Loading...
HomeMy WebLinkAboutItem 19 Contract Award for Audit Services AGENDAITEMSUMMARY SPRINGFIELD CITY COUNCil Meeting Date: April 21, 2008 Meeting Type: Regular Department: Finance Staff Contact: Mike Crocker'~ "- Staff Phone No: 726-3791 Estimate Time: 5 minutes - CONTRACT AWARD FOR AUDIT SERVICES ITEM TITLE: ACTION REQUESTED: The Council is requested to accept the recommendation of the Council's Finance & Judiciary Committee and approve the selection of Grove, Mueller & Swank, P.C. as auditors for the City, MWMC, SEDA and Regional Fiber Consortium and authorize the City Manager to sign a three year audit services contract in the amounts of $42,000; $43,000 and $44,000. ISSUE STATEMENT: Three bids were received for audit services. Contract award is now necessary to enable work to begin. ATTACHMENTS: 1. Council Briefing Memo with exhibits 2. Audit Contract DISCUSSIONI FINANCIAL IMPACT: In February of 2008, the Finance Department began the process of selecting new auditors. An RFP was issue~ and responses were screened. The auditor selection committee interviewed the two finalist firms, Merino & Company, and Grove, Mueller & Swank, P.C. Staff has completed reference checking and grading for both firms. The first year cost bid by these firms was $50,000, and $42,000 respectively. The Finance and Judiciary Committee approved the interview committee's recom mendation. MEMORANDUM Date: April 21, 2008 City of Springfield COUNCIL BRIEFING MEMORANDUM To: Finance & Judiciary Committee Mike Crocker, Accounting & Audit Manager From: Subject: Financial Audit Services RFP for the City of Springfield, MWMC, Regional Fiber Consortium and SEQA Background: Finance Department staff, at the direction of the Council Finance and Judiciary Committee, has completed the RFP process for financial audit services for the years 2008, 2009, and 2010, to include the City, Metropolitan Wastewater Management Commission, Regional Fiber Consortium and the Springfield Economic Development Agency and related internal control reports and federal expenditure audits. The contract would allow for two,- one year extensions beyond the initial three years. This selection process has embraced and included all Government Finance Officers Association audit procurement recommended practices. (see Exhibit B) The selection process included proposal analysis, a pre-bid meeting, interviews and reference checking.. (See Exhibit C for summary of results) The conclusions of the selection committee are to recommend that Grove, Mueller and_ Swank PC CP As (GMS) be awarded the contract for audit services. (See Exhibits E and F) GMS has a strong background in governmental auditing. Their list of clients, which can be viewed in exhibit E, and the depth of staff experience they have to offer, easily made them stand out as a logical choice to continue to provide our auditing services. Three CP A firms submitted proposals and two were selected by the selection committee for interviews. One consideration was that GMS would be more likely to enable City staff to move ahead with the next year end in a smooth, efficient and timely manner. New audit requirements related to internal control wUI put an additional burden on staff this year, and changing fmns could extend this process and interfere with timely reporting. Having the same audit fmn for 3 to 5 years and awarding a second term for a total of 8 to 10 years with the same audit fInn seems to be common among government agencIes. GMS was the subject of a complaint filed with the Board of Accountancy in 2006. This was addressed by the committee during the firm interviews. The committee has concluded that the complaint was adequately addressed by the Oregon Board of Accountancy and GMS and will not hinder them from servicing our contract. RECOMMENDED ACTION: The recommendation of the .auditor selection committee is to award the audit contract, for the City of Springfield, Metropolitan Wastewater Management Commission, Regional Fiber Consortium and the Springfield Economic Development Agency, for the years ending June 30,2008,2009, and 2010, to Grove, Mueller & Swank, P;C. The contract amounts will be $42,000, $43,000 and $44,000 respectively. The selection committee requests authorization for the City Manager to sign a three year audit services contract to include an option for two, one year extensions. AIS Attachment 1, Page 1 of 21 Exhibit B - GFOA Recommended Practice GFOA Recommended Practice Audit Procurement (1996 and 2002) Back~round. The Government Finance Officers Association (GFOA) has long recommended that state and local governmental entities obtain independent audits of their financial statements performed in accordance 'With the appropriate professional auditing standards. Properly performed audits playa vital role in the public sector by helping to preserve the integrity of the public finance functions and by maintaining citizens' confidence in their elected leaders. Recommendation. GFOA makes the follo'Wi~g recommendations regarding the selection of auditing services: · The scope of the independent audit should encompass not only the fair presentation of the basic financial statements, but also the fair presentation. of the financial staten1ents of individual funds and component units. The cost of extending full audit coverage to the financial statements of individual funds and component units can be justified by the additional degree of assurance provided., Nevertheless, the selection of the appropriate scope of the independent audit ultimately relnainsa matter of professional judgment. Accordingly, those. responsible for securing independent audits should make their decision concerning the appropriate scope of the audit engagelnent based upon their particular government' sspecific needs and circumstances, consistent -with applicable legal requirements. 