HomeMy WebLinkAboutAgenda Report - May 7, 2003 E-03i
COUNCILi i
AGENDA ProposalAuditservices
r-_
MEETING DATE:
PREPARED Y. Finance Diirector
RECOMMENDATION: motion,
services as provided in the attached specifications.
BACKGROUND-. KPMG LLP has been performing the City's a:
solicitrenewal of their contract in 1998. Per Council's direction in January
2003, staff is submitting this request to +w .rsals for audit
services for the fiscal year beginning 1i.
Audit Spa -vices
The City has used an independent audit firm to audit the City's financial statements for many
years to assure the City Council and the citizens of Lodi that the City is maintaining its financial
records and providing financial reports in accordance with "generally accepted accounting
principles`$, in addition, ars independent audit is required by the several Federal and State grant
agreements and bond covenants entered into by the City to obtain funds and debt financing.
The focus of the audit is on the City's principal financial statements published in the
Comprehensive Annual Financial Report (FR) and compliance with Federal and Mate
regulations to obtain grants,
The Comprehensive Annual Financial Report is also used by financial institutions to evaluate
the City's financial ability to incur additional debt financing and for conformance with existing
covenants to which the City agreed to obtain debt financing in past years,
The unique nature of government service as compared to the private sector requires the City to
be accountable to a wide range of interested parties with different needs and concerns.
Accordingly, public agencies have relied heavily on independent audits to meet these needs.
Request For Proposal
The attached Request For Proposal (RFP) is based on two model RFPs suggested by the
Government Finance Officers' Association. In addition, the RFP includes standard terata and
conditions for professional services developed by the City of Lodi when requesting proposals. for
services,
The RFS' is divided into the following seven sections:
CITY OF LODI
1 e Description of the Work
2, General Terms and Conditions
Special Terms and Conditions
. Description of the City
. Agreement
. Insurance Requirements
ents
7. Proposal Submittal Forms
COUNCIL COMMUNICATION
Selection Process
The evaluation of proposals and selection of the firm will be made by a panel of four people as
discussed in detail on page 14. Two members of the panel will be appointed by the Mayor and
will include one Council Member and finance professional from the community. The ifs' of Lodi
Finance Director and;the Accounting Manager will be the third and fourth member of the: panel.
Selection willbe based on the firm's general qualifications, technical experience and cast. The
general qualifications arid technical experience of the firms Will be weighted more than the
proposed cost as shown on the attached evaluation sheet.
The firm selected will be responsible for the audit of financial records beginning with fiscal year
2002903 for fine years (0170A recommended). Accordingly, time is essential to ensure prosper
coordination and planning prior to the beginning of the audit.
Funding
The funding for these services is included in the City of Lodi budget. The find cost will be based
on biers received from audit liras and the level of services requested by the City of Lodi.
Vicky Mc Athie
Finance Director
Attachment:
Request For Proposal— Audit Services
CITY OF LODI, CALIFORNIA
REQUEST FOR PROPOSAL
For
Auditing Services
'P 031
Response eine by
2s00 .m., Tuesday, May 27, 2003
CITY OF LODI - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
TABLE OF CONTENTS
A. Nature of Services Required
I , General 3
Scope of Work to be Performed 3
3. Auditing Standards to be Followed 3
4. Reports to be Issued 4
5, Internal Control and Compliance Reports 4
B. General Terms and -C Conditions
1. Proposal Requirements 5
2, Contract .ward and Execution 6
3, Contract Performance 7
C. Special Terms and Conditions
I . Contract Term
9
2, Proposal Content
10
3, Proposal Evaluation and Selection
14
4. Proposal Review and Award. Schedule
16
5, Pre -proposal Conference
16
6, Ownership of Materials
lC
7, Release of Reports and Information
16
8. Copies of Reports and l f'orz ation
16
9. Required Deliverable Products
16
10, Statement t, o Contract Disqualification
17
I I. Special CoiAsiderations
17
12. Working Paper Retention and Access to Working Papers
18
13. Assi.stance to be Provided to the Auditor by the City
18
14, Atte: dm ce at Meetings and Hearings
19
D. Description.of the City
1. ,
Auditor Contact
14
2.
Background Information
1
3.
Fund Structure
19
4,
Budgetary Basis of Accounting
19
S,
Federal and State Financial Assistance
19
6,
Pension. Plans
19
7,
Joint Ventures
19
8,
Magnitude of Finance Operations
20
9.
Computer Systems for Accounting Applications
20
l 0.eco
nitiorrr of Financial Planning and Reporting Efforts
20
CITY CSI` x LD1 - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
E. Agreement 21
F, Insurance Requirements
G. Proposal ,Submittal Forms
23
1, Statem. ent of Bidder's Pat Contyad Disquatification 25
2. references 26
2
CITY OF Ir OD] - REQUEST FOR PROPOSAL - AUDIT SURVICES
2003
A. NATURE OF SERVICESREQUIRED
1., general information
The City of Lodi is requesting proposals from qualified firms of Certified. Public
Accountants for a five-year contract to audit the City's fnancial statements and Perfo m,
a Single Audit for the fiscal year ending June 30, 2003, with the option to renew for
additional five fiscal years. These audits are to be performed in accordance with
generally accepted auditing standards set forth for financial audits in. the General
Accounting Office's (GAO) Government .Auditing Standards, the federal Single Audit
.Act of` 1996 and US. Office of Management and Budget (OMB) Circular A-133, Audits
of State and Local governments.
Bcginnizng with the fiscal year ended June 30, 2003, the City of Lodi must implement
the provisions related. to General Standards Board Statemem No. 34 (GASH 34).
General Purpose Financial Statements - The auditor will be required to express an
opinion on the fair presentation of general-purpose financial statements and notes as to
conformity with generally accepted accounting principles. The auditor will not be
required to audit the combining, individual fund and account group fi narici.al statements
with their supporting schedules. However, the auditor will provide an "in-relationAo"
report on the combining and individual fund statements and supporting schedules based
on the auditing procedures applied during the audit of the general purpose statements.
The auditor will not be required to audit the statistical section of the report. The auditor
will be responsible for performing certain limited procedures on. supplementary
information required by the Governmental. Accounting Standards Board as required by
accepted auditing standards.
