Notice: Request for Proposals Office of Management and Budget (OMB) A-133 AUDITING SERVICES

Similar documents
Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

Request for Proposals for MIS Programming & Web Development Services

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

Request for Proposal(s) for Adult or Youth Re- Entry Model Programs. An equal opportunity employer/program

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

WATERFRONT COMMISSION OF NEW YORK HARBOR

OWENS VALLEY CAREER DEVELOPMENT CENTER

INVITATION TO BID ANNUAL FINANCIAL AUDIT

Base Year - July 01, 2016 June 30, 2017, with optional renewal at Board s sole. (520)

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

Request for Proposal PROFESSIONAL AUDIT SERVICES

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

Request for Proposal for: Financial Audit Services

NOTICE TO AUDITORS SOLICITATION OF AUDIT SERVICES

Request for Proposals (RFP):

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

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

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

TOWN AUDITING SERVICES

Request for Proposal for: Financial Audit Services

INVITATION TO BID ANNUAL FINANCIAL AUDIT

REQUEST FOR PROPOSALS (RFP) FOR MONITORING SERVICES

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

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

Proposals must be clearly marked Request for Proposals Independent Audit Services

OUT-OF-SCHOOL YOUTH EMPLOYMENT AND TRAINING SERVICES. Published July 3, 2013

Bidders Conference. One-Stop Career Center Operator March 18, An Equal Opportunity Employer/Program

OWENS VALLEY CAREER DEVELOPMENT CENTER

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

REQUEST FOR PROPOSAL FOR LOCAL UNIT FINANCIAL AND FEDERAL SINGLE AUDITS

Town of Orange Park, Florida. Financial Auditing Services

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

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

REQUEST FOR PROPOSALS WORKFORCE INVESTMENT ACT ADULT AND DISLOCATED WORKERS EMPLOYMENT AND TRAINING SERVICES HOME OFFICE. Published March 14, 2014

REQUEST FOR SERVICE QUALIFICATIONS (RSQ) FOR AUDIT & TAX SERVICES

Request for Proposals RFP VIRTUAL SERVICES

Request for Proposals (RFP) to Provide Auditing Services

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

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR PROPOSAL. for. Brazos Valley Workforce Development Area Rapid Response Services

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR Forward Capacity Market Support Services RFP NUMBER EM

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

1) Project Management 2) Public Relation Services 3) Strategic Planning & Facilitation Services Solicited

Request for Proposals (RFP) for Technical Assistance U.S. Department of Housing and Urban Development Programs

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

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

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

Request for Proposal. Parenting Education

REQUEST FOR PROPOSALS

1/8/2013. IMPORTANT Dates

Request for Proposal

Request for Proposal. Independent Living

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

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

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

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

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

How to Draft New & Update Old Policies and Procedures. Agenda. Why?

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

The Brunswick Housing Authority Request for Proposal Independent Audit Services (FY FY 2020) December 30, 2015

Disadvantaged Business Enterprise Supportive Services Program

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Request for Proposal (RFP)

OWENS VALLEY CAREER DEVELOPMENT CENTER

Knights Ferry Elementary School District

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

MANAGEMENT, TRAINING AND CONSULTING CORP. REQUEST FOR PROPOSAL AUDIT SERVICES AGENCY WIDE SINGLE AUDIT

WEST VIRGINIA HIGHER EDUCATION POLICY COMMISSION REQUEST FOR PROPOSALS VERIFICATION AND DOCUMENT MANAGEMENT SERVICES RFP #19007.

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

GAYLORD COMMUNITY SCHOOLS

City of Malibu Request for Proposal

Request for Proposal. Interpretation/Translation Services

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

REQUEST FOR PROPOSALS RFP NO.:

BERKELEY CHARTER EDUCATION ASSOCIATION

REQUEST FOR PROPOSAL

Londonderry Finance Department

Community Unit School District 200 Administration & School Service Center

REQUEST FOR PROPOSAL PSYCHIATRIC SERVICES. For Cayuga Addiction Recovery Services Residential Rehabilitation Unit

Dakota County Technical College. Pod 6 AHU Replacement

General Procurement Requirements

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR TECHNICAL SERVICES TO DEVELOP A SPREADSHEET TOOL

RE: Request for Proposal Number GCHP081517

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

REQUEST FOR PROPOSAL FOR Audit Services

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

REQUEST FOR PROPOSALS: PROFESSIONAL AUDITING SERVICES

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Transcription:

Notice: Request for Proposals Office of Management and Budget (OMB) A-133 AUDITING SERVICES workforceconnections (wc) is soliciting auditing services that governmental organizations must follow under the audit requirements of OMB Circular A 133. Publication of Proposal February 21, 2012 Submission of Proposal Deadline April 2, 2012 On or before 4:30 pm workforceconnections is an Equal Opportunity Employer/Program Auxiliary aids & services available upon request for individuals with disabilities TTY (800) 326-6888 or Nevada Relay 711 1

