Loading...
HomeMy WebLinkAboutVI (D) Discussion/ Action re: Selection of Audit Firm AGENDA 6-03-97 -CENTER or GOOD r/12yG-PRIDE OF(TEST ORAKGL. I tern VI U S Seidl VANDIA(ltlUpI Ocoee CITY OF OCOEE OWE O �, Dlvrvv nowl .l. j 150 N. LAI:csuoR6(Now SCOFF I I ANDERSON VV a SUIT 1 A.GLASS v ��y\ s Or FLoPIDA NANCY 1 PARKER r � (4071 656 23^2 ��J As* IERul ell r MAcea[R Fq Of GOOa tx ELLIS SHAPIRO MEMORANDUM TO: The Honorable Mayor and Board of City Commissioners FROM: Wanda B. I lorton, Finance Director DATE: May 28, 1997 RE: Auditing Services As stated at the April 15'1' Commission meeting, a Request for Proposal (REP) for Auditing Services for the City of Ocoee was advertised. Copies of the RFP are attached for your review. Responses were received from the following live firms: Kuhn, Chatham, & Seland, Holland & Reilly David Logan Hacker, Johnson, Cohen& Grieb McDirmit, Davis, Lauteria& Company Copies of the RFP and proposals were given to each of the following who comprised the selection review committee: Commissioner Nancy Parker, Mark Galvin-City Financial Advisor. Peggy Psaledakis- Director of Personnel and Employee Relations, Donald Carter-Finance Supervisor and Wanda Horton, Finance Director. Each proposal was reviewed and ranked independently by each committee member. The committee met on May 12, 1997 to discuss the proposals. The key elements considered were: Governmental Audit Experience Overall Experience of the Firm Staffing of the Firm and Firm Size Favorable Peer Review Experience in assisting with the Certificate of Achievement for Financial Reporting Amount of the Audit Fee Additional Services offered by the Firm � l t c. Based upon the above criteria and the experience of the firm particularly with municipal audits and the Comprehensive Annual Financial Report as well as their familiarity with the City and existing working relationship, the Committee unanimously ranked McDirmit, Davis, Lauteria & Company number one. The other proposals were ranked from highest to lowest as follows: Holland & Reilly David Logan Kuhn, Chatham & Selalnd Hacker. Johnson, Cohen& Grieb Copies of the responses are on file with Mark Brace, Buyer and in the Finance department. Action Requested The Committee request authorization from the Mayor and Board of City Commissioners for staff to proceed with negotiations of a contract with McDirmit, Davis, Lauteria & Company for auditing services to be brought back to the Commission for approval and authorization for the Mayor and City Clerk to execute the necessary documents at that time. REQUEST FOR PROPOSAL-AUDIT SERVICES CITY OP OCOEE The City of Ocoee, Florida, invites qualified Certified Public Accounting firms to submit proposals for the performance of an examination of its financial statements. The purpose of this examination is to express an opinion on the fairness with which the financial statements present the City's financial position, results of operations and cash flows in conformity with generally accepted accounting principles, and to determine whether operations were conducted in accordance with regulatory requirements. All expenses for submitting proposals to the City shall be borne by the Proposer. A. Submittal: 1. The City of Ocoee, Florida, shall receive proposals until April 8, 1997, at 10:00 A.M. , local time, from qualified firms for the purpose of providing audit services of the City's financial statements. Any proposal received after this time will not be considered and will be returned only at the expense of the Proposer. 2. It shall be the sole responsibility of the Proposer to have its proposal delivered to the Ocoee City Hall by U.S. Mail, hand delivery, or any other method available to them; however, facsimile or telegraphic submittal will not be accepted. Delay in delivery shall not be the responsibility of the City. 3. Six (6) signed originals of the proposal must be submitted to the Ocoee City Hall in one package; clearly marked on the outside "REP-AUDIT SERVICES", with closing time, date, and name of the Firm, and sent or delivered to: City of Ocoee Office of the City Manager ATTN: MARE BRACE 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 4. Proposals shall clearly indicate the legal name, Federal taxpayeY identification number, address, and telephone number of the . Proposer. The person signing the RFP on behalf of the Proposer shall have the authority to bind the Proposer to the submitted proposal. 5. The City reserves the right to accept or reject any or all proposals, to waive irregularities and technicalities, and to request resubmission or to readvertise for all or any part of the RFP. The City shall be the sole judge of the proposal and the a/,,/Inn resulting negotiated agreement that is in the City's best interest. The City's decision shall be final. 6. All applicable laws and regulations of the United States, the State of Florida, and the City of Ocoee will apply to any resulting agreement. 7. The successful proposer shall be required to execute an agreement, in form and content acceptable to the City, indemnifying and holding harmless the City, its officials, officers, employees, and agents from all claims. B. Requests for clarification or additional information shall be made in writing to: Wanda Horton Finance Director City of Ocoee 150 N. Lakeshore Drive Ocoee, Florida 34761-2258 Potential proposers shall not contact City Staff, City Commissioners, or City Consultants for information during this phase of the selection process. B. GENERAL INFORMATION 1. The City of Ocoee in Orange County, Florida, is a municipal corporation with a commission/manager form of government. Ocoee is located approximately 10 miles west of Orlando with a population of about 19,261. The City has approximately 205 employees and a combined operating budget of nearly $18, 900, 000. 00. 