HomeMy WebLinkAbout06-20-11 Fiscal Affairs Committee MeetingCHUCK ENGELKEN, CHAIR
Councilmember District 2
DARYL LEONARD
Councilmember District 3
TOMMY MOSER
Councilmember District 4
r �
` � �'�
;� %�`
JAY MARTIN
Councilmember District 5
JOHN ZEMANEK
Councilmember At-Large A
CITY OF LA PORTE FISCAL AFFAIRS COMMITTEE
MEETING AGENDA
Notice is hereby given of a meeting of the City of La Porte Fiscal Affairs Committee to be held on Monday,
June 20, 2011, at 5:15 p.m., in the La Porte City Hall Council Chambers, 604 West Fairmont Parkway,
La Porte, Texas, regarding the items of business according to the agenda listed below:
1. Call to Order
2. Consider approval of minutes of the June 13, 2011, meeting of the Fiscal Affairs Committee
— P. Fogarty
3. Consider approval or other action regarding the proposed list of firms to receive the City's
RFP (request for proposal) for independent auditor services and review of RFP document for
independent auditor services and proposed timeline — M. Dolby
4. Administrative Reports — R. Bottoms and M. Dolby
Update regarding: sales tax; automated meters payback; loss and unaccounted for water.
5. Committee Comments — Matters appearing on agenda; recognition of community members, City
employees, and upcoming events; inquiry of staff regarding specific factual information or existing
policy.
6. Adjourn
In compliance with the Americans with Disabilities Act, the City of La Porte will provide for reasonable
accommodations for persons attending public meetings. To better serve attendees, requests should be
received 24 hours prior to the meetings. Please contact Patrice Fogarty, City Secretary, at 281.470.5019.
CERTIFICATION
I certify that a copy of the June 20, 2011, agenda of items to be considered by the Fiscal Affairs Committee was
posted on the City Hali bulletin board on June 17, 2011, at 3:00 p.m.
� � �
Patrice Fogarty, City Secretary
I certify that the attached notice and agenda of items was removed by me from the City Hall bulletin board on the
day of , 2011.
Name and Title
Page 1 of 1
June 13, 2011, Fiscal Affairs Committee Agenda
CHUCK ENGELKEN, CHAIR
Councilmember District 2
DARYL LEONARD
Councilmember District 3
TOMMY MOSER
Councilmember District 4
JAY MARTIN
Councilmember District 5
JOHN ZEMANEK
Councilmember At-Large A
FISCAL AFFAIRS COMMITTEE
MINUTES OF MEETING OF THE JUNE 13, 2011
The Fiscal Affairs Committee met on June 13, 2011, at 5:00 p.m., in the La Porte City Hall Council
Chambers, 604 West Fairmont Parkway, La Porte, Texas, to consider the following items of business:
1. Call to Order
Chairman Chuck Engelken called the meeting to order at 5:00 p.m. Other Committee Members
present were Daryl Leonard, Tommy Moser and Jay Martin. Committee member John Zemanek
was absent.
2. Consider approval of minutes of the Meeting held on May 9, 2011, of Fiscal Affairs
Committee — P. Fogarty
Committee Member Moser moved to approve the minutes of the meeting held on May 9, 2011, of
the Fiscal Affairs Committee as presented. Committee Member Martin seconded. MOTION
PASSED.
Ayes: Chairman Engelken, Committee Members Moser, Leonard
and Martin
Nays: None
Absent: Committee Member Zemanek
3. Discuss and review the process of securing an independent auditor for the City of La Porte,
including a proposed timetable — M. Dolby
Director of Finance Michael Dolby reviewed the process of securing an independent auditor for the
City of La Porte, including a proposed timetable.
Mr. Dolby proposed the following timeline: June 16, 2011, notification for RFPs will be mailed, and
then opened on July 12 t ". They will be reviewed and graded by staff July 12 through July 14
based on the firm's experience and technical capabilities. August 1S through 5 t ", the Fiscal Affairs
Committee will conduct interviews, and a contract will be awarded on August 22n The City of La
Porte audit is due on September 30 t ", and a report will be provided to City Council in mid March.
Chairman Engelken requested Mr. Dolby to provide the committee with a copy of the RFP for
review and to add BKD and Mark Tiller & Associates to the list to send the RFP to. Chairman
Engelken also suggested a minimum of three and maximum of five firms be selected for an
interview.
Committee member Martin requested to review the matrix to be used in the evaluation process.
Mr. Dolby advised the matrix is in the RFP, which will be provided to the committee this evening.
Page 1 of 2
June 13, 2011, Fiscal Affairs Committee Minutes
Committee members decided the next Fiscal Affairs Committee Meeting will be held on June 20,
2011.
Committee member Moser informed Mr. Dolby he would like to have the La Porte Development
Corporation Board added to the audit if this is allowed and eligible. Finance Director polby stated it
can be added to the audit.
Chairman Engelken requested verification of sales taxes be provided. Committee member Leonard
suggested verification of sales taxes be provided by the selected audit firm. Committee member
Moser also suggested verification of sales taxes should be provided by the selected audit firm.
Committee member Martin did not have a problem with staff conducting and providing verification of
sales taxes. Mr. Dolby advised the committee he would check on verification of sales taxes.
Staff was directed to include the automated meters payback, loss and unaccounted water, 2011
budget for the La Porte Development Corporation Board, sales tax verification to the audit process
in addition to adding BKD and Mark Tiller and Associates in Baytown to the Bidders List.
4. Consider approval or other action of a proposed list of firms to receive the City's RFP
(request for proposal) for independent auditor services — M. Dolby
Director of Finance Michael Dolby provided a proposed list of firms to receive the City's RFP
(request for proposal) for independent auditor services.
Chairman Engelken directed staff to bring this item back to the June 20 Meeting.
5. Administrative Reports — R. Bottoms
There were no Administrative Reports.
6. Committee Comments
Matters appearing on agenda; recognition of community members, city employees, and upcoming
events; inquiry of staff regarding specific factual information or existing policy.
There were no Committee comments.
7. Adjourn
There being no further business, Committee Member Moser moved to adjourn the meeting at
5:34 p.m.
Respectfully submitted,
Patrice Fogarty, City Secretary
Passed and approved on the 20 day of June, 2011.
