HomeMy WebLinkAboutR-83-01530
J-82-303
rr
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF DAVID
M. GRIFFITH AND ASSOCIATES, LTD. TO
PREPARE THE CENTRAL SERVICES COST
ALLOCATION PLAN FOR THE CITY OF MIAMI, IN
THE AMOUNT OF $13,500, WITH FUNDS
THEREFORE ALLOCATED FROM THE 1983
OPERATING BUDGET OF THE DEPARTMENT OF
FINANCE; AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT, IN SUBSTANTIALLY
THE FORM ATTACHED HERETO.
WHEREAS, sealed bids were received on December 9, 1982,
to prepare the Central Services Cost Allocation Plan for the
City of Miami; and
WHEREAS, the City Manager reports that David M. Griffith
and Associates, Ltd., is the lowest responsible bid and
recommends that the attached agreement be awarded to said
company; and
WHEREAS, the bid process was engaged in by the City in
conformance with City Code Section 18-55;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF MIAMI, FLORIDA:
Section 1. The Bid Proposal from David M. Griffith and
Associates, Ltd. in the amount of $13,500 is hereby accepted
with funds therefor hereby allocated From the 1983 Operating
Budget of the Department of Finance.
Section 2. The City Manager is hereby authorized to
enter into an agreement, in substantially the form attached
hereto, between the City of Miami and David M. Griffith and
Associates, Ltd. to prepare the Central Services Cost
Allocation Plan for the City of Miami.
PASSED AND ADOPTED this loth day of February ,
1983.
ATTEST:
GCS c-
RACf . ONGIE, CITY Cb"K
Maurice A. Ferre
MAURICE A. FERRE
MAYOR
CITY COMMISSION
MEETING OF
FEB 1.0 1033
RESOLUTION NO. t bAa...15i1;
6
le
PREPARED AND APPROVED BY:
ROBERT F. CLARK
DEPUTY CITY ATTORNEY
APPROVED hS TO FORM AND CORRECTNESS:
JOST R. GARCIA-PEDROS
CITY ATTORNEY
-2-
0
L'
CITY OF MIAMI. FLORIDA
37 INTER -OFFICE MEMORANDUM
TO Howard V. Gary DATE January 17, 1983 FILE.
City Manager
FROM• Carlos E. Garcia. -
Director of Finance
SUBJECT. Agenda Item
REFERENCES:
CLOSURES!
It is recommended that the attached
resolution accepting the bid of
David M. Griffith & Associates, Ltd.,
to prepare the Central Services Cost
Allocation Plan, at a cost of $13,500,
be passed and that the City Manager
execute the enclosed agreement.
The City of Miami needs to develop a Central Services Cost Allo-
cation Plan that will identify indirect costs associated with
administering Federal grants. This plan must be developed along
special Federal Government guidelines in existence for this type
of plan.
The attached Agreement requires that the consultant must sucessfully
negotiate the Indirect Cost Plan with the Federal Government, there-
fore, guaranteeing that these charges will not be challanged in
future years by the Federal Government.
Requests for proposals were advertised in Diario Las Americas, The
Miami News, and the Miami Review, on November 18, 1982. In addition,
requests for proposals were mailed on November 17, 1982, to:
. Arthur Anderson & Company 0 DFC Management Consultants
. Arthur Young & Company . Ernst & Whinney
Coopers & Lybrand 0 Peat Marwick Mitchell & Co.
• David M. Griffith & Assoc.,Ltd. a Price Waterhouse & Co.
. Deloitte Haskins & Sells a Touche Ross & Company
Bids were received from four firms'as shown in the attached tabulation.
cc: City Attorney
83--153
PROFESSIONAL SERVICES AGREEMENT
This Agreement entered into as of the day of
1983, by and between the City of Miami, a municipal
corporation of Dade County, Florida, hereinafter referred to as
"CITY", and David M. Griffith and Associates, Ltd., hereinafter
referred to as "CONSULTANT."