2. The City will issue a three year contract, subject to the annual review and recommendation of the City Manager, the satisfactory negotiation of terms, and the concurrence of the Mayor and City Commission commencing with the Fiscal Year ending September 30, 1997, with an option to negotiate extension of the contract for two additional years. 3. Copies of the City's Comprehensive Annual Financial Report for the Fiscal Year ending September 30, 1996, will be available upon request. 4. The City's accounting system is currently automated through an NCR 10000. The City Commission has approved the purchase of computers for the City. Finance will be a part of the system utilizing network servers. The City has purchased the American Data Group (ADC) Fund Accounting package and other applications. We anticipate an April, 1997, conversion. Budgets are recorded in the system as well as amendments and transfers. 5. The Audit team will be provided reasonable work space, desks, chairs, and storage space during the fieldwork stage. 2 Additionally, a telephone, fax equipment, and photocopying equipment will be accessible. 6. The Finance Department staff and responsible management personnel will be responsible for furnishing documents and/or preparing schedules that are agreed upon prior to the commencement of audit fieldwork. 7. The City does not have an Internal Audit Department. 8. The City continues to apply for grant funding and is currently a recipient of two (2) grants: a) COPS Fast Award, Office of Community Oriented Policing Services, U.S. Department of Justice; and b) Recycling and Education Grant, Department of Environmental Protection, State of Florida. 9. The funds to be audited include: General Fund Special Revenue Funds(9) Debt Service Funds (4) Capital Projects Funds (6) Enterprise Funds (2) Trust & Agency Funds (4) Account Groups(1) 10. The CAFR for each of the Fiscal Years covered by this proposal will be submitted for consideration by the Government Finance Officers Association's Certificate of Achievement Program. The selected Accounting Firm will be expected to provide technical assistance to help the City conform to the principles and standards of public financial reporting necessary for submission of the City's CAFR to the Government Finance Officers Association's Certificate of Achievement Program. The City has received the Certificate of Excellence in Financial Reporting for the 1988 through 1995 Comprehensive Annual Financial Reports. The City has submitted its CAFR for the fiscal year ended September 30, 1996, to the Government Finance Officers Association's Certificate of Achievement Program for review. 11. The selected firm will be expected to provide guidance and assistance in the implementation of current changes in generally accepted accounting principles. 12. The selected firm will be required to provide a Certificate of Insurance for a minimum of $1,000, 000 liability coverage with the City named as additional insured. 13. All requirements set forth in this proposal shall be incorporated into the Contract between the City of Ocoee and the selected firm 3 unless otherwise specified in the Contract. C. Performance Specifications: 1. To qualify and be eligible as an external auditor, the following minimum requirements shall be met( a) The Firm must be established as a legal entity and be licensed in the State of Florida. The principals of the firm shall have performed continuous CPA services for a minimum of five (5)years; b) The Firm shall submit an affirmation that it meets the independence and continuing education requirements of the Government Auditing Standards issued by the Comptroller General of the United States; c) The Firm shall submit an affirmation that it has no record of substandard field work; d) The Firm or assigned Auditor(s) shall be a member of the American Institute of Certified Public Accountants and the Florida Institute of Certified Public Accountants; e) The Firm shall clearly indicate its governmental experience; f) The Firm shall agree to staff the audit with qualified personnel satisfactory to the City. For audit efficiency and expediency, the Firm shall attempt to staff the second and subsequent annual audits with personnel from the prior annual audit. The Firm agrees to notify the City prior to assigning new staff to the audit and inform the City of the reasons of the new assignment; and g) The Firm shall indicate its approach to peer review and provide a report of the most recent peer review. Indicate whether the peer review included a review of local government client activities. 2. The audit shall be performed in compliance with the following as they exist or as each may be subsequently amended: a) Generally Accepted Auditing Standards; b) Generally Accepted Governmental Auditing Standards; c) Rules adopted by the Auditor General for form and conduct of local governmental unit audits; d) Audits of State and Local Governmental Units (AICPA Audit Guide Revised) ; and e) Single Audit Act of 1984 and OMB Circular A-128. 4 3. The audit shall be a financial audit as defined in Section 11.45 (1) (b) , Florida Statutes. 4 . The audit is to be conducted at the combined, combining and individual fund financial statement and supplemental schedules levels and shall include a review and evaluation of the City's system of internal accounting controls. 5. The partner in charge of the audit and/or the audit manager shall be available to attend public meetings for discussion of the final report. 