Professional Auditing Services (External [Independent] Auditor) Request for Proposal

Similar documents
BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

Request for Proposals (RFP) to Provide Auditing Services

FINANCIAL AUDITING SERVICES. July 10, :00 PM

ONEONTA CITY SCHOOL DISTRICT Office of the Business Manager 31 Center Street Oneonta, NY Phone: (607) , ext Fax: (607)

Request for Proposal for: Financial Audit Services

Request for Proposal for: Financial Audit Services

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

BERKELEY CHARTER EDUCATION ASSOCIATION

DOUGLAS COUNTY REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDIT SERVICES. To be considered, the proposal must be sent to:

City of York, Pennsylvania Request for Proposals For Professional Auditing Services

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Request for Proposal PROFESSIONAL AUDIT SERVICES

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY AFFORDABLE HOUSING PROGRAM REQUEST FOR PROPOSALS FOR AUDITING SERVICES

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

INVITATION TO BID (Request for Proposal)

TOWN AUDITING SERVICES

West Central Texas Municipal Water District REQUEST FOR PROPOSALS TO CONDUCT AN INDEPENDENT MANAGEMENT AUDIT

RFP FOR PROFESSIONAL SERVICES

Londonderry Finance Department

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

CITY OF LYNWOOD REQUEST FOR PROPOSALS For BUSINESS LICENSE SERVICES

Gasconade Co. R-I School District REQUEST FOR PROPOSAL. Annual Audit Services

Town of Orange Park, Florida. Financial Auditing Services

REQUEST FOR PROPOSAL FOR. Document Management System for a Tribal Governmental Organization PROPOSAL NO. FY2012/041

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

BROOME COUNTY DEPARTMENT OF SOCIAL SERVICES

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR QUOTES FOR CERTIFIED PUBLIC ACCOUNTANT SERVICES

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Request for Proposal. Interpretation/Translation Services

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSALS. Phone# (928)

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

Request for Proposal. Independent Living

Amherst Industrial Development Agency. Request for Proposals For Professional Auditing Services

Legal Aid Workshop Trainer

Etna Riverfront Park and Trail: Design and Engineering RFP

Request for Proposal. Parenting Education

REQUEST FOR PROPOSAL: PROFESSIONAL AUDITING SERVICES

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

REQUEST FOR PROPOSAL TO AUDIT

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

Proposals must be clearly marked Request for Proposals Independent Audit Services

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

ROWAN UNIVERSITY / RUTGERS CAMDEN BOARD OF GOVERNORS

Philadelphia Youth Network. A-133 Request for Proposal For Audit and Tax Services. For the period. July 1, 2015 to June 30, 2016

Request for Proposal (RFP)

NOTICE OF REQUEST FOR PROPOSALS FOR INDEPENDENT AUDIT SERVICES FOR THE PERIOD OF JULY 1, 2011 JUNE 30, 2012

REQUEST FOR PROPOSAL AND STATEMENT OF QUALIFICATIONS FOR AUDIT SERVICES PART 1: PROCUREMENT INFORMATION

Community Unit School District 200 Administration & School Service Center

WATERFRONT COMMISSION OF NEW YORK HARBOR

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

REQUEST FOR PROPOSALS & QUALIFICATIONS TO PROVIDE Foreign Investment Compliance Analysis

Request for Proposals (RFP):

REQUEST FOR PROPOSALS (RFP) FOR MONITORING SERVICES

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

KAREN E. RUSHING. Audit of the Vendor Selection Process

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

GAYLORD COMMUNITY SCHOOLS

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

City of Malibu Request for Proposal

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

All proposals must be received by August 30, 2016 at 2:00 PM EST

REQUEST FOR PROPOSAL FOR LOCAL UNIT FINANCIAL AND FEDERAL SINGLE AUDITS

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

INVITATION TO BID ANNUAL FINANCIAL AUDIT

REQUEST FOR PROPOSAL

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016

HUMBOLDT STATE UNIVERSITY SPONSORED PROGRAMS FOUNDATION

INVITATION TO BID ANNUAL FINANCIAL AUDIT

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

Request for Proposal: NETWORK FIREWALL

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

REQUEST FOR PROPOSAL TO PROVIDE AUDIT SERVICES FOR OAKLAND TOWNSHIP OAKLAND COUNTY, MICHIGAN November 13, 2013

LEGAL NOTICE Request for Proposal for Services

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

Dakota County Technical College. Pod 6 AHU Replacement

Purchase, Installation, and Training of a Tribal Data Management System

Transcription:

