Loading...
HomeMy WebLinkAboutR-89-0359J-89-330 3/29/89 i RESOLUTION NO. 199 35!) A RESOLUTION ACCEPTING THE RECOMMENDATION OF THE CITY OF MIAMI'S AUDIT ADVISORY COMMITTEE RANKING THE 1OF' THREE TEAMS OF CERTIFIED PUBLIC ACCOU14TING FIRMS PROPOSING SERVTCF7S AS EXTERNAL AUDITORS FOR THE CITY OF MIAMI, AND AUTHORIZING THE CITY MANAGER TO NEGOTIATE A CONTRACT WITH THE HIGHEST RANKED TEAM, FORMED BY THE CPA FIRMS OF DELOITTE HASKINS & SELLS; SHARPTON, BRUNSON & COMPANY, P.A.; AND VERDEJA, IRIONDO & GRAVIER, CPA'S. WHEREAS, the City of Miami Audit Advisory Committee (The Committee) has been empowered by Section 2-239.2 of the City of Miami Code to seek responses from qualified independent auditors to perform annual independent audit services for the City, and to recommend selection of an independent auditor to the City Commission based upon a review and analysis of such responses; and WHEREAS, the Committee, through the City Administration, distributed a request for proposals for independent auditing services; and WHEREAS, five (5) teams of Certified Public Accounting firms responded to such request for proposals; and WHEREAS, the Committee reviewed and analyzed the written proposals and conducted oral interviews of all proposing firms; and WHEREAS, the Committee ranked the top three (3) proposing teams; and WHEREAS, the Law and Rules of the Florida Board of Accounting of the Department of Professional Regulation of State of Florida, require the City Commission to open negotiations with any of the top three (3) ranked firms; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. This resolution is adopted pursuant to the Code of the City, the Florida Statutes, and other applicable provisions of the law. CITY COIVIMISSION MEETHNG OF APR 14' 1989 ESOLU ION No. 89 -35 UJARKSc Section 2. It is hereby ascertained, determined and declared that it is in the best financial interest of the City to open negotiations with the team of Certified Public Accounting firms ranked highest by the City of Miami Audit Advisory Committee for engagement as external auditors for the City of Miami, formed by the firms of Deloitte Haskins & Sells; Sharpton, Brunson & Company, P.A.; and Verdeja, Iriondo & Gravier, CPA's. Section 3. The City Manager is hereby authorized to negotiate a contract with this Team of Certified Public Accountancy firms for independent auditing services. 1/ Section 4. This resolution shall be effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of April 1989• XAVIER L AREZ r M A Y ATTEST: MATrTY HIRAI, CITY CLERK FINAN IA�, REVIEW AND APPROVAL: CARETdS``$. GARCIA, DIRECTOR FINANd,E DEPARTMENT PREPARED AND APPROVED BY: s ���� ROBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM ANDCCORRECTNESS: A.- -,-- OR L. FERN NDEZ CIT ATTORNEY Hof 1/ Said contract is to provide for 5% contract to be performed by Pamela B. Watson, C.P.A. -2- 89-359 CITY OF MIAMI, FLORIDA 59 INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Cesar Odio City Manage ti DATE: AP R - 4 1989 FILE: SUBJECT: External Auditors Selection REFERENCES: For City Commission Meeting of April 13, ENCLOSURES: 1989. It is respectfully recommended that the attached resolution accepting the recommendation of the City of Miami Audit Advisory Committee ranking the top three teams of Certified Public Accounting firms proposing services as external auditors for the City of Miami, and authorizing the City Manager to negotiate a contract with the highest ranked team, formed by the CPA firms of Deloitte Haskins & Sells; Sharpton, Brunson & Company, P.A.; and Verdeja, Iriondo & Gravier, CPA's, be approved. BACKGROUND: One of the duties established by the City Code for the City of Miami Audit Advisory Committee (The Committee) is to seek responses from qualified independent auditors to perform annual independent audit services for the City and to recommend selection of the most qualified independent auditors to the City Commission based upon a review and analysis of such responses. The Audit Advisory Committee is at this time composed as follows: Appointed bY Arturo Jordan, CPA, Chairman Vice -Mayor De Yurre Marvin Armstrong Comm. Dawkins Haydee A. Ceballos, CPA Mayor Suarez Howard Gary Comm. Plummer Ana Magda Guillen Comm. Kennedy Due to the expiration of the existent external auditors contract, the Committee prepared the attached Request for Proposals (RFP) for Independent Auditing Services, with support from City staff. The RFP was mailed to thirty four (34) CPA firms and it was advertised in the Miami News, Miami Review, Diario Las Americas and the Miami Times on November 17, 1988. The RFP asked for the contract to be for a one year period with a series of four one- year renewal options. As a result of the RFP, five (5) proposals were received from auditing teams, involving a total number of fourteen (14) CPA firms. t19_13599 >-. AOL Proposals were reviewed and analyzed, and proposing firms were interviewed orally to clarify issues and obtain additional information. The Committee