TABLE OF CONTENTS SECTION I - RFP DESCRIPTION Introduction......4 & 5 Project Schedule.....5 & 6 Relationship with Prior CPA Firm....6 Audit Work Papers....6 Right to Reject.....6 Award of Contract....6 Term of Audit Services... 6 Termination of Audit Services.......6 Audit Report Review.........6 Equal Opportunity.......6 Grievance Process.... 7 SECTION II SOLICITATION PROCESS Proposal Deadline.... 7 Solicitation Questions....7 Proposal Format Guidelines.....7 Proposer Cover Page Profile. 8 SECTION III - SCOPE OF AUDIT Scope of Audit..........8 2

SECTION IV - EXECUTIVE SUMMARY Summary of Firm.....8 SECTION V PROPOSED FEES & COMPENSATION PROCESS Proposed Fees & wc Compensation Process.....9 & 10 SECTION VI - EXPERIENCE AND QUALIFICATIONS OF FIRM Experience & Qualifications of Firm........10 SECTION VI PROPOSAL REVIEW AND EVALUATION Review & Evaluation of Proposals...........11 ATTACHMENT Proposal Cover Page.....13 Affirmations.......14 3

REQUEST FOR PROPOSAL FOR OMB A-133 AUDIT SERVICES SECTION I - RFP DESCRIPTION A. INTRODUCTION workforceconnections (wc) is a local workforce investment board that is the designated pass-through entity to provide administrative oversight of employment and training funds that have been awarded under the Workforce Investment Act (WIA) and the American Recovery and Reinvestment Act (ARRA). wc also receives direct federal awards of funds from federal agencies. These funds support programs such as Youthbuild and Prison Re-Entry, as well as other related local workforce initiatives. wc is considered to be a special purpose governmental entity under GASB statement 14 because it is governed by a consortium of local elected officials who bear the fiscal responsibility for the agency. The annual budget of the organization is approximately $25 million dollars, and wc employs over 50 individuals. wc has a June 30 th fiscal year end, with a requirement to file an A-133 audited financial statement by March 31 st of the following year. wc provides staff support to assist the selected audit team to meet this designated deadline. One of wc s primary fiscal administrative requirements is to obtain a financial audit in accordance with the Single Audit Act Amendments of 1996 (31 U.S.C. 7501 7507) and revised OMB Circular A 133, Audits of States, Local Governments, and Non-Profit Organizations. The audits must be conducted on an annual basis by an independent auditor in accordance with Generally Accepted Government Auditing Standards covering financial audits as referenced in Nevada Revised Statues 354.624 and Department of Labor Administrative regulation 29 CFR 97.26. wc is soliciting proposals from entities that have the capability to perform an audit of its financial statements and financial management infrastructure that are in compliance with the following minimum standards: 1. Appropriate state licensing requirements, 2. Applicable independent fiscal standards, 3. Records that demonstrate responsible work, and 4. Established applicable requirements for peer review and continuing professional education of staff. The audit firms who have an interest in this solicitation will be required to conduct an onsite audit of wc s fiscal records that are maintained at wc s main office located at 7251 W. Lake Mead Blvd., Suite 200, Las Vegas, NV, 89128. 4

The auditor will also be expected to follow the recommendations of the AICPA and Local Governments regarding the application of generally accepted auditing standards for audits of financial statements of state and local governmental units as contained in the AICPA audit and accounting guide, Audits of State and Local Governmental Units, Circular OMR A-133, Audit of local governments, State, and nonprofit organizations. B. PROJECT SCHEDULE February 21, 2012 April 2, 2012 April 16, 2012 May - 31, 2012 June 1, 2012 June 15, 2012 October 3, 2012 December 14, 2012 January 31, 2013 Request for Proposal Issued Deadline for submission of audit (No submissions will be accepted after 4:30pm of this date and time.) Proposal evaluation Selection of the Vendor (Board Approval) Commence Contract negotiation Executed Contract Commence Field Work Delivery of Draft Reports and Completion of Exit Conferences Delivery of Final Reports for Distribution C. RELATIONSHIP WITH PRIOR CPA FIRM These services have been provided by Piercy Bowler Taylor & Kern for the past five fiscal years. wc is required to procure audit services this year due to exhausting the renewal options of the prior contract. In preparing your proposal, be advised that management will give permission to contact prior auditors. D. AUDIT WORKPAPERS Audit work papers and reports shall be retained for a minimum of three years from the date of the audit report, unless the auditor is notified in writing by the State of Nevada or wc to extend the retention period. Audit work papers shall be made available, upon request, to wc staff or Board, the State of Nevada, and the U.S. Department of Labor. Records shall be retained beyond the three-year period if audit findings have not been resolved at the state and/or federal level. E. RIGHT TO REJECT This RFP does not commit wc to accept any proposal submitted, nor is wc responsible for any costs incurred in the preparation of responses to this RFP. wc reserves the right to reject 5