8 Governmental entities should require in their audit contracts' that the auditors of their financial statements confonn to the independence standard promulgated in the General Accounting Office's Government Auditing Standards even for audit engagements that are not otherwise. subject to generally acc~pted government auditing standards. o ,Governmental entities should enter into lTIultiyear agreements of at least five years in duration when obtaining the services of independent auditors. Such multiyear agreements can take a va.riety of different forms (e.g., a series of single-year contracts), consistent with applicable legal requirelnents. Such agreelnents allow for greater continuity and help to minimize the potential for disruption in connection with the independent audit. Multiyear agreelTIents can also help to reduce audit COSts by allowing auditors to recover certain I! start- up" costs over several years, rather than over a single year. .. Governmental entities should undertake a full-scale competitive process for the selection of independent auditors at the end of the term of each audit contract, consistent with applicable legal requirements. Ideally, auditor independence would be enhanced by a policy requiring that the independent auditor be replaced at the end of the audit contract, as is often the case in the private sector. Unfortup.ately, the frequent lack of competition among audit firms fully qualified to perform public-sector audits could make a policy of mandatory auditor rotation counterproductive. In such cases, it is recommended that a governmental entity actively seek the participation of all qualified firms, including the current auditors, assuming that the past performance of the Clli'7ent auditors has proven satisfactory. Except in cases where a multiyear agreement has taken the form of a series of single-year contracts , a contractual provision for the automatic renewal of the audit contract (e:g., an automatic second term for the auditor upon satisfactory performance) is inconsistent with this recormnendation. AIS Attachment 1, Page 2 of 21 Exhibit B - GFOA Recommended Practice - Continued ('I · Professional standards allow independent ,auditors to perform certain. types of nonaudit services for their audit clients. .Any significant nonaudit services should always be approved in advance by a goverinnental entity's audit committee. Furthermore, governmental entities should routinely explore the possibility of alternative service providers before making .a decision to engage their independent auditors to perform significant nonaudit services. .. The audit procurement process should be structured so that the principal factor in the selection of an independent auditor is the auditor's ability to perform a quality audit. In no case should price be allowed to serve as the sole criterion for the selection of an independent auditor. References: ., Audit Management Handbook, Stephen J. Gauthier, GFOA, 1989. · An Elected Official's Guide to Auditing, Stephen 1. Gauthier, GFOA, 1992. · Goven7menta! Accounting, Auditing and Financial. Reporting (CAAFI?), Stephen J. Gauthier, GFOA. o Model Audit RFP Diskette, GFOA. · CPA Audit -Quality: A Framework for Procuring Audi.t Servi.ces, General Accounting Office, August 1987. Approved by the COllunittee on Accounting, Auditing a.Tld Financial Reporting June 15,2002 Adopted by Executive Board, October 25, 2002 AIS Attachment 1, Page 3 of 21 Audit Proposal Evaluations March 2008 Exhibit C- Summary of Results Summary of Results 1. Mandatory Criteria: Criteria Notes Grove Mueller Merina & Co. I Swank I A. The audit firm is independent y y I B. The auditor and finn are properly licensed by the Oregon State Board of Accountancy to do Y y I professional business in Oregon. C. The auditor, if a sole practitioner; or one of - the shareholders or partners of the firm have a Y y current Oregon Municipal Audit license. D. The firm has no conflict of interest with iegard to any other work performed by the firm y y fOi the City of Springfield, MWMC, or RFC. E. The firm does not have a record of substandard work, verifiable by communication Grove: one incidence noted Y y with the Oregon State Board of Accountancy F. The firm has successfully participated in I y y the GFOA award program for CAFRs. . I G. The firm has