agenda item summary - port st. lucie city council

96
PORT ST. LUCIE CITY COUNCIL AGENDA ITEM SUMMARY Meeting Date: August 27, 2018 Agenda Item #:7M PLACEMENT: Consent Agenda ACTION REQUESTED: Motion / Vote AWARD CONTRACT #20180184 FOR AUDITING SERVICES. SUBMITTED BY: Lenora Sevillian, MBA,CIPP,CPPP,CPCM, Division Director, PMD. STRATEGIC PLAN LINK: The City ' s Mission to be financially responsible. SUMMARY BRIEF (Agreements/Contracts only) 1. Prepared by: Lenora Sevillian, MBA,CIPP,CPPP,CPCM, Division Director, PMD. 2. Parties: City of Port St. Lucie and Carr, Riggs & Ingram, LLC. 3. Purpose: To complete the audits necessary to prepare the comprehensive annual financial reports (CAFR). 4. New/Renewal/Modified: New. 5. Duration: Five (5) year contract with no option to renew. 6. Benefits to Port St. Lucie: It is a best practice to rotate auditors every five (5) years and a statutory requirement to prepare a comprehensive financial audit (CAFR) each year. The audit provides an assurance to our citizens that the City is being fiduciarily responsible and financially transparent. 7. Cost to Port St. Lucie (Annual and Potential): Total contract value is $469,000.00 for yearly rates. Please refer to the chart below for the cost outline per year. PRESENTATION INFORMATION: N/A. STAFF RECOMMENDATION: Move that the Council award Contract #20180184 for Auditing Services and enter into a contract with Carr, Riggs & Ingram, LLC., for the completion of the City's annual financial audits for the next five fiscal years. ALTERNATE RECOMMENDATIONS: 1. Move that the Council amend the recommendation and award Contract #20180184. 2. Move that the Council not approve Contract #20180184 and provide staff with direction. BACKGROUND: As a governmental agency we must adhere to statutory requirements to audit all financial activity. Under the direction of the City Manager the Finance Management Department prepares a comprehensive annual financial report (CAFR) each year. The audit firm will perform an Council Agenda Memorandum (Contracts/Agreements) V 3.5

Upload: khangminh22

Post on 30-Jan-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

PORT ST. LUCIE CITY COUNCILAGENDA ITEM SUMMARY

Meeting Date: August 27, 2018

Agenda Item #:7M

PLACEMENT: Consent Agenda

ACTION REQUESTED: Motion / Vote

AWARD CONTRACT #20180184 FOR AUDITING SERVICES.

SUBMITTED BY: Lenora Sevillian, MBA,CIPP,CPPP,CPCM, Division Director, PMD.

STRATEGIC PLAN LINK: The City' s Mission to be financially responsible.

SUMMARY BRIEF (Agreements/Contracts only)1. Prepared by: Lenora Sevillian, MBA,CIPP,CPPP,CPCM, Division Director, PMD.

2. Parties: City of Port St. Lucie and Carr, Riggs & Ingram, LLC.

3. Purpose: To complete the audits necessary to prepare the comprehensive annual financialreports (CAFR).

4. New/Renewal/Modified: New.

5. Duration: Five (5) year contract with no option to renew.

6. Benefits to Port St. Lucie: It is a best practice to rotate auditors every five (5) years and a

statutory requirement to prepare a comprehensive financial audit (CAFR) each year. The audit

provides an assurance to our citizens that the City is being fiduciarily responsible and financiallytransparent.

7. Cost to Port St. Lucie (Annual and Potential): Total contract value is $469,000.00 for yearlyrates. Please refer to the chart below for the cost outline per year.

PRESENTATION INFORMATION: N/A.

STAFF RECOMMENDATION: Move that the Council award Contract #20180184 for Auditing Services

and enter into a contract with Carr, Riggs & Ingram, LLC., for the completion of the City's annual

financial audits for the next five fiscal years.

ALTERNATE RECOMMENDATIONS:1. Move that the Council amend the recommendation and award Contract #20180184.2. Move that the Council not approve Contract #20180184 and provide staff with direction.

BACKGROUND: As a governmental agency we must adhere to statutory requirements to audit allfinancial activity. Under the direction of the City Manager the Finance Management Department

prepares a comprehensive annual financial report (CAFR) each year. The audit firm will perform an

Council Agenda Memorandum (Contracts/Agreements) V 3.5

annual examination of the basic financial statements, evaluate internal controls, assess risk, and

report if the City is following the generally accepted accounting principles in the United States.

An RFP (E-Bid) was issued on July 20, 2018 to fourteen (14) plan holders. There were six (6) proposals

received on August 6, 2018.

ISSUES/ANALYSIS: Staff has reviewed the proposals and tabulated the scores from the evaluation

committee. Staff finds that the highest ranked firm Carr, Riggs & Ingram, LLC. provides the best

value to the City. In the event of an unsuccessful contract negotiation process, the City reserves the

right to negotiate with the second highest ranked firm, Moore Stephens Lovelace, P.A.

FINANCIAL INFORMATION: Funds are appropriated for auditing services in the adopted FY2018-19

budget, an allocated fund #0011300-532000-00000, 104419-532000-00000, 1102405-532000-

00000, 1165510-532000-00000, 1185910-532000-00000, 1195510-532000-00000, 4014199-

532000-00000, 4311340-532000-00000.

SPECIAL CONSIDERATION: N/A.

LOCATION OF PROJECT: N/A.

ATTACHMENTS:

1. Cost Proposal Tabulation Report.

2. Evaluation Score Sheets.

3. Contract.

4. Recommended Proposal.

5. RFP Documents.

6. Unsuccessful Proposals.

NOTE: All of the listed items in the "Attachment" section above are in the custody of the City Clerk. Any item(s) notprovided in City Council packets are available upon request from the City Clerk.

SUBMITTAL DATE: August 17, 2018

LEGAL SUFFICIENCY REVIEW:

Reviewed by Ella Gilbert, Deputy City Attorney, August 20, 2018. Approved as to legal form a

sufficiency by James D. Stokes, Interim City Attorney.

ROUTING:

1. Department requesting Agenda Item: Financial Management Department

tA---'L RECEIVED

APPROVAL(S):

1. Department preparing Agenda Item: Procurement Management Director Lenora Sevillian

2.Secondary Department Approval: Chief Financial Officer Jeff Snyder

3.City Manager's Office: David Grah, A stpnt Cjty Manager .

4.City Manager: Russ Blackburn

AUG 1 7 2018

Council Agenda Memorandum (Contracts/Agreements) V 3.5

CITY MANAGER'S OFFICE

CITY OF PORT ST. LUCIEPROCUREMENT MANAGEMENT DEPARTMENT

REQUEST FOR PROPOSAL (RFP) #20180184AUDITING SERVICES

COST PROPOSAL ( YEARLY)

YEARLY RATES INCLDING ALL REIMBURSABLES

COMPANY NAMEYEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 TOTAL (5 YEARS) *GRAND TOTAL

CARR, RIGGS & INGRAM, LLC. $92,000.00 $92,000.00 $95,000.00 $95,000.00 $95,000.00 $469,000.00 $469,725.00

DIBARTOLOMEO, MCBEE, HARTLEY & BARNES, P.A. $112,000.00 $112,000.00 $114,000.00 $116,000.00 $118,000.00 $572,000.00 $572,490.00

MARCUM, LLP $110,000.00 $113,000.00 $116,700.00 $120,200.00 $123,800.00 $583,700.00 $584,530.00

JAMES MOORE & CO., P.L. $87,000.00 $90,000.00 $93,000.00 $96,000.00 $99,000.00 $465,000.00 $465,875.00

MOORE STEPHENS LOVELACE, P.A. $98,000.00 $98,000.00 $98,000.00 $98,000.00 $98,000.00 $490,000.00 $490,895.00

MAULDIN & JENKINS, LLC $99,900.00 $101,900.00 $103,900.00 $105,900.00 $108,000.00 $519,600.00 $520,320.00

PROCUREMENT MANAGEMENT DEPARTMENTCONSOLIDATED SCORE SHEET

Scorinq Criteria

A FIRM EXPERIENCEJS-FINANCEDG-ADMINISTRATIONTO-FINANCECD-ADVISORYRP-ADVISORY

B ASSIGNED STAFF EXPERIENCEJS-FINANCEDG-ADMINISTRATIONTO-FINANCECD-ADVISORYRP-ADVISORY

C UNDERSTANDING OF PROJECT SCOPEJS-FINANCEDG-ADMINISTRATIONTO-FINANCECD-ADVISORYRP-ADVISORY

D PRICEJS-FINANCEDG-ADMINISTRATIONTO-FINANCECD-ADVISORYRP-ADVISORY

E ACCEPTS P-CARDJS-FINANCEDG-ADMINISTRATIONTO-FINANCECD-ADVISORYRP-ADVISORY

F LOCATION OF FIRMJS-FINANCEDG-ADMINISTRATION

TO-FINANCECD-ADVISORYRP-ADVISORY

1 PROPOSER #1 PROPOSER #2 PROPOSER #3 PROPOSER #4 PROPOSER #5 PROPOSER #6

DiBartolomeo,

MooreCarr, Riggs &

Mauldin &

James MooreIngram, LLC McBee, Hartley & Marcum, LLP

Jenkins, LLC

& Co., P.L.

StephensBarnes, P.A.

Lovelace, P.A.

Max.Points

2525 12 25 25 20 2510 7 18 25 19 1224 21 24 23 22 2420 5 15 10 10 2225 10 20 23 20 23

20.80 11.00 20.40 21.20 18.20 21.2025

22 12 25 22 20 2521 24 18 23 25 2523 22 24 23 24 2320 10 10 10 15 2025 10 23 23 20 25

22.20 15.60 20.00 20.20 20.80 23.6025

24 12 25 24 23 2525 24 25 20 25 2523 23 24 22 24 2425 10 20 10 20 2523 15 20 25 23 24

24.00 16.80 22.80 20.20 23.00 24.6015

14.9 12.2 11.9 13.4 15 14.215 12 12 12 15 1415 12 12 13 15 14

14.9 12.2 11.9 13.4 15 14.213 12 11 13 14 14

14.56 12.08 11.76 12.96 14.80 14.085

55555

55555

55555

55555

55555

55555

5.00 5.00 5.00 5.00 5.00 5.005

5 5 0 0 0 05 5 4 2 2 35 5 4 3 3 45 5 0 0 0 05 5 1 2 2 3

Sealed Electronic Proposal #20180184SRFP-Bid

AUDITING SERVICES

5.00

5.00

1.80

1.40

1.40

1.90

TOTAL POINTS

Highest Ranking

91.56

1HIGHESTRANKED

65.48

81.76

80.96

83.20

90.38

2

100

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Carr, Riggs & Ingram, LLC

Scoring Criteria Points

PointsAllotted

Assigned

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

///fi-Date

Signature of Scorer

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

DiBartolomeo, McBee, Hartley & Barnes, P.A.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS 100 points

Date -/ o

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Marcum, LLP

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

Date0,

Signature of Scorer

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Mauldin & Jenkins, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

2 S-

25 points o'

25 points o'?

15 points

5 points S-

5 points

TOTAL POINTS

100 points

Date v^^ 3

Signature of Scorer

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

James Moore & Co., P.L.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

5%TOTAL POINTS

100 points

Date

Signature of Scorer

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Moore Stephens Lovelace, P.A.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

Signature of Scorer

Date

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Carr, Riggs & Ingram, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C, Understanding of Project Scope

D, Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

Signature of Scorer '%.i

Date //t

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

DiBartolomeo, McBee, Hartley & Barnes, P.A.

Scoring Criteria

A.

Firm Experience

B,

Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F

Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

77TOTAL POINTS

100 points

Signature of Scorer )^`

Date /(:--)/ /..:'i

r

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Marcum, LLP

Scoring Criteria Points

PointsAllotted

Assigned

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D,

Price

E. Accepts P-Card

F. Location of Firm

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

3

/2

Signature of Scorer

r

Date .^ / ^L')

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Mauldin & Jenkins, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points ,77

25 points

25 points ,^C d

15 points

5 points Sr

5 points

TOTAL POINTS

100 points

4 n

Signature of Scorers

Date

(%' /(J

,-

Sealed Electronic Proposal #20180184(SRFP-Did)

AUDITING SERVICES

James Moore & Co., P.L.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points / ,9

25 points 2..s

25 points Z

15 points

5 points

5 points

TOTAL POINTS

100 points

Signature of Scorer/.:

Date

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Moore Stephens Lovelace, P.A.

Scoring Criteria

A, Firm Experience

B, Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E,

Accepts P-Card

F.

Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points 2-

25 points 2S^

15 points 'V

5 points

5 points

TOTAL POINTS

100 points

J*.. i

l'

Date

Signature of Scorer

Sealed Electronic Proposal #20180184

AUDITING SERVICES

Carr, Riggs & Ingram, U U C

Scoring Criteria

\

PointsAllotted

PointsAssigned

A. Firm Experience

^^l '25 points

-1! 41

B. Assigned Staff Experience

. kb, 25 points

.C. Understanding of Project Scope 25 points

D. Price V2PIJO

15 points

E. Accepts P-Card 5 points

F. Location of Firm 5 points

I 1.1

Signature of Scorer 7;14

TOTAL POINTS

100 points

n~/11y //Date 4

Sealed Electronic Proposal #20180184

AUDITING SERVICES

D^Barto U o00eo ' McBee, Hartley & Ba y nes,P,A,

Scoring Criteria

+'~-r-

PointsAllotted

PointsAssigned

A. Firm Experience I& 25 points --

B. Assigned Staff Experience 25 points

C. Understanding of Project Scope 25 points

D,

E.

Price

Accepts P-Card

,c

. -". 15 points

5 points

F. Location of Firm 5 points

TOTAL POINTS 100 points

/, /

Signature of Scorer

77gx^Date

c09

;( f

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Marcum, LLP

Scoring Criteria

4 r.

' ; h('

Vim ,

^'" `a i rt.

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Date 8/ (/1Y

Points

PointsAllotted

Assigned

25 points

25 points

25 points

2^,1 15 points

/ 5 points

\,'/P

5 points

100 pointsTOTAL POINTS

Signature of Scorer

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Mauldin & Jenkins, LLC

Scoring Criteria

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points A3 5 points

ra.; ',(TM/i

5 points .3

A. Firm Experience

B. Assigned Staff Experience

TOTAL POINTS

100 points 89

Signature of Scorer /011

Date

8^^^ /F

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

James Moore."

&^0re ~~ Co.,=P.L.

Scoring Criteria

f pr;,

PointsAllotted

PointsAssigned

A. Firm Experience 25 points

B. Assigned Staff Experience

. 25 points

C. Understanding of Project Scope '^rs 25 points --=^^*---

0. Price0"~

`n 15 points

E. Accepts P-Card 5 points

F. Location of Firm 5 points

TOTAL POINTS

100 points

8i natune ofGcore

/

Date

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Moore Stephens Lovelace, P.A.

Scoring Criteria

00- "A.

^^A.

Firm Experience '

B

Assigned Staff Experience

C.

Understanding of Project Scope

O.

Price

E. Accepts P-Card

F.

Location of Firm

TOTAL POINTS

PointsAllotted

25 points

25 points

25 points

15 points

5 points

5 points

100 points

TOM;PointsAssigned

Signature of Scorer 7j?&lf 4/1.4 /1/f)

Date

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Carr, Riggs & Ingram, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

0R

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

DiBartolomeo, McBee, Hartley & Barnes, P.A.

A.

Scoring Criteria

Firm Experience

PointsAllotted

25 points

PointsAssigned

B. Assigned Staff Experience 25 points

C. Understanding of Project Scope 25 points /

D. Price 15 points / 2 - Z-

E. Accepts P-Card 5 points 6

F. Location of Firm 5 points

TOTAL POINTS 100 points ^^7

Date 7)

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Marcum, LLP

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Mauldin & Jenkins, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

/O

25 points /0

25 points

/ '

15 points

13 l

5 points

5 points

TOTAL POINTS

100 points 'T O

r

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

James Moore & Co., P.L.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS

100 points

Signature of Scorer

Date

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Moore Stephens Lovelace, P.A.

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

D. Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS 100 points

Sealed Electronic Proposal #20180184(SRF '-Bid)

AUDITING SERVICES

Carr, Riggs & Ingram, LLC

Scoring Criteria

A. Firm Experience

B. Assigned Staff Experience

C. Understanding of Project Scope

Price

E. Accepts P-Card

F. Location of Firm

Points

PointsAllotted

Assigned

r

25 points

25 points

25 points 3

15 points '

5 points .C."J

5 points

TOTAL POINTS

100 points

Signature of Scorer''

/---'.-I-1,

Date /xi & i

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

DiBartolomeo, McBee, Hartley & Barnes, P.A.