any or all proposals, to accept or reject any or all items in the proposals, and/or to award the contract in whole or in part as is deemed to be in the best interest of wc. wc reserves the right to cancel, delay, amend, or reissue the RFP at any time. F. AWARD OF CONTRACT Each respondent submitting a proposal will be notified in writing or via e-mail of wc s decision concerning their proposal. Formal notification to award a contract and the actual execution of a contract are subject to the following conditions: Receipt of funds from federal and state administering agencies; Results of negotiations between selected vendor and wc administrative fiscal staff; Continued availability of wc funds, and; Approval by full wc Board of Directors The final award of contract will be made to the firm, which in the opinion of wc, is best qualified to perform the services and at the lowest cost. G. TERM OF AUDIT SERVICES The initial term of the awarding agency s contract shall be for two years. wc reserves the right to extend the contract with the possibility of two one year extensions. This contract extension shall be based on the audit firm s prior performance. Price and terms for each year s subsequent audit shall be renegotiated with wc. Nothing in this solicitation shall be construed as giving the proposing vendor any guarantee of future contracts. All decisions on contract renewals shall be at the sole discretion of wc. Work to be performed under the audit firm s contract shall not be assigned to another firm or individual without the prior written consent of wc. H. TERMINATION OF AUDIT SERVICES Either party upon a thirty (30) day written notice may terminate the audit agreement contract for any noted reason. I. AUDIT REPORT REVIEW Prior to the submission of the final completed report, the audit firm will be required to review a draft of the proposed report and management letter with wc s management team. Also, the audit firm will be required to present the final audit report to wc s Budget Committee, as well as the wc full Board of Directors during its public meeting forum. J. EQUAL OPPORTUNITY Minority and women owned businesses will be afforded full opportunity to submit quotes in response to this RFP, and will not be discriminated against in the awarding of any contract resulting from this solicitation. 6

K. GRIEVANCE PROCESS Any prospective respondent or actual bidder or contractor who is allegedly aggrieved in connection with the solicitation of a bid or award of a contract shall have the right to protest. The aggrieved must define, in writing, the reason(s) for the protest and forward the letter of protest to the office of wc s Executive Director. Please refer to wc s grievance policy in regards to this procedure. The time limit for such action is five (5) calendar days after the contract award has been announced by the wc full Board. (Reference: Policy 5.3 located on wc web site) SECTION II - SOLICITATION PROCESS A. PROPOSAL DEADLINE In order to be considered, three sealed copies of proposals with the words AUDIT RFP written on the outside of the envelope must be received by: Date: April 2, 2012 Time: On or before 4:30pm Location: workforceconnections ATTN: AUDIT RFP 7251 Lake Mead Blvd., Suite 200 Las Vegas, Nevada 89128 No proposal will be accepted after this date and time. Proposals received after this deadline shall not be considered for evaluation or award. No proposals that are e- mailed or faxed shall be accepted. B. SOLICITATION QUESTIONS All questions regarding this RFP shall be submitted in writing via e-mail to: rboulware@nvworkforceconnections.org on or before March 23, 2012. C. PROPOSAL FORMAT GUIDELINES In responding to this RFP, the requested information must be in the following format: a. Double-spaced typed pages using twelve 12 point Times New Roman font. b. One inch margins all around. c. A footer on each page should contain the respondent s name and page # in the following preferred format, Page # of #. d. Reference the appropriate headers and section numbers of the RFP in your response and answer questions in the order that they appear in the RFP. 7

D. PROPOSER COVER PAGE PROFILE It is mandatory that profile of the proposer be provided in the attached cover page which contains the following information: 1. Name of the proposing firm. 2. Address, telephone number, fax number, and e-mail address. 3. Name and e-mail address of person preparing the RFP along with an acknowledgement that the person preparing the response is authorized to bind the proposing firm to their responses. 4. Current local business license number. 5. Federal tax I.D. number. 6. Mandatory Affirmations (with signature) 7. Affirmation of Contents of response to RFP 8. Affirmation of Qualifications Proposals from Firms who fail to complete and sign the cover page shall not be considered. SECTION III - SCOPE OF AUDIT 1. The audit Scope of Work shall composed of both government-wide and general fund financial statements. wc does not currently maintain any business or fiduciary type funds. 2. The audit shall be conducted in accordance with the Single Audit Act Amendments of 1996, (U.S.C.7501 7507). 3. The audit shall be performed in accordance with Generally Accepted Auditing Standards, and Federal auditing standards of the United States including: (a) Government Auditing Standards, issued by the U. S. General Accounting Office (GAO). (b) The Single Audit Act of 1948 (P.L. 98-502), as amended. (c) Circular A-133, Audits of State and Local Governments, issued by the U.S.Office of Management and Budget (OMB). 4. The auditor shall be prepared to perform services for a two (2) year period with the possibility of two (2) one (1) year extensions which shall be based on performance. 8