assisted similarly sized Cities : y y in CAFR preparation. H. The firm adheies to the instructions in this request for proposal on preparing and Y y submitting the proposal. I 2. Selection Criteria: Criteria I I Possible Average Average i Points Points Points I Continuity at key staff levels 5 4.25 4.5 i Membership in AICPA peer review program I 10 8 9.75 Quaiity of annual audit and reports to management as evidenced by sample reports 10 9 10 prepared for other clients I I Quality of verbal and written communications 10 I 6.5 9 AIS Attachment 1, Page 4 of 21 Depth of municipal audit experience, particularly of Oregon governmental units of a similar size 15 13.75 10.5 and complexity Depth of municipal audit experience performing Single Audit examinations, particularly audits of 15 13 10.75 grants of similar size and complexity Number and size of municipal clients receiving I 15 12 10.75 the GFOA i I Depth of experience with computerized systems 15 11 .25 I 12 Size of staff must be large enough to handle an 15 12.5 11.5 audit of this size on a timely basis Qualifications of key individuals to be assigned to the audit, especially regarding up-to-date and conti~iml training and experience in 15 13.25 11.75 ~overnmental accountin~. and Single Al:t..di!. examinations. Subtotal for Proposal I 103.5 100.5 3. Additional Points Criteria I I Possible Average I Average Points Points Points References I j 15 I 12.33 11.33 I Cost I 25 23.33 20.50 I "::l~ 32.75 27.25 I nterviews/Presentations ...::J I I I Maximum Points I Total Awarded I I 200 . 171.92 159.58 I AIS Attachment 1, Page 5 of 21 Exhibit D - Interview Summary from GMS CITY OF SPRINGFIELD GROVE, MUELLER & SW ANI(, P.C. ORAL INTERVIEW ...\' l\larch 25, 2008 Service Team Charles A. (Chuck) Swank - Shareholder Greg Ficek- Audit Senior. Thomas E. Glogau - Shareholder Two staff members Experience in Auditing Oregon Local Governments. The personnel at Grove, Mueller & Swank have been auditing Oregon local governments and government related entities for more than twenty years. Currently we audit more than 40 local Oregon governments, quasi governmental organizations and an equal number of nonprofits. In that group Cluck Swank and Tom Glogau provide services to all our city clients. Relevant audit experience includes the cites listed in our proposal. The Cities of Salem, Philomath, Wilsonville, Tigard, Tualatin and Sweet Home prepare their own comprehensive annual financial reports. Six of our city clients receive the GFOA award. Staff Member Qualifications Chuck Swank, shareholder and director of audit services for the firm, has performed a full range of audit and consulting services for governmental entities. In addition to providing financial accounting.. and audit services, Chuck anIlUally teaches governmental and nonprofit. accounting and auditing for the Oregon Society of Certified Public Accountants. All field work will be directly supervised by Tom Glogau, audit shareholder. Tom has twenty-nine years of experience in providing services to a large group of cities. Tom works closely with each of his governmental clients to make the audit a pleasant educational experience. Fees for Services The fees for our services are detailed in the proposal. We may not be the lowest fee, but we believe we bring experience auditing cities that no firm can duplicate. AIS Attachment 1, Page 6 of 21 Audit Process and Philosophy of Service Our audit process is not unlike that of other firms. We win use the new audit suite of risk based standards, identifying the areas of audit risk and concentrating our procedures. The difference between us and other firms is the delivery. Our experienced professionals are in the field. That means you are not training our young staff for us. Partners and Manage~s Available for Consultation Grove, Mueller & Swank has six licensed municipal auditors. Our experience ranges from fifteen to thirty years. 1-, addition we have ten other personnel who regularly work on governmental audits. This large number of knowledgeable personnel facilitate responses to our client's questions. We find ourselves answering questions related to payroll, pension, deferred compensation and cafeteria plan questions. Because we are a full service accounting firm we are able to help oUr clients on these issues as well.' . As indicated above we answer more questions related to payroll and retirement plans than accounting. We also offer assistance for accounting, auditing and taxation related to commercial and nonprofit entities. What Makes Grove, Mueller & Swank Differentfrom the Other Firms? 1. We use experienced personnel. , A. Our personnel average over ten years of public accounting experience. B. These experienced personnel are in the field. C. Experienced personnel are better sources of information. D. We currently audit more than twenty cities. 2. We know municipal accounting. .. A. Our municipal practice is not a sideline. B. Chuck Swank teaches municipal accounting. 3 . We provide client service. A. Our best source of new business is our existing clients. B. We return the same personnel each year. C. We are available yeararound, usually without any additional fee. E. 