Scoring Criteria

Firm Experience

Assigned Staff Experience

Understanding of Project Scope

Price

Accepts P-Card

Location of Firm

Points

PointsAllotted

Assigned

25 points C

25 points

25 points 1 )

15 points

5 points

5

5 points

5

TOTAL POINTS 100 points S 7)

Signature of Scorer

Date t) '

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Marcum, LLP

A.

Scoring Criteria

Firm Experience

PointsAllotted

25 points

PointsAssigned

C O

B. Assigned Staff Experience 25 points

C. Understanding of Project Scope 25 points 2 0

Price 15 points t.

1,--

E. Accepts P-Card 5 points

F Location of Firm 5 points

TOTAL POINTS 100 points t5

Signature of Scorer-

Date 0 /‘.51

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Mauldin & Jenkins, LLC

Scoring Criteria

Points

PointsAllotted

Assigned

A.

Firm Experience

25 points

Assigned Staff Experience

25 points 7 .-?

Understanding of Project Scope

25 points <^r

Price

15 points /3

Accepts P-Card

5 points

F.

Location of Firm

5 points

TOTAL POINTS

100 points

CI j

r-)Date <2x-Jr

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

James Moore & Co., P.L.

Scoring Criteria

Firm Experience

Assigned Staff Experience

Understanding of Project Scope

Price

Accepts P-Card

F

Location of Firm

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

TOTAL POINTS 100 points

Sealed Electronic Proposal #20180184(SRFP-Bid)

AUDITING SERVICES

Moore Stephens Lovelace, P.A.

Scoring Criteria

A.

Firm Experience

Assigned Staff Experience

Understanding of Project Scope

Price

Accepts P-Card

Location of Firm

TOTAL POINTS

Date O

Points

PointsAllotted

Assigned

25 points

25 points

25 points

15 points

5 points

5 points

100 points

Auditing Services

City of Port St. Lucie, Florida

A City for All Ages"

CITY OF PORT ST. LUCIE

Sealed Electronic Proposal #20180184(SRFP-Bid)

Auditing Services

Prepared By:Lenora Sevillian, MBA, CIPP, CPPP, CPCM

Division DirectorProcurement Management Department

121 S.W. Port St. Lucie BoulevardPort St. Lucie, FL 34984-5099

[email protected]

SRFP 20180184

Page I of38

Final

Auditing Services

City of Port St. Lucie, Florida

TABLE OF CONTENTS

Title PageInvitation to Bid 3Submittal of SRFP 4Tentative Schedule 4Evaluation of Award 5Overview 5Auditing Standards 5Scope of Work 6Other Requirements 7City Responsibility 7Deliverables 8Present to City Council 8Additional Services 8Audit Schedule 9General Requirements 9Sample Contract 12Bid Reply 30Reference Form 35E-Verify 36Drug Free Form 37Check List 38

SRFP 20130134

Page 2 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

INVITATION TOSRFP-BID

The City of Port Saint Lucie, Florida, in conformance with Florida Statutes, Section 218.391 (Auditor SelectionProcedures) is soliciting proposals from Certified Public Accounting Firms with Governmental Accountingexperience to submit a response to this Sealed Electronic Request for Proposal (SRFP) #20180184 for all workand materials needed to provide a complete project and to comply with all specifications, standards andrequirements as described in the bid documents and Contract documents. The initial contract term is for five (5)years with the audit for fiscal years ending September 30, of 2018, 2019, 2020, 2021, and 2022 included in thisSRFP. The contract includes a renewal option that may be negotiated for 1 (one) additional five (5) year term.The firm must be duly licensed under Florida Statutes, Chapter 473 and qualified to conduct audits inaccordance with government auditing standards as adopted by the Florida Board of Accountancy, Rules of theAuditor General and applicable Florida State Statues, and in accordance with the Yellow Book requirements ofthe Federal OMB. Proposals for the project will be received by the City of Port St. Lucie, in the ProcurementManagement Department, 3rd Floor, Suite 390, Building "A" of the Municipal Complex located at 121 SW PortSt. Lucie Blvd., Port St. Lucie, FL 34984-5099, no later than August 6, 2018 2:00:00 PM EST . Specificationsare attached.

All submittals must be received by the date and time specified above, when they will be opened and the namespublicly read aloud. The proposal time must be and shall be scrupulously observed. Under no circumstancesshall submittals uploaded to Demandstar.com after the time specified be accepted or considered. It is the soleresponsibility of the Proposer to ensure that his or her submittal is uploaded on or before the closing date andtime. The City shall in no way be responsible for delays caused by any power outages or internet failures. Noexceptions will be made.

Electronic replies will be the only method allowed for Bidders to respond to this solicitation. All submittalsmust be compatible with Microsoft Office 2007. All must be contained in one (1) file, and in the order specifiedunder title SUBMITTAL OF SRFP-BID subpart D. SRFP-Bidding will be done through a secure locked box.Bidders can only view/submit their SRFP-Bid and will not have access to any other Bidder's submittals. TheBidder's SRFP-Bid may be changed at the Bidder's discretion until the due date and time have been reached atwhich time the Bidder will no longer change or have access to the electronic bid submittal. The City will thenopen the SRFP-Bids. Bidders who are SRFP-Bidding for the first time are strongly encouraged to contactDemandstar for assistance by e-mailing questions to [email protected] .

The City of Port St. Lucie reserves the right to reject any and all bids, to waive any and all informalities orirregularities, and to accept or reject all or any part of any bid as it may deem to be in the best interest of thecitizens of the City.

For the purpose of this bid, the term Bidder, SRFP-Bidder, Proposer and Consultant may be usedinterchangeably.

CAUTION: Bidders should take caution that the City is not responsible for any power outages or internetfailures. It is suggested that you upload your response in adequate time to assure that it will post on the dayprior to the closing date.

SRFP 20180184

Page 3 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

SUBMITTAL OF SRFP-BID

All proposals shall be submitted by completing and returning the Questionnaire and other required documents.The Questionnaire should be typed or printed and signed in black ink. All submittals are required to beelectronic and be contained in one (1) file. No hard copies will be accepted.

A. Request Bid Specifications, #20180184 from Onvia, or via internet www.cityofpsl.com

B. Download the Bid Reply and save to your hard drive, program is in Word 2007 Professional. Enterinformation requested on the Bid Reply.

C. Electronically sign the Bid Reply where indicated.

D. Upload in one file and in the following order the Bid Reply for SRFP-Bid #20180184 starting from page23 only: W9, current Certificate of Insurance, license, 5 references, E-verify, Drug Free Workplaceform, and SRFP-Bid checklist, onto DemandStar in one file by the due date and time. Acknowledge allAddenda on the Bid Reply. Additional documents should be submitted in the order of the question in thebid reply.

F. Enter total price on the web page for cost or you will receive an error message and your submittal willbe denied. (Item 20, page 33, total all 5 years)

G. The Submit button at the bottom of the page must be selected to send the documents.

*** Only electronic replies are required. No hard copies will be accepted.Please limit entire submittal to no more than 1.5 mb ***

NOTE: The City may not accept proposals from firms, that have had adversarial relationships with theCity or firms that have represented entities that have had adversarial relationships with the City. Thisincludes the firm, employees and financial or legal interests.

NOTE: The City will not enter into a contract or conduct business with any firm or any personnel that islisted on the Federal, State, or other local government agencies' Excluded Parties List, Suspended List orDebarment List.

TENTATIVE SCHEDULE

It is the intent of the City to have this project completed within a limited time frame. Therefore, priority will begiven to firms who recognize and display the ability to work within the restrictions of the following tentativeschedule:

REVIEW AND SELECTION PROCESSACTION DATE TIME

Advertisement with Onvia DemandStar Friday July 20, 2018Pre-Proposal Meeting Monday, July 30, 2018 9:00AM (EST)Questions Due Tuesday, July 31, 2018 9:00AM (ESTAnswers Posted on DemandStar Thursday, August 2, 2018 5:00PM (EST)Proposals Due Monday, August 6, 2018 2:00 PM (EST)Audit Selection Committee Meeting* Friday, August 10, 2018 9:00AM (EST)City Council Short List & Approval to Negotiate a Contract Monday, August 20, 2018 7:00PM (EST)

* Committee will meet in the Conference Room (390) in the Procurement Management Department at 9:00 a.m.

SRFP 20180184

Page 4 of 38

Final

Auditing Services

EVALUATIONAND AWARD

City of Port St. Lucie, Florida

CRITERION MAXIMUMSCORE

A.Firrn Experience 25B. Assigned Staff Experience 25C .Understanding of Project Scope 25D. Price 15E. Accepts P-Card 5F. Location of Firm 5Maximum Points 100

The City's Finance and Procurement Management Department reserves the right to request any additionalinformation needed for clarification from any proposer for evaluation purposes.

Overview

The City of Port St. Lucie, incorporated in 1961, is the most populous City in St. Lucie County. It is situated inthe southern part of St. Lucie County between Indian River County to the north and Martin County to the south.The City currently occupies 116 square miles and has an estimated population of 189,344. The City is amunicipal government and operates under the Council/Manager form of government consisting of a Mayor andfour (4) council members. The City is a full service government including road, parks & recreation, police,animal control, planning & zoning, building permits & inspection, code compliance, and utilities of water andsewer. The City has approximately 1,017 employees.

Under the direction of the City Manager, the Finance Department is responsible for all financial activity of theCity and prepares a comprehensive annual financial report each year. The Government Finance OfficersAssociation (GFOA) has awarded a Certificate of Achievement for Excellence in Financial Reporting to theCity for 20 consecutive years. Additionally, the GFOA has awarded the Distinguished Budget PresentationAward to the City for 24 consecutive years.

The City has 44 governmental funds, 3 enterprise funds, an internal service fund, and a police pension trustfund. Two component units are blended in the City's financial statements. Additional information concerningthe City and the comprehensive annual financial report can be found in the 2017 comprehensive annualfinancial report on the City' web site www.citvofpsl.com. The City's annual budget is also located on the City'sweb page.

The Audit fees for each of the last three years were S108,000, $110,000, and $112,000. The current auditorshave been auditing the City since 2012. Generally there are two staff auditors and a partner in the field. Therehave been very few adjusting journal entries proposed.

AUDITING STANDARDS

To meet the requirements of this SRFP the audit will be performed in accordance with:

1. Generally Accepted Auditing Standards as issued by the American Institute of Certified Public Accountants(AICPA)2. Government Auditing Standards issued by the Comptroller General of the United States3. OMB's Uniform Grant Guidance, "Super Circular" Subpart F Administrative Requirements, Cost Principles,

and Audit Requirements for Federal Awards

SRFP 20180184

Page 5 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

4. Federal Single Audit Act, as amended5. Florida Single Audit Act6. Rules of the Auditor General, State of Florida7. Rules of the Florida Department of Financial Services8. Section 218.39, Florida Statutes and any other applicable Florida Statutes

SCOPE OF WORK

1. The auditor will be required to perform an annual examination of the basic financial statements of the City ofPort Saint Lucie, Florida, to express opinions on the fairness with which the statements present the financialpositions, results of operations, and changes in financial position in conformity with generally acceptedaccounting principles in The United States.

2. The auditor will be required to perform an examination to determine whether operations are properlyconducted in accordance with legal and regulatory requirements.

3. The auditor will evaluate the system of internal controls, including the control environment, accountingsystems and specific control procedures, to assess the extent to which the controls can be relied upon to ensureaccurate information, to ensure compliance with laws and regulations, and to provide for efficient and effectiveoperations. In order to assess the control risk, the proposer is to perform tests of controls and properly documentits assessment. Significant deficiencies and material weaknesses shall be communicated in writing inaccordance with generally accepted auditing standards.

4. The auditor will be required to perform an examination of any additional financial information necessary tocomply with generally accepted auditing standards.

5. The auditor is not required to audit the combining and individual fund financial statements and supportingschedules. However, the auditor is to provide an "in-relation-to" report on the combining and individual fundfinancial statements and supporting schedules based on the auditing procedures applied during the audit of thebasic financial statements.

6. The auditor is not required to audit the statistical section of the report; however, the auditor will beresponsible for performing certain limited procedures involving supplementary information required by theGovernmental Accounting Standards Board as mandated by generally accepted auditing standards.

7. The scope of the audit is required to include any additional activities necessary to establish compliance withthe term "financial audit" as defined and used in Government Auditing Standards.

8. The scope of the audit will encompass the additional activities necessary to establish compliance with theFederal Single Audit Act, as amended; United States Office of Management and Budget (OMB) Uniform GrantGuidance "Super Circular"; other applicable Federal laws; and the Florida Single Audit Act. A single audit isrequired for the City of Port St. Lucie for each year covered by this contract and requires an opinion from theauditor on the basic financial statements and the reports required from this audit.

9. The auditor will conduct necessary testing to comply with Florida Statutes 218.415 to determine and reportupon the City's adherence to our investment policy statement.

10. The auditor shall use financial condition assessment procedures to assist in detection of deterioratingfinancial condition as established under Florida Statutes 218.503. The auditor may use the proceduresdeveloped by the Auditor General or appropriate alternative procedures.

SRFP 20180184

Page 6 of 33

Final

Auditing Services

City of Port St. Lucie, Florida

11. The audit shall also include a review of the financial report provided to the Department of FinancialServices to assure consistency with the Comprehensive Annual Financial Report.

12. The auditor will provide consent letters for the use of the audit opinion when the City issues bonds at noadditional cost.

13. The work papers are the property of the auditors and shall be held locally for a period of five years. Workpapers shall be available for examination or duplication without charge to authorized City of Port St. Luciepersonnel, representatives of Federal or State Agencies upon request of that Agency or the City in accordancewith Federal Law, State Law and other regulations. Working papers will also be made available for examinationat no charge to subsequent auditors engaged by the City. The auditor and all sub- contractors obtained by theauditing firm will comply with the public record retention and public records request as per Florida Statute219.0701

14. Upon request of the City an electronic copy of the working paper shall be provided to the City at completionof audit.

15. The auditors agree to notify the City immediately in writing if any regulatory or other government agenciesrequest a review of the audit work papers concerning the City or any other government client audited by theaudit firm.

OTHER REQUIREMENTS

1. The auditor agrees to notify the City in writing immediately should any disciplinary actions be taken orcomplaints filed with any regulatory bodies against any of the firm's staff or the firm itself. Auditor shall berequired to make an immediate written report of all irregularities and illegal acts.

2. The City shall reserve the right to approve any "key" members of the audit team.

CITY RESPONSIBILITY

1. The City Finance Department will prepare the Comprehensive Annual Financial Report (CAFR).

2. The City Finance Department will prepare the Schedule of Expenditures of Federal Awards and StateFinancial Assistance.

3. The Municipal Police Officers Pension Plan is audited by an independent audit or selected by the PolicePension Board of Trustees. A copy of the audit report will be provided to the auditors.

4. The City's accounting system is fully automated. The City's software is Tyler Technologies - Munis,version 10.5. CAFRonline software is used to prepare the City's year end CAFR report. All personnelin the Finance Division have a dedicated PC. Access to the computer system will be made available tothe auditors through the Information Technology Department. The Finance Department ConferenceRoom is available for auditor workspace during the course of the audit. A telephone and internetconnectivity is available in the Conference Room. A copier and fax machine are available in the FinanceDepartment. The general ledger accounting, payroll, accounts payable, cash receipts, receivables,building and permitting and utility billing systems are fully automated and interface with the basicfinancial system. The principal contacts for this audit will include the Chief Financial Officer.

5. Paid invoices, canceled checks and other supporting documentation as requested by the auditor.

SRFP 20180184

Page 7 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

6. Other information requested by the auditor and mutually agreed upon by the Chief Financial Officer.

DELIVERABLES

Following completion of the audit of the fiscal year financial statements, the auditor shall issue the followingwith regard to the basic financial statements of the City of Port St. Lucie:

1. A report on the basic financial statements. This report must include at a minimum:

a. A statement as to whether the financial statements are presented in accordance with generallyaccepted accounting principles;b. An expression of opinion regarding the financial statements taken as a whole, or an assertion to theeffect that an opinion cannot be expressed including the reasons therefore; andc. A statement that the audit was conducted in accordance with generally accepted auditing standardsand the standards applicable to financial audits contained in Government Auditing Standards issued bythe Comptroller of the United States.