SECTION IV - EXECUTIVE SUMMARY Each respondent is to provide a brief summary of their business which should include but not limited to, the following: (a) Provide years of established business which indicates recent accomplishments. (b) Provide an organizational chart of firm which indicates number of staff and if applicable, local, regional, national and/or international operations. (c) Describe the office from which the work is to be staffed including the staff and the staff level that is employed at that location. (d) Describe the range of activities performed by the local office such as auditing, accounting, tax service, and management service. (e) Discuss your staff s capability to audit units of local government with hybrid accounting systems. (f) Describe your firm s approach to the audit of wc, including the use of any association or affiliate member firm personnel and the areas that will receive primary emphasis. Also discuss the firm s use of technology in the audit. SECTION V - PROPOSED FEES & COMPENSATION PROCESS wc shall pay the selected audit firm a flat fee for performing the audit. The flat fee must include the following cost elements: 1. The cost for all of the auditor s expenses for labor, communications, travel and other miscellaneous expenses directly related to the audit. 2. The hourly rates of staff by classification which includes an all-inclusive maximum fee for the Scope of the Audit. 3. The type of payment arrangements that may be needed.(arrangements may be made for progress payments for no more than 25% of the total cost of the audit, the remaining amount to be invoiced with the final audit report.) 4. The fee proposal should be submitted in a separate sealed envelope and the fee amount should not be disclosed anywhere else in the proposal. 9

5. Final payment will be made upon receipt of a completed audit report acceptable to workforceconnection S Board of Directors and the State of Nevada Department of Employment, Training and Rehabilitation. If required due dates for audit completion are missed or work does not meet audit standards, wc reserves the right to withhold payment upon notifying the audit firm in writing of the reasons for such withholding. 6. If the audit report is not issued at the agreed completion date by both parties and wc has complied with all requests of the audit firm, the audit firm may be required to accept an automatic 15% reduction in total fees. However, an additional 15% negotiated incentives may be awarded for completing field work and auditing requirements ahead of mutually agreed upon delivery of final reports schedule. 7. Any requests for adjustment to fees must be based on the Consumer Price Index or similar recognized industry index. This shall be based on the change from the index reported by the Bureau of Labor Statistics for two months prior to the execution of the contract. Adjustments will apply only to services affected by an adjustment in raw material, labor, or other like cost factors, and will not exceed 3% on the total contract award. 8. The successful respondent will be informed in writing by amendment and or change order, and prices will be adjusted only after receipt of said approved adjustment from Workforce Connections executive director or appointed designee. SECTION VI - PROPOSER QUALIFICATIONS & EXPERIENCE Provide the following information regarding the Qualifications and Experience of your Firm: (a) Describe the firms experience in performing governmental audits in accordance with the requirements of OMB Circular A-128 and OMB Circular A-133. (b) Provide the names, addresses, and telephone numbers of previous and/or current clients responsible for three of the audits described above. (c) Identify the audit managers and field supervisors and/or other staff who will work on the audit, and include their resumes, relevant experience, and if applicable, educational achievements in governmental accounting and auditing within the last two years. 10

(d) Provide documentation of the firms staff, proposed to be assigned to this audit, is properly licensed by the Nevada State Board of Accountancy and indicate dates of licensing. ***LIMIT RESPONSE TO THREE (3) DOUBLE SPACED PAGES SECTION VII - PROPSAL REVIEWAND EVALUATION wc will evaluate proposals on a qualitative basis. This includes a review of the firm s peer review report and related materials, results of discussions with other clients, and the firm s completeness in its response to wc. Proposals will be evaluated by a committee consisting of four (4) members. Proposals will be opened only by the committee and information contained in a proposal will not be disclosed to the public until after the award. The response to each of the criteria contained under Executive Summary of Firm, Qualifications and Experience of Staff, and Proposed Fees will be scored from 0 to 5, and then multiplied times the weight factor. The Committee will evaluate the scores and may conduct oral phone and/or on-site interviews with leading scorers in addition to checking references before selecting a firm. A proposal review and evaluation committee shall be formed by workforce Connections with qualified individuals having backgrounds related to the delivery of public services with fiscal responsibilities. All entities submitting proposals will be promptly notified of the determination by workforceconnections. Proposals will become the property of workforce CONNECTIONS and will not be returned. The criteria, point value, and weight, and maximum total score are as follows: CRITERIA POINT VALUE RANGE WEIGHT MAXIMUM TOTAL SCORE Proposer s Executive Summary 0-5 2 0-10 Qualifications & 0-5 5 0-25 Experience of Firm and Applicable staff Proposer s Fees 0-5 3 0-15 11

