Upload
lethuan
View
213
Download
0
Embed Size (px)
Citation preview
CITY OF ANDERSON REQUEST FOR PROPOSALS
FOR PROFESSIONAL AUDITING SERVICES
FEBRUARY 1, 2019
401 South Main StreetAnderson, SC 29624
CITY OF ANDERSON
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
I. INTRODUCTION
A. General Information B. Term of Engagement C. Subcontracting
II. NATURE OF SERVICES REQUIRED
A. General B. Scope of Work to be PerformedC. Auditing Standards to be FollowedD. Reports to be IssuedE. Special ConsiderationsF. Working Paper Retention and Access to Working Papers
III. DESCRIPTION OF THE GOVERNMENT
A. Name and Telephone Number of Contact Persons/Organizational Chart/Location of Offices
B. Background Information C. Fund StructureD. Budgetary Basis of AccountingE. Federal and State Financial AssistanceF. Pension PlansG. Component UnitsH. Joint VenturesI. Magnitude of Finance OperationsJ. Computer SystemsK. Internal Audit Function L. Availability of Prior Audit Reports and Working Papers
IV. TIME REQUIREMENTS
A. Proposal CalendarB. Notification and Contract DatesC. Date Audit may CommenceD. Schedule for the June 30, 2019 Fiscal Year AuditE. Entrance Conferences, Progress Reporting, & Exit Conferences
V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION
A. Finance Department and Clerical AssistanceB. Electronic Data Processing (EDP) AssistanceC. Statements and Schedules to be Prepared by the Staff of the City of AndersonD. Work Area, Telephone, Photocopying, and Fax MachinesE. Report Preparation
VI. PROPOSAL REQUIREMENTS
A. General Requirements
1. Inquiries 2. Submission of Proposals3. Late Submissions
B. Technical Proposal
1. General Requirements 2. Independence 3. License to Practice in South Carolina4. Firm Qualifications and Experience5. Partner, Supervisory and Staff Qualifications and Experience6. Similar Engagements with Other Government Entities7. Specific Audit Approach
C. Dollar Cost Bid
1. Total All-Inclusive Maximum Price2. Rates for Additional Professional Services3. Manner of Payment
VII. EVALUATION PROCEDURES
A. Evaluation Criteria 1. Mandatory Elements2. Technical Qualifications3. Price
B. Oral PresentationsC. Final Selection D. Right to Reject Proposals E. Right to Waive Technicalities
APPENDICES
A. Organizational Chart
B. List of Key Personnel, Office Locations and Telephone Numbers
C. Proposer Guarantees
D. Proposer Warranties
E. Format for Schedule of Professional Fees and Expenses
F. Format for Schedule of Professional Fees for Additional Services
I. INTRODUCTION
A. General Information
The City of Anderson (the “City”) is requesting proposals from qualified firms of certified public accountants to audit its financial statements for the fiscal
year ending June 30, 2019, with the option of auditing its financial statements for each of the three subsequent fiscal years. These audits are to be performed in accordance with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States.
There is no expressed or implied obligation for the City to reimburse responding firms for any expenses incurred in preparing proposals in response to this
request.
To be considered, the sealed proposal must be received by Margot Martin, Finance Director at City Hall, 401 South Main Street, Anderson, SC 29624 by 12:00 p.m. on February 28, 2019. The City of Anderson reserves the right to reject any or all proposals submitted.
Proposals submitted will be evaluated by the City Manager, and Finance Division of the City.
During the evaluation process, the members of this group reserve the right, where it may serve the City’s best interest, to request additional information or
clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the City, members of this group, or members of City Council, may request firms submitting proposals to make oral presentations as part of the evaluation process.
The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission
of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal
submitted and confirmed in the contract between the City and the firm selected. It is anticipated the selection of a firm will be completed by March 26, 2019. Following the notification of the selected firm it is expected a contract will be executed between both parties by April 15, 2019.
B. Term of Engagement
A four-year contact is contemplated, subject to the annual review and recommendation of the City Council, the satisfactory negotiation of terms
(including a price acceptable to both the City and the selected
firm), the concurrence of the City and the annual availability of an appropriation.
C. Subcontracting
Firms submitting proposals are encouraged to consider subcontracting portions of the engagement to small audit firms or audit firms owned and controlled
by socially and economically disadvantaged individuals. If this is to be done, the
name of the proposed subcontracting firms, must be clearly identified in the proposal. Following the award of the audit contract, no additional subcontracting will be allowed without the express prior written consent of the City.
