL FUND, OTHER CONTRACTUAL SERVICES ACCOUNT, FOR SERVICES NOT TO EXCEED AN AMOUNT OF $38,000 FOR ANALYSIS OF UP TO SIX SUBMISSIONS, PLUS OUT- OF-POCKET EXPENSES BILLED AT COST NOT TO EXCEED 20% OF PROFESSIONAL FEES, FOR THE PERIOD COMMENCING UPON EXECUTION OF AN AGREEMENT AND TERMINATING UPON COMPLETION OF PROFESSIONAL SERVICES; PROVIDING THAT 40% OF DUE AMOUNT FOR SERVICES BE PAID TO THE MINORITY -OWNED SUBCONSULTING FIRMS PARTICIPATING IN THE ANALYSIS OF SUBMISSIONS; AND FURTHER STIPULATING THAT ALL COSTS OF PROFESSIONAL ACCOUNTING SERVICES BE REIMBURSED TO THE CITY BY THE SUCCESSFUL PROPOSER. WHEREAS, on March 10, 1988, the City Commission adopted Resolution No. 88-232 authorizing the issuance on March 15, 1988, of a Request for Qualifications for development of a Federal Law Enforcement Building in downtown Miami; and WHEREAS, submissions of qualifications from interested and experienced development teams are due April 15, 1988; and WHEREAS, Resolution No. 88-232 further directed a Request for Proposals for development of a Federal Building be brought before the Commission prior to its issuance to pre -qualified development teams; and WHEREAS, submissions of qualifications received in response to the City's and U.S. General Services Administration's solicitation will contain extensive financial information that is necessary to analyze; and ATTACHMENTS ENCLOSED CITY COMMISSION MEETING OF APR 14 1988 No. 04 WHEREAS, the selection of a certified public accounting firm, to perform services under a Professional Services Agreement, is necessary to assess financial capability of interested development teams and the viability of their proposed financing strategies; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The certified public accounting firm of Touche Ross & Co., subconsulting with the minority -owned accounting firms of Sharpton, Brunson & Co. and Grau & Co., is hereby selected to analyze the submissions of financial qualifications for a Federal Law Enforcement Building and report of findings to the City Manager and the U.S. General Services Administration for their consideration. Section 2. The City Manager is hereby authorized to enter into a Professional Services Agreement with Touche Ross & Co. subconsulting with the minority -owned firms of Sharpton, Brunson & Co. and Grau & Co., in substantially the form attached, for services not to exceed an amount of $38,000 for analysis of up to six submissions, plus out-of-pocket expenses billed at cost not to exceed 20% of professional fees for the period commencing upon execution of an Agreement and terminating upon completion of professional services; authorizing compensation for said professional services from funds available in the Department of Development General Fund, Other Contractual Services Account; providing that 40% of the professional services fees be paid to the minority -owned firms participating with Touche Ross & Co. in the analysis of submissions; and further stipulating that all costs of professional accounting services be reimbursed to the City by the successful proposer. PASSED AND ADOPTED this 14th day of April 1988. ATT T: �• _oe XAVIER L. SUARIW, Mayor Ji MAT HIRAI, CITY CLERK 11 FINANCIAL REVIM I O.AA1600' Director Pinan Department BUDGETARY REVIEW: �� � fir► FRANK R. MAY, AwlWhg Erector Department of NAAgement & Budget PREPARED AND APPROVED BY: CHRIPOPHER KOR E Assistant City Atto ney "PRO D AS TO FORM AND CORRECTNESS UCI A. UGHERTY City Attorney IN I PROFESSIONAL SERVICES AGREEMENT This AGREEMENT, made this day of 1988, by and between the CITY OF MIAMI, :t municipal corporation -f the State of Florida, hereinafter referred to as CITY, and ""ouche Ross & Co., Certified Public Accountants, hereinafter referred to as "CONSULTANT." R E C I T A L S: WHEREAS, the City of Miami Commission on July 23, 1987, adopted Resolution 87-746 authorizing the City Manager to execute a negotiated Lease Agreement between the CITY and the U.S. General Services Administration, hereinafter referred to as "GSA," setting forth the terms and conditions for the CITY to construct and lease to GSA an approximately 250,000 sq.ft. building for a period not to exceed thirty years; and WHEREAS, the City of Miami Commission on October 22, 1987, adopted Resolution 87-916 declaring that the most advantageous method for the CITY to construct a building for subsequent lease to GSA is by procurement of an integrated package from the private sector that includes site acquisition of a specified 12-lot land parcel in downtown Miami, planning and design, and construction; and WHEREAS, the City of Miami Commission on March 10, 1988, adopted Resolution 88-232 authorizing the City Manager to issue a Request