Loading...
C2B-Issue RFP Auditing Services To Examine The Citys Basic Financial StatementsCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Authorize The Issuance Of A Request For Proposals (RFP) For Auditing Services To Examine The City's Basic Financial Statements lncluded ln The City's Comprehensive Annual Financial Report (CAFR), Federal Grant Programs And State Projects (OMB A-133 Single Audit), And The Financial Statements Of The Miami Beach Redevelopment Agency (RDA), The Parking Systems Fund (PSF), The Miami Beach Visitor And Convention Authority (VCA), The Miami Beach Convention Center, The Jackie Gleason Theater Of The Performing Arts, The Building Better Communities Bond Program (BBC), The Children Trust Grant Prooram (Ct). And The Safe Nei Parks And Bond SNP). Environmental Item Summary/Recommendation : The City of Miami Beach (the City) is required to have an annual audit in accordance with Florida Statute 218.39 performed on the City's Comprehensive Annual Financial Report (CAFR). Other audits are required to be performed in accordance with the U.S. Office of Management and Budget (OMB) Circulars, Bonded Debt Covenants, Performance Management and/ or Grant Agreements. Each audit herein must be conducted by an independent audit firm. The City is seeking a five-year contract proposal with one (1) five-year option to renew period. The City's current auditor is McGladrey & Pullen, LLP. McGladrey & Pullen, LLP has provided auditing services for the City since 2006. Generally the audit committee would establish factors to use for the evaluation of audit services to be provided by a certified public accounting firm. l-{owever, given that the audit committee has not yet had an opportunity to review the evaluation factors, we are requesting that the Commission approve the RFP and authorize its issuance subject to the review and concurrence of the audit committee and delegate authority to the Manager to issue the RFP if there are no substantive changes recommended. Pursuant to the Florida Statute 218.39, the City is required to procure auditing services to examine the City's Basic Financial Statements included in the City's Comprehensive Annual Financial Report (CAFR), Federal grant programs and State projects (OMB A-133 Single Audit), the financial statements of the following: Miami Beach Redevelopment Agency's (RDA), the Parking Systems Fund's (PSF), the Miami Beach Visitor and Convention Authority's (VCA), the Miami Beach Convention Center (MBCC), as managed by Global Spectrum (GS), the Safe Neighborhood Parks and Bond Program (SNP), Children's Trust (CT) and Building Better Communities (BBC). ln order to seek proposals from qualified firms interested in providing the requirement services to the City, the Administration is recommending the City Commission approve the issuance of Request for Proposals (RFP) 2014-276-LR for Auditing Services. For further details on the scope of services required, refer to Section 0300, RFP 2014-276-LR for Auditing Services (attached). RECOMMENDATION the lssuance of the RFP Advisorv Board Recommendation: Financial lnformation: Clerk's Office islative Tracki T:\AGENDA\201 2014-276-LR SUMMARY.doc Agenda ltem Date czB-?+3-t( 01 'l-9310-000312$176,463 1 68-1 985-00031 2 480-0461 -00031 2 1 60-4300-00031 2 440-0442-OOO312 Alex Denis, ext. 7490 or Patricia Walker, ext. 6461 {B AAIAAAISEACH Auditing 65 Commission Memorandum - RFQ #2014-276-SW Auditing Services July 23,2014 TO: FROM: DATE: mmrssron MIAMIBEACH City of Miomi Beoch, l700 Convention Cenler Drive, Miomi Beoch, Florido 33 i39, www.miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members the City Jimmy L. Morales, City Manager July 23,2014 SUBJECT: REQUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR PROPOSALS (RFp) FOR AUDIT|NG SERVTCES TO EXAMINE THE CITY'S BASIG FINANCIAL STATEMENTS INCLUDED !N THE CtTY',S COMPREHENSTVE ANNUAL FINANCIAL REPORT (CAFR), FEDERAL GRANT PROGRAMS AND STATE PROJECTS (OMB A-133 SINGLE AUDIT), AND THE FINANCIAL STATEMENTS OF THE MIAMI BEACH REDEVELOPMENT AGENCY (RDA), THE PARKING SYSTEMS FUND (PSF), THE MtAMt BEACH VTS|TOR AND CONVENTTON AUTHORTTY (VCA), THE MtAMt BEACH CONVENTION CENTER, THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS, THE BUILDTNG BETTER COMMUNTTIES BOND PROGRAM (BBC), THE CHILDREN TRUST GRANT PROGRAM (CT), AND THE SAFE NETGHBORHOOD PARKS AND BOND PROGRAM (SNp). ADMI N ISTRATION RECOMMENDATION Authorize the issuance of the RFP. KEY INTENDED OUTCOME SUPPORTED lmprove the City's overallfinancial health and maintain overall bond rating. BAGKGROUND The City of Miami Beach (the City) is required to have an annual audit in accordance with Florida Statute 218.39 performed on the City's Comprehensive Annual Financial Report (CAFR). Other audits are required to be performed in accordance with the U.S. Office of Management and Budget (OMB) Circulars, Bonded Debt Covenants, Performance Management and/ or Grant Agreements. Each audit herein must be conducted by an independent audit firm. The City is seeking a five-year contract proposal with one (1) five-year option to renew period. The City's current auditor is McGladrey & Pullen, LLP. McGladrey & Pullen, LLP has provided auditing services for the City since 2006. Generally the audit committee would'establish factors to use for the evaluation of audit services to be provided by a certified public accounting firm. However, given that the audit committee has not yet had an opportunity to review the evaluation factors, we are requesting that the Commission approve the RFP and authorize its issuance subject to the review and concurrence of the audit committee and delegate authority to the Manager to issue the RFP if there are no substantive changes recommended. 66 City Commissioner Memorandum - RFP 2014-276-SW Auditing Services July 23,2014 SCOPE OF SERVICES Pursuant to the Florida Statute 218.39, the City is required to procure auditing services to examine the City's Basic Financial Statements included in the City's Comprehensive Annual Financial Report (CAFR), Federal grant programs and State projects (OMB A- 133 Single Audit), the Miami Beach Redevelopment Agency's (RDA) financial statements, the Parking Systems Fund's (PSF) financial statement, the Miami Beach Visitor and Convention Authority's (VCA) financial statement, the Miami Beach Convention Center (MBCC), as managed by Global Spectrum (GS), financial statements, the Safe Neighborhood Parks and Bond Program (SNP), Children Trust (CT) and Building Better Communities (BBC). There are ten (10) services which are required as part of this request. All services must be included in the proposal in order for it to be considered. The services and scope of services are as follows: 1. CAFR - The auditor will prepare and issue an auditor's opinion and conduct an audit of the City's CAFR in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Controller General of the United States. The examination must be made in accordance with the guidelines prepared by the Governmental Finance Officers Association (GFOA) in order for the City to apply for the Certificate of Achievement for Excellence in Financial Reporting. On an annual basis, the City will prepare the CAFR for auditing. The auditors will provide guidance with the implementation of Governmental Accounting Standard Board (GASB) statements as necessary. The audit firm shall issue an audit opinion to the City no later than 180 days following the fiscal year end. 2. OMB A-133 Single Audits - The auditor must perform an audit in accordance with auditing standards generally accepted in the United States of America; the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States; and OMB Circular A-133, Audits of Sfafes, Local Governments, and Non-Profit Organizations. The auditor must issue an lndependent Auditors' Report on lnternal Control over Financial Reporting and on Compliance, lndependent Auditors' Report on Compliance and lnternal Control over Compliance Applicable to Each Major Federal Program and State Project, and Schedule of Findings and Questioned Costs. The City will prepare the Schedule of Expenditure of Federal Awards and State Financial Assistance. The audit firm shall issue the single audit report and data collections form to the City no later than 180 days following the fiscal year end. 3. Management Letter in Accordance with the Rules of the Auditor General of the State of Florida - The auditor firm shall issue a management letter to the City no later than 180 days following the fiscal year end. 4" RDA - The City issues stand-alone basic financial statements for the RDA, a blended component unit of the City. The auditor will prepare and issue an auditor's opinion and conduct an audit of the RDA basic financial statements in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Controller General of the United States. Page 2of 4 67 City Commissioner Memorandum - RFP 2014-276-SW Auditing Services July 23,2014 5. The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the RDA basic financial statements to the City no later than 180 days following the fiscal year end. PSF- The City issues stand-alone financial statements for the PSF, a major enterprise fund of the City. The auditor will prepare and issue an auditor's opinion and conduct an audit of the PSF financial statements in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Controller General of the United States. The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the PSF basic financial statements to the City no later than 150 days following the fiscal year end. VGA- The City issues stand-alone basic financial statements for the VCA, a discretely presented component unit of the City. The auditor will prepare and issue an auditor's opinion and conduct an audit of the VCA financial statements in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Controller General of the United States. The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the VCA basic financial statements to the City no later than 90 days following the fiscal year end. GS- The City issues special purpose financial statements for assets, liabilities, revenues, and expenses of the Miami Beach Convention Center and Jackie Gleason Theater of the Performing Arts, as managed by GS. The auditor will prepare and issue an auditor's opinion and conduct an audit of the GS assets, liabilities, revenues and expenses in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Controller General of the United States. The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the SMG special purpose financial statements to the City no later than 90 days following the fiscal year end. SNP- The SNP governing Miami-Dade County ordinance No. 96-115 requires that an annual independent audit of all bond funds be conducted. The auditor will conduct an audit in compliance with the grant agreement, SNP ordinance No. 96-1 15, applicable resolution and the SNP Administrative Rules. The audit report, notes and schedules are to be prepared by the auditor. The audit firm shall issue the SNB to the City no later than 90 days following the fiscal year end. CT - The City receives funds from the Children's Trust Fund Program and the Children's Trust requires an audit in accordance with the Children's Trust Contractual Agreements, AU-C 935 and Statement on Auditing Standards No. 117. 