II. NATURE OF SERVICES REQUIRED
A. General
The City is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending June 30, 2019, with the
option to audit the City’s financial statements for each of the three subsequent fiscal years. These audits are to be performed in accordance with the provisions contained in this request for proposals.
B. Scope of Work to be Performed
The City desires the auditor to express an opinion of the fair presentation of its general purpose financial statements in conformity with auditing standards
generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States. The auditor is not required to audit the statistical section of the report, but should audit the schedule of expenditures of federal awards.
C. Auditing Standards To Be Followed
To meet the requirements of this request for proposals, the audit shall be performed in accordance with auditing standards generally accepted in the
United States of America and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States
D. Reports to be Issued
Following the completion of the audit of the fiscal year’s financial statements, the auditor shall issue:
1. A report on the fair presentation of the general purpose financial statements in conformity with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States, the supplementary schedule of expenditures of federal awards, and statement of fines, assessments and surcharges for Victim Advocate. The financial statements and the notes to the financial statements shall be prepared by the auditor. The letter of transmittal, Management’s Discussion and Analysis, and the Statistical section shall be prepared by the City staff.
2. A report on compliance and on internal control over financial reporting based on an audit of financial statements performed in accordance with Government Auditing Standards.
3. A report on compliance with requirements applicable to each major federal financial assistance program and on internal control over compliance in accordance with OMB Circular A-133.
4. A report on Statement of Debt Service Coverage Rebates to Anderson County and Homeland Park Water and Sewer Commission pursuant to bond requirements.
5. A schedule of findings and questioned costs.
6. A letter of detailed responses to prior year comments from the GFOA in review of the CAFR in compliance with the Certificate of Achievement Program.
7. Fraud and Illegal Acts. Auditors shall be required to make immediate, written report of all fraud and illegal acts or indications of illegal acts of which they become aware to the City Manager and Finance Director of the City.
E. Special Considerations
1. The City will send 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. The City requires that all audit financial reports be formatted and include all additional schedules and requirements necessary to maintain standards set forth by the GFOA program for the Certificate of Achievement for Excellence in Financial Reporting. It is
anticipated that the auditor will be required to provide special assistance to the City to meet the requirements of that program.
2. The City currently anticipates it may prepare one or more statements in connection with the sale of debt securities which 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 letters.”
3. The City has determined that the United States Department of Housing and Urban Development will function as the cognizant agency in accordance with the provisions of the U.S. Office of Management and Budget (OMB) Circular A-133.
4. 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.
F. Working Paper Retention and Access to Working Papers
All working papers and reports must be retained, at the auditor’s expense, for a minimum of three (3) years, unless the firm is notified in writing by the
City of the need to extend the retention period. The auditor will be required to make working papers available, upon request, to the following parties or their designees:
City of Anderson
U.S. Department of Housing and Urban Development U.S. General Accounting Office (GOA)
Parties designated by the federal or state governments or by the City as part of an audit quality review process
Auditors of entities of which the City is a sub recipient of grant funds (the State of South Carolina)
In addition, the firm shall respond to the reasonable inquiries of successor auditors and allow successor auditors to review working papers relating to
matters of continuing accounting significance.
III. DESCRIPTION OF THE GOVERNMENT
A. Name and Telephone Number of Contact Persons/Organizational Chart/Location of Offices
The auditor’s principle contact with the City will be Margot Martin, Finance Director, or a designated representative, who will coordinate the assistance
to be provided by the City to the auditor.
An organizational chart (Appendix A) and a list of key personnel with the location of their principle offices (Appendix B) are attached.
B. Background Information
The City serves an area of 14 square miles with a population of approximately 28,000. The City’s fiscal year begins on July 1 and ends on June 30.
The City provides the following services to its citizens:
1. Residential sanitation
2. Water, sewer, storm water, and transit services
3. Police and fire protection
4. Parks and recreation services
The City has a total payroll including benefits of approximately $20 million covering approximately 450 full time employees.
More detailed information on the government and its finances can be found in annual budgets and comprehensive annual financial reports available from Margot Martin, Finance Director.