Chairman Chuck Engelken
Page 2 of 2
June 13, 2011, Fiscal Affairs Committee Minutes
BIDDERS LIST
Sealed RFP #11509-Professional Auditing Services
Alonzo, Bacarisse, Irvine & Palmer
1800 St. James Place, Suite 100
Houston, TX 77056
Ph: 713-954-2002
tk�l�r��r(��bi����.�or�
BDO Seidman, LLP
333 Clay Street, Suite 4700
Houston, TX 77002
Attn: Kevin Hubbard
Ph: 713-659-6551
BKD
2800 �ost Oak LVD., sU�t� szaa
oustor�, TX 77056-6167
Attn: [7avid A. ayob
F'h: 713-499-4600
Fax: 713-499-4699
dh�vr�b(c�.bkde�r�rr�
Belt Harris Pechacek, LLLP
3210 Bingle Rd #300
Houston, TX 77055
Attn: Robert Belt
Ph: 713-263-1123
Fax: 713-263-1550
rb�lt(a�tx�uditcar�.cc�rr�
Benken and Associates
1214 Heights Blvd
Houston, TX 77008
Attn: Brian Benken
Ph: 713-223-4051
Fax: 713-223-4052
b�r�k�r��r�d�sso�Cc��c�lecr�r�
Blackeslee, Monzingo & Company
203 N. Railroad Ave.
Pflugerville, TX 78660
Attn: Duane Blakeslee
Ph: 512-251-5611
�w�r�(�bl�k��i�����.ccsr�
Briggs & Lancaster
3512 Avenue I
Rosenburg, TX 77471
Attn: Mr. Briggs
Ph: 281-342-3694
ror�C�?b6�w��lth.�carr�
Briggs & Veselka Company, CPA
6575 W. Loop South, Suite 700
Bellaire, TX 77401
Attn: Johnny Veselka
Ph: 713-667-9147
iv�s�lk�(�bvc���. ccsr�
i��r�d�rs�bvc���ecr�r�
Cabaniss, Horn & Passmore, PC
3411 Richmond Ave., Suite 350
Houston, TX 77046
Attn: Nathan Cabaniss
Collier, Johnson & Woods, PC
555 N. Carancachua, Suite 1000
Corpus Christie, TX 78478
Attn: F. John Sheperd
Ph: 361-884-9347
bric�idCcz?��wm���e�orr�
Deloitte and Touche, LLP
1111 Bagby #4500
Houston, TX 77002
Attn: Renee Vega
Ph: 713-982-2000
Fax: 713-982-2001
rv���(c�d�l�itt�. �csr�
Dickey, Rush, Duncan, Ansell & Co.,
PC
2525 Bay Area, Suite 460
Houston, TX 77058
Attn: W.C. Ansell
Ph: 281-488-2022
bill(c�drd�c��.�carr�
Durst, Milberger, Nesbitt & Ask, LLP
304 Post Office Street
Bryan, TX 77081
Attn: Mr. Ask
Ph: 979-822-0175
c����k(a7dr� r������. c€�r�
Easley, Endres, Parkhill &
BrackendorFf, PC
1330 W. Loop South, Suite 1400
Houston, TX 77027
Attn: Parkhill
Ph: 713-622-0016
�t�v�. ��rkhill. ��rkhill(����b. �csr�
Ernst & Young, LLP
5 Houston Center
1401 McKinney, Suite 1200
Houston, TX 77010
Attn: Ruth Kincaid
Ph: 713-750-1500
r�thekir�c�id(c��y.ccsr�
First City Tower
1001 Fannin St
Houston, TX 77002
Attn: Barron Wallace
Ph: 713-758-2222
Fax: 713-615-5076
b�rv�l I���(`}a..v�l�w. �csr�
Flusche, Van Beveren, Kilgore PC
North Tower Suite 450
800 Shoreline Blvd.
Corpus Christie, TX 78401
Attn: Van Beveren
Ph: 361-880-5600
kh�kkurr� s(c�.fvbkc��. �c�rr�
Gregg and Company, CPAs
P.O. Box 619
Tom Bean, TX 75489
Ph: 903-546-6975
rc�de�bbc�tt�6�fol��tt���.�car�
Hereford, Lynch, Sellers & Kirkham
P.O. Box 2548
Conroe, TX 77305
Attn: Mr. Lynch
Ph: 936-756-8127
�i��k��(�hlsk.ccsr�
Hicks, Hoelle, Aylor Smith
3157 Executive Dr.
San Angelo, TX 76904
Attn: Mr. Hoelle
Ph: 325-944-2536
i �rr�(c`�c�r�c�� e �c�rrr
KPMG Peat Marwick, LLP
700 Louisiana #3100
Houston, TX 77002
Attn: Craig Collins
Ph: 713-319-2000
Fax: 713-319-2041
�r�i��c�l�ir�s(�k�rr��e�carr�
Lemond & Lemond, LLC
723 Main St Suite # 316
Houston, TX 77002
Attn: Scott Lemond
Ph: 713-223-2500
Fax: 713-223-2505
cl�rnc�r�dCcr7,l�r��r�dml�w.ccar�
James F. Martens & Associates
301 Congress Ave., Suite 1950
Austin, TX 78701
Attn: James Martens
McCall Gibson and Company, PLLC
13100 Wortham Center Dr
Houston, TX 77065
Attn: Michael McCall
Ph: 713-462-0341
Fax: 713-462-2708
r��sbCa�r���b�ll�.�c�r�
McConnell & Jones
3040 Post Oak Blvd., Suite 1600
Houston, TX 77056
Attn: Mr. McConnell
Ph: 713-968-1600
li�r��il(c�r��lm.�or�
McDonald & Sechrist LLP
2277 Plaza Dr
Suite # 280
Sugar Land, TX 77479
Attn: Jeanne H McDonald
Ph: 281-313-2213
Fax: 281-313-2513
Cell: 281-300-3449
ihrr��d�r��ld(c�ihrnl�vv.r��t
McGrath & Co., PLLC
PO Box 270148
Houston, TX 77277
Attn: Mark McGrath
Ph: 713-882-6572
Fax:
rrr��rk(r�rrac�r�th�cc�. ccara�
Mir, Fox & Rodriguez
One Riverway Suite 1900
Houston, TX 77056
Ph: 713-622-1120
��c�sw�y(c�rrrfr��. �carr�
Mosher, Seifert & Company
4701 Preston Avenue
Pasadena,TX 77505
Attn: Mr. Seifert
Ph: 281-991-1099
k�r�s�if�rt(���� 1099. �csm
Null-Lairson, P.C.
