Item Coversheet
Town of Miami Lakes
Memorandum

To:Honorable Mayor and Town Councilmembers
From:Alex Rey, Town Manager
Subject:Award of Contract for Independent Auditing Services, RFP 2016-46
Date:11/1/2016

Recommendation:

It is recommended that the Town Council authorize the Town Manager to execute a contract with Alberni Caballero & Fierman, LLP for Independent Auditing Services in an amount not to exceed budgeted funds. Their proposal for the Town's annual audit for the fiscal year ending September 30, 2016 is $42,000. The initial term of the agreement is three (3) years with the option for the Town Manager to renew the contract for two (2) additional one-year periods.

Background:

On September 14, 2016 the Town of Miami Lakes (“Town”) issued RFP No. 2016-46 Independent Auditing Services to procure proposals from qualified firms to provide such services to the Town. The successful proposer will perform the annual examination of the Town's financial statements. Minimum qualification requirements for Certified Public Accounting Firms as stipulated in the RFP included at least 10 consecutive years of auditing experience, completion of two external audits for two different Florida municipalities within the last five years as the prime contractor, meeting state-mandated independence guidelines and confirming CPA professional education hours as required by the Generally Accepted Government Auditing Standards “Yellow Book”.

The RFP was advertised in the Miami Daily Business Review, posted on the Town website and DemandStar (515 suppliers were notified under 4 commodities) and noticed in the Town Hall lobby. Procurement conducted a due diligence review including and background checks on the seven proposal responses received. Two responses were disqualified from further review due to not acknowledging four or more addenda.

In July of this year, the Town Council via Resolution No. 16-1394 appointed the following


individuals to serve on the Auditor Selection Committee (the “Committee”):

1. Ismael Diaz, MBA, Finance Director, Town of Miami Lakes (Committee Chair)

2. Allison R. Williams, Chief Finance Officer, City of Miami Beach

3. Amber Riviere, Chief Financial Officer, Village of Bal Harbour

4. Andre Teixeira, CPA, Chief Financial Officer, The Graham Companies

The Committee met on October 18, 2016 to evaluate the proposals. The Committee evaluated the technical proposals based on the criteria and weights set forth in the solicitation to include Proposer's experience, qualifications and past performance, relevant experience, qualifications of key personnel and approach to providing the services. Price proposals were a weighted factor based on a 20-point scale for the total price of the initial three year contract term. After discussion of the proposals to include firm qualifications and government experience, based on its review of the proposals, the Committee ranked the proposals as follows:

Firm Total Points Ranking

Alberni Caballero & Fierman, LLP (“ACF”) 312 Points 1

S. Davis & Associates, PA305 Points2

Keefe McCullough 299 Points3

Rodriguez, Trueba & Co., CPA, PA 293 Points 4

HCT Certified Public Accountants and Consultants, LLC 245 Points 5

Committee members stated they were impressed by ACF's proposed approach in that the scope and engagement timeline matched the Town's needs as the auditee and agreed the firm should be the number one shortlisted proposer. ACF has performed the full gamut of services such as annual financial and pension plan audits, GOB, and CAFR preparation for dozens of Miami-Dade and Broward cities to include Aventura, Hialeah, Miami Springs, Doral and Miami Shores.

The Committee agreed that all of the firms were qualified to perform the services. They established that following number one ranked firm ACF, the number two and three ranked proposers, S. Davis & Associates, PA and Keefe McCullough, respectively would comprise their recommended shortlist of three firms as required by Florida Statute 218.391.

Based on the above, the Committee recommends that the Town Council authorize the Town Manager to negotiate and award a term contract to one of the top three shortlisted firms for Independent Auditing Services, beginning with number one ranked proposer Alberni Caballero & Fierman, LLP. Should negotiations be unsuccessful with the number one proposer, the Town Manager may terminate negotiations and move forward with the next shortlisted proposer until an agreement is successfully negotiated.

The initial contract term is for a three (3) year period. The Town may opt to renew the contract for two (2) additional 12-month periods for a total possible contract length of five (5) years.


ATTACHMENTS:
Description
Resolution
Agreement
FRP
RFP 2016-46 ACF Submittal
Evaluation Committee Final Ranking