2. A report on compliance and internal control over financial reporting

3. A report on compliance and internal control over compliance applicable to each major federal program andstate project.

4. A management letter as required by Florida Statutes 218.39 and 215.97 and Rules of the Auditor General,Chapter 10.550, which shall identify any management weaknesses observed, assess their effect on financialmanagement and propose steps to correct or eliminate those weaknesses.

5. Other reports required by the Federal Single Audit Act and the Florida Single Audit Act including:

a. An "in-relation to" report on the Schedule of Expenditures. of Federal Awards and State FinancialAssistance.b. A separate schedule of findings and questioned costs, including a summary of audit results related tofinancial statements, internal controls and compliance.

6. Irregularities and Illegal Acts The auditor is required to make an immediate, written report of allirregularities and illegal acts or indications of illegal acts of which they become aware to the following parties:Mayor, City Manager, Chief Financial Officer, or the City Council as appropriate.

PRESENTATION TO COUNCIL

The partner in charge of the audit and the audit manager or other CPA assigned to the audit may be required toattend one or more public meetings as deemed necessary by the City Council for discussion of the audit report.

ADDITIONAL SERVICES

The city may issue one or more official statements for the sale of bonds during the term of this agreement. Theofficial statement will contain the basic financial statements or an extraction from the Comprehensive AnnualFinancial Report. The auditor shall be required to issue, upon request, a consent and citation of expertise asauditor, "comfort letters" and other documents necessary to issue the bonds. Unless significant additional stafftime is required of the auditor, fees for such requests made by the City shall be included in the base feesubmitted by the proposer.

SRFP 20180184

Page 8 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

AUDIT SCHEDULE ending Fiscal Year 2018

1. Planning conference in September2. Interim audit work completed by December 153. Year-end field work completed by January 154. Review and comments for CAFR completed by February 155. Audit opinion and single audit reports due by March 1

AUDIT SCHEDULE future years

Planning conference in SeptemberInterim audit work completed by December 1Year-end field work completed by January 1Review and comments for CAFR completed by January 31Audit opinion and single audit reports due by February 15

1. GENERAL REQUIREMENTS

1.1 Invitation to Bid - All requirements contained in the Invitation to Bid are hereby incorporated in thisspecification.

1.2 Cost of Preparation of Bid - The City will not be responsible for any cost incurred by any Bidder inthe preparation of his/her bid.

1.3 Examination of Drawings and Contract Documents - Bidders shall thoroughly examine thesespecifications and all documents or other materials referred to herein and conduct such investigations andvisits as may be necessary to thoroughly inform themselves regarding existing plant, facility, personneland other conditions relative to compliance with this specification. No plea of ignorance by the Bidder ofconditions that exist or may hereafter exist, as a result of failure or omission on the part of the Bidder tomake said investigations and visits, and/or failure to fulfill in every detail the requirements of thisspecification and documents promulgated therein, will be accepted as a basis for varying the requirementsof the City or the compensation of the Bidder(s).

1.4 Bid Price - Bidders must agree to furnish all item(s) that are awarded to them as a result of theirresponse to this specification at the price(s) indicated on their respective Bid Reply Sheet. Bidders shallguarantee that said price(s) shall be firm, not subject to escalation, for the ninety (90) days after bidopening period. Submittal of a bid shall be prima facie evidence of the Bidder's intent to comply withthis requirement. Any bid submitted with escalation clauses shall be rejected.

1.5 Qualifications - Bidders shall have the necessary organization, experience, capital, and equipmentto carry out the provisions of the Contract to the satisfaction of the City. Bidders will submit all requiredlicenses and certifications required to perform this project with the bid reply. References from five (5)existing firms to which it has provided these types of services in the past or with which it is underContract for such services presently and the names of company representatives who may be contactedfor references shall be furnished on the Reference Check Form and returned with the Bid Reply Sheet.References are subject to verification by the City and will be utilized as part of the award process.If requested, performance history, financial statements, list of projects recently completed and in process,major equipment available for this project and experience of the principal members of the Bidder'sorganization must be furnished within seven (7) days.

2.3.4.5.

SRFP 20180184

Page 9 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

1.6 Award of Contract - The City shall take measures as deemed necessary to determine the ability ofthe Bidder to perform the obligations of the Contract. The City may reject any bid where aninvestigation of the available information indicates a Bidder is not the most qualified to perform theobligation of the Contract. The City may require a Bidder to furnish additional statements ofqualifications.

1.6.1 Collusion - The City reserves the right to disqualify bids, upon evidence of collusion with intent todefraud or other illegal practices upon the part of the Bidder. More than one (1) bid from an individual,partnership, corporation, association, firm, or other legal entity under the same or different names willnot be considered. Reasonable grounds for believing that a Bidder is interested in more than one (1)proposal for the same work will be cause for rejection of all proposals in which such Bidders arebelieved to be interested. Any or all proposals will be rejected if there is any reason to believe thatcollusion exists among the Bidders.

The award date is the date that City Council executed the motion to award the bid(s) regardless of thedate the Bidder receives notification of award. Notification of the award may be given by e-mail,facsimile, U.S. mail system, courier, or on the web site.

1.7 Variances to Specifications - Bidders must indicate any variances to the Specifications. If variationsand/or alternates are not stated in Bidder's reply, it shall be construed that the bid fully conforms to thespecifications.

1.8 Execution of Contract- The Bidder will be required to execute a Standard City Contract within ten(10) calendar days after notification by the City that Contract is available and thereafter comply with theterms and conditions contained therein. The Bidder shall execute the Contract, deliver the requiredInsurance Certificates and other documentation as required by the bid. The City will execute theContract however, it is agreed and understood that the City will not be bound by the Contract unless anduntil it has been executed by the City Purchasing Agent and a purchase order or a Visa order form hasbeen issued.

1.8.1 Failure to Execute Contract - Failure on the part of the selected Bidder to execute theContract as required may be justification for the annulment of the award.

1.9 Subcontractingor Assigning of the Contract - The selected Bidder shall not subcontract, sell,transfer, assign or otherwise dispose of the Contract or any portion thereof, or of the work provided fortherein, or of any right, title or interest therein, to any person, firm or corporation without the writtenconsent of the City. Each Bidder shall list all subcontractors and the work provided by the suppliers inthe area provided on the E-Bid Reply Sheet.

The successful Bidder(s) shall provide a listing of all subcontractors, suppliers, and other persons andorganizations (including those who are to furnish the principal items of material and equipment), otherthan those identified in the E-Bid Reply, to the City within five (5) days after the bid opening. Such listshall be accompanied by an experience statement for each such subcontractor, supplier, person ororganization if requested by City. The City, who, after due investigation, has objection to any proposedsubcontractor, supplier, other person or organization, may, before the Notice of Award is given, requestapparent successful Bidder to submit an acceptable substitute without an increase in Bid price.

If the apparent successful Bidder(s) declines to make any such substitution, City may award the Contractto the next acceptable Bidder(s) that proposes to use acceptable subcontractors, suppliers, and otherpersons and organizations. Declining to make requested substitutions will not constitute grounds for

SRFP 20180184

Page 10 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

sacrificing the Bid security of any Bidder(s). Any subcontractor, supplier, other person or organizationlisted and to whom the City does not make written objection prior to giving of the Notice of Award willbe deemed acceptable to the City subject to revocation of such acceptance after the effective date of theContract as provided in the General Requirements.

1.10 Public Entity Statement - A person or affiliate who has been placed on the convicted vendor listfollowing a conviction for public entity crime may not submit a bid on a contract to provide any goodsor services to a public entity, may not submit a bid on a contract with a public entity for the constructionor repair of a public building or public work, may not submit bids on leases of real property to publicentity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant undera contract with any public entity, and may not transact business with any public entity in excess of thethreshold amount provided in Florida Statute, Section 287.017, for CATEGORY TWO for a period ofthirty six (36) months from the date of being placed on the convicted vendor list.

Discrimination - An entity or affiliate who has been placed on the discriminatory vendor list may notsubmit a bid on a contract to provide goods or services to a public entity, may not submit a bid on acontract with a public entity for the construction or repair of a public building or public work, may notsubmit bids on leases of real property to a public entity, may not award or perform work as a contractor,supplier, subcontractor, or consultant under contract with any public entity, and may not transactbusiness with any public entity.

1.11 Permits - The selected Bidder shall be responsible for obtaining all permits, licenses, certifications,etc., required by federal, state, county, and municipal laws, regulations codes, and ordinances for theperformance of the work required in these specifications and to conform to the requirements of saidlegislation.

1.12 W-9 Taxpayer Identification Form - The selected Bidder shall be required to complete a W-9Taxpayer Identification Form provided with the City's contract and return it with the contract andinsurance documents.

1.13 Withdrawal of Bids - A Bidder may withdraw his/her bid without prejudice no later than the dayand hour set in the E-Bid by removing all documents from DemandStar.

1.14 Intent to Perform - The selected Bidder must agree that time is of the essence and that allrequirements stated in these specifications are critical as it relates to the time of performance. Submittalof a quotation shall be prima facie evidence of the Selected Bidders intent to comply with thespecifications.

2. ADDITIONAL INFORMATION

2.1 Protest - Any person who wishes to protest any issue pertaining to this Request for Proposal may doso by attending the scheduled City Council meeting that the Proposal will be scheduled to appear, andvoicing their concerns at the `Public to be heard' section. All persons will be required to sign in at thefront desk at City Hall and fill out the necessary Sign-In Forms prior to the start of the meeting.

SRFP 20180184

Page 1I of38

Final

Auditing Services

City of Port St. Lucie, Florida

SampleOnly -Do Not ExecuteCITY OF PORT SAINT LUCIE

CONTRACT #20180184

This is a Time and Expense CONTRACT, executed this

day of

2018,

by andbetween the CITY OF PORT ST. LUCIE, FLORIDA, a municipality, duly organized under the laws of theState of Florida, hereinafter called "City" party of the first part, Telephone No(xxx)xxx-xxxx , Fax No (xxx)xxx-xxxx, hereinafter called "Consultant", party of the second part.

RECITALS

In consideration of the below agreements and covenants set forth herein, the parties agree as follows:

SECTION I

NOTICES & DESCRIPTION OF SERVICES TO BE PROVIDED

The scope of work that the Consultant has agreed to perform pursuant to SRFP-bid #20180184 forAuditing Services and all addenda.

Notices

All notices or other communications hereunder shall be in writing and shall be deemed duly given ifdelivered in person, sent by certified mail with return receipt request, email or fax and addressed as followsunless written notice of a change of address is given pursuant to the provisions of this Contract.

Consultant:

City Contract Administrator: Procurement Management DepartmentAttn: Lenora Sevillian, MBA, CIPP, CPPP, CPCMDivision DirectorCity of Port St. Lucie121 SW Port St. Lucie, Blvd.Port St. Lucie, FL. 34984Telephone 772-871-7390 Fax 772-871-7337Email: [email protected]

City Project Manager:

Jeff SnyderChief Financial OfficerTelephone #772-871-7391Email: jsnyder ci,cityofpsl.com

SRFP 20180184

Pa ge 12 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

Description of Services

The Consultant shall provide Auditing Services as per below:

AUDITING STANDARDS

To meet the requirements of this SRFP the audit will be performed in accordance with:

1. Generally Accepted Auditing Standards as issued by the American Institute of Certified Public Accountants(AICPA)2. Government Auditing Standards issued by the Comptroller General of the United States3. OMB's Uniform Grant Guidance, "Super Circular" Subpart F Administrative Requirements, Cost Principles,

and Audit Requirements for Federal Awards

4. Federal Single Audit Act, as amended5. Florida Single Audit Act6. Rules of the Auditor General, State of Florida7. Rules of the Florida Department of Financial Services8. Section 218.39, Florida Statutes and any other applicable Florida Statutes

SCOPE OF WORK

1. The auditor will be required to perform an annual examination of the basic financial statements of the City ofPort Saint Lucie, Florida, to express opinions on the fairness with which the statements present the financialpositions, results of operations, and changes in financial position in conformity with generally acceptedaccounting principles in The United States.

2. The auditor will be required to perform an examination to determine whether operations are properlyconducted in accordance with legal and regulatory requirements.

3. The auditor will evaluate the system of internal controls, including the control environment, accountingsystems and specific control procedures, to assess the extent to which the controls can be relied upon to ensureaccurate information, to ensure compliance with laws and regulations, and to provide for efficient and effectiveoperations. In order to assess the control risk, the proposer is to perform tests of controls and properly documentits assessment. Significant deficiencies and material weaknesses shall be communicated in writing inaccordance with generally accepted auditing standards.

4. The auditor will be required to perform an examination of any additional financial information necessary tocomply with generally accepted auditing standards.

5. The auditor is not required to audit the combining and individual fund financial statements and supportingschedules. However, the auditor is to provide an "in-relation-to" report on the combining and individual fundfinancial statements and supporting schedules based on the auditing procedures applied during the audit of thebasic financial statements.

6. The auditor is not required to audit the statistical section of the report; however, the auditor will beresponsible for performing certain limited procedures involving supplementary information required by theGovernmental Accounting Standards Board as mandated by generally accepted auditing standards.

SRFP 20180184

Page 13 of38

Final

Auditing Services

City of Port St. Lucie, Florida

7. The scope of the audit is required to include any additional activities necessary to establish compliance withthe term "financial audit" as defined and used in Government Auditing Standards.

8. The scope of the audit will encompass the additional activities necessary to establish compliance with theFederal Single Audit Act, as amended; United States Office of Management and Budget (OMB) Uniform GrantGuidance "Super Circular"; other applicable Federal laws; and the Florida Single Audit Act. A single audit isrequired for the City of Port St. Lucie for each year covered by this contract and requires an opinion from theauditor on the basic financial statements and the reports required from this audit.

9. The auditor will conduct necessary testing to comply with Florida Statutes 218.415 to determine and reportupon the City's adherence to our investment policy statement.

10. The auditor shall use financial condition assessment procedures to assist in detection of deterioratingfinancial condition as established under Florida Statutes 218.503. The auditor may use the proceduresdeveloped by the Auditor General or appropriate alternative procedures.

11. The audit shall also include a review of the financial report provided to the Department of FinancialServices to assure consistency with the Comprehensive Annual Financial Report.

12. The auditor will provide consent letters for the use of the audit opinion when the City issues bonds at noadditional cost.

13. The work papers are the property of the auditors and shall be held locally for a period of five years. Workpapers shall be available for examination or duplication without charge to authorized City of Port St. Luciepersonnel, representatives of Federal or State Agencies upon request of that Agency or the City in accordancewith Federal Law, State Law and other regulations. Working papers will also be made available for examinationat no charge to subsequent auditors engaged by the City. The auditor and all sub- contractors obtained by theauditing firm will comply with the public record retention and public records request as per Florida Statute219.0701

14. Upon request of the City an electronic copy of the working paper shall be provided to the City at completionof audit.

15. The auditors agree to notify the City immediately in writing if any regulatory or other government agenciesrequest a review of the audit work papers concerning the City or any other government client audited by theaudit firm.

OTHER REQUIREMENTS

1. The auditor agrees to notify the City in writing immediately should any disciplinary actions be taken orcomplaints filed with any regulatory bodies against any of the firm's staff or the firm itself. Auditor shall berequired to make an immediate written report of all ir regularities and illegal acts.

2. The City shall reserve the right to approve any "key" members of the audit team.

CITY RESPONSIBILITY

6. The City Finance Department will prepare the Comprehensive Annual Financial Report (CAFR).

7. The City Finance Department will prepare the Schedule of Expenditures of Federal Awards and StateFinancial Assistance.

SRFP 20180184

Page 14 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

8. The Municipal Police Officers Pension Plan is audited by an independent audit or selected by the PolicePension Board of Trustees. A copy of the audit report will be provided to the auditors.

9. The City's accounting system is fully automated. The City's software is Tyler Technologies - Munis,version 10.5. CAFRonline software is used to prepare the City's year end CAFR report. All personnelin the Finance Division have a dedicated PC. Access to the computer system will be made available tothe auditors through the Information Technology Department. The Finance Department ConferenceRoom is available for auditor workspace during the course of the audit. A telephone and internetconnectivity is available in the Conference Room. A copier and fax machine are available in the FinanceDepartment. The general ledger accounting, payroll, accounts payable, cash receipts, receivables,building and permitting and utility billing systems are fully automated and interface with the basicfinancial system. The principal contacts for this audit will include the Chief Financial Officer.