Single Audit Act Report -The City receives federal funds that are governed under the
provisions of the Single Audit Act. The auditor is not required to audit the schedule of
federal financial tial assistance. However, the auditor will provide an "in -relation -to" report
on the auditing procedures applied during the audit.
Special Purpose Audits a The City receives funding under the Transportation
Development .Act and Community Development Bloch Grant that require financial and
compliance audit.
e A dit1 t rn r s t be ollo ed
To meet the requirements of this request, the audit will be performed in accordance with
generally accepted auditing standards provided by the American Institute of Certified
Public Accountants, the standards for financial audits provided in tlae U.S. General
Accounting Office's Government nt Auditing Standards, the provisions of the Single Aijdit
Act of 1996 and the provisions of U.S. Office of Management and Budget (OMB)
CITE' OF L.ODI e REQUEST ICOR PROPOSAL - AUDIT SERVICES
2003
Circular A-133, Audits of States, Local Governments and Nonprofit Organizations, the
standards for financial reporting provided by the Government Finance Officers
Association, and the applicable laws, rales and regulations of the Transportation
Development ,pct,
Following the completion of the audit, the auditor will issue the following reports:
a) A report on the fair presentation of the financial statements in conformity with
generally accepted accounting principles
b) A management letter describing suggested improvements to internal controls and
operations observed during the audit.
c) A report on compliance with applicable laws and regulations.
d) an `in -gelation -to' report on the schedule of federal financial assistance.
e) A report on the internal control structure used to administer federal financial
assistance programs,
report. on compliance with specific requirements applicable to major federal and
state financial assistance programs.
g) A report on compliance with specific requirements applicable to non -major federal
financial assistance programs,
h) A report on compliance with general requirements for bath major and non-mgjor
federal financial assistance programs.
D An agreed -u on -procedure report for GANN limitation verification,
j) A report on compliance with general requirements for Program receipts Sale and
Repurchase Agreements —Dodi Financing Corporation.
In the report on internal controls, the auditor will communicate any reportable
conditions found daring the audit. A reportable condition will be defined as a
significant deficiency in the design or operation of the internal control structure, which
could adversely affect the City's ability to record, process, summarize and report
financial data consistent with the assertions of maga ei-nent in the financial statements.
Repoilable conditions that are also material weaknesses will be identified as such in the
report,
4
CI'T`Y Off' ,ODI - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
Non -reportable conditions discovered by the auditors will be reported in a separate letter
to management, which will be referred to in the report on internal. controls.
The report on compliance will include all instances of noncompliance. editors will be
required to make an U -n ediate, written report of all irregularities and illegal acts or
indications of illegal acts of which they become aware of to the following parties:
City-Ma.nager
�, Finance Director
Coity Attorney
Auditors will assure themselves that the City is informed of each of the following:
91 The auditors responsibility under generally accepted auditing standards
0 Significant accounting policies
Management,;ndgments and accounting estimates
0 Significant audit adjustments
x Other information in documents containing audited financial staternents
2 Disagreements with management
N Management ment c onsultation with ether accountants
9 Major issues discussed With ma agcy .ent prior to retention
19 Difficulties encountered in performing the audit
a. Requirement to Meet All Provisions - Each individual or firm submitting a
proposal (bidder) will meet all of the terms and conditions of the specifications in the
Request for Proposals (UP), By submitting a proposal, the bidder acknowledges
agreement with and accepts all provisions in the specifications of the Request for
Proposal,
.repo Submittal a Each proposal must be submitted in the form provided in.
the specifications and accompanied. by any other required information or
supplemental. ental. materials. proposal documents will be enclosed in an envelope, which
will be scaled said addressed to--
CITY OF L ODI _ REQUEST FOR. PROPOSAL - AUDIT SERVICES
2003
City of Lodi
Finance Director
95241-191.0
In order to guard against premature opening, the proposal should be clearly labeled
with the RFP title, name of bidder, and date and time of proposal opening. No
FAX submittals will be accepted.
. Proposal Withdrawal and Opening - A bidder may withdraw a proposal,
without prejudice prior to the time specified for opening by submitting a written
request to the Finaiice Director for its withdrawal, in which event the proposal will
be retuined to the bidder unopened. No proposal received after the time specified or
at any place other than that stated in the "Notice Inviting Bids/Requesting Proposals"
will be considered.
de Submittal of One Proposal Only e No individual or business entity of any kind
will be allowed to rnake or file, or to be interested in more than one proposal, crept
an alternative proposal when specifically requested; however, on individual or
business entity that has submitted a sub -proposal to a bidder submitting a proposal,
or who has quoted prices orr materials to such bidder, is not thereby disqualified.
from submitting a sib -proposal. or from quoting prices to other bidders submitting
proposals.
e. Communications - All timely requests for information submitted in writing
would receive a written response from the City. Telephone communications with
City staff are not encouraged, but will be permitted. however, any such oral
communication will not be binding on the City.
m Contract Award ad Execution
a, Proposal Retention and Award - The City reserves the right to retain all
proposals for a period of 60 days for examination and. comparison. The City also
reserves the right to waive non -substantial irregularities in any proposal, to reject
any or all proposals, to reject or delete one part of a proposal and. accept the other,
except to the extent that proposals are qualified by specific limitations as the interest
of the City may require, See the Special Terms and Conditions for any other
proposal evaluation and award criteria.
. Competency and Responsibility oaf Bidder 4 The City reserves full discretion to
determine the competence and responsibility, professionally and/or financially, of
bidders. Bidders will provide, in a timely manner, any and all information that the
City deems necessary to make such a decision.
6
C°ITY OFLORI - REQUEST FOR PROPOSAL - AI JDIT SERVIC: S
2003
c. Contract Requirement - The bidder to whore award is made will execute a
written contract with the City within ten. (1 Q) calendar days after notice of the award
has been mailed to address given in its proposal.
d. Failure to Accept Contract - 'rhe following will occur if the bidder to whom the
award is made (Auditor) fails to eater into the contract. The award will be amiulied;
and an award may be made to the next bidder who will fulfill every stipulation as if
it were the party to whore the first award was made,
e. Insurance Requirements - Auditor will provide proof of insurance in the form,
coverage--, and amounts specified in these specifications within tern (3 0) -calendar
days after notice of contract award as a precondition to contract execution.
f, Business Tax - The Auditor must have a valid City of Lodi business tax
cru icate prior to execution of the contract, Additional information regarding the
City's business tax program may be obtained by calling (209) 333--673.7.