3411 Richmond #500
Houston, TX 77046
Attn: Tom Pedersen
Ph: 713-621-1515
Fax: 713-621-1570
t��d�r��r�(�r��llml�irscar�e�car�
Oliver, Rainey & Wojetek, LLP
2909 Sherwood Way, Suite 300
San Angelo, TX 76901
Ph: 325-942-6713
i�rry(�c�rw���. �csr�
Padgett, Strateman & Company, LLP
515 Congress, Suite 1212
Austin, TX 78701
Attn: Mike O'Brien
Ph: 512-476-0717
Pannell Kerr Forster of Texas, PC
5847 San Felipe, Suite 2400
Houston, TX 77057
Attn: Mr. Guidry
Ph: 713-860-1400
Pattillo, Brown and Hill, LLP
401 West Highway 6
Waco, TX 76710
Attn: Chris Pruitt
Ph: 254-772-4901
Fax: 254-772-4920
��ruitt(a`��bh���.�csr�
Phelps, Horne, Sanderson & Assoc.,
PC
1525 Lakefront Circle, Suite 3
The Woodlands, TX 77380
Attn: Gina Sanderson
Ph: 281-367-6272
Pickens, Snodgrass, Koch &
Company, PC
3001 Medlin Dr., Suite 100
Arlington, TX 76016
Attn: Mr. Pickens
Ph: 817-664-3000
�t�v�(��sk���.ccar�
Pricewaterhouse Coopers
1201 Louisiana, Suite 2900
Houston, TX 77002
Attn: Mr. Paterson
Ph: 713-356-4000
Prothro, Wilhelmi & Co., PLLC
P.O. Box 7337
Tyler, TX 75711
Attn: Mr. Prothro
Ph: 903-534-8811
w� It�r(c�.�wmccsrr� ��r��e ccarr�
Rosenhoover & Associates, CPA
2316 Timber Shadows Dr., Suite 202
Kingwood, TX 77339
Attn: Mr. Rosenhoover
Ph: 281-319-4701
ro��r�1040 c(x}.rc���r�hc�csv�r.�csr�
Salmon, Sims, Thomas
12720 Hillcrest #900
Dallas, TX 75230
Attn: Mr. Salmon
972-392-1143
rs�lrr�€�r��sstc��.�car�
Sanderson Knox and Company, LLP
130 Industrial Blvd #130
Sugarland, TX 77478
Attn: Alan Sandersen
Ph: 281-242-3232
Fax: 281-2423252
���r�d�rs�r�Cc�sktx. cr�r�
Seefeld, Lawson & Moeller
P.O. Box 131030
The Woodlands, TX 77393
Attn: Mr. Seefeld
Ph: 281-362-9732
Tsakopilous Brown Schott & Anchors
Colonnade Office Tower
9901 IH-10 West Suite 900
San Antonio, TX 78230
Ph: 210-696-5177
Thompson & Horton LLP
711 Louisiana,
Suite #2100 South Tower
Houston, TX 77002
Attn: Deziree Perez
Ph: 713-554-6767
Fax: 713-583-8884
r�c��tic�r�Ca?thorr���c�rah�rtc�ra.c�r�a
Tiller and Company PC
1300 Rolling Brook St
Suite #603
Baytown, TX 77521-3863
Attn: Mark Tiller
Ph: 281-427-7517
Fax: 281-422-5013
rreti6l�r(c�till�rc�.cc�rn
Ubernosky, Passmore & Majeres, LLP
820 Gessner, Suite 820
Houston, TX 77024
Attn: Mr. Ubernosky
Ph: 713-935-0071
bub�rr�osk�Ca`�ur��l�cecar�
UHY Advisors
12 Greenway Plaza,
Houston, TX 77046
Attn: Chuck Hill
Ph: 713-960-1706
�hill(�uhYmu�.�csra�
Weaver-Tidwell
Suite 200 24 Greenway Plaza #1800
Houston, TX 77046
Attn: Mark Lund
Vink, Teague & Associates, PC
5550 LBJ Freeway, Suite 650
Dallas, TX 75240
Attn: Ms. Teague
972-788-5315
rt���u�(a.�vt�rr��iecc�rrr�
I� i 1 f!� E c�: �7 i �E: �l
Fax: 713-850-1673
r��rk.l�r�d(cz?w��v�rl9�.ccarr�
Wilson, Cribbs & Goren, PC
2500 Fannin
Houston, TX 77002
Attn: Reid Wilson
Ph: 713-547-8504
il�c�r�(`>a.wcc�lav�r. r��t
CITY OF LA PORTE
REQUEST FOR PROPOSALS
FOR
SEALED RFP #11509 - PROFESSIONAL
AUDITING SERVICES
604 W. Fairmont Parkway
La Porte, Texas 77571
SEALED RFP #11509 — PROFESSIONAL
AUDITING SERVICES
CITY OF LA PORTE
NOTICE TO OFFERORS
All sealed proposals shall be submitted including one (1) marked original and six (6) duplicates on
the original forms and clearly marked with RFP number and description. Proposals will be
received at the Purchasing Office, 2963 N. 23 Street, La Porte, TX 77571 until 2:00 p.m. Tuesdav,
Julv 12, 2011.
Proposals will be opened and names publicly read in the Public Works upstairs training room
immediately after the closing hour for the proposals on said date. An elevator is not available. Please
contact Purchasing at 281-470-5126 if accommodations are needed.
NO LATE PROPOSALS WILL BE CONSIDERED
Forms furnished by the City of La Porte may be obtained without deposit from:
City of La Porte
Purchasing Division
2963 N 23 Street
La Porte, TX 77571
(281) 470-5126
Proposals will be opened so as to avoid disclosure of contents to competing offerors and kept secret
during the process of negotiation. All proposals shall be open for public inspection after contract
award. Trade secrets and confidential or proprietary information, so noted in proposal, shall not be
open for public inspection.
The City of La Porte hereby notifies all offerors that in regard to any agreement entered into pursuant
to this advertisement, minority business enterprises will be afforded equal opportunities to submit
proposals in response to this invitation and will not be discriminated against on the grounds of race,
color, sex, age, religion or national origin in consideration for an award.
The City reserves the right to reject any and/or all proposals, to waive any and all technicalities and to
accept any proposal or part thereof, which in the opinion of the City Council, is most advantageous to
the City. In case of ambiguity or lack of clearness in stating the prices in the bid, the City reserves the
right to consider the most advantageous bid thereof or to reject the bid.
Published: June 16, 2011
June 23, 2011
2
CITY OF LA PORTE PURCHASING OFFICE
2963 N. 23RD STREET
LA PORTE, TX 77571
To drop off Statements of Qualifications, follow these directions:
➢ At SH146 in La Porte, exit W. Main/Spencer Hwy. and turn west
➢ From Spencer Hwy., turn North on N. 23 Street
➢ The Public Works facility is on the right, past the La Porte Police Station and the
Mini-Storage Facility.
➢ Turn right into parking lot and drive through the entrance gate, turn left
immediately and park in the last aisle on the right.
➢ The Purchasing Office is located on the southwest side of the parking area. Look
for the signage.
3
CITY OF LA PORTE
CERTIFICATION BY RESPONDENT
City of La Porte Ordinance #98-2217 prohibits any expenditure for goods or services by
the City of La Porte from any person, firm, or corporation owing any delinquent
indebtedness to the City. The undersigned respondent further certifies that it is in
compliance with the requirements of said ordinance. A copy of the ordinance may be
obtained by contacting the City of La Porte Purchasing Division at 281-470-5126.
If undersigned respondent is not in compliance with Ordinance 98-2217, it hereby
assigns to the City of La Porte, the amount of its delinquent indebtedness to the City of
La Porte, to be deducted by the City of La Porte from the amounts due the undersigned.
Failure to remit this certification with the submittal, or non-compliance with said
ordinance, shall be just cause for rejection or disqualification of submittal.
The undersigned hereby certifies that it is in compliance with Ordinance 98-
2217.
or
The undersigned assigns to the City of La Porte, the amount of its
delinquent indebtedness, to be deducted by the City of La Porte from the
amounts due the undersigned.
(Initial one of the above)
Business Name:
Address:
Printed Name:
Authorized Signature:
Date:
4
CITY OF LA PORTE
The foregoing prices shall include all labor, materials, equipment, removal, overhead,
profit, freight, insurance, etc., to cover the finished work specified in this bid.
All items bid and installed under this procurement must be new and unused and in
undamaged condition.
The City of La Porte is tax exempt and no taxes shall be included in the pricing of this bid.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive
any informalities in the bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of
sixty (60) calendar days after the scheduled closing time for receiving bids.
The undersigned affirms they are duly authorized to represent this firm, that this bid has
not been prepared in collusion with any other firm, and that the contents contained herein
have not been communicated to any other firm prior to the official opening.
