HomeMy WebLinkAboutExhibit A RFP 23-05/06 Inc.
REQUEST FOR PROPOSALS
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-133 SINGLE AUDIT), THE MIAMI BEACH
REDEVELOPMENT AGENCY'S (RDA) BASIC FINANCIAL STATEMENTS, THE
PARKING SYSTEMS FUNDS' (PSF) FINANCIAL STATEMENTS, THE MIAMI
BEACH VISITOR AND CONVENTION AUTHORITY'S (VCA) FINANCIAL
STATEMENTS, THE MIAMI BEACH CONVENTION CENTER (MBCC) AND
JACKIE GLEASON THEATER OF THE PERFORMING ARTS (JGT), AS
MANAGED BY SMG, FINANCIAL STATEMENTS, AND THE SAFE
NEIGHBORHOOD PARKS AND BOND PROGRAM (SNP).
RFP # 23-05/06
RFP DUE DATE: JUNE 19,2006 AT 3:00 P.M.
Pamela Leia, CPPB
PROCUREMENT DIVISION
1700 Convention Center Drive, Miami Beach, FL 33139
www miamibeachfl gov
F:IPURCI$AllIPAMELAIRFPIRFP 23-05-06Audil Service. doc
<9 MIAMI BEACH
May 19. 2006 RFP No: 23-05/06
City of Miami Beach 1 of 42
ce MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673.7851
PUBLIC NOTICE
TO ISSUE A 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-133 SINGLE AUDIT), THE MIAMI BEACH REDEVELOPMENT AGENCY'S
(RDA) BASIC FINANCIAL STATEMENTS, THE PARKING SYSTEMS FUNDS' (PSF) FINANCIAL
STATEMENTS, THE MIAMI BEACH VISITOR AND CONVENTION AUTHORITY'S (VCA)
FINANCIAL STATEMENTS, THE MIAMI BEACH CONVENTION CENTER (MBCC) AND JACKIE
GLEASON THEATER OF THE PERFORMING ARTS (JGT), AS MANAGED BY SMG,
FINANCIAL STATEMENTS, AND THE SAFE NEIGHBORHOOD PARKS AND BOND PROGRAM
(SNP).
Request for Proposals (RFP) No. 23-05/06
The purpose of the audit services (the "engagement") is to audit the City's Basic Financial
Statements included in the City's Comprehensive Annual Financial Report (CAFR). The
engagement shall also include the Single Audit, PSF, VCA, SMG, and SNP audits, for a period of
five (5) years with the sole at the option and discretion of the City to renew for five (5) additional
one-year periods.
The initial engagement will be for the fiscal year ending September 30, 2006. Additional years of
the engagement would be subject to the approval of the City Manager, and confirmation by the
Mayor and Members of the City Commission annually.
Sealed proposals will be received until 3:00 PM on June 19, 2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
Any response received after 3:00 PM on June 19, 2006 will be returned to the proposer unopened.
The responsibility for submitting proposals before the stated time and date is solely the
responsibility of the proposer.
The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or
any other occurrence.
A Pre-Proposal Submission Meeting is scheduled for May 26, 2006 at 10:30 a.m. at the following
address:
City of Miami Beach
City Hall
Mayor's Conference Room - Fourth Floor
1700 Convention Center Drive
Miami Beach, FL 33139
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
2 of 42
The City of Miami Beach has contracted with BidNet and has begun utilizing a central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(s), this new South Florida Purchasing system allows for vendors
to register online and receive notification of new bids, amendments and awards. Vendors with
Internet access should review the registration options at the following website:
www.govbids.com/scripts/southflorida/public/home 1.asp.
If you do not have Internet access, please call the BidNet support group at 800-677-1997 extension
#214.
Attendance (in person or via telephone) to this Pre-Proposal submission meeting is encouraged
and recommended as a source of information but is not mandatory. Proposers interested in
participating in the pre-Proposal submission meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the
star (*) key).
Proposers who are interested in participating via telephone, please send an e-mail at least one
day in advance to PamelaLeia@miamibeachfl.aov expressing your intent to participate via
telephone.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest
of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may
also reject any and all proposals.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSALS IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WEBS ITE: http://www.miamibeachfl.Qov/newcitv/depts/purchase/bidi ntro. asp
· CONE OF SILENCE -- ORDINANCE NO. 2002-3378
· CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
· DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
· PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
· LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-
3363.
· EQUAL BENEFITS ORDINANCE - ORDINANCE NO. 2005-3494
Sincerely,
ft-
Gus Lopez, CPPO
Procurement Director
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
3 of 42
<e MIAMIBEACH
V.
VI.
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305-673-7490, Fax: 305-673-7851
TABLE OF CONTENTS
Page
I.
REQUEST FOR PROPOSALS OVERVIEW AND RESPONSE
PROCEDURES
5-7
II.
SCOPE OF SERVICES
8-10
III.
PROPOSAL FORMAT
11-13
IV.
EVALUATION/SELECTION PROCESS
14-15
LEGAL TERMS AND CONDITIONS /INSURANCE
16-21
PROPOSAL DOCUMENTS TO BE COMPLETED AND
RETURNED TO CITY (IN ADDITION TO PROPOSAL RESPONSE PACKAGE)
-Insurance Checklist
-Proposer Information
-Acknowledgment of Addenda
-Price Proposal Form
-Declaration
-Sworn Statement/Section 287.133(3)(a), Florida Statutes - Public
Entity Crimes
-Questionnaire
-Declaration: Nondiscrimination in Contracts and Benefits
-Reasonable Measures Application (If Applicable)
-Substantial Compliance (If Applicable)
21-40
21
22
23
24
25
26-27
28-32
33-35
36-37
38-40
VII. DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE RESPONDENTS
- Performance Evaluation Letter 41
- Performance Evaluation Survey 42
May 19,2006
City of Miami Beach
RFP No: 23-05106
4 of 42
SECTION I - OVERVIEW
A. INTRODUCTION I BACKGROUND
The purpose of the audit services (the "engagement") is to audit the City's Basic Financial
Statements included in the City's Comprehensive Annual Financial Report (CAFR). The
engagement shall also include the Single Audit, PSF, VCA, SMG, and SNP audits, for a period of
five (5) years, with the sole the option and discretion of the City to renew for five (5) additional one
(1) year periods.
The initial engagement will be for the fiscal year ending September 30, 2006. Additional years of
the engagement would be subject to the approval of the City Manager, and confirmation by the
Mayor and Members of the City Commission annually.
