Loading...
SR 12-12-2023 5C City Council Report City Council Meeting: December 12, 2023 Agenda Item: 5.C 1 of 5 To: Mayor and City Council From: Gigi Decavalles-Hughes, Director, Finance Department, Financial Operations Subject: Award RFP and enter into Agreement with Lance Soll & Lunghard LLP for Professional Auditing Services Recommended Action Staff recommends that the City Council: 1. Award RFP# 377 to Lance Soll & Lunghard LLP, a California-based company for professional external auditing services; and 2. Authorize the City Manager to negotiate and execute a three-year agreement with a two-year option with Lance Soll & Lunghard LLP, for a total amount not to exceed $958,936 over a five-year period, with future year funding contingent on Council budget approval. Costs for the first year of the agreement will not exceed $180,620; each year thereafter contains an annual increase of 3%. Summary The City is beginning the final year of a 3-year contract extension with independent external auditors Lance, Soll & Lunghard (LSL) CPAs. In August 2023, staff issued a Request for Proposals for professional auditing services for fiscal years 2023-24 through 2027-28. Following an evaluation process that included staff and a member of the Audit Subcommittee (Subcommittee), staff is recommending that Council enter into a contract with Lance Soll & Lunghard LLP (LSL) for a three-year agreement with a two- year option. The Subcommittee approved the recommendation with a 4-0 vote. Discussion The City engages an independent auditing firm to perform an examination of the City’s basic financial statements, Big Blue Bus Fund financial statements, Air Quality 5.C Packet Pg. 97 2 of 5 Improvement Program, and the City’s Schedule of Expenditures of Federal Awards (Single Audit). The independent auditor also performs agreed-upon procedures to test and report on the City’s GANN appropriation limit calculation. On March 31, 2016, the City entered into a 5-year contract with independent audit firm Lance, Soll & Lunghard (LSL) CPAs. On October 6, 2020, the contract was extended for an additional 3 years. Fiscal year 2022-23 is the final year of the three-year extension. As required by the City Charter, financial statements are prepared by the City and audited by its independent auditors. The City selected its current independent auditor through a competitive procurement process that included a member of the Audit Subcommittee as part of the selection committee. On August 30, 2023, the City issued a Request for Proposals for Professional Auditing Services on the City’s OpenGov system for fiscal years 2023-24 through 2027-28. Eleven prospective vendors downloaded the RFP, and eight auditing firms responded. LSL was selected by the evaluation committee based on technical knowledge, emphasis on time management and deadlines, and the ability to provide valuable insight related to best practices. Established in 1929, LSL is a California-based certified public accounting firm that specializes in government audits and is known as an industry expert at the local, state and federal level. Staff recommends awarding an agreement with LSL for auditing services. The first year cost is anticipated at $180,620, with a 3% increase each year thereafter. The agreement is for a not-to-exceed amount of $958,936 for five years, including a two- year option. Costs will be allocated to various funds, where an audit is required. 5.C Packet Pg. 98 3 of 5 Vendor Selection On August 30, 2023, staff issued a Request for Proposal (RFP) to seek qualified certified public accounting (CPA) firms to audit its financial statements for the fiscal years 2023-24 through 2027-28. The RFP was posted on the City’s on-line bidding site, and it was posted on the California State Municipal Finance Officers portal. Eleven prospective vendors downloaded the RFP, and eight firms submitted proposals.    Bidder Recommendation Best Qualified Firm Lance Soll & Lunghard LLP Evaluation Criteria Interview, ability to meet project work plan / timelines, Experience, Value added – breadth of service, Stability / references, Quality control, Cost of services and cost control. Municipal Code SMMC 2.24.190 RFPs Received Badawi and Associates  Clifton Larson Allen, LLP  Eide Bailly, LLP  Lance, Soll, & Lunghard, LLP   Macias, Gini, & O’Connell, LLP   The Pun Group, LLP  Singer Lewak, LLP  Vasquez & Company, LLP RFP Data Posted On Posted On Advertised In (City Charter & SMMC) Vendors Downloaded Date Publicly Opened 8/30/2023 City's Online Bidding Site Santa Monica Daily Press 23 10/3/2023 Justification to Award Based on the initial review of proposals informed by the evaluation criteria described above and criteria in SMMC 2.24.190, the evaluation committee selected three auditing firms that were unfamiliar to the City as well as our current auditor, LSL, to interview in October 2023.  As a result of this process, the evaluation committee recommended to the Audit Subcommittee Lance Soll & Lunghard, LLP (LSL), the current auditor, as the best bidder to be retained to provide auditing services for the City of Santa Monica. Because LSL has already been performing this service for the City for eight years, the selection team was concerned about not rotating auditors at this juncture. During their presentation, LSL proposed changing the entire audit team except for the partner to give them a new perspective on the City’s audit. The current partner would be replaced by a different partner after three years due to the firm’s policy of rotating partners for client 5.C Packet Pg. 99 4 of 5 agencies every five years and the concurring partner would take their place. The selection committee looked at best practices regarding the rotation of auditing firms. Agencies contacted by staff noted that they rotated their auditors every 5 to 10 years. Additionally, Assembly Bill 1345 requires the audit partner of a firm to rotate every 6 years. Finally, staff consulted the City’s internal auditor, Moss Adams, for its view on awarding the contract to LSL. Moss Adams was comfortable with the retention of LSL considering the change in audit personnel.      