C. Fund Structure
The City uses the following fund types and account group in its financial reporting:
Number of Number With Individual Legally Adopted
Fund Type/Account Group Funds Annual Budgets General Fund 1 6Capital Fund 1 1Special Revenue Fund 4 4Permanent Funds 1 1Agency Funds 2Enterprise Funds 4 4General fixed assets
accounting group 1General long-term obligations
accounting group 1
D. Budgetary Basis of Accounting
The City prepares the annual budget on the modified accrual basis, which is consistent with the basis of accounting for its general fund, but not for its
enterprise funds, for which the full accrual basis of accounting is used.
E. Federal and State Financial Assistance
During the fiscal year to be audited, the City is estimated to receive a total of $1 million in federal financial assistance from five to ten federal agencies (some of which passes through various State agencies). It is also likely that one or more grant programs will qualify as Major Federal Financial Assistance Programs.
F. Pension Plans
The City participates in the following pension plans:
South Carolina Police Officers Retirement System, which is a defined benefit cost-sharing public employee retirement system. Actuarial service for this plan is
provided by the State of South Carolina. The City’s police and fire employees are covered under this plan.
General plan retirement is a defined benefit plan where the City pays 9.1% of eligible employees’ salary. Employees do not contribute to this plan but
do have an option of other plans, such as 401K or 457 plans. All full-time or eligible part- time City employees other than police and fire are included in this plan.
G. Component Units
The City is defined, for financial reporting purposes, in conformity with the Governmental Accounting Standards Board’s Codification of
Governmental Accounting and Financial Reporting Standards, Section 2100.
The Management of the City has determined that the following potential component units should not be included in the City’s financial statements
for the following reasons:
Potential Component Unit Reason for Exclusion
Anderson Housing Authority No significant influence over operations, not accountable to
City for fiscal matters, City not responsible for debts.
H. Joint Ventures
A. While the City is not in a joint venture per se, the City is a 32.7% participant member of the Anderson Regional Joint Water System.
The ARJWS was formed in 2002 to purchase the water plant and wholesale business from Duke Energy.
I. Magnitude of Finance Operations
The Finance Department is headed by Margot Martin, Finance Director, and consists of 27 employees. The principle functions performed and the
number of employees assigned to each is as follows:
Function Number of Employees
Administration 4Payroll/Accounts Payable 2Utility Billing 16Business License/Risk Management 5
J. Computer Systems
The City’s general ledger, accounts payable, payroll, fixed assets accounting, and business license runs on Computer Software Innovations, Inc. modules operated by the Finance Division. Utility Billing is run on BS&A Software module.
K. Internal Audit Function
The City does not, at present, maintain an internal audit function.
L. Availability of Prior Audit Reports and Working Papers
Interested proposers who wish to review prior years’ audit reports should contact Tamara Lindley, Accounting Manager. The City will use its best efforts to
make prior audit reports and supporting working papers available to proposers to aid their response to this request for proposal.
IV. TIME REQUIREMENTS
A. Proposal Calendar
The following is a list of key dates up to and including the date proposals are due to be submitted:
Request for proposal issued 2/01/19
Due date for proposals 2/28/19 at 12:00 noon
B. Notification and Contract Dates
Selected firm notified 3/26/19
Contract date 4/15/19
C. Date Audit may Commence
The City will have all records ready for audit and all management personnel available to meet with the firm’s personnel as early as June 1, 2019 for an
entrance conference and interim work, at the discretion of the auditor.
D. Schedule for the June 30, 2019 Fiscal Year Audit (A similar time schedule will be developed for audits of future fiscal years).
Each of the following should be completed by the auditor no later than the dates indicated.
1. Interim Work
The auditor shall complete interim work by June 30, 2019.
2. Detailed Audit Plan
The auditor shall provide the City by June 30, 2019 both a detailed audit plan and a list of all schedules to be prepared by the City’s staff.
3. Fieldwork
The auditor shall complete all fieldwork by October 1, 2019.
4. Draft Reports
The auditor shall have all drafts of the audit reports and recommendations to the management available for review by the City Manager and
Finance Director by October 31, 2019.
5. Final Reports
The auditor shall have final reports ready for presentation to the City Council and Mayor for its December 9, 2019 Council Meeting.
E. Entrance Conferences, Progress Reporting and Exit Conferences (A similar time schedule will be developed for audits of future fiscal years).
