78-06 Prof Audit Svc
20 pages
English
Le téléchargement nécessite un accès à la bibliothèque YouScribe
Tout savoir sur nos offres
20 pages
English
Le téléchargement nécessite un accès à la bibliothèque YouScribe
Tout savoir sur nos offres

Description

County of Ingham Request for Proposals Packet # 78-06 PROFESSIONAL AUDITING SERVICES For years ending: December 31, 2006 December 31, 2007 December 31, 2008 ber 31, 2009 December 31, 2010 On Behalf of Ingham County Board of Commissioners Ingham County Road Commission Ingham County Housing Commission Ingham County Social Services Board (Medical Care Facility) City of Lansing and County of Ingham Joint Building Authority Edwin Dore Controller Sealed Proposals Due: Tuesday, October 24, 2006 at 11:00 A.M. Proposals shall be delivered to the: Ingham County Purchasing Department P.O. Box 319 Mason, Michigan 48854 Phone: (517) 676-7222 REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES Introduction The Ingham County Board of Commissioners and the Board of Road Commissioners invites qualified independent certified public accountants to submit a proposal to perform a financial and compliance audit of Ingham County, Ingham County Road Commission, Ingham County Medical Care Facility, and Ingham County Housing Commission. These audits are to be performed in accordance with generally accepted auditing standards, the standards for financial audits set forth in the General Accounting Office's (GAO) Government Auditing Standards , the provisions of the federal Single Audit Act of 1984 (as amended) and U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local ...

Informations

Publié par
Nombre de lectures 22
Langue English

Extrait

 County of Ingham Request for Proposals Packet # 78-06
 PROFESSIONAL AUDITING SERVICES   For years ending: December 31, 2006  December 31, 2007 December 31, 2008 December 31, 2009 December 31, 2010 On Behalf of Ingham County Board of Commissioners Ingham County Road Commission Ingham County Housing Commission Ingham County Social Services Board (Medical Care Facility) City of Lansing and County of Ingham Joint Building Authority Edwin Dore Controller  Sealed Proposals Due: Tuesday, October 24, 2006 at 11:00 A.M.  Proposals shall be delivered to the: Ingham County Purchasing Department P.O. Box 319 Mason, Michigan 48854  Phone: (517) 676-7222  
 
 
 
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES  Introduction The Ingham County Board of Commissioners and the Board of Road Commissioners invites qualified independent certified public accountants to submit a proposal to perform a financial and compliance audit of Ingham County, Ingham County Road Commission, Ingham County Medical Care Facility, and Ingham County Housing Commission.  These audits are to be performed in accordance with generally accepted auditing standards, the standards for financial audits set forth in the General Accounting Office's (GAO) Government Auditing Standards  , the provisions of the federal Single Audit Act of 1984 (as amended) and U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations .  The Audit Report shall include opinions of the financial statements and on compliance and internal controls. Separately issued financial statements are required for the Ingham County Road Commission, the Ingham County Housing Commission, and the Ingham County Medical Care Facility.  The primary purpose of the audit is to meet state reporting requirements. However; authorization to use the audit opinion in official statements for the purpose of issuing debt shall be provided at no additional cost.  Additionally, the Board of the City of Lansing and County of Ingham Joint Building Authority (Joint Building Authority) requests proposals for a financial audit to meet state reporting requirements.  Ingham Countys General Terms and Conditions  REGISTERING AS A VENDOR WITH INGHAM COUNTY    Bidders must be registered as a vendor with Ingham County before submitting any proposals or bids. Failure to register may be cause for removal of your firm from consideration of award. Bidders may register as vendors with Ingham County through this website http://ingham.org/pp/purchasing.htm  Vendors registering to provide goods and services to Ingham County under contract shall certify to their knowledge of the County's Equal Opportunity Employment / Nondiscrimination Policy, and of their agreement to comply, and shall disclose any conclusive findings of violations of Federal, State, or local equal opportunity statutes, ordinances, rules/regulations, or policies within the past three (3) years.  Pre Proposal Conference  A Pre Proposal Conference will be held at 9:00 a.m. on October 10, 2006, at the Ingham County Hilliard Building, 2 nd Floor in Conference Room B 121 E. Maple Street, Mason, Michigan. Please register for this event by calling 517-676-7222.  DUE DATE TIME AND PLACE  All Proposals are due no later that 11:00 A.M. on Thursday, October 24, 2006, in the Ingham County Purchasing Office 2 nd Floor Hilliard Building 121 East Maple Street, P.O. Box 319 Mason Michigan 48854.  Proposals received at other locations or delivered after the due date and time will not be accepted.  SUBMISSION OF PROPOSALS  Proposals must be submitted in a sealed envelope or package and clearly marked on the outside: Packet #78-06  