'rVe work with our clients to make the audit an enjoyable experience. Ask Our Clients! AIS Attachment 1, Page 7 of 21 Exhibit E - Technical I Proposal CITY OF SPRI.iVGFIELD, ORE G01V PROPOSAL TO PROVIDE ArffjITING SERVICES March 20, 2008 GROVE, MUELLER & SWANK, P.C. Charles A. Swank, CPA 475 Cottage Street NE} Suite 200 Salem, Oregon 97301 (503) 581-7788 FAX (503) 581-0152 AIS Attachment 1, Page 8 of21 TABLE OF CONTENTS TECHNICAL PROPOS.U Transmittal Letter General Requirements Independence License to Practice in the State of Oregon Firm Qualifications and Experience Partner, Supervisory and Staff Qualifications and Experience References Specific Audit Approach Identificatiop. of Anticipated Potential Audit Problems Report F onnat Proposer Warranties Peer Review AIS Attachment 1, Page 9 of 21 .~ddilllW1111111'1 GROVE, JY1UELLER & SWANK, P.C. CERTlF1ED PUBUC I"\CCOUNTANTS ,,,ND CONSULTANTS .~/:' March 20, 2008 Audit Selection Committee City of Springfield 225 5th Street Springfield, Oregon 97477 :i \ .\, \Veare pleased to present this propos alto the City of Springfield (the "City") to perform audit services for the City, Metropolitan Wastewater Commission, Springfield Economic Development Urban Renev..-a.i.Agency and Regional Fiber Consortium for the fiscal years ending June 30, 2008 through 2010, with possil31e extension through 2012. Our audits win be performed in accordance with auditing standards generally accepted in the United States of 4~erica and will include an opinion on the basic financial statements of the City and the related entities, and "in-relation-to" reports on required and other supplementary statements and schedules as specified in your Request for Proposal. Specifically, our audit will be a financial and compliance audit as required by Government Auditing Standards and u.1.e Minimum Standards for Audits of Oregon Municipal Corporations. Separate management letters will be provided, at a minimum one to the City and one to the Metropolitan Wastewater Conunission. It is our policy to make recommendations as noted during the course of our work so that implementation can be expedited. We understand the City of Springfield's financial statements have been and will continue to be submitted to the GFOA Certificate of Achit~yement for Excellence in Financial Reporting Program. We are experienced and prepared to continue assisting the City in the meeting the objectives of th.is progra..lTI. We have read and understand your request for proposal. \Ve are fully prepared to make a commitment of personnel and other resources to assure that the work will be done in a timely aIld professional manner. We will meet all your timD.'"1g requirements. OUf objective is to exceed your expectations. \Ve are an experienced resource available to the City. Our governmental audit base is predominately cities. The size of our Firrn,our national affiliation and the years of experience of our personnel are availab1e to you for various accounting and reporting questions, usually without any fee involved. Charles A. Swank, shareholder, is authorized to make representations for Grove, Mueller & Swank, p.e. Mr. Swa..T1k may be contacted at our Salem office, 475 Cottage Street Nt, Suite 200, Salem, Oregon 97301, 503- 581-7788. Mr. SWaJi..k,. as signer of this letter, is also authorized to bind Grove, Mueller & Swank, PC. www.gmscpa.com Mailing Address · P.O. Box 2122 · Salem. Oregon 97308-2122 Salem 0 475 Cottage Street NE. SUitidOO · Salem. Ore..pon 97301-3814 · (503) 581-7788 ~ FAX (.503) 581-0152 Albany · 519 S. ~yon Streer\ ~1~t;~ce!]~W;7S!2f?PM.1e4G>f ~r-231S · FAX ()41) 92b-S926 Audit Selection Committee March 20, 2008 Page 2 Grove, Mueller & Swank,P.C. offers several unique advantages that enable us to best serve the City's requirements: . We are much more than municipal auditors. We have extensive governmental experience and technical skills. Because we are alocal firm, our professionals also have capabilities in other areas of accounting and general business operations. . ~Ve coordinate audit efforlS with City staff. We are aware of the workload of City personnel, and pride ourselves on orderly and smooth audits. We have developed an audit approach that works with existing accounting records rather than recreations by your staff. JVe have experience with many similar engagements. We conduct the auditsof a number of Oregon cities, including Salem, Wilsonville, Tlgard, Milwaukie, Keizer, and Oregon City. . We understand governmental accounting. We have been advisiIlg goverrunental entities for many years. We know and understand the accounting, Oregon Local Budget Law and most important, the practical applications. We generally make this advice available to clients without a fee. . We make our experience available to you. Our partners and managers are in the field. Our average years of experience exceed ten years. Our unique approach to auditing is to use experienced personnel. This results in audit efficiencies for both the client