Professional Auditing Services (External [Independent] Auditor) Request for Proposal It is the mission of the Kingston City School District to educate, inspire and graduate students who are excellent in scholarship and character and are empowered to reach their maximum potential as responsible and productive members of society. Kingston City School District Cioni Administration Building 61 Crown Street Kingston, New York 12401

KINGSTON CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS TABLE OF CONTENTS I. INTRODUCTION...1 A. General Information 1 B. Term of Engagement 2 C. Subcontracting 2 II. NATURE OF SERVICES REQUIRED...2 A. General 2 B. Scope of Work to be Performed 2 C. Auditing Standards to be Followed 3 D. Reports to be Issued 3 E. Special Considerations 6 F. Working Paper Retention and Access to Working Papers 6 III. DESCRIPTION OF THE DISTRICT...7 A. Name and Telephone Number of Contact Person 7 B. Background Information 7 C. Fund Structure 8 D. Budgetary Basis of Accounting 8 E. Federal Awards 8 F. Pension and Other Plans 9 G. Component Units and Joint Venture 9 H. Magnitude of Finance Operations 9 I. Computer Software 9 J. Availability of Prior Audit Reports and Working Papers 9 IV. TIME REQUIREMENTS...10 A. Proposal Calendar 10 B. Notification and Contract Dates 10 C. Date Final Report is Due 10 V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION...10

A. Business Office and Clerical Assistance 10 B. Electronic Data Processing (EDP) Assistance 11 C. Work Area, Telephones, Photocopying and FAX Machines 11 D. Report Preparation 11 VI. PROPOSAL REQUIREMENTS...11 A. General Requirements 11 B. Technical Proposal 13 C. Sealed Dollar Cost Bid 16 VII. FINAL SELECTION...18 APPENDICES A. List of Key Personnel, Locations and Telephone Numbers B. Proposer Guarantees C. Proposer Warranties D. Schedule of Audit Quotations E. Schedule of Fees for Additional Services

KINGSTON CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS - EXTERNAL AUDITING SERVICES I. INTRODUCTION A. General Information The Kingston City School District (District) is requesting proposals from qualified firms of certified public accountants to audit its financial statements for the fiscal year ending June 30, 2018 (and, at the District s option for three fiscal years ending June 30, 2018, 2019 and 2020). The audit will be performed in accordance with generally accepted standards as set forth by the American Institute of Certified Public Accountants, generally accepted government auditing standards set forth for financial audits in the General Accounting Office s (GAO) Government Auditing Standards (1994) and the provisions of the Amended Single Audit Act (1996) and U.S. Office of Management and Budget (OM) Circular A-133 (1997) as well as the following additional requirements: There is no expressed or implied obligation for the Kingston City School District to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. An appointment and on-site inspection may be scheduled by any firm interested in submitting a proposal at the Business Office, 61 Crown Street, Kingston New York 12401, to answer questions about the engagement. Any inquiries concerning the request for proposals should be addressed to Margarita Lekaj, Purchasing Agent. To be considered, ONE original and TWO copies of a proposal must be received by the Purchasing Agent at 61 Crown Street, Kingston New York 12401, by 10:00 a.m. on January 22, 2018. The District reserves the right to reject any or all proposals submitted. During the evaluation process, the District reserves the right, where it may serve the District s best interest, to request additional information or clarification from proposers, or to allow correction of errors or omissions. At the discretion of the District, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. The District reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Kingston City School District and the firm selected.