has ranked the proposing teams as most qualified for the engagement in the following order. Also indicated below are the background of the firms and the percentages of the contract agreed upon by the team member firms. Team No. 1: Deloitte Haskins & Sells (National firm; 55% of total contract) Sharpton, Brunson & Company, P.A. (Black firm; 25 % of total contract) Verdeja, Iriondo & Gravier, CPA's (Hispanic firm; 20% of total contract) Team No. 2: Arthur Andersen & Co. (National firm; 55% of total contract) Sanson, Kline, Jacomino & Co. (Hispanic firm; 20% of total contract) Sharpton, Brunson & Co. (Black firm; 20% of total contract) Watson & Co. (Black female owned firm; 5% of total contract) Team No. 3: Touche Ross & Co. (National firm; 45% of total contract) Grau & Company, P.A. (Hispanic firm; 30% of total contract) Thompkins & Company, P.A. (Black firm; 25% of total contract) The Law and Rules of the Florida Board of Accountancy, Department of Professional Regulation, State of Florida, require that governmental units negotiate with only one of the top three (3) ranked CPA fir mas at a time. It is recommended that the ranking of the firms be accepted and that the City Manager be authorized to negotiate a contract with the highest ranked team, formed by the CPA firms of Deloitte Haskins & Sell; Sharpton, Brunson & Company, P.A.; and Verdeja, Iriondo & Gravier, CPA's. Once the contract is negotiated it will be submitted to the City Commission for final approval. Deloitte Haskins & Sells has also indicated their willingness to amend their participation in the contract to 50% instead of the originally proposed 55%. Although Deloitte Haskins & Sells had one of the highest percentages of female and minority employment at the partner level of all the proposing national firms, the Committee is concerned with the overall statistics in this area for national CPA firms, and therefore it intends to monitor this information in the future to measure progress being made. WAS M C.P.A.'s MAILING LIST TOUChe Ross & Co. Certified Public Accountants 100 Chopin Plaza Miami, Florida 33131 Coopers & Lybrand 5959 Blue Lagoon Drive I. Miami, Florida 33126 Grau & Company 21 S.E. 1st Avenue 6th Floor Miami, Florida 33131 Bamberg & Lancella 9100 S. Dadeland Blvd. Suite 1602 Miami, Florida 33156-7818 Thompkins & Company 520 N.W. 165th Street Rd. Suite 205 No. Miami Beach, Florida 33169 Peat Marwick Main & Co. One Biscayne Tower Miami, Florida 33131 Arthur Andersen & Co. One Biscayne Tower. Suite 2100 Miami, Florida 33131 Deloitte, Haskins & Sells AttnFrank Paredes One Southeast Third Avenue Miami, Florida 33131 Price Waterhouse Southeast Financial Center 200 So. Biscayne Blvd 30th Floor Miami, Florida 33131 V- C.P.A's MAILING LIST _. p8 2. Sharpton, Brunson & Co.; P.A. _- 6-00 Brickell Avenue Suite 703 i Miami, Florida 33131 Jordan Abella & Co. Courthouse Towers 44 West Flagler Street Suite 400 Miami, Florida 33150 Laventhol & Horwath Two Alhambra Plaza Coral Gables, Florida 33134 �s Leslie De La Paz 2153 Coral Way Suie 509 _ Mia i, Florida 33145 Caplan Morrison Brown & Co. 9795 S. Dixie Hwy Miami, Florida 33156 Eisner & Lubin 777 Brickell Avenue Miami, Florida 33131 Ernest & Whinney 2700 One Biscayne Tower Miami, Florida 33131 Grant Thornton One Brickell Square Miami, Florida 33131 W. B. Koon & Co. 540 N.W. 165 Street Road No. Miami Beach, Florida 33169 "354L C.P.A.'s MAILING LIST pg 3• Pannell Kerr Forster 1221 Brickell Avenue Miami, Florida 33131 Sanson Kline Jacomino & Co. Suite 600 780 N.W. Le Jeune Road Miami, Florida 33126 Seidman & Seidman 100 Southeast 2nd Street Miami, Florida 33131 Sharpton Brunson & Co., P.A. 600 Brickell Avenue Miami, Florida 33131 Verdeja Iriondo & Gravier, CPA 999kPonce De Leon Blvd Coral Gables, Florida 33134 Arthur Young & Co. Suite 1800 100 Chopin Plaza Miami, Florida 33131 Mendez-Inau & Co. 8500 S.W. 8 Street Miami, Florida 33144 A. Mendez-Insua Cummins Accounting 5386 Biscayne Blvd. Miami, Florida 33137 Marcia Cummings C. R. Peruyera Accountants 2001 N.W. 7 Street Miami, Florida 33125 rk M C•P.A.'s MAILING LIST pg 4• Elaine M. Tiegen & Co 7220 N.W. 36 Street Suite 520 _ . Miami, Florida 33166 L Kathleen N. Reyes _ " 3767 Alcantara Avenue Coral Gables, Florida 33178 r' Pichardo P.A. 1500 S. Dixie Hwy w Miami, Florida 33146 Abella & Company F 44 West Flagler Street — Miami, Florida 33130 • Rosen & Filloy 25 ;A. E . 