Loading...
C2A-Issue RFP Audit Services For An Audit Of The City�s Capital Improvement ProjCOMMISSION ITEM SUMMARY Condensed Title: Request for Approval to Issue a Request For Proposal (RFP) For Audit Services For the City's Capital Improvement Projects Administered By The City's Capital Improvement Project Office and Other City Departments Key Intended Outcome Supported: Improve the City's overall financial health and maintain overall bond rating. Supporting Data (Surveys, Environmental Scan~ etc.): N/A Item Summary/Recommendation: The City of Miami Beach (the City) would like to soHcit responses from qualified firms to audit the City's capital improvement projects as administered by the City's Capital Improvement Projects Office and the other City Departments. The original engagement will be for a one time audit and cover a review of a three year period from October 1, 2009 to September 30, 2012. The City handles a significant amount of capital improvement projects. The majority are administered under the City Capital Improvement Office. However, other departments such as the Public Works Department (including the Property Management Division), the Parks and Recreation Department, and the Convention Center also administer capital improvement projects within the City. It is the intent to audit the higher risk capital improvement projects (e.g. Construction projects) as administered by the City. THE ADMINISTRATION RECOMMENDS THE ISSUANCE OF THE RFP. Advisory Board Recommendation;;.:.: ____________________ . IN/A .. .=J Financial Information: Source of Amount Funds: 1 D 2 3 OBPI Total Financial Impact Summary: . City Clerk's Office Legislative Tracking: I Alex Denis, Ext 6641 Si n-Offs: Department Director Assistant City Manager MIAMI BEACH 22 Account AGENDA ITEM DATE -- CJ./1 1-ll:r I 5 C9 MIAMI BEACH --=- TO: FROM: DATE: SUBJECT: City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, WNW.miamibeachfl.gov COMMISSION MEMORANDUM Mayor Matti H. Bower and Members of the Ci:y Zom,sion Kathie G. Brooks, Interim City Manager ;;tfi / · January 16, 2013 REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR PROPOSAL (RFP) FOR AUDIT SERVICES OF THE CITY'S CAPITAL IMPROVEMENT PROJECTS ADMINISTERED BY THE CITY'S CAPITAL IMPROVEMENT PROJECT OFFICE AND OTHER CITY DEPARTMENTS ADMINISTRATION RECOMMENDATION Authorize the issuance of the RFP. ANALYSIS The purpose of this one time audit is to examine the City's capital improvement projects as administered by the Capital Improvement Projects Office and the other City Departments between October 1, 2009 and September 30, 2012. BACKGROUND The City has a Capital Improvement Plan which specifies financing and construction and/or acquisition for projects and priorities that require significant capital investment for a five year period. This plan is updated annually and adopted by the City Commission. A capital project is defined as capital or "in-kind" expenditures of $25,000 or more, resulting in the acquisition, improvement, or addition to fixed assets in the form of land, buildings, or improvements more or less permanent in character, and durable equipment with a life expectancy of at least five years. The City handles a significant amount of capital improvement projects. The majority are administered under the City's Capital Improvement Projects (CIP} Office. However, other departments such as the Public Works Department (including the Property Management Division), the Parks and Recreation Department, and the Convention Center also administer capital improvement projects within the City. The City established the CIP Office in 2001 to serve as a focal point for the planning and construction management activities associated with the extensive capital projects work being funded by the authorized General Obligation, Water and Sewer, and Storm Water Bonds funding at the time. The total value of the City's capital improvement program has grown 23 City Commission Memorandum -Auditing Services for Capital Projects RFP January 16, 2013 Page2of5 from approximately $400 million to over $1.2-Billion, including about 300 completed projects. The CIP Office is presently managing over 170 active projects through their project life cycle. Although the CIP Office has been supported in the past by Program Manager firms (H&S and URS), those services were gradually reduced and eventually phased out during Fiscal Year 2008/09. With active projects valued at approximately $700M, the CIP Office will face its biggest challenge, to advance the majority of these projects, including the recently acquired Capital Renewal and Replacement projects, to completion within the next five years. CIP staff is composed of senior management, project managers with different levels of experience and responsibility, financial managers, field inspectors, community information coordinators and administrative personnel. The projects that CIP is currently managing have agreements for design/build, Construction Management at Risk, traditional invitations to bid, Job Order Contracting and others. In addition, CIP has instituted a best value approach to procurement which allows the selection of contractors and consultants based not only on the cost of the services but also on the quality of the organization and their ability to perform the work effectively and efficiently. Other City Departments also provide management of some specialized projects. For example, the Public Works Department provides construction management for environmental projects and some utility projects, while the Parks and Recreation Department provides management of some landscaping projects. SCOPE OF SERVICES The proposed audit will focus primarily on the City's capital projects. It should cover the review of the process the departments utilize to take a capital project from the beginning to final completion. In addition, it should include a review of capital improvement projects under the administration of the divisions within the Public Works Department. Internal controls over these processes should be reviewed for adequacy and effectiveness. The audit will cover a three year period from October 1, 2009 through September 30, 2012. Audit procedures should include the following at a minimum: 1. Conduct entrance meetings with key department personnel to become familiar with operations and implemented internal controls. 2. Review the designated computer system{s). 3. Perform a risk assessment of the capital improvement projects to determine the City's higher areas of risk. Incorporate testing of these higher risk areas into the audit program. 4. The Risk Assessment, Audit Program and Sample Size Methodology must be approved by the City's Internal Audit Division. 5. Determine if policies and procedures exist, are sufficient and are being followed. 6. Review systems of internal controls and segregation of duties for adequacy. 