It is anticipated the selection of a firm will be completed by February 22, 2018. Following notification of the selected firm it is expected a contract will be executed between both parties by March 1, 2018. B. Term of Engagement This will be either a one (1) year or three (3) year engagement, at the District s discretion upon selection of the firm. If a three (3) year engagement is selected, it will be subject to annual review and concurrence of the Board of Education. Provide a total-inclusive maximum price to be bid containing all direct and indirect costs including all out-of-pocket expenses for a one-year contract, which would be effective for the audit for the period from July 1, 2017 through June 30, 2018. Provide a total-inclusive maximum price to be bid containing all direct and indirect costs including all out-of-pocket expenses for a three-year contract, which would be effective for the audits for the 2017-18, 2018-19 and 2019-20 school years. The fee schedule, noting that it represents the full range of materials in the proposal and presentation, must be signed by a legally authorized representative of the firm. Please note that this contract may be extended for up to two additional one year period at the District s discretion (for an aggregate maximum of five years if a three-year contract is selected). C. Subcontracting No subcontracting will be allowed without the express prior written consent of the Kingston City School District. II. NATURE OF SERVICES REQUIRED A. General The Kingston City School District is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending June 30, 2018 (and, at the District s discretion for the fiscal years ending June 30, 2019 and June 30, 2020 as well). The audits shall be performed in accordance with the provisions contained in this request for proposal. B. Scope of Work to be Performed The Kingston City School District desires the auditor to express an opinion on the fair presentation, in all material respects, of its financial

statements in conformity with generally accepted accounting principles. In addition, the auditor will express an opinion on the fair presentation of the District s Extraclassroom activity funds in conformity with another comprehensive basis of accounting (cash basis). The auditor is not required to audit the schedule of federal awards. However, the auditor shall provide an in-relation-to report on that schedule based on the auditing procedures applied during the audit of the financial statements. C. Auditing Standards to be Followed To meet the requirements of this request for proposal, the audit shall be performed in accordance with: Generally accepted auditing standards as set forth by the American Institute of Certified Public Accountants, generally accepted government auditing standards set forth in the U.S. General Accounting Office s Government Auditing Standards (2003), the provisions of the Amended Single Audit Act (1996) and the provisions of U.S. Office of Management and Budget (OMB) Circular A-133 (1997) and other procedures considered necessary to enable an opinion to be expressed to render the required reports The audit will also comply, where applicable, with the following: Standards promulgated by the New York State Comptroller; New York state Regulations of the Commissioner of Education. D. Reports, Schedules and Other Communications to be Issued Following completion of the audit of the fiscal year s financial statements, the auditor shall issue: 1. Independent Auditor s Report on Basic Financial Statements with Accompanying Required Supplementary Information. 2. Management Discussion and Analysis 3. Statement of Net Assets 4. Statement of Activities 5. Balance Sheet District Funds

6. A Reconciliation of Fund Balances to Net Assets at bottom of Balance Sheet District funds or a separate Reconciliation of Balance Sheet - District Funds to the Statement of Net Assets 7. Statements of Revenues, Expenditures, and Changes in Fund Balances District Funds. 8. Reconciliation of District Funds Revenues, Expenditures, and Changes in Fund Balances to the Statement of Activities. 9. Statement of Fiduciary Net Assets Fiduciary Funds and Statement of Changes in Fiduciary Net Assets Fiduciary Funds (if applicable). 10. Notes to the Financial Statements. 11. Schedule of Revenues, Expenditures, and Changes in Fund Balance Budget (Non-GAAP Basis) and Actual General Fund. 12. Schedule of Change From Adopted Budget to Revised Budget General Fund. 13. Schedule of use of Unreserved Fund Balance - General Fund. 14. Schedule of Project Expenditures Capital Project fund (if applicable). 15. Schedule of Certain Revenues and Expenditures compared to ST-3 Data. 16. Combined Balance Sheet Non-Major District Funds (if applicable). 17. Combined Statement of Revenues, Expenditures, and Changes in Fund Balance Non-Major District Funds (if applicable). 18. Schedule of Investment in Capital Assets, Net of Related Debt 19. Notes to Schedule of Federal Awards (if applicable). 20. Independent Auditor s Report on the Internal Control Structure Based on an Audit of General Purpose Financial Statements Performed in Accordance with Government Auditing Standards.