ATTACHMENT 12

PROPOSAL COVER PAGE (Must be completed and signed) 1. Name of the Proposing Firm : 2. Local address: 3. Telephone Number: Fax Number: E-mail address: 4. Name of Contact Person: 5. Telephone Number of Contact Person: e-mail 6. Current local business license number: 7. Federal tax I.D. number: 8. Affirmation: I affirm that the information within this proposal, to the best of my knowledge, is true and accurate. Further, I am duly authorized to submit this proposal on behalf of this agency. I also understand that my agency will be responsible for meeting all audit requirements as set forth in this RFP. I fully affirm and understand that failure to meet these requirements may result in my organization s proposal not being considered. Name (Print) Title Organization Authorized Signature Date: 13

AFFIRMATIONS All respondents must sign the following affirmations: 1. Affirm that the proposer is properly licensed for the public practice as a certified public accountant or public accountant in accordance with GAGAS. 2. Affirm that the proposer meets the independence requirements of the Government Auditing Standards, 1994 revision, published by the General Accounting Office. 3. Affirm that the respondent does not have a record of substandard audit work. This should be affirmed by submitting a written report communicating the results of an external quality control review conducted within three years preceding June 30, 2011. I affirm that this information, to the best of my knowledge, is true and accurate. Name:(Print) Title: Organization: Authorized Signature: Date: 14

15

16

17

Notice: Request for Proposals A-133 AUDITING SERVICES workforceconnections (WC) is soliciting auditing services that governmental organizations must follow under the audit requirements of OMB Circular A 133. Publication of Proposal June 22, 2011 Submission of Proposal Deadline July 18, 2011 workforceconnections is an Equal Opportunity Employer/Program Auxiliary aids & services available upon request for individuals with disabilities from workforceconnections Audit RFP 6-2011 1 18

TABLE OF CONTENTS SECTION I RFP DESCRIPTION Introduction. 4 & 5 Project Schedule...5 Relationship with Prior CPA Firm...5 Audit Work Papers..5 & 6 Right to Reject..6 Award of Contract...6 Compensation...6 & 7 Term of Audit Services...7 Termination of Audit Services....7 Audit Report Review...7 Equal Opportunity....7 Grievance Process. 7 SECTION II SOLICITATION PROCESS Proposal Deadline.7 & 8 Solicitation Questions.8 Proposal Guidelines...8 Executive Summary Contents 8 Proposer Profile..8 & 9 Scope of Audit...9 Qualifications of Firm....9 Audit RFP 6-2011 2 19

Qualifications of Firm s Staff..... 9 & 10 Evaluation of Proposals...10 Evaluation Committee.11 Appendix....12 Proposal Cover Page......13 Executive Summary Document.....14 Affirmation Document.......15 Audit RFP 6-2011 3 20

workforceconnections REQUEST FOR PROPOSAL FOR A-133 AUDIT SERVICES SECTION I - RFP DESCRIPTION A. INTRODUCTION workforceconnections (wc) is a local workforce investment board that is the designated pass-through entity to provide administrative oversight of employment and training funds that have been awarded under the Workforce Investment Act (WIA) and the American Recovery and Reinvestment Act (ARRA). wc also receives direct federal awards of funds from federal agencies. These funds support programs such as Youthbuild and Prison Re-Entry, as well as other related local workforce initiatives. wc is considered to be a special purpose governmental entity under GASB statement 14 because it is governed by a consortium of local elected officials who bear the fiscal responsibility for the agency. The annual budget of the organization is approximately $25 million dollars, and wc employs over 50 individuals. wc has a June 30 fiscal year end, with a requirement to file an A-133 audited financial statement by March 31 of the following year. wc provides staff support to assist the selected audit team to meet this designated deadline. One of wc s primary fiscal administrative requirements is to obtain a financial audit in accordance with the Single Audit Act Amendments of 1996 (31 U.S.C. 7501 7507) and revised OMB Circular A 133, Audits of States, Local Governments, and Non-Profit Organizations. The audits must be conducted on an annual basis by an independent auditor in accordance with Generally Accepted Government Auditing Standards covering financial audits as referenced in Nevada Revised Statues 354.624 and Department of Labor Administrative regulation 29 CFR 97.26. wc is soliciting proposals from entities that have the capability to perform an audit of its financial statements and financial management infrastructure that are in compliance with the following minimum standards: 1. Appropriate state licensing requirements, 2. Applicable independent fiscal standards, 3. Records that demonstrate responsible work, and 4. Established applicable requirements for peer review and continuing professional education of staff. Audit RFP 6-2011 4 21