1 '€g tr°act Performance
ao ability to Perform - The Auditor warrants that it possesses, all capital and other
equipment, labor, materials, and licenses necessary to carry out and complete the
work hereunder in cornpliance with any and all federal, state, county, city and
special district laws, ordinances and regulations.
b. 1aws to be Observed - The Auditor will keep itself fully informed of and will
observe and comply with all applicable state and federal laws and county and City of
Dodi ordinances, regulations and adopted codes daring perforn ante of the work.
c. Payment of Taxes - The contract price will include Ball compensation for all
taxes, which the Auditor is required to pay,
d. Safety Provisions - The Auditor will conform to the rules and regulations
pertaining to safety established by OSHA and the California Division of Industrial
Safety.
ca Public and Employee Safety - Whenever the Auditor's operations create a
condition hazardous to the public or City empl€�yees, the Miditor will, at its expense
and without cast to the City, take such protective measures as are necessary to
prevent accidents or darna.ge or injury to the public and the employees.
Preservation of City Property - The Auditor will provide and install suitable,
safeguards, approved by the City, to protect City property fro. m injury or damage- If
City property is injured or damaged as a result of the editor's operations, it will be
replaced or restored at the Auditor's expense. The facilities will be replaced or
restored to a condition as good as where the Auditor began work.
7
CITY OF LORI - RUQU ST FOR PROPOSAL - AUDIT SERVU-,`S
2003
g. Immigration Act of 1986 - The Auditor warrants on behalf of itself that only
persons authorized to work in the United States pursuant to the Immigration Reform
and Control Act of 19$6 and other applicable laws will be employed in the
performance of the work hereunder.
. Auditor Non -Discrimination - In the performance of this work, the Auditor agrees
that it will not engage in discrimination in employment of persons because of age,
race, color, sex, national origin or ancestry, sexual orientation, or religion of such
persons,
Work Delays - Should the Auditor be obstructed or delayed in the work required to
be done hereunder by changes in the work or by any default, act, or omission. of the
City, or by strifes, fire, earthquake, or any other Act of God, or by the inability to
obtain materials, equipment, or labor due to federal government restrictions, arising
out of defense or war programs, theta the time of completion may, at the City's sole
option; be extended. for such periods as may be agreed upon by the City and Auditor,
In the event that here is insufficient time to grant such extensions prior to the
completion date of the contract, the City may, at the time of acceptance of the work,
waive liquidated damages which may have accrued for failure to complete on time,
clue to any of the above, after hearing evidence as to the reasons for such delay, and
making a finding as to the causes of sante,
ePayment Terms - The City's payment terms are 30 days from the receipt of an
ofiginal invoice. 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 Auditor's dollar cost bid proposal. Interim billing shall cover
a period of not less thatt a calendar month.
R Audit -The City will have the option of inspecting and/or auditing all records and
other written materials used by the Auditor In preparing its invoices to the City as a
condition precedent to any payment to Auditor.
1. Interests of Auditor m The Auditor covenants that it presently lois no interest, mid
will not acquire. any interest direct or indirect or otherwise, which world conflict in
any mariner or degree with the performance of the work hereunder. The Auditor
further eovenatats that, in the performance of this work, no subcontractor or person
having such an interest will be employed. The Auditor certifies that no one who has
or will have any financial interest in perforating this work is an officer or employee
of the Cite. It is hereby expressly agreed that, in the performance of the work
hereunder, the Auditor will at all times be deemed an independent contractor and not
an agent or employee of the City.
m scald r fes and Jude ificatio m. The Audiwr agrees to defend, indemnity,
protect and Bold the City and its agents, officers acid employees harmless from and
against any and all claims asserted or liability established for damages or injuries to
any persona or property, including 111jury to the Auditor's employees, agents, or
8
CI"T"Y OF LORI -- REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
officers which arise from or are connected with or are caused or claimed to be
caused by the acts or omissions of the Auditor, and its agents, officers or employees,
in performing the work or services herein, and all expenses of investigating; and
defending against the same; provided, however, that the Auditor's duty to indemnify
and bold harmless shall not include any claims or liability arising from the
established sole negligence or willful misconduct of the City, its agents, officers or
employees.
n. Contract Assignment a The Auditor will not assign, transfer, convey or otherwise
dispose of the contract, or its right, title or interest, or its power to execute such a
contract to any individual or business entity of any kind without the previous written
consent of the City.
€ . Termination w If, durinia the term of the contract, the City determines that the
Auditor is not faithfully abiding by any term or condition contained herein, the City
may notify the Auditor in writing of such defect or failure to perform; which notice
.must give the Auditor a ten calendar day notice of time thereafter in which- to
perform, said work or cure the deficiency. If the Auditor Inas not performedthe work
or cured the deficiency within the ten. (10) days specified in the notice, such action
shall. constitute a breach of the contract and the City may terminate the contract
4nmediately by written notice to the Auditor. Thereafter, neither party will have any
further duties, obligations, responsibilities, or rights under the contract except,
however, any and all obligations of the Auditor's surety will remain in hall farce and
effect, and will not be extinguished, reduced, or in any manner waived by the
teat-iination thereof. In said event, the Auditor will be entitled to the reasonable value:
of its services performed from the. beginning date in which the breach occurs up to
the day it received the City's Notice of Termination, mirius any offset from such
payment representing the City's damages from such breach. The City reserves the
right to delay any such payment until completion or confirmed abandonment of the
project, as may be determined at the City's sole discretion, so as to permit a full and
c on-iplete accouriting of costs. In no event, however, will the Auditor be entitled to
receive in excess of the compensation quoted in its proposal.
C. SPECIAL TERMS AND CONDITIONS
1, Contract Term
A five-year contract is contemplated with art option to renew for an additional. five
years. At the end of each year, the City reserves the right to terminate services for
the subsequent year upon 90 days notification.