21. Independent Auditor s Report on Compliance Based on an Audit of General Purpose Financial Statements Performed in Accordance with Government Auditing Standards. 22. Schedule of Findings and Questioned Costs (if applicable). 23. Corrective Active Plan for A-133 audit findings for federal awards (if applicable). 24. Independent Auditor s Report on Internal Control Related to the Financial Statements and Major Programs (if applicable). 25. Independent Auditor s Report on Compliance with Laws, Regulations, and the Provisions of Contracts or Grant Agreements (if applicable). In the required report(s) on internal controls, the auditor shall communicate any reportable conditions found during the audit. A reportable condition shall be defined as a significant deficiency in the design or operation of the internal control structure, which could adversely affect the organization s ability to record, process, summarize and report financial data consistent with the assertations of management in the financial statements. Reportable conditions that are also material weaknesses shall be identified as such in the report. Nonreportable conditions discovered by the auditors shall be verbally reported to management. Irregularities and Illegal Acts. Auditors shall be required to make an immediate, written report of all irregularities and illegal acts or indications of which they become aware to the Audit & Finance Committee of the Board of Education. Reporting to the Board of Education. Auditors shall assure themselves that the District s governing board is informed of each of the following: 1. The auditor s responsibility under generally accepted auditing standards. 2. Significant accounting policies. 3. Management judgments and accounting estimates. 4. Significant audit adjustments.

5. Other information in documents containing audited financial statements. 6. Disagreements with management. 7. Management consultation with other accountants. 8. Major issues discussed with management prior to retention. 9. Difficulties encountered in performing the audit. E. Special Considerations 1. The Kingston City School District has determined that the United States Department of Education/United States Department of Agriculture will function as the cognizant federal agency in accordance with the provisions of the Amended Single Audit Act and U.S. Office of Management and Budget (OMB) Circular A- 133. 2. The schedule of federal awards and related auditor s report, as well as the reports on the internal controls and compliance are not to be included with the general purpose financial statements, but are to be issued separately. 3. A list of findings and other weaknesses from the District s most recent financial statement audit are available upon request. F. Working Paper Retention and Access to Working Papers All working papers and reports must be retained, at the auditor s expense, for a minimum of six (6) years, unless the firm is notified in writing by the Kingston City School District of the need to extend the retention period. The auditor is required to make working papers available, upon request, to the following parties or their designees: Kingston City School District U.S. Department of Education U.S. General Accounting Office Parties designated by the federal or state government or by the Kingston City School District as part of an audit quality review process

Auditors of entities of which the District is a subrecipient of grant funds In addition, the firm shall respond to the reasonable inquiries of successor auditors and allow successor auditors to review working papers relating to matters of continuing accounting significance. III. DESCRIPTION OF THE DISTRICT A. Name and Telephone Number of Contact Person The auditor s principal contact with the Kingston City School District will be Bethany Woodard, District Treasurer, (845) 943-3037, who will coordinate the assistance to be provided by the District to the auditor. Key personnel include but are not limited to: 1. Anne Kleeschulte, Deputy Treasurer/Tax Collector/Principal Account Clerk 2. Margarita Lekaj, District Purchasing Agent 3. Elaine Wolf, Senior Account Clerk 4. Sandy Nelson, Claims Auditor B. Background Information The Kingston City School District is 125 square miles and provides quality educational services to over 6,500 students in grades Pre- Kindergarten through Grade 12, in 10 buildings. The District operates and maintains its food service and maintenance programs and contracts out its transportation program. The District s fiscal year begins on July 1 and ends on June 30. The District has four bargaining units that cover instructional personnel (approx. 620), administrators (approx. 30), clerical support personnel (approx. 345), and building/maintenance support personnel (approx. 140). The contracts for the Superintendent of Schools, Deputy Superintendents and Assistant Superintendents are negotiated separately. Total annual payroll is approximately $72.4 million (based on FY 2017-2018). The District has a total budget of approximately $169,581,541 and has a nine (9) member Board of Education. The accounting and financial reporting functions of the District are centralized. The District s accounting and financial reporting functions