W I T N E S S E T H:
WHEREAS, the CITY requires professional services in the
nature of a Central Services Cost Allocation Plan; and
WHEREAS, the CONSULTANT has expressed a desire to perform
a Central Services Cost Allocation Plan, and
WHEREAS, the City Commission authorized the City Manager
to negotiate and execute a professional service agreement by Reso-
lution No. -
NOW, THEREFORE, THE CITY and CONSULTANT agree as follows:
1. TERM:
The CONSULTANT shall perform the work called
for under Item 2 below, commencing thirty (30) days upon execution
of this Agreement. The CONSULTANT shall submit a draft of the
cost allocation plan within sixty (60) days of execution of this
Agreement and will monitor first year recoveries to ensure all
allowable recoveries are realized.
2. BASIC SERVICES:
(a) The CONSULTANT shall provide the following pro-
fessional services as part of this Agreement:
1. Review current Federally funded City programs and evaluate
the contribution of central services for their support.
2. Review current enterprise operations and evaluate the
contributions of central services to their support.
W-.
83-153,
3. Review City central service expenses that can be allo-
cated to an indirect cost pool.
4. Based on the reviews mentioned above, prepare a central
services cost allocation plan that meets current Federal
guidelines.
5. The firm shall negotiate and have accepted by the
cognizant Federal agency the central services cost allo-
cation plan. Negotiations shall be substantiated with
comprehensive work papers, which will become the property
of the City.
6. Provide instruction sessions with City personnel to
ensure the perpetuation of the plan and to enable the
City to annually update the indirect cost rate proposals
in the most efficient manner.
7. Monitor first year recoveries to ensure all allowable
recoveries are realized.
3. COMPENSATION:
(a) The CITY shall ray the CONSULTANT, as compensation
for the services required, a fee of $13,500, inclusive of
out-of-pocket expenses, based as follows:
Professional Reimbursable Engagement
Task
Fees
Expenses
Totals
Preparation
of Cost Allo-
cation Plan
$ 7,500
$ 21500
$ 10,000
Negotiation
of Plan/Pre-
paration of
Rates
2,250
1,250
3,500
Total
9,750
3,750
13,500
4. OWNERSHIP OF DOCUMENTS:
All writings, diagrams, tracing, charts, and schedules
developed by CONSULTANT under this Agreement, shall be delivered to
- 2 -
83--153
0 6
The CITY by said CONSULTANT upon completion of the WORK and shall
become the property of the CITY, without restriction or limitation
on their use. CONSULTANT agrees that all documents, records, and
reports maintained and generated pursuant to this contractual re-
lationship between the 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 information, writings, maps, contract documents, reports
or any other matter whatsoever which is given by the CITY to the
CONSULTANT pursuant to this Agreement shall at all times remain the
property of the CITY and shall not be used by the CONSULTANT for
any other purposes whatsoever without the written consent of the
CITY.
5. NON-DELEGABILITY:
It is understood and agreed that the obligation under-
taken by the CONSULTANT pursuant to this Agreement shall not be
delegated to any other person or firm unless the CITY shall first
consent in writing to the performance of such service or any part
thereof by another person or firm.
6. AUDIT RIGHTS:
The CITY reserves the right to audit the records of
the CONSULTANT at any time during the performance of this Agreement
and for a period of one year after final payment is made under this
Agreement.
7. AWARD OF AGREEMENT:
The CONSULTANTS warrant that they have not employed
or retained any company or persons to solicit or secure this
Agreement and that they have not offered to pay, paid, or agreed
to pay any person or company any fee, commission, percentage,
- 3 -
83-153
16
0
brockerage fee, or gifts of any kind contingent upon or resulting
from the award of making this Agreement.
8. CONSTRUCTION OF AGREEtENT:
The parties hereto agree that this Agreement shall
be construed and enforced, according to the laws, statutes and case
laws of the State of Florida.
9. SUCCESSORS AND ASSIGNS:
This Agreement shall be binding upon the parties
herein, their heirs, executors, legal representatives, successors,
and assigns.
