CLARK COUNTY BOARD OF COMMISSIONERS
AGENDA ITEM
Petitioner: |
Jessica Colvin, Chief Financial Officer Anna Danchik, Comptroller Rosemary A. Vassiliadis, Director of Aviation |
Recommendation:
title
Approve the selection of and the Contract with Crowe LLP, for RFP No. 607431-24, for Audit Services, contingent upon submission of the required bonds and insurance; and authorize the Chief Financial Officer and the Director of Aviation or their designees to sign the Contract; or take other action as appropriate. (For possible action)
body
FISCAL IMPACT:
Fund #: |
1010.000 |
Fund Name: |
General Fund |
Fund Center: |
1020108000 |
Funded PGM/Grant: |
N/A |
Amount: |
Not to exceed $4,017,950 |
Description: |
Audit Services (Clark County) |
Additional Comments: |
None |
Fund #: |
5201.701 |
Fund Name: |
Airport Unrestricted Operations |
Fund Center: |
2200400070 |
Funded PGM/Grant: |
N/A |
Amount: |
Not to exceed $936,400 |
Description: |
Audit Services (Department of Aviation) |
Additional Comments: |
The total Contract award is estimated in the amount of $4,954,350 should all renewal options be exercised. |
BACKGROUND:
On January 23, 2025, Request for Proposal (RFP) No. 607431-24 was advertised on the Clark County Purchasing website and in the Las Vegas Review Journal. Proposals were requested from qualified firms of certified public accountants to provide audit services.
Proposals were received from the following firms: Crowe LLP (LBE), Eide Bailly LLP (NBE), Forvis Mazars, LLP (LBE), Macias Gini & O'Connell LLP (LBE) and Moss Adams LLP (LBE).
An Ad-Hoc Committee comprised of 4 individuals from Clark County, Las Vegas Metropolitan Police Department and Regional Flood Control District reviewed and evaluated the proposals. After the evaluation, the Ad-Hoc Committee ranked the firms in the following order: Crowe LLP, Moss Adams LLP, Macias Gini & O'Connell LLP, Eide Bailly LLP and Forvis Mazars, LLP.
The Ad-Hoc Committee recommends the selection of Crowe LLP.
This Contract is a cooperative effort for the auditing of financial statements of the participating agencies.
The following are the pertinent provisions of the Contract:
• The term of the Contract is from date of award through March 31, 2028, and includes the option to renew for 4, one-year periods.
• Includes the County’s option to terminate for cause, convenience or default and suspend the Contract with advanced written notice.
The recommendation of award is in accordance with NRS 332.115.1(b), the competitive bidding process is not required as the services to be performed are professional in nature. Pursuant to internal policies and procedures, Clark County solicited these services through the RFP process.
Crowe LLP currently holds a Clark County Business License.