Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 7/12/2016
ALL
Item Creation Date: 6/8/2016

T25616 - Professional Independent Internal Audit and Consulting Services - ORDINANCE

Agenda Item#: 13.


 
                               
Summary:

ORDINANCE approving and authorizing contracts for Professional Independent Internal Audit and Consulting Services between the City of Houston and 1) BAKER TILLY VIRCHOW KRAUSE, LLP., 2) BDO USA, LLP, 3) BKD, LLP, 4) BRIDGEPOINT CONSULTING, LLC, 5 ) EXPERIS US, INC., 6) HORN SOLUTIONS, INC., 7) PROTIVITI INC., 8) STINNETT & ASSOCIATES, LLC, and 9) VANESSA M. JOHNSON, CPA, LLC, respectively; providing a maximum contract amount; providing for severability - 3 Years with two one-year options - $2,125,000.00 - General and Other Funds - TAGGED BY COUNCIL MEMBERS GREEN and MARTIN

This was Item 12 on Agenda of July 6, 2016

Background:

Request for Qualifications S73-T25616:  Approve an Ordinance and authorizing contracts between the City of Houston and nine (9) pre-qualified firms for a total amount not to exceed $2,125,000.00 for professional independent internal audit and consulting services for the Office of the City Controller.

 

 

Specific Explanation:

The City Controller and the Chief Procurement Officer recommend the City Council approve an ordinance awarding three (3) year contracts with two one-year options to nine (9) contracts to pre-qualified firms for a total amount not to exceed $2,125,000.00 for professional independent internal audit and consulting services as part of its mission to provide professional, independent audit services for the Office of the City Controller.  The City Controller and/or the Chief Procurement Officer may terminate the contract at any time upon 30-days written notice to the firm.

 

The Office of the City Controller provides the Mayor, City Council and department management with independent analyses of programs, procedures, laws, regulations, contracts; the adequacy of the City’s internal control structure; and safeguarding of assets.  The Office of the City Controller applies a balanced audit approach by using auditors who are City employees as well as outside firms.  Outside firms are used to conduct audits that may require a level of expertise not available in-house and/or items that may represent a conflict of interest.  The selected firms will be used to help complete various audits in the City Controller’s Annual Audit Plan and some special requests.  The FY2016 Audit Plan includes financial, performance, compliance, revenue enhancement, follow-up, special projects, and unannounced audits.  The Controller’s Office Enterprise Risk Assessment (ERA), which includes input from City Council and department management, serves as a planning tool to help determine the best investment for audit efforts.

 

The Request for Qualification (RFQ) No. S73–T25616 was advertised in accordance with the requirements of the State of Texas bid laws.  One hundred and seventeen (117) prospective proposers downloaded the solicitation document from the Strategic Procurement Division’s ebidding website and, as a result, proposals were received from: Baker Tilly Virchow Krause, LLP, BDO USA LLP, BKD, LLP, Bridgepoint Consulting LLC, Experis US, Horn Solutions, Inc., Joyce Peyon-Salleri, Mariga CPA, Protiviti Inc., Stinnett & Associates, LLC, The Gee Group, Pricewaterhouse Coopers, LLP, Vanessa M. Johnson, CPA, LLC.  The evaluation committee was comprised of three (3) evaluators from the Office of the City Controllers.  The proposals were evaluated based upon the following criteria:

 

Responsiveness of Proposal

Technical Competence

·         Qualifications and experience.

·         Quality, comprehensiveness and adequacy of proposal.

·         Qualification and specialized experience of key personnel.

·         Quality of proposed M/WBE Participation.

·         Financial Stability

Rate Proposal               

     

Baker Tilly Virchow Krause, LLP, BDO USA LLP, BKD, LLP, Bridgepoint Consulting LLC, Experis US, Horn Solutions, Inc., Protiviti Inc., Stinnett & Associates, LLC, Vanessa M. Johnson, CPA, LLC., received the highest ratings and were deemed the best qualified to meet the requirements of the RFQ.

 

 

Pay or Play Program:

The proposed contract requires compliance with the City’s ‘Pay or Play’ ordinance regarding health benefits for employees of City contractors.  In this case, the contractors will provide health benefits to eligible employees in compliance with City policy.

 

 

 

Hire Houston First:

The proposed contracts require compliance with the City’s Hire Houston First (HHF) ordinance that promotes economic opportunity for Houston business and supports job creation.  In this case Stinnett & Associates, LLC., Vanessa M. Johnson, CPA, LLC., and Horn Solutions are HHF designated and were awarded the contract based on their designation.  In the case of Baker Tilly Virchow Krause, LLP, BDO USA, LLP, BKD LLP, Bridgepoint Consulting, LLC, Experis US, and Protiviti Inc. do not met the requirements for HHF designation; no HHF firms were within three percent. 

 

M/WBE Subcontracting:

The RFQ solicitation was advertised with 24% goal for MWBE participation.

 

 

 

 

___________________________________              ____________________________________

John J. Gillespie, Chief Procurement Officer           Department Approval Authority Signature

Finance/Strategic Procurement Division

 

 

Estimating Spending Authority

Department

FY2017

OUT YEARS

TOTAL

Office of the City Controller

$325,000.00

 

 

Houston Airport System

$50,000.00

 

 

Housing & Community Development

$50,000.00

 

 

TOTALS

$425,000.00

$1,700,000.00

$2,125,000.00

Amount of Funding:

$325,000.00  - General Fund (1000)

$  50,000.00  - TIRZ Affordable Housing Fund (2409)

$  50,000.00  - HAS – Enterprise Fund (8001)

 _______________

$425,000.00  - TOTAL

Contact Information:

Chris Brown, City Controller, (832) 393-3400

Courtney Smith, City Auditor, (832) 393-3464

Brenda Chagoya, Division Manager, (832) 393-8723