for Qualifications as a pre -qualifying procedure prior to the issuance of a Request for Proposals for development of a building to be occupied by U.S. Law Enforcement Agencies; and WHEREAS, Resolution 88-232 further selected the certified public accounting firm of Touche Ross & Co. with the minority -owned firms' participation of a Sharpton, Brunson & Co. and Grau & Co., to analyze financial qualifications to be submitted by interested development teams on April 15, 1988; and 88-296_ WHEREAS, CITY desires CONSULTANT to conduct an independent analysis and .assessment of (1) each development team's financial capability, and (2) the viability of each submission's financing strategy, financing structure and funding sources; and WHEREAS, CONSULTANT shall to paid , maximum amount ;f $38,000 for professional services for analysis of up to six submissions; and WHEREAS, CONSULTANT shall `.-,e paid an amount of $4,W00 for each additional submission to be analyzed, if any, in excess of six; and WHEREAS, CONSULTANT shall to paid out-of-pocket expenses to be billed to CITY at cost with i maximum limit of 20% of said professional services fee with the firm submitting an invoice, subject to the prior approval of the Director of the City of Miami Department of Development; NOW, THEREFORE, in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto 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 Request for Qualifications for Development of a Federal Law Enforcement Building, under the general supervision of the Director of the Department of Development, the CONSULTANT's responsibilities are as follows: A. CONSULTANT shall develop a methodology to consistently and objectively evaluate competing proposals. B. CONSULTANT shall specifically analyze the financial capability of each development team and determine whether it is sufficient to successfully undertake and complete the proposed project. 2 '1 I C. CONSULTANT shall analyze the viability of each proposed financing strategy, the financing structure and funding sources. D. CONSULTANT shall assess the proposer's track record of financing projects comparable ;n magnitude and scope sufficient to successfully finance the project. E. CONSULTANT shall provide a preliminary financial analysis of each submission and submitted supplemental materials to the Review Committee. Said analysis shall include an assessment of the financial capability of the development team and the viability of proposed financing strategy of each submission based on information supplied by each proposer. F. CONSULTANT shall attend the oral presentations of the prospective successful proposer scheduled by the Review Committee. G. CONSULTANT shall prepare a final report to be submitted to the City Manager and the U.S. General Services Administration to include an analysis of the data and information submitted by each proposer, based on the criteria applicable to CONSULTANT's services, as specified in the Request for Qualifications. H. CONSULTANT shall attend meetings with the City Manager or his designee to review the findings. I. CONSULTANT shall attend the meeting with the City Commission regarding the selection of a proposer. III. COMPENSATION A. The CITY shall pay CONSULTANT, as maximum compensation for the services performed, a fee not to exceed $38,000 for analysis of up to six submissions. Compensation for services performed will be divided among CONSULTANT and SUBCONTRACTORS according to the following percentages: Touche Ross & Co. 60% Sharpton, Brunson & Co. 20% Grau & Co. 20% Total 100% VII. NOO-DELEGABILITY The obligations undertaken by CONSULTANT pursuant to this Agreement shall not be delegated or assigned to any ether person 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. SUBCONTRACTORS Notwithstanding the provisions of :%rticle VII., the obligations undertaken by the CONSULTANT shall include the employment of the following two minority -owned subcontractor certified public accounting firms: 1. Sharpton, Brunson & Co. 2. Grau & Co. Nothing contained herein shall be deemed to create a contractual relationship between CITY and the above -named SUBCONTRACTORS. Any SUBCONTRACTORS of CONSULTANT shall be the sole responsibility of CONSULTANT. IX. AUDIT RIGHTS CITY reserves the right to audit the records of CONSULTANT pertaining 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. X. AWARD OF AGREEMENT CONSULTANT warrants that it has not employed or retained any person employed by CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. XI. CONSTRUCTION OF AGREEKWT This Agreement shall be construed and enforced according to the laws of the State of Florida. 