10. Paid invoices, canceled checks and other supporting documentation as requested by the auditor.

11. Other information requested by the auditor and mutually agreed upon by the Chief Financial Officer.

DELIVERABLES

Following completion of the audit of the fiscal year financial statements, the auditor shall issue the followingwith regard to the basic financial statements of the City of Port St. Lucie:

1. A report on the basic financial statements. This report must include at a minimum:

a. A statement as to whether the financial statements are presented in accordance with generallyaccepted accounting principles;b. An expression of opinion regarding the financial statements taken as a whole, or an assertion to theeffect that an opinion cannot be expressed including the reasons therefore; andc. A statement that the audit was conducted in accordance with generally accepted auditing standardsand the standards applicable to financial audits contained in Government Auditing Standards issued bythe Comptroller of the United States.

2. A report on compliance and internal control over financial reporting

3. A report on compliance and internal control over compliance applicable to each major federal program andstate project.

4. A management letter as required by Florida Statutes 218.39 and 215.97 and Rules of the Auditor General,Chapter 10.550, which shall identify any management weaknesses observed, assess their effect on financialmanagement and propose steps to correct or eliminate those weaknesses.

5. Other reports required by the Federal Single Audit Act and the Florida Single Audit Act including:

a. An "in-relation to" report on the Schedule of Expenditures of Federal Awards and State FinancialAssistance.b. A separate schedule of findings and questioned costs, including a summary of audit results related tofinancial statements, internal controls and compliance.

SRFP 20180184

Page 15 of 33

Final

Auditing Services

City of Port St. Lucie, Florida

6. Irregularities and Illegal Acts The auditor is required to make an immediate, written report of allirregularities and illegal acts or indications of illegal acts of which they become aware to the following parties:Mayor, City Manager, Chief Financial Officer, or the City Council as appropriate.

PRESENTATION TO COUNCIL

The partner in charge of the audit and the audit manager or other CPA assigned to the audit may be required toattend one or more public meetings as deemed necessary by the City Council for discussion of the audit report.

ADDITIONAL SERVICES

The city may issue one or more official statements for the sale of bonds during the term of this agreement. Theofficial statement will contain the basic financial statements or an extraction from the Comprehensive AnnualFinancial Report. The auditor shall be required to issue, upon request, a consent and citation of expertise asauditor, "comfort letters" and other documents necessary to issue the bonds. Unless significant additional stafftime is required of the auditor, fees for such requests made by the City shall be included in the base feesubmitted by the proposer.

SECTION IITIME OF PERFORMANCE

Contract period shall start with the audit of fiscal year of 2018 and terminate with the audit fiscal year of2022. Contract term is for five (5) years. Actual work time frame is outlined as per below schedule. In theevent all work required in the proposal specifications has not been completed by the specified date, theConsultant agrees to provide work as authorized by the Contract Supervisor until all work specified in theproposal specifications has been rendered.

AUDIT SCHEDULE ending Fiscal Year 2018

1. Planning conference in September2. Interim audit work completed by December 153. Year-end field work completed by January 154. Review and comments for CAFR completed by February 155. Audit opinion and single audit reports due by March 1

AUDIT SCHEDULE future years

1. Planning conference in September2. Interim audit work completed by December 13. Year-end field work completed by January 14. Review and comments for CAFR completed by January 3 15. Audit opinion and single audit reports due by February 15

SECTION III

COMPENSATION

This is a Lump Sum Contract. The total amount to be paid by the City to the Consultant is$ All Lump Sum Amounts are "NOT TO EXCEED" amounts. The City will not pay for out-of-pocket expenses (Office & Utilities), sub-consultant fees or any reimbursable expense. The Consultant feesfor Auditing Services:

SRFP 20180184

Page 16 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

`Total is cr Lump Sum amount that is a Fixed Fee and no additional fees will be paid for the specificationsdefined within this contract and SRFP #20180184 and all addenda.

Consultant VISA Payment Procedures

An account with Bank of America (BOA) will be established for the project. The account dollar limit willbe established by the City's estimate of monthly expenses. The account will also have limits as per theMerchant Category Code (MCC). Reasonable total invoice amounts will also be established. The accountwill be entered with the proper expense codes. The Consultant will be provided this account number toprocess payments.

2. A purchase order to the Consultant for this project may not be issued.

3. The Consultant will send the Project Manager by the 1St of each month a detailed pay request listingemployee title, hours of work, hourly rate and related tasks that are completed. Partial release of liens willbe provided if subcontractors were used by Engineer.

4. The (PM) will audit to determine that work and materials that are being billed have been completed andinstalled as per contract specifications. The PM will verify the partial release of liens. The PM will signdocuments that state the payment is correct and payment by the City is authorized.

5. The PM will email the approved pay request to the Contract Specialist, City's P-Card Administrator and theConsultant to proceed with placing the charge on the BOA specified account.

6. The Consultant may not place the charge on the account until contacted by the City giving approval. Underno circumstances will the account be used between the 1" and 5th of the month.

7. Invoices that are not approved by the PM will be returned to the Consultant with a detailed explanation.

8. Procurement Management Department will balance statement and issue all dispute items.

9. Procurement Management Department will produce summary sheet and send all documentation to Financefor payment.

All work compensated for under this Contract, including partial payments, shall become the property ofthe City of Port St. Lucie without restrictions or limitations. Work under this Contract shall include, but not belimited to, sketches, tracings, drawings, computations, details, design calculations, plan, electronic files andother related documents. The Consultant shall not be held liable for any reuse of the work and shall not be heldliable for any modifications made to the work by others.

All invoices and correspondence relative to this Contract must contain the last 4 digits of the BOAaccount and Contract number.

A Visa Order Form or Purchase Order constitutes as the Notice to Proceed.

SECTION IV

RENEWAL OPTION

This contract is for five (5) years with no renewal options. The City may ask for a provisionalextension of up to six (6) months to allow for the transition associated with the new solicitation process for anew contract and the on boarding of a new Consultant. Therefore, this contract shall not be extended forAuditing Services past the fiscal year auditing cycling ending September 30, 2023.

SRFP 20180184

Page 17 of38

Final

Auditing Services

City of Port St. Lucie, Florida

NOTE: City may exercise the option to enact the provisional extension by submitting a written submissionthree (3) months prior to the termination of the Contract period.

SECTION VCONFORMANCE WITH PROPOSAL

It is understood that the materials and/or work required herein are in accordance with the proposal madeby the Consultant pursuant to the Request for Proposal and Specifications on file in the ProcurementManagement Department of the City. All documents submitted by the Consultant in relation to said proposal,and all documents promulgated by the City for inviting proposals are, by reference, made a part hereof as if setforth herein in full.

SECTIONVI,INDEMNIFICATION/HOLD HARMLESS

Consultant agrees to indemnify, defend and hold harmless, the City, its officers, agents, and employeesfrom, and against any and all claims, actions, liabilities, losses and expenses including, but not limited to,attorney's fees for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law orin equity, which may arise or may be alleged to have risen from the negligent acts, errors, omissions or otherwrongful conduct of Consultant, agents, laborers, subcontractors or other personnel entity acting underConsultant control in connection with the Consultant's performance of services under this Contract and to thatextent Consultant shall pay such claims and losses and shall pay all such costs and judgments which may issuefrom any lawsuit arising from such claims and losses including wrongful termination or allegations ofdiscrimination or harassment, and shall pay all costs and attorney's fees expended by the City in defense of suchclaims and losses including appeals. That the aforesaid hold-harmless Contract by Consultant shall apply to alldamages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any ofthe aforesaid operations of Consultant or any agent laborers, subcontractors or employee of Consultantregardless of whether or not such insurance policies shall have been determined to be applicable to any of suchdamages or claims for damages. Consultant shall be held responsible for any violation of laws, rules,regulations or ordinances affecting in any way the conduct of all persons engaged in or the materials or methodsused by Consultant on the work. As consideration for this indemnity provision the Consultant shall be paid theone time only sum of ten dollars ($10.00), which will be added to the contract price, and paid prior tocommencement of work. This indemnification shall survive the termination of this Contract.

SECTION VIISOVERIEGN IMMUNITY

Nothing contained in this Contract shall be deemed or otherwise interpreted as waiving the City'ssovereign immunity protections existing under the laws of the State of Florida, or as increasing the limits ofliability as set forth in Section 768.28, Florida Statutes.

SECTION VIIIINSURANCE

The Consultant shall, on a primary basis and at its sole expense, agree to maintain in full force and effectat all times during the life of this Contract, insurance coverage, limits, including endorsements, as describedherein. The requirements contained herein, as well as City's review or acceptance of insurance maintained byConsultant are not intended to and shall not in any manner limit or qualify the liabilities and obligationsassumed by Consultant under the Contract.

SRFP 20180184

Page 18 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

The parties agree and recognize that it is not the intent of the City of Port St. Lucie that any insurancepolicy/coverage that it may obtain pursuant to any provision of this Contract will provide insurance coverage toany entity, corporation, business, person, or organization, other than the City of Port St. Lucie and the City shallnot be obligated to provide any insurance coverage other than for the City of Port St. Lucie or extend itssovereign immunity pursuant to Section 768.28, Florida Statutes, under its self-insured program. Any provisioncontained herein to the contrary shall be considered void and unenforceable by any party. This provision doesnot apply to any obligation imposed on any other party to obtain insurance coverage for this project, anyobligation to name the City of Port St. Lucie as an additional insured under any other insurance policy, orotherwise protect the interests of the City of Port St. Lucie as specified in this Contract.

Workers' Compensation Insurance & Employer's Liability: The Consultant shall agree to maintain Workers'Compensation Insurance & Employers' Liability in accordance with Section 440, Florida Statutes. Employers'Liability and must include limits of at least $100,000.00 each accident, $100,000.00 each disease/employee,$500,000.00 each disease/maximum. A Waiver of Subrogation endorsement shall be provided. Coverage shallapply on a primary basis. Should scope of work performed by Consultant qualify its employee for benefits underFederal Workers' Compensation Statute (example, U.S. Longshore & Harbor Workers Act or Merchant MarineAct), proof of appropriate Federal Act coverage must be provided.

Commercial General Liability Insurance: The Consultant shall agree to maintain Commercial General Liabilityinsurance issued under an Occurrence form basis, including Contractual liability, to cover the hold harmlessagreement set forth herein, with limits of not less than:

Each occurrencePersonal/advertising injuryProducts/completed operations aggregateGeneral aggregateFire damageMedical expense

$1,000,000$1,000,000$2,000,000$2,000,000$100,000 any 1 fire$10,000 any 1 person

Additional Insured: An Additional Insured endorsement must be attached to the certificate of insurance (shouldbe CG2026) under the General Liability policy. Coverage is to be written on an occurrence form basis and shallapply as primary. A per project aggregate limit endorsement should be attached. Defense costs are to be inaddition to the limit of liability. A waiver of subrogation shall be provided in favor of the City. Coverage shallextend to independent Consultants and fellow employees. Contractual Liability is to be included. Coverage is toinclude a cross liability or severability of interest provision as provided under the standard ISO form separationof insurer clause.

Except as to Workers' Compensation and Employers' Liability, said Certificate(s) and policies shall clearly statethat coverage required by the Contract has been endorsed to include the City of Port St. Lucie, a municipality ofthe State of Florida, its officers, agents and employees as Additional Insured added to its Commercial GeneralLiability policy and Business Auto policy. The name for the Additional Insured endorsement issued by theinsurer shall read "City of Port St. Lucie, a municipality of the State of Florida, its officers, employees andagents and shall include Contract #20180184 Auditing Services shall be listed as additionally insured.".The Policy shall be specifically endorsed to provide thirty (30) day written notice to the City prior to anyadverse changes, cancellation, or non-renewal of coverage thereunder. In the event that the statutory liability ofthe City is amended during the term of this Contract to exceed the above limits, the Consultant shall berequired, upon thirty (30) days written notice by the City, to provide coverage at least equal to the amendedstatutory limit of liability of the City. Copies of the Additional Insured endorsements shall be attached to theCertificate of Insurance. All independent Consultants and Sub-Consultants utilized in this project shall furnish aCertificate of Insurance to the City in accordance with the same requirements set forth herein.

SRFP 20180184

Page 19 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

Automobile Liability Insurance: The Consultant shall agree to maintain Business Automobile Liability at alimit of liability not less than $1,000,000.00 each accident covering any auto, owned, non-owned and hiredautomobiles. In the event, the Consultant does not own any automobiles; the Business Auto Liabilityrequirement shall be amended allowing Consultant to agree to maintain only Hired & Non-Owned AutoLiability. This amended requirement may be satisfied by way of endorsement to the Commercial GeneralLiability, or separate Business Auto Coverage form. Certificate holder must be listed as additional insured. Awaiver of subrogation shall be provided. Coverage shall apply on a primary basis.

Professional Liability: Consultant shall agree to maintain Professional Liability, or equivalent Errors &Omissions Liability at a limit of liability not less than $1,000,000 Per Occurrence. When a self-insured retention(SIR) or deductible exceeds $10,000 the City reserves the right, but not the obligation, to review and request acopy of Consultant's most recent annual report or audited financial statement. For policies written on a "Claims-Made" basis, the Consultant warrants the retroactive date equals or precedes the effective date of this Contract.In the event the policy is canceled, non-renewed, switched to an Occurrence Form, retroactive date advanced, orany other event triggering the right to purchase a Supplemental Extended Reporting Period (SERP) during thelife of this Contract, Consultant shall agree to purchase a SERP with a minimum reporting period not less thanthree (3) years. If policy contains an exclusion for dishonest or criminal acts, defense coverage for the sameshall be provided.

Crime Insurance: Consultant shall agree to maintain Crime Insurance in limits not less $2,000,000 per loss foremployee theft, theft of monies and securities, forgery or alteration, and funds transfer fraud. The City of PortSt. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City.Coverage shall apply on a primary basis.

Cyber Liability: Consultant shall agree to maintain Cyber Liability in limits not less$1,000,000 Per Occurrencefor direct loss, legal liability and consequential loss resulting from cyber security breaches. Coverage to includecoverage for Privacy & Security Liability, Security Breach Response / Customer Breach Notice Expense, CyberExtortion and Electronic Media Liability. The City of Port St. Lucie must be listed as an additional insured. Awaiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary basis.

Waiver of Subrogation: The Consultant shall agree by entering into this Contract to a Waiver of Subrogationfor each required policy. When required by the insurer, or should a policy condition not permit an Insured toenter into a pre-loss Contract to waive subrogation without an endorsement then Consultant shall agree to notifythe insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others,or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy where a condition to thepolicy specifically prohibits such an endorsement, or voids coverage should Consultant enter into such aContract on a pre-loss basis.

Deductibles: All deductible amounts shall be paid for and be the responsibility of the Consultant for any and allclaims under this Contract. Where an SIR or deductible exceeds $5,000, the City of Port St. Lucie reserves theright, but not obligation, to review and request a copy of the bidder's most recent annual report or auditedfinancial statement.

It shall be the responsibility of the Consultant to ensure that all independent Consultants and/or sub-Consultantscomply with the same insurance requirements referenced above.

The Consultant may satisfy the minimum limits required above for either Commercial General Liability,Business Auto Liability, and Employers' Liability coverage under Umbrella or Excess Liability. The Umbrellaor Excess Liability shall have an Aggregate limit not less than the highest "Each Occurrence" limit for eitherCommercial General Liability, Business Auto Liability, or Employers' Liability. When required by the insurer,

SRFP 20180184

Page 20 of38

Final

Auditing Services

City of Port St. Lucie, Florida

or when Umbrella or Excess Liability is written on Non-Follow Form," the City shall be endorsed as an"Additional Insured."

The City, by and through its Risk Management Department, reserves the right, but not obligation, to review,modify, reject, or accept any required policies of insurance including limits, coverages or endorsements, hereinfrom time to time throughout the term of this contract. All insurance car riers must have an AM Best rating of atleast A: VII or better.

A failure on the part of the Consultant to execute the contract and/or punctually deliver the required insurance,and other documentation may be cause for annulment of the award.

SECTION IXACTS OF GOD

The Consultant shall be responsible for all preparation of the site for Acts of God, including but notlimited to; earthquake, flood, tropical storm, hur ricane or other cataclysmic phenomenon of nature, rain, wind orother natural phenomenon of normal intensity, including extreme rainfall. No reparation shall be made to theConsultant for damages to the Work resulting from these Acts. The City is not responsible for any costsassociated with pre or post preparations for any Acts of God.

Emergencies - In the event of emergencies affecting the safety of persons, the work, or property, at the site oradjacent thereto, the Contractor, or his designee, without special instruction or authorization from the City, isobligated to act to prevent threatened damage, injury or loss. In the event such actions are taken, the Contractorshall promptly give to the City written notice and contact immediately by phone, of any significant changes inwork or deviations from the Contract documents caused thereby, and if such action is deemed appropriate by theCity a written authorization signed by the City covering the approved changes and deviations will be issued.