6. 7. 8. L Page 3 of 4 68 City Commissioner Memorandum - RFP 2014-276-SW Auditing Services July 23,2014 The audit report, notes and schedules are to be prepared by the auditor. The audit firm shall issue the CT to the City no later than 90 days following the fiscal year end. 10. BBC - The City receives funds from Miami-Dade County for the Building Better Communities Bond Project and the Building Better Communities Bond Project requires an audit in accordance with Miami-Dade County Ordinance 05-47, applicable resolutions, and Building Better Communities Administration Rule. The audit report, notes and schedules are to be prepared by the auditor. The audit firm shall issue the SNB to the City no later than 90 days following the fiscal year end. ln order to seek proposals from qualified firms interested in providing the requirement services to the City, the Administration is recommending the City Commission approve the issuance of Request for Proposals (RFP) 2014-276-tR for Auditing Services. OTHER RFP REQUIREMENTS o MINIMUM QUALIFICATIONS. Please Reference, Appendix C, RFP 2014-276- LR for Auditing Services (attached). . SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2014- 276-LRfor Auditing Services (attached). . CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2014-276- LR for Auditing Services (attached). CONGLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 201 4-276-LRfor Auditing Services. ATTACHMENTS RFP 201 4-276-LRfor Auditing Services JLM/MT/PDW/AD T:\AGENDA\2014\July 23\Procurement\RFP lssuance Auditing Services MEMO.doc Page 4of 4 69 MIAMIBEACH OFFICE OF THE CIry MANAGER No. LTC # ee3-Jotcl Mayor Philip Levine and Members Commission FROM: Jimmy L" Morales, City Manager DATE: July 1,2014 SUBJECT: Audit Committee We need to issue an RFP for Audit Services and sought the guidance of the City Attorney as to the requirement of an audit committee pursuant to FS 218.391. Contrary to past practice, the City Attorney has opined that an audit committee must be established to select the external auditor for the City. Therefore, I am requesting that the Mayor and each Commissioner plan to nominate a member for the audit committee at the July 23 Commission meeting. The primary purpose of an audit committee is to assist the governing body in selecting an auditor to conduct the annual flnancial audit required in FS 218.39; however, the audit committee may serve other audit oversight purposes as determined by the entity's governing body. Under FS 218.391 the Audit Committee shall: 1 - Establish factors to use for the evaluation of audit services to be provided by a certified public accounting firm; 2 - Evaluate proposals provided by qualified firms; 3 - Rank and recommend in order of preference no fewer than three firms deemed to be the most highly qualified to perform the required services. The GFOA Recommended Practice for Audit Committees is that ideally, all members of the committee possess or obtain a basic understanding of governmental financial reporting and auditing. The audit committee also should have access to the services of at least one financial expert, either a committee member or an outside party engaged by the committee for this purpose. Such a financial expert should through both education and experience, and in a manner specifically relevant to the government sector, possess 1) an understanding of generally accepted accounting principles and financial statements; 2) experience in preparing or auditing financial statements of comparable entities; 3) experience in applying such principles in connection with the accounting for estimates, accruals, and reserves; 4) experience with internal accounting c,ontrols; and 5) an understanding of audit committee functions. Please contact me if you have any questions. JLM/PAV \ *" .r"ffi#" provir)tr.o excellent publlc seruice ond salaty to allwho live, wo*, and ploy in our vibrant, kopbol, historic conntunity. ft i: l: ': l\.,!:; [] Zillrt iLl,". -3 Afi gr 03 cl'i'Y f)Li,i,i I iiirl'it.l LETTER TO COMMISSION 70 REQUEST FOR PROPOSALS (RFP) FOR AUDITING SERVICES TO EXAMINE THE CITY'S BASIC FINANCIAL STATEMENTS INCLUDED IN THE CITY'S COMPREHENSIVE ANNUAL FINANCIAL REPORT (CAFR), FEDERAL GRANT PROGRAMS AND STATE PROJECTS (OMB A-I33 SINGLE AUDIT), AND THE FINANCIAL STATEMENTS OF THE MIAMI BEACH REDEVELOPMENT AGENCY (RDA), THE PARKTNG SYSTEMS FUND (PSF), THE MrAMr BEACH VTSTTOR AND*g9NVENT|ON AUTHORTTY (VCA), THE MIAMI BEACH CONVENTION CENTER, THE JACKIE GLEASON THEATER OF THE PERFORMING ARTS, THE BU|LD|NG BETTER COMMUNTTTES BOIID PROGRAM (BBC), THE CHILDREN'S TRUST GRANT PROGRAM (CT), AND THE SAFE NETGilBORHOOD PARKS AND_ .:;..€5.BOND PROGRAM (SNP). { RFP 20 1 4-27 6-LR q, .h = "ai iw ..1.1..:Yffir'r;rr,. I =RFP ISSUANCE DATE: JULY 24,2014 PRO.F.ESALS DUE: AU@ST 25,20:14@ 3:00 pM ,iu#N= ISSUEBi:iEY: M IIAIAMIBEACH Lou rdes Rod ri g ueilzffi ior Procu reme nt S pecial ist DEPARTMENT OF PROCUREMENT MANAGEMENT 17OO Convention Center Drive, Miomi Beoch, FL 33.l39 305.6737000 x66521 Fox: 786.394.4075 | www.miomibeochfl.gov 71 E ,V\lAMtS[AC$-i TABLE OF CONTENTS SOLICITATION SEGTIONS: PAGE 0100 Nor uTrLrzED ......"". .......... N/A O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ...............3 O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ..........10 ......,......,. ;:ll:-..;...,...,,,,,.,,.,........,..... 1 30400 PROPOSAL EVALUATION ....... +,:,:,::-.:;.. APPENDICES: PAGE, .,.:.:,:::: : APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS ,,,,...17 APPENDTX C MINIMUM REQUTREMENTS a SptCtrrCATrONSftfu" ..........,....26 '] 'Fi f- APPENDIX D SPECTAL CONDTTTONS .....................j::N*r ,................ ......30 sffi, AppENDtX E COST PROPOSAL FORM=,i: ................:,fl.-.-...... ..................32 it' APPENDIX F INSURANCE REQUIREMENTS ;:':=:4n,................:i-...... ..............35 ,=:%, i:,.]::l Va RFP 2014-276-LR Auditing Services 72 zb il ^t A A,{l !"'!r* "{.1^l !r\l\ I A l\li I ntr* S.:&,t !-'-fI v ilr \t Y ti p*, tvl i SECTION ()2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]")if this RFP results in an award. ::.:::t:::::.:,,, ,,: . . The City utilizes PubticPurchase (www.publicpurchase,com) for automaiiMairution of competitive solicitation opportunities and document fulfillment, including the issuance of pny addendum to this RFP. Any prospective Proposer who has received this RFP by any means other than thr*q$h PublicPurchasC must register immediately with PublicPurchase to assure it receives any addendum issuEdli{d this RFP. Failure to receive an addendum mayresuItindisqualificationofproposalsubmitted. 2. PURPOSE.4'i'"' on the City's ComprehensiveThe City of Miami Beach (the City) is required to have an iifi|{"i[hl Annual Financial Report (CAFR) in accordance with Florida Statitea 218,39, Other audits are required to be conducted in accordance with the U.S. Office of Management"l* udget (OMB) Circulars, Bonded Debt Covenants, Performance Management and/oi|GrantiA$reements. Each audit herein must be conducted by an Pursuant to the above requireme*{i, thg City is requi'ieO to Frocuie auOiting s6rvices to examine the City's Basic Financial Statements incl!Ped.."$;$}1"^th6 iiffiity-,,,'s CompiehehsFrc Annual Financial Report (CAFR), Federal grant prograrns and State p[g.j. #""(OMB A{,qg Single Audit) and the financial statements of the Miami Beach Redevelopment Ageney'$flDA) , the Pa*ing Systems Fund's (PSF) , the Miami Beach Visitor and Convention Authority's (VCA), the MfffiBeach Convdtion Center (MBCC), as managed by Global Spectrum (GS), the Safe Neighborhood Parks and BGnd Progam {S'}lP},,e=.h=i1d,,,,.-q.94 TruSt (CT) and Building Better Communities (BBC). TBftntative schedule for this solicitation is as follows: RFP lssued July 24,2014 Pre-PropoS@eting August 4,2014 at 10 a.m. Deadline for Reeeipt of Questions August 18,2014 n - Responses Due August 25,2014 @ 3:00p.m. EvaluatiOh Committee Review'r t:: TBD Pioposer Presentations TBD Tentative Commission Approval Authorizing Negotiations September Contract Negotiations Following Commission Approval RFP 20142761R Auditing Services 73 b I r I ^ r ,lnf A f l II\ fi I i\ J\ J\ I ;J I* -ft { t*".ri v \#1t v \t LiLi\\-t I 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado@miamibeachfl.gov;or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3" All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Lourdes Rodriguez Telephone: (305)673-7000 x 6652 Email: lourdesrod rig uez@m iamibeachfl . gov -l a.:,, 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary byrltllHrCity, a pre-proposal meeting or site visit(s) may be scheduled. ,= : ,,rtiiiitt riNlii 1,,,, A Pre-PROPOSAL conference will be held as scheduled in Solicitation T,'i#Hline abdv€al the following address: City Hall- 4ttt FIoor _ "' .' , City Manager's Large Conference Room ' 1700 Convention Center'DriVe Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participa$,ihgrln=-th,g Pre-ProposatSq.p, ission Meeting via telephone must follow these steps: '"i" (1) Dialthe TELEPHoNE NUMBER: 1- 88s-270-st3o iffi,ir- nrUnttUr.,i.ai'' (2) Enterthe MEETING NUMBER: fia.voa!,_ ,r|ffi 6-,,i[** ' : Proposers who are interested iil brrti.ipatii! via telephHii#hould send an e-mail to the contact person listed in this RFP expressing their intent to participate vta telephone, ,.. 