 Proposal # 78-06 Page 2 of 20
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   Response to this proposal should be concise and must include all requested information. Vendors are required to submit an original (clearly marked) and seven (7) copies. The proposal must remain valid for at least 90 days.  Bidders shall include with their submittals the Pricing Sheet; and the Local Purchasing Preference Sheet. The Workplace Diversity Sheet is optional.   Proposals should be prepared simply and economically, providing a straightforward, concise description of the ability to meet the requirements of the RFP. Fancy bindings, colored displays, promotional materials, and so forth are not desired. Emphasis should be on completeness and clarity of content.  Should you decide to utilize an express delivery service, please note that we are located at the intersection of Maple Street and Jefferson Street. Bids will not be accepted via Fax machine or Internet E-mail.  PRIME CONTRACTOR RESPONSIBILITIES  The selected Contractor will be required to assume responsibility for all services offered in the proposal whether or not they possess them within their organization. Further, Ingham County will consider the selected Contractor to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract.  INDEPENDENT PRICE DETERMINATION   By submission of a proposal, the offer or certifies, and in the case of a joint proposal each party thereto certifies as to its own organization, that in connection with this proposal:   The prices of the proposal have been arrived at independently without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other offer or with any competitor;   Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the offer or and will not be knowingly disclosed by the offer or to any competitor;   No attempt has been made or will be made by the offer or to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition;   The price quoted is not higher than that given to the general public for the same service.  ADDITIONAL INFORMATION REQUESTED  Please indicate if your firm has been cited and/or fined within the last three (3) years by any Federal, State or Local regulatory agency. If so, please provide the following information:  A. Date B. Identity of the agency issuing the citation or fine C. Description of the violation D. Final rulings of agency  EQUAL OPPORTUNITY EMPLOYMENT/NONDISCRIMINATION POLICY  It is the policy of the Ingham County Board of Commissioners that all vendors who provide goods and
Pro of 20  posal # 78-06 Page 3
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   services to Ingham County government by contract, shall, as a condition of providing goods and services, adhere to all Federal, State and local laws, ordinances, rules and regulations, and policies, if applicable, prohibiting discrimination in regard to persons to be served and employees and applicants for employment including, but not limited to, the following:  The Elliott Larsen Civil Rights Act, 1976 PA 453, as amended.  The Persons with Disabilities Civil Rights Act, 1976 PA 220, as amended.  Section 504 of the Federal Rehabilitation Act of 1973, PL 93-112, 87 Stat 355, as amended, and rules adopted hereunder.  The Americans with Disabilities Act of 1990, PL 101-336, 104 Stat 327 (42 ' 12101 et seq.), as amended, and regulations promulgated hereunder.  All vendors shall, as a condition of providing goods and services, as required by law and/or the County's Equal Opportunity Employment/Nondiscrimination Policy, not discriminate against persons to be served or an employee or applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment, or a matter directly or indirectly related to employment because of race, color, religion, national origin, age, sex, sexual orientation, gender identity, disability that is unrelated to the individual's ability to perform the duties of a particular job or position, height, weight, marital status, or political affiliation.  Where there has been a conclusive finding that a vendor has violated Federal, State or local equal opportunity statutes, ordinances, rules/regulations, or policies, that vendor shall be barred from providing goods and services to Ingham County for five (5) years from the date that a determination of the violation has been made in accordance with applicable statutes, ordinances, rules/regulations, or policies or from the date that such determination becomes known, unless a specific exemption is granted by the Board of Commissioners.  Any violation of Federal, State, or local equal opportunity statutes, ordinances, rules/regulations, or policies during the course of time during which the vendor is providing goods or services to the County shall be regarded as a material breach of any contract between the County and the vendor, and the County may terminate such contract effective as of the date of delivery of written notification to the vendor.  Any employee of a vendor providing goods and services by contract to the County, or any employee of a subcontractor of a vendor providing goods and services to the County by contract, or any bona fide organization representing such employees may file a written complaint with the Board or its designated agent, if any, challenging the compliance by a vendor with the terms of this policy, the Board or its designated agent shall then conduct an investigation to determine whether the policy has been violated.  