Respectfully submitted:
Business
Address
City, State, Zip Code
Office Phone
Name (please print)
Signature Date
E-mail
Fax Number
s
CITY OF LA PORTE
GENERAL TERMS & CONDITIONS
1. RECEIPT AND OPENING OF PROPOSALS
The City of La Porte, (hereinafter called the "Owner"), invites proposals on the form
attached hereto. Sealed proposals shall be submitted including one (1) marked
original and six (6) duplicates on the original forms and clearly marked with
RFP number and description. Owner will receive proposals at the Purchasing
Office, 2963 N. 23 Street, La Porte, TX 77571. Proposals will be publicly opened
immediately after the closing hour of said date. Vendor name only will be read
aloud so as to avoid disclosure of contents.
Any proposal received after the time and date specified shall not be
considered.
The Owner may not consider any proposal not prepared and submitted in
accordance with the provisions hereof and may waive any informalities or reject any
and all proposals. Any proposal may be withdrawn prior to the scheduled time for
the opening of proposals or authorized postponement thereof.
2. PROPOSAL MODIFICATIONS AND ADDENDUMS
Any offeror may modify their proposal by written communication at any time prior to
the scheduled receipt of proposals, provided such communication is received by
the Owner prior to closinq time. The communication should not reveal the proposal
price, but should provide the addition or subtraction or other modification so that the
Owner will not know the final prices or terms until the sealed proposal is opened.
Owner shall not provide interpretation of the proposal language to any respondent
orally. Such communication must be in writing.
Every request for such interpretation should be in writing addressed to the Susan
Cream, Purchasing Manager, 2963 North 23 Street, La Porte, TX 77571 or e-
mailed to cr��r���l��cart�tx.�r�v. All requests shall be received at least five (5)
days prior to the scheduled time for receipt of offers. Any and all such
interpretations and any supplemental instructions, will be in the form of written
addenda to the specifications which, if issued, will be posted on City website,
�vwvvel��c�rt�tx.�r�v no later than three (3) working days prior to the scheduled time
for receipt of offers. Potential respondents are responsible for checking City website
for additional solicitation documents. Failure of any respondent to receive any such
addendum or interpretation shall not relieve them from any obligation of submittal.
All addenda issued shall become part of the contract documents and must be
acknowledged as received on submitted document.
6
General Terms & Conditions
Continued
Page 2 of 4
3. METHOD OF AWARD
Evaluation will be based on the criteria stated in the RFP. The best proposal
submitted by a responsible offeror will be negotiated with the City of La Porte. If
proposal amounts exceed the available funds to finance the contract, the Owner
may reject all proposals or may award the contract on a negotiated proposal with
deductible alternates applied to the schedule of professional fees (see Appendix
A).
The City of La Porte reserves the right to waive any informalities or technical
errors that in its judgment will best serve the interests of the City.
4. FUNDING OUT CLAUSE
The City of La Porte warrants that funds are available to pay for this contract until
the end of its current fiscal year and warrants funds will be requested to make
payment in each appropriation period from now until the end of the last
renewable option year. However, if funds are not made available after such
request, then the City of La Porte may terminate this agreement with thirty (30)
days written notice.
5. QUALIFICATIONS OF OFFEROR
At the time of the opening of proposals, each offeror will be presumed to be
thoroughly familiar with all requirements, timeline, evaluation procedures and other
specifications set forth in this proposal. The failure or omission of any offeror to
examine any form, instrument, or document shall in no way relieve any offeror from
any obligation in respect of his proposal.
The Owner may make such investigations as he deems necessary to determine the
ability of the offeror to perForm the work, and the offeror shall furnish to the Owner
all such information and data for this purpose as the Owner may request. The
Owner reserves the right to reject any proposal if the evidence submitted by, or
investigation of, such offeror fails to satisfy the Owner that such offeror is properly
qualified to carry out the obligations of the contract and to complete the work
contemplated therein. Conditional proposals will not be accepted.
6. LAWS AND REGULATIONS
The offeror's attention is directed to the fact that all applicable state laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over
the audit shall apply to the contract throughout, and they will be deemed to be
included in the contract the same as though herein written out in full.
�
General Terms & Conditions
Continued
Page 3 of 4
7. SUBCONTRACTS
The offeror is specifically advised that any person, firm, or other party to whom it is
proposed to award a subcontract under this contract must be acceptable to the
Owner.
CITY OF LA PORTE
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
�
INTRODUCTION
A. Generallnformation
B. Term of Engagement
C. Subcontracting
NATURE OF SERVICES REQUIRED
A
B
C
D
E
F
General
Scope of Work to be PerFormed
Auditing Standards to be Followed
Reports to be Issued
Special Considerations
Working Paper Retention and Access to Working Papers
�
IV.
DESCRIPTION OF THE GOVERNMENT
A
B
C
D
E
F.
G
H
I .
J.
K
Name and Telephone Number of Contact Person
Background Information
Fund Structure
Budgetary Basis of Accounting
Federal and State Financial Assistance
Pension Plans
Component Units
Joint Ventures
Magnitude of Finance Operations
Computer Systems
Internal Audit Functions
TIME REQUIREMENTS
A. Proposal Calendar
B. Date Audit May Commence
C. Schedule for the 2011 Fiscal Year Audit
1. Interim Work
2. Detailed Audit Plan
3. Fieldwork
4. Draft Reports
D. Entrance Conferences, Progress Reporting and Exit Conferences
E. Final Report Due Date
9
V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT
PREPARATION
A. Finance Department Assistance
B. Statements and Schedules to be Prepared by City Staff
C. Work Area, Telephone, Photocopying and Internet access
D. Report Preparation
VI. PROPOSAL REQUIREMENTS
A. General Requirements
1. Inquiries
2. Submission of Proposals
B. Technical Proposal
1. General Requirements
2. Independence
3. License to Practice in Texas
4. Firm Qualifications and Experience
5. Partner, Supervisory and Staff Qualifications and Experience
6. Prior Engagements with the City of La Porte
7. Similar Engagements with Other Government Entities
8. Specific Audit Approach
9. Scope of Required Services
10. Identification of Anticipated Potential Audit Problems
11. Report Format
C. Not to Exceed Fee Proposal
VII. EVALUATION PROCEDURES
A. Review of Proposals
B. Evaluation Criteria
C. Oral Presentation
D. Final Selections
E. Right to Reject Proposals
APPENDICES
A. Schedule of Professional Fees, Expenses, Guarantees and Warranties
Zo
CITY OF LA PORTE
REQUEST FOR PROPOSALS
INTRODUCTION
A. GENERAL INFORMATION
The City of La Porte (the "City") is requesting proposals from qualified
firms of certified public accountants to audit financial statements for the
fiscal years ending September 30, 2011, 2012 and 2013, with the option of
auditing its financial statements for each of the three (3) subsequent fiscal
years based on satisfactory performance. These audits are to be
perFormed in accordance with generally accepted auditing standards
(GAAS), the standards set forth for financial audits in the U.S. General
Accountability Office's (GAO) Government Auditing Standards (1994), the
provisions of the federal Single Audit Act of 1984 (as amended in 1996)
and the provisions of U.S. Office of Management and Budget (OMB)
Circular A-133, Audits of States, Loca/ Governments, and Non-Profit
Organizations, as well as the following additional requirements:
examination for compliance with procedures established by Charter,
Ordinance or, where applicable, State and Federal Laws or regulations,
including the Texas Code of Crimina/ Procedures.