6. PRE-PROPOSAL INTERiRETATIONS. Oral informatiorur responses to questions received by prospective Proposers are.,, t,.! ding on the City and will be'witffit legal effect, including any information received at pre- submittal mee 0Fslt@sit(s). Onlyouestions answered by written addenda will be binding and may supersede termsr-lgted,ih'this soliCita1io1,,,,,{ddendu.r,n will be released through PublicPurchase. 7. CONq OE SILENCE. PursuanL,,tg Section 2-486 of the City Code, all procurement solicitations once advertised and until anipwnrd recommendati$rf.,has been fonruarded to the City Commission by the City Manager are under the "Cone 6t,l1ijj,,,; .Silence." te Cone of Silence ordinance is available at http://library.muffiboilgcom/index,adEi?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference trll,i s solici fian with any City employee or City official is strictly prohibited with the of exception communications with thp r ilement Director, or his/her administrative staff responsible for administering the procurement process for tliis Sblicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov, 4 RFP 2014-276-LR Audlting Services 74 b '\,\iAMtmrAC$-{ 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web. miamibeachfl,qov/procuremenUscroll.aspx?id=235 1 0 . CONE OF S|LENCE.... CITY CODE SECTION 2486 . PROTEST PROCEDURES CITYCODE SECTION 2-371 r DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 . LOBBYIST REGISTMTION AND DISCLOSURE OF FEES. ., CITY CODE SECTIONS 2481 THROUGH 2406 . CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 o CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT ISSUES... ... . .. . . CITY CODE SECTION 2488 o REQUIREMENT FOR CITY CONTMCTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS...... CITY CODE SECTION 2.37.3 . LlVlNGWAGEREQUIREMENT........... CITYCODESECTIpIIS24OTTHROUGH24Il . LOCALPREFERENCEFORMIAMIBEACH-BASEDVENDORS.......,. CITYCODESECTION2-372 . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CoNTRoLLED BY VETEMNS AND T0 STATE-CERT|F|ED SERVTCE- r r,,. ', ,.i DlSABLEDVETEMNBUSlNEsSENTERPRlSESClTY.e0ilf;.]SECTloN2-374. FALSE CLAIMS 0RD|NANCE.... CITY CODE SECTION 70-300 oACCEPTANCE0FGlFTS,FAVoRS&SERVlcES,....;:.$TYcooESECTloN2449 1:::,tili" i: l' ,r,:,,. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF P,R€POSALS.l=.h. rily reserves the righffi postpone the deadline for submittal of proposals and will make a reasonable effort tg giyg:at least three (3) calendar days written notice of any such postponement to all prospective Proposers throii Purchase. = t '"%ffii.;,,,. 10. PROTESTS. Protests concerning the specifications, requirementd',{ei.ffi1,or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which=stablisheS procedures for protested proposals and proposed awards. Protests not submitted in a timely manner p*rsuant to the requirements of City Code Section 2- 371 shall be barred. .=..-,.i... i, . ==== 11. MIAMI BEACH-BASE9Iff,FNDORS PEEFERENCE; Pursuant to City of Miami Beach Ordinance No. 2011-3747, as amended, a five (5) -q,,- jpr.ference w'rtl,.-be given to a responsive and responsible Miami Beach-based Proposer. '%. i 12. VETERAN BUSINESS=ENIERP&IiHS:PREfFRENQE.''PursuanI to City of Miami Beach Ordinance No" 2011- 3748, as amended, the City shtrll give a five (5) p-inFffiference to a responsive and responsible Proposer which is a small business concern owned'aryfpontrolled by a vdtbran(s) or which is a service-disabled veteran businessenrerp.Ilse;. =, .= -,N\ni *,- 13. DETERMINATION OF AWARD. The fihal ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by he City Manager who may recommend to the City Commission the Propose(s) s/he deems to be in the best inteest of the City or may recommend rejection of all proposals. The City Manager's recommendation n'eed not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code SOction 2-36€, inCluding the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract, (2) Whether th'€ Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (a) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. RFP 2014-276-lR Auditing Services 75 b { , I i i r I n r -( /'\l It\ -',, I / , J\ ,/\ I Ld I* '\ J $--.$I V \lf\l \r ii LJI-*/-\\-l I The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, relect the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also relect all Proposals. Upon approval of selection by the City Commission, negotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptable Agreement. 14. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to relect any or all proposals prior to award. Reasonable efforts will be made to either award the Contract or reiect all proposals within one- hundred twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals unilaterally before the expiration of one hundred and twenty (120) calendar daysfrom the date of proposals opening. =15. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and eXaNflations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contiact, and will not be accepted as a basis for any subsequent claim whatso6-1i6 r any monetarv consideration on the part of the Proposer. r,fu- ,r': 16. COSTS INCURRED BY PROPOSERS, All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole rdspOnsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed b: Iher0ity Wlit+_ 17. RELATIONSHIP TO THE CITY, lt is the intentof the City,'add P'roposeri:-lEpieby acknowledge and agree, that the successful Proposer is consid€red to be an independeht contractor,, and that neither the Proposer, nor the Proposer's employees, agepts, and/or contractors, shall, under any circumstances, be considered employees or 18. TAXES. The City otfii eeacn is-e6pt from all Federal Excise and State taxes. 19. MISTAK:ES;::Pre.1posers aie dpected to examine the terms, conditions, specifications, delivery schedules, proposed pffin!, and=alEstnrctiohs pertaining to the goods and services relative to this RFP. Failure to do so will be at the@oser's risk -nd resultin the Proposal being non-responsive. Payment will be 6y1de by the City after the goods or services have been received, inspected, and found to coflf$ ith contract, spffifuations, free of damage or defect, and are properly invoiced. lnvoices must be consistent with'rflr$Ighase Order fo., FJ 21. PATENTS & ROY4f=TlE$,i froposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, coiitiSct6&, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyffiited, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner RFP 2014-276-LR Auditing Services 76 E ,'.,ilAir,\iBilACh{ and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract, ,,ffi Where contractor is required to enter or go on to City of Miami Beach property.to Qqlivbr materials or perform work or services as a result of any contract resulting from this solicitation, the contradf6ffill assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insura re all work complies with all applicable laws. The contractor shall be liable for any damager or 1or54ffie City oned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, f9,.,,,,1 iture to comply fith ap+-gicable laws. , *n- 23. SPECIAL CONDITIONS. Any and all Special Condition$'that may vary from tndSb eeneral Terms and Conditions shall have precedence. , -:. .::. ',q..$iiii, 24. ANTI-DISCRIMINATION. The Proposer certifies that he/she l, ln .orflrnce with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended.i.by Eiecutive Order 11375, relative to equal employment opportunity for all persons without,*9.rd-ffi, color, religior, r., or national origin. A. Pre-award inspection of the Proposer's facilif:rpay be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly eggaged in the business of providing the goods and/or services as desciibed iri this solicitati& = :i$ts C. Proposers must be able to demonstrate a good qecord of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment,and ollganization'SSusedheidin shall, be construed to mean a fully equipped and well estgp-lt$ied4mpany in line with the best bUsiness practices in the industry, and as determined by the City E""I,*ffiBity may consider any evidence available regarding the financial, technical, and other qualifications and dbi..,!! of a Proposer, inCluding past performance (experience), in making an award that is in the best interest of the City. .. qr F. The 0i ay require PropiisQr s to show proof that they have been designated as authorized representatives of a manUfd.f,ffir or supplier, fiv-hiih is the actual source of supply. ln these instances, the City may also require material infollEition from the iource of supply regarding the quality, packaging, and characteristics of the products to be SUffi thryry ':::::= 26. ASSIGNMENT. The SE0cessful Proposer shall not assign, transfer, convey, sublet or othenruise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 27. LAWS, PERMITS AND REGULATIONS, The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government RFP 20142761R Auditing Services 77 g iu/ri*tviisrAcl-t or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR.It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D.ThePropose/sproposalinresponsetothesolicitation. 