Prre Ccaxit
To be considered, the following materials must be received at the Finance
Department by May 27, 2003 at 2:00 pout at its offices at the City Hall Annex at
212 W. Pine Street, Lodi, CA 95240.
CITY OF L ODI - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
w Four copies of the proposal to include the following:
i, Table of Contents
ii, Transmittal setter. A signed letter of transmittal briefly stating the bidder's
un e standing of the work to be doge, the commitment to perforin the work
within the time period, a statement why the thin believes itself to be best
qualified to perform the engagement and a statement that the proposal is a
firm and irrevocable offer for ,sixty days.
iii Required Submittal Forms:
Proposal submittal summary
Schedule of professional fees and expenses
Staft anent of past contract disqualification
iv. Detailed Proposal. The detailed proposal shoutd follow the order set forth in
this request for proposals.
b. General Requirements w The purpose of the proposal is to demonstrate the
qua ifwations, competence mid capaeity of the firm seeking to undertake an
independent audit of the City of Lodi in conformity with the requirements of this
request. As such, the substance of the proposal will carry more weight than ;the
form or manner of presentation. The proposal should demonstrate the
qualifications of the firm and of the particular staff to be assigned to this
engagement, The proposal should also specify an audit approach that will moot
the requirements of this request The proposal should address all the points
outlined. The proposal should be prepared simply and economically, providing a
straightforward, concise description of the bidder's capabilities to satisfy the
requirements of the request. While additional information may be presented, the
following subjects, iters (c) through. (o) below, must be inclraded, They represent
the criteria against which the proposal will be evaluated,
c, Independence - The bidder should provide an affirmative statement that
lie/she is independent of the City of Lodz, California as defined by generally
accepted auditing standards and the US. General AccoizntiDg Office's
Government Auditing Standards.
`rhe bidder should also list and describe the firm's professional relationships
involving the City for the past five years, together with a. statement explaining
why this relationship does not constitute a conflict of interest relative to
performing an audit of the City.
Iii addition., the bidder will give the City w-ritteri notice of any professional
relationships entered into daring the period of this agreement.
10
CITY OF L,ODI REQUEST FOR PROPOSAL AUDIT SERVICES
2003
d. License to Practice in California a- An affirmative statement will be included
as to whether the firm and all assigned Ivey professional staff is properly licensed
to practice in the State of California.
. Firm Qualifications and Experience - The bidder should state the staffing
sire of the firm, the size of the firm's governmental audit staff, the number that
are certified, the location of the office from which the work on this engagement
is to be performed and the number and nature of the professional staff to be
employed in this engagement on a Rall -time basis and the number and nature of
the staff" to be so employed on a part-time basis. If the bidder is a joint venture
or consortium, the qualifications of each firm comprising the joint venture or
consortium should be separately identified acrd the firm that is to serve, as the
principal auditor should be noted. The bidder 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 bidder will also provide information on the results of any
federal or state desk reviews or field reviews of its audits dui:ing the past three
Years. Its addition, the firm will provide information on the circumstances and
status of any disciplinary action taken or pending against the firm during the past
three years with state regulatory bodies or professional organizations.
U Partner, Supervisory and Staff Qualifications and Experience - The bidder
should 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 person is licensed to practice
as a Certified Public accountant in. California. provide informations on the
government auditing experience of each person, including information on
relevant local government auditing continuing professional education for the past
three years and membership in professional organizations relevant to the
performance of this audit.
Provide as much. information as possible regarding the member, 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. Indicate the number of
additional. staff the Firm would have to Dire if awarded this contract.
The bidder should identify the extent to which staff to be assigned to the audit
reflect the City's commitment to Affirmative fiction.
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 City. However, in either case, the City
retains the right to approve or reject replacements.
CITY OF LOD1 - REQUEST FOR PROPOSAL - AUDITSERVICES
2003
Consultants and firan specialists mentioned in response to this request for
proposal can only be changed with the express prior written permission of the
City, which retains the right to approve or reject replacements,
Other audit personnel. may be changed at the discretion of the bidder provided
that replacements have substantially the same or better qualifications or
experience.
Resources R The bidder should describe its ability to provide the City with
qualified, trained staff if it is awarded this contract, in light of current client
obligations,
a Similar Engagements With Either Government Entities - For the firm's
office that will be assigned responsibility for the audit, list the most sigiaifi ant
engagements (maximum um -5) performed in the last five years that are similar to
the; engagement described iia this request for proposal. These engagements
should be ranked on the basis of total staff hours, Indicate the scope of word:,
date, engagement partners, total hours, and the name and telephone number of
the principal client contact. also indicate if any of these agencies has received
the Government Finance Officers Association's (GFOA) Certificate of
Achievement t in Financial Reporting during this timeframe.
is Specific Audit Approach - The proposal should set forth a work plan,
including an explanation of the audit methodology and time frames before and
after the close of the fiscal year to be followed, to perform the services required
in this request for proposal. In developing the work plan, reference should be
made to such sources of information as the City's budget and related materials,
organization charts, manuals and prograrns, and financial and other management
information systems.
Bidders will be required to provide the following information on their audit
approach:
0 .proposed segmentation of the engagement
Level of staff` and number of how's to be assigned to each proposed
segmentof the engagement
Sample size and the extent to which statistical sampling is to be used in
the engagement
0 Extent of use: of on-site automated systems in the engagement
a Type and extent of analytical procedures to be used in the engagement
1.2
CITY OF I ODI - REQUEST FOR PROPOSAL, - AUDIT SERVICES
2003
Approach to be taken to gain and docurnent an understanding of the
City's internal control structure
Approach to be taken in determining lavas and regulations that will be
.inject to audit test work
Approach to be taken in drawing audit sarrnptes for purposes of testing
compliance
0 Approach to be men in establishing compliance with GASB 34.
A list of schedules and tables that the auditor anticipates would normally
be prepared by the City to assist in the conduct of fieldwork.
a
Identification of Anticipated Potential Audit Problems - The proposal
should .identify and describe any anticipated potential audit problems, the
bidder's approach to resolving these problems and any special assistance that will
be requested from the City.
s Total All -Inclusive Maximum Price - The proposal should contain all
pricing information relative to performing the audit engagement as described. in
this request, The total all-inclusive maximum pricy; to be presented in the
proposal summary, which will include all direct and indirect costs and all out-of-
pocket expenses.
The City will not be responsible for expenses incurred in preparing and
submitting the proposal. Such costs should not be included in the proposal.