SECTION XPROHIBITION AGAINST FILING OR MAINTAINING LIENS AND SUITS

Subject to the laws of the State of Florida and of the United States, neither Consultant nor any Sub-Consultant supplier of materials, laborer or other person shall file or maintain any lien for labor or materialsdelivered in the performance of this Contract against the City. The right to maintain such lien for any or all ofthe above parties is hereby expressly waived.

SECTION XICOMPLIANCE WITH LAWS

The Consultant shall give all notices required by and shall otherwise comply with all applicable laws,ordinances, and codes and shall, at his own expense, secure and pay the fees and charges for all permits requiredfor the performance of the Contract. All materials furnished and works done are to comply with all federal,state, and local laws and regulations. Consultant will comply with all requirements of 28 C.F.R. § 35.151.Consultants and Sub-Consultant, shall comply with § 119.0701, Fla. Stat. (2013). The Consultant and Sub-Consultant, are to allow public access to all documents, papers, letters, or other material made or received bythe Consultant in conjunction with this Contract, unless the records are exempt from Art. I, § 24(a), Fla. Const.and § 119.07(1) (a), Fla. Stat. (2013). Pursuant to § 119.10(2)(a), Fla. Stat. (2013), any person who willfullyand knowingly violates any of the provisions of Ch. 119, Laws of Fla., commits a misdemeanor of the firstdegree, punishable as provided in § 775.082 and § 775.083 Fla. Stat. (2013).

SRFP 20180184

Pa ge 21 of38

Final

Auditing Services

City of Port St. Lucie, Florida

RECORDS

The City of Port St. Lucie is a public agency subject to Chapter 119, Florida Statutes. The Contractor shallcomply with Florida's Public Records Law. CONTRACTOR'S RESPONSIBILITY FOR COMPLIANCEWITH CHAPTER 119, FLORIDA STATUTES. Pursuant to Section 119.0701, F.S.

Contractor agrees to comply with all public records laws, specifically to:

Keep and maintain public records required by the City in order to perform the service;1. The timeframes and classifications for records retention requirements must be in accordance with the

General Records Schedule GS1-SL for State and Local Government Agencies. (see

http 'dos.dac.s1^te.fl.us library r^,clures;`records n^ntrugentenT rimer(1/-recorCL,-xche'ili1lec.).

2. During the term of the contract, the Contractor shall maintain all books, reports and records in accordancewith generally accepted accounting practices and standards for records directly related to this contract. Theform of all records and reports shall be subject to the approval of the City.

3. Records include all documents, papers, letters, maps, books, tapes, photographs, films, soundrecordings, data processing software, or other material, regardless of the physical form, characteristics,or means of transmission, made or received pursuant to law or ordinance or in connection with thetransaction of official business with the City. Contractor's records under this Contract include but arenot limited to, supplier/subcontractor invoices and contracts, project documents, meeting notes, emailsand all other documentation generated during this Agreement.

4. The Contractor agrees to make available to the City, during normal business hours all books of account,reports and records relating to this contract.

5. A Contractor who fails to provide the public records to the City within a reasonable time may also besubject to penalties under Section 1 19.10, Florida Statutes.

Upon request from the City's custodian of public records, provide the public agency with a copy of therequested records or allow the records to be inspected or copied within a reasonable time at a cost that does notexceed the cost provided in this chapter or as otherwise provided by law.

Ensure that public records that are exempt or confidential and exempt from public records disclosurerequirements are not disclosed except as authorized by law for the duration of the contract term and followingcompletion of the contract if the contractor does not transfer the records to the City.

Upon completion of the contract, transfer, at no cost to the City, all public records in possession of theContractor, or keep and maintain public records required by the City to perform the service. If the Contractortransfers all public records to the City upon completion of the contract, the Contractor shall destroy anyduplicate public records that are exempt or confidential and exempt from public records disclosurerequirements. If the Contractor keeps and maintains public records upon completion of the contract, theContractor shall meet all applicable requirements for retaining public records. All records stored electronicallymust be provided to the City, upon request from the City's custodian of public records in a format that iscompatible with the information technology systems of the City.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OFCHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TOSRFP 20180184

Page 22 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THECUSTODIAN OF PUBLIC RECORDS AT:

CITY CLERK121 SW Port St. Lucie Blvd.

Port St. Lucie, FL 34984

(772) 871 5157

prr cecityofpsl.com

SECTION XIICLEANING UP

N/A

SECTION XIIIINSPECTION AND CORRECTION OF DEFECTS

In order to determine whether the required material has been delivered or the required work performed inaccordance with the terms and conditions of the Contract documents, the Project Manager shall make inspectionas soon as practicable after receipt from the Contractor of a Notice of Performance or delivery ticket. If suchinspection shows that the required material has been delivered and required work performed in accordance withterms and conditions of the Contract documents and that the material and work is entirely satisfactory, theProject Manager shall approve the invoice when it is received. Thereafter the Contractor shall be entitled topayment, as described in Section III. If, on such inspection the Project Manager is not satisfied, he shall aspromptly as practicable inform the parties hereto of the specific respects in which his findings are not favorable.The Contractor shall then be afforded an opportunity to correct the deficiencies so pointed out at no additionalcharge to the City, and otherwise on terms and conditions specified by the Project Manager. Such examination,inspection, or tests made by the Project Manager, shall not relieve Contractor of its responsibility to remedy anydeviation, deficiency, or defect.

Authority - The Contractor(s) are hereby informed that City inspectors are not authorized to alter, revoke,enlarge, or relax the provisions of these specifications. They are not authorized to approve or accept anyportion of the completed work, or instructions contrary to the specifications. An inspector is placed on theproject (or sent to the location of materials) to inspect materials being used in the work and to observe themanner in which the work is being performed and to report the progress of the work to the City. The inspectorshall have the authority to reject defective materials or suspend any work that is being improperly done subjectto the final decision of the City.

Notification - The Contractor(s) shall be responsible to give twenty-four (24) hour notification to the City,when observations are required.

Deductions - In the event the City deems it expedient to perform work which has not been done by theContractor as required by these Specifications, or to correct work which has been improperly and/orinadequately performed by the Contractor as required in these Specifications, all expenses thus incurred by theCity, at the City's option, will be invoiced to the Contractor and/or deducted from payments due to theContractor. Deductions thus made will not excuse the Contractor from other conditions contained in theContract.

SRFP 20180184

Page 23 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

SECTIONXIVADDITIONAL REQUIREMENTS

In the event of any conflict between the terms and conditions, appearing on any purchase order issuedrelative to this Contract, and those contained in this Contract and the Specifications herein referenced, the termsof this Contract and Specifications herein referenced shall apply.

City's Public Relations Image - The Consultant's personnel shall at all times handle complaints and anypublic contact with due regard to the City's relationship with the public. Any personnel in the employ of theConsultant involved in the execution of work that is deemed to be conducting him/her self in an unacceptablemanner shall be removed from the project at the request of the City Manager.

Dress Code - All personnel in the employ of the Consultant(s) shall be appropriately attired. Employeesengaged in the course of work shall wear company uniforms neat and clean in appearance, readily identifiableto all City employees and the public. No tee shirts with obscene pictures or writings will be allowed.Swimsuits, tank tops, shorts and sandals are also prohibited. Safety toed shoes shall be worn at all times.

Patent Fees, Royalties, and Licenses - If the Consultant requires or desires to use any design, trademark,device, material or process covered by letters of patent or copyright, the Consultant and his surety shallindemnify and hold harmless the City from any and all claims for infringement in connection with the workagreed to be performed. The Consultant shall indemnify the City from any cost, expense, royalty or damagewhich the City may be obligated to pay by reason of any infringement at any time during the prosecution of orafter completion of the work.

Cooperative Purchasing Agreement - This contract may be expanded to include other governmental agenciesprovided a cooperative purchasing agreement exists or an inter-local agreement for joint purchasing existsbetween the City of Port St. Lucie and other public agencies. Consultant(s) may agree to allow other publicagencies the same items at the same terms and conditions as this contract, during the period of time that thiscontract is in effect. Each political entity will be responsible for execution of its own requirements with theConsultant.

Contractual Relations - The Consultant(s) are advised that nothing contained in the contract or specificationsshall create any contractual relations between the City and Sub-Consultant of the Consultant(s).

Standard Production Items - All products offered must be standard production items that have been availableto the trade for a period of not less than two (2) years and are expected to remain available in future years.

SECTION XVASSIGNMENT

Consultant shall not delegate, assign or subcontract any part of the work under this Contract or assign anymonies due him hereunder without first obtaining the written consent of the City.

SECTION XVITERMINATION, DELAYS AND LIQUIDATED DAMAGES

If the Consultant refuses or fails to prosecute the work with such diligence as will insure its completionwithin the time specified in this Contract, or as may be modified in accordance with this Contract, the City bywritten notice to the Consultant, may terminate Consultant's rights to proceed. On such termination, the City

SRFP 20180184

Page 24 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

may take over the work and prosecute the same to completion, by contract or otherwise, and the Consultant andhis sureties shall be liable to the City for any additional cost incurred by it in its completion of the work.

The City may terminate this Contract with or without cause by giving the Consultant thirty (30) days'notice in writing. Upon delivery of said notice, the Consultant shall discontinue all services in connection withthe performance of this Contract and shall proceed to promptly cancel all related existing third party contracts.Termination of the Contract by the City pursuant to this paragraph shall terminate all of the City's obligationshereunder, and no charges, penalties or other costs shall be due Consultant except for work timely completed.

The obligation to provide further services under this Contract may be terminated by either party uponthirty (30) days written notice in the event of substantial failure by the other party to perform in accordancewith the terms hereof through no fault of the terminating party. In the event of any termination, the tenninatingparty will be paid all compensation earned for services performed through the date of cancellation.

SECTION XVIILAW, VENUE AND WAIVER OF JURY TRIAL

This Contract is to be construed as though made in and to be performed in the State of Florida and is tobe governed by the laws of Florida in all respects without reference to the laws of any other state or nation. Thevenue of any action taken to enforce this Contract shall be in St. Lucie County, Florida.

The Parties to this Contract hereby freely, voluntarily and expressly, waive their respective rights to trialby jury on any issues so triable after having the opportunity to consult with an attorney.

SECTION XVIIIAPPROPRIATION APPROVAL

The Consultant acknowledges that the City of Port St Lucie's performance and obligation to pay underthis Contract is contingent upon an annual appropriation by the City Council. The Consultant agrees that, in theevent such appropriation is not forthcoming, this Contract may be terminated by the City and that no charges,penalties or other costs shall be assessed.

SECTION XIXTRUTH-IN-NEGOTIATIONS

In accordance with the provisions of Section 287.055, Florida Statutes, the Consultant agrees to executea truth-in-negotiations certificate and agrees that the original Contract price and any additions may be adjustedto exclude any significant sums by which the Contract price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs.

SECTION XXCONFLICT OF INTEREST

The City hereby acknowledges that the Consultant may be performing professional services for privatedevelopers within the Treasure Coast area. Should a conflict of interest arise between providing services to theCity and/or other clients, the Consultant shall terminate its relationship with the other client to resolve theconflict of interest. The City Manager shall determine whether a conflict of interest exists. At the time of eachProject Proposal the Consultant shall disclose all of its Treasure Coast clients and related Scope of Work.

SRFP 20180184

Page 25 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

SECTION XXIIPROHIBITION AGAINST CONTINGENT FEES

The Consultant warrants that he or she has not employed or retained any company or person, other thana bona fide employee working solely for the Consultant to solicit or secure this Contract and that he or she hasnot paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fideemployee working solely for the Consultant any fee, commission, percentage, gift, or other considerationcontingent upon or resulting from the award or making of this Contract.

SECTION XXIIATTORNEY'S FEES

If this matter is placed in the hands of an attorney for collection, or in the event suit or action isinstituted by the City to enforce any of the terms or conditions of the Contract, Consultant shall pay to the City,in such suit or action in both trial court and appellate court, the City's costs, and reasonable attorney's fees forthe anticipated cost of collection and judgment enforcement.

SECTION XXIIICODE OF ETHICS

Consultant warrants and represents that its employees will abide by any applicable provisions of theState of Florida Code of Ethics in Chapter 112.311 et seq., Florida Statutes, and Code of Ethics Ordinances inSection 9.14 of the City of Port St. Lucie Code.

SECTION XXIVPOLICY OF NON-DISCRIMINATION

Consultant shall not discriminate against any person in its operations, activities or delivery of servicesunder this Contract. Consultant shall affirmatively comply with all applicable provisions of federal, state andlocal equal employment laws and shall not engage in or commit any discriminatory practice against any personbased on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mentaldisability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery.

SECTION XXVSEVERABILITY

The Parties to this Contract expressly agree that it is not their intention to violate any public policy,statutory or common law rules, regulations, or decisions of any governmental or regulatory body. If anyprovision of this Contract is judicially or administratively interpreted or construed as being in violation of anysuch policy, rule, regulation, or decision, the provision, sections, sentence, word, clause, or combination thereofcausing such violation will be inoperative (and in lieu thereof there will be inserted such provision, section,sentence, word, clause, or combination thereof as may be valid and consistent with the intent of the Partiesunder this Contract) and the remainder of this Contract, as amended, will remain binding upon the Parties,unless the inoperative provision would cause enforcement of the remainder of this Contract to be inequitableunder the circumstances.

SRFP 20180184

Page 26 of38

Final

Auditing Services

City of Port St. Lucie, Florida

SECTION XXVI

ENTIRE AGREEMENT

The written terms and provisions of this Contract shall supersede any and all prior verbal or writtenstatements of any official or other representative of the City. Such statements shall not be effective or beconstrued as entering into, or forming a part of, or altering in any manner whatsoever, this Contract or Contractdocuments.

Balance of Page Left Blank

SRFP 20180184

Page 27 of38

Final

Auditing Services

City of Port St. Lucie, Florida

TRUTH-IN-NEGOTIATIONCERTIFICATE ANDAFFIDAVIT

STATE OF FLORIDACOUNTY OF

Before me, the undersigned authority, personally appeared affiant who being first duly sworn, deposes and says:

1. That the undersigned firm is furnishing this Truth in Negotiation Certificate pursuant to Section287.055(5)(a) of the Florida Statutes for the undersigned firm to receive an agreement for professional serviceswith the City of Port St. Lucie, St. Lucie County, Florida.

2. That the undersigned firm is a corporation which engages in furnishing Auditing Services and isentering into an agreement with the City of Port St. Lucie, St. Lucie County, Florida to provide professionalservices for a project known as #20180184-LS, Auditing Services

3. That the undersigned firm has furnished the City of Port St. Lucie, St. Lucie County, Florida adetailed analysis of the cost of the professional services required for the project.

4. That the wage rate information and other factual unit cost, which the undersigned firm furnished,were accurate, complete and current at the time the undersigned firm and the City of Port St. Lucie entered intothe agreement for professional services on the project.

5. That the agreement which the undersigned firm and the City of Port St. Lucie entered into on thisjob contained a provision that the original agreement price and any additions thereto shall be adjusted to includeany significant sums by which the City of Port St. Lucie determines the agreement price was increased due toinaccurate, incomplete or non-current wage rates or other factual unit cost and that all such agreementadjustments shall be made within one (1) year following the end of the agreement.

FURTHER AFFIANT SAYETH NAUGHT

Name of Firm

By:

President

The foregoing instrument was acknowledged before me by who is personally known to me.

WITNESS my hand and official seal in the State of County last aforesaid this the day of2018.

(SEAL)Signature

Notary Name (typed or printed)

Title or Rank

SRFP 20180184

Page 28 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

IN WITNESS WHEREOF, the parties have executed this contract at Port St. Lucie, Florida, the day and yearfirst above written.

CITY OF PORT ST. LUCIE FLORIDA

By:City Manager

ATTEST:By:

City Clerk

By:(Authorized Representative of)

State of:

County of:

Before me personally appeared:(Please print)

Please check one:

Personally known

Produced Identification: (Type of identification)

Identification No.

and known to me to be the person described in and who executed the foregoing instrument, and acknowledgedto and before me that executed said instrument for the purposes therein expressed.

(s/he)

WITNESS my hand and official seal, this

day of , 2018.

(Seal)

Page 290f38

Final

Notary Signature

Notary Public State of at Large.