These conferences should be held periodically, but not less than monthly to apprise the Finance Director with the progress of the work, the nature of
any problems encountered, and the projected completion date of the audit. Entrance and exit conferences should be scheduled annually.
The final report and twenty-five (25) signed copies should be delivered to the Finance Director at City Hall, and an electronic copy for posting on the
City’s website.
V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR AND REPORT PREPARATION
A. Finance Department and Clerical Assistance
The finance department staff and responsible management personnel will be available during the audit to assist the firm by providing information,
documentation and explanations. The preparation of confirmations will be the responsibility of the City.
B. Electronic Data Processing (EDP) Assistance
Information Systems and Finance Division staff will be available to provide systems documentation and explanations. The auditor will not be
provided computer time and the use of the City’s computer hardware and software, except for routine testing of controls.
C. Statements and Schedules to be Prepared by the Staff of the City
The City staff will prepare any statements and schedules for the auditor which its level of expertise and available time allows. In the past, this assistance
has included schedules of receivables, inventory, prepaid items, fixed assets and construction-in-progress, reimbursements payable to developers, long-term debt, compensated absences, major revenue and expenditures/expenses. Additionally, the City will provide assistance in pulling and re-filing check vouchers needed by the auditor for testing.
D. Work Area, Telephone, Photocopying and Fax Machines
The City will provide the auditor with reasonable work space, desks and chairs. The auditor will also be provided with access to a telephone, copier, and
fax machines.
E. Report Preparation
It is anticipated that the auditor will be integrally involved in the report preparation process.
VI. PROPOSAL REQUIREMENTS
A. General Requirements
1. Inquiries
Inquiries concerning the request for proposals and the subject of the request for proposals should be made to:
Margot Martin, Finance Director (864) [email protected]
or
Tamara Lindley, Accounting Manager(864) [email protected]
Both at: City of AndersonFinance Division 401 South Main StreetAnderson, SC 29624
2. Submission of Proposals
Please provide four (4) copies of the submitted proposal.
The following material is required to be received by February 28, 2019 for a proposing firm to be considered:
A. A Technical Proposal to include the following:
1. Title Page
Title page showing the request for proposal subject; the firm’s name; the name, address and telephone
number of the contact person; and the date of proposal.
2. Table of Contents
3. Transmittal Letter
A signed letter of transmittal briefly stating the proposer’s understanding of the work to be done, the
commitment to perform the work within the time period, a statement of why the firm believes itself to be best qualified to perform the engagement and a statement that the proposal is a firm and irrevocable offer for 60 days.
4. Detailed Proposal
The detailed proposal should follow the order set forth in Section VI B of this request for proposal.
5. Executed copies of Proposer Guarantees and Proposer Warranties, attached to this request for proposal.
(Appendix C and Appendix D.)
B. Proposers should send the completed proposal to the following address:
City of AndersonAttn: Margot Martin, Finance Director401 South Main StreetAnderson, SC 29624
3. Late Submissions
The City will not be responsible for late submissions caused by the postal service or any other delivery problems.
B. Technical Proposal
1. General Requirements
The purpose of the Technical Proposal is to demonstrate the qualifications, competence and capacity of the firms seeking to undertake an
independent audit of the City in conformity with the requirements of this request for proposals. As such, the substance of proposals will carry more weight than their form or manner of presentation. The Technical Proposal should demonstrate the qualifications of the firm and of the particular staff to be assigned to this engagement. It should also specify an audit approach that will meet the request for proposals requirements.
The Technical Proposal should address all the points outlined in the request for proposals. The Proposal should be prepared simply and economically, providing a straightforward, concise description of
the proposer’s capabilities to satisfy the requirements for the request for proposals. While additional data may be presented, the following
subjects, items Nos. 2 through 7, must be included. They represent the criteria against which the proposal will be evaluated.
2. Independence
The firm should provide an affirmative statement that it is independent of the City as defined by auditing standards generally accepted in the
United States of America and the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States.
3. License to Practice in South Carolina
An affirmative statement should be included that the firm and all assigned key professional staff are properly registered or licensed to practice
in South Carolina.
4. Firm Qualifications and Experience
The proposer should state the size of the firm, 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 the engagement on a full-time basis and the number and nature
of the staff to be employed on a part-time basis.
If the proposer is a joint venture or consortium, the qualifications of each firm comprising the joint venture or consortium should be
separately identified and the firm that is to serve as the principle auditor should be noted, if applicable.