There is no expressed c
responding firms for any
response to this request.
implied obligation for the City to reimburse
expenses incurred in preparing proposals in
Any inquiries concerning the request for proposals should be addressed to
Susan Cream, Purchasing Manager at creams@laportetx.gov or (281)
470-5123.
Responses to the proposal should be addressed to Susan Cream,
Purchasing Manager, at 2963 N. 23 Street, La Porte, Texas 77571 by
2:00 p.m. on July 12, 2011. Seven copies of bound and sealed proposals
are required. The City reserves the right to reject any or all proposals
submitted.
During the evaluation process, the City reserves the right, where it may
serve the City's best interest, to request additional information or
clarification from proposers, or to allow corrections of errors or omissions.
At the discretion of the City or the Fiscal Affairs Committee, firms
submitting proposals may be requested to make oral presentations as part
of the evaluation process. The City reserves the right to retain all
proposals submitted and to use any ideas in a proposal regardless of
whether that proposal is selected. Submission of a proposal indicates
acceptance by the firm of the conditions contained in the request for
proposals, unless clearly and specifically noted in the proposal submitted
and confirmed in the contract between the City and the firm selected.
11
It is anticipated the selection of a firm will be completed by July 28, 2011.
Following the notification of the selected firm it is expected that a contract
will be executed between both parties by August 8, 2011.
B. TERM OF ENGAGEMENT
A three-year contract with three (3) one-year renewable options is
contemplated, subject to satisfactory perFormance, the satisfactory
negotiation of terms (including price acceptable to both the City and the
selected firm), and the concurrence of the City Council and the annual
availability of an appropriation. However, if funds are not made available
after such request, then the City of La Porte may terminate this agreement
with thirty (30) days written notice.
C. SUBCONTRACTING
Subcontracting of any portion of the audit process will not be allowed
without the prior written consent of the City.
II. NATURE OF SERVICES REQUIRED
A. GENERAL
The City is soliciting the services of qualified firms of certified public
accountants to audit its financial statements for the fiscal years ending
September 30, 2011, 2012, and 2013, with option to audit the City's
financial statements for each of the three subsequent fiscal years. These
audits are to be perFormed in accordance with the provisions contained in
this request for proposals.
B. SCOPE OF WORK TO BE PERFORMED
The City desires the auditor to express an opinion on the fair presentation
of its governmental activities, its business type activities, its aggregate
discretely presented component units, each of its major funds and its
aggregate remaining fund information in conformity with generally
accepted accounting principles.
The City also desires the auditor to express an opinion on the fair
presentation of its combining and individual fund financial statements and
schedules in conformity with generally accepted accounting principles.
The auditor is not required to audit the supporting schedules contained in
the comprehensive annual financial report. However, the auditor is to
provide an "in relation to" opinion on the supporting schedules based on
the auditing procedures applied during the audit of the basic financial
statements and the combining and individual fund financial statements
and schedules. The auditors are not required to audit the introductory
section of the report or the statistical section of the report.
12
The auditor shall also be responsible for perForming certain limited
procedures involving required supplementary information required by the
Governmental Accounting Standards Board as mandated by generally
accepted auditing standards.
The auditor is not required to audit the schedule of expenditures of federal
awards. However, the auditor is to provide an "in relation-to" report on that
schedule based on the auditing procedures applied during the audit of the
financial statements.
From time to time, the City may request the auditor to perForm other audits
and reviews not specifically provided for under this section. If such a
request is made, the auditor shall submit, at the City's request, a separate
proposal for completing the engagement, along with a proposed fee
schedule. The City reserves the right to contract any additional audits or
reviews with whomever they choose.
C. AUDITING STANDARDS TO BE FOLLOWED
To meet the requirements of the request for proposals, the audit shall be
perFormed in accordance with:
Generally accepted auditing standards (GAAS) as set forth by the
American Institute of Certified Public Accountants, the standards for
financial audits set forth in the U.S. General Accounting Office's (GAO)
Government Auditing Standards(1994), the provisions of the Single Audit
Act of 1984 (as amended in 1996) and the provisions of U.S. Office of
Management and Budget (OMB) Circular A-133, Audits of States, Local
Governments and Non-Profit Organizations, Audits of State and Local
Governments as well as the following additional requirements:
examination for compliance with procedures established by City Charter,
City Ordinance or, where applicable, State and Federal Laws or
regulations, including the Texas Code of Crimina/ Procedures.
D. REPORTS TO BE ISSUED
Following the completion of the audit of the fiscal year's financial
statements the auditor shall issue:
1. A report on the fair presentation of the financial statements in
conformity with generally accepted accounting principles including
an opinion of the fair presentation of the supplementary schedule of
expenditures of federal awards in relation to the audited financial
statements.
2. If necessary, a report on compliance and internal control over
compliance applicable to each major federal program.
13
Compliance and internal control. In the required report on compliance
and internal controls, the auditor shall communicate any significant
deficiency or material weakness found during the audit. A significant
deficiency shall be defined as a control deficiency, or a combination of
control deficiencies that adversely affects the entity's ability to initiate
authorize, record, process, or report financial data reliably in accordance
with generally accepted accounting principles, such that there is more
than a remote likelihood that a misstatement of the entity's financial
statements that is more than inconsequential will not be prevented or
detected. A material weakness shall be defined as a significant deficiency
or combination of significant deficiencies, that results in more than a
remote likelihood that a material misstatement of the financial statements
will not be prevented or detected. Significant deficiencies that are also
material weaknesses shall be identified as such in the report. In addition,
control deficiencies discovered by the auditors that are neither significant
deficiencies nor material weaknesses shall be reported in a separate letter
to management which shall be referred to in the report on compliance and
internal controls. A control deficiency shall be deemed to have occurred
whenever the design or operation of a control does not allow management
or employees, in the normal course of perForming their assigned functions,
to prevent or detect misstatements on a timely basis. The reports on
compliance and internal controls shall include all instances of
noncompliance. Auditors shall be required to make an immediate, written
report of all irregularities and illegal acts or indications of illegal acts of
which they become aware to the Director of Finance.
Reporting to the Fiscal Affairs Committee. The auditors shall assure
themselves that the City's Fiscal Affairs Committee is informed of each of
the following:
1. The auditor's responsibility under generally accepted auditing
standards
2. Significant accounting policies
3. Management judgments and accounting estimates
4. Significant audit adjustments
5. Auditor's judgments about the quality of the entity's accounting
principles
6. Other information in documents containing audited financial
statements
7. Disagreements with management
8. Management consultation with other accountants
9. Major issues discussed with management prior to retention
10. Difficulties encountered in perForming the audit
14
E. SPECIAL CONSIDERATIONS
1. The City will send its comprehensive annual financial report to the
Government Finance Officers Association of the United States and
Canada for review in its Certificate of Achievement for Excellence
in Financial Reporting program. It is anticipated that the auditor will
be required to provide special assistance to the City to meet the
requirements of that program.
2. The schedule of federal and state financial assistance and related
auditor's report, as well as the reports on the internal control
structure and compliance are not to be included in the CAFR, but
are to be issued separately. Twenty copies of the grant report are
to be typed and printed by the selected auditor and provided to the
City.
3. The auditor is required to issue a separate report for our
component unit (La Porte Area Water Authority). Twenty copies of
the report are to be typed and printed by the selected auditor and
provided to the City. This report is to be filed with the Texas
Commission on Environmental Control (TCEQ) by February 15.