My Commission Expires

SRFP 20180184

Auditing Services

City of Port St. Lucie, Florida

Bid Reply

SRFP-Bid #20180184AUDITING SERVICES

It is understood and agreed that the following information is to be used by the City of Port St. Lucie todetermine the qualifications of personnel and firm as presented in this document. The Proposer waives anyclaim against the City that might arise with respect to any decision concerning the qualifications of the Proposeror the personnel of the Proposer.

The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, theundersigned hereby authorizes any public official, Consultant, Surety, bank material or equipment manufactureror distributor, or any person, firm or corporation to furnish the City of Port St. Lucie any Pertinent informationrequested by the City deemed necessary to vary the information on this questionnaire.

Dated this day of , 2018

Name of Organization / Proposer

COMPANY NAME:

DIVISION OF:

PHYSICAL ADDRESS:

MAILING ADDRESS:

CITY, STATE, ZIP CODE:

TELEPHONE NUMBER: ( )

CONTACT PERSON:

ORGANIZATIONALPROFILE: (complete all appropriate information)

Is the firm incorporated? Yes--No If yes, in what state?

President

Vice President

Treasurer

1. How long in present business:

2. Is firm a minority business: Yes--No;

FAX NO. ( )

E-MAIL:

How long at present location:

Page 30 of 38

FinalSRFP 20180184

Auditing Services

City of Port St. Lucie, Florida

3. Does firm have a drug-free workplace program: Yes No

If no, is your company planning to implement such a program?

4. ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have beenreceived and are included in its proposal/bid:

Addendum Number

Date Issued

(This is a word document please add space as needed.)

5. Firm's office address, telephone, fax number, e-mail address and contact person for this project.(This is a word document add lines as needed)

6. Where is your assigned staff's office located for this Audit. Please provide personnel names who will act as aback-up in the event the assigned personnel can't be reached.

(This is a word document add lines as needed)

7. List all proposed personnel assigned to this project, including title, certifications, and years of experience forgovernment auditing. (If using Sub contractors please identify as such)

(This is a word document add lines as needed)

8. List past five (5) years of litigation history.(This is a word document add lines as needed)

Staff Name Title YearsExperience Licenses Certifications/ CPE Planned

Continuing Ed

YearCase ExplanationDisposition

SRFP 20180184

Page 31 of38

Final

Auditing Services

City of Port St. Lucie, Florida

9. List the AUDITING projects awarded, by other government agencies, to your firm in past 12 months thatwere similar to size, and scope of this project. (Do not use City of Port St Lucie projects)

10. The Audit firm is a member of the Government Finance Association (GFOA) or the Florida GFOAWhich Association

11. The firm is a member of the American Institute of Certified Public Accountants and the Florida Institute ofCertified Public Accountants.

12. The firm and proposed assigned staff is independent of the City by generally accepted auditing standardsand Government auditing standards.

13. Does your firm accept payment by Credit Card (yes or no)?

14. List any potential, actual or perceived conflicts of interest in connection with the proposal; (If none, sostate).

15. Cost Proposal: All rates are to include all expenses including reimbursable items (postage, copies, and otherincidental items), travel and overhead.

YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 TOTAL (5 YEARS)

Define Hourly rate for Additional Audit Services.

ITEMHOURLY

RATE

PARTNERS S

MANAGERS S

SUPERVISORYSTAFF

S

OTHER(SPECIFY)

S

Type Audit

Date of Award

Responsibility

Is Work Completed?

Amount of Contract

Total Amount

SRFP 20180184

Page 32 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

16. Proposers shall submit the most recent copy of the firms "Peer Review Documents", this must accompanyyour bid submission. Note: The format must follow the standard set forth by the AICPA and FICPA.

Balance of Page Left Blank

SRFP 20180184

Page 33 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

CERTIFICATION:

This SRFP-Bid is submitted by: Name (print) who is anofficer of the above firm duly authorized to sign proposals and enter into contracts. I certify that this SRFP-Bid#20180184 is made without prior understanding, agreement, or connection with any corporation, firm, or personsubmitting a proposal for the same materials, supplies, or equipment, and is in all respects fair and withoutcollusion or fraud.

The proposer understands that information contained in this Bid Reply will be relied upon by City in awardingthe proposed Contract and such information is warranted by the proposer to be true. The undersigned proposeragrees to furnish such additional information, prior to acceptance of any proposal relating to the qualificationsof the proposer, as may be required by the City.

I certify that the information and responses provided on this Bid Reply are true, accurate and complete. TheCity may contact any entity or reference listed in this Bid Reply. Each entity or reference may make anyinformation concerning the Consultant available to the City.

I agree to abide by all conditions of this SRFP-Bid.:

Signature

Title

If a corporation renders this SRFP-Bid, the corporate seal attested by the secretary shall be affixed below. Anyagent signing this SRFP-Bid shall attach to this form evidence of legal authority.

Witnesses:

If Partnership:

Print name

Print Name of Firm

By:(General Partner)

Print nameIf Corporation:

If Individual:

Print Name of Corporation

By:Signature

(President)Attest:

Print Name

(Secretary)

SRFP 20180134

Page 34 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected] .

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP Number: 20180184

Title: Auditing Services

Bidder/Respondent:

Reference:Email:Person to contact:

Telephone #:Fax #:

SRFP 20180184

Page 35 of38

Final

Auditing Services

City of Port St. Lucie, Florida

CITY OF PORT ST. LUCIE, FLORIDASRFP-Bid #20180184

Auditing Services

STATE OF FLORIDAE-VERIFY

375-040-68PROCUREMENT

06/1

Contract No:

Financial Project No(s):

Project Description:

Vendor/Consultant acknowledges and agrees to the following:

Vendor/Consultant:

1. Shall utilize the U.S. Department of Homeland Security's E-Verify system toverify the employment eligibility of all new employees hired by theVendor/Consultant during the term of the contract; and

2. Shall expressly require any subcontractors performing work or providingservices pursuant to the state contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify theemployment eligibility of all new employees hired by the subcontractorduring the contract term.

Company/Firm:

Authorized Signature:

Title:

Date:

SRFP 20180184

Page 36 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

DRUG-FREE WORKPLACE FORM

The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies thatdoes:

(Name of Business)

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying theactions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.

3.

Give each employee engaged in providing the commodities or contractual services that are underproposal a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or contractual services that are under proposal, the employee will abide bythe terms of the statement and will notify the employer of any conviction of, or plea of guilty ornolo contendere to, any violation of Chapter 893 Florida Statutes or of any controlled substancelaw of the United States or any state, for a violation occurring in the workplace no later than five(5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community, by any employee who isso convicted.

6.

Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the aboverequirements.

Bidder's Signature

Date

SRFP 20180184

Page 37 of 38

Final

Auditing Services

City of Port St. Lucie, Florida

CHECKLIST

SRFP-Bid #20180184AUDITING SERVICES

This checklist is provided to assist Bidders in the preparation of their bid response. Included in this checklistare important requirements that are the responsibility of each Bidder to submit with their response in order tomake their bid response fully compliant. This checklist is only a guideline -- it is the responsibility of eachBidder to read and comply with the Invitation to Bid in its entirety.

Documents uploaded in one (1) .pdf file and in order of the Bid Reply SRFP-Bid #20180184,Certified Minority Business Certificate (if applicable), Local preference documents (if applicable) W9,current Certificate of Insurance, current License, five (5) reference forms, E-Verify Statement, DrugFree and Check list onto Demandstar by the due date and time.

All questions on the Bid Reply are complete and thoroughly answered

Each Bid Addendum (when issued) is acknowledged

Have reviewed the Contract and accept all City Terms and Conditions

After review of uploaded documents on DemandStar by Onvia web site selected theSubmit button at bottom of page.

SRFP 20180184

Page 38 of 38

Final

TRUTH-IN-NEGOTIATIONCERTIFICATE ANDAFFIDAVIT

STATE OF FLORIDA

§COUNTY OF § ST. LUCIE

Before me, the undersigned authority, personally appeared affiant Christine E. Noll-Rhanwho being first duly sworn, deposes and says:

1. That the undersigned firm is furnishing this Truth in Negotiation Certificate pursuant to Section287.055(5)(a) of the Florida Statutes for the undersigned firm to receive an agreement for professional serviceswith the City of Port St. Lucie, St. Lucie County, Florida.

2. That the undersigned firm is a corporation which engages in furnishing Auditing Services and isentering into an agreement with the City of Port St. Lucie, St. Lucie County, Florida to provide professionalservices for a project known as #20180184-LS, Auditing Services

3.

That the undersigned firm has furnished the City of Port St. Lucie, St. Lucie County, Florida adetailed analysis of the cost of the professional services required for the project.

4. That the wage rate information and other factual unit cost, which the undersigned firm furnished,were accurate, complete and current at the time the undersigned firm and the City of Port St. Lucie entered intothe agreement for professional services on the project.

5. That the agreement which the undersigned firm and the City of Port St. Lucie entered into on thisjob contained a provision that the original agreement price and any additions thereto shall be adjusted to includeany significant sums by which the City of Port St. Lucie determines the agreement price was increased due toinaccurate, incomplete or non-current wage rates or other factual unit cost and that all such agreementadjustments shall be made within one (1) year following the end of the agreement.

FURTHER AFFIANT SAYETH NAUGHTCan, Riggs & Ingram, LLC

Name of Firm

Mal 4144iA

By:

Partner

The foregoing instrument was acknowledged before me by Christine Noll-Rhan, who is personally known tome.

WITNESS my hand and official seal in the State of County last aforesaid this.2 the day of

Cynthia L. McGregorNOTARY PUBLIC

SignatureSTATE OF FLORIDACanrnk FF1a1796Expires xI2112018

Notar' Name (typed or printed

Title or Rank

2018.

SRFP 20180184

Page 1 of 24

Final

IN WITNESS WHEREOF, the parties have executed this contract at Port St. Lucie, Florida, the day and yearfirst above written.

CITY OF PORT ST. LUCIE FLORIDA

By:City Manager

ATTEST:By:

City Clerk

By:(Authorized Representative of)

State of:

County of:

Before me personally appeared:

(Please print)Please check one:

Personally known

Produced Identification:(Type of identification)

Identification No.

and known to me to be the person described in and who executed the foregoing instrument, and acknowledgedto and before me that executed said instrument for the purposes therein expressed.

(s/he)

WITNESS my hand and official seal, this day of , 2018.

Notary Signature

Notary Public State of at Large.

My Commission Expires(Seal)

SRFP 20180184

Page 2 of 24

Final

Bid Reply

SRFP-Bid #20180184AUDITING SERVICES

It is understood and agreed that the following information is to be used by the City of Port St. Lucie todetermine the qualifications of personnel and firm as presented in this document. The Proposer waives anyclaim against the City that might arise with respect to any decision concerning the qualifications of the Proposeror the personnel of the Proposer.

The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, theundersigned hereby authorizes any public official, Consultant, Surety, bank material or equipment manufactureror distributor, or any person, firm or corporation to furnish the City of Port St. Lucie any Pertinent informationrequested by the City deemed necessary to vary the information on this questionnaire.

Dated this 6th day of August, 2018

Carr, Riggs & Ingram, LLCName of Organization / Proposer

COMPANYNAME:

Carr, Riggs & Ingram, LLC

DIVISION OF:

PHYSICAL ADDRESS: 33 Southwest Flagler Avenue, Stuart FL 34994

MAILING ADDRESS: 33 Southwest Flagler Avenue

CITY, STATE, ZIP CODE: Stuart FL 34994

TELEPHONE NUMBER: (772) 283-2356

FAX NO.: (772) 287-1887

CONTACT PERSON: Christine E. Noll-Khan E-MAIL: cnollrhan(cricpa.com

ORGANIZATIONAL PROFILE: (complete all appropriate information)

Is the firm incorporated? Yes

If yes, in what state? Alabama

William H. CarrManaging Partner

Brian BarksdaleExecutive Director

Kelly BollingerExecutive Director

Scott ShumpertExecutive Director

Jennifer ChristensenExecutive Director

SRFP 20180184

Page 3 of 24

Final

1. How long in present business: 21years How long at present location: 44 years

Carr, Riggs & Ingram, LLC (CRI) sincerely appreciates the opportunity to submit this proposal to provide independentaudit services to the City of Port St. Lucie, Florida (the City). It would be an honor to work with you, and assist you inmeeting the City 's financial reporting and compliance requirements. Beyond those requirements, we are committed tobringing additional value to our relationship with the City by providing ongoing advice regarding appropriateaccounting principles and their application, consultation about accounting issues that may arise, and recommendationsfor your consideration regarding internal controls (including information technology general controls and informationtechnology application controls) and best practices. All terms and conditions of the RFP are understood andacknowledged. We are committed to completing the work and providing the required reports on time.

We believe that we are well positioned to provide these services for the City:

• CR1 was established in 1997, with roots going back to 1972, and is a major certified public accounting firm, ranked19th in size nationally, employing over 1,800 accounting, auditing, tax, and consulting professionals. The Stuart officeof Proctor, Crook, Crowder & Fogal has been in business for 44 years and merged into CRI in February of 2017.

• CRI ' s roots are in Florida and the South, yet our clients are located throughout the U.S., with clients in all 50 states.

• CRI ' s partners and staff possess broad knowledge and deep experience in the area of governmental accounting,auditing, and consulting.

• We currently provide these services to over 200 governments in Florida including 18 Florida counties and over 37municipalities in the state. We believe that CRI is the best qualified firm to audit the City of Port St. Lucie due to ourextensive experience and depth of knowledge in Florida City auditing. Additionally, our prior experience with auditinggovernments will allow us to be more efficient and effective.

• CR1 has a significant presence in Florida, with 21 local offices staffed by over 300 professionals. Offices in Florida arelisted below. Your audit will be staffed by the Stuart and Melbourne office.

Bradenton

CrestviewDestin

Fort PierceFort Walton Beach

GainesvilleJacksonville

MariannaMelbourne

NicevilleOrlando

PalatkaPalm Beach Gardens

Panama CityPanama City Beach

Port St. LucieSarasota

St. AugustineStuart

TallahasseeTampa Bay

• CRI will bring a fresh approach to the City's audit.

• CRI's audit practice is heavily oriented to the public sector. Over 40% of our audit clients throughout the Southeastare audited under Government Audit Standards issued by the Government Accountability Office (Yellow Book). Noother firm in Florida can match the government experience of CRI.

• CRI's partners are active members of the team throughout the audit process. They will be "in the field" working andsupervising other members of the team. We have a proposed team of auditors who are all experienced inperforming government audits and will not need to be trained by your personnel.

SRFP 20180184

Page 4 of 24

Final

We welcome the opportunity to demonstrate to you the same teamwork, expertise and responsiveness that have made usone of the fastest growing public accounting firms in the United States. We appreciate your consideration, and weencourage you to contact us with any questions as you review our proposal. This proposal is a firm and irrevocable offer forninety (90) days.

The City of Port St. Lucie will be an important client to CRI. We assure you that you will receive the highest level ofservice.

SRFP 20180184

Page 5 of 24

Final

2. Is firm a minority business: No

3. Does firm have a drug-free workplace program: Yes

If no, is your company planning to implement such a program?

4. ADDENDUM ACKNOWLEDGMENT - Bidder acknowledges that the following addenda have beenreceived and are included in its proposal/bid:

Addendum Number Date Issued1 7-31-20182 8-2-2018

5. Firm's office address, telephone, fax number, e-mail address and contact person for this project.33 Southwest Flagler Avenue, Stuart FL 34994

Phone: 772-283-2356 Fax 772-287-1887

Christine E. Noll-Rhan [email protected]

6. Where is your assigned staffs office located for this Audit? Please provide personnel names who will act asa back-up in the event the assigned personnel can't be reached. The assigned staff's offices are Stuart andMelbourne. The Melbourne office has another governmental audit partner, Yvonne Clayborne and ateam of 7 more audit staff to serve you as needed.