Any vendor found to have retaliated in violation of a Federal or State law against an employee for filing a claim of violation of Federal, State, or local equal opportunity statutes, ordinances, rules/regulations, or policies shall be ineligible to provide any goods or services to Ingham County government for a period of five (5) years from the date of such finding.  WORKPLACE DIVERSITY  It is the policy of Ingham County to encourage its vendors to develop and maintain a diverse workforce that is reflective of the population of Ingham County. According to the U.S. Census Bureau, the statistics of Ingham County's population in 2000 was comprised of the following:  
 Proposal # 78-06 Page 4 of 20
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   A. White persons - 79.5% B. Black or African American persons - 10.9% C. American Indian and Alaska Native persons - 0.5% D. Asian persons - 3.7% E. Native Hawaiian and other Pacific Islander - 0.1% F. Persons of Hispanic or Latino origin - 5.8%  LIVING WAGE  A. Overview of Living Wage: vendors contracting with the County primarily to perform services are required to pay their employees a "living wage" if the following two (2) conditions apply:  1. The total expenditure of the contract or the total value of all contracts the vendor has with the County exceeds $ 50,000 in a twelve-month calendar; and,  2. The vendor employs five (5) or more employees.  Subcontractors providing services to the County who employs five (5) or more employees and where the total value of the contract(s) exceeds $ 25,000 are also required to pay a "living wage".  B. Living Wage Defined: an hourly wage rate which is equivalent to 125% of the federal poverty level. For 2004, the "living wage" is $ 11.79 per hour. Twenty percent of the "living wage" costs paid by the employer can be for an employee's health care benefits. This wage rate applies to part and full-time employees who work on County contracts.  C. Living Wage Exemptions: the following group of vendors and special conditions are exempted from paying "living wages":  1.  Public Entities 2. Entities with 501(c)(3) status who have nine (9) or fewer employees. 3. Employees working under the terms of a collective bargaining agreement. 4. Contracts where County policy requires the payment of prevailing wages(construction contracts). 5. Programs designed specifically for high school and/or college students such as a bona fide training, summer or youth employment, work study, volunteer/public service, or internship programs. 6. Co-op employees employed as part of a high school or college co-op program which is part of the employee's educational curricula. 7. Programs which operate to train people with disabilities and which are designated as community rehabilitation programs, work activity centers and/or sheltered workshops. 8. Temporary or seasonal employees.  INDEMNIFICATION AND HOLD HARMLESS  The vendor who is selected as the contractor shall, at its own expense, protect, defend, indemnify, save and hold harmless the County of Ingham and its elected and appointed officers, employees, servants and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to, all costs from administrative proceedings, court costs and attorney fees that the County of Ingham and its elected and appointed officers, employees, servants and agents may incur as a result of the acts, omissions or negligence of the contractor or its employees, servants, agents or subcontractors that may arise out of the agreement.  The contractor's indemnification responsibility under this section shall include the sum of damages, costs and expenses which are in excess of the sum of damages, costs, and expenses which are paid out in behalf of or reimbursed to the County, its officers, employees, servants and agents by the insurance coverage obtained and/or maintained by the contractor. Proposal # 78-06 Page 5 of 20  
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   I NSURANCE  The vendor shall purchase and maintain insurance not less than the limits set forth below. All coverages shall be with insurance companies licensed and admitted to do business in the State of Michigan and with insurance carriers acceptable to Ingham County that have a minimum A.M. Best Company's Insurance Reports rating of A or A- (Excellent).  A. Worker's Disability Compensation Insurance including Employers Liability Coverage in accordance with all applicable Statutes of the State of Michigan.  B. Commercial General Liability Insurance on an "Occurrence Basis" with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit. Coverage shall include the following: (A) Contractual liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability endorsement or equivalent.  C. Motor Vehicle Liability Insurance, including Michigan No-Fault Coverage, with limits of liability of not less than $1,000,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles.  D. Professional Liability Insurance (Errors and Omissions) shall be maintained during the life of this contract with limits of liability of not less than $1,000,000 per claim.  