31. INDEMNIFICATION. The contractor shall indemnify .nOl@jimless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents oi instrumentalities may incur aSra result of claims, demands, suits, causes of actions or proceedings of any kind Or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its efiployees, bgents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses i n*€ction therewith, and shall investigate and defend all claims, suits or actions of any kind oi natrc in the name df h City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees whiieF y be incurred thereon. The contractor expressly understands and agrees that any insurance piotection required'by th,.1; Agreement or othenrvise provided by the contractor shall in no way limit the responsibi@to indemnify,*,qlp and $5Fe harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. .Y 32. CONTRACT EXTEN:$LON. The City rieserves the right to require the Contractor to extend contract past the stated termination date Hldiperiod of u$fu 1p days in the event that a subsequent contract has not yet been awarded. Additional extensibi:i$ip,as[,,tfte ilEO dais may-occur as needed by the City and as mutually agreed upon by the City and the contractor,- -, ,J-i,, "':4iiE, 33. FLORTDA PUBLIC RECORDS LAW.,flroposers are hereby notified that all Bid including, without limitation, any o.qppitt.otherewith,areexemptfrompubIic,eco,dsrequirementsunder Section 11,9.07(1), Florida Statutes, and s.24(a), Ar1..1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) i lGep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perf,orm the ser-vices; (b) provide the public with access to public records on the same terms and conditions that the public agehcy would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenrvise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency, RFP 2014276-LR Auditing Services 78 g i,,ilAiviiBilACl{ 34. MODIFICATIONMITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be lrrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 35. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are iejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP tq Which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 36. ACCEPTANCE OF GIFTS. FAVORS. SERVICES. Proposers gtiht!,rot offer any $iituities, favors, or anything of theCity,fotthepurpoSeoiiittuencingconsiderationofthis Proposal, Pursuant to Sec. 2-449 of the City Code, no officeroi B'inployee of the City shall accept any gift, favor or service that might reasonably tend improperly to influencehimin the dischargelf his official duties. ?ita Balance of Page lntentionallv Left Blank := -:t?i;1 9 RFP 20 1 4-27 6-',R Auditing Services 79 E ,\{lA'\{iS[AC$-{ SECTION O3OO PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be repcted. = =2. LATE BIDS. Bid Proposals are to be received on or before the due date establi$ecf herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposalsiWilt be considered late and not be accepted or will be returned to Proposer unopened. The City does n ,a t responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the review pro.r.s-"and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified belowEard copy submittal should be tfp- as enumerated below and contain a table of contents with page references. Electronic copieS,should also be tabbdd and contain a table of contents with page references. Proposals that do not include the required information will He deemed non- responsive and will not be considered. :\:L",:,:;: Cover Letter & Minimum Qualifications 1.1 Cover Letter and Tabte of Contents. The cover lettermust indiCate Proposer and Prdpser Primary Contact for the purposes t. 1,2 Proposal Certification, Questiionnaire &*equirementa AffidCUit (eppenaii A). nttacn Appendix A fully completed and .-r' ti i t:a::::41 ;1:,', ' :,. -..,:::4i,, ,, '. r;;.. r 1.3 Minimum Quatificatidhs Requirements., Submit verifiable information documenting compliance with the minimum qualifications requirements esiailished in Appbndii C;Minimum Requir--ements and Specifications. & Qualifications 2.1 Qualifi*atidof Paopo.s,, Firm. Suhit detailed information regarding the firm's history and relevant experience and proven track r@,pf 'providing the sCope ol services similar as identified in this solicitation, including experience in providing similar scope of sed,icES'to public sector agenCles$or each project that the Proposer submits as evidence of similar experience, the following is required:Brojggl description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. 1. Describe th6'=6pondent's profesGi6n'al development program, including the approximate number of hours of continuing education attendetl the responden-L o indicate the number of days of specialized training in governmental accounting and auditing received durin$@ last tw-o, as of personnel to be assigned to this engagement. lndicate compliance with the State Board of Accountancy requ*rernents applicable to audits of Florida local governments. \ti'l ilii:,a 2. Describe the participation of the respondent in national or state, governmental or professional, accounting or auditing Boards or Committees during the last three years. 3. Describe the respondent's quality conkol programs and procedures that ensure compliance with the respondent's professional standards review and AICPA standards. lndicate whether the respondent is in the SEC Practice Section and/or the Private Companies Practice Section of the Quality Control Program. lf the respondent answered positively to the preceding, attach a copy of the last Peer Review received by the respondent. and auditino services to local RFP 20142761R Audlting Services tnIU 80 b i.tit !:,.hiri{4'--*fl* L.{!: i J li/ 1, H \,tr-.31*/ l\#I 6 governments. 5. Describe any litigation in excess of $100,000 filed against the respondent in the State of Florida over the last three years, Also describe any terminations, suspensions, censures, reprimands, probations or similar actions against the respondent or any member of the respondent's firm by the Florida State Board of Accountancy in the last three years. 6. The respondent will make a statement as to their independence with regard to the City. 7. Provide evidence that the firm(s) is a member of the American lnstitute of Certified Public Accountants and the Florida lnstitute of Certified Public Accountants with the proposal submission package or within three (3) days upon request from the City. 8. Provide evidence that the assigned professional personnel of the firm(s) have received adequate continuing professional education as stipulated by Government Auditing Standards issued by the Comptroller General of the United States with the proposal submission package or within three (3) days upon request from the City. 9. The firm(s) must be independent of the City as defined by generally ,,?,,,9,, 9t.0 auditing standards and Government Auditing Standards' .,,,,, / 10, The firm(s) must submit a copy of the two (2) most recent exterrldtquality control review reports and letlers of comment, along with a statement indicating whether the reviews included a revieW of specific governmental engagements with the proposal submission package or within three (3) days upon request from the Cif; 2.2 Qualifications of Prqposbiiifeam. List the fii6'mbers of the'pioject team and specify the role that each team member will play in providing the services detaileO,trerein and each*am members'{tlfllifications. Provide a list of the personnel to be used on the project and their qualifications. A resume incfudfi.9:edwation, expef6nce, licenses and any other pertinent information shall be included for each team member, inCluding subcoritihctors"ito be.assigned to each project. These resumes should be, at minimum, for the proposedj={$-ggement partner, the manager and the senior auditor for this engagement. The resume should include the continuing_. ffi ih'E mental aUdttlfig and other govemmental audit engagements that they have undertaken, l 2.3 Fiddhail Capacig. Each Prdp&r shall:ai'range for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the P6e\Lrement Contact named=ffiin. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstrd'B}lliifhe cost of the prepamtion of the SQR shall be the responsibility of the Proposer, The Proposer shall request the seR report,**ullr,,,l, i iccuracy of the information contained in its SQR. lt is highly recommended that each Proposer review the informition contained in the SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process contact Dun & Bradstreet at 800' 424-2495. 12, 13. RFP 20 14 276-LR Audlting Services ll 81 b ti,\lA\4t SilAtil-{ of Services Submit detailed information outlining the scope of services that the proposer is proposing. For any scope requirement identified in Appendix C, Minimum Requirements and Specifications, proposer is to clearly articulate how the proposed solution satisfies the scope requirement, Proposers may offer complementary or related services or solutions beyond the stated scope requirements" Responses shall be in sufficient detail and include suppo(ing documentation, as applicable, which will allow the Evaluation Committee to comolete a fullv review and score the proposed scope of services. and Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timelirie, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. i:-.' Describe the respondent's approach to this audit engagement. This should include al e rninimu*+e following:,= 1. Development of the audit program. ., =.., -.2. Organization of the audit team and titles of team members and appioximate amount of time,each such class of member will spend on the audit. 3. The names of the partner and manager that will be assigned to this engagement and the extent'ffieir involvement with this engagement. Any substitution of these individuals must be approved by ttie Audit Committee prior'to any change of staffing. 4. The proposed schedule for the audit 5.AnvanticioateduseofinternalauditstafforotherCitvstaff. Cost Submit a completed Cost Proposal Form (Appendix E). ,: is. Note: After proposal submittal, the City reserves the right to re(dlli{.$ditional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but po,t limilbd to, litigation history, regulatory action, or additional references); and financial capability fircluding, but not limited, nl]-u-?.tif,6ViewdUflE-,.,!!,Qd financial statements with the auditors notes for each of their last two complete fiscal years). ljt*, ]F'' Remainder of Page lB.