Print Back to Calendar Return
  County Administrator's Report     11. 8.    
BCC Regular Meeting Budget & Finance Consent  
Meeting Date: 07/10/2014  
Issue:    Financial Auditing Services PD 13-14.054
From: Amy Lovoy
Department: OMB  
CAO Approval:

RECOMMENDATION:
Recommendation Concerning Financial Auditing Services, PD 13-14.054 - Amy Lovoy, Management and Budget Services Department Director

That the Board take the following action concerning PD 13-14.054, Financial Auditing Services:

A. Approve the following ranking of the Proposal Review Committee:
 
1. Warren Averett, LLC;
2. Saltmarsh, Cleaveland and Gund; and
3. Carr, Riggs & Ingram CPA's and Advisors; and

B. Approve the Agreement for Financial Auditing Services, PD 13-14.054, awarded to the first-ranked firm, Warren Averett, LLC, as follows:

1. Year 1, in the amount of $207,240;
2. Year 2, in the amount of $211,385;
3. Year 3, in the amount of $215,612;
4. Year 4, in the amount of $219,925; and
5. Year 5, in the amount of $224,323.

Grand Total Price for Audit Services for 5 Years - $1,078,485.

[Funding:  Fund 001, General Fund, Cost Center 140201, Object Code 53101]
BACKGROUND:
Per Florida Statute 218.391 prior to the selection of an auditor all non-charter Counties must have an auditor selection committee that includes, at a minimum, representatives from each of the elected officials subject to the annual audit. This audit committee consisted of a representative from the Board, Tax Collector, Property Appraiser, Sheriff and Supervisor of Elections. This committee met to write the scope of the request for proposals (RFP), develop the decision criteria, serve as the selection committee and make recommendations to the Board after hearing proposals from respondents. This committee received three responses which were ranked as follows:
1. Warren Averett, LLC
2. Saltmarsh, Cleaveland and Gund
3. Carr, Riggs & Ingram CPA’s and Advisors

The committee developed and utilized the following criteria for ranking:
• Responsiveness of the proposal related to the scope of work (0%-5%)
• Ability, capacity and skill of the proposer to perform the services on a timely basis (0%-30%)
• Responses of the clients’ governmental references (0%-10%)
• Experience of the business and individual members of the business in accomplishing similar services (0%-5%)
• Total price (0%-30%)
• Recent, current and projected workload of proposing auditors (0%-5%)
• The quality, availability and adaptability of the services to the particular need requested (0%-10%)
• Local presence (0%-5%)
BUDGETARY IMPACT:
Funds are budgeted in the Office of Management & Budget cost center.

Funding: Fund 001 General Fund, Cost Center 140201, Object Code 53101
LEGAL CONSIDERATIONS/SIGN-OFF:
Assistant County Attorney Kristin Hual prepared the Contract.
PERSONNEL:
NA
POLICY/REQUIREMENT FOR BOARD ACTION:
This recommendation is in compliance with the Escambia County, FL, Code of Ordinance, Chapter 46, Article II, Purchases and Contracts.
IMPLEMENTATION/COORDINATION:
The Office of Purchasing will issue the Contract and Purchase Order.

Attachments
Agreement

AgendaQuick©2005 - 2024 Destiny Software Inc., All Rights Reserved