E. Additional Insured - Commercial General Liability Insurance, as described above shall include an endorsement stating the following shall be "Additional Insureds:" The County of Ingham, all its elected and its appointed officials, all its employees and its volunteers, all its boards, commissions and/or authorities and board members, including employees and volunteers thereof.  F. Cancellation Notice - All insurances described above shall include an endorsement stating the following: "It is understood and agreed that thirty (30) days advanced written notice of cancellation, non-renewal, reduction and/or material change shall be sent to: The Ingham County Purchasing Department, P.O. Box 319, Mason, Michigan 48854."  G. Proof of Insurance - The vendor shall provide to the County of Ingham at the time the contracts are returned by it for execution, two (2) copies of certificate of insurance for each of the policies mentioned above. If so requested, certified copies of all policies will be furnished.  LOCAL PURCHASING PREFERENCE:  The Ingham County Board of Commissioners (BOC) believes that its purchasing policies should encourage local vendors to provide goods and/or services to Ingham County government, resulting in increased economic activity through more local jobs, tax revenues, and expenditures, and to entice business relocations to the County. As such, in 2005, the BOC amending its purchasing policies to include a 5% purchasing preference to qualified and registered local vendors who respond to formal bids for the purchase of goods and/or supplies, issued by the Ingham County Purchasing Department. A local vendor is defined as a vendor that operates a business within the legally defined boundaries of Ingham County. To be considered a local vendor, the vendor must provide a verifiable business address (not a PO Box) at which business is being conducted. The vendor must also agree to comply with all other policies and requirements of the County. For more information about the Ingham County Local Purchasing Preference Policy, go to www.ingham.org/pp/purchasing.htm  and click on Policies.  RIGHT OF REJECTION  The County reserves the right to reject any or all bids/proposals, to waive informalities or irregularities in  Proposal # 78-06 Page 6 of 20
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   bids/proposals, and/or to negotiate separately the terms and conditions of all or any part of the bids/proposals as determined to be in the County's best interests at its sole discretion.  STANDARD FORMS  Any preprinted contract forms the vendor proposes to include as part of the contract resulting from a bid/proposal must be submitted as part of the bid/proposal. Any standard contract provisions not submitted as part of the bid/proposal and subsequently presented for inclusion may be rejected. The County reserves the right to accept or reject in whole or in part any form contract submitted by a vendor and/or to require that amendments be made thereto, or that an agreement drafted by the County be utilized.  ADVICE OF OMISSION OR MISSTATEMENT  In the event it is evident to a vendor responding to an RFP/ITB that the County has omitted or misstated a material requirement to an RFP/ITB and/or the services required by an RFP/ITB, the responding vendor shall advise the Purchasing Department at (517) 676-7222 of such omission or misstatement.  COST OF PREPARATION  The County will not pay any costs incurred in the bid/proposal preparation, printing or demonstration process. All costs shall be borne by the vendors.  NOTIFICATION OF WITHDRAWAL OF BID  Bids/proposals may be withdrawn prior to the date and time specified for bid/proposal submission with a formal written notice by an authorized representative of the vendors. Bids/proposals submitted will become the property of the County after the bid/proposal submission deadline.  APPLICABLE LAW AND VENUE  This agreement shall be construed according to the laws of the State of Michigan. The County and the Contractor agree that the venue for the bringing of any legal or equitable action under this agreement shall be established in accordance with the statues of the State of Michigan and/or Michigan Court Rules. In the event that any action is brought under this agreement in Federal  Court, the venue for such action shall be the Federal Judicial District of Michigan, Western District, Southern Division.   COMPLIANCE WITH THE LAW  Vendors shall render the services to be provided pursuant to this agreement in compliance with all applicable Federal, State, and local laws, ordinances, rules, and regulations.  RIGHTS TO PERTINENT MATERIALS  All responses, inquires, and correspondence relating to an RFP/ITB and all reports, charts, displays, schedules, exhibits and other documentation produced by the vendors that are submitted as part of the bid/proposal shall become the property of the County after the bid/proposal submission deadline.  TAXES  Ingham County does not pay Federal excise and State sales taxes. Our tax exemption number is 38-6005629
 Proposal # 78-06 Page 7 of 20
