City of Pensacola Logo
 
File #: 18-00195    Version: 1 Name:
Type: Legislative Action Item Status: Passed
File created: 4/30/2018 In control: City Council
On agenda: 5/10/2018 Final action: 5/10/2018
Enactment date: Enactment #:
Title: AWARD OF FIVE YEAR CONTRACT TO WARREN AVERETT, LLC FOR REQUEST FOR PROPOSALS (RFP) 18-010 PROFESSIONAL AUDITING SERVICES
Sponsors: Gerald Wingate
Attachments: 1. Final Ranking Matrix

LEGISLATIVE ACTION ITEM

 

SPONSOR:                     City Council President Gerald Wingate

 

SUBJECT:

 

title                     

AWARD OF FIVE YEAR CONTRACT TO WARREN AVERETT, LLC FOR REQUEST FOR PROPOSALS (RFP) 18-010 PROFESSIONAL AUDITING SERVICES                     

end                       

 

RECOMMENDATION:

 

recommendation

That City Council, in accordance with Section 218.391 of the Florida Statute, select Warren Averett, LLC for award of a five (5) year contract for RFP 18-010 Professional Auditing Services.  Further, that City Council authorize the Council President to take all actions necessary to negotiate and execute the contract, as well as approve and execute the annual letters of engagement.

end

body                                                             

 

HEARING REQUIRED:    No Hearing Required      

 

SUMMARY:

 

On December 14, 2017, City Council voted to establish itself as the Audit Committee.  A meeting of the Audit Committee was held on February 27, 2018 to establish the factors to use for the evaluation of professional auditing services and to approve the RFP.  Proposals were received from five firms: Carr, Riggs & Ingram, LLC (Miramar Beach, FL); Mauldin & Jenkins, LLC (Bradenton, FL); Moore Stephens Lovelace, PA (Orlando, FL); Saltmarsh  Cleaveland & Gund (Pensacola, FL); and Warrren Averett, LLC (Pensacola, FL).

 

On April 23, 2018, the Audit Committee met to discuss and deliberate on the five proposals.   After discussion, the members individually scored the proposals for all criteria excluding cost to arrive at a technical score. After individual scores were tallied, the committee voted to remove from further consideration Carr Riggs, & Ingram due to an unacceptably low technical score.  Sealed fee proposals were then opened and a value between 0-10 was assigned to each fee by a vote of the committee, without the knowledge of which firm submitted the price. In accordance with the RFP, the lowest cost received 10 points and fractional scores were assigned to the other submitted prices. Once the point values were determined, proposed costs were matched and added to each firm’s technical score.

 

The rankings of the firms and the proposed costs were discussed. The Audit Committee then approved the ranking of the firms as follows:

1)                     Warren Averett, LLC                                                                ($467,600)

2)                     Saltmarsh Cleaveland & Gund                      ($500,000)

3)                     Mauldin & Jenkins, LLC                                          ($502,700)

4)                     Moore Stephens Lovelace, PA                     ($490,000)

 

When compensation is one of the established factors used for evaluation of  audit services, Florida Statute requires that the governing body shall select the highest-ranked qualified firm or must document in its public records the reason for not selecting the highest-ranked firm.

 

PRIOR ACTION:                     

 

In June 2013, the City Council awarded a five year contract to Mauldin & Jenkins, LLC for professional auditing services.

 

FUNDING:                     

 

                     Budget:                     $99,700

 

                     Actual:                                          $87,525

 

 

FINANCIAL IMPACT:

                     

The all-inclusive maximum cost for auditing services is $467,600 for the five year contract period.

 

STAFF CONTACT:

 

Don Kraher, Council Executive

 

ATTACHMENTS:

 

1)                     Final Ranking Matrix

 

PRESENTATION:     No