and us. It also makes us accessible to you to ask questions. and discuss ideas. Our management letters are a direct product of this experience, offering many beneficial recommendations, well beyond the compliance issues. Please read our proposal carefully. It has been prepared specifically for you. We believe it answers all the questions in your request for proposal; however if additional clarification is needed, please call. This proposal is a firm and irrevocable offer until June 30, 2008. Very truly yours, GROVE, .lvfUELLER & SWA.NK, P.e. CERTIFIE CCOUNTA1VTS . Shareholder AIS Attachment 1, Page 11 of 21 GEIVERAL REQ UlREME1VTS Grove~ Mueller & Swank has the qualifications, competency and capacity to meet the requirements of the.City of Springfield for audit services. We will perform an audit of the comprehensive annual report of the City of Spnngpeld, Springfield Economic Development Urban Renewal i).gency, Metropolitan Wastewater Management C oI1l1T'ission and Regional Fiber Consortium in accordance wit; auditing standards generally accepted in the United States of America, Government Auditing'Standards, the requirements of the Single Audit Act as amended in 1996 and the Minimum Standards for Audits of Oregon Municipal Corporations. INDEPENDENCE .Grove, Mueller & Swank, P.C.is independent of the City of Springfield, Springfield Economic Development Urban Renewal Agency, Ivfetropoliran \Vastewater Management COrn.n1ission and Regional Fiber consortium.under the guidelines of the American Institute of Certified Public Accountants and Government Auditing Standards issued by the Controller General of the United States. Grove, Mueller & Swank, p.e. has been the'independent auditor for the City of Springfield, Springfield Economic Development Urban Renewal Agency, ~1etropolitan Wastewater Management Commission and Regional Fiber Consortium for the last four years. LfCE1VSE TO PRACTICE flV THE STATE OF OREG01V Grove, ivluel1er & Swank, P.C. is a registered firm of certified public accountants properly licensed to practice and conduct municipal audits in Oregon. All management personnel assigned to the engagement are certified in the State' of Oregon and licensed municipal auditors. . FIRM QUALIFICATIONS AND EXPERIENCE Grove, ivlueller & Swank, P.C. is a local firm with offices in Salem and Albany. Our home office is located at 475 Cottage Street NE, Suite 200 in Salem; in Albany our office is located at 519 S. Lyon Street. Work would be performed by personnel from our Salem office. Grove, Mueller & Swank, P.C. is a firm of thirty-six personnel. Our ei~1.t partners are supported by seven managers, sixteen accountants and six support personnel. This group contains sixteen certified public accountants, six of which are licensed municipal auditors. The number of personnel qualified to perform governmental audits are three partners, three managers and ten. staff accountants. W eanticipate staffing the Citj of Springfield engagement with three partners and three staff personnel. \Ve have no correspondence concerning any federal or state desk reviews during the last three years. The Finn is subject to a Board of Accountancy disciplinary action signed in January 2008. The action results from a June 30, 2003 engagement performed for the Secretary of State, Di'vlsion of Audits. There was fraudulent activity during the audit period that was not detected by the audit team. The Division of Audits in making the compliant believed the fraud should have been detected. We agreed as a Finn 10 a fine and specific continuing education. The certified individual involved received a three month license suspension. That individual has not and .i5 not proposed to provide services to the City of Springfield. As a Finn we are treating this as a learning experience. We have had several training sessions concerning fraud detection and have implemented more stringent audit procedures. "\}Iie have customized the training to focus on implementation of the new audit pronouncements. We believe t..1-jis experience has improved us as a Finn. AIS Attachment 1, Page 12 of 21 PART1VER, SUPERVISORY AND STAFF QUALIFICATI01YSA1VD E:':(PERlE1YCE The audit of the Citywi11be accomplished ~X ~"~p~~tiep~edprofessionals, under the supervision of Charles A. S-w~nk~ partner and- s-harenold"er.' The field work-will be perfonned .by Tom G logau, partner and shareholder and up to three staff persons. Tom will havea presence during field work. It is our policy to have our senior personnel be in the field. The lead individual in the field has five years of experience. We believe their experience is a benefit to both our finn and the client. Kn.owledgeable personnel in the field result in a more efficient audit. IYfr. Devan Esch will perform second review and be available for consultation as needed. Each is a certified municipal auditor in Oregon. All governmental audit experience has been within the State of Oregon. _ ..., Mr. Swank has more than thirty years of experience in auditing municipalities. He is a former member of the Oregon Society of Certified Public