1 '* 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 c,r conditions contained —i my 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 State of Florida or the City of Miami, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if 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. 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 Article II. hereof and shall become the property of CITY, without restriction or limitation on their use. CONSULTANT agrees that any and all documents maintained an generated pursuant to this contractual relationship between CITY and CONSULTANT shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any documents 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. 5 ts8-rm _ 1 AOO B- In the event that more than six submissions requiring analysis are received on the deadline late of April 15, 1988, additional submissions shall be analyzed by _ONSULTANT at a cost of $4,000 each. Compensation for services perf-3rme,i -n submissions in excess of six in number will he divided Mono CONSULTANT and SUBCONTRACTORS according to the percentages determined by Subsection A. herein. C. Out-of-pocket expenses will be billed to `lTY at cost, with a maximum limit of 20% of professional services fees due. Reimbursement shall be limited to amounts which ire substantiated by receipts, allowable under Chapter 112.061, Florida Statutes and subject to the approval of the Director of the City of Miami Department of Development. D. Any professional services performed by CONSULTANT at request of CITY beyond CONSULTANT'S responsibilities outlined in Section III. above entitled "SCOPE OF SERVICES" shall be billed to CITY utilizing the following rate structure and CITY shall only pay CONSULTANT for actual work performed and billed: Partner/Principal: $225-$250/hr. Senior Consultant: $125-$150/hr. Consultant: $75-$100/hr. IV. COMPLIANCE (WITH FEDERAL, STATE AND LOCAL LAWS Both 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 shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI CONSULTANT Department of Development Touche Ross & Co. 300 Biscayne Boulevard Way 100 Chopin Plaza Suite 400 Suite 700 Miami, Florida 33131 Miami, Florida 33131 4 li : '�► i� 10 XII. SUCCESSORS AND ASSIGNS This Agreement shall be hindinca upon the parties, herein, their heirs, executors, legal representatives, successors, and assigns. XIII. INDEMNIFICATION CONSULTANT shall indemnify and save ::ITY 1iarmless from and against any and all claims, liabilities, losses, end causes )f action, which may arise out of CDNSULTANT's performance under the provisions of this Agreement, including all acts or emissions to act on the part of CONSULTANT, including all acts or omissions to act on the part of CONSULTANT, including any person performing under this Agreement for or on 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, CONSULTANT shall indemnify CITY accordingly. In any event, CITY shall promptly notify CONSULTANT as soon as it has notice of any matter 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 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 be 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. 1 '1 M; XV. INDEPENDENT CONTRACTOR CONSULTANT and its Pmployees .and agents shall be deemed to be independent contractors, and not agents or employees of the CITY, and shall no attain any rights or benefits ender 'he Civil Service -)r Pension ordinances )t CITY, or any rights generally afforded classified or unclassified employees; furthermore, its agents or employees shall not be deemed entitled -o the Florida workers' Compensation benefits as an employee of CITY. XVI. TERMINATION OF AGREEMENT CITY retains the rights to terminate this Agreement at any time prior to the completion of the services required pursuant to Article 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 CONSULTANT shall be made only 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 sum whatsoever. It is further understood that should CONSULTANT fail to perform any of the services under this Agreement, CITY agrees that CONSULTANT's entire liability and CITY's sole and exclusive remedy for claims in connection with or arising out of this Agreement, for any cause whatsoever, and regardless of the form of action, shall be CITY's fees under this Agreement, which fees were received by CONSULTANT. • XVII. NONDISCRIMINATION CONSULTANT agrees that it shall not discriminate as to race, sex, color, creed, age, national origin, or handicap, in connection with its performance under this Agreement. 