{p"hfionally Left Blank WE:, ,,1: *i ,ii,,, irr; t.:;i). %it' ',rill Pzr,u ,a,F= ,.E :i :r:: : .i.,,,. ,.,,,:+' ::a:::au .::::j:.::::::t:::.i::: *ri i;;=P RFP 2014'276'LR Auditing Services 12 82 lb Ar',ia \riRFAril:- I Y \l/ \i v lr *JL*d r\Jl I SECTION O4O() PROPOSAL EVALUATION 1. Audit Committee. Per Florida Statute 218.391 the Auditor selection procedures are to be followed as detailed below: (1) Each local governmental entity, district school board, charter school, or charter technical career center, prior to entering into a written contract pursuant to subsection (7), except as provided in subsection (8), shall use auditor selection procedures when selecting an auditor to conduct the annualfinancial audit required in s. 218.39, ''l::-S(2) The governing body of a charter county, municipality, special district, distrlc.b-\BtHbol board, charter school, or charter technical career center shall establish an audit committee. Each nonch'aE€i county shall establish an audit committee that, at a minimum, shall consist of each of the county officers;lgpIe.ffirsuant to s. 1(d), Art. Vlll of the State Constitution, or a designee, and one member of the board ofadffi$tf cdffiffisioners or its designee. The primary purpose of the audit committee is to assist the governing body inBelecting -fi'pg.{jtor to conduct the annual financial audit required in s,218.39; however, the audit commit may serve other''buiiit'oversight purposes as ggtrursuant to s. 1(d), Art. Vlll of the determined by the committee to be app bje' E (b) Publicly announce requests for propo*. Put ts must include, at a minimum, a brief description of the audit and indicate how intOided fi-rmffia*n.ftp, for cohsideration. (c) Provide interested firms with a request forp=Fg=p@!ffihe re(UiiBt for proposal shall include information on how proposals are to h€ evaluatd and such"otE#information the committee determines is necessary for the firm to prepa@ proposal. r' ., (d) Evaluate p@sals providedly qualified fiB& lf compensation is one of the factors established pursuant to paragraph (a), it shall be the sole or predominant factor used to evaluate proposals. (e) Rank and recommend in order of preferencq.ng l,ysp than three firms deemed to be the most highly qu.atilied to'p.Erfofln the reQlfidd services after Considering the factors established pursuant to paragraph (a). *gq.@iii inan ihree hrms respond to the request for proposal, the committee shall recommend such firms as siiffiems to be the *4li,ryl}/ Quaf fied {* (a) The gdv.s g body shall inq0iid.gf qualified firms as to the basis of compensation, select one of the firms recommdn@d by the audit cornffitee, and negotiate a contract, using one of the following methods: (a) lf @fiensation is no16he of the factors established pursuant to paragraph (3Xa) and not used to evaluate fir pursuant -to paragraph (3)(e), the governing body shall negotiate a contract with the firm ranked first. If ;tli ,g ,;...8 g body is unable to negotiate a satisfactory contract with that firm, negotiations with that firm shaltiefiirmally terminated, and the governing body shall then undertake negotiations with the second-ranked firm. Failing accord with the second-ranked firm, negotiations shall then be terminated with that firm and undertaken with the third-ranked firm. Negotiations with the other ranked firms shall be undertaken in the same manner. The governing body, in negotiating with firms, may reopen formal negotiations with any one of the three top ranked firms, but it may not negotiate with more than one firm at a time. (b) lf compensation is one of the factors established pursuant to paragraph (3Xa) and used in the evaluation determined by the entity's governing body. The public shall not be eicluded from the proce@s under this section. (3)The audit committee shall: = ,::, .:;1t,: (a) Establish factors to use for the evaluation of audii$b*ices to be provided by a certified public accounting firm duly licensed under chapter 473 and qualified to conduct audits in accordance with government auditing standards as adopted by the Florida Qoard of Accountancy Such factors shall include, but are not limited to, ability of personnel, experience, abili 1b'fu=i.n-'+sh the required services, and such other factors as may be RFP 2014-276-lR Auditing Services t3 83 b Li\lAl\41mfACf'{ of proposals pursuant to paragraph (3)(d), the governing body shall select the highest ranked qualified firm or must document in its public records the reason for not selecting the highest-ranked qualified firm, (c) The governing body may select a firm recommended by the audit committee and negotiate a contract with one of the recommended firms using an appropriate alternative negotiation method for which compensation is not the sole or predominant factor used to select the firm. (d) ln negotiations with firms under this section, the governing body may allow a designee to conduct negotiations on its behalf. (5) The method used by the governing body to select a firm recommended by the-audit committee and negotiate a contract with such firm must ensure that the agreed-upon compensation is reas.qn$10:io satisfy the requirements of s. 218.39 and the needs of the governing body, 218.CI[, il meet to eva'lEate,each Pioposal in accordance with the qualifications criteria established below for Step 1;'.Q*atitative Criteria. tn'doing so, the'Evaluation Committee may: review and scordl#jtproposals received, with or without conducting interview sessions; or all proposfi[389..,.r:9 and short-list one or more Proposers to be further considered during i nterviepff$Sion (s) (usi n g the same criteria). ,,|l!i'f;:.1 (6) lf the governing body is unable to negotiate a satisfactory contr@1 th anffi;# lhe recommended firms, the committee shall recommend additional firms, and negotiations shallcontifile in acc6idance with this section until an agreement is reached. ii-, 1i= (7) Every procurement of audit services shall be evidenced by a written contract embody@a[ provisions and conditions of the procurement of such services, For purposes of this section, an engagement letter signed and executed by both parties shall constitute a written contract.'The written contract shall, at a minimum, include the (a) A provision specifying the services-to be--p-rovided and feei or other compensation for such services, (b) A provision requiring that invoice''s== i.:=f " other compensation be submitted in sufficient detail to de monstrate com pI iance with the terms =ffi e' ffi- -e.t - (c) A provision specifying the contract pe*od, including renewals, and conditions under which the contract mav be terminated o'jt.!,,,..9.,,.Y , ,, ===-=l,i-i,,..., (8) Written contracts entered [Eto'pursuan't to suOsecN$ffiftay be renewed. Such renewals maybe done without the use of the auditor selection procedures prO.u ded in tlilffin. Renewal of a contract shall be in writing. 2. Step 1 Evaj6t_[qn. The firSt step'wilt conSist of the Qualitative criteria listed below to be considered by the Audit Committeag$flHiil$HnO step will consist of quantitative criteria established below to be added to the Audit Commitldff -C$ults by thdftpartment.of Procurement Management. An Audit Committee, per Florida Statute a a Proposer Expelien$br hnd Qualifications, including Financial Capability Scope of Services Proposed Approach and Methodology 30 '10 30 RFP 2014-276-LR Auditing Services 14 84 b i,i\iA\{iSIACF-i 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Cost Proposal Miami Beach-Based Vendor Preference Veterans Preference 5 5 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Obiective Formula for CoEt Vendor Vendor Cost Proposal Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) F gr"ltrEg,t} fo r Cal c u lati n g Points .'u{-[mt cost / cost of proposal .: lbding evaluated X maximum E'' allowable Points = awarded points) 1 Roundto Total Points Awarded Vendor A $100.00 30 ;,$100f$100X30=30 30 Vendor B $150.00 30 :${.S=$fl150X30=20 20 Vendor C $200.00 30 ${.0$+$200X30=15 15 5. Determination of Final Ranking. At the conclusion of the AUdit Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management, Step 1 and 2 scores will be converted to rankings in accordance with the example below: * Final Ranking is presented to the City Manager for furlher due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. t::::a;::a=,::'::a.:a::a:;a::::.:t::= ::riiiii Q;6116-tt ::::i g"r[$::1, step, tt Pdints 82 76 80 :Ie"P,r-*lJolnE'.:rf'l 22 15 12 rotar"':104 91 92 1 3 .2 oo..1l.r$ittee;' .Member 2:r: q\t4=.,, Step 1 "::.....=Points 79 85 72 slep 2 tr:lials 22 15 12 Totsl 101 100 84 Rank ratil.:::i.:::::=3 3 = "t'ftmmitt* MBmbiei2 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Total 102 89 78 i:+ank 1 .:Z I | \}t t riJri r):it:r:r:::::t:: RFP 2014276-lR Auditing Services t5 85 ID i r I n r t !nr { iAf (ly\iAlVrlffiLs\LN 7. Award of Gontract. lt is anticipated that the Audit Committee (in accordance with Florida Statute 218.391)will review these proposals and recommend a qualified accounting firm to the City Manager who will make a recommendation to the City Commission. The City Commission will select the accounting firm to undertake the engagement and authorize the City Manager or his designee, to negotiate with the selected firm or firms for the engagement, Balance of Pase lntentionallv Left Blank RFP 20142761R Auditing Services t6 86 APPENDlX A g MIAMIMffiAffh$ Proposo I CertiGffiG,f;io n, a u e s ti o nffi i re & *,.,,,,,,,,,,. Req uire ments Affid oniT FOR AUDtTt NG SE RY|C ES TO'EfAMtNETrt|.E==;iC.,tIY',S BASIC FINANC tAt STATE'YIENTS INCIUDED !N TI{E gIIT.'S EOMPREHENSIVE ANNUAL F|NANCTAI REPORT (CAFR), FEDERAI GRANT PROGRAMS AND STATE PROJECTS +nlB A-I33 SING[E,I..AUDIT), AND THE FINANCIAI STATETVIENT$ OF THE MIA1v11 BEACH REDEVELOPMENT AGENCY (RDAI, THE PARrcruo SYSTEfiS FUND (PSF), rHe mnMt BEACH VISITOR AND CoNYE!.