Accountants Board of Directors, and current member (prior chair) of the Governmental Accounting and Auditing CoInmittee. He is a frequent instructor of governmental accounting. Chuck has attended the OSCP A Governmental Accounting and Auditing Conference each year for the past twenty years. Chuck is a grader for GFOA and has been for more than ten years. He reviews the financial statements of each of the Finn's municipal engag~rnents. Mr. Glogau has more than twenty-nineyearsof experience auditing municipalities. Tom has-the responsibility for OUf city governmental engagements. He has attended. the OSCP A Governmental Accounting and Auditing Conference for the last twenty years. It is our finnpolicy to have each audit reviewed by a qualifiedpartner prior to its release. This review will be perfonnedby Devan Esch, partner and shareholder. Devan is not directly associated with the engasement The purpose is to provide an independent review to "assure quality and consistency. Grove, Mueller & Swank, P.C.strictlyadheresto the "Y~llbw Book" requirements for governmental audit and accounting training. This means all audit staff recei ve 80 hours of accounting and audit training ~very two years. We believe that quality training is of benefit to us as -a Firm and you as our client. All members of olir audit staff receive this training, not just management. Our larger governmental clients have complex electronic data processing systems. Our personneLhave received training on auditing in the electronic environment. Our training is augmented by extensive check lists and testing. procedures related to the electronic data processing. ( Grove, Mueller & Swank, P.C. does not have a policy which requires rotation of audit personnel from engagements. In fact, we believe that it is better to return as many of our people to an engagement as possible. Our Firm has. experienced minimal turnover; therefore we can return the same individuals year after year. This allows relationships to develop and our knowledge about your operations to grow. We have worked very hard to create-a motivating and yet comfortableenvironment, and provide our staff with -challenging professional experience and educational opportunities generally unavailable inother local firms. We do not anticipate having to replace any of the members of the management team. If that were to be necessary it would only be in consultation with City personnel. " Vie are committed to the principle of affirmative action, and our personnel policies as addressed in our personnel manual are directed towards providing equal employment opportUnities. / AIS Attachment 1, Page 13 of 21 REFEREiVCES Current governmental audit clients include: City of Salem * ** City of Dayton City of Hubbard City of Keizer * City of Milwaukie * City of Monmouth City of Philomath City of Tualatin .. City of Vernonia Salem-Keizer Schools * *" Bethel School District * * * St. Helens Schools * * * Community Services Consorti~m * ** . Marion County Fire District No.1 Salem Transit City of Oregon City City of Aurora City of Jefferson City of Lebanon City of Molalla City of Mt. Angel ** City.of Sheridan City of Sweet Home City of Tigard .. . Eugene Schools * ** Creswell Schools * * VemoniaSchools * ** Lane Transit District * Mid- Willamette COG Marion County * GFOA Certification * * Single Audit No GFOA submissions were denied. \Ve last provided services to the City of Eugene for Jun'e 30,2006. Engagements that are similar to the City of Sptingfield and individuals to contact as references: 1. City of Oregon City, David Winuner (503) 722-3798. 2. CityofEugene, Finn Cronin (541) 682-5394. 3. City ofTigard, Roger Dawes, (503)718-249 4. City of Salem, Dave Hauser, (503) 588-6187. 5.Ciry of Keizer, Susan Gahlsdorf, (503) 390-3700. Please understand you may contact any client on the list. Two financial statements are provided, the citi~s of Salem and Keizer. Two management letters are provided,the cities of Salem and Tigard. The response to the disciplinary action by the State Board of Accountancy is covered earlier. AIS Attachment 1, Page 14 of 21 SPECIFIC AUDIT APPROACH Our overall engagement plan entails significant involvement by Grove, Mueller, & Swank management level people. Our billing rate sriucture is designed with this concept in mind, and .we believe it lays a foundation for , audit efficiencies and ~mmediate problem resolution. An audit is most beneficial if it involves client personnel at all stages. We will meet with appropriate personnel prior to beginning our procedures to review the audit approach and procedure. We will meet periodically during . the fieldwork and at the conclusion of fieldwork to make sure that all issues are communicated early. We believe that communication is a key part of the audit relationship. Our audit approach i,s completely integrated using governmental audit programs specifically tailored for your engagement. We will obtain a concise understanding of the requirements. This understanding includes how all financial and grant required items are processed. We gain this understanding