7. List all proposed personnel assigned to this project, including title, certifications, and years of experience forgovernment auditing. (If using Sub contractors please identify as such)

Staff Name TitleYears

ExperienceLicenses Certifications! CPE

PlannedContinuing Ed

Christine Noll-Rhan Engagement Partner 13 years CPAAICPA Advanced Single AuditCert. 260 CPE hours in the last 3years >50 hours/yr

Deborah GoodeEngagement

QualityControl Review Partner 30 years CPA

Diplomate American College ofForensic Examiners245 CPE hours in the last 3 years

>50 hours/yr

T.J. Leahy Relationship Partner 21 years CPA

150+ CPE hours in the last 3years _ >50 hours/yr

Claudine Marcaida Supervising Senior 20 years CPA150+ CPE hours in the last 3years >50 hours'yr

Robert Ryba Supervising Senior 4 years CPACert. Information SystemsAuditor/ 97.5 CPE hours in thelast 3 years >50 hours.'yr

Brandon Lee Senior 3 years126.5+ CPE hours in the last 3years >50 hours/yr

Shane Dougherty Associate 2 years100+ CPE hours in the last 2

years >50 hours/yr

We will make use of the latest audit technologies and techniques in the performance of your audit. We utilize a paperlesscomputer audit software program (Pro Systems Engagement) and a number of standard applications such as Adobe Acrobat andMicrosoft Excel and Word. All of our auditors are equipped with laptop computers and are well-trained in the use of ourcomputer software applications. In addition, if determined to be advantageous as part of our planning procedures, we can alsomake use of certain data analysis software, such as IDEA and Active Data to quickly and accurately import, analyze, sampleand extract financial accounting information to reduce the time your City employees have to spend on the audit.

SRFP 20180184

Page 6 of 24

Final

8. List past five (5) years of litigation history. NONE

9. List the AUDITING projects awarded, by other government agencies, to your firm in past 12 months thatwere similar to size, and scope of this project. (Do not use City of Port St Lucie projects)

Below are the similar engagements in the Stuart and Melbourne offices completed in the past 12 months ofsimilar size and scope.

Type Audit Date of Award Responsibility Is WorkCompleted?

'Amount of Contract

Financial Statement -City of DaytonaBeach, Florida

June 2014 Yvonne Clayborne!Deborah Goode Yes $88,100

Financial Statement -City of Cocoa, Florida July 2007

Christine Noll-Rhan1Deborah Goode Yes $87,000

Financial Statement -City of Melbourne,

Florida August 2011Christine Noll-Rhan/

Deborah Goode Yes $92,000Financial Statement -

City of Palm Bay,Florida May 2014

Christine Noll-Rhan/Deborah Goode Yes $75,000

Financial Statement -City of Daytona Beach

Shores, Florida Aug 2016Yvonne Clayborne/

Deborah Goode Yes $44,500Financial Statement -

City of Fellsmere,Florida Aug 2016

Christine Noll-Rhan/Deborah Goode Yes $39,000

Financial Statement -Town of Indialantic,

Florida April 2016Deborah Goode/

Christine Noll-Rhan Yes $20,500Financial Statement -Town of Indian River

Shores, Florida June 2016Christine Noll-Rhan/

Deborah Goode Yes $26,000Financial Statement -City of New Smyrna

Beach, Florida June 2014Yvonne Clayborne/

Deborah Goode Yes $56,900Financial Statement -City of Okeechobee,

Florida September 2016Deborah Goode/

Christine Noll-Rhan Yes $29,300Financial Statement -City of Rockledge,

Florida August 2016Deborah Goode.!

Yvonne Clayborne Yes $53,045Financial Statement -

City of SatelliteBeach, Florida August 2017

Yvonne Clayborne'Deborah Goode Yes $43,500

Financial Statement -City of West

Melbourne, Florida August 2016Yvonne Claybome 'Christine Noll-Rhan Yes $53,800

Financial Statement -Melbourne TillmanWater Control Dist. December 2016

Deborah Goode/Christine Noll-Rhan Yes $12,000

SRFP 20180184

Page 7 of 24

Final

I

Financial Statement -Sebastian Inlet District

Commission August 2017Christine Noll-Rhan/

Deborah Goode Yes $19,500Financial Statement -

Space Florida September 2017Deborah Goode/

Christine Noll-Rhan Yes $40,500Total Amount 1 $780,645

Below we list Florida governmental entities audited by CRI during the past year. We will be glad to provide contactinformation for any of the governments shown. From the chart you can see that CRI Florida offices assist with at least 22CAFR's each year. In addition, CRI offices in Florida perform approximately 50 single audits each year.

Governmental clients in the State of Florida served by CRI

Services ProvidedTotal

Number ofFunds

TotalRevenue

AnnualAudit

SingleAudit

CAFRAward

VariousConsulting

ServicesCounty Government ClientsAlachua County, Florida 95 $260M 3 3 3Baker County, Florida 37 $29M 3 3Bay County, Florida 31 199M 3 3 3Brevard County, Florida 38 $505M 3Calhoun County, Florida 33 $25M 3 3Clay County, Florida 64 $130M 3 3 3Dixie County, Florida 30 $18M 3 3Escambia County, Florida N/A N/A 3Gilchrist County, Florida 31 $16M 3 3Holmes County, Florida 18 $16M 3 3 3Jackson County, Florida 60 $40M 3 3Jefferson County, Florida 12 $25M 3 3Levy County, Florida 39 $41M 3 3Pasco County, Florida 82 $714M I

3 3 3Putnam County, Florida 52 $87M 3 3 3St. Johns County, Florida 99 $293M 3 3 3Sumter County, Florida 44 $102M 3 3Walton County, Florida 41 $110M 3 3 3 3Washington County, Florida 92 $27M 3 3

Viunicipal Government ClientsCity of Callaway, Florida 6 $13M 3 3 3City of Chiefland, Florida 4 $4M 3 3City of Cocoa, Florida 19 $89M 3 3 3City of Cross City, Florida 2 $2M 3 3City of Daytona Beach, Florida 67 $93M 3 3 3City of Daytona Beach Shores, Florida 6 $17M 3City of Destin, Florida 6 $13M 3 3 3City of Fellsmere, Florida 18 $5M 3City of Gainesville, Florida 86 $130M 3 3 3City of Green Cove Springs, Florida 6 $130M 3 3 3City of Gulfport, Florida 14 $17M 3 3City of Howey-in-the-Hills, Florida 9 $2M 3 3City of Inglis, Florida 3 $2M 3 3City of Jacksonville, Florida 35 $1.78 3 3 3City of Melbourne, Florida* 24 $159M 3 3 3City of Mount Dora, Florida 17 $17M 3City of New Port Richey, Florida 10 $40M 3 3 3City of New Smyrna Beach, Florida* 25 $80M 3 3 3City of Okeechobee, Florida 6 $6M 3City of Palatka, Florida 10 $18M 3 3 3City of Palm Bay, Florida 53 $48 3 3 3City of Port Orange, Florida N/A 3

SRFP 20180184

Page 8 of24

Final

Governmental clients in the State of Florida served by CRI

Services ProvidedTotal

Number ofj

Funds

TotalRevenue

AnnualAudit

SingleAudit

CAFRAward

VariousConsulting

ServicesCity of Rockledge, Florida 8 $26M 3City of Satellite Beach, Florida 9 $11M 3 3 {City of St. Augustine Beach, Florida 4 $13M 3 3City of Tallahassee, Florida 39 $687M 3 V 3City of Treasure Island, Florida 9 $15M 3 3 3City of Webster, Florida I

4 $1M 3 3City of West Melbourne, Florida 7 $20M 3 3City of Wildwood, Florida 5 $10M 3 3City of Yankeetown, Florida 2 $750K 3 3Town of Callahan, Florida 2 $1M 3 VTown of Hastings, Florida 2 $1M 3 3Town of Indialantic, Florida 6 $3M 3Town of Indian River Shores, Florida 9 $7M 3Town of Longboat Key, Florida 32 $24M 3 3 VTown of Welaka, Florida 2 $2M 3 V

School District ClientsCalhoun County School Board, Florida 6 $6631 3 3Florida Virtual School 13 $121M 3 VMonroe County Public Schools, Florida (InternalAccounts)

1 $3M 3

Orange County Public Schools, Florida (InternalAccounts) 1 $43M 3

1

Okaloosa County District School Board, Florida 20 $269M 3 V

1

St. Johns County Public Schools, Florida (InternalAccounts) 20 $11M 3

Pinellas County School District School Board, Florida 20 $225M 3 3Santa Rosa County District School Board, Florida N/A N/A 1 3

i

St. Lucie County School District, Florida (InternalAccounts) 1 $7M 3 3

Walton County School Board, Florida 9 $2M 3;Other Government Clients

Citizens Property Insurance Corporation 1

$2B 3Florida State Fair Authority 1

$17M 3 IFlorida State University School, Inc. 4

$14M 3 l jMelbourne-Tillman Water Control District 1

{

$2M 3Mid Bay Bridge Authority 1

1

$18M 3Miami-Dade Airport Department N/A

N/A 3Sebastian Inlet District Council 1

$2M 3Space Florida

I 1

$26M 3 VSt. Augustine - St. Johns County Airport Authority 1

$3M 3 3St. Johns County Housing Finance Authority 1

j

$2M 3St. Johns County Industrial Development Authority 1

$1001 3

* These two cities utilize Munis software. CRI's Melbourne office has been given read-only access to thecities' Munis software during the course of the audit and is familiar with how to search and lookuptransactions in order to minimize the amount of time the City spends pulling samples and supportingdocumentation.

SRFP 20180184

Page 9 of 24

Final

15. Cost Proposal: All rates are to include all expenses including reimbursable items (postage, copies, and otherincidental items), travel and overhead.

YEAR 1 YEAR 2 TOTAL (5 YEARS)

10. The Audit firm is a member of the Government Finance Association (GFOA) or the FloridaGFOA

Which Association

both

11. The firm is a member of the American Institute of Certified Public Accountants and the Florida Institute ofCertified Public Accountants.

both

12. The firm and proposed assigned staff is independent of the City by generally accepted auditing standardsand Government auditing standards. Yes

13. Does your firm accept payment by Credit Card (yes or no)? Yes

14. List any potential, actual or perceived conflicts of interest in connection with the proposal; (If none, sostate). None

$92,000

$92,000

$95,000

$95,000

$95,000

$469,000

Define Hourly rate for Additional Audit Services.

ITEMHOURLY

RATE

PARTNERS $ 210

MANAGERS $ 150

SUPERVISORYSTAFF

$ 140

SENIOR STAFF S 130

PARAPROFESSIONAL $ 95

16. Proposers shall submit the most recent copy of the firms "Peer Review Documents", this must accompanyyour bid submission. Note: The format must follow the standard set forth by the AICPA and FICPA.

YEAR 3 YEAR 4 YEAR 5

SRFP 20180184

Page 10 of 24

Final

EideBailly

'system Res Lets Repot t

To the Partners of C air. Ri g s, ^C Inetanl. LLCand the National Peet Review C out:nutee

We have re' te:ved the system of q ualms- crucial for the accounting and audttuag ptacttce of C an. Riggs S:L 1gram LLC true rnf - 1 applicable to engagements not sub,ect to PC A0B permanent Intpe.-uon to e:f e--r ft-r thevest ended June 0. 2016 Out peel review was conducted rn accordance with the 5taudatd f: t Per onn rte andRepottin g on Peet Re,:e':v, established by the Peer Review Board of the Ametican Inman:: of Certified Puo-hcAccountants As a pall of our peer revter•:. we consid-red reviews b ; regulatory entitles if applicable. indetermining the nature and extent of our ptocedui es The um is tespont.tble for destgumg a system ofottairt-tcontrol and coutplv:n_ with it to ptovtde the fum with reasonable a„utance of pet fornung and reporting inconfornury with applicable ptofe;sronal standards in all material respects Out tespons:biltrt : to express anopinion on the design of the system of quality control and the firut compliance therewith based on out revie'a.The nanire. objectives. scope. lunrwuous of and the pi ocedute performed us a System Renew are deti:nbed titthe standards at ssyvv arcca cue prsucani

As regtusd by the standards en ga g ements selected for revtety included engagement, pet feinted ctaderGovernment .6trditirtg Srantimitia. audits of employee benefit plans. audits performed undet FDIC Lk andetatnttlatrons of see ice orgatnzat:ou [Service Or g anizations C nuol SOC I and 2 enga gements]

We noted the followin g deficiency drums our review

1 Deficiency - The firm quality control policies and ptocechuet: with respect to engagement performanceincluding en g agement partner review. as well as firm tramntg for partners and staff. do not provideparnets and staff with a means of ensuring that all necessary procedures are performed auditor proceduresperformed ate appropriately documented. in the performance of Single Audit enga gements As a result.we identified performance and documentation deficienctes in each of the Sin g le Audit enga gementsreviewed and us the case of several en ga g ement: deficreuciet such that the enga gements were consideredto not have been performed in accordance with pcofe_sionai standards ul all material respects.

Recommendation - The firm shouldprovrde appropriate trainin g to all firm personnel assi gned to SingleAudit engagements to ensure an understanding of the procedures required to be performed as well asrelated documentation r'equttements We also recommend that the firm consider whether addttionalqutahr.' control policies should be implemented with respect to these engagements. inchtdme arequnenteut ice EQC'R to be performed on all Single Audit en g agement and the establishment of definedqualification re q uirements to tierce as an enga gement partner on Sin gle At:der enga gements.

NWSY

corn

tOt NC, et ma ate 1 .. M°'_araa MS ti:_- T6i:_26t eiif ftta2616.ia __:

SRFP 20180184

Page I I of 24 Final

In our opinion. except for the deficiencte previously described. the s ystem of quality control for the accountingand auditing. practice of Can- R gg . fi Ingram LLC' applicable to en gagements not subj ect to PCAOB permanentinspection m effect for the year ended June 30 2016. has been suitably de:tgued and complied with to provide thefume with reasonable assutance ofpeifoimnn g and repertine in confonmr: with applicable pt fessienal standardin all uraterrnl respects Finns can receive a ratin g cfpas; pa;; t+irii deticteti tYir;j or fail Carr. Ri gg s. & Ingram.LLC has received a peer ie ..ie,c rating of pas; twit dclricierrct

ur!!L .4 L'

Eide Badly LLPMatch - 201 -

We have proactively addressed the Single Audit peer review deficiency and have revamped the process and addedmultiple layers of review. In addition, on your engagement, the engagement partner is a firm-designated single auditspecialist and has obtained the AICPA's advanced single audit certification. Rest assured that your Single Audit will beperformed to the highest quality and attention to detail. It is also important to note there were no engagementswhere the audit opinion previously issued needed to be reissued or that financial statements needed to be restatedas a result of the peer review.

While our peer review report had two findings, we viewed this as an opportunity to make our processes strongerthan any firm by creating an unprecedented monitoring process that allows us to make continuous improvements toour procedures on a real-time basis, and to create a new system which prevents engagements not meeting ourrigorous quality controls standards from being issued.

SRFP 20180184

Page 12 of 24

Final

CERTIFICATION:

This SRFP-Bid is submitted by: Name (print) Christine E. Noll-Rhan who is an officer of the above firmduly authorized to sign proposals and enter into contracts. I certify that this SRFP-Bid #20180184 is madewithout prior understanding, agreement, or connection with any corporation, firm, or person submitting aproposal for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud.

The proposer understands that information contained in this Bid Reply will be relied upon by City in awardingthe proposed Contract and such information is warranted by the proposer to be true. The undersigned proposeragrees to furnish such additional information, prior to acceptance of any proposal relating to the qualificationsof the proposer, as may be required by the City.

I certify that the information and responses provided on this Bid Reply are true, accurate and complete. TheCity may contact any entity or reference listed in this Bid Reply. Each entity or reference may make anyinformation concerning the Consultant available to the City.

I agree to abide by all conditions of this SRFP-Bid.:

a.,ignature

Title

If a corporation renders this SRFP-Bid, the corporate seal attested by the secretary shall be affixed below. Anyagent signing this SRFP-Bid shall attach to this form evidence of legal authority.

By: C 'kckA )Jo11-'Rhv. ► \

(General Partner)

If Corporation:

Print Name of Corporation

By:(President)

Attest:(Secretary)

Partner

Witnesses:

If Partnership:

(DID; Vl4 , &If Can, Riggs & Ingram, LLCPrint narr^e

Print Name of Firm

Prir name

x"1,4

If Individual:

Signature

Print Name

SRFP 20180184

Page 13 of 24

Final

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

SRFP Number: 20180184

Title: Auditing Services

Bidder/Respondent: Carr, Riggs & Ingram, LLC

Reference: City of Okeechobee. Florida Fax #: 863-763-1686Email: iriedel:q cityofokeechobee.com

Telephone #: 863-763-3372 ext 223Person to contact: India Riedel. Finance Director

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected] .

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism _

Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP 20180184

Page 14 of 24

Final

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

SRFP Number: 20180184

Title: Auditing Services

Bidder/Respondent: Carr, Riggs & Ingram, LLC

Reference: City of West Melbourne, Florida Fax #: 321-768-2390Email: mstarkev awestmelbourne.on

Telephone #: 321-837-7775Person to contact:

Margaret Starkey. Finance Director

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected] .