are computerized and fully integrated. The District s secondary level has recognized Extraclassroom activities. More detailed information on the District and its finances can be found in the District s latest financial statements and budget documents. C. Fund Structure The District uses the following fund types in its financial reporting: General Fund (legally adopted annual budget) Special Revenue Fund Special Aid Fund School Lunch Fund Capital Fund Fiduciary Funds Trust and Agency Funds Debt Service Fund D. Budgetary Basis of Accounting The Kingston City School District prepares its budget consistent with a modified accrual basis of accounting. Appropriations lapse at fiscal year end and encumbrances are shown as a reservation of fund balance and are honored through subsequent year s expenditures. E. Federal Awards The District receives and administers federal awards as follows: Agency/Program Title CFDA Number $750,000 or More U.S. Department of Education National Endowment for the Arts 45.024A IDEA, Part B, Sec. 611 84.027A CPSE 84.173A IDEA, Preschool, Sec. 619 84.173A Title I 84.010A Title I, School Improvement 84.010A Title II A 84.367A Title III, Pt. A, LEP 84.365A Pathways in Technology 84.048A Homeless Children 84.196A U.S. Department of Agriculture National School Lunch 10.555

National School Breakfast 10.553 National School Snack 10.555 Surplus Food Distribution 10.555 F. Pension and Other Plans The Kingston City School District participates in the NYS and Local Employees Retirement System and NYS Teachers Retirement System, both of which are cost sharing multiple-employer, public employee retirement systems. In addition, the District administers IRS Section 403(b) and 125 plans for its employees. G. Component Units and Joint Venture The Kingston City School District is defined, for financial reporting purposes, in conformity with the Government Accounting Standards Board s Codification of Governmental Accounting and Financial Reporting Standards, Section 2100 (with the source being GASB Statements 14, 34 and 39 and GASB Technical Bulletin 2004-1). Using these criteria, there are no component units included in the District s financial statements. The District does participate with five other districts in the Ulster Board of Cooperative Educational Services (BOCES), which is deemed a joint venture for financial reporting purposes. H. Magnitude of Finance Operations All financial accounting and reporting is handled through the business office. Number of vendors the District regularly does business with: 2000 Number of purchase orders generated in a year: 3,319 Number of non-payroll checks issued in a year: 5,507 Number of paychecks distributed in a pay period: 1,350 bi-weekly I. Computer Software The business office utilizes Finance Manager Software (N-Vision) on a wide area network (WAN) that runs on a Windows Server 2003 platform with an offsite backup. All workstations run Microsoft Windows and operate on a PC platform. J. Availability of Prior Audit Reports and Working Papers Interested responders who wish to review prior years audit reports and management letters should contact Margarita Lekaj at the Business Office, 61 Crown Street, Kingston New York, 12401. The District will use its

best efforts to make prior audit reports and supporting working papers available to responders to aid their response to this request for proposals. IV. TIME REQUIREMENTS A. Proposal Calendar The following is a list of key dates up to and including the date proposals are due to be submitted: Request for proposals issued December 21, 2017 Due date for notification of interest January 10, 2018 Due date for proposals January 22, 2018 B. Notification and Contract Dates (which may be subject to change) Selected firm notified February 22, 2018 Contract date March 1, 2018 C. Date Final Report is due The draft report on the financial statements of the District, Single Audit and Related Reports, and Extraclassroom Activity Fund Reports are due September 15, 2018 for District review and comment. The final report is due within 10 days of notification from the District and in accordance with S.E.D. current regulations. The final report and thirty signed copies should be delivered to the District Treasurer at the Business Office. The audit firm shall present the audit report to the Audit and Finance Committee and to the Board of Education at a regularly scheduled meeting. V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION A. Business Office and Clerical Assistance The Business Office staff and responsible supervisory/management personnel will be available during the audit to assist the firm by providing information, documentation and explanations. The preparation of confirmations will be the responsibility of the auditor. In addition,