through doc'umenting your systems. For Federal programs we use our previous familiarity, a careful reading of the grant requirements and communication with the grantor agency, if required. The audit will ,involve documentation; study and evaluation of the City's internal control process, followed by tests.. . of procedures and transactions as appropriate for the circumstances. We will analyze the City's' systems, procedures, .and control environment for revenues, expenditures, payroll, budgeting, data processing, and grant compliance. Our internal control study will involve. a cGmbination of existing City documentation of internal control procedures, our specifically tailored questionnaires and descriptions we generate from discussions with City ,personneL Subject to the results of this St1lqy and evaluation, We anticipate that the audit will be most effectively. performed in the following manner: INTERIM FIELDWORK Pre-audit conference and approval of the aud'it program Study and evaluation, of the City's intemalcontrol structure Procedural testing' for revenue, payn:llI and disbursements Coordinate year end final fieldwork activities with City personnel Communicate preliminary findingS and recommendations . FINAL FIELDWORK Substantive tests.of asset and liability accounts Substantive tests on revenue, expenditure and capital outlay accounts final procedures on interim fieldwork activities Communicate audit findings, recommendations and proposed adjustments Approval of reports, financial statements and audit findings Our procedures include reviewing how inforrriation is processed. Using trained personnel we review input and. output controls, controls over the processing, including software and hardware. This review often results in recommendations for more efficient processing of financial information. Statistical sampling will be used for payroll, disbursements and major Federal programs. Sample sizes will be 50 in accordancewlth Federal guidelines. Sampling softv.rare will be used as a part of this process. Tne actual sample' determination will vary depending on the most' efficient method to encompass the enti~e population. AIS Attachment 1, Page 15 of 21 SPECIFIC AUDIT APPROACH (Continued) FINAL FIELDWORK (Continued) ~ Analytical procedures will be used as part of interim procedures, and for year end comparative procedures. All accounts are entered into our software which allows for reasonableness comparisons, comparison to budget and comparison between years. For our det~nation of compliance with laws and regulations, we will submit a preliminary listing of items which we feel are appropriate to test, and management may then make additions, within reasonable parameters, if they desire us to focus our attention towards a specific area. . I~ Suggestions for improvements are a normal part of our audit. It is our intention to be proac,tive with City personnel to develop meaningful management . letter points. We believe our e-xperience is a valuable resource availa~le to the City. We are ready, willing and ableto assist you in the areas that benefit the financial operations of the City. . We feel the most persuasive evidence regarding our firm is that which is provided by our current clients. We - encourage the City to contact our references regarding our audit approach. IDENTIFICATION OF ANTICIPATED POTENTIAL AUDIT PROBLEMS "" . . 0._. We do not anticipate any potential problem areas. Ifduring tne course of our audit pro~edurescirctimstances disclosed that a more intensive and detailed examination is required in addition to that which would be sufficient under nOnnal circumstances, we will provide all pertinent facts relating to the extraordinary circumstances tot.he City. Any fees relating to such extensions,:or examination procedures would be additional fees subject to negotiation and not included within the scope of services to be performed under this,proposal. REPORT FORMA T . We have inc1udedcopies of the financial statements for the cities of Salem and Keizer for your review.' AIS Attachment 1, Page 16 of 21 APPENDIX C _ . PROPOSER WARRANTIES A. Proposer warrants that it is willing and able to: comply with State of Oregon laws' with respect to foreign (non-state of Oregon) corporations. 8. Proposer warrants that it is willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or - negligent acts, or omissions of any officers; employees or agents thereof. C.. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement with.out the prior written permission of the City of Springfield D. Proposer warrants that all i proposal is true and acc provided by it in conne-ction with this Signature of Official.:. Name (typed): Title: . Firm: Oate: Swank, :PC (. 