1. Rates by Partner, Specialist, Supervisory and Staff .Level Times Rohr's
Anticipated for Each - The bid should include a schedule of professional fees and
expenses, which supports the total all-inclusive maximunn price. The cost of special
services described in this request should be disclosed as separate components of the total
all-inclusive maximum price..
mx Out-of-pocket Expenses Included in the Total All-inclusive Maximum Pr°iee and
Reimbursement Rates - All estimated out-of-pocket expenses to be reimbursed
should be presented in the format provided in the attachment. .All expense
reimbursements will be charged against the total all-inclusive maximu n price
submitted by the firm.
n. dates for Additional Professional Services - If it should become necessary for
the City to request the auditor to render any additional services, to either supplement
the services requested in this RFP or to perform additional work, as a result of the
specific recommendations included in any report issued on this engagement, such
additional work will be performed only if set forth in an addendum to the contract
a
CITY OF LORI - REQUEST FOIA. PROPOSAL - AUDIT SERVICES
200;
between the City and the firm. Any such additional work agreed to between. the City
and the firm will be performed at the same rates set forth in the schedule of fees and.
expenses included in the proposal.
o. Proposal Length and Copies - Proposals should not exceed 30 pages, including
required attachments and supplemental materials.
.. Review Committee m A committee of four people will evaluate the proposals,
as follows:
- Coity of Lodi Finance Director
City of Lodi Accounting Manager
one City of Lodi Council Member
x one finance professional
. Evaluation. of Proposals - A. point formulawill be used during the review
process to score proposals. The City reserves the rights to retain all proposals
submitted and use any idea in a proposal regardless of Whether that proposal is
selected.. Proposals will be evaluated using three sets of criteria. The fallowing
represent the principal selection criteria that will be considered daring the
evaluation process.
General Qualifications (Maximum Points - 5)
The audit firm is independent and licensed to practice in California
The audit firm's professional personnel have received adequate
continuing professional education. within the preceding two years
The bidder has no conflict of interest with regard to any other work
performed by the finance for the City
The bidder's responsiveness to the instructions in this request for
proposal in preparing and submitting the proposal
The bidder submits a copy of its last external quality control review
report and the firm has a record of quality audit work,
0 Technical Quality (Maximum Points w 60)
Expertise and Experience (Maximum. Points - 30)
14
CITY OF LORI - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
The bidder's past experience and performance On comparable
government engagements (with special emphasis on city audits
and the new reporting model -GASB 34)
- The quality of the firm's professional personnel to be assigned to
the engagement and the quality of the firm's management support
personnel to be available for technical consultation
Audit Approach (Maximum Points - 30)
- Adequacy of proposed staffing plan for various segments of the
engagement
- Adequacy of sampling techniques
- Adequacy of analytical procedures
0 'race (Maximum Points - 2 )
The maximum score for price will be assigDed to the firm offering the lowest
total all-inclusive n-aximurn price. Appropriate fractional scores will be
assigned to other bidders. As refected above, the award of contract willnot
be based solely oil price, but ort a eo bination of factors as determined to be
in the best interest of the City, After evaluating the proposals and discussing
them further with the finalists or the tentatively selected contractor, the City
reserves the right to further negotiate the proposed work and/car method and
amount of compensation.
eOral Presentation A luring the evaluation process, City staff may, at its
discretion, request any one or all bidders to maize oral presentation. Such
presentations will provide Cirrus with ars opportunity to answer any questions the
staff may have on a, bidder's proposal. Not all firms may be asked to make such oral
presentations.
4, sal l v w Mrd c - The following is ars outline of the
anticipated scheul for proposal review and contract award -
issue RFP
5/7
Conduct pre -proposal conference,
5/14
Receive proposals
5/27
Conduct finalist interviews
5/30
Finalize staff recommendation
6/11
Award contract
6/18
15
CITY OFLON .. REQUEST FOR PROPOSAL - AUDIT SF-RVICES
2003
, A pre -proposal conference will be held on May 14, 2003,
at 2.00 p.m., at City Hall Aiinex, 212 West Pine Street to answer any questions that
prospective bidders may have regarding this Request for Proposal (.RFP).
.raer° brio M3 of Materi s _ .All documents and other materials prepared by or in
possession sof the Auditor as part of the work or sendees under these specifications shall
become the permaarent property of the City and shall be delivered to the City upon.
demand.
Re se of lie rt re r ict Any reports, information, data, or other
material given to, prepared by or assombled by the Auditor as part of the work or
services under these specifications shall be the property of City and shall not be made
available to any individual or organization by the Auditor without the prior writt--n
approval of the City,
cr ie �f e tarts rz l r i� If the City requests additional copies of
reports, specifications, of any other material in addition to what the auditor is required to
furnish in limited quantities as part of the work or services under these specifications,
the auditor shall provide such additional copies as requested, and City shall compensate,
the auditor for the costs of duplicating of such copies.
. it elide rills m The Auditor will be required to provide the
following no later than November lst of each. year;
a. One copy of each report listed in paragraph 4, page I under "Description of
Work, City staff will review any documents or materials provided by the
Auditor, and where necessary, the Auditor will be required to respond to staff
comments and make such changes as deemed appropriate.
IOW One copy of the letter to management on the adequacy of internal controls and
recommendations for improvement.
c. When computers have been used to produce materials submitted to the Ci.ty as a
part (.if the work scope, the .Auditor rust provide the corresponding c or pater
files to the City, compatible with the following programs unless otherwise
directed by the Finance Director:
Word processing Word for Windows 6.0
Spreadsheets
Exsel Release 5.0
Computer files must be on 3-1/2", high-density, write -protected diskettes,
formatted for use on IBM-compatible. systems, Each diskette must be clearly
labeled and have a printed copy of the directory.
16
CITY OF LORI a REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
10. Statement of Contract Disqualification - Each bidder shall submit a statement
regarding any past governmental agency contract disqualification oil the forma provided
in the RFP package.