2 Avenue Miami, Florida 33131 ' k Esther Nicole Mantel t t 21311 N.L. 20 Avenue North Miami Beach, Florida Smith, Ortiz & Gomez Attn: Alberto Manrara 130 Minorca Avenue Coral Gables, Florida 33134 - -359- e i CITY OF MIAMI, FLORIDA REQUEST FOR PROPOSALS FOR IMDEPENDENT AUDITING SERVICES The City of Miami, Florida will accept and review proposals from independent Certified Public Accounting Firms for engagement as external auditors for the City of Miami as required by the City Charter and Section 11-45 of the Florida Statutes. The Firms shall be engaged to examine the City's Financial Statements on a yearly contract up to a maximum of five years. The first engagement shall be for the fiscal year ending September 30, 1989, and each year the City shall have the option to renew the engagement at the end of each year's services at the same terms, covenants and conditions. The Firms shall evaluate the fairness of presentation of the City's statements in conformity with generally accepted accounting principles and render an opinion thereon. Such annual financial audits will include funds and groups of accounts included in the available FY 87 Comprehensive Annual Financial Report, except for the Following component units which ` ar audited under separate contracts, and are not the subject of the RFP o Miami Sporty; & Exhibition Authority (Special Revenue Fund) M.S.E.A. Subordinate Obligation Note, (Debt Service. Fund) M.S.E.A. Special Obligation Bonds (Debt Service- Fund) Miami Sports Arena. (Capital Projects Fund) Downtown Developriaent Authority (Special Revenue Fund) Department of Off Street Parking (Enterprise Fund) G & 0 Enterprise Fund GESE Trust (Pension Trust Fund) FIPO Trust (Pension Trust Fund) The term "Firms" as used through this RFP is defined as the group of Certified Public Accounting firms participating in the engagement team. (See Section D of this RFP, Minority Participation). • A. GENERAL SPECIFICATIONS Firms interested in submitting a proposal are encouraged to address all specific points of information requested and Firms promotional material may be included as additional information but will not constitute a part of the "Proposal". All specific points of information must be.addressed in order to be accorded consideration. CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 2. - Interested'firms should prepare and submit ten (10) copies of their proposal. The deadline for submission of proposals is - January 13, 1989, 4:00 p.m. Proposals should be addressed to the "Miami Audit Advisory Committee, c/o City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133". Firms are encouraged to hand -deliver their proposals to the Office of the City Clerk at the above address. Proposals delivered, or postmarked after the above deadline will not be accepted for consideration. =; Upon request made at the Office of the Director of Finance, =' at the above address, the City will provide the following documents to assist in preparation of proposals. —a 1) Comprehensive Annual Financial Report - 1986-87 f 2) Annual Budget - 1988-89 3) Management letter and City's response - 1986-87 4) Single Audit Report - 1986-87 Inquiries relating to this proposal will be addressed in the _■: Proposers Conference scheduled. at 9:00 a.m. on November 30, • 1988, at City Hall, 3500 Pan American Drive, Miami, Fl. '433133• It would be noted that the City's fiscal year concludes on September 30. Therefore, other than the Annual Budget, 1988 materials are not presently available. Proposers must designate the firms representative for purposes of communications with the City. B. PERFORMANCE SPECIFICATIONS • Please indicate in your proposal if you agree to meet or Elm exceed the following specifications. Note and explain any exceptions you will take regarding them. Specifications =! listed here, and as amended or modified by your proposal will be incorporated into the selection procedures and contract awarded. The performance specifications desired are as 'i follows: 1) The firms shall adhere to "Generally Accepted Auditing Standards" applicable to governmental units. { - 9-3 �f) c) 1, 4" CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 3 2) The firms must be knowledgeable of Federal and State statutes, reporting requirements under the Single Audit Act of 1984 and OMB Circular A-128, GAO standards, regulations and guidelines applicable to municipalities in the State of Florida, and will conduct the audit in accordance with these uirements existing, or as may be pronounced during Etat term period or of this audit engagement. 3) The firms shall express an opinion on the "General Purpose Financial Statements". Information for the combining . and individual fund statements and schedules of the Comprehensive Annual Financial Report will also be subject to the auditing procedures applied in the examination for the general purpose financial statements. 4) Review of the system of internal accounting control and internal administrative control to the extent required by Generally Accepted Auditing Standards and requirements of the Single Audit Act. 4 5) Fulfill requirements of Section 10.557 of the Rules of the Auditor General, including: a) Preparation of Annual Financial. Audit Report. b) Issuance of Annual Management Letter to inform the City of any b'deaknes es in the system of internal control as uncovered by their examination, and to make known their recommendations which, if implemented, would, in the Firms opinion, increase efficiency, improve management and improve internal control. c) Preparation of Single Audit Report and other necessary Federal and State Reports. 