B. Electronic Data Processing (EDP) Assistance Business Office staff will be available to assist the auditor in performing the engagement and will provide financial analyses for analytical purposes and prepare detailed supporting schedules for individually significant account balances. In addition, Business Office staff may assist in the preparation of spreadsheets and schedules at the auditor s request. C. Work Area, Telephones, Photocopying and Fax Machines The Kingston City School District will provide the auditor with reasonable workspace, desks and chairs. The auditor will also be provided with access to a telephone line, photocopying facilities and a Fax machine subject to minimal use and availability. D. Report Preparation Report preparation, editing and printing shall be the responsibility of the auditor. VI. PROPOSAL REQUIREMENTS A. General Requirements 1. Submission of Notification of Interest Firms interested in submitting a proposal must submit, verbally or written, by January 10, 2018, their Notification of Interest in the format attached to the letter transmitting this Request for Proposals. Failure to do so will disqualify firms from submitting a proposal. 2. On-site Inspections An on-site inspection of the District may be arranged for firms interested in submitting proposals. Business Office staff will be available to discuss their areas of responsibility and other District staff, upon request through the Purchasing Agent, may be available with a prior scheduled appointment. 3. Inquiries Inquiries concerning the Request for Proposals and the subject of the Requests for Proposals must be made in writing to:

Margarita Lekaj District Purchasing Agent Kingston City School District 61 Crown Street Kingston, New York 12401 845.943.3040 4. Submission of Proposals The following material is required to be received by January 22, 2018, for a proposing firm to be considered. a. An Original master copy (so marked) of a Technical Proposal and TWO copies to include the following: i. Title Page Title Page showing the request for proposals subject; the firm s name; the name, address and telephone number of the contact person; and the date of the proposal. ii. Table of Contents iii. Transmittal Letter A signed letter of transmittal briefly stating the responder's understanding of the work to be done, the commitment to perform the work within the time period, a statement why the firm believes itself to be best qualified to perform the engagement and a statement that the proposal is a firm and irrevocable offer. iv. Detailed Proposal The detailed proposal should follow the order set forth in Section VI B of this Request for Proposals. b. The proposer shall submit ONE original and TWO copies of a dollar cost bid in a separate sealed envelope marked as follows: SEALED DOLLAR COST BID PROPOSAL FOR KINGSTON CITY SCHOOL DISTRICT FOR PROFESSIONAL AUDITING SERVICES

B. Technical Proposal [ DATE] c. Executed Original and Copies of proposer s Certifications and Warranties attached to this RFP. d. Proposers should send the completed proposal consisting of the two separate envelopes to the following address: Margarita Lekaj District Purchasing Agent Kingston City School District 61 Crown Street Kingston, New York 12401 General Requirements The purpose of the Technical Proposal is to demonstrate the qualifications, competence, and capacity of the firms seeking to undertake an independent audit of the Kingston City School District in conformity with the requirements of this Request for Proposals. As such, the substance of proposals will carry more weight than their form or manner of presentation. The Technical Proposal should demonstrate the qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an audit approach that will meet the Request for Proposals requirement. THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT. The Technical Proposal should address all the points outlined in the Request for Proposals (excluding any cost information which should only be included in the sealed dollar cost bid). The proposal should be prepared simply and economically, providing a straightforward, concise description of the proposer s capabilities to satisfy the requirements of the Request for Proposals. While additional data may be presented, the following subjects, items Nos. 2 through 9, must be included. They represent the criteria against which the proposal will be evaluated. Independence The firm should provide an affirmative statement that it is independent of the Kingston City School District as defined by

generally accepted auditing standards/the U.S. General Accounting Office s Government Auditing Standards (1994). The firm should also list and describe the firm s professional relationships involving the District for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the proposed audit. In addition, the firm agrees to give the District written notice of any such professional relationships entered into during the period of this agreement. Prior single Audit Experience The firm should include prior or current engagements pursuant to the Amended Single Audit Act and Office of Management and Budget Circular A-133. Firm Qualifications and Experience The proposer should state the size of the firm, the size of the firm s governmental audit staff, the location of the office from which the work on this engagement will be performed and the number and nature of the professional staff to be employed in this engagement on a full-time basis and the number and nature of the staff to be so employed on a part-time basis. In addition, the proposal should clearly state that the auditing firm is registered with the NYS Education Department and indicate that all CPAs licensed to practice in New York have completed the required continuing professional education (CPE). The firm is also required to submit a copy of the report on its most recent external quality control review, with a statement whether that quality control review included a review of specific government engagements. The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary action taken or pending against the firm during the past three (3) years with the state regulatory bodies or professional organizations. Partner, Supervisory and Staff Qualifications and Experience

Identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement. Indicate whether each such person is registered or licensed to practice as a certified public accountant in New York State. Provide information on the government auditing experience of each person, including information on relevant continuing professional education for the past three (3) years and membership in professional organizations relevant to the performance of this audit. Provide as much information as possible regarding the number, qualifications, experience and training, including relevant continuing professional education, of the specific staff to be assigned to this engagement. Indicate how the quality of staff over the term of the agreement will be assured. Engagement partners, managers, other supervisory staff and specialists may be changed if those personnel leave the firm, are promoted or are assigned to another office. These personnel may also be changed for other reasons with the express prior written permission of the District. However, in either case, the District retains the right to approve or reject replacements. Consultants and firm specialists mentioned in response to this Request for Proposals can only be changed with the express prior written permission of the District, which retains the right to approve or reject replacements. Other audit personnel may be changed at the discretion of the Proposer provided that replacements have substantially the same or better qualifications or experience. Similar Engagements with Other School Districts For the firm s office that will be assigned responsibility for the audit, list the most significant engagements (maximum-5) performed in the last five years that are similar to the engagement described in the Request for Proposals. Indicate the scope of work, date, engagement partners, total hours, and the name and telephone number of the principal client contact. Specific Audit Approach The proposal should set forth a work plan, including an explanation of the audit methodology to be followed, to perform

the services required in Section II of this request for proposals. In developing the work plan, reference should be made to such sources of information as the District s budget and related materials, organizational chart, programs, and financial and other management information systems. Proposers will be required to provide the following information on their audit approach: a. Proposed segmentation of the engagement. b. Level of staff and number of hours to be assigned to each proposed segment of the engagement. NO DOLLARS SHOULD BE INCLUDED IN THE TECHNICAL PROPOSAL c. Sample size and type and extent of testing. d. Approach to be taken to gain and document an understanding of the District s internal control structure. e. Approach to be taken in determining laws and regulations that will be subject to audit test work. f. Approach to be taken in drawing audit samples for purposes of tests of compliance. Identification of Anticipated Potential Audit Problems The proposal should identify and describe any anticipated potential audit problems, the firm s approach to resolving these problems and any special assistance that will be requested from the District. Report Format The proposal should include sample formats for required reports. C. Sealed Dollar Cost Bid 1. Total All-Inclusive Maximum Price The sealed dollar cost bid should contain all pricing information relative to performing the audit engagement as described in this Request for Proposals. The total-inclusive maximum price to be bid is to contain all direct and indirect costs including all out-of-

pocket expenses. This maximum price should cover follow-up work, rectifying deficiencies with any cognizant agencies, and provide for advice and counsel to the staff throughout the term of this engagement. The District will not be responsible for expenses incurred in preparing and submitting the technical proposal or the sealed dollar cost bid. Such costs should not be included in the proposal. The first page of the sealed dollar cost bid should include the following information: a. Name of firm b. Certification that the person signing the proposal is entitled to represent the firm, empowered to submit the bid, and authorized to sign a contract with the District. c. A total All-Inclusive Maximum Price for the one-year engagement (July 1, 2017- June 30, 2018) and a total All- Inclusive Maximum Price for the three-year engagement (July 1, 2017 June 30, 2020). 2. Rates by Partner, Specialist, Supervisory and Staff Level Times Hours Anticipated for Each. 3. Rates for Additional Professional Services. If it should become necessary for the District to request the auditor to render any additional services to either supplement the services requested in this request for proposals or to perform additional work as a result of the specific recommendations included in any report issued on this engagement, then such additional work shall be performed only if set forth in an addendum to the contract between the District and the firm. Any such additional work agreed to between the District and the firm shall be performed at the same rates set forth in the schedule of fees and expenses included in the sealed dollar cost bid. 4. Manner of Payment Progress payments will be made on the basis of hours of work completed during the course of the engagement and out-of-pocket expenses incurred in accordance with the firm s dollar cost bid proposal. Ten percent (10%) will be withheld from each billing pending delivery of the firm s final reports.

