|
Agenda Item
ASR
Control 25-000702 |
||
|
MEETING
DATE: |
10/14/25 |
|
|
legal entity taking action: |
Board
of Supervisors |
|
|
board of supervisors district(s): |
All
Districts |
|
|
SUBMITTING Agency/Department: |
County
Executive Office (Approved) |
|
|
Department contact person(s): |
Aggie
Alonso (714) 834-5442 |
|
|
|
Jose
A. Olivo (714) 834-5509 |
|
Subject: Forensic Audit Contract
|
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
|
Concur |
No
Legal Objection |
Discussion |
||||||||
|
|
|
3
Votes Board Majority |
||||||||
|
|
|
|
||||||||
|
Budgeted: N/A |
Current Year
Cost: N/A |
Annual Cost: N/A |
||||||||
|
|
|
|
||||||||
|
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
|
Current Fiscal Year Revenue: N/A
|
||||||||||
|
Prior Board Action: 9/23/2025 #S34B, 12/3/2024 #37 |
||||||||||
RECOMMENDED
ACTION(S):
|
1. |
Select an
independent external audit firm from the top three scoring proposals to
conduct a forensic audit of all contracts funded by the American Rescue Plan
Act, Coronavirus Aid, Relief, and Economic Security Act, Mental Health
Services Act, and the General Fund that were established between January 2019
and August 2024. |
|
2. |
Authorize the
County Procurement Officer or Deputized designee to enter into negotiations
with the selected firm and return to the Board of Supervisors with the
proposed agreement for approval. |
SUMMARY:
Approval of the County Procurement
Officer or authorized Deputy to enter into negotiations with the selected firm
will allow the forensic audit of all contracts funded by American Rescue Plan
Act, Coronavirus Aid, Relief, and Economic Security Act, Mental Health Services
Act, and the General Fund that were established between January 2019 and August
2024, as directed by the Board of Supervisors at its December 3, 2024, meeting.
BACKGROUND
INFORMATION:
On December 3, 2024, the Board of
Supervisors’ (Board) directed the Internal Audit Department (IAD) to hire,
pursuant to the Contract Policy Manual, an independent external audit firm to
conduct a forensic audit of all contracts established between January 2019 and
August 2024. This audit will include, but not be limited to, contracts within
the County Executive Office, Health Care Agency, OC Community Resources and the
Social Services Agency. The audit scope will include the review for compliance
with the Contract Policy Manual and all applicable procurement-related
statutes, and prioritize the review of Human Services and Sole Source contracts
funded by the American Rescue Plan Act (ARPA), Coronavirus Aid, Relief, and
Economic Security (CARES) Act, Mental Health Services Act (MHSA), and the
General Fund. This external audit shall not interfere with any of the ongoing
investigations or litigation against former Supervisor Andrew Do or any of the
parties involved. The directive specifies that upon completion of the report,
the selected firm shall present their findings and recommendations publicly at
a Board of Supervisors meeting or public forum.
On September 23, 2025, the Board directed
IAD to submit the top three scoring proposals to the Board for their review and
selection of a firm. Below are details of the proposal evaluation process and
top three proposals.
Proposal
Evaluation Process
On June 27, 2025, the County released a
Request for Proposals (RFP) soliciting proposals from qualified firms to
conduct the forensic audit. The County received ten proposals by the submission
deadline of July 18, 2025.
IAD established an Evaluation Committee
comprised of three County department heads and two public members of the Audit
Oversight Committee with relevant subject matter expertise. The Evaluation
Committee evaluated the ten proposals in the following areas, which accounted
for 60 percent of the total proposal score:
|
1. |
Firm’s Background, Qualifications &
Experience (30 percent) |
|
2. |
Quality/Effectiveness of Work
Plan/Project Approach/Compliance with County Model Contract (30 percent) |
In addition to the Evaluation Committee’s
scoring, the County also awarded points based on the firm’s cost proposal,
which accounted for 40 percent of the total proposal score. The County
separately conducts the cost scoring, in accordance with County practice, which
awards the maximum number of points to the firm with the lowest cost proposal.
Proposal
Scoring Results
Consistent with the Board’s direction on
September 23, 2025, the following three firms with the top scoring proposals
are submitted to the Board for review and selection of one firm to conduct the
forensic audit: Baker Tilly Advisory Group (Baker Tilly), CRI Advisors, LLC
(CRI), and Weaver & Tidwell, LLP (Weaver & Tidwell). The final ranking
for these proposals is based on a combination of the Evaluation Committee’s
ranking and the County’s cost ranking.
|
1. |
Evaluation Committee Ranking. After review
of each firms’ qualifications, experience, work plan, approach, and model
contract compliance, the points awarded by the Evaluation Committee resulted
in the following ranking: Baker Tilly 9th, CRI 1st, and Weaver & Tidwell 2nd. This
ranking was then adjusted to exclude the highest and lowest scores for each
proposal, in accordance with County policy, which changed Baker Tilly’s
ranking to 7th,
but did not change the other firms’ ranking. |
|
2. |
County Cost Ranking. The County
awarded points based on each firms’ cost proposal that resulted in the
following cost ranking: Baker Tilly 1st, CRI 5th, and Weaver & Tidwell 4th. |
|
3. |
Final Ranking. The final
ranking combines the Evaluation Committee ranking (after the high/low) and
the County cost ranking. The following are the results of the final ranking:
Baker Tilly 1st,
CRI 2nd,
and Weaver & Tidwell 3rd. |
See Table 1 below for a summary of
these results. Also see Attachment B for the scoring results of all proposals.
Table 1
|
Contractor |
Cost Proposal Amount |
Evaluation Committee Ranking: Background, Qualifications &
Experience / Work Plan & Approach / Model Contract1 |
Cost Ranking |
Final Ranking |
|
|
|
|
Before High / Low |
After High / Low2 |
|
|
|
Baker Tilly Advisory Group |
$498,750 |
9 |
7 |
1 |
1 |
|
CRI Advisors |
$1,981,650 |
1 |
1 |
5 |
2 |
|
Weaver & Tidwell |
$1,383,250 |
2 |
2 |
4 |
3 |
1 Baker Tilly requested exceptions to the Model
Contract. CRI Advisors and Weaver Tidwell did not request any exceptions to the
Model Contract.
2 In accordance with County policy, the adjusted
ranking reflects the exclusion of the highest and lowest scores for each
proposal.
FINANCIAL
IMPACT:
N/A
STAFFING
IMPACT:
N/A
REVIEWING
AGENCIES:
Internal
Audit
ATTACHMENT(S):
Attachment
A – Request for Proposal No. 017-2804501-RB
Attachment B – Final Summary of Evaluators Scoring
Attachment C – Final Individual Scoring Sheets
Attachment D – Board Directive from December 3, 2024