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   and is also stipulated on all our Purchase Orders. Exemption Certificate, and Michigan Sales and Use Tax Certificate of Exemption are both available through this website under "Forms".  BOND REQUIREMENTS  Any proposal that is in excess of $50,000.00, if awarded will be required to provide 100 percent of the contract amount coverage in Performance Bond and Payment Bond as required by Public Act 1963, #213. The bond must be with surety companies satisfactory to Ingham County and who are listed in the Federal Register as published by the U.S. Department of Treasury under the most recently revised Circular 570. In addition, each surety company shall be admitted and licensed to do business in the State of Michigan by the Michigan Department of Labor and Economic Growth Office of Finance and Insurance and have a minimum A.M. Best Company's Insurance Report Rating of A or A- (Excellent).  NON-COLLUSION  The vendor certifies that this proposal has not been made or prepared in collusion with any other proposer and the prices, terms or conditions thereof have not been communicated by or on behalf of the proposer to any other proposer and will not be so communicated to any other proposer prior to the official opening of this proposal. This certification may be treated for all purposes as if it were a sworn statement made under oath, subject to the penalties for perjury. Moreover, it is made subject to the provisions of 18 U.S.C. Section 1001, relating to the making of false statements.  CONTRACT AWARD  Contract award negotiations will be undertaken with the Contractor whose proposal, as to price and other factors, demonstrate to be qualified, responsible, and capable of performing  the work in the sole discretion of the County and the Court.  PROPOSAL SIGNATURE FORM  Provide a signed statement where the undersigned, as a proposer, declares that he/she has carefully examined all the items of the Specifications and Instructions he/she fully understands and accepts the requirements of the same, and he/she agrees to furnish the specified items and will accept, in full payment therefore, the amount specified. The proposer will identify its business entity as individual, DBA, partnership, corporation (foreign or domestic and in what state), and will indicate the official capacity of person(s) executing this proposal.  ADDITIONAL QUESTIONS   Additional questions should be directed to Janeil Valentine in the Ingham County Purchasing Department at 517-676-7307 or jvalentine@ingham.org              f 20  Proposal # 78-06 Page 8 o
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   SECTION I   GENERAL INFORMATION FOR THE CONTRACTOR   I-A. ISSUING OFFICE  This Request for Proposal (RFP) is issued by the Ingham County Purchasing Department for the County Controller on behalf of the Ingham County Board of Commissioners, the Ingham County Road Commission, the Ingham County Medical Care Facility, the Ingham County Housing Commission, and the Joint Building Authority.  I-B. PURPOSE  This RFP provides prospective contractors with information essential to the preparation and submission of a proposal to provide auditing and related professional services to Ingham County, the Ingham County Road Commission, the Ingham County Medical Care Facility, the Ingham County Housing Commission, and the Joint Building Authority.  I-C. NATURE OF SERVICES REQUIRED   1.  General  Ingham County is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2006, and each of the four subsequent fiscal years. These audits are to be performed in accordance with the provisions contained in this request for proposals.  2.  Scope of Work to be Performed  a. Ingham County desires the auditor to express an opinion on the fair presentation of its basic financial statements in conformity with generally accepted accounting principles.  (I) The auditor will draft the required notes to the financial statements subject to edit and review by the Director of Financial Services.  (ii)  The auditor will collect the required statistical data.  (iii)  The auditor is not required to audit the combining and individual fund financial statements and supporting statements. However, the auditor is to provide an A in-relation-to @  report on the combining and individual fund financial statements and supporting schedules based on the auditing procedures applied during the audit of the basic financial statements. The auditor is not required to audit the introductory section of the report or the statistical section of the report.  (iv)  The auditor shall be responsible for performing certain limited procedures involving supplementary information required by the Governmental Accounting Standards Board as mandated by generally accepted auditing standards.  b.  Separate audits and report letters will be required for several component units. The financial statements and results of the audits for these separate entities must be integrated, as appropriate, into the financial statements and overall audit of the County.     Proposal # 78-06 Page 9 of 20
      