The audit firms who have an interest in this solicitation will be required to conduct an on-site audit of wc s fiscal records that are maintained at wc s main office located at 7251 W. Lake Mead Blvd., Suite 200, Las Vegas, NV, 89128. The auditor will also be expected to follow the recommendations of the AICPA and Local Governments regarding the application of generally accepted auditing standards for audits of financial statements of state and local governmental units as contained in the AICPA audit and accounting guide, Audits of State and Local Governmental Units, Circular OMR A-133, Audit of local governments, State, and nonprofit organizations. B. PROJECT SCHEDULE June 22, 2011 July 18,2011 July 21, 2011 July 28, 2011 August 15, 2011 August 31, 2011 October 3, 2011 January 31, 2012 February 28, 2012 Request for Proposal Issued Deadline for submission of audit (No submissions will be accepted after 4:30pm of this date and time.) Proposal evaluation Selection of the Vendor (Board Approval) Commence Contract negotiation Executed Contract Commence Field Work Delivery of draft reports and completion of exit conferences. Delivery of final reports for distribution C. RELATIONSHIP WITH PRIOR CPA FIRM These services have been provided by Piercy Bowler Taylor & Kern for the past four fiscal years. wc is required to procure audit services this year due to exhausting the renewal options of the prior contract. In preparing your proposal, be advised that management will give permission to contact prior auditors. D. AUDIT WORKPAPERS Audit work papers and reports shall be retained for a minimum of three years from the date of the audit report, unless the auditor is notified in writing by the State of Nevada or wc to extend the retention period. Audit work papers shall be made available, upon request, to wc staff or Board, the State of Nevada, and the U.S. Audit RFP 6-2011 5 22

Department of Labor. Records shall be retained beyond the three-year period if audit findings have not been resolved at the state and/or federal level. E. RIGHT TO REJECT This RFP does not commit wc to accept any proposal submitted, nor is wc responsible for any costs incurred in the preparation of responses to this RFP. wc reserves the right to reject any or all proposals, to accept or reject any or all items in the proposals, and/or to award the contract in whole or in part as is deemed to be in the best interest of wc. wc reserves the right to cancel, delay, amend, or reissue the RFP at any time. F. AWARD OF CONTRACT Each respondent submitting a proposal will be notified in writing or via e-mail of wc s decision concerning their proposal. Formal notification to award a contract, and the actual execution of a contract are subject to the following conditions: Receipt of funds from federal and state administering agencies; Results of negotiations between selected vendor and wc administrative fiscal staff; Continued availability of wc funds, and; Approval by full wc Board. The final award of contract will be made to the firm, which in the opinion of wc, is best qualified to perform the services and at the lowest cost. G. COMPENSATION wc shall pay the selected audit firm a flat fee for performing the audit. This fee is to include all of the auditor s expenses for labor, communications, travel and other miscellaneous expenses incurred by the auditor that is directly related to this solicitation. Proposal must also include the following additional cost elements: 1. Hourly rates by staff classification and the all-inclusive maximum fee for which the requested work will be done. 2. Type of payment arrangements that may be needed.(arrangements may be made for progress payments for no more than 50% of the total cost of the audit, the remaining amount to be invoiced with the final audit report.) 3. Final payment will be made upon receipt of a completed audit report acceptable to workforceconnection S Board and the State of Nevada Workforce Investment Support Services [WISS] office. If required due dates for audit completion are missed or work does not meet audit standards, wc reserves the right to withhold payment upon notifying the audit firm in writing of the reasons for such withholding. Audit RFP 6-2011 6 23