11. Special Considerations
erattions
a. The City will submit its comprehensive annual financial report to the
Government Finance Officers Association of'the United States and Canada for
review in. their Certificate of Achievement for Excellence in Financial Reporting
program. and to the California Society of Municipal Finance Officers for their
Certificate of Award. of Outstanding Financial Reporting programa. It is
anticipated that the auditor will not be required to provide special assistance to
the: City to meet the requirements of that program. Final audit reports MUST be
completed by November Ist in order to meet the deadlines for the filing for the
awards. if there is a delay, any additional costs the City incurs, (i.e,, staff
overtimes, additional printing costs, etc.) will be the Auditor's responsibility.
b� The City currently anticipates it will prepare one or i ore official statements in
Connection with the sale of debt securities Haat will contain the general-purpose
financial statements and the auditor's report thereon. The auditor shall be
required, if requested by the fiscal advisor and/or the underwriter, to issue a
"consent and citation of expertise" as the auditor and any necessary "comfort
lctters."
c. The: City has determined that the State Controller's Office of the Stater of
California will function as the cogalizazat agency in accordance with `the
provisions of the Single Audit Act of 1996 and U.S. Office of Management and
Budget (OMB) Circular A-133, Audits of States Local Governments and
Ton rofit Cirgglffllizations.
d, The schedule of federal financial assistance and related auditor's report, as well
as the reports on the internal controls and compliance are to be issued as part of
the comprehensive annual financial report..
1All working papers and
reports mut be retained, at the auditor's expense for a minimum of three years, unless
the fired is notified in writing by the City of the meed to extend the retention period, The
auditor AW he required to make working papers available to third parties only capon
written request by the City's Finance Director.
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.
17
CITE` OF LOCM. w REQUEST FOR PROPOSAL - .AUDIT SERVICES
2603
as Finance Department and Clerical Assistance - Preparation and printing of
the Comprehensive Annual Financial Report (including Single Audit Act
sect=ion) shall be the responsibility of the City, The auditor will be responsible for
reviewing, as well as editing and proofing the final draft. Preparation and
printing of the TINA & CDBG compliance reports are the responsibility of the
auditor. The finance department staff and responsible mana cment 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 City,
ba Information System assistance - The information system staff, equipment,
and generalized riser software have been used extensively in. the past for auditing
purposes. The City will provide a general ledger password to the auditors for use
in. perforraing tests of accounting transactions. Information Systems personnel
will be available to provide systems documentation and explanations,
c. Work area, telephones, photocopying, FAX machines, and parking - The
City will provide the auditor with reasonable workspace, and access to a
telephone, photocopying facilities and FAX machine, All long distance phone
m -id fax transmissions are to be reimbursed to the City. Parking is available at
City Ball.
14. attendance of Meeting and Hearings - As part of the work scope and included in
the maximum contract price is afiendance at up to three governing body inecti gs
annually to present and discuss audit findings and recommendations. Auditor shall
attend as .many `working meetings' with staff as necessary in performing audit tasks.
D. DESCRIPTION OF THE CITY
1. Auditor Contact - The auditor's principal contact with the City will be Ruby Paiste,
Accounting Manager, who will coordinate the assistance to be provided by the City to
the auditor.
2. Background Information - Lodi is a general law City, incorporated on December 6,
1906, and is organized in accordance with the Council -City Manager form of
governr enta With a population of approximately 59,500. covering 12.6 square miles, the
City provides a -broad range of municipal services, including, police and fire protection,
parks and recreation, electric, water and sewer utilities, street maintenance, public
transportation, planning, building and safety, and other general government services.
Tb, City has a. total payroll of $2.3x4 million covering 479 full -tine equivalent
employees. The accounting and financial reporting functions of the City are centralized.
More detailed information on the government and its finances can be found in the 2001
1.8
CITY OF I,0131 - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
02 Financial Plan. and the Comprehensive Annual Financial Report for the year ended
June 30, 2002, which is available upon request.
3. Fund Structure - The City uses the following fund types and account groups in its
i� nwiciai reporting.
Number of
Individual
Funds
Find Type/Accoun GLoup
General Fund 1
Special Revenue Funds 6
Debt Service Funds 1
Capital Prgjects Funds 6
1 me pr se Funds 4
Internal Service Fund l
Expendable Trust Funds 3
Agency Funds l
General Fixed Assets Account Group 1
General::L,ongat rm Debt Account Group 1
4, Budgetary. Basis of Accounting - The City prepares its 2 -year budgets on a basis
consistent with generally accepted accounting principles.
5. Federal and State.Financial Assistance - During the first fiscal year of the five-year
contract, the City expects to receive the fallowing financial assistance:
Transportation Development .Act Funds
Community Development Block Grant
$ 2,000,000
1,950,000
6. Pension Pleas A The City participates in the California Public, Employees Retirement
System (PERS), an agent multiplememployer public employee retirement system. The
City also afters a deferred compensation play to its employees created in accordance
with the Internal Revenue Code Section 457,
7. Taint e ures - The City participates in four joint ventures:
California Joint Powers Risk Management. Association
Local AgencyWorkers' Compensation Excess Joint Powers Authority
California Transit Insurance Pool
Northern California Power Agency
Magnitude of Finance Operations e The Finance Department consists of five
activities:
Finance Administration i employee
Revenue Billing and Collections
15 employees
19
CITY OF LORI - REQUEST FOR PROPOSAL - AUDIT SERVICES
2003
performing electric, water and sewer billing; general accounts receivable,
cash ering and cash management duties
Accounting 10 employees
perfort-ning payroll, accounts payable, general ledger and financial reporting
duties
Purchasing
5 employees
Field Services 7 employees
performing meter reading andutility collection. services.
9. Computer Systews for Accounting Applications
Hardware
'ry- � o fui in(Lnt Number Make oil €ti rnent
Mid -Range Computer i
Software
IBM AS 400 RISC
World Software _, JD Edwards
10. Recognition for Financial Planning and Reporting Efforts - The City has received
national recognition for its efforts in financial reporting from GFOA and CSM `O. The
City is committed to maintain a high slat-idard of reporting and fund management,
ent,
through its use of € alit, fiDancial management tools.
20
CITY OF LODI s REQUESTFOR PROPOSAL - AUDIT SERVICES
2003
&AGREEMENT
THIS AGREEMENT is made and entered into in the City of Lodi on this day of I
by and between the CITY OF LODI, a municipal corporation, hereinafter referred to as
City, a -id-......... -.-.- n . ......... .... -- ...... herein fter referred to as Auditor,
WHEREAS, oral May 7, 2003, the City requested proposals for auditing services per
specification No.03-01.
WHEREAS, pursuant to said request, Auditor submitted a proposal that was
accepted by the City for said services.
NOW THEREFORE, in consideration of their mutual promises, obligations and
covenants hereinafter contained, the parties hereto agree as follows:
TERM. The grin of this Agreement shall be from the date this Agreement is made and
entered., as first written above, until acceptance or completion of the annual audit for the
fiscal year ended .lune 30, 2007,
2. INCORPORATION BY REFERE NCE. City Specification No. 03-01 and Auditor's
proposal dated 7, 2003, are hereby incorporated in and made a pay: of this
Agreement.