The selection committee suggested that a set of performance guidelines be issued by the City for LSL and that an evaluation of the performance of the auditors be conducted annually upon completion of the audit and feedback provided to LSL.   Environmental Review The agreement is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15061(b)(3) (Common Sense Exemption) of the CEQA Guidelines. The award agreement is covered by the commonsense exemption which states that CEQA does not apply, “where it can be seen with certainty that there is no possibility that the activity in question may have a significant effect on the environment.” The award agreement will provide audit services to the City. Therefore, it can be seen with certainty that the agreement would not result in adverse physical impacts on the environment, and as such, is exempt from CEQA. Financial Impacts and Budget Actions Staff seeks authority to approve available funding from various funds to award an agreement with Lance Soll & Lunghard LLP for professional auditing services. Agreement Request FY 2023-24 Request Amount Amount for Future Years FY 2023-24 Budget Department Accounts # Total Contract Amount $180,620 $778,316 Various accounts $958,936 5.C Packet Pg. 100 5 of 5 Future year funding is subject to Council budget approval. Prepared By: Randy Chow, Financial Reporting Supervisor Approved Forwarded to Council Attachments: A. OAKS Initiative Form B. Staff Report #7199 - February 23, 2016 Council Meeting 5.C Packet Pg. 101 CITY OF SANTA MONICA OAKS INITIATIVE DISCLOSURE FORM In order to facilitate compliance with the requirements of the Oaks Initiative, the City compiles and maintains certain information. That information includes the name of any person or persons who is seeking a “public benefit.” If the “public benefit” is sought by an entity, rather than an individual person, the information includes the name of every person who is: (a) trustee, (b) director, (c) partner, (d) officer, or has (e) more than a ten percent interest in the entity. Public benefits include: 1.Personal services contracts in excess of $25,000 over any 12-month period; 2.Sale of material, equipment or supplies to the City in excess of $25,000 over a 12- month period; 3.Purchase, sale or lease of real property to or from the City in excess of $25,000 over a 12- month period; 4.Non-competitive franchise awards with gross revenue of $50,000 or more in any 12-month period; 5.Land use variance, special use permit, or other exception to an established land use plan, where the decision has a value in excess of $25,000; 6.Tax “abatement, exception, or benefit” of a value in excess of $5,000 in any 12- month period; or 7.Payment of “cash or specie” of a net value to the recipient of $10,000 in any 12- month period. Name(s) of persons or entities receiving public benefit: Lance, Soll & Lunghard, LLP Name(s) of trustees, directors, partners, and officers: Bryan Gruber, Dave Myers, Don Slater, Maria Arriola, Yana Weaver, Pam Bustos, Mike Agresti, Adam Odom, Gail Gray, Brandon Young, Lisa Favor, Ryan Domino, Kelly Telford, Jeff Boxx, Jocelyn Potter Name(s) of persons with more than a 10% equity, participation, or revenue interest: Prepared by: Title: Signature: Date: Email: Phone: FOR CITY USE ONLY: Bid/PO/Contract # Permit # Bryan Gruber, Dave Myers, Maria Arriola, Yana Weaver, Pam Bustos, Mike Agresti Brandon Young Partner November 9, 2023 brandon.young@lslcpas.com (714)672-0022 5.C.a Packet Pg. 102 Attachment: OAKS Initiative Form (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for Professional Auditing Services) City Council Report City Council Meeting: February 23, 2016 Agenda Item: 3.F 1 of 5 To: Mayor and City Council From: Gigi Decavalles-Hughes, Director, Finance Department, Financial Operations Subject: Professional Auditing Services for the City of Santa Monica Recommended Action Staff recommends that the City Council: 1. Award RFP# 62 to Lance, Soll & Lunghard, LLC, a California -based company for professional external auditing services; and 2. Authorize the City Manager to negotiate and execute a five -year agreement with Lance, Soll & Lunghard, LLC, for a total amount not to exceed $779,175 over a five-year period, with future year funding contingent on Council budget approval. Costs for the first year of the agreement will not exceed $149,725; each year thereafter contains an annual increase of 2%. Executive Summary According to the City Charter, the City is required to contract with an independent qualified accountant to complete a year end audit. The contract with the City’s current independent external auditor expires in May 2016. In October 2015, staff issued a Request for Proposals for professional external auditing services for fiscal years 2015 - 16 through 2019-20. Following an evaluation process that included staff and members of the Audit Subcommittee (Subcommittee), staff recommended Lance, Soll and Lunghard, LLP (LSL) as the best proposal to the Subcommittee. The Subcommittee approved the recommendation and authorized staff to present the recommendation to Council with a 4-0 vote, with Committee Member Vasquez absent. Staff recommends that the City pursue a five-year agreement with LSL, for a total amount not to exceed $779,175. Background As required by Section 1516 of the City Charter, a year-end independent audit is required by a qualified accountant to examine the City’s books, records, inventories and 5.C.b Packet Pg. 103 Attachment: Staff Report #7199 - February 23, 2016 Council Meeting (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for 2 of 5 reports as directed by City Council. At the end of the year, a final audit and report shall be submitted by such accountant to the City Council, City management, and the general public. Discussion The City engages an independent auditing firm to perform an examination of the City’s basic financial statements, Big Blue Bus Fund financial statements, Air Quality Improvement Program, and the City’s Schedule of Expenditures of Federal Awards (Single Audit). The independent auditor also performs agreed -upon procedures to test and report on the City’s GANN appropriation limit calculation. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. The audit also includes evaluating the overall presentation of the financial statements and evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management. The objective of the audit is to express an opinion as to whether these f inancial statements are fairly presented in all material respects in conformity with all applicable accounting standards generally accepted in the United States of America and as promulgated by the American Institute of Certified Public Accountants (AICPA), the standards applicable to financial audits contained in Government Auditing Standards issued by the Comptroller General of the United States, and the U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local Governments and Non-Profit Organizations. The City’s contract with its current independent auditor, Macias, Gini and O’Connell, LLP (MGO), ends in May 2016 for audit services related to FY 2014-15. Upon Council’s approval, staff will work to execute a contract swiftly to initiate the strategic planning of the audit to ensure reporting deadlines are met and the required auditor communications with Council, the Audit Subcommittee, and management. Staff anticipates that the selected auditor will be present at the April Audit Subcommittee meeting to discuss planning and communication. 5.C.b Packet Pg. 104 Attachment: Staff Report #7199 - February 23, 2016 Council Meeting (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for 3 of 5 Vendor/Consultant Selection On October 29, 2015, staff issued a Request for Proposals to seek qualified certified public accounting (CPA) firms to audit its financial statements for the fis cal years 2015- 16 through 2019-20. The RFP was posted on the City’s on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. 245 vendors were notified, 25 prospective vendors downloaded the RFP, and 6 firms submitted proposals. Vendor The Pun Group, LLP Brown Armstrong Accountancy Corp Vavrinek, Trine, Day & Co, LLP Lance, Soll & Lunghard, LLP Vasquez & Company LLP Macias, Gini, & O’Connell, LLP An evaluation committee, consisting of two financial experts from the Audit Subcommittee and staff from the Finance, Big Blue Bus, and Housing and Economic Development departments, reviewed and evaluated the six proposals. The evaluation criteria, developed by staff with assistance from the City’s internal auditor, included experience, ability to meet project work plan/timelines, quality control, cost of services, stability/references, and value added, defined as the contractor’s ability to provide insight and information related to new accounting standards or industry best practices and ability to effectively communicate information to management and the Audit Subcommittee, and provide technical training or resources. Based on the initial review of proposals, the evaluation committee shortlisted four firms and interviewed the three firms that were unfamiliar to the City on January 13, 2016. As a result of this process, the evaluation committee recommended LSL to provide auditing services for the City of Santa Monica. Staff presented the recommendation to the Audit Subcommittee on January 19, 2016 (Attachment A). The Audit Subcommittee approved the evaluation committee’s recommendation by a vote of 4 -0, with Committee Member 5.C.b Packet Pg. 105 Attachment: Staff Report #7199 - February 23, 2016 Council Meeting (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for 4 of 5 Vasquez absent, and authorized staff to present its recommendation to the full Council for award of contract. Established in 1929, LSL is a California-based CPA firm that specializes in government audits and is known as an industry expert at the state and federal level. LSL was selected based on the technical knowledge of the partners and managers to be assigned to the engagement; their emphasis on time management, planning, and realizing deadlines; and their ability to provide valuable insight and information related to new accounting standards, industry best practices, and unusual accounting transactions throughout the process. They were the highest ranked proposal and on average to the other proposals their cost is comparable. Financial Impacts and Budget Actions The total cost of auditing services is $149,725 per year with a 2% increase each year, for a total not-to-exceed amount of $779,175 during the five-year term of the professional services agreement from FY 2015-16 to FY 2019-20. Costs will be allocated to the City’s General Fund, the Big Blue Bus Fund, the Air Quality Management District (AQMD) Fund, and other programs where an audit is required for funding. Future year funding is subject to Council budget approval. Prepared By: Stephanie Manglaras, Accounting Manager Approved Forwarded to Council Attachments: A. January 19, 2016 Audit Committee Staff Report 5.C.b Packet Pg. 106 Attachment: Staff Report #7199 - February 23, 2016 Council Meeting (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for 5 of 5 B. Public comments 5.C.b Packet Pg. 107 Attachment: Staff Report #7199 - February 23, 2016 Council Meeting (5888 : Award Agreement to Lance Soll & Lunghard LLP RFP for