4. The Tax Increment Reinvestment Zone (La Porte Redevelopment
Authority) is a separate entity that is reported as a blended
component unit in the city's report.
5. The La Porte Development Authority (Section 4B Sales Tax) is
reported as a blended component unit in the city's report.
F. WORKING PAPER RETENTION AND ACCESS TO WORKING PAPERS
All working papers and reports must be retained, at the auditor's expense,
for a minimum of three (3) years from the date of the report, unless the
firm is notified in writing by the City of the need to extend the retention
period. The auditor will be required to make working papers available,
upon request, to the following parties or their designees:
City of La Porte
Federal Grant Agencies and Other Federal Agencies
State of Texas Grant Agencies and Other State of Texas Agencies
Auditors of entities of which the City is a sub-recipient of grant
funds
In addition, the firm shall respond to the reasonable inquiries of successor
auditors and allow successor auditors to review working papers relating to
matters of continuing accounting significance.
is
III. DESCRIPTION OF THE GOVERNMENT
A. Name of Contact Person
The auditor's principal contact with the City will be Michael G. Dolby,
Director of Finance, or a designated representative, who will coordinate
the assistance to be provided by the City to the auditor. Proposers who
want additional information or clarification should submit written requests
to the Purchasing Manager, Susan Cream. Written responses will be
prepared and delivered to all parties receiving this request for proposal.
B. Background Information
The City operates under the Manager/Council form of government as
established by its charter. Moreover, we have one Assistant City Manager
as well as various department and division heads.
The City serves an area of 19 square miles with a population of 33,800
and has a 2010-2011 operational budget of $64 million dollars. We have
received the Certificate of Achievement for Excellence in Financial
Reporting from the Government Finance Officers Association for the past
twenty nine years.
The City's fiscal year begins on October 1 and ends on September 30.
The City provides the following services to its citizens: public safety (police
and fire), public works, parks and recreation, water and sewer utilities and
general administrative services.
The City had a total payroll of approximately $29 million covering 456
employees at September 30, 2011.
The accounting and financial reporting functions of the City are
centralized.
More detailed information on the government and its finances can be
found in the CAFR and Annual Operating Budget which can be obtained
from the city's website at �rv�rv�rv.l��c�rt�tx.�csv.
16
C. Fund Structure
The City used the following fund types and account groups in its financial
reporting for the fiscal year ended September 30, 2010:
Number of Number with
Individual Legally Adopted
Fund Tvpe/Account Group Funds Annual Budqets
General Fund 1 1
Debt Service Funds 1 1
Capital Project Funds 13 9
Enterprise Funds 5 4
Internal Service Funds 3 3
Special Revenue Funds 5 5
D. Budgetary Basis of Accounting
The City prepares its budget on a basis consistent with generally accepted
accounting principles with the exception of Capital Project Funds, which
adopt project length budgets. The city departs from GAAP in the treatment
of depreciation and encumbrances. Depreciation of fixed assets is not
recognized in proprietary fund budgets. All annual appropriations lapse at
fiscal year end. Under the City's budgetary process, outstanding
encumbrances at year end are reported as reservations of fund balances
since they do not constitute expenditures and liabilities, and the
commitments will be re-appropriated and honored the subsequent fiscal
year.
E. Federal and State Financial Assistance
The City of La Porte periodically receives funding from Federal and State
Financial Assistance programs.
F. Pension Plans
The City of La Porte's employees participate in the Texas Municipal
Retirement System. In addition, the City's volunteer firemen participate in
the State Firemen's Pension Plan.
1�
G. Component Units
The financial audit of the City of La Porte will include an audit of the La
Porte Area Water Authority, which is a blended component unit of the City.
The audit of the LPAWA will be perFormed in compliance with the laws and
regulations of the Texas Commission on Environmental Quality. The
financial statements of the Tax Investment Reinvestment Zone (La Porte
Redevelopment Authority) will be included as a special revenue fund of
the city. This entity is audited under a separate engagement. The La Porte
Development Corporation (Section 4B Sales Tax) will also be reported as
a blended component unit.
H. Joint Ventures
The City does not participate in joint ventures with other governments.
I. Magnitude of Finance Operations
The Finance Department is directed by Michael G. Dolby, Director of
Finance and it is made up of 4 divisions: Accounting, Tax, Utility Billing,
and Purchasing. The auditors will work primarily with the Controller;
however, all Division Managers are expected to have limited involvement.
The Director of Finance has 11 years of municipal governmental
experience and is a Certified Public Accountant. The remaining
managerial staff has over 40 years of collective experience in
governmental finance.
J. Computer Systems
The City's uses an ASP system for the financial system, and the financial
and accounting records are maintained by Sungard's (HTE) application,
Government Management and Budgetary Accounting (GMBA).
The Finance Department uses IBM compatible personal computers that
are networked. Most audit working papers and lead schedules are
prepared on Excel and can be accessed electronically. It is anticipated
that the auditors will have limited access into the city's financial system.
Also staff prepares the CAFR in Prosystems.
K. Internal Audit Functions
The City does not currently have an internal audit function.
Za
IV. TIME REQUIREMENTS
A. PROPOSALCALENDAR
The following is a list of key dates up to and including the date proposals
are due to be submitted:
June 16 and June 23
July 12
August 8
B. DATE AUDIT MAY COMMENCE
� �.
Advertise Request for Proposals
Open Requests for Proposals
Council Award
The audit may commence after August 8th the first year and July 15th of
each subsequent year under contract.
SCHEDULE FOR THE 2011 FISCAL YEAR AUDIT (A similar schedule
will be developed for audits of future fiscal years.)
1.
2.
K�
4.
Interim Work
The auditor shall complete all interim work by October 15th of 2011
and September 15th of each year thereafter.
Detailed Audit Plan
The auditor shall provide the City by September 15 of 2011 and
July 15 of each year thereafter, both a detailed audit plan and a
list of all schedules to be prepared by the City.
Fieldwork (Year End)
Fieldwork may commence after October 30th of each year;
however, working trial balances will not normally be available until
after November 30th of each year. The auditor shall complete all
fieldwork by January 15th.
Draft Reports
Standard: The draft report of the CAFR will be prepared by the City
of La Porte and given to the auditor's for review by January 30 of
each year.
19
D. ENTRANCE CONFERENCES, PROGRESS REPORTING AND EXIT
CONFERENCES (A similar time schedule will be developed for audits of
future fiscal years if the City exercises its option of additional audits.)
At a minimum, the following conferences should be held by the dates
indicated.
UJ[�.T•�i
Sept 15 Entrance conference with the Director of Finance and
all appropriate finance department personnel
The purpose of this meeting will be to discuss prior
audit problems and the interim work to be perFormed.
This meeting will also be used to establish overall
liaison for the audit and to make arrangements for
work space and other needs of the auditor.
Oct 15 Progress conference with the Director of Finance and
appropriate finance department personnel and
appropriate department heads
The purpose of this meeting will be to summarize the
results of the preliminary review and to identify the
key internal controls or other matters to be tested and
discuss the year-end audit work to be perFormed.
Dec 1 Entrance conference with the Director of Finance to
commence year-end audit work
Jan 15 Exit conference with the Director of Finance and
appropriate finance department personnel
The purpose of this meeting will be to summarize the
results of the field work and to review significant
findings.