+UON AUTHORITY (VCAI, THE MtAMr BEACH CONVENTTON GINTTR; HE=JACKIE:,GLEA5ON THEATER OF THE PERFORT^|NG ARTS, 'IEFI suu.orNe FJTTER corylmuNrrrEs BoND nRoGRAM (BBc), THE , $flrLDREN',S T T GRANT PROGRAM (CT), AND THE SAFE "=(firr,u',, "],$-.' l-: :::: "*:ffi H t:p": gxz li,7z Miomi Beoch, Florido 3313e RFFgO14!27J.LR RFP 20)42761R Auditing Services 17 87 Solicitation No: 2014-176-SW Solicilation Title: AUDITING SERVICES Procurement Contact: Steven Williams Tel: 305-673-7000, x 6650 Email: StevenwilliamstOmiamibeachfl .oov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This ProposalC0ftification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proooser lnformation.General Proposer lnformation. FIRM NAME: No of Years in Business: oTHER NAME(S)PROPOSER HAS OPERATED UNDER rN THE LAST 10,Y-|,fii].sg :: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: TELEPHONE NO.: ha TOLL FREE NO.: FAX NO-: FIRM LOCAL ADDRESSI CITY: , lIP TODE: PRIMARYAOCOUNI REPRESENTATIItr. FOR THIS ENGAGEMENT: AG€OUNT REP TELEPHQNE{O.: ACCOUNT REP TOLL FREE NO,: ACCOUNT REP EltilAlL: FEUEI-(AL IAX IUEN I IFIUA I IUN NU.: The City reserves the ri$ht,to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. IBRFP 2014-276-LR Auditing Services 88 Miami Beach Based (Local)Vendor. ls Proposer claiming Miami Beach based firm status? l--_l ves f--_] ruo SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement, as required pursuant to ordinance 2011-3747, as amended, to demonstrate that the Proposer is a Miami Beach Based Vendor. Veteran Owned Business. ls Proposer claiming a veteran owned business status?l--l ves [___l No SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shalL,,,gi:pmit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned bus@ by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748, as am;ffi"= Conflict Of lnterest. All Proposers must disclose, in their Proposal, the naffidlUfrdty$cer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an em@,} e of the;ffi of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or'lhlditestly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 4. SUBMITTAL REQUIREMENT: Proposers must disclose ttre namelsl of any officer, director, agentr gt immediate family member (spouse, parent, sibling, and child) who is aiso,p.n employee of theCity of Miami Beach.' F p,psers must also disclose the name of any City employee who owns, either diieCtly or indirectly, an interest of ten (10%) peicent or more in the Proposer entity or any of its affiliates : References & Past Performance. Proposer$all submit at least three {3) references for whom the Proposer has completed work similar in size and nature as the work rete5ncef in solicitation. SUBMITTAL REQUIREMENT: For each ,.f.ilILirU.nitte{ the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3) Address, 4) Teleph ContaCt'i Emai and 6) Nanalive, on Scope of Services Provided. .. ...:.==. .= ::::::.-.::.::::aa::a::::.:a:::a:. Suspension, Debarment or Coniract Cancellatid'iF as Pi,bposer eVei n d-ebarred, suspended or other legal violation, or had a contract cancelled due to nonlerformalgq Eany puntic sector agency? ,,=. [-l vrs,; f] ruo .,r SUBMITTAL REQUIREMENT: lf anpwer to above is "YES,i' Proposer shall submit a statement detailing the reasons that led to action(s). . , Li|lS=ati ,,tlistoV. Proposer all submit a statement'Of any litlgation or regulatory action that has been filed against your [Ef ih'1he iasl{ri.eJears, lf an action has been filed, state and describe the litigation or regulatory action filed, and identify rsliitourt or ageh@: fore whidh the action was instituted, the applicable case or file number, and the status or disposition fbr such reported actidFlf no litigathn or regulatory action has been filed against your firm(s), provide a statement to that effect. lf "No" litigation 6rr regulatory action has been filed against your firm(s), please provide a statement to that effect. [n*.J$Jut and complete answeis]o this question may not necessarily disqualify a firm from consideration but will be a factor in th*i#.Fction process. Untruthful, misleading or false answers to this question shall result in the disqualification of the firm fortni'F&J'ff;hril ,= SUBMITTAIIIREOUIRE_EINT: Proposer shall submit history of litigatlon or regulatory action filed against proposer, or any proposer team mq1'pffir*f in the past 5 years. lf Proposer has no litigation history or regulatory action in the past 5 years, submit a statemeht ii$0tflrdin gly. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non- compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a 7. RFP 2014-2761R Auditing Services t9 89 10 controlling financial interest as defined in solicitation. For each individual or entity with a conkolling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of Interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics..ln lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as requiredl$S idinance, the City of Miami Beach CodeofEthics,availableatwww.miamibeachfl.gov/procuremenU. _***:- Living Wage. Pursuant to Section 2-408of the Miami Beach City Code: tffi'"may Ue amended from time to time, Proposers shall be required to pay all employees who provide services p*rsuant to this Agreement, the hourly living wage . Commencing with City fiscal year 2012-13 (October 1,2A14, the houdy living rate i[ill., $11.28/hr with health benefits, and $12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be ind,qxed annually for inflation using the Consumer Price lndex for all Urban,i0onsumers (CPI-U) Miami/Ft. Lauderdaleffue( by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the pr€cedihg, no annual index shell exceed three percent (3%). The City may also, by resolution, elect not to indeX& livrtlg wage rate in any particular year, if it determines it would not be fiscally sound to implement same. (in a particular y.aD, .= Proposers' failure to comply with this provisianshalF eemed a maten?lbreach under this proposal, under which the City may, at its sole option, immediately deem saEProp'6ser asrlon-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Gdinance, as amended. Further information on the Living Wage requirementisavailableatwww.miamibeachfl.gov/procurementl. ", SUBMITTAL REOUIREMiNT:'il0 aOAitionat suUmfu ls rEuired. By virtue of executing this affidavit document, Proposer agrees to the living.,,,,,gge requirement; , T. * Equal BenefitS'foi'.Employees with Spouses and Emiiloyees with Domestic Partners. When awarding competitively solicited contracts v ed at over $100,000 whose conkactois maintain 51 or more full time employees on their payrolls during 20 or more Caf0ndar work,,.,weeks, the Equaf q9... efi r Domestic Partners Ordinance 2005-3494 requires certain conlraetors do.!.!:rg business:wlth -City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to pf€v...] i.!Eqil8:.,-Belefits" to tlreir employees with domestic partners, as they provide to employees with spouses. The O@ance applie.S',to$ employees of a Conhactor who work within the City limits of the City of Miami Beach, Florida; and lh€ Contractor's enipl ees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the. ,,qEact within the City of Miami Beach. qffij.r your company ,ffi .rff3t;::to any bflg5to employees with spouses or to spouses of employees? B. ffi.$ y,g.ur company pp.ffie or offer access to any benefits to employees with (same or opposite sex) domestic nartnuFl om..e,=i! oeitneHp'l.J;*, f--l No:",' j-i C. Please check''drbenefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. RFP 2014-276-LR Auditing Services IU 90 11 lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for'Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a 'completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefits requirement is available atwlvw.miamibeachfl.gov/procuremenU. Public Entity Grimes. Section 287.133(2)(a\, Florida Statutes, as cjilit-Eiilly enacted or as amen{ed from time to time, states that a person or affiliate who has been placed on the convicted.ve*ffiist following a conviction:faii a public entity crime may not submit a proposal, proposal, or reply on a contract to pro'vide any goods or services to a publie entity; may not submit a proposal, proposal, or reply on a contract with a public e.a-.d,$$ffi'the conskuctioqor repair of a public building or public work; may not submit proposals, proposals, or replies on leaseS:: r.bal property to g public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant'undi:r..a contr.#With any public entity; and may not transact business with any public entity in excess of the threshold amount prlgvided in,i. 287 .017 for CATEGORY TWO for a period of 36 months following the date of being Olac9,! n fhe convicted vendor tlstl l,] SUBMITTAL REQUIREMENT: No additional iubmiftal is required. By virtiiEf executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certi'fi{-s it has not been placed on convicted vendor list. . Acknowledgement of Addedd$ffiU1, After issu# of solicitation, tne Cit1l may ielease one or more addendum to the solicitation which mayprovide atlditional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposdi'li lng received-Solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers aresolely6ponsible for as-suring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum sectidn€rtifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Fe,il o obtain qndq@wted.--9,,_9_ ceipt of all addendum may result in proposal disqualification. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave tnitial to e.,onfirm Reinini lnitial to Co t Receint lnitial to Confirm Rpcpint Addendum.l Addendum 6 Addendum 11 Addendum2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 tf additional confirmation of'6.$dendum is required, submit under separate cover. 12. RFP 2014-276-LR Auditing Services 2t 91 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further detailb iLinformation and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, withoutliqritation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion.' 'r" The information contained herein is provided solely for the convenience of prospective€fbposerslt isft responsibility of the recipient to assure itself that information contained herein is accurate and complete"*e City does not pro=ffie any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipiE#,sown risk. Proposers should rely exclusively on their own investigations, interpretations, and'.bnblyses. The solicitation is being proVEF&,by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty oi representation is made by the City or its agents that any Proposal conforming to these ie{uirements willbe selected for consideration, negotiation, or approval. The City shall have no obligation or liability with resp ie is solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disdaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at t le risk-ndf,EsO sibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or..w., ra$r?t from the nrarket without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and execl(qd by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response td'this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. \m The City is governed by the Government"in-the-Sunshine..:Law,.andtrEi['Proposals and supporting documents shall be subject to disclosure asr[.e.!trt{,t{,ed,.b,,-y,l uch law llProposals shallbe submitted in sealed proposalform and shallremain confidentialto the extent permitteffilfifoEd*'lsteE ,-until the date and time selected for opening the responses. At that time, all documents received by the ciU s"\gWme public ?"e"ili.,r1.,!,.M I i'.