B. RFP TIMETABLE
The anticipated schedule for this RFP and contract approval is as follows:
RFP Issued May 19, 2006
Pre-Proposal Submission Meeting May 26, 2006
Deadline for receipt of questions June 1, 2006 5:00pm
Deadline for receipt of responses / Proposals June 19, 2006
Evaluation committee meetings June/July 2006
Commission Approval/ July 2006
Authorization of negotiations
Contract negotiations
Projected contract start date To be negotiated upon award.
C. PROPOSALS SUBMISSION
An original and ten (10) copies of the proposal response will be received until 3:00 p.m. on June
19th, 2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
The original and all copies must be submitted to the Procurement Division in a sealed envelope or
container stating on the outside the Proposer's name, address, telephone number, RFP number
and title, and due date. No facsimile or e-mail responses will be considered.
The responsibility for submitting a response to this RFP to the Procurement Division on or before
the stated time and date will be solely and strictly that of the proposer The City will in no way be
responsible for delays caused by the U.S. Post Office or caused by any other entity or by any
occurrence. Responses received after the RFP due date and time will not be accepted and will not
be considered.
D. SPECIAL CONDITIONS
Proposers are advised that this RFP and any contract awarded pursuant to this procurement
process.shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
5 of 42
"Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the
"Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City
limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the
contract within the City of Miami Beach.
All proposers shall complete and return, with their proposal, the "Declaration: Non-discrimination in
Contracts and Benefits" form contained herein. The City shall not enter into any contract unless
the proposer certifies that such firm does not discriminate in the provision of Benefits between
employees with Domestic Partners and employees with spouses and/or between the Domestic
Partners and spouses of such employees.
Contractors may also comply with the Ordinance by providing an employee with the Cash
Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that:
a. The Contractor shall complete and return the "Reasonable Measures Application"
contained herein, and the Cash Equivalent proposed; AND.
b. The Contractor shall complete and return the "Substantial Compliance Authorization
Form" contained herein.
It is important to note that Contractors are considered in compliance if Contractor provides
benefits neither to employees' spouses nor to employees' Domestic Partners.
E. PRE-PROPOSAL SUBMISSION MEETING
A pre-Proposal submission meeting is scheduled for May 26th, 2006 at 10:30 a.m. at the following
address:
City of Miami Beach
City Hall
Mayor's Conference Room -- Fourth Floor
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. Contractors interested in participating in the pre-RFP submission
meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by
the star (*) key).
Proposers who are interested in participating via telephone, please send an e-mail to
PamelaLeia@miamibeachfl.aov at least one day in advance, expressing your intent to
participate via telephone.
May 19. 2006
City of Miami Beach
RFP No: 23-05/06
6 of 42
F . CONTACT PERSON
The contact person for this RFP is Pamela Leja, Procurement Division. Ms. Leja may be reached by
phone: 305.673.7490; fax: 305.673.7851; or e-Mail: PamelaLeja@miamibeachfl.gov.
The City's Procurement Director is authorized by the City's Cone of Silence Ordinance to have oral
communications with prospective Proposers relative to matters of process or procedures only.
Requests for additional information or clarifications must be made in writing to the Procurement
contact listed above. Facsimile or e-mail requests are acceptable. Please send all questions to
PamelaLeia(Q>.miamibeachfl.aov with a copy the City Clerk's office at the following e-mail address:
RobertParcher(Q>.miamibeachfl.aov.
The Procurement contact will issue replies to inquiries and additional information or amendments
deemed necessary in written addenda, which will be issued prior to the deadline for responding to
this RFP.
Proposers should not rely on representations, statements, or explanations other than those made in
this RFP or in any addendum to this RFP.
Proposers are advised that oral communications between the Proposers, or their representatives,
and the Mayor or City Commissioners and their respective staff, or members of the City's
administrative staff to include the City Manager and his staff, or evaluation committee members is
prohibited.
May 19, 2006
. City of Miami Beach
RFP No: 23-05/06
7 of 42
SECTION II -- SCOPE OF SERVICES
There are eight (8) services which are required as part ofthis RFP. 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 ofthe
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.
The examination will include the governmental activities, the business-type activities, the
aggregate discretely presented component units, each major fund, and the aggregate
remaining fund balances of the City, except for the City of Miami Beach Retirement Systems
for Firefighters and Police Officers, the City of Miami Beach Retirement Systems for General
Employees, the City of Miami Beach Retirement System for Unclassified Employee and
Elected officials, the Firemen's Relief and Pension Fund, and the Policemen's Relief and
Pension Fund, which are audited by other auditors.
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. OMS 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 States, Local
Governments, and Non-Profit Organizations.
The auditor must issue an Independent Auditors' Report on Internal Control over Financial
Reporting and on Compliance, Independent Auditors' Report on Compliance and Internal
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 shall issue a management letter to address the following:
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
8 of 42
· The City's compliance and internal controls or schedule of findings and questioned
costs, whether or not inaccuracies, shortages, defalcations, fraud and/or violations
laws, rules, regulations, and contractual provisions reported in the preceding annual
financial audit report have been corrected.
· The City's compliance and internal controls or schedule of findings and questioned
costs, whether or not recommendations made in the preceding annual financial audit
report have been followed.
· Provisions of Section 218.415, Florida Statutes, regarding the City's investment of
public funds.
· The City's compliance and internal controls or schedule of findings and questioned
costs: (1) violations of laws, rules, regulations, and contractual provisions that have
occurred, or are likely to have occurred; (2) improper or illegal expenditures; (3)
improper or inadequate accounting procedures (for example, the omission of
required disclosures from the financial statements); (4) failures to properly record
financial transactions; and (5) other inaccuracies, shortages, defalcations, and
instances of fraud discovered by, or that come to the attention of, the auditor.
· Section 218.503(1), Florida Statutes, regarding financial emergencies.
· The annual financial report for the City filed with the Department of Financial
Services pursuant to Section 218.32, Florida Statutes.
· The name or official title and legal authority for the primary government and each
component unit of the reporting entity be disclosed in the management letter, unless
disclosed in the notes to the financial statements.
The audit 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 (Redevelopment
Agency), 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.
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.
5. PSF- The City issues stand-alone financial statements for the PSF (Parking Systems
Funds), 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.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
9 of 42
6. VCA- The City issues stand-alone basic financial statements for the VCA (Visitor and
Convention Authority), 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.
7. SMG- 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 SMG. The auditor will prepare and issue an auditor's
opinion and conduct an audit of the SMG 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.
8. SNP- The SNP (Safe Neighborhood Parks and Bond Program) 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 to incorporate the following:
· Tests for compliance with the grant agreement, SNP ordinance No. 96-115,
applicable resolution and the SNP Administrative Rules.
