Miami-Dade
Legislative Item File Number: 111864 |
Printable PDF Format Clerk's Official Copy |
File Number: 111864 | File Type: Resolution | Status: Adopted | ||||||
Version: 0 | Reference: R-733-11 | Control: County Commission | ||||||
|
||||||||
Requester: Procurement Management Department | Cost: | Final Action: 9/20/2011 | ||||||
|
||||||||
|
||||||||
|
||||||||
Sunset Provision: No | Effective Date: | Expiration Date: |
Registered Lobbyist: | None Listed |
Legislative History |
|||||||
Acting Body | Date | Agenda Item | Action | Sent To | Due Date | Returned | Pass/Fail |
|
|||||||
Board of County Commissioners | 9/20/2011 | 8O1C | Adopted | P | |||
|
|||||||
County Mayor | 9/2/2011 | Assigned | Ed Marquez | 8/25/2011 | 9/2/2011 | ||
|
|||||||
County Mayor | 9/2/2011 | Assigned | County Attorney | 10/4/2011 | |||
REPORT: | PROCUREMENT MGMT (9/13/11 IMFR) (ASST. COUNTY ATTY: OREN ROSENTHAL) | ||||||
|
|||||||
County Attorney | 9/2/2011 | Assigned | Oren Rosenthal | ||||
|
Legislative Text |
TITLE RESOLUTION APPROVING AN AGREEMENT IN THE AMOUNT OF $4,800,000.00 WITH MCGLADREY & PULLEN, LLP TO OBTAIN EXTERNAL INDEPENDENT AUDITING SERVICES FOR THE GENERAL SEGMENT, DIRECTING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXECUTE THE AGREEMENT FOR AND ON BEHALF OF MIAMI-DADE COUNTY AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE TO EXERCISE ANY CANCELLATION AND RENEWAL PROVISIONS, AND ALL OTHER RIGHTS CONTAINED THEREIN CONTRACT NO. RFP764a BODY WHEREAS, on July 19, 2011 this Board awarded the general segment of RFP 764 to McGladrey & Pullen, LLP and directed the Administration to negotiate a contract with McGladrey & Pullen, LLP to effectuate this award; and WHEREAS, the Board further directed that the resulting contract be presented to the Board in September 2011 for approval; and WHEREAS, the Administration negotiated the contract in accordance with the Board�s directive and the firm signed the contract, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board approves the contract in the amount of $4,800,000 with McGladrey & Pullen, LLP, in substantially the form attached hereto and made a part hereof, and directs the County Mayor or County Mayor�s designee to execute same for and on behalf of Miami-Dade County and authorizes the County Mayor or County Mayor�s designee to exercise any cancellation and renewal provisions and all other rights contained therein. HEADER Date: To: Honorable Chairman Joe A. Martinez and Members, Board of County Commissioners From: Carlos A. Gimenez Mayor Subject: Contract No. RFP764a, External Independent Auditing Services � General Segment STAFF RECOMMENDATION On July 12, 2011, an item was presented to the Internal Management and Fiscal Responsibility Committee (IMFR) to reject all proposals received in response to Request for Proposals (RFP) 764, External Independent Auditing Services for the General, Aviation, Water & Sewer and Transportation Segments. The solicitation required proposers to offer dedicated key personnel committed to each segment. Seven of the eight proposers offered some of the same key personnel for multiple segments. As a result, they were deemed non-responsive by the County Attorney�s Office (copy of opinion is attached). The recommendation was amended by the IMFR, to award the General Segment to McGladrey & Pullen, LLP. IMFR directed the Administration to negotiate with the firm and present the resulting contract to the Board of County Commissioners (Board) in September. The amended item was adopted at the July 19, 2011 Board meeting as Resolution R-618-11. Negotiations were held with McGladrey & Pullen, LLP for the General Segment. The negotiations resulted in a guaranteed savings of $161,380 over the entire contract period due to a reduction in the cost of the annual audits. The resulting contract is being presented for the Board�s consideration. MANAGER'S BACKGROUND CONTRACT NUMBER: RFP764a CONTRACT TITLE: External Independent Auditing Services � General Segment TERM: Three years with two, one-year options-to-renew CONTRACT AMOUNT: $2,880,000 for the initial three-year term. If the County chooses to exercise the two, one-year options-to-renew, the cumulative contract value will be $4,800,000. The contract amount includes the annual cost of the audit ($810,000) plus an annual allocation for additional services ($150,000). USING/MANAGING AGENCY AND FUNDING SOURCE: Department Allocation Funding Source Contract Manager Finance Department $ 2,880,000 General Fund Blanca Padron Total $ 2,880,000 The allocation and funding source have been reviewed and approved by the Office of Management and Budget. There is no fiscal impact beyond what is stated in this recommendation. PROCUREMENT CONTRACTING OFFICER: Annie Perez CONTRACT MEASURES: A Small Business Enterprise Sub-Contractor Goal of 30% has been assigned. The firm has offered Sharpton, Brunson & Company, P.A.; Rodriguez, Trueba & Company, P.A.; and Sanson, Kline, Jacomino & Company, LLP to meet the goal. LIVING WAGE: The services being provided are not covered under the Living Wage Ordinance. USER ACCESS PROGRAM: The User Access Program provision will apply. The 2% program discount will be collected on all purchases. ESTIMATED CONTRACT COMMENCEMENT DATE: Ten days after date adopted by the Board of County Commissioners. DELEGATED AUTHORITY: If this contract and attached resolution are approved, the County Mayor or designee will have the authority to exercise, at County Mayor�s or designee�s discretion, subsequent options-to-renew and other extensions in accordance with the terms and conditions of the contract. ______________________________ Deputy Mayor |
Home |
Agendas |
Minutes |
Legislative Search |
Lobbyist Registration |
Legislative Reports
Home | Using Our Site | About | Phone Directory | Privacy | Disclaimer
E-mail your comments,
questions and suggestions to
Webmaster
|