The proposer should affirm that they have prepared audits consistent with the GFOA’s Certificate of Achievement for Excellence in
Financial Reporting Programs.
The firm shall also provide information on the result of any federal or state desk reviews or field reviews of audits performed by its office during the
past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary action taken or pending against its office during the past three (3) years with state regulatory bodies or professional organizations.
5. Partner, Supervisory and Staff Qualifications and Experience
Identify the principle supervisory and management staff, including engagement partners, managers, other supervisors and specialists,
who would be assigned to the engagements. Indicate whether each such person is registered or licensed to practice as a certified public
accountant in South Carolina. Provide information on the government auditing experience of each person.
The proposer should identify the extent to which staff to be assigned to the audit reflect the City’s commitment to Affirmative Action.
Engagement partners, managers, other supervisory staff and specialists may be changed if those personnel leave the firm, are promoted or
assigned to another office. However, in any case, the City retains the right to approve or reject replacements. Consultants and firm 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 proposer provided that replacements have substantially the same or better
qualifications or experience.
6. Similar Engagements with Other Government Entities
For the firm’s office that will be assigned responsibility for the audit, list the most significant engagements (minimum of 5) performed in the
last five years that are similar to the engagement described in this request for proposal. These engagements should be ranked on the basis of total staff hours. Indicate the scope of work, date,
engagement partners and the agency name, address, contact person name and telephone numbers; including the number of years a contract has been in place or services have been provided to this agency .
7. Specific Audit Approach
The proposal should briefly set forth a work plan, including an explanation of the audit methodology to be followed, to perform the services required
in this request for proposal including the level of staff and number of hours to be assigned to the major segments of the engagement.
Each proposer shall submit copies of previous comprehensive annual financial reports of at least three (3) separate entities in which the
proposer conducted and formatted the required audit procedures necessary to produce such reports.
C. Dollar Cost Bid
1. Total All-Inclusive Maximum Price
The dollar cost bid should contain all pricing information relative to performing the audit engagement as described in this request for
proposal. The total all-inclusive maximum price to be bid is to contain all direct and indirect costs including 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.
The dollar cost bid should include the following information:
A. Name of Firm
B. Certification that the person signing the proposal is entitled to represent the firm, empowered to submit the bid, and authorized to sign a contract with the City.
C. A Total All-Inclusive Maximum Price for each year (2019-2022) engagements.
2. Rates 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, then such additional work shall be performed only if set
forth in an addendum to the contract between the City and the firm. The auditor should state the hourly rates that would be charged for such services.
3. Manner of Payment
Progress payments will be made on the basis of hours of work completed during the course of the engagement and out-of-pocket expenses
incurred in accordance with the firm’s dollar cost bid proposal. Interim billing shall cover a period of not less than a calendar month. Final payments of as much as 10% of the annual fee will be made only after delivery of all final reports.
VII. EVALUATION PROCEDURES
A. Evaluation Criteria
Proposals will be evaluated using three sets of criteria. Firms meeting the mandatory criteria will have their proposals evaluated for both technical
qualifications and price. The following represents the principle selection criteria which will be considered during the evaluation process.
1. Mandatory Elements
A. The audit firm is independent and licensed to practice in South Carolina.
B. The firm has no conflict of interest with regard to any other work performed by the firm for the City.
C. The firm adheres to the instructions in the request for proposal on preparing and submitting the proposal.
D. The firm submits a copy of its last external quality control review
report and the firm has a record of quality audit work.
2. Technical Qualifications
A. Expertise and Experience
1. The firm’s past experience and performance on comparable government engagements
2. 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
B. Audit Approach
Adequacy of proposed staffing plan for various segments of the engagement
3. Price
B. Oral Presentations
During the evaluation process, the Mayor and City Council, City Manager or Finance Director may, at their discretion, request any one or all firms to
make an oral presentation. Such presentations will provide firms with an opportunity to answer any questions City Council and management may have on a firm’s proposal. Not all firms may be asked to make such oral presentations.
C. Final Selection
The City Council will select a firm based upon the recommendation of the City Manager and the Finance Director.
It is anticipated that a firm will be selected by March 25, 2019. Following notification of the firm selected, it is expected that a contract will be
executed between both parties by April 15, 2019.
D. Right to Reject Proposals
Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposal unless clearly and specifically noted
in the proposal submitted and confirmed in the contract between the City and the firm selected.