· Tests for compliance with advance requirements.
· Tests for expenditures of required match dollars.
· Verification of the Fund Summary Status Report.
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.
The auditor shall also submit the following reports for inclusion in the report to the Auditor
General of the State of Florida:
· Independent Auditors' Report.
· Independent Auditors' Report on Internal Control over Financial Reporting and on
Compliance and Other Matters Based on an Audit of Financial Statements
Performed in Accordance With Government Auditing Standards.
· Independent Auditors' Report on Compliance With Requirements Applicable to Each
Major Federal Program and State Project and on Internal Controls Over Compliance
in Accordance With OMB Circular A-133 and Chapter 10.550, Rules of the Auditor
General of the State of Florida.
· Management Letter in Accordance with the Rules of the Auditor General of the State
of Florida.
May 19, 2006 RFP No: 23-05/06
City of Miami Beach 10 of 42
SECTION III - PROPOSAL FORMAT
Proposals must contain the following documents, each fully completed, and signed as required. If
any items are omitted, Firms must submit the documentation within five (5) calendar days upon
request from the City, or the proposal shall be deemed non-responsive. However, as it relates to
the omission of cost or revenue sharing information, the City will not accept said information after
the deadline for receipt of proposals.
1. Table of Contents
Outline in sequential order the major areas of the proposal, including enclosures. All pages must
be consecutively numbered and correspond to the table of contents.
2. Proposal Points to Address:
Firm must respond to all minimum requirements listed below. Proposals which do not contain such
documentation may be deemed non-responsive.
a) Introduction letter outlining the Firm's professional specialization, provide past
experience to support the qualifications of the submitter. Interested Firms should submit
documents that provide evidence as to the capability to provide professional food and
beverage services.
b) Firms must provide documentation which demonstrates their ability to meet all of the
requirements set forth in this RFP.
c) Cost Information:
Cost information must be submitted with your proposal, and if selected as the successful
Firm, the City will reserve its right to negotiate cost for each engagement. Firms are
required to quote fees for the work they are proposing to perform. Fees must be listed
separately for each of the eight (8) services required under "Scope of Services. This fee
quote should also provide a breakdown of anticipated hours and rates of the various
classes of personnel to be assigned to the engagement.
In the event that there is a need for additional services not listed above, which may be
needed during the contract period, proposers must provide as an attachment to their
proposal, the hourly billing rates for each member of your firm.
Information Reaardina Firm's Qualifications
a. Describe the respondent's professional development program, including the
approximate number of hours of continuing education attended by the respondent.
Also indicate the number of days of specialized training in governmental accounting
and auditing received during the last two years of personnel to be assigned to this
engagement. Indicate compliance with the State Board of Accountancy
requirements applicable to audits of Florida local governments.
b. Describe the participation of the respondent in national or state, governmental or
professional, accounting or auditing Boards or Committees during the last three
years.
c. Describe the respondent's quality control programs and procedures that ensure
compliance with the respondent's professional standards review and AICPA
standards. Indicate whether the respondent is in the SEC Practice Section and/or
May 19, 2006 RFP No: 23-05/06
City of Miami Beach 11 of 42
the Private Companies Practice Section of the Quality Control Program. If the
respondent answered positively to the preceding, attach a copy of the last Peer
Review received by the respondent.
d. Describe the respondent's (local office for national firms) experience in providing
accounting and auditing services to local governments.
e. 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.
f. The respondent will make a statement as to their independence with regard to the
City.
3. Qualifications of Project Team:
Firms will be required to provide an organizational chart of all personnel and consultants to
be used on this project and their qualifications. A resume including education, experience,
licenses and any other pertinent information shall be included for each team member,
including subcontractors to be assigned to each project. These resumes should be, at
minimum, for the partner, the manager and the senior for this engagement. The resume
should include the continuing education in governmental auditing and other governmental
audit engagements that they have undertaken.
4. Methodology and Approach:
Describe the respondent's approach to this audit engagement. This should include at least
the following:
· Development of the audit program.
· Organization of the audit team and titles of team members and approximate amount of
time each such class of member will spend on the audit.
· The names of the partner and manager that will be assigned to this engagement and the
extent of their involvement with this engagement. Any substitution of these individuals
must be approved by the Audit Committee prior to any change of staffing.
· The proposed schedule for the audit.
· Any anticipated use of internal audit staff or other City staff.
· Provide at least five (5) client references within the south Florida area.
5. Previous Similar Projects:
A list of a minimum of ten similar projects must be submitted. Information should include:
· Client Name, address, contact phone number.
· Description of similar scope of services.
· Month and Year the project was started and completed.
6. Training:
The City desires to maintain and improve the level of training of its personnel assigned to
the internal audit function and in accounting positions. The proposal should indicate if the
firm conducts any training for its employees and if City personnel could attend such training.
7. Award of Contract:
It is anticipated that the Evaluation Committee will review these proposals and recommend
a qualified firm(s) to the City Manager who will make a recommendation to the City
Commission. The City Commission will select the most qualified firm(s) to undertake the
May 19, 2006 RFP No: 23-05/06
City of Miami Beach 12 of 42
engagements and authorize the City Manager or his designee, to negotiate with the
selected firm or firms for the engagements.
8. Past Performance Information:
Past performance information will be collected on all firms. Firms will be required to identify
and submit their best projects. Firms will be required to send out Performance Evaluation
Surveys to each of their clients. Firms will also be responsible for making sure their clients
return the Performance Evaluation Surveys to the City. The City reserves the right to verify
and confirm any information submitted in the RFP process. Such verification may include,
but is not limited to, speaking with current and former clients, review of relevant client
documentation, site-visitation, and other independent confirmation of data.
9. Risk-Assessment Plan (RAP):
All firms must submit a Risk-Assessment Plan. The Risk-Assessment Plan must not be
longer than two pages, front side of page only. The RAP should address the following items
in a clear and generic language:
(a)
What risks the project has. (Areas that may cause the firm not to
finish on time, not finish within budget, cause any change orders, or
be a source of dissatisfaction with the City).
Explanation of how the risks will be avoided/minimize.
Propose any options that could increase the value of this project.
Explain the benefits of the Risk Assessment Plan. Address the
quality and performance differences in terms of risk minimization that
the City can understand and what benefits the option will provide to
the user.
(b)
(c)
(d)
May 19. 2006
City of Miami Beach
RFP No: 23-05/06
13 of 42
SECTION IV - EV ALUA TION/SELECTION PROCESS
The procedure for response evaluation and selection will be as follows:
. RFP issued.