8 1b XVIII. MINORITY PROCUREMENT COMPLIANCE CONSULTANT acknowledges that it has been furnished a copy of Ordinance No. 10062, the Minority and Women Business Affairs and Procurement Ordinance 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, and 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 to CITY provided CONSULTANT was given written notice of such default and the opportunity to cure the same, but failed to do SO. 9 1 0 If XXI. EMTIRE AGREENMT This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said services and correctly set forth the rights, duties, and obligations (-)f each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. XXII. AMENDMENTS No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties..AGRE I14 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. ATTEST: MATTY HIRAI City Clerk ATTEST: APPROVED AS TO INSURANCE REQUIREMENTS: INSURANCE MANAGER CITY OF MIAMI, a Municipal Corporation of the State of Florida BY: CESAR H. ODIO City Manager CONSULTANT: Touche Ross & Co. PARTNER CORPORATE SEAL APPROVED AS TO FORM AND CORRECTNESS: LUCIA A. DOUGHERTY City Attorney 10 L.16 , `: 27 Cl" OF MIAMI. FLORIOA INTEROFFICE MEMORANDUM 'O Honorable Mayor and Members of the City Commission VROM Cesar H. Odi City Manager RECOMMENDATION DATE ; I4R 3 1 1989 ME SUNJECT proposed Resolution Selecting CPA Firm/Federal Law Enforcement Building Project REFERENCES For City Commission Meeting of April 14, 1988 ENCLOSURES It is respectfully recommended that the City Commission adopt the attached Resolution selecting the certified public accounting firm of Touche Ross and Co. subconsulting with the minority -owned accounting firms of Sharpton, Brunson & Co. and Grau & Co., to analyze submissions of financial qualifications to be received in response to the City's and the U.S. General Services Administration's solicitation for the development of a Federal Law Enforcement Building in downtown Miami; authorizing the City Manager to enter into a professional services agreement, in substantially the form attached, with said firms; authorizing compensation available from the Department of Development General Fund, Other Contractual Services Account, for services not to exceed an amount of $38,000 for analysis of up to six submissions, plus out-of-pocket AY»Pnmen not to exceed an amount of 20% of fees; providing that 40% of. due amount for services be paid to the minority -owned subconsulting firms participating in the analysis of submissions; and further stipulating that all costs of professional accounting services be reimbursed to the City by the successful proposer. BACKGROUND On March 15, 1988, the Department of Development issued a Request for Qualifications for development of a Federal Law Enforcement Building in downtown Miami, as authorized by Resolution No. 88-232 adopted by the City Commission on March 10, 1988. Submissions are due April 15, 1988. Responses to the Request for Qualifications must demonstrate the following financial qualifications, among other professional qualifications, to form the basis for determining qualified submissions: - financial capability of proposer sufficient to successfully undertake and complete all aspects of this project including land acquisition a 7-I SS-29C 6 Honorable Mayor and Members of the City Commission Page Two viability of financial strategy, financing mechanism, and funding sources The City solicited proposals from certified public accounting firms to analyze financial capability qualifications. Four proposals were received from the following firms, listed alphabetically: - Arthur Andersen & Co. with Sharpton, Brunson & Co. and Verdeja, Iriondo, Gravier & Co. - Deloitte Haskins & Sells with Thompkins & Co. - Sharpton, Brunson & Co. - Touche Ross & Co. with Sharpton, Brunson & Co. and Grau and Co. It is recommended that Touche Ross & Co., subcontracting 40% of the professional services contract amount to the minority -owned firms of Sharpton, Brunson & Co. and Grau and Co., and assigning the balance of the work to a woman partner and minority members of Touche Ross & Co., be selected to analyze suhmi.eQinnR. It is recommended that the City Manager be authorized to enter into a Professional Services Agreement with Touche Ross & Co. for an amount not to exceed $38,000 for analyzing up to six submissions, plus out-of-pocket expenses billed at cost not to exceed 20% of fees, for accounting services. Compensation is available from the Department of Development's General Fund, Other Contractual Services Account, and will be reimbursed to the City by the successful proposer. It is recommended that the attached Resolution be adopted in its entirety at the City Commission meeting of April 14, 1988, to enable the accountants to commence work April 15, 1988, the due date of submission of qualifications for development of a Federal Law Enforcement Building. Attachments: Proposed Resolution Professional Services Agreement Z-. RB_29h...