Feb 8 Present compliance report to La Porte Area Water
Authority Board
Mar 12 Present audit report to Fiscal Affairs Committee and
City Council.
E. FINAL REPORT DUE DATES
The final reports are due on or before March 12 of each year. Date for
submission of the management letter shall be no later than March 12.
20
V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT
PREPARATION
A. FINANCE DEPARTMENT ASSISTANCE
The auditors will coordinate their efforts with the Director of Finance to
determine possibilities for fee reduction through utilizing available financial
and clerical staff and will endeavor to accomplish the audit on a phased
basis throughout the year to reduce the year-end workload on the
government's financial activities. The finance department staff and
responsible management personnel will be available during the audit to
assist the firm by providing information, documentation and explanations.
The preparation of confirmations will be the responsibility of the City.
B. STATEMENTS AND SCHEDULES TO BE PREPARED BY CITY STAFF
The accounting staff will prepare the necessary "Prepared by Client
(PBC's)" working papers normally required for the annual audit. A list of
working papers to be prepared by the City must be submitted, in writing, to
the City on or before July 15, of each year together with adequate
explanatory detail as to the purpose of the working papers as well as
method of preparing the working papers.
Most working papers and all lead schedules are prepared on Microsoft
Office Excel 2007 by the Finance Department.
C. WORK AREA, TELEPHONES, PHOTOCOPYING, AND INTERNET
ACCESS
The City will provide the auditor with reasonable work space, desks and
chairs. The auditor will also be provided with access to one telephone
line, photocopying and internet access.
D. REPORT PREPARATION
The City has traditionally prepared the CAFR and reserves the right to
prepare the draft and final versions of the CAFR, and to be responsible for
the printing.
Audit reports are to be addressed to the Honorable Mayor, City Council
and City Manager, City of La Porte, Texas.
21
The proposal should include the preparation of the financial statements,
notes and all required supplementary schedules of the CAFR, including
the typing of the camera-ready master copy of the entire CAFR, as a
separately listed item, to be elected at the City's option (Option A).
VI. PROPOSAL REQUIREMENTS
A. GENERAL REQUIREMENTS
1. Inquiries
Inquiries concerning the request for proposals must be made to:
Susan Cream, Purchasing Manager
2963 N. 23 Street
La Porte, Texas 77571
creams@laportetx.gov
(281) 471-5123
Contact with personnel of the City or City Council, other than
the Purchasing Manager regarding this request for proposals
may be grounds for elimination from the selection process.
2. Submission of Proposals
To achieve a uniform review process and obtain the maximum
degree of comparability, it is required that proposals be organized
in the manner specified:
a. A master copy (so marked) and six (6) copies of the
proposal to include the following:
Title Page
Title page showing the request for proposals' subject;
the firm's name; the name, address and telephone
number of a contact person; and the date of the
proposal.
ii. Table of Contents
Include a clear identification of the material by section
and by page number.
22
iii. Transmittal Letter
A signed letter of transmittal briefly stating the
proposer's understanding of the work to be done, the
commitment to perForm the work within the time
period, a statement why the firm believes it to be best
qualified to perForm the engagement and a statement
that the proposal is a firm and irrevocable offer for 90
days. Give the names of the persons who will be
authorized to make representations for the proposer,
their titles, addresses and telephone numbers.
iv. Executed copies of Proposers Schedule of
Professional Fees, Expenses, Guarantees and
Warranties, in the format as attached to this request
for proposal (Appendix A).
b. Proposers should send the completed proposal, addressed
as shown, to:
Sealed RFP#11509 - Professional Auditing Services
City of La Porte
Susan Cream, Purchasing Manager
2963 N. 23 Street
La Porte, Texas 77571
B. TECHNICAL PROPOSAL
In the transmittal section of the proposal, the proposer should address the
following subjects.
1. General Requirements
The purpose of the technical proposal is to demonstrate the
qualifications, competence and capacity of the firms seeking to
undertake an independent audit of the City in conformity with the
requirements of this request for proposals. As such, the substance
of proposals will carry more weight than their form or manner of
presentation. The technical proposal should demonstrate the
qualifications of the firms and of the particular staff to be assigned
to this engagement. It should also specify an audit approach that
will meet the request for proposal requirements.
23
The technical proposal should address all the points outlined in the
request for proposals. The proposal should be prepared simply
and economically, providing a straightforward, concise description
of the proposer's capabilities to satisfy the requirements of the
request for proposals. While additional data may be presented, the
following subjects, items Nos. 2 through 10, must be included.
They represent the criteria against which the proposal will be
evaluated.
2.
3.
4.
Independence
The firm should provide an affirmative statement that it is
independent of the City as defined by generally accepted auditing
standards (GAAS) and. General Accounting Office's Government
Auditing Standards (GAGAS).
The firm also should provide an affirmative statement that it is
independent of all the component units of the City as defined by
those same standards.
The firm should also list and describe the firm's (or proposed
subcontractors') professional relationships involving the City or any
of its component units for the past five (5) years, together with a
statement explaining why such relationships do not constitute a
conflict of interest relative to perForming the proposed audit.
In addition, the firm shall give the City written notice of any
professional relationships entered into during the period of this
agreement.
License to Practice in Texas
An affirmative statement should be included indicating that the firm
and all assigned key professional staff are properly licensed to
practice accounting in Texas.
Firm Qualifications and Experience
The proposal should state the size of the firm, the size of the firm's
governmental audit staff, the location of the office from which the
work on this engagement is to be perFormed. Also, the number and
nature of the professional staff to be employed in this engagement
on a full-time basis and the number and nature of the staff to be so
employed on a part-time basis.
The firm is also required to submit a copy of the report on its most
recent external quality control review, with a statement whether that
quality control review included a review of specific government
engagements.
24
The firm shall also provide information on the results of any federal
or state desk reviews or field reviews of its audits during the past
three (3) years. In addition, the firm shall provide information on
the circumstances and status of any disciplinary action taken or
pending against the firm during the past three (3) years with state
regulatory bodies or professional organizations.
5. Partner, Supervisory and Staff Qualifications and Experience
The firm should identify the principal supervisory and management
staff, including engagement partners, managers, other supervisors
and specialists, who would be assigned to the engagement and
indicate whether each such person is licensed to practice as a
certified public accountant in Texas. The firm also should provide
information on the government auditing experience of each person,
including information on relevant continuing professional education
for the past three (3) years and membership in professional
organizations relevant to the perFormance of this audit.
The firm should provide as much information as possible regarding
the number, qualifications, experience and training, including
relevant continuing professional education, of the specific staff to
be assigned to this engagement. The firm also should indicate how
the quality of staff over the term of the agreement would be
assured.
The proposer should identify the extent to which staff to be
assigned to the audit reflect the City's commitment to diversity.
Audit personnel may be changed at the discretion of the proposer
provided that replacements have substantially the same or better
qualifications or experience.
6. Prior Engagements with the City of La Porte
The firm should list separately all engagements within the last five
years, ranked on the basis of total staff hours, by type of
engagement (i.e., audit, management advisory services, other).
For each engagement, the firm should indicate the scope of the
work, date, engagement partners, total hours, the location of the
firm's office from which the engagement was perFormed, and the
name and telephone number of the principal client contact.