· Receipt of responses.
· Opening and listing of all responses received.
· An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
response in accordance with the requirements of this RFP. If further information is desired,
respondents may be requested to make additional written submissions or oral presentations
to the Evaluation Committee.
· The Evaluation Committee will recommend to the City Manager the response(s) which the
Evaluation Committee deems to be in the best interest of the City by using the following
criteria for selection:
· Firm's Experience in Auditing Services - 20 points.
· Qualifications of the Project Team - 20 points.
· Methodology and Approach - 10 points.
· Risk Assessment Plan for ensuring quality of work - 15 points.
· Past Performance based on client references and number and quality of the
Performance Evaluation Surveys -15 points
· Fees-20 points
The Evaluation Committee will rank no less than three firms as follows:
The firm with more than 50% of the Committee Members' first-place ranking will be deemed the top-
ranked firm. The second and third rank firms will be ranked based on the total low aggregate ranked
score. For example, a Committee of seven (7) members rank the firms as follows:
Firm A.
4 - 1ST place votes (4x1=4)
1 -2nd place vote (1x2=2)
2 -3rd place votes (2x3=6)
Firm B.
2 - 1 st place votes (2x1 =2)
4 - 2nd place votes (4x2=8)
1 - 3rd place votes (1x3=3)
13
Firm C.
1 - 1 st place votes (1 x1 =1)
2 - 2nd place vote (2x2=4)
4 -3rd place votes(4x3=12)
17
TOTAL LOW AGGREGATE
12
RANKED SCORE
Firm A received more than 50% (4 out of 7) first place votes, and is therefore the top ranked firm.
Firm 8 received a ranked score of 13, and is therefore, the second-ranked firm, and so forth. If no
firm receives more than 50% of the first-place votes, then the top-ranked and subsequent ranked
firms will be determined on the total low aggregate ranked score as shown on the above
example.
· The City may request, accept, and consider proposals for the compensation to be paid
under the contract only during competitive negotiations.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
14 of 42
· After considering the recommendation(s) of the Evaluation Committee, the City Manager
shall recommend to the City Commission the response or responses acceptance of which
the City Manager deems to be in the best interest of the City.
· The City Commission shall consider the City Manager's recommendation(s) in light of the
recommendation(s) and evaluation ofthe Evaluation Committee and, if appropriate, approve
the City Manager's recommendation(s). The City Commission may reject City Manager's
recommendation(s) and select another response or responses. In any case, City
Commission shall select the response or responses acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may also
reject all proposals.
· Negotiations between the selected respondent and the City take place to arrive at a contract
price. If the City Commission has so directed, the City may proceed to negotiate a contract
price with a respondent other than the top ranked respondent if the negotiations with the top
ranked respondent fail to produce a mutually acceptable contract price within a reasonable
period of time.
· A proposed contract or contracts are presented to the City Commission for approval,
modification and approval, or rejection.
· If and when a contract or contracts acceptable to the respective parties is approved by the
City Commission, the Mayor and City Clerk sign the contract(s) after the selected
respondent(s) has (have) done so.
Important Note:
By submitting a response, all proposers shall be deemed to understand and agree that no property
interest or legal right of any kind shall be created at any point during the aforesaid
evaluation/selection process until and unless a contract has been agreed to and signed by both
parties.
May 19, 2006
City of Miami Beach.
RFP No: 23-05/06
15 of 42
SECTION V - LEGAL TERMS AND CONDITIONS/INSURANCE
A. MODIFICATION/WITHDRAWALS OF SUBMITTALS
A proposer may submit a modified response to replace all or any portion of a previously
submitted response up until the RFP due date and time. Modifications received after the
RFP due date and time will not be considered.
Responses shall be irrevocable until contract award unless withdrawn in writing prior to the
RFP due date or after expiration of 120 calendar days from the opening of responses
without a contract award. Letters of withdrawal received after the RFP due date and before
said expiration date and letters of withdrawal received after contract award will not be
considered.
B. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all,
responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or
waive any irregularities in this RFP or in any responses received as a result of this RFP.
C. COST INCURRED BY PROPOSERS
All expenses involved with the preparation and submission of responses to the City, or any
work performed in connection therewith, shall be the sole responsibility of the proposer(s)
and not be reimbursed by the City.
D. EXCEPTIONS TO RFP
Proposers must clearly indicate any exceptions they wish to take to any of the terms in this
RFP, and outline what alternative is being offered. The City, after completing evaluations,
may accept or reject the exceptions. In cases in which exceptions are rejected, the City
may require the consultant to furnish the services or goods originally described, or negotiate
an alternative acceptable to the City.
E. SUNSHINE LAW
Proposers are hereby notified that all information submitted as part of a response to this
RFP will be available for public inspection after opening of responses, in compliance with
Chapter 286, Florida Statutes, known as the Florida Government in the Sunshine Law.
F . NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without discussion, or
may require proposers to give oral presentations based on their responses. The City.
reserves the right to enter into negotiations with the selected proposer, and if the City and
the selected proposer cannot negotiate a mutually acceptable contract, the City may
terminate the negotiations and begin negotiations with the next selected proposer. This
process may continue until a contract has been executed or all responses have been
rejected. No proposer shall have any rights in the subject project or property or against the
City arising from such negotiations.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
16 of 42
G. PROTEST PROCEDURES
Proposers that are not selected may protest any recommendation for selection of award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for protesting the City Manager's recommendation. Protest not timely
pursuant to the requirements of Ordinance No. 2002-3344 shall be barred.
H. RULES; REGULATIONS; AND LICENSING REQUIREMENTS
Proposers are expected to be familiar with and comply with all Feder~l, State and local
laws, ordinances, codes, and regulations that may in any way affect the services offered,
including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC
Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the
proposer will in no way relieve it from responsibility for compliance.
I. DEFAULT
Failure or refusal of a proposer to execute a contract upon award by the City Commission,
or untimely withdrawal of a response before such award is made and approved, may result
in forfeiture of that portion of any surety required as liquidated damages to the City; where
surety is not required, such failure may result in a claim for damages by the City and may be
grounds for removing the proposer from the City's vendor list.
J. CONFLICT OF INTEREST
All cproposers must disclose with their response the name(s} of any officer, director, agent,
or immediate family member (spouse, parent, sibling, and child) who is also an employee of
the City of Miami Beach. Further, all consultallts must disclose the name of any City
employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in
the proposer, or any of its affiliates.
K. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS
All proposers are expected to be or become familiar with all City of Miami Beach Lobbyist
laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach
Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed
herein, in addition to disqualification of their Proposals, in the event of such non-compliance.
L. PROPOSER'S RESPONSIBILITY
Before submitting responses, each proposer shall make all investigations and examinations
necessary to ascertain all conditions and requirements affecting the full performance ofthe
contract. Ignorance of such conditions and requirements resulting from failure to make such
investigations and examinations will not relieve the successful consultant from any
obligation to comply with every detail and with all provisions and requirements of the
contract documents, or will be accepted as a basis for any claims whatsoever for any
mo~etary consideration on the part of the proposer.
M. RELATION OF CITY
It is the intent of the parties hereto that the successful proposer be legally considered to be
an independent contractor and that neither the proposer nor the proposer's employees and
agents shall, under any circumstances, be considered employees or agents of the City.
May 19,2006
City of Miami Beach
RFP No: 23-05/06
17 of 42
N. PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier,
sub-contractor, or consultant under a contract with a public entity , and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO ($25,000.00) for a period of 36 months from the date of being placed
on the convicted vendor list.
O. ASSIGNMENT
The successful proposer shall not enter into any sub contract, or assign, transfer, convey,
sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest
therein, or its power to execute such contract to any person, firm, or corporation without
prior written consent of the City. Any unauthorized assignment shall constitute a default by
the successful proposer
P. INDEMNIFICATION
The successful proposer shall be required to agree to indemnify and hold harmless the City
of Miami Beach and its officers, employees, and agents, from and against any and all
actions, claims, liabilities, losses and expenses, including but not limited to attorneys fees,
for personal, economic or bodily injury, wrongful death, loss of or damage to property, in
law or in equity, which may arise or be alleged to have arisen from the negligent acts or
omissions or other wrongful conduct of the successful consultant, its employees, or agents
in connection with the performance of service pursuant to the resultant Contract; the
successful proposer shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and losses, and shall
pay all costs expended by the City in the defense of such claims and losses, including
appeals.
R. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful proposer, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful
proposer of such termination which shall become effective upon receipt by the successful
proposer of the written termination notice.
In that event, the City shall compensate the successful proposer in accordance with the
contract for all services performed by the proposer prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful proposer shall not be relieved of liability to the
City for damages sustained by the City by virtue of any breach of the contract by the
proposer and the City may reasonably withhold payments to the successful proposer for
the purposes of set off until such time as the exact amount of damages due the City from
the successful proposer is determined.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
1 B of 42
S. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful proposer of such termination,
which shall become effective thirty (30) days following receipt by proposer of such notice. In
that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the contract is terminated by the City as provided in this section, the
City shall compensate the successful proposer in accordance with the contract for all
services actually performed by the successful proposer and reasonable direct costs of
successful proposer for assembling and delivering to City all documents. No compensation
shall be due to the successful proposer for any profits that the successful proposer
expected to earn on the balanced of the contract. Such payments shall be the total extent
of the City's liability to the successful proposer upon a termination as provided for in this
section.
T. INSURANCE
Successful proposer shall obtain, provide and maintain during the term of the contract the
following types and amounts of insurance as indicated on the Insurance Checklist which
shall be maintained with insurers licensed to sell insurance in the State of Florida and have
a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of
Miami Beach as an additional insured on all liability policies required by this contract. When
naming the City of Miami Beach as an additional insured onto your policies, the insurance
companies hereby agree and will endorse the policies to state that the City will not be liable
for the payment of any premiums or assessments.
Any exceptions to these requirements must be approved by the City's Risk Management
Department.
FAILURE TO PROCURE INSURANCE:
Successful proposer's failure to procure or maintain required insurance program shall
constitute a material breach of contract under which City may immediately terminate the
proposed contract.
U. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby
advised that the Cone of Silence requirements listed herein shall apply.
V. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFP is further subject to City of Miami Beach
Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to
review the City's Debarment Ordinance. Debarment may constitute grounds for termination
of the contract, as well as, disqualification from consideration on any City of Miami Beach
RFP, RFP, RFU, or bid.
x. CODE OF BUSINESS ETHICS
Pursuant to 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
Procurement Division with your bid/response or within five days upon receipt of request.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
19 of 42
The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with
all applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provision of the City Code.
Y. AMERICAN WITH DISABILITIES ACT
Call 305-673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi Johnson Wright,
Public Works Department, at 305-673-7080.
z. ACCEPTANCE OF GIFTS, FAVORS, SERVICES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent ofthe City, for the purpose of influencing consideration ofthis proposal.
Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any
gift, favor or service that might reasonably tend improperly to influence him/her in the
discharge of his/her official duties.
AA. EQUAL BENEFITS FOR DOMESTIC PARTNERS
Proposers are advised that this RFP and any contract awarded pursuant to this
procurement process shall be subject to the applicable provisions of Ordinance No. 2005-
3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic
Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who
work within the City limits of the City of Miami Beach, Florida; and the Contractor's
employees located in the United States, but outside of the City of Miami Beach limits, who
are directly performing work on the contract within the City of Miami Beach.
May 19,2006
City of Miami Beach
RFP No: 23-05/06
20 of 42
XXX 1.
XXX 2.
XXX 5.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the statutory limits of the state of
Florida and U.S.L. & H I Jones Act per Federal Law (If required).
Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per
occurrence for bodily injury property damage to include Premisesl Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
3.
Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired
automobiles included.
4.
Excess Liability - $
. 00 per occurrence to follow the primary coverage.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
6.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
$
$
$
$
$
.00
.00
.00
.00
.00
XXX Professional Liability
$1.000.000 .00
XXX 7.Thirty (30) days written cancellation notice required.
XXX a.Best's guide rating B+: VI or better, latest edition.
XXX 9. The certificate must state the Quote number and title
VENDOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after Proposal opening.
Vendor
Signature of Vendor
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
21 of 42
PROPOSER INFORMATION
Submitted by:
Proposer (Entity):
Signature:
Name (Printed)
Address:
City/State:
Telephone:
Fax:
E-mail:
It is understood and agreed by Proposer that the City reserves the right to reject any and all
Proposals, to make awards on all items or any items according to the best interest of the City, and to
waive any irregularities in the RFP or in the Proposals received as a result of the RFP. It is also
understood and agreed by the Proposer that by submitting a proposal, Proposer shall be deemed to
understand and agree than no property interest or legal right of any kind shall be created at any
point during the aforesaid evaluation/selection process until and unless a contract has been agreed
to and signed by both parties.