-:, PropA6$i:.S are expected to makgiblllisclosrjiOs and declarations as requested in this solicitation. By submission of a Proposal, the Propciser,acknowledges and agreed*at the Citi haS the right to make any inquiry or investigation it deems appropriate to substantiate or supplefiEnt information containerliifi the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigaiion. Each Proposer Certifies that the information contained in the Proposal is true, accurate and complete, to the best of its kn owlq!$,,q=h form ation, anffi fpf Notwithstanding the:ftgoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court ofiCompetent juiisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or i dh by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFP 2014'276lR Auditing Services 22 92 I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement, Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Certification, Questionnaire and Affidavit are true and accurate. Name of Propose/s Authorized Representative:Tire of prop.sqls A. .rized *.rr.roP,-!.I,.,1=a= \\ \\\ Signature of Propose/s Authorized Representative Dale: State of ,1.;.t*:r, On this _day of -, 20-, personally appeared before me _ who County of _) stated that (s)he is the a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: of RFP 2014-276-LR Auditing Services 23 93 APPENDIX B # tu\$A&Atmffi&tr$s "No Proposffif' .t 't't FOrm RFP 201 4-276-LR FoR AuDrnNG sERvrcEs ro rxlfi'ft:rJ{E c BAsrc nxlNtnl STATEIVIENTS INCIUDED tN THE CtTyr€i.cOf{tpREHENStVE ANNUAT FINANCIAI REPORT (CAFRI;: FEDER/AI GRANT PROGRAMS AND STATE PROJECTS (OMB A- r 33 StNqlE AUDIT), _.+ND THE FTNANCTAT srATErvlENTs oF THE MrAMr graeH REDEvELdimrur AGENcy (RDA), THE PARKTNG SYSTEMS FUND (pSF), THE rvlrAMr BEACH VTSTTOR AND coNvENTroN At rH_o.,Brry (vcA), THE ryuA ^r grAcu coNvENTroN cENTER, rnr .lACkii'GfusoN THEATER oF THE pERFoRMtNG ARTS, THE BUILD;Ng BETTER ilMI UNTTTES BOND PROGRAI,T (BBC), THE CHIIDRENS iiil I,,JRUST GRANT PROGRAM (CT), AND THE SAFE PARKS1NE BOND PROGRAM (SNP). DEPARTMENT OF PROCUREMENT MANAGEMENI,l700 Convention Center Drivet2 Miomi Beoch, Florido 33139 RFP 20)4-276-LR Auditing Services 24 94 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR TNDICATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond ,2, _ Specifications unclear or too restrictive ._* _ Unable to meet specifications ===..f':-:::= _Unable to meet service requirements =..' _Unable to meet insurance requirementF _Do not offer this producUservice = -OTHER. (Please specify) i,i.:ti,,iil, We do -@ not _ want to be retained on your mailing list for future proposals of this typ6 product and/or service. 'l , ',,. Signature: Tii -.==.., Legal Company Nam6'; !'N ; Failure to rCbpond, either by submitting a proposal or this completed form, may result in you-company being removed from our vendors list. PLEASE RETUffiEiIIO: CITY OF MIAMI'BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Lourdes Rodriguez PROPOSAL #201+276.LR 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFP 20)4-276-LR Auditing Services 25 95 APPENDIX C & rlntrAlrnrRrArN'!- I Y ltl \f V ll *-de*d e\"#$ & Minimum Reou nts & Specificotions iip i iei:z+-rn '' FoR AUDITING sERvrcEs ro i INE_THE crry,s BAsrc FTNANCIAI STATEMENTS rN-GEEDED rN TF! CrTY',S COMPREHENSTVE ANNUAT FrNANcrar nr+9nf 1cnln1, rroE RANr iilbonams AND srArE PROJECTS $mB A- t 33 SrNGt E AUDrr), AND THE FTNANC|AT STATEMENT.S$F THE 'YIIAMI BEACH R.EDEVETOP'VIENT AGENCY (RDA), TH E PARXI NG.ilSTTANS--.T--U- X-P,(PSF), TH E MIAA/II BEAC H VISITOR AND coNVENTToN urro[fV' OCA]r_rur i rAMr BEAcH coNvENTroN CENTER, THE..JACKIE GTEASON THEATER OF THE PERFORMING ARTS, rHr BUTLDTNG errrEi corylmuNrnEs BoND nRoGRAM (BBc), THE GHILDREN's rRusr =G NI nRoGRAM (cr), AND THE sAFE NEIGHBORHOOD PARKS AND BOND PROGRAM (SNp). != DEPARTMENT OF PROCU REMENT MANAGEMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 RFP 20142761R Auditing Services 26 96 C1. Minimum Requirements. The Minimum Eligibility Requirements forthis solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not be considered, . a. The proposing firm and the proposed engagement partner has performed continuous certified public accounting (CPA) services for government agencies for a minimum of ten (10) years. The ten (10) years may be a combination of years of service provided to different agencies. For each experience proposer must submit as evidence: agency name, agency contact, contact telephone, email and years(s) of experience for verification purposes. .:.b, The proposing firm and proposed engagement partner must have experiehce auditing three (3) or more similar government agencies, specifically as to size, services provided and the required reporting. For each experience proposer must submit as evidence: agency name, agenCy contact, contact telephone, email and years(s) of experience for verification purposes. , ,.,,,.,=,c. The proposing firm and proposed manager must hav Htfp.erience auditinQ",!f,1,qe (3) or more similar government agencies, specifically as to size, services'&vided and the required reporting. For each experience proposer must submit as evidence: agency name, agency contact, contact telephone, email and years(s) of experience for verification purposes. +' ,,.,$tr,,, ;:1,;,;1,d. The proposing firm and proposed senior auditor must have expeltd){,& auditing three (3) br more similar government agencies, specifically as to size, serviCes provided and the required reporting. For each experience proposer must submit as evidence: agency name, agency contact, contact telephone, email and years(s) of experience for verification purposes = C2. Statement of Work Required. The City of.fumi Be.a.C.h$e City)=,i uired to have an annual audit in accordance with Florida Statutes 218.39 performedon the City's ComplghensiveAnnual Financial Report (CAFR). Other audits are required to be performed in accordance with the U.S. Office of Management and Budget (OMB) Circulars, Bonded Debt Covenants, Performance Management and/ or Giant Agreements. Each audit herein must be conducted by an independent audit firm. rcnts, th,.g,ffirity,,is required to procure auditing services to examine the City's Basic ?,J[ Iltd-,,\ ftf 0$Hpp.helsive Annual Financial Report (CAFR), Federal grant programs and State projects't€..,[B'A":133 Single Audit]] and/or the financial statements of the Miami Beach Redevelopment Agehcy's (RDA), the Parking Systems Fund's (PSF), the Miami Beach Visitor and Convention Authority's'(VCA), the Miami Beach"Co-nyention Center (MBCC), as managed by Global Spectrurn'(GS), the Safe Neighbor.hood Parks and Bond'Prograni={.$fJ, Children's Trust (CT) and Building Better Communities (BBC). -""1+ C3. Specifi*tions/Scope of Woik. There are ten (10) services which are required as part of this request, All services must=he included in tne pr pOsal in order for it to be considered, The scope of services are as follows: 1. CAFR - The aq,4 ot will piepare and issue an auditor's opinion and conduct an audit of the City's CAFR in accordance with=Ge-nerally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained iiGovernment Auditing Sfandards, issued by the Controller General of the United States. The examination must be made in accordance with the guidelines prepared by the Governmental Finance Officers Association (GFOA) in order for the City to apply for the Certificate of Achievement for Excellence in Financial Reporting. On an annual basis, the City will prepare the CAFR for auditing. The auditors will provide guidance with the implementation of Governmental Accounting Standard Board (GASB) statements as necessary. Pursuant to the above Financial Statements RFP 2014276-LR Auditing Services 27 97 2" The audit firm shall issue an audit opinion to the City no later than 180 days following the fiscal year end, OMB A-133 Single Audits - The auditor must perform an audit in accordance with auditing standards generally accepted in the United States of America; the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States; and OMB Circular A-133, Audits of Sfafes, Local Governments, and Non-Profit Organizations, The auditor must issue an lndependent Auditors' Report on lnternal Control over Financial Reporting and on Compliance, lndependent Auditors' Report on Compliance and lnternal Control over Compliance Appticable to Each Major Federal Program and State Project, and Schedule of Findings and Questioned'eosts. The City will prepare the Schedule of Expenditure of Federal Awards and State Financial AssistaLge, ,. ::,::= "':,;,-:i' -,. The audit firm shall issue the single audit report and data collecffis iorm to tfre CiV no later than 180 days following the fiscal year end. i*,... " Management Letter in Accordance with the Rules'Oi-iie Auditor General of thd*tp of Florida - The auditor firm shall issue a management letter to thd, no later than 180 days followiri$,.,tii cal year end. RDA - The City issues stand-alone basic financial statements tor,ine RDA, a blended compbnent unit of the City. The auditor will prepare and issue,an auditor's opinion'and dbnduct an audit of the RDA basic financial 4. statements in accordance with ted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Goveffiiinuditing Standards, issued by the Controller General of the United States. ""5 . ."; The financial statements, footnotes and schedules.yqie tri'b0 prepared by the auditor. The audit firm shall issue the RDA basic financial statements to the Qity no later than 180 days following the fiscal year end, 5, PSF- The City*su€s stand-alone financial stateffi for the PSF, a major enterprise fund of the City. The auditor will preparead issue an audito/s opinion and conduct an audit of the PSF financial statements in accordance with Geherrally Acceptdd Auditing Standads (GAAS) and the standards applicable to