3. CITY'S OBLIGATIONS. For providing auditing services as specified in this
Agreement:, City will pay and Auditor shall receive the amounts stated in the proposal
hereto and incorporated into this Agreement.
4. AUDITOR'S OBLIGATIONS. IONS. F'or and in consideration of the payments and
agreements herein before mentioned to be made and performed by City, Auditor agrees
with City; to do everything required by this Agreement and said specifications.
5e AMENDMENTS. Any amendment, modification, or variation. from. the terms. of this
Agreement shall be in writing and shall be effective only upon approval by the City
Manager of the City.
. C L TEAGI+:E+ STENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement
between the parties hereto. No oral agreement, understmAding, or representation not
reduced to writing and specifically incorporated herein shall be of any force or effect,
nor shall any such oral agreement, understanding, or representation be binding upon the
parties hereto.
0
C11A OF ..ODI - REQUEST ST" FO PROPOSAL - AUDIT SERVICES
203
7, NO`T`ICE® All written notices to the parties hereto shalt be: seat by United States rail,
postage; prepaid by registered or certified mail addressed as follows:
City Finance Director
City of Lodi
P,O. Box 3006
Lodi, CA 95241-1910
Auditor
. AUTHORITY TO EXECUTE AGREEMENT. Both City and Auditor do covenant
t
that each individual executing this agreement on behalf of each party is a person duly
authorized and empowered to exec We Agreements for such party.
N WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed the day and year first above written.
CITY OF LODI
A Municipal Corporation
By:
Susan Blacksxon, City Clerk Cite Manager
APPROVED AS TO FORM -
Randall flays, City A.ttor ey
By-,
In
22
CITY OF LORI w REQUEST FOR PROPOSAL, - AUDIT SERVICES
2003
REQUIREMENTS -
Consultant Services
The, Auditor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise from
or in connection with the performance of the work hereunder by the Auditor, its
agents, representatives, employees, or subcontractors.
Minimum Scoe o ns rance - Coverage shall be at least as broad as:
1. Insurance Services Office Cryominercial General Liability coverage (occurrence form CG
000 1. ).
. Insurance Services. Office form number CA 000 I (Ed. 1/87) covering Automobile
Liability, code I (any auto).
3. Workers'Compensation insurance as required by the State of Californiaand Employer's
Liability Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession:
Aji:uimum Limits of Insurance -p .editor shall maintain limits no less than:
1. General Liability: $1,00U00 per occurrence for bodily injury, personal ipjury and
propsity damage. If Commercial General Liability or other form with a general
aggregate limit is used, either the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required occurrence,
liz�ait.
. Automobile, Liability: $1,000,000 per accident for bodily injury and property damage
3. Employer's Liability: $ 1,000,000 per accident for bodily injury or disease.
4, Errors and Omissions Liability: $1,000,000 per occurrence
Red tibl s sand. Seif sure a ntlaon - Any deductibles or self-insured retention
must be declared to. md approved by the City. At the option of the City, either: the insurer
shall reduce or eliminate such deductibles or self-insured retention's as respects the C ity� its
officers, officials, employees and volunteers; or the .Auditor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Qt r° lusurance Provisions a The general liability and automobile liability policies are
to contain, or be endorsed. to contain, the following provisions:
23
CITY OF t OD] - REQUEST FOR PROPOSAL, - AUDIT SERVICES
2003
1. The City, its officers, officials, employees, agents and volunteers are to be covered as
insured as respects: liability arising out of activities performed by or oto behalf of the
Auditor; products acid completed operations of the Auditor; premises awned, occupied
or used by the Auditor; or automobiles owned, leased, hired or borrowed by the Auditor.
'I"he coverage shall contain no special limitations on the scope of protection afforded to
the City, its officers, official, employees, agents or volunteers,
For any claims related to this project, the Auditor's insurance coverage shall be primary
insurance as respects the City, its officers, officials, employees, agents and volunteers.
Any insurance or self-insurance maintained by the City, its officers, offiei'als,
employees, agents or volunteers shall be in excess of the Auditor's insurance and shall
not contribute to it.
3. Any failure to comply with reporting or other provisions of the policies including broach
of warranties shall not affect coverage provided to the City, its officers, officials,
employees, agents or volunteers.
. The Auditor's insurance shall apply separately to each insured against whom claire is
made or snit is brought, except with respect to the limits of the insurer's liability.
5, Each insurance policy required by this clause shall be endorsed to state that coverage
shall not be suspended, voided, cancelled by either party, reduced in coverage or in
limits except after thirty days'prior written notice by certified mail., return receipt
requested; has been given to the City,
qc tabilkt f Insurers m Insurance is to be placed with insurers with a current A.M.
Best's rating of no less than A: VII.
ri i �tic� tib r
Auditor shall furnish the City with a certificate of insurance
showing moult nance of the required insurance coverage. Original endorsements effecting
general liability and automobile liability coverage required by this clause must also be
provided. The endorsements are to be signed by a person authorized by that insurer to bind
coverage on its behalf. All eudorsements are to be received and approved by the City before
work commences.
24
CITY OF LORI - REQUEST FOR PROPOSAL, - AUDITSERVICES
2003
t4 a€c� s �t 3is% Pions
The bidder shall state whether it or any of its officers or etatployees who have a proprietary
interest in it, has ever been disqualified, removed, or otherwise prevented from bidding oil,
or completing a federal, state, or local goverrinicnt project because of the violation of la -vv, a
safety regulation, or for any other reason, including but not limited to financial difficulties,
prop}ect delays, or disputes regarding; work or productcluality, and of so, to explain the
circumstances.
Do you have: any disqualification as described in the above paragraph to declare?
Yes No
2. If yes, explain the circumstances,
Executed on
at
I declare, under penalty of perjury of the laws of the State of California, that the foregoing is
true and correct.
Signature of Authorized :bidder Representative
25
C.J' Y OF DODO - REQUEST S`r FOR PROPOSAL - ALJDI'r SERVICES
?003
REFERENCES
Number of years engaged in providing the services included within the scope of the
specification-, under the present business name:
List and describe filly the last gree contracts performed by your firm, that demonstrate
your ability to }provide the services included with the scope of the specifications. Attach
additional pages if required, 'The City reserves the right to contact each of the references
listed for additional information regarding your firm's qualifications.