(Authorized Signature)
(Date)
(Printed Name)
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
22 of 42
REQUEST FOR PROPOSALS NO. 23-05/06
ACKNOWLEDGMENT OF ADDENDA
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP 23-
05/06
Addendum No.1, Dated
Addendum No.2, Dated
Addendum No.3, Dated
Addendum No.4, Dated
Addendum No.5, Dated
Part II:
No addendum was received in connection with this RFP.
Verified with Procurement staff
Name of staff
Date
Proposer - Name
Date
Signature
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
23 of 42
PRICE PROPOSAL FORM
PROPOSER'S NAME:
SIGNATURE:
TITLE:
ADDRESS:
PHONE NUMBER:
E-MAIL ADDRESS:
There are eight (8) services which are required as part of this RFP, per the Scope pf Services:
Service Fees
1) Audit of City's Basic Financial Statement (CAFR) $
2) OMB A-133 Single Audits $
3) Management Letter in Accordance with the
Rules of the Auditor General of the State of Florida $
4) Miami Beach Redevelopment Agency (RDA) $
5) Miami Beach Parking Systems Funds (PSF) $
6) Miami Beach Visitor and Convention Authority (VCA) $
7) Miami Beach Convention Center and Jackie Gleason
Theater of the Performing Arts, as Managed by SMG (SMG) $
8) Safe Neighborhood Parks Single Audit (SNP) $
In the event that there is a need for additional services not listed above, which may be needed during
the contract period, proposers must provide as an attachment to their proposal, the hourly billing
rates for each member of your firm.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
24 of 42
DECLARATION
TO: City of Miami Beach
City Hall
1700 Convention Center Drive
Procurement Division
Miami Beach, Florida 33139
Submitted this
day of
,2006.
The undersigned, as proposer, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this responses or in the Contract to which this response pertains;
that this response is made without connection or arrangement with any other person; and that this response
is in every respect fair and made in good faith, without collusion or fraud.
The proposer agrees if this response is accepted, to execute an appropriate City of Miami Beach document
for the purpose of establishing a formal contractual relationship between the consultant and the City of
Miami Beach, Florida, for the performance of all requirements to which the response pertains.
The proposer states that the response is based upon the documents identified by the following number:
RFP No.23-05/06
SIGNATURE
PRINTED NAME
TITLE (IF CORPORATION)
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
25 of 42
SWORN STATEMENT UNDER SECTION
287.133(3)(a), FLORIDA STATUTES, ON PUBLIC
ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
[Print name of public entity]
By
[Print individual's name and title]
For
[Print name of entity submitting sworn statement]
Whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
.)
4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida
Statutes. means a violation of any state or federal law by a person with respect to and directly
related to the transaction of business with any business with any public entity or with an agency or
political subdivision of any other state or of the United States, including, but not limited to, any bid or
contract for goods or services to be provided to any public entity or an agency or political
subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1 )(b), Florida
Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an
adjudication of guilt, in any federal or state trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a
plea of guilty or nolo contendere.
6. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes. means:
1) A predecessor or successor of a person convicted of a public entity crime; or
2) An entity under the control of any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term "affiliate" includes those
officers, directors, executives, partners, shareholders, employees, members, and agents who
are active in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not for fair market value under an arm's length agreement, shall be a
prima facie case that one person controls another person. A person who knowingly enters
into a joint venture with a person who has been convicted of a public entity crime in Florida
during the preceding 36 months shall be considered an affiliate.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
26 of 42
5) I understand that a "person" as defined in Paragraph 287.133(1 He), Florida Statutes means any
natural person or entity organized under the laws of any state or of the United States with the
legal power to enter into a binding contract and which bids or applies to bid on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to
transact business with a public entity. The term "person" includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6) Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. [Indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members or agents who are active in
management ofthe entity, or an affiliate ofthe entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors,
executives, partners, shareholders, employees, members, or agents who are active in the
management of the entity, or an affiliate ofthe entity has been charged with and convicted
of a public entity crime subsequent to July 1, 1989. However, there has been a
subsequent proceeding before a Hearing Officer of the State of Florida, Division of
Administrative Hearings and the Final Order entered by the hearing Officer determined
that it was not in the public interest to place the entity submitting this sworn statement on
the convicted vendor list. [Attach a copy of the final order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY
ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN
WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT
PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE
IN THE INFORMATION CONTAINED IN THIS FO.RM
[Signature]
Sworn to and subscribed before me this
day of
,2006
Personally known
OR Produced identification
Notary Public - State of
My commission expires
(Type of Identification)
(Printed typed or stamped Commissioned name of Notary Public)
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
27 of 42
QUESTIONNAIRE
Proposer's Name:
Principal Office Address:
Official Representative:
Individual
Partnership (Circle One)
Corporation
If a Corporation. answer this:
When Incorporated:
In what State:
If a Foreian Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice-President's Name:
Treasurer's Name:
Members of Board of Directors
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
28 of 42
Questionnaire (continued)
If a Partnership:
Date of organization:
General or Limited Partnership.:
Name and Address of Each Partner:
NAME
ADDRESS
· Designate general partners in a Limited Partnership
I. Number of years of relevant experience in auditing profession:
2. Have any agreements held by Proposer for a project ever been canceled?
Yes ( ) No ( )
If yes, give details on a separate sheet.
3. Has the Proposer or any principals of the applicant organization failed to qualify as a
responsible Bidder, refused to enter into a contract after an award has been made,
failed to complete a contract during the past five (5) years, or been declared to be in
default in any contract in the last 5 years?
If yes, please explain:
May 19. 2006
City of Miami Beach
RFP No: 23-05/06
29 of 42
Questionnaire (continued)
4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized
under Chapter 11 or put into receivership? Yes ( ) No ( )
If yes, give date, court jurisdiction, action taken, and any other explanation deemed
necessary on a separate sheet.
5. Person or persons interested in this bid and Qualification Form have ( ) have not ( )
been convicted by a Federal, State, County, or Municipal Court of any violation of law,
other than traffic violations. To include stockholders over ten percent (1 0%). (Strike out
inappropriate words)
Explain any convictions:
6. Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
B. List all judgments from lawsuits in the last five (5) years:
C. List any criminal violations and/or convictions of the Proposer and/or any of its
principals:
7. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal: (If none, state same.)
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
30 of 42
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships which
would constitute a conflict of interest, either actual or perceived, with any proposer
and/or individuals and entities comprising or representing such proposer, and in an
attempt to ensure full and complete disclosure regarding this contract, all proposers are
required to disclose all persons and entities who may be involved with this Proposal.