7. Choose a representative sample of closed and open CIP projects during the audit period of October 1, 2009 through September 30, 2012 and test for the following: a. Verify that the appropriate bidding process took place and confirm that the bidder was selected in accordance with City standards. If not, ensure proper documentation exists in the file stating the reasons for the bidder's selection. b. Obtain AlAs (Application of Payments) and ensure the progression of the AlA trades and final billings for consistency. Tie the amounts paid to the 24 City Commission Memorandum-Auditing Services for Capital Projects RFP January 16, 2013 Page3 of5 contractor to final contract amounts. c. Confirm that the architectural signoff and lien waivers support invoices received. d. Trace funding from City Commission approved appropriations and grant/project agreements to total project expenditures. e. Verify that invoices were billed in accordance with the contract. f. Review selected project funds for unauthorized transfers in and out. g. Verify that any change orders were appropriate, supported by documentation and approved in advance. h. Determine that the appropriate building permits have been issued. i. For closed projects, confirm that the certificate of occupancy has been obtained. j. Trace that tested transactions were correctly entered into the City's Financial System. 8. The contractor is encouraged to perform electronic data analysis wherever possible to try to determine the possible existence of any improprieties surrounding the handling of CIP projects. Greater attention should be given to higher risk areas. 9. Any material findings noted during testing should be immediately reported to the CIP Director and the City's Internal Auditor. 1 0. The contractor shall prepare an audit report and discuss findings and recommendations with the relevant parties at the exit conference. MINIMUM QUALIFICATIONS The respondent must have experience during the past five years in providing accounting and auditing services to local governments and in auditing their construction/capital projects. In addition, the respondent must be independent from the City and its staff. Finally, the respondent must be able to complete the designated assignment by September 30, 2013. MINIMUM DOCUMENTATION SUBMITTAL REQUIREMENTS 1. Respondent's Documentation a. Respondent should list their experience in auditing construction/capital projects for public agencies during the past five years. b. Describe the respondent's (local office for national firms) experience in providing accounting and auditing services to local governments during the past five years. c. List and describe any litigation filed against the respondent in the State of Florida during the last five years. Also, list any terminations, suspensions, censures, reprimands, probations or similar actions against the respondent or any member of the respondent's firm by the Florida State Board of Accountancy in the last five years. d. The respondent will submit a notarized statement as to their independence with regard to the City. Similarly, any future potential independence concerns that may arise related to any sampled construction companies should be reported immediately to the Internal Audit Division before any testing is conducted. e. List at least three (3) client references that may be contacted at the City's discretion. 25 City Commission Memorandum -Auditing Services for Capital Projects RFP January 16, 2013 Page 4 of5 2. Project Team Documentation: Provide a listing of the personnel to be used on the project and their qualifications for performing the desired work. A resume including education, experience, licenses and any other pertinent information shall be included for each team member, including subcontractors to be assigned to each project. These resumes should also include the assigned partner, manager and the senior for this engagement. These resumes should include any continuing education received in local governmental auditing and construction/capital audit engagements. 3. Methodology and Approach: Describe the respondent's approach to this audit engagement. This should include at least the following: • Explain the development of the audit program and the representative sample. • List the organization of the audit team and titles of team members and approximate amount of time each such class of member will spend on the audit. • List the names of the partner and manager that will be assigned to this engagement and the extent of their involvement with this engagement. • List the proposed schedule for the audit and anticipated completion date. 4. Previous Similar Projects: A list of a minimum of five similar projects must be submitted. Information at a minimum should include: • Client name, address and contact phone number. • Description of similar scope of services. • Month and year the project was started and completed. EVALUATION/SELECTION PROCESS; CRITERIA FOR EVALUATION The procedure for proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of proposals. 3. Opening and listing of all proposals received. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each proposal in accordance with the requirements of this RFP. If further information is desired, proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the proposal or proposals acceptance of which the Evaluation Committee deems to be in the best interest of the City. The Evaluation Committee shall base its recommendation on the following criteria: • Firm's Experience in Auditing Services on Similar Type Projects -20 points 26 City Commission Memorandum -Auditing Services for Capital Projects RFP January 16, 2013 Page 5 of5 • Qualifications of Project Team on Similar Type Projects-20 points • Methodology and Approach -20 points • References Provided by Prior Clients -15 points • Fees -25 points LOCAL PREFERENCE: The Evaluation Committee will assign an additional five (5) points to Proposers, which are a Miami Beach-based vendor as defined in the City's Local Preference Ordinance. VETERANS PREFERENCE: The Evaluation Committee will assign an additional five (5) points to Proposers, which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise, as defined in the City's Veterans Preference Ordinance. 6. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the proposal or proposal's acceptance of which the City Manager deems to be in the best interest of the City. 7. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another proposal or proposals. In any case, City Commission shall select the proposal or proposals acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject all proposals. 8. Negotiations between the selected proposer and the City Manager or designee take place to arrive at a contract If the City Commission has so directed, the City Manager may proceed to negotiate a contract with a proposer other than the top- ranked proposer if the negotiations with the top-ranked proposer fail to produce a mutually acceptable contract within a reasonable period of time. 9. If the City Commission has so approved, the City Manager or designee after successful negotiations, will present a contract acceptable to the respective parties to the City Attorney's office for approval as to form and language, and then to the Mayor and City Clerk for signature after the selected proposer has done so. CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP for auditing services. KGB/JJS/ F:\OBPI\$AUD\INTERNAL AUDIT FILES\DOC12-131AUD COMIAudit Services Capital Projects RFP-Memo 3.doc 27