6) Assist in the preparation of required reports for submission in order to attain a Certificate of Achievement for Excellence in Financial Reporting. CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS PAGE 4. 7) The firms agree to schedule their audit work to perform a substantial portion prior to year-end. Field examination of the annual audit shall be completed by December 31 and the opinion letter shall be submitted no later than January 31 for each year of the life of this agreement. 8) The firms agree to maintain and make available their working papers to any Federal or State agency upon appropriate request through the City Manager and in accordance with Federal and/or State legal provisions. 9) The firms agree to communicate with the City Manager or designee, the Audit Advisory Committee, or the City Commission as requested. 10) The firms agree, if selected to negotiate a contract; including performance specifications, staff positions and individuals to be assigned to the audit, maximum fee and individual staff hourly rates; for: A one year period of time, with A series of four, one-year options for first consideration to renegctiate a contract, subject to review and approval by the Audit Advisory Committee and. the City Commis -Sion, up to a maximum of four (4) additional years. 1 1 ) The firms agree, if ,selected to provide a fee schedule for related work not covered under this proposal, such as special reports and or reviews related to debt issuances. C. QUALIFICATIONS The firms must be members of the American Institute of Certified Public Accountants. Key members of the audit team must be members of the Florida Institute of Certified Public Accountants. Firms must be of recognized ability and standing in the service of governmental units. Proposals must include a response to each of the following items in order that consideration be given. 89- CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 5. 1) Qualifications of firms a. Describe your firms' professional development program, including the approximate number of days of continuing education provided to members of your firms. Also indicate the number of days of specialized training in governmental accounting and auditing as well as in computer auditing received during the last two years by personnel who will be assigned to the City audit engagement. Indicate all continuing education credits of staff members assigned to this audit engagement. Indicate compliance with educational requirements promulgated by the Auditor General. b. Describe the participation of your firms in national or state government accounting/audit- ing boards or, committees, during -,the last three years. - a., Describe the participation of your firers' members in publications, books or articles, concerning governmental f'inarfce, auditing or accounting in the last three years. d. Describe your firm:>' quality c,ontr.ol pro(.,,ram and procedures that (--,nrsurf u.i.th your firms' ; and 1?I:CH. standar d .. Indicate whether your fi.rras are in the aEC. Practice Section and/or Private Companies Practice Section of the Quality Control Program. If membership in one of these sections has ever been terminated, furnish complete details and explanations. e. Describe your firms' (local office for national, firms) experience in providing accounting and auditing services to governmental units. f. Describe your firms ability to apply EDP auditing techniques. 89 -3 )9 / NAM CITY OF MIAMI _ INDEPENDENT AUDIT PROPOSALS - page 6. litigation over $10,000, g. Describe any censures, suspensions, WE terminations, reprimands, probations or similar actions the against any member of your firms by Board of Accountancy in the past Florida State three (3) years. h. Describe your firms' approach - to this audit i - engagement. This should nclude at least the following, in as much detail as possible: i Development of audit program audit team and approximate Organization of percentage of time to be spent by each to employee classification to be assigned this audit. Names of individuals that will be assigned to this contract, including partner and manager, and percentage of their involvement 'in this engagement. Any f substitution of key members of the audit be approved by the City., Audit t �..: team must Advisory Cominittee. Information and assistance expected from the City Proposed schedule for the audit. i Use of internal audit staff and other City staff. i . Provide at leant (�) ref( r�e��ec� a � t�ith�irY2si) (local o£'fi.ce' of nat ; onal your firms has audited the � overnmental area. Describe experience with other governmental units in assisting in obtaining and/or, the GFOA Certificate of maintaining • Achievement for Excellence in Financial Reporting. 