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   c.  The audit will include an examination of compliance with statutes, grant agreements,  indentures, etc., as necessary in order for the auditor to express an opinion on the financial statements of the County.  d.  The audit must include any additional procedures necessary to meet federal single audit requirements.  e.  The auditor will prepare financial statements consisting of:  $ A Comprehensive Annual Financial Report (CAFR) printed one side, suitable for  duplication and binding. (Electronic filing with the State Office of Local Audit.) $  A separate financial and compliance report for the Ingham County Road Commission in accordance with Act #51 of 1951, as amended. $  A complete financial and compliance report for the Ingham County Housing Commission. (Electronic filing with the U.S. Department of Housing and Urban Development (HUD) is also required.) $  A complete financial and compliance report for the Ingham County Medical Care Facility. $  A financial report for the Joint Building Authority to meet state and SEC continuing disclosure reporting requirements. $  A report of federal financial assistance to comply with federal single audit requirements. f.   As part of the Single Audit Report, the accounting firm will submit a management letter which will comment on the adequacy of the County's system of internal control, identify administrative weakness, assess the effects of such weaknesses on financial management and propose steps to eliminate the weaknesses. A draft of the Single Audit reports shall be provided to the County for review and comments. An exit conference will be held to discuss the audit findings. Responses to the findings, if unresolved, will be incorporated into the final Single Audit Report.  I-D. TIME CONSTRAINTS AND DELIVERY OF AUDIT REPORTS  Work under this Contract will commence upon approval of the contract by the Board of Commissioners and Road Commission. The auditor shall conduct an examination of the financial statements of the County for calendar year 2006. The audit shall be completed and the required financial reports shall be delivered to the Director of Financial Services no later than April 15, 2007. The audit for each of the contract years thereafter shall be delivered no later than April 15 of the succeeding year. Extensions for the time of completion may be allowed for good cause by the County Controller and Chairperson of the Board of Commissioners.  1. The auditor shall provide one (1) copy of each year = s Comprehensive Annual Financial Report (CAFR) printed one side, suitable for duplication and binding. An electronic copy of the CAFR readable with generally available software shall also be provided.  2. The auditor shall provide a total of twenty (20) copies of each year = s audit of the Road Commission.
 Proposal # 78-06 Page 10 of 20
REQUEST FOR SEALED PROPOSALS PACKET #78-06 PROFESSIONAL AUDITING SERVICES   3. The auditor shall provide a total of twenty-five (25) copies of each year = s audit of the Housing Commission.  4. The auditor shall provide a total of fifteen (15) copies of each year = s audit of the Ingham County Medical Care Facility.  5. The auditor shall provide a total of fifteen (15) copies of each year = s audit of the Joint   Building Authority.  6. The auditor shall provide a total of twenty-five (25) copies of each year = s Federal Single Audit Report.  7. The auditor shall provide a total of twenty-five (25) copies of each year = s management letter issued in connection with the County audit.  The Ingham County Financial Services Department will be responsible for the printing and distribution of the audited Ingham County Comprehensive Annual Financial Report and distribution of the federal single audit.  I-E. Prior Audit  Ingham County = s year 2005 Comprehensive Annual Financial Report can be viewed on the Ingham County web site (www.ingham.org) on the Financial Services Department web page. Copies of the other required year 2005 reports will be available for inspection at the pre proposal conference.  I-F. Proposals  To be considered, contractors must submit a complete response to this Request for Proposal. A suggested format is provided in Section III.  As part of this proposal, firms are requested to make a firm Cost Proposal to the County of Ingham. If a contract is entered into as a result of this RFP, it will be a contract for actual time and expense, including the preparation of the required audit reports, with a price not to exceed the total price quoted in the proposal.  1-G. Acceptance of Proposal Content  The contents of the firms proposal may become contractual obligations if a contract ensues. Failure to accept these obligations may result in cancellation of the selection.  1-H. Pre proposal Assistance  A pre proposal conference has been scheduled for  October 10, 2006. The conference will be held beginning at 9:00 a.m. in the Hilliard Building, located at 121 E. Maple Street, Mason, Michigan, Second Floor Conference Room B . At this time, personnel from the Ingham County Road Commission and the Ingham County Financial Services Department will be available to discuss the scope of the audit and to allow those interested an opportunity to review financial records of the County's general government and the financial records of the Ingham County Road Commission. Copies of the 2005 Ingham County Annual Financial Report, the 2005 Ingham County Road Commissioner's Audit Report, the 2005 Ingham County Housing Commission Audit Report, the 2005 Ingham Medical Care Facility   Proposal # 78-06 Page 11 of 20
  • Univers Univers
  • Ebooks Ebooks
  • Livres audio Livres audio
  • Presse Presse
  • Podcasts Podcasts
  • BD BD
  • Documents Documents