The City reserves the right without prejudice to reject any or all proposals.
E. Right to Waive Technicalities
The City reserves the right to waive technicalities in its evaluation of all proposals.
APPENDICES
A. Organizational Chart
B. List of Key Personnel, Office Locations and Telephone Numbers
C. Proposer Guarantees
D. Proposer Warranties
E. Format for Schedule of Professional Fees and Expenses
F. Format for Schedule of Professional Fees for Additional Services
Organization Chart – City of Anderson
APPENDIX A
APPENDIX B
LIST OF KEY PERSONNEL, OFFICE LOCATIONS AND TELEPHONE NUMBERS
Citizens
Mayor & Council
Boards & Commission
sCity Judges
City Manager
Assistant City
Manager
Economic Developmen
t
Downtown Developmen
t
Special Events
Business Developmen
t
e-Merge
Community Developmen
t
HUD Programs
Fair Housing
Planning & Developmen
t
Planning & Zoning
Building Codes
Transportation Planning
Building Maintenanc
e
Municipal Court
Administration
Court Clerks
Court Collections
Information Technology
Network Services
Media
GIS
Finance
Accounting &
Purchasing
Payroll
Budget
Risk Managemen
t
Business License
Utility Collections
Police
Administration
Investigations
Victim's Advocate
Patrol
Support Services
Vice/Narcotics
Detention
K-9
Security Services
Animal Control
Fire
Administration
Fire Marshal
Fire Suppression
& Rescue Operations
Parks & Recreation
Recreation
Beautification
Jim Rice enter
Memorial Stadium
Public Works
Administration
Engineering
Fleet Services
Signal & Sign
Sanitation
Stormwater
Streets
Cemeteries
Transit
Electric City Utilities
Administration
Water Operations
Sewer Collection
Generostee Plant
Rocky River Plant
Pretreatment
Lab
Marketing & Communicat
ionsHuman
Resources
City Attorney
City Prosecutor
Name and Title Location of Office Telephone
Terence V. Roberts, Mayor City Hall (864) 231-2200Linda P. McConnell, City Manager City Hall (864) 231-2200David E. McCuen, Asst. City Manager City Hall (864) 231-2200Margot B. Martin, Finance Director City Hall (864) 231-2203Tamara Lindley, Accounting Manager City Hall (864) 231-2203Terri Martin, Accounting Manager City Hall (864) 231-2203J. Franklin McClain, City Attorney City Hall (864) 231-1137
APPENDIX C
PROPOSER GUARANTEES
The proposer certifies it can and will provide and make available, at a minimum, all services set forth in Section II, Nature of Services Required.
Signature of Official:
Name (typed):
Title:
Firm:
Date:
APPENDIX D
PROPOSER WARRANTIES
A. Proposer warrants that it is willing and able to comply with State of South Carolina laws with respect to foreign (non-state of South Carolina) corporations.
B. Proposer warrants that it is willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for willful or negligent acts, or omissions of any officers, employees or agents thereof.
C. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City of Anderson.
D. Proposer warrants that all information provided by it in connection with this proposal is true and accurate.
Signature of Official:
Name (typed):
Title:
Firm:
Date:
APPENDIX E
SCHEDULE OF PROFESSIONAL FEES AND EXPENSES
FOR THE AUDITS OF THE 2019 – 2022 FINANCIAL STATEMENTS
Note: Proposer may use any word processor or formatting tool to provide this information rather than typing amounts into this schedule as long as all requested information is provided.
Standard Hourly QuotedRates Hours Rates Total
Partners
Managers
Supervisory Staff
Staff
Other (Specify)
Subtotal
Out-of-pocket expenses, meal and lodging, transportation, and any other (specify):
Total all-inclusive maximum price for 2019 audit:
Total all-inclusive maximum price for 2020 audit:
Total all-inclusive maximum price for 2021 audit:
Total all-inclusive maximum price for 2022 audit:
Note: The rate quoted should not be presented as a general percentage of the standard hourly rate or as a gross deduction from the total all-inclusive maximum price. (Please be specific).
APPENDIX F
SCHEDULE OF PROFESSIONAL FEES
FOR ADDITIONAL SERVICES DESCRIBED IN II. E.
Standard QuotedHourly Hourly Rates Rates
Partners
Managers
Supervisory Staff
Other (Specify)