4. If the audit report is not issued at the agreed completion date by both parties and wc has complied with all requests of the audit firm, the audit firm may be required to accept an automatic 15% reduction in total fees. However, an additional 15% negotiated incentives may be awarded for completing field work and auditing requirements ahead of agreed upon schedule. H. TERM OF AUDIT SERVICES The initial term of the awarding agency s contract shall be for two years. wc reserves the right to extend the contract with the possibility of two one year extensions. This contract extension shall be based on the audit firm s prior performance. Price and terms for each year s subsequent audit shall be renegotiated with wc. Nothing in this solicitation shall be construed as giving the proposing vendor any guarantee of future contracts. All decisions on contract renewals shall be at the sole discretion of wc. Work to be performed under the audit firm s contract may not be assigned to another firm or individual without the prior written consent of wc. I. TERMINATION OF AUDIT SERVICES Either party upon a thirty (30) day written notice may terminate the audit agreement contract for any noted reason. J. AUDIT REPORT REVIEW Prior to the submission of the final completed report, the audit firm will be required to review a draft of the proposed report and management letter with wc s management team. Also, the audit firm will be required to present the final audit report to wc s Budget Committee, as well as the wc full Board during its public meeting forum. K. EQUAL OPPORTUNITY Minority and women owned businesses will be afforded full opportunity to submit quotes in response to this RFP, and will not be discriminated against in the awarding of any contract resulting from this solicitation. L. GRIEVANCE PROCESS Any prospective respondent or actual bidder or contractor who is allegedly aggrieved in connection with the solicitation of a bid or award of a contract shall have the right to protest. The aggrieved must define, in writing, the reason(s) for the protest and forward the letter of protest to the office of wc s Executive Director. Please refer to wc s grievance policy in regards to this procedure. The time limit for such action is five (5) calendar days after the contract award has been announced by the wc full Board. (Reference: Policy 5.3 located on wc web site) SECTION II - SOLICITATIONPROCESS A. PROPOSAL DEADLINE In order to be considered, three sealed copies of proposals with the words Audit RFP 6-2011 7 24

AUDIT RFP written on the outside of the envelope must be received by: Date: July 18, 2011 Time: On or before 4:30pm Location: workforceconnections ATTN: AUDIT RFP 7251 Lake Mead Blvd., Suite 200 Las Vegas, Nevada 89128 No proposal will be accepted after this date and time. Proposals received after this deadline shall not be considered for evaluation or award. No proposals that are e-mailed or faxed shall be accepted. B. SOLICITATION QUESTIONS All questions regarding this RFP may be submitted in writing to: mavendano@nvworkforce.org before July 18, 2011. C. PROPOSAL FORMAT GUIDELINES In responding to this RFP, the requested information must be in the following format: a. Double-spaced typed pages using twelve 12 point Times New Roman font. b. One inch margins all around. c. A footer on each page should contain the respondent s name and page # in the following preferred format, Page # of #. d. Reference the appropriate headers and section numbers of the RFP in your response and answer questions in the order that they appear in the RFP. D. EXECUTIVE SUMMARY Each respondent is to provide a brief summary of their business which may include years of established business, recent accomplishments, and any other favorable information that may be of interest to wc regarding your company. [Reference: The Appendix] **LIMIT RESPONSE TO TWO DOUBLE SPACED PAGES** E. PROPOSER PROFILE [Reference the Appendix] A profile of the proposer must be provided in the cover page which contains the following information: 1. Name of the proposing firm. 2. Local address, telephone number, fax number, and e-mail address. 3. Name and e-mail address of person preparing the RFP along with an acknowledgement that the person preparing the response is authorized to bind the proposing firm to their responses. 4. Current local business license number. 5. Federal tax I.D. number. 6. Fee Proposal - The fee proposal should be submitted in a separate sealed envelope and the fee amount should not be disclosed anywhere else in the proposal. 7. Affirmation of Contents of RFP** [Reference the Appendix) Audit RFP 6-2011 8 25

F. SCOPE OF AUDIT 1. The audit shall be of both government-wide and general fund financial statements. wc does not currently maintain any business or fiduciary type funds. 2.The audit shall be in accordance with the Single Audit Act Amendments of 1996, (U.S.C.7501 7507). 3. The audit shall be performed in accordance with Generally Accepted Auditing Standards, and Federal auditing standards of the United States including: (a) Government Auditing Standards, issued by the U. S. General Accounting Office (GAO). (b) The Single Audit Act of 1948 (P.L. 98-502), as amended. (c) Circular A-133, Audits of State and Local Governments, issued by the U.S. Office of Management and Budget (OMB). 4. The audit shall be performed by an independent auditor qualified to conduct governmental audits. 5. The auditor shall be prepared to perform services for a two (2) year period with the possibility of two one year extensions which shall be based on performance. G. QUALIFICATIONS OF FIRM Indicate the following Qualifications of the firm: (a) Provide an organizational chart of firm, number of staff and whether it has local, regional, national and/or international in operations. (b) Describe the office from which the work is to be staffed including the number of professional staff by staff level employed at that location. (c) Describe the range of activities performed by the local office such as auditing, accounting, tax service, and management service. (d) Discuss your staff s capability to audit units of local government with hybrid accounting systems. (e) Describe your experience in performing governmental audits in accordance with the requirements of OMB Circular A-128 and OMB Circular A-133. Give the names, addresses, and telephone numbers of client officials responsible for three of the audits described. (f) Describe how your firm will approach the audit of wc, including the use of any association or affiliate member firm personnel and the areas that will receive primary emphasis. Also discuss the firm s use of technology in the audit. And finally, discuss the communication process used by the firm to discuss issues with management and the board. H. QUALIFICATIONS OF FIRM S STAFF Indicate the following Qualifications of Staff: (a) Identify the audit managers and field supervisors and/or other staff who will work on the audit, including staff from other than your local office. The resumes, relevant experience, the number and nature of any [Continuing Professional Educational] (CPE) hours of any supervisors, managers and Audit RFP 6-2011 9 26