2) Qualifications of Personnel Assigned e a. Provide professional resume of personnel to be assigned to this audit. Personnel assigned �i based in local offices. This should must be include, at a minimum, the partner, the manager and the in -charge accountants. Resume should include: -R9 )'S CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 7. Formal Education Supplemental Education Experience in public accounting and/or auditing Experience in private business or government Experience in governmental auditing Professional attainments, such as CPA license and/or CIA awards, etc. Membership on any national or state governmental accounting/auditing boards, committees, or associations. b. Titles of books, articles, etc. published by personnel to be assigned to this audit. D. MINORITY PARTICIPATION/AFFIRMATIVE ACTION Propposers must comply with City of Miami Ordinance No. 10062, "The Minority and Women Business Affairs and the Procurement Ordinance of the City of Miami,. ---Florida" which sets forth a goal of awarding at least 5.1% of the City's annual expenditures to businesses owned by Blacks (.17%) , Hispanics ( 17% ) , and Women ( 17%) . Additionally, the proposers must agree that there tYi11 be no discrimination as to race:, color, creed; national origin, or handicap, in regards to their obligations, c•Fork and services performed under the terms of this contrac"c,.. Proposers must state the extent to which i-oinori ties will be represent=. d in fulfilling this contract should it be awarded to the proposers. Proposers indicating intention to fully comply with this requirement, who are unable to associate themselves with qualified minority firms by due date of proposals, and present evidence to that effect will be allowed to associate themselves with such minority firms , subject to the City's Audit Advisory . Committee approval, and prior to the oral interviews during the Selection Process of such Committee. Attached as Exhibit A, to this Request for Proposals, is a copy of City Ordinance No. 10062. The proposers, by submitting a response to this procurement request, agree to comply with executive order No. 11246 entitle "Equal Employment Opportunity" as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41CFR, Pat 60). F3.9-3 59 15 CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 8. The proposer also agrees to present an affirmative action plan that declares nondiscrimination on the basis of race, color, religion, creed, national origin, sex, age, or handicap, and that specifies target goals and target dates to assure implementation of that plan. E. EVALUATION Proposals will be reviewed by the Audit Advisory Committee which is appointed by the City Commission. Proposals will be evaluated on the basis of qualifications, responsiveness, related experience, and WE approach to audit. The Committee will request oral presentations by firms selected as finalists. WK Evaluation criteria will include, but not be limited to, Fft the following: A. Technical Approach 1. Agreement to meet or exceed all performance specifications. 2. Proposed audit approach and methodology. 3. A b i.l. it y to communicate findings and r e c o ir, in, e n d a0u- -1. o n s . B. Qualifications of Firm 1. Staff training. 2. Professional organizations participation. 3. Quality control. 4. Experience. 5. Disciplinary actions. 6. Rotation policy. 7., References. 8. Firms history CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 9• C. Qualification of Personnel 1. Percentage of firms staff certified. 2. Partner and Audit Manager have appropriate audit experience with public agencies. 3. Proposed personnel have appropriate experience in such audit areas as grants, computers, fixed assets, indirect cost allocation, etc. 4. Level of raccounti g and auditinned personnel in governmental 5. Participation in state and national professional affairs. D. Minority Participation/Affirmative Action a. Composition of auditing team b. Percent of work assigned to various team members c. Previous experience in ,joint venturing with other team members d. Specific !affirmative Action data within each firm . E. AWARD Or CONTRACT It is expected that, after review of the Committee's recommendations, the City Commission will authorize the City Manager to negotiate a contract with approved firms in accordance with the specification set forth in this document, the selected proposal, and Section 21A®21.007 of the Law and Rules of the Florida Board of Accountancy, Department of Professional Regulation. This contract will be reviewed by the Audit Advisory Committee and submitted to the City Commission for approval. CITY OF MIAMI INDEPENDENT AUDIT PROPOSALS page 10. F. SELECTION PROCESS TIME TABLE RFP released & advertised November 15, 1988 Proposers conference November 30, 1988 Proposals deadline January 13, 1988 Audit Advisory Committee selection - February 17, 1989 shortlist of finalists Audit Advisory Committee selection - February 20-24, oral interviews 1989. Recommendation to City Commission March 10, 1989 of top three proposals City Commission approval for March 23, 1989 Negotiations Contract negotiations completed April 14, 1989 4 City Commission final approval April 27, 1989 Contract signed May 15, 1989