financial.i,..9]l neO 1n Goivernmiefit Auditing Sfandards, issued by the Controller General of the United States. tlt$F financial statem6r+$, fodfutes and schedules are to be prepared by the auditor. The audit firm shall ''riir ue the PSF basic fi* oial statements to the City no later than 150 days following the fiscal year end. ":;::,,i:::::::= '::ii;]\i ri: ::,":tt- Lk*6. VCffi$,iffhe City issues st#alone baSic financial statements for the VCA, a discretely presented component unit cjf,thft,pity, The auditor will prepare and issue an audito/s opinion and conduct an audit of the VCA financial'$t6{ ents in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable ti.ng,,ffialaijdi{s contained in Goyernment Auditing Standards, issued by the Controller General of the United Stakis: .::::::.. The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the VCA basic financial statements to the City no later than 90 days following the fiscal year end. 7. GS- The City issues special purpose financial statements for assets, liabilities, revenues, and expenses of the Miami Beach Convention Center and Jackie Gleason Theater of the Performing Arts, as managed by GS. The auditor will prepare and issue an auditor's opinion and conduct an audit of the GS assets, RFP 2014-276-lR Auditlng Services lo 98 liabilities, revenues and expenses in accordance with Generally Accepted Auditing Standards (GAAS) and the standards applicable to financial audits contained in Government Auditing Sfandards, issued by the Controller General of the United States, The financial statements, footnotes and schedules are to be prepared by the auditor. The audit firm shall issue the SMG special purpose financial statements to the City no later than 90 days following the fiscal year end, B. SNP- The SNP governing Miami-Dade County ordinance N0.96-115 requires that an annual independent audit of all bond funds be conducted. The auditor will conduct an audit in compliance with the grant agreement, SNP ordinance No, 96-115, applicable resolution ,nd*:$ ministrative Rules. The audit report, notes and schedules are to be prepared by thH diitlitor. The;.' it firm shall issue the SNB to the City no later than 90 days following the fiscal yearend, ,\ 9. GT - The City receives funds from the Children's f*#uiO Program and the Children's Trust requires an audit irr accordance with the Children's Trust Contractual Agreements, AU-C 935 and Statement on Auditing Standards No, 117. "-,i,\.l j#, The audit report, notes and schedules are to be prepared-by the auditor. The audit firm shall issue the CT to the City no later than 90 days following the fiscal year end. : :l 10. BBC - The City receives funds from Miami-Dade County for the Building Better Communities Bond Project and the Building Better Communities Bond Project requires an audit,ih accordance with Miami-Dade County Ordinance 05-47, applicable=resolutions, and,B=uilding.BetteiCommuities Administration Rule. The audit report, nolqs,andEhed0ps are to be prepared by the auditor. The audit firm shall issue the SNB oth::, c*v no '1,,,, n" t,,:*: the riscar vear end ln the event that, dairing:the T:,,d'. iofjffie*"Eig,.Wglt'lhe City, in its sole discretion and judgment, determines that there is a need for-addiliEiial servicei'not corttemplated within the Agreement, such services will be performed at the hourly billing rates set forth in the agreement. 'rt::::::::::i.::11'r.:::::::::::.:s RFP 20142761R Audlting Services lv 99 APPEND tD AAtA r\/1E , V \!i \i V i XD ffitr4flN&#$.*ffikl I Speciol ons RFP 2OI4-276.1R FOR AUDITING SER\/ICES TO EXAMINE THE CITY'S=3ASIC FINANCIAI STATEMENTS IN-gE€DED tN THE C|TY'S COMPREHENSTVE ANNUAT FTNANC|AL REPORT (CAFR), FEDERAT GRANT PROGRAMS AND STATEpRoJEcrs.$Me n-lii sTNGLE AUDtr), AND THE FINANcIAL STATEMENTE9F THE MIAMr BEACH REDEVETOPMENT AGENCY (RDA), THE PARrcruG:,9-VSTEMS FUNP: (Pl+), rnr MrAMr BEACH VrSrrOR AND coNvENT.roN AUrHoRrry (vcAl,JHr MrAMr BEACH CONVENTION CENtrR, IHr .IaCriE OUaSON rnEarrn OF THE PERFORMING ARTS,iur eurloiNG, BETTER coMryluNrnEs BoND nRoGRAM (BBc), THE cHr[DREN's tnusr e-narur nRoGRAM (cr], AND THE sAFE N:rcxaoRHooD pARKs AND BoND pRoGRAryl (sNp). DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFP 2014-276'LR Auditing Services 30 100 1. TERM OF CONTRACT. The contract shall commence upon the date of notice of award and shall be effective for a period of five (5) years. 2. OPTIONS TO RENEW, The City, through its City Manager, will have the option to extend for one (1) additional five (5) years period. 3. PRICES SHALL BE FIXED AND FIRM: All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. ,%. ",.u::ii\\is^\ui1.10.1 COST ESCALATION. Prices must be held firm=.S.M.the initial term of the agreement. During the renewal term, the City may .oo,n: erl es increases not to increase the applicable Bureau of Labor Statistics { .bls,govl{l-U index or 3%, whichever is less. The City may also consider increases based on manffited Living Wage increases, ln considering cost escalation due to Living Wage increase#thq,City will only consider the direct costs related to Living Wage increases, exclusive of ovedlggd, profit or any other related cost. ,,r,,, ' q ...; 4. REQUTRED CERTIFTCATTONS. =a) lli.::f,,firm(s) shall be X,;,,i., to practice$'thettate of Florida upon award of :,, 5. TRAINING. The City desires to rifBlhtain and improve the level of training of its personnel assigned to the internal audit function and ih accounting positjgns The proposal should indicate if the firm conducts any trqlning for its emploie nd if'City pffifinelcould attend such training. : ::::::::::::: :::::::f:. 'q ::l:."tr '.P.,..+r RFP 2014-276-LR Auditlng Services 3t 101 APPENDIX E # M$A$,AI mffi&ilH " ''',..,, ili RFP 201 4-276-LR FoR AUDTnNG _Ep,g,vrcEs ro d rxr rHi clw'iBAstc FtNANctAL STATE,YIENTS INCTUDED IN THE CITY,S COMPREHENSIVE ANNUAT FrNANcrer C fdnr lcArn), FEDERAT GRANT pRoGRAMs AND srATE PROJECTS,;0MB A-r 33 STNGIE AUDIr), AND THE FINANCIAL STATEMENTS OF THE .IIIAffIIJEACH'REDEVELOPMENT AGE NCY (RDA), THE pARKrr.ro5*sTr=fiE u*''b1i*1. THE MrAMr BEAcH vtstroR AND coNvENTtoN AUTHORTTY (VCA);THE MIAMI BEACH CONVENTION CENTER, THE JACKIE...=LJASON THEATER OF THE PERFORMING ARTS, THE BUttDtNG BflTER= MMUNITIES BOND PROGRAM (BBC), THE cHr[DREN',S TRtft G NT ppogf,AM (CT], AND THE SAFE NETGHBORHOOD''PARKS AND BOND PROGRAIVI (SNP). DEPARTMENT OF PROCUREMENT MANAGEMENT,l700 Convention Center Drive Miomi Beoch, Florido 33139 RFP 2014276-lR Auditing Services 32 102 APPENDIX A PROPOSAL TENDER FORM Proposer affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance, The Cost Proposal Form (Section 5) shall be completed mechanically or, if manually, in ink. Proposal Tender Forms (Section 5) completed in pencil shall be deemed non-responsive. All correctionsontheProposalTenderForm(Section5)shallbeinitialed. GROUP l. Auditing Services - Prices submitted in proposal pu.iid. .r. io'U.'t eld for the five (5)year contract Please provide fee on an annual basis for each services listed below: RFP 2014-276-LR Auditing Services 33 103 GROUP ll. Additional Services The City reserves the right to negotiate rates for additional services. -N ::::::= rl, l:,|; ,,',,,=, #'a......s '= ::.:i,('l RFP 2014-276-LR Auditing Services 34 104 RFP 201 4-27, FOR AUDITING SERVICES TO..EXAMINE TI{SI.\EITY'S BASIC FINANCIAT srArEMENrs r.rciuorD- rN- ffi, cr*'s cBfipnrurNsrvr aruruual APPEN DIX F I nsuro nce Requiflements j:i1t::,::::= :- "a/i,1ffi ' :,'..'. Miomi Beoch, Florido 33139 FTNANcTAL REpoRT (cAFR), FEDERAT GRANT PftGcnaans AND srATE PROJECTS (OMB A- r 33 SINGTE AUDTT), AND THE FINANCIAI STATEMENTS OF THE M|AMI BEACH REDEVEIOPTT/IENT AGENCY (RDA), THE PARKING gYSTEMS: tto 1P5F!; THE i/llAMI BEACH vlSlTOR AND coNvENTJ,#-$, AUTHORITY (VCA), THE MrAl/il BEACH CONVENTTON CENTER, TH--E ACK|E GTEASON THEATER OF THE PERFORMING ARTS, THE BU|IDING BETTER..=GOIVIIS=UNITIES BOND PROGRAM (BBC), THE cHttDR.EN', TRUST GRANT PROGRAM (CT), AND THE SAFE NITGHBORHOOD FtrnKS AND BOND PROGRAM (SNP). RFP 2014-276lR Auditing Services 105 ,D A^iArtAIWffi&ffM:- , v tEl \, w t{ &*d&**$ \\wdr $ PROFESSIONAL SERVICES INSURANCE REQUIREMENTS The provider shall furnish to the Human Resources Department, Risk Management Division, City of Miami Beach, 1700 Convention Center Drive,3'd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation and Employer's Liability lnsurance,'foi all employees of the provider as required by Florida Statute 440. B. Commercial General Liability on a comprehensive palls in an lHount not less than $1,000,000 combined single limit per occurrence.andtl$2,000,000 in the aggregate, for bodily injury and property damage. City of -ltlf-iini Beach must be shown as an additional insured with respect to this cove ;.i r= C. Professional Liability lnsurance in an amounfu,e". tfran $f ;OOO,O00 with the deJuctible per claim, if any, not to exceed 10o/o of the limit of tfr$]itV I The insurance coverage above must include a waiver "f rruULn in favor of the City. The insurance coverage required shall include those classifications, as listed iffit-andard liability insurance manuals, which most nearly reflect the operations of the proViderr :, -"**,)l,,llL All insurance policies required BQove shall be issued by cofipanies authOrized to do business under the laws of the State of Florida, l{y-i,,,, elftsllowing qualifications: The company mii$ be rated n6,lgss than "'El,l as to management, and no less than "Class V" as to finanqial'strength, bylhe latest edition of Best's lnsurance Guide, published by A.M. Best Company, Oldwick,-N6-wtJersey, or its equivalent, subject to the approval of the or -The Company mustrhold a$tid Florida Certificate of Authority as shown in the latest "List oJ All lnsurance Companies'A*trcrized or Approved to Do Business in Florida" issued by the State of Florida DepartmeEtbf lnsurance and are members of the Florida Guaranty Fund. Certificates will,indicate no modification or change in insurance shall be made without thirty (30) days advance notice tO the certificate holder. : ::: :::::::::::: CERTIFICATE HOLDE:R'MUST READ: CITY OF MIAMI BEACH 17OO CONVENTION CENTER DRIVE 3,d FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. RFP 2014276lR Auditing Services 36 106