VII. EVALUATION OF PROPOSALS A. Proposals will be evaluated based upon meeting the mandatory criteria, technical qualifications and price. Cost will not be the primary factor in the selection of an audit firm. B. During the evaluation process, one or more firms may be requested to make oral presentations to the Audit & Finance Committee. Such presentation will provide firms with an opportunity to answer any questions the Committee may have on a firm s proposal. VII. FINAL SELECTION A. Board of Education will approve a firm based upon the recommendation of the Audit & Finance Committee, the Superintendent and the District Treasurer. B. It is anticipated that a firm will be selected by February 22, 2018. Following notification of the firm selected, it is expected a contract will be executed between both parties by March 1, 2018. C. Right to Reject Proposals Submission of a proposal indicates acceptance by the firm of the conditions contained in this Request for Proposals unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the District and the firm selected. The District reserves the right without prejudice to reject any or all proposals.

APPENDIX A PROPOSER GUARANTEES I. The Proposer certifies it can and will provide and make available, at a minimum, all services set forth in Nature of Services Required. II. III. The Proposer has read Appendix and Contractual Requirements, and agrees that the rights and prerogatives as detailed are retained by the Kingston City School District. The Proposer agrees to be bound by the contractual requirements delineated in Appendix. Signature of Official: Name (typed): Title: Firm: Date:

APPENDIX B PROPOSER WARRANTIES I. Proposal warrants that it is willing and able to comply with New York State laws and regulations. II. III. IV. Proposer warrants that it is willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or negligent acts or omissions of any officers, employees or agents thereof. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the Kingston City School District. Proposer warrants that all information provided by it in connection with this proposal is true and accurate. Signature of Official: Name (typed): Title: Firm: Date:

APPENDIX C SCHEDULE OF AUDIT QUOTATIONS AS PROPOSED - One-Year Contract Audit of general purpose financial statements, and All other services not separately listed below. Single Audit Audit of Extraclassroom Activity Fund TOTAL ALL-INCLUSIVE MAXIMUM PRICE: 2017-18 $ AS PROPOSED - Three-Year Contract 2017-18 2018-19 2019-20 Audit of general purpose financial statements, and All other services not separately listed below. Single Audit Audit of Extraclassroom Activity Fund TOTAL ALL-INCLUSIVE MAXIMUM PRICE: $ $ $

APPENDIX D SCHEDULE OF FEES FOR ADDITIONAL SERVICES AND AUDITS IF REQUESTED BY KINGSTON CITY SCHOOL DISTRICT HOURLY RATE PARTNERS MANAGERS SUPERVISORY STAFF STAFF OTHER (SPECIFY)

BID PROPOSAL CERTIFICATIONS APPENDIX E Firm Name: Business Address I. General Bid Certification The bidder certifies that he will furnish, at the prices herein quoted, the materials, equipment and/or services as proposed on this bid. II. Non-Collusive Bidding Certification By submission of this bid proposal, the bidder certifies that he is complying with Section 103-d of the General Municipal Law as follows: Statement of non-collusion in bids and proposal to political subdivision of the state. Every bid or proposal hereafter made to a political subdivision of the state or any public department, agency or official thereof where competitive bidding is required by statute, rule, regulation or local law, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury: Non-collusive bidding certification. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor: (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition." (b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above have not been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a) (1) (2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers or proposed or pending publications of new or revised price lists for such items or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning subparagraph one (a). 2. Any bid hereafter made to any political subdivision of the state or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation or local law, and where such bid contains the certification referred to in subdivision one of the section, shall be deemed to have been authorized by the board of directors of the

bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. 3. Iran Divestment: By submission of this bid, the bidder and each person signing on behalf of the bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief, each bidder is not on the list created pursuant to paragraph (b) of subdivision 3 of section 165-a of the state finance law (the list created and maintained by the NYS Office of General Services cataloging significant investment in the Iranian energy sector). Signature (Authorized) Title Date