Reference. No. l
Customer Naxe;
Contact lndividua.l;_..__._�_._____
Address,
Contract Amount.
Description of Services Provided-.
Reference No. 2
Customer Name:
Year:
Contact lndivi ml;
Address:
Contract Amonte__-___ Year:
Description. of Services provided:
Reference No. 3
Customer Name:
IWA" M
Phone No:
Contact Individual:Phone No. -
Address:
ontract Ata -fount: Year;
reser ption of Services Provided:
26
CITY OF LORI - REQUEST FOR PROPOSAL - AUDIT SERVICES
200'
Letterhead
DATE: May 7, 2003
T. invited Parties
FROM, Vicky Me Athie, Finance Director
SUBJECT: Professional Auditing Services
The City of Lodi is .soliciting proposals from qualified firms of certified public accountants
for a five-year contract to audit the financial statements of the following entities beginning
with the fiscal year ending Jane 303, 2003, with the option of renewing the contract for five
subsequent fiscal years:
City of Lodi,
Comprehensive annual Financial. Report and Single audit.
City of Lodi,
Transpot°tatron. Development Act Funds
City of Lodi,
Federal Transit assistance (Section IX) Funds
City of Lodi,
Community Development Block Grant ends
Audit firins expressing interest will be provided with a copy of a request for proposal (RTP)
document.
Please indicate your interest in receiving a copy of the RFP by making a request in writing -
by May 16, 2003.
All questions and correspondence should be, directed. to Ruby= Paiste, Accounting Manager
at the above addressor by calling (209) 333 _6761.
27
General Qualifications
I. A statement that the firin is independent and licensed to practice in California
Z_ The iriri`s professional personnel have received adequate continuing education within the
preceding two years, focusing on local government auditing.
+. The, bidder has .no conflict of interest with regard to ally ether work performed by the lien
for the Cater_
4, The bidder included a copy of its Last external quality control reg,iew report,
,. The bidderfollowed the instructions to the RFP
Limited the proposal to 30 pages
* Ii1Ouded the'Proposal Submittal Summary form
* Included one Scl-wdule of Professional .Fees and Expenses for each Financial
Deport required
Total Score - General Qualifications
Expertise and Experience
6� Thebidder .demonstrates recent experif ce and performance on comparable
govermlient engagements (instructions limited to 5 engagernents)
l i.ddcr should have included audits conducted within the last 5 years
Paewnt experience performing city audits
Recent experience performing; audits of self insurwice pools OPA`s)
Recent experience per forming TDA , FTA and CDBG audits
Recent experience: performing Single Audits
For each engagement bi.dde. r should have included:
Total. staff hours
Total Partner boors
Date. of engagement
Soope of word
Contact name and phone iiumber
i. %ite.nients supporting the quality of the professional personnel assigned to this
engagement, (Fear each indivi aial indicate if licensed to praeiac�, as a CPA. iTi.
California, government auditing experience, local government continuing education,
and membership in professional organization relavant to the performance of this
iitzdt.
8. A statement on the duality of the firm's inanagement support personnel available for
technical consultation.
9. A statement itidicaating hoer the firm will assure the quality of the staff over the terra
of the contract.
Tectal Scare - Expertise and Experience
Ttitl
Score Possible
I
3
1
2
I
2
5
2
i
�
�
3
2
l
[
1.
1
l
4
1.
2
:'.
Firm Name,
Audit Approach
10. 'Thi. laid should contain the foil owing iiaformat.ion on audit approacia:
(is the item included ( I point m if the approach. reasonable; 2 points - if the approad
« Proposed segmentation of the engagement
* Le -Vol of staff and number of fours assigned to each segment
* Extent of statistical sampling
Proposed use of ora -site automated systems
• Typo and extent of analytical procedures
• Approach to. ocu of and undersWd the City's internal control structure
(preferred approach is prior to .lune 30, 1€ 95, not during fieldwork)
• Approach takers to determine laws and regulations that will be subject to audit
test work
• Approach taken to draw samples for tests of compliance.
• A statement indicating how the firm will be able; to staff and service the City in ligh
their other client obligations
• An i dicatiata that:tl-,zy can meet our c,ampletion date of November Ist each year
Total l Score m Audit Approach
am
11. The maximum score for price will be assumed to the €"irni offering the lowest total
all-inclusive maximum price, oyes the three yew contract. Appropriate fractional
scores will be assig tied to other proposers. (ic. If the bice is 10% higher than the
lowest proposal, the firm would receive a scare 10% lower than 25, or a 22)
TOTAL CUMULATIVE SCCA.
CITY COUNCIL
SUSAN HITCHCOCK, Mayor
EMILY HOWARD
Mayor Pro Tompore
JOHN BECKMAN
LARRY D. HANSEN
KEITH LAND
DATE:
T ff
FROM:
SUBJECT.
.
C: TY MALL, 221 WEST PINE STREET
P.O.. BOX 3006
LORI, CALIFORNIA 95241-1910
(209) 333-6762
FAX (209) 333-.6607
cityclrk@loch.gov
May 7, 2003
Invited Parties
Vicky Mle Athie, inw—ice Director
Professional Auditing Services
1
H. DIXON FLYNN
City Manager
SUSAN J. BLAGKSTON
City cierk
RANDALL A. FLAYS
City Attorney
The City of Lodi is soliciting proposals from qualified firms of certified public accountants
for a five -yeas contract to audit the financial statements of the following entities beginning
with the fiscal year ending June 30, 2003, with the option of renewing the contract For five
subsequent :discal years:
City of Lodi, Comprehensive Annual Financial Report aid Single Audit.
City of Lodi, Transportation Development Act Funds
City of Lodi, Federal Transit Assistance (Section fX) Frauds
City of Lodi, Community Development Block Grant Funds
Audit firnis expressing interest will be.. provided with a copy of a request for proposal
(RFP) doe -Lu ent.
Please indicate icat:e your interest iri receiving a copy of the RFP by making a request in writing
by may 16, 2003,
All questions and correspondence should be directed to Ruby Paiste, Accounting Manager.
at the above address or by calling (204) 333 - 6 76 1.