This list shall include public relation firms, lawyers and lobbyists. The Procurement
Division shall be notified in writing if any person or entity is added to this list after
receipt of proposals.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
31 of 42
Questionnaire (continued)
The proposer understands that information contained in this Questionnaire will be relied upon
by the City in awarding the proposed Agreement and such information is warranted by the
proposer to be true. The undersigned proposer agrees to furnish such additional information,
prior to acceptance of any proposal relating to the qualifications of the proposer as may be
required by the City Manager. The proposer further understands that the information
contained in this questionnaire may be confirmed through a background investigation
conducted by the Miami Beach Police Department. By submitting this questionnaire the
proposer agrees to cooperate with this investigation, including but not necessarily limited to
fingerprinting and providing information for credit check.
WITNESS:
IF INDIVIDUAL:
Signature
Signature
Print Name
Print Name
WITNESS:
IF PARTNERSHIP:
Signature
Print Name of Firm
Print Name
Address
By:
General Partner
Print Name
WITNESS:
IF CORPORATION:
Signature
Print Name of Corporation
Print Name
Address
By:
President
(CORPORATE SEAL)
Attest:
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
32 of 42
m
~
MIAMI BEACH
CITY OF MIAMI BEACH
DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS
Section 1. Vendor Information
Name of Company:
Name of Company Contact Person:
Phone Number:
Fax Number:
E-mail:
Vendor Number (if known):
FederallD or Social Security Number:
Approximate Number of Employees in the U.S.:
Are any of your employees covered by a collective bargaining agreement or union trust fund? _Yes_No
Union name(s):
Section 2. Compliance Questions
Question 1. Nondiscrimination - Protected Classes
A. Does your company agree to not discriminate against your employees, applicants for
employment, employees of the City, or members of the public on the basis of the fact or
perception of a person's membership in the categories listed below? Please note: a "YES"
answer means your company agrees it will not discriminate; a "NO" answer means your
company refuses to agree that it will not discriminate. Please answer yes or no to each
category.
DRace
o Color
o Creed
o Religion
o National origin
o Ancestry
o Age
o Height
Yes _ No
Yes_No
Yes_No
Yes _ No
Yes_No
Yes_No
Yes_No
Yes_No
o Sex
o Sexual orientation
o Gender identity (transgender status)
o Domestic partner status
o Marital status
o Disability
o AIDS/HIV status
o Weight
_Yes No
Yes_ No
Yes_No
Yes_No
Yes_No
Yes _ No
Yes _ No
Yes No
8. Does your company agree to insert a similar nondiscrimination provIsion in any
subcontract you enter into for the performance of a substantial portion of the contract you
have with the City? Please note: you must answer this question, even if you do not intend
to enter into any subcontracts.
Yes _ No
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
33 of 42
Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic
Partners
Questions 2A and 2B should be answered YES even if your employees must
pay some or all of the cost of spousal or domestic partner benefits.
A. Does your company provide or offer access to any benefits to employees with
spouses or to spouses of employees?
Yes _ No
B. Does your company provide or offer access to any benefits to employees with
(same or opposite sex) domestic partners. or to domestic partners of
employees? Yes _No
*The term Domestic Partner shall mean any two (2) adults of the same or different
sex, who have registered as domestic partners with a government body pursuant to
state or local law authorizing such registration, or with an internal registry
maintained by the employer of at least one of the domestic partners. A Contractor
may institute an internal registry to allow for the provision of equal benefits to
employees with domestic partner who do not register their partnerships pursuant to
a governmental body authorizing such registration, or who are located in a
jurisdiction where no such governmental domestic partnership exists. A Contractor
that institutes such registry shall not impose criteria for registration that are more
stringent than those required for domestic partnership registration by the City of
Miami Beach
If YOU answered "NO' to both Questions 2A and 2B, go to Section 4 (at the bottom of
this page), complete and sign the form, filling in all items requested.
If YOU answered "YES" to either or both Questions 2A and 2B, please continue to
Question 2C below.
Question 2. (continued)
C. Please check all benefits 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.
BENEFIT Yes for Yes for Employees No, this Benefit Documentation of this
Employees with with Domestic is Not Offered Benefit is Submitted
SDouses Partners with this Form
Health 0 0 0 0
Dental 0 0 0 0
Vision 0 0 0 0
Retirement (Pension, 0 0 0 0
401 (k), etc.)
Bereavement 0 0 0 0
Family Leave 0 0 0 0
Parental Leave 0 0 0 0
Employee Assistance 0 0 0 0
Proaram
Relocation & Travel 0 0 0 0
Company Discount, 0 0 0 0
Facilities & Events
Credit Union 0 0 0 0
Child Care 0 0 0 0
Other 0 0 0 0
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
34 of 42
Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons
outside your control, (e.g., 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, submit a completed
Reasonable Measures Application with all necessary attachments, and have your
application approved by the City Manager, or his designee.
Section 3. Required Documentation
YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without
proper documentation, your company cannot be certified as complying with the City's Equal Benefits
Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement
from your insurance provider or a copy of the eligibility section of your plan document; to document leave
programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does
not exist, attach an explanation.
Have you submitted supporting documentation for each benefit offered?
_Yes _ No
Section 4. Executing the Document
I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and
correct, and that I am authorized to bind this entity contractually.
Executed this
day of
, in the year
, at
'-
City State
Signature
Mailing Address
Name of Signatory (please print)
City, State, Zip Code
Title
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
35 of 42
C9 MIAtv'\IBEACH
CITY OF MIAMI BEACH
REASONABLE MEASURES APPLICATION
Declaration: Nondiscrimination in Contracts and Benefits
Submit this form and supporting documentation to the City's Procurement Division ONLY IF
you:
a. Have taken all reasonable measures to end discrimination in benefits; and
b. Are unable to do so; and
c. Intend to offer a cash equivalent to employees for whom equal benefits are not available.
You must submit the following information with this form:
1. The names, contact persons and telephone numbers of benefits providers contacted for the
purpose of acquiring nondiscriminatory benefits;
2. The dates on which such benefits providers were contacted;
3. Copies of any written response(s) you received from such benefits providers, and if
written responses are unavailable, summaries of oral responses; and
4. Any other information you feel is relevant to documenting your inability to end discrimination
in benefits, including, but not limited to, reference to federal or state laws which preclude the
ending of discrimination in benefits.
I declare (or certify) under penalty of perjury under the laws of the State of Florida that the
foregoing is true and correct, and that I am authorized to bind this entity
contractually.