6. Working papers are the property of the Firm and should be retained for a period of five years. Working papers will be available for examination or duplication without charge to the Finance Director or designee as well as representatives of the cognizant Federal Audit Agency, the General Accounting office, the State of Florida Auditor General or the State Board of Accountancy or any other agency so designated by the City. The working papers will be made available for examination or duplication, at a reasonable charge, to successor auditors engaged by the City. "1. The City will expect immediate compliance with any special requests of expanded scope outside of the Contract Agreement and will consider fee adjustment where significant change can be demonstrated which will materially affect what the City should have expected the Firm to accomplish at the time of fee determination. D. Audit Schedule The City agrees to close its books no later than November 15th of each year. The audit examination shall be conducted such that field work is completed within 60 (sixty) days after the City closes its books. Copies of the adjusting journal entries will be submitted to the City at the completion of the field work. A draft of the management letter shall be submitted to the Finance Director no later than January 15th of each year for review and comment. The final opinion letter and the completed CAFR's will be submitted to the City no later than February 15th of each year. E. Information to be Included in the Proposal Each proposal shall be submitted utilizing the following sequence: 1. The first page shall be the executed "Auditing Proposal Summary Form; " 2. Description and history of the Firm, including whether the firm is local, regional, or national; 3. The location of the office from which the work is to be done and 5 the number of personnel in that office who would be working on the audit. Firm-wide experience may be submitted in addition to, but not in lieu of, the assigned office's experience; 4. An identification of the partners, managers, and supervisors who will work on the audit, including staff from other than the local office if necessary for the audit. Include concurrent commitments of each staff member during the City's audit. Also, indicate persons authorized to represent and commit the Firm; 5. Auditor's affirmation of independence; 6. Auditor's affirmation of no substandard field work; �. Report of peer review; 8. A description of the Firm's experience in preparing governmental financial statements and in providing assistance in obtaining the Certificate of Achievement; 9. A listing of Florida governmental entities, including the name and telephone number of the principal client contact, for which the firm is currently providing or has provided audit services, the amount of each respective entities' budget, and the time periods of such services. These clients may be contacted for references; 10. A brief description of any continuing professional education seminars the Firm offers its clients; 11. A detailed description of any additional services the Firm can provide to the City and associated costs; 12. A statement setting forth the Firm's understanding of the work to be done and a positive commitment to perform the work within the specified time period; 13. The proposal should describe a work plan, including an explanation of the audit methodology to be used; and 14. The Firm's total fee for audit services for each of the first three Fiscal Years shall be the final page. F. Request for Modification: The City reserves the right to request that the proposer modify his proposal to more fully meet the needs of the City. G. Request for Additional Information: The proposer shall furnish such additional information as the City may reasonably require. This includes information which indicates financial resources as well as the ability to provide and maintain the services. The City reserves the right to make investigations of the qualifications of the proposer or any of its agents as it deems appropriate. 6 H. Addendum and Amendment to Request for Proposals: Should it become necessary to revise or amend any part of this Request for Proposal, the revision will be furnished by written Addendum and mailed to all prospective proposers who received a Request for Proposal. It is the respective proposers' responsibility to provide the City with a fax number that the City should use to transmit this information if necessary. I. Evaluation Process: All responses will be reviewed by the Audit Selection Committee. Responses will be evaluated based on the following criteria: a) Governmental audit experience; b) Familiarity with the Certificate of Achievement in Financial Reporting program; c) Demonstrated understanding of the City's requirements and familiarity with the accounting system; d) General audit experience; e) Size and organizational structure of the firm; t) Qualification of individuals assigned to the audit; g) Fee structure; and h) Completeness of response to this request for proposal. J. Negotiations: Fees negotiated will be for the complete audit and preparation of the Comprehensive Annual Financial Report and will be negotiated in accordance with Florida Statutes. The Firm ranked first will be requested to negotiate a Contract. If a satisfactory Contract cannot be agreed upon, negotiations will then be terminated and undertaken with the next highest ranked firm until such time as a satisfactory Contract can be formulated. K. Billings and Payments: Monthly progress payments based upon percentage of completion will be made upon receipt of a proper invoice from the Firm. The final payment will be made after acceptance of the management letter and the Comprehensive Annual Financial Report by the City. L. Public Entity Crime Information Statement: All invitations to bid as defined by section 287.012 (11) , Florida Statutes, requests for proposals as defined by Section 287.012 (16) , 7 Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2) (a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. " All vendors who submit a bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid or proposal documents are qualified to submit a bid or proposal under Section 287.133, (2) (a) Florida Statutes. 8