25
7. Similar Engagements with Other Government Entities
For the firm's office that will be assigned responsibility for the audit,
list the most significant engagements (minimum of 5) perFormed in
the last five (5) years that are similar to the engagement described
in this request for proposals.
Indicate the scope of work, date, engagement partners and total
hours for each engagement. In order to request references, please
provide principal client contact name, telephone number and email
address.
8. Specific Audit Approach
The proposal should set forth a work plan, including an explanation
of the audit methodology to be followed, to perForm the services
required in Section II of this request for proposals.
Proposers will be required to provide the following information on
their audit approach:
a. Proposed segmentation of the engagement;
b. Level of staff and number of hours to be assigned to each
proposed segment of the engagement;
c. Sample sizes and the extent to which statistical sampling is
to be used in the engagement;
d. Extent of use of EDP software in the engagement;
e. Type and extent of analytical procedures to be used in the
engagement;
f. Approach to be taken in determining laws and regulations
that will be subject to audit test work;
g. Approach to be taken in drawing audit samples for purposes
of test of compliance.
h. Approach to be taken to gain and document an
understanding of the city's internal control structure.
9. Scope of Required Services
Clearly describe the scope of the required services to be provided.
The auditors shall familiarize themselves with and comply with the
provisions of any and all federal and state statutes; bond
covenants; administrative code and orders; rules and regulations
that may pertain to the work required in the engagement.
26
Additionally, the auditors shall review the CAFR, to assure that
appropriate Generally Accepted Accounting Standards have been
followed in its preparation to increase its chances of receiving the
Government Finance Officers Association's Certificate of
Excellence in Financial Reporting Award. Although the award is
not guaranteed, the auditor will perform sufficient prudent review of
our CAFR.
10. Identification of Anticipated Potential Audit Problems
The proposal should identify and describe any anticipated potential
audit problems, the firm's approach to resolving these problems
and any special assistance that will be requested from the City.
11. Report Format
The proposal should include sample formats for required reports.
C. NOT TO EXCEED FEE PROPOSAL
The format established in Appendix A will be used to capture the costs
portion of the proposal. Please submit Appendix A in a separate sealed
envelope and clearly marked with RFP number and description.
The City will not be responsible for expenses incurred in preparing and
submitting the technical proposal or the not to exceed fee proposal. Such
costs should not be included in the proposal.
The not to exceed fee proposal should include the following information:
a. Name of Firm;
b. Certification that the person signing the proposal is entitled to
represent the firm, empowered to submit the proposal and
authorized to sign a contract with the City of La Porte.
c. A total all-inclusive Not To Exceed Fee for auditing services for
each of the fiscal years ending September 30, 2011, 2012, and
2013. Identify the fee for out-of pocket expenses, if any, separately
from the fee for audit services.
d. A total all-inclusive Not to Exceed Fee for the preparation of a
camera-ready master copy of the CAFR, excluding the Letter of
Transmittal (Option A).
27
VII. EVALUATION PROCEDURES
A. REVIEW OF PROPOSALS
The City reserves the right to retain all proposals submitted, and to use
any idea in a proposal regardless of whether that proposal is selected.
B. EVALUATION CRITERIA
The selection committee will evaluate all proposals that are submitted.
Selection ratings will be based on 100-point scale. Ranking will be
reflected as below:
Item Criteria Points
1 Demonstrated technical expertise and experience 30
2 Adequacy of staffing, sampling techniques, analytical 25
procedures, etc.
3 References and qualifications 25
4 Completeness and conformity of the reply of the RFP 10
5 Cost 10
Total 100
C. ORAL PRESENTATIONS
During the evaluation process, the Fiscal Affairs Committee may, at its
discretion, request any one or all firms to make oral presentations. Such
presentations will provide firms with an opportunity to answer any
questions the Fiscal Affairs Committee may have on a firm's proposal.
Not all firms may be asked to make such oral presentations.
D. FINAL SELECTION
The City will select a firm based upon the recommendation of the Fiscal
Affairs Committee and approval of the La Porte City Council. The City
reserves the right to conduct pre-contract negotiations with the most
successful proposer.
It is anticipated that a firm will be selected by August 8, 2011. Following
notification of the firm selected it is expected a contract will be executed
between both parties by August 9, 2011.
28
E. RIGHT TO REJECT PROPOSALS
Submission of a proposal indicates acceptance by the firm of the
conditions contained in this request for proposals unless clearly and
specifically noted in the proposal submitted and confirmed in the contract
between the City and the firm selected.
The City reserves the right to conduct personal interviews of all proposers prior to
selection. The City will not be liable for any costs incurred by the proposer in
connection with such interview (i.e., travel, accommodations, etc.) The City reserves
the right, without prejudice to reject any or all proposals, and in its sole discretion, to
accept the proposal it considers most favorable to the City's interest. The City further
reserves the right to reject all proposals and seek new proposals when such procedure
is reasonable and in the best interest of the City.
29
APPENDIX A
SCHEDULE OF PROFESSIONAL FEES, EXPENSES
GUARANTEES AND WARRANTIES
FOR PROFESSIONAL AUDITING SERVICES
PaRT 1— Annual Not To Exceed Fee for the completion of the base financial audit, as outlined
and described in Section II, B, C and D.
For Year Ending September 30, 2011
Hours
Partners
Managers
Supervisory staff
Staff
Subtotal Part 1
Out-of-Pocket expenses:
Meals and lodging
Transportation
Arbitrage Reporting
Other (specify):
Other (specify):
Other (specify):
Hourly
Rates
$
$
$
$
Total
$
$
$
$
Total for Part 1—(annual all-inclusive Not to Exceed Fee) $
Annual all-inclusive Not to Exceed Fee for 2012
Annual all-inclusive Not to Exceed Fee for 2013
Annual all-inclusive Not to Exceed Fee for 2014
Annual all-inclusive Not to Exceed Fee for 2015
Annual all-inclusive Not to Exceed Fee for 2016
$
$
$
$
$
30
APPENDIX A, CONTINUED
PART 2— Not to Exceed Fee for completion of any items in Section II E that will be
charged separately.
For Year Ending September 30, 2011
Nature of Service to be Provided
Price
Total for Part 2
Annual Not to Exceed Fee for 2012
Annual Not to Exceed Fee for 2013
Annual Not to Exceed Fee for 2014
Annual Not to Exceed Fee for 2015
Annual Not to Exceed Fee for 2016
Total
$
$
$
$
$
$
31
APPENDIX A, CONTINUED
PART 4— Guarantees and Warranties
GUARANTEES
The proposer certifies it can and will provide and make available, at a minimum, all
services set forth in Section II, Nature of Services Required.
WARRANTIES
A. Proposer warrants that it is willing and able to comply with State of Texas laws
with respect to foreign (non-state of Texas) corporations.
B. Proposer warrants that it is willing and able to obtain an errors and omissions
insurance policy providing a prudent amount of coverage for the willful or
negligent acts, or omissions of any officers, employees or agents thereof.
C. Proposer warrants that it will not delegate or subcontract its responsibilities under
an agreement without the express prior written permission of the City.
D. Proposer warrants that it is willing and able to meet required dates and report
deadlines.
E. Proposer warrants that all information provided by it in connection with this
proposal is true and accurate.
Signature of Official:
Name (typed):
Title:
Firm:
Date:
32