Mailing Address of Company
Name of Company (please print)
City, State, Zip
Signature
Telephone Number
Name of Signatory (please print)
Title
May 19, 2006
City of Miami Beach
Date
RFP No: 23-05/06
36 of 42
Definition of Terms
A. REASONABLE MEASURES
The City of Miami Beach will determine whether a City Contractor has taken all reasonable
measures provided by the City Contractor that demonstrates that it is not possible for the City
Contractor to end discrimination in benefits. A determination that it is not possible for the City
Contractor to end discrimination in benefits shall be based upon a consideration of such factors as:
(1) The number of benefits providers identified and contacted, in writing, by the City Contractor,
and written documentation from these providers that they will not provide equal benefits;
(2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and
(3) The existence of federal or state laws which preclude the City Contractor from ending
discrimination in benefits.
B. CASH EQUIVALENT
"Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or
spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if
applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to
an employee for his or her spouse.
Cash Equivalent. The cash equivalent of the following benefits apply:
a. For bereavement leave, cash payment for the number of days that would be allowed as paid
time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner
employee for the number of days allowed.
b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly
premiums that are being paid for the domestic partner employee, to be paid on a regular basis while
the domestic partner employee maintains the such insurance in force for himself or herself.
c. For family medical leave, cash payments for the number of days that would be allowed as time
off for an employee to care for a spouse that has a serious health condition. Cash payment would
be in the form of wages of the domestic partner employee for the number of days allowed.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
37 of 42
(9 MIAlv\IBEACH
CITY OF MIAMI BEACH
SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM
Declaration: Nondiscrimination in Contracts and Benefits
This form, and supporting documentation, must be submitted to the Procurement
Division by entities seeking to contract with the City of Miami Beach that wish to delay
ending their discrimination in benefits pursuant to the Rules of Procedure, as set out
below.
Fill out all sections that apply. Attach additional sheets as necessary.
A. Open Enrollment
Ending discrimination in benefits may be delayed until the first effective date after the
first open enrollment process following the date the contract with the City begins,
provided that the City Contractor submits to the Procurement Division evidence that
reasonable efforts are being undertaken to end discrimination in benefits. This delay
may not exceed two years from the date the contract with the City is entered into, and
only applies to benefits fo'r which an open enrollment process is applicable.
Date next benefits plan year begins:
Date nondiscriminatory benefits will be available:
Reason for Delay:
Description of efforts being undertaken to end discrimination in benefits:
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
38 of 42
B. Administrative Actions and Reauest for Extension
Ending discrimination in benefits may be delayed to allow administrative steps to be
taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.
The time allotted for these administrative steps shall apply only to those benefits for
which administrative steps are necessary and may not exceed three months. An
extension of this time may be granted at the discretion of the Procurement Director,
upon the written request of the City Contractor. Administrative steps may include, but
are not limited to, such actions as computer systems modifications, personnel policy
revisions, and the development and distribution of employee communications.
Description of administrative steps and dates to be achieved:
If requesting extension beyond three months, please explain basis:
C. Collective Baroainino Aoreements (CBA)
Ending discrimination in benefits may be delayed until the expiration of a City
Contractor's Current collective bargaining agreement(s) where all of the following
conditions have been met:
1. The provision of benefits is governed by one or more collective bargaining
agreement(s);
2. The City Contractor takes all reasonable measures to end discrimination in benefits
either by requesting that the Unions involved agree to reopen the agreements in order
for the City Contractor to take whatever steps necessary to end discrimination in
benefits or by ending discrimination in benefits without reopening the collective
bargaining agreements; and
3. In the event that the City Contractor cannot end discrimination in benefits despite
taking all reasonable measures to do so, the City Contractor provides a cash
equivalent to eligible employees for whom benefits are not available. Unless otherwise
authorized in writing by the Procurement Director, this cash equivalent payment must
begin at the time the Unions refuse to allow the collective bargaining agreements to be
reopened, or in any case no longer than three (3) months from the date the contract
with the City is entered into.
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
39 of 42
For a delay to be granted under this provision, written proof must be submitted with
this form that:
. The benefits for which the delay is requested are governed by a collective
bargaining agreement;
. All reasonable measures have been taken to end discrimination in benefits (see
Section C.2, above); and
. A cash equivalent payment will be provided to eligible employees for whom benefits
are not available.
I declare (or certify) under penalty of perjury under the laws of the State of Florida that
the foregoing is true and correct, and that I am authorized to bind this entity
contractually.
Mailing Address of Company
Name of Company (please print)
City, State, Zip
Signature
Telephone Number
Name of Signatory (please print)
Date
Title
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
40 of 42
e MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive. Miami Beach, Florida 33139, www.miamibeochfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 ,Fax: 305.673.7851
May 19, 2006
To:
Phone:
Fax:
E-mail:
Subject: Performance Evaluation of
Number of pages including cover: 2
To Whom It May Concern:
The City of Miami Beach has implemented a process that collects past performance information on
various contractors that perform auditing services. The information will be used to assist City of Miami
Beach in the procurement of auditing services.
The company listed in the subject line has chosen to participate in this program. They have listed you
as a past client that they have done work for. Both the company, and City of Miami Beach, would
greatly appreciate you taking a few minutes out of your busy day to complete the accompanying
questionnaire.
Please review all items in the following attachment and answer the questions to the best of your
knowledge. If you cannot answer a particular question, please leave it blank. Please return this
questionnaire to Pamela Leja by Monday, June 12, 2006 via fax: 305.673.7851; or e-mail
PamelaLeia(Ci2miamibeachfl. QOV.
Thank you for your time and effort,
Gus Lopez, CPPO
Procurement Director
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
41 of 42
e MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490, Fax: 305.673.7851
PERFORMANCE EVALUATION SURVEY
Firm Name:
Point of Contact:
Phone and e- mail
Please evaluate the performance of the firm (10 means you are very satisfied and have no questions
about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of
very poor performance).
NO CRITERIA UNIT
1 Ability to provide professional auditing services (1-10)
2 Qualification of project team (1-10)
3 Timely completion of engagement (1-10)
4 Professionalism and ability to ensure compliance with (1-10)
professional standards review
5 Quality of audit reports (1-10)
6 Overall customer satisfaction and hiring again based on (1-10)
performance (comfort level in hiring contractor again)
Overall Comments:
Agency or Contact Reference Business Name:
Contact Name:
Contact Phone and e-mail:
Date of Services:
Dollar Amount for Services:
PLEASE FAX THIS QUESTIONNAIRE TO PAMELA LEJA AT 305.673.7851
May 19, 2006
City of Miami Beach
RFP No: 23-05/06
42 of 42