10. IDEMNIFICATION:
CONSULTANT shall indemnify and save the CITY harm-
less from and against any and all claims, liabilities, losses, and
causes of action which may arise out of CONSULTANT'S activities
under this contract, including all other acts or omissions to act
on the part of the CONSULTANTS or any of them, including any person
acting for or on his or their behalf.
11. CONFLICT OF INTEREST:
The CONSULTANT covenants that no person under its
employ who presently exercises any functions or responsibilities
in connection with the Agreement has any personal financial interests,
direct or indirect, with the City. The CONSULTANT further cove-
nants that, in the performance of this Agreement, no person having
such conflicting interest shall be employed. Any such interests
on the part of the CONSULTANT or its employees, must be disclosed in
writing to the CITY. The CONSULTANT, in the performance of this
Agreement, shall be subject to the more restrictive law and/or guide-
lines regarding conflict of interest promulgated by federal, state,
or local government.
- 4 -
83-i53
0
U
12. INDEPENDENT CONTRACTOR:
That the CONSULTANTS and its employees and agents
shall be deemed to be independent contEactor, and not an agent or
employee of the CITY, and shall not attain any rights or benefits
under the Civil Service or Pension Ordinance of the CITY, or any
rights generally afforded classified or unclassified employees;
further he/she shall not be deemed entitled to the Florida Worker's
Compensation benefits as an employee of the CITY.
13. TERMINATION OF CONTRACT:
The CITY retains the right to terminate this Agree-
ment at any time prior to the completion of the WORK without penalty
to the CITY. In that event, notice of termination of this Agreement
shall be in writing to the CONSULTANT who shall be paid for all WORK
performed prior to the date of his receipt of the notice of termin-
ation. Basis for payment shall be as set out. In no case, however,
will the CITY pay the CONSULTANT an amount in excess of the total
sum provided by this Agreement.
It is hereby understood by and between the CITY and
the CONSULTANT that any payment made in accordance with this Section
to the CONSULTANT shall be made only if said CONSULTANT is in
default under the terms of this Agreement, then the CITY shall in
no way be obligated and shall not pay to the CONSULTANT any sum
whatsoever.
IN WITNESS WHEREOF, the parties hereto have caused
these presents to be executed by the respective officials thereunto
duly authorized, this the day and year first above written.
- 5 -
83--153
16
Witnesses:
Attest:
City Clerk
CONSULTANT
By:
(SEAL)
CITY OF MIA14I, a municipal Corpor-
ation of the State of Florida
By:
City Manager
APPROVED AS TO FORM AND CORRECTNESS:
Jose R. Garcia -Pedrosa,
City Attorney
Eff-M
83-IS43
6
W
A14ARD OF BID
Item: City of Miami Central Services Cost Allocation Plan.
Reason: Recover overhead costs incurred in Administering Federal
Grants.
Bids Sent: 10
Bids Received: 04
Bidders: _ Cost
Arthur Young & Co. $ 25,000
David M. Griffith & Assoc's, Ltd. 13,500
Deloitte Haskins & Sells 35,000
Peat Marwick Mitchell & Co. 14,500
Evaluation: All firms who responded to the Request For Proposals
appear to be well qualified to perform the service.
Based on cost and their recognized expertise in the
field, it is recommended that David M. Griffith and
Associates, Ltd., be awarded the bid.
8 3 - 1 )3.
lJ
4
AWARD OF BID
Item: City of Miami Central Services Cost Allocation Plan.
Reason: Recover overhead costs incurred in Administering Federal
Grants.
Bids Sent: 10
Bids Received: 04
Bidders: Cost
Arthur Young & Co. $ 25,000
David M. Griffith & Assoc's, Ltd. 13,500
Deloitte Haskins & Sells 35,000
Peat Marwick Mitchell & Co. 14,500
Evaluation: Ala firms who responded to the Request For Proposals
appear to be well qualified to perform the service.
Based on cost and their recognized expertise in the
field, it is recommended that David M. Griffith and
Associates, Ltd., be awarded the bid.
83-1501