individuals with final responsibility for this engagement should be included. Also outline whether or not the proposed staff have received continuing education in governmental accounting and auditing during the last two years. (b) Affirm with documentation that the staff members proposed to be assigned to this audit is properly licensed by the Nevada State Board of Accountancy which indicates dates of licensing. (c) Provide an affirmation that your company will be able to complete the audit in accordance with the project schedule. (d) Emphasize any special or extraordinary services your firm can provide that would distinguish it from its competitors. (e) Detail your firm s experience in providing A-133 auditing services for governmental entities. (f) Affirm that the proposing firm will provide certification regarding debarment, suspension, ineligibility and voluntary exclusion in accordance with 29 CFR Part 98, Subpart a, if awarded a contract. ***LIMIT RESPONSE TO TWO (2) DOULE SPACED PAGES I. EVALUATION OF PROPOSALS wc will evaluate proposals on a qualitative basis. This includes our review of the firm s peer review report and related materials, results of discussions with other clients, and the firm s completeness and timeliness in its response to wc. Proposals will be evaluated by a committee consisting of four (4) members. Proposals will be opened only by the committee and information contained in a proposal will not be disclosed to the public until after the award. The response to each of the criteria contained under Qualifications of Firm, Qualifications Staff, Scope of Audit and Fee Schedule will be scored from 0 to 5, and then multiplied times the weight factor. The Committee will then evaluate the scores and may conduct phone interviews with leading scorers, and check their references before selecting a firm. The criteria, points, and weight benchmarks are as follows: Criteria Points Weight Score Qualifications of Audit Firm 0-5 2 0-10 Qualifications of Staff 0-5 3 0-15 Scope of Audit 0-5 2 0-10 Fee Proposal 0-5 3 0-15 Audit RFP 6-2011 10 27

J. EVALUATION COMMITTEE A proposal review and evaluation committee shall be formed by workforce Connections with qualified individuals having backgrounds related to the delivery of public services with fiscal responsibilities. All entities submitting proposals will be promptly notified of the determination by workforceconnections. Proposals will become the property of workforce CONNECTIONS and will not be returned. K. APPENDIX The proposal appendix must contain the following documents: 1. The Proposal Cover Page (with signature) 2. The Executive Summary 3. Mandatory Affirmations (with signature) Audit RFP 6-2011 11 28

APPENDIX Audit RFP 6-2011 12 29

PROPOSAL COVER PAGE 1. Name of the Proposing Firm : 2. Local address: 3. Telephone Number: Fax Number: E-mail address: 4. Name of Contact Person: 5. Telephone Number of Contact Person: e-mail 6. Current local business license number: 7. Federal tax I.D. number: 8. Fee Proposal - The fee proposal should be submitted in a separate sealed envelope and the fee amount should not be disclosed anywhere else in the proposal. 9. Affirmation: I affirm that the information within this proposal, to the best of my knowledge, is true and accurate. Further, I am duly authorized to submit this proposal on behalf of this agency. I also understand that my agency will be responsible for meeting all audit requirements as set forth in this RFP. I fully affirm and understand that failure to meet these requirements may result in my organization s contract being terminated. Name (Print) Title Organization Authorized Signature Date: Audit RFP 6-2011 13 30

EXECUTIVE SUMMARY Audit RFP 6-2011 14 31

AFFIRMATIONS All respondents must sign the following affirmations: 1. Affirm that the proposer is properly licensed for the public practice as a certified public accountant or public accountant in accordance with GAGAS. 2. Affirm that the proposer meets the independence requirements of the Government Auditing Standards, 1994 revision, published by the General Accounting Office. 3. Affirm that the respondent does not have a record of substandard audit work. This should be affirmed by submitting a written report communicating the results of an external quality control review conducted within three years proceeding June 30, 2010. I affirm that this information, to the best of my knowledge, is true and accurate. Name:(Print) Title: Organization: Authorized Signature: Date: Audit RFP 6-2011 15 32

33

34

35

36

37

38

39

40

41

42

43

44

45

46

47

48

49

50

51

52

53

54