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP 20180184

Page 15 of 24

Final

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

SRFP Number: 20180184

Title: Auditing Services

Bidder,!Respondent:

Carr, Riggs & Ingram, LLC

Reference:

City of Melboume Florida Fax #: 321-953-6338Email: jeff.Townera mlbfl.orf_ Telephone #: 321-608-7010Person to contact:

Jeff Towne, Finance Director

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected] .

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP 20180184

Page 16 of 24

Final

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

SRFP Number: 20180184

Title: Auditing Services

Bidder/Respondent: Cam Riggs & Ingram, LLC

Reference: City of Daytona Beach, Florida

Fax #: 386-671-8085Email: bliss E egdb.us

Telephone #: 386-671-8060Person to contact:

Patricia Bliss, Chief Financial Officer

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected].

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP 20180184

Page 17 of 24

Final

L

CITY OF PORT ST LUCIE121 SW Port St. Lucie BoulevardPort St. Lucie, Florida, 34984772-871-5223

REFERENCE CHECK FORMBidder Instructions: Fill out top portion only.

(Please print or type)

SRFP Number: 20180184

Title: Auditing Services

Bidder/Respondent: Can, Riggs & Ingram, LLC

Reference: City of Tarpon Springs, Florida

Fax #: 727-937-8199Email: rharrinw<<ictstl.us

Telephone #: 727-938-3711Person to contact: Ron Harring, Finance Director

Reference Instructions: The above Bidder has given your name to the City of Port St. Lucie as areference. Please complete the information below and fax within two (2) days to 772-871-7390 or email [email protected] .

Describe the scope of work of the contract awarded by your firm to this Consultant. What type of AuditServices were performed

What is the size of your agency and what services does your agency provide.

Was the audit completed on time and within budget?

How many audits has this consultant completed for you within the past five (5) years?

What problems were encountered (claims)?

How many change orders were requested by this consultant?

How would you rate the contractor on a scale of low (1) to high (10) for the following?

Professionalism Final ProductQualifications CooperationBudget Control Reliability

Would you contract with this Consultant again? Yes [ ]

No [ ]

Maybe [ ]Comments:

Thank you.

SRFP 20180184

Page 18 of 24

Final

CITY OF PORT ST. LUCIE, FLORIDASRFP-Bid #20180184

Auditing Services

STATE OF FLORIDAE-VERIFY

375-040-68PROCUREMENT

06 1

Contract No: #20180184

Financial Project No(s): #20180184-LS

Project Description: Auditing Services

Vendor/Consultant acknowledges and agrees to the following:

Vendor/Consultant:

1. Shall utilize the U.S. Department of Homeland Security's E-Verify system toverify the employment eligibility of all new employees hired by theVendor/Consultant during the term of the contract; and

2. Shall expressly require any subcontractors performing work or providingservices pursuant to the state contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify theemployment eligibility of all new employees hired by the subcontractorduring the contract term.

Company/Firm: Carr, Riggs & Ingram, LLC

Authorized Signature: CL/-t/- [//U 1Title: Partner

Date: August 6, 2018

SRFP 20180184

Page 19 of 24

Final

DRUG-FREE WORKPLACE FORM

The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies thatCarr, Riggs & Ingram, LLC does:

(Name of Business)

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the workplace and specifying theactions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy ofmaintaining a drug-free workplace, any available drug counseling, rehabilitation, and employeeassistance programs, and the penalties that may be imposed upon employees for drug abuseviolations.

3.

Give each employee engaged in providing the commodities or contractual services that are underproposal a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of workingon the commodities or contractual services that are under proposal, the employee will abide bythe terms of the statement and will notify the employer of any conviction of, or plea of guilty ornolo contendere to, any violation of Chapter 893 Florida Statutes or of any controlled substancelaw of the United States or any state, for a violation occurring in the workplace no later than five(5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance orrehabilitation program if such is available in the employee's community, by any employee who isso convicted.

6.

Make a good faith effort to continue to maintain a drug-free workplace through implementationof this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the aboverequirements.

Bidder's SignatureAugust 6, 2018

Date

SRFP 20180184

Page 20 of 24

Final

Form W-9(Rev November 201 7)

Request for Taxpayer Give Form to therequester. Do notsend to the IRS.

Identification Number and CertificationDepartment of the TreasrryInternal Revenue Service ► Go to www.lrs.gov/FormW9 for instructions and the latest Information.

1

Name (as shown on your income tax return). Name is required on this line, do not leave this lino blank

Carr, Riggs & Ingram, LLC2 Business name/disregarded entity name, If different from above

or

puto

p 2,,ce -

0. aw

3 Check aepropriate box for federal tax classification of the person whose name Is entered on line 1

Checkfollowing seven boxes,

only

►Doof the

l e-mem b

q

Trust/estate

one of the

P

4certainInstructors

Exempt

Exempt onsentit as,

on

payee

from(if any)

Exemptioncode

(cedes applynot indwduals,page 3)

code ill a et)

FATCA reportingNIA

only tosee

N/Aq

Individual/solesingle-member

Q

Limited liabilityNote: Check theLLC If the LLCanot h er LLC this d sregarded

proprietor or

El c Corporation

q S Corporation

q PartnershipLLC

company. Enter the tax classification (C=C corporation S=S corporation, P=Partnership)appropriate box in the line above fee the tax c:asslfcation of the s ngle-member owner.

is classified as a single-member LLC that Is disregarded from the owner unless the ownera t i s no t di sregar d e d h am t h e owner f or U S f e d era l tax purposes Oth erw i se, a s i ng

not checkLLC is

er L L Ct h atfrom the owner should check the appropriate box for the lax classil alien of its owner.

q

Other (see instructions)5 Address (.number, street, and apt. or suite no) See instructions

PO Box 312044

Requester ' s name and address foot anal)

6 City. stale. and 2iP code

Enterprise, AL 363317 List acccunt number(s) here (optional)

Part I

Taxpayer Identification Number (TIN)Enter your TIN In the appropriate box. The TIN provided must match the tame given on line 1 to avoid social security numberbackup withholding. For individuals, this is general}, your social security number (SSN). However, for aresident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other - -entities, it is your employer identification number (EIN) If you de not have a number, see How to get aTIN, later.Note: If the account is in more than one name, see the --nstructions for line 1. Also see What Name andNumber To Give the Requester for guidelines on whose number to enter

7 2

1 3 9 6 6 2 1

Part It

CertificationUnder penalties of perjury, I certify that:1.The number shown on this form is my correct taxpayer identittcati:;n number (or I am waiting for a number to be issued to me); and2. I am not subject to backup withholding because: (a) I am exempt from backup wilhnolding, or (b) 1 have not been notified by the Internal Revenue

Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I amno longer subject to backup withholding; and

3.I ant a U.S. citizen or other U.S. person (defined below): and4.The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding becauseyou have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, paymentsother than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.

orEmployer Identification number

iS. person )-U

,/)tV tj Date) ^- ^-Zol C'

SignHere

General InstructionsSection references are to the Internal Revenue Code unless otherwisenoted.Future developments. For the latest information about developmentsrelated to Form W-9 and its instructions, such as legislation enactedafter they were published, go to www.irs.gov/FormW9.

Purpose of FormAn individual or entity (Form W-9 requester) who is re q uired to file aninformation return with the IRS must obtain your correct taxpayeridentification number (TIN) which may be your social security number(SSN), individual taxpayer identification number (ITIN), adoptiontaxpayer identification number (ATIN), or employer identification number(EIN), to report on an information return the amount paid to you, or otheramount reportable on an information return. Examples of informationreturns Include, but are not limited to, the following.• Form 1099-INT (interest earned or paid)

• Form 1099-DIV (dividends, including those from stocks or mutualfunds)• Form 1099-MISC (various types of income, prizes, awards, or grossproceeds)• Form 1099-B (stock or mutual fund sales and certain othertransactions by brokers)• Form 1099-S (proceeds from real estate transactions)• Form 1099-K (merchant card and third party network transactions)• Form 1098 (home mortgage interest), 1098-E (student loan interest),1098-T (tuition)• Form 1099-C (canceled debt)• Form 1099-A (acquisition or abandonment of secured property)

Use Form W-9 only if you are a U.S. person (including a residentalien), to provide your correct TIN.

If you do not return Form W-9 to the requester with a TIN, you mightbe subject to backup withholding. See What Is backup withholding,later.

Cat. No 10231X

Form W-9 (Rev. 11-2017)

SRFP 20180184

Page 21 of 24

Final

ACcRLJ

CERTIFICATE OF LIABILITY INSURANCEDnrE(mMroomrr)

07/31/18

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW.

THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.IMPORTANT:

If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed.

If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s).

PRODUCER CONTACTAon Insurance Services

Vir g inia Drive,Suite 250

NAMEPHONEc No Extl

jAyNolE-MAIL

F or t W as hi ng t on,PA 19034 ADDRESS,INSURER(S) AFFORDING COVERAGE NAIC B

INSURER A:

Continental Casualty Company (CNNINSUREDCarr, Riggs & Ingram, LLC

NSURERS:INSURER C :

901 Boll Weevil Circle INSURER D:Enterprise, AL 36330 INSURER E

_ INSURER F .COVERAGES

CERTIFICATE NUMBER:

REVISION NUMBER:THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED

NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSRLTR

TYPE OF INSURANCE ADD UINSD

SU BRI WVD

POLICY EFF

: POLICY EYPI

POLICY NUMBER

(MM/ODNYYY) (MMIDOIYYYY) LIMITSCOMMERCIAL GENERAL LIABILITY

._.,_, CLAIMS-MADE

GCE .R

GEN'L AGGREGATE LIMIT APPLIES PER'..

EACH OC.:URRENiCE SDAMAGE TO RENTEDPRE'ASESE

ur, en SMED EXP (Any one Fe: son)PERSONAL & ACV IHJRY SGENERAL AGGREGATE S

POLICY

PROJc.C7

LOC

OTHERPRCD.-;CTS. COMP,OP AGG S

SAUTOMOBILE LIABILITY COMBINED SINGLE U r. 1 T

(Ea Eadent) 5ANY AUTOALL OWNEDAUTOSH RED AUTOS

SCHEDULEDI AUTOS

NON OWNEDAUTOS

BOOh_Y INJURY (Per person) 5BODILY IN 'U3Y Per a

dent) -aPROPERTY DAt.1AGE(Per ardenn S

I 5UMBRELLA LIAR

CCCREXCESS LLAB

CLAMS MAD :EACH O'CURRE":CE I 5AGGREGATE

EEO I

RETENTIONSWORKERS COMPENSATIONAND EMPLOYERS' LIABILITY

YINANY PRCPRIETOR,PARTrIERIEXEC.TIV_OFFICEIIMEVBER EXCLUDED?

I

I(Mandatory In NH)t res. Iescrbe under., LSCII ^ TION OF'..JPERATIONS beb:r

NIA

PER

0TH.__LSTATUTE

EREL e4`EACH ACC WENT SE L DISEASE - EA EYPLGYEEE L OSEASE i EELICY LI MIT -

A

Professional Liability Insurance ABF-188082305

01/30/18 08/07/18 $1000,Ocoperclaimand in theannual aggregate

'Limits are as requested

DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHCLES (ACORD 101 Add tonal Remarks Schedule may be attached if more space is required)

CERTIFICATE HOLDER

CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORECity of Port St. Lucie, Florida THE

EXPIRATION

DATE

THEREOF,

NOTICE

WILL

BE

DELIVERED

IN

121 S.W. Port St. Lucie Blvd

Port St. Lucie FL 34984-5099

ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHOR ISED R

FYsENT^1 n [h Q,

©1988-2014 ACORD CORPORATION. All rights reserved.ACORD 25 (2014/01)

The ACORD name and logo are registered marks of ACORD

SRFP 20180184

Page 22 of 24

Final

CARRR-2

OP ID: CPA^OR^

CERTIFICATE OF LIABILITY INSURANCEDATE

D/YYYY)0810106/01/18

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW.

THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.IMPORTANT:

If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s).

PRODUCER

334-347-2631 CONTA CT Jennifer ReynoldsWhittaker-Warren InsuranceP.O. Box 311283

334-393-2345 (A/C, No, Ertl: 334-347-2631

)A, Nel: 334-393 .2345Enterprise, AL 36331Forrest J .Warren a DRESS: [email protected]

INSURERIS) AFFORDING COVERAGE NAILINSURERA:Continental Insurance Company 35289

INSURED

Carr, Riggs, & Ingram, LLC INSURERa:American Casualty Company of 120427P . O. Box 312044Enterprise , AL 36331 INSURER C:

INSURER DINSURER EINSURER F :

COVERAGES

CERTIFICATE NUMBER:THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED.

NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMSEXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS

INSR

ADDLSUBRLTR

TYPE OF INSURANCE

INSR IVND POLICY NUMBER I POLICY EFFJMMIDD/YYYY) I POLICY EXPO!(MSLDOIYYYYI

LIMITSGENERAL LIABILITY

6045711126 01/07118 01/07/19EACH OCCURRENCE

S

1,000,000DAMAGE TO RENTED

500,000PREM,SES (Ea occurrence)

SA

X

COMMERCIAL GENERAL LIABILITYCLAIMS-MADE

X

OCCUR MED EXP (Any one person)

IS

15,000

PERSONAL & ADV INJURY

IS

1,000,000

GENT AGGREGATE LIMIT APPLIES PERGENERAL AGGREGATE

IS

2,000,000

PRODUCTS . COMP/0P AGG I S

2,000,000POLICY F1 PRO

X

LOC}PCT IEmp Ben.

S

1,000,000AUTOMOBILE LIABILITY

A

X

ANY AUTOALL OWNED

I SCHEDULEDAUTOS

AUTOSNON OWNEDHIRED AUTOS

AUTOS

I6045711112 01/07/18

I

01/07119

COMBINED SINGLE LIMIT

1(Ea accident) , 000 ,000

BODILY INJURY (Per person.

S

BODILY INJURY Per accident

S

PROPERTY DAMAGE)Per acc:denl)

S

5((UMBRELLA LIAR

A

I EXCESS LIARX

OCCUR

I

CLAIMS.MADE! 1I6045711143 01107/18 01/07/19

EACH OCCURRENCE

1 S

20,000,000

AGGREGATE

20,000,000DED

X I RETENTIONS

1 0000 SKERS

DAND EMPLOY RS

UABILIITYE X LLQRY LIMITS

! ERB

ANY PROPRIETOR/PARTNER nEXECUTIVEOFFICER'MEMBER EXCLUDED?

NIAj 6045689709 12131117

''.. 12/31/18 E L

1,000,000E

EACH ACCIDENT

S

(Mandatory in NH) j E L DISEASE -EA EMPLOYEE S

1,000,000If yes. desunbe underDESCRIPTION OF OPERATIONS below E L DISEASE -POLICY LIMIT

S

1,000,000

DESCRIPTION OF OPERATIONS' LOCATIONS / VEHICLES (Attach ACORD 101, AddltionaI Remarks Schedule, if morn space Is required)Office Location: 215 Baytree Drive, Melbourne, FL 32940

CERTIFICATE HOLDERCITYSTL

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORECity of Port St. Lucie Florida THE

EXPIRATION

DATE

THEREOF,

NOTICE WILL

BE

DELIVERED

IN,

121 S.W. Port StreetLucie BlvdPort St. Lucie, FL 34984-5099

ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE

ersirA-

8. l Jr -

© 1988-2010 ACORD CORPORATION. All rights reserved.ACORD 25 (2010105)

The ACORD name and logo are registered marks of ACORD

SRFP 20180184

Page 23 of24

Final

CHECKLISTSRFP-Bid #20180184

AUDITING SERVICES

This checklist is provided to assist Bidders in the preparation of their bid response. Included in this checklistare important requirements that are the responsibility of each Bidder to submit with their response in order tomake their bid response fully compliant. This checklist is only a guideline -- it is the responsibility of eachBidder to read and comply with the Invitation to Bid in its entirety.

Al Documents uploaded in one (1) .pdf file and in order of the Bid Reply SRFP-Bid 420180184,Certified Minority Business Certificate (if applicable), Local preference documents (if applicable) W9,current Certificate of Insurance, current License, five (5) reference forms, E-Verify Statement, DrugFree and Check list onto Demandstar by the due date and time.

All questions on the Bid Reply are complete and thoroughly answered

J Each Bid Addendum (when issued) is acknowledged

Have reviewed the Contract and accept all City Terms and Conditions

After review of uploaded documents on DemandStar by Onvia web site selected theSubmit button at bottom of page.

SRFP 20180184

Page 24 of 24

Final