2008 RfP for Annual Audit Services Page 36 of 50 AIS Attachment 1, Page 17 of 21 ~ READ & BOSE, PC . CERTIFIED PUBLiC ACCOUNTANTS To the Shareholders Grove, Mueller & Swank, P.C. I ~ . " " . We have reviewed the system of quality control for theaCcoLinting and auditing practice of Grove, Mueller & Swank, P.C. in effect for the year ended September 3D, 2004. A. system of quality control encompasses the firm's organizational structure" and the policies adopted and procedures established to provide it with reasonabl~ assurance of. conforming with professional standards. The elements of quality control are described in . the Statements on Quality Control Standards issued by the American .'nstitute of Certified Public Accountants (AIGPA). The design of the system and compliance .with it . are the responsibility of. the firm. Our responsibility .{S to express an opinion Of.1tt1e design of the system, and the firm's compliance with the .system based on our review. " . . Our review was conducted in accordance with standards established by the Peer Reyiew Board of the AICPA..'n"performing our review, we obtained anunderstanding of the system of quality control for the .firm'saccounting and auditing practice. In addition,' we tested compliance with the firm's quality control policies and proceduresto the extent we c~nsidered appropriate. ." These tests covered the application of the firm's. poliCies and procedures on selected engagements. " Because ollr review was based on selective tests, it"would not necessarily disclose all weakness~s in the system of quality control or . all instances ,of lack of .compliance with it. Because there are inherent limitations in the effectiveness of any system of quality. control: departures from the system may occur and not be detected. Also, projection of any evaluation of a system of quality control to future periods is subject to the risk that the system of quality control may become inadequate because of changes in conditions, orbecause the degree of compliance with the policies or procedures may deteriOrate. In our opinion, the system of quality control for the accounting and auditing practice of Grove, Mueller & Swank, P.C. in effectfor the year ended September 30,2004. has been. designed to meet the requirements of the quality control standards for an accounting and auditing practice established by the AICPA and was c0mplied with during the year then . ended to provide the firm with reasonable assurance of conforming with professional standards. ~~ ~ ~~I .pc. December 9, 2004 215 S.E. DORION. PENDLETON, oR'?~M~~W21t6E~ ~~W4~)1276-6926. www.peer-review.com &B. READ & BOSE, PC CERTIFIED PUBLIC ACCOUNTANTS To the Shareholders . Grove, Mueller & Swank, P.C. We have reviewed the system of quality control for the.~ccountjng and auditing practice of Grove, Mueller & Swank, P.C. in effect for the year ended September 30,. 2004, and have issued our report thereon dated December 9, 2004. That report should .be read in conjunction with the comments in this letter, which were considered in determining our opinion. Personnel. Managemen.t Finding- The firm's quality control poliCies and procedures require professional staff. to participate. in general and industry-specific continuing professional education and other . profes$ional development activities,' including .frequent . in-house training sessions.. Firm personnel are in compliance with professional' education requirements.. However, during our . review, we' noted thataudit planning docu.mentation'did not fully cqmply with a recent change in professional standards and that disclosure was incomplete on some of the engagements, which suggests additional staff training in the use of practice. aids and. disclosure checklists would be helpful. Through discussion with firm personnel, we satisfied ourseJves that appropriate audit planning had been performed. The disclosures on engagements conducted in accordance with governmental auditing standards (Yellow Book) were complete, and none of the' incomplete disclosure noted on other engagements res~lted in misleading financial statements. . . Recommendation -- We recommend thatthefirm continue to comply with its policies and procedures for continuing professional education and ensure that statf trainin.g includes. a review of proper use of disclosure checklists .and a review of documentation requirements for audit planning. . .. . Monitoring Finding - Although the firm performs monitoring and the firm's policies and procedures require the documentation of monitoring , the .firm does not have practice aids available t9 assist in ,documenting monitoring. As a result, the firm did not document the results of its monitoring or the .actions taken in response to the findings. '. . Recommendation - We recommend that the firm .comply with its policies and procedures to document monitoring. To assist in this process, the firm may wish to use practice aids. available from theAICPA or other sources. \2~ ~ ~~I?~ December 9, 2004 215 S.:. OaR ION · PEN OlETON , ORE'" (- 1 \ 76-692E. www.peer-review.com MEMBERS 0.: AME.1ICAN INSTITUTE 0; :ERilFlfCo PUS!.IC ACCOUNTANTS. AICPA OIV!SON fOR CPA fIRMS AIVO-OR€GON SOCieTY Of C!RTmfO PU8L1: ACCOUNTANTS ~~~111111l111 . Exhibit F - Cost f!opoSal GROVE, MUELLER &. SWANK, P.C. CERTIFIED PUBLIC ACCOUNTANTS AND CONSULTANTS . l,f March 20, 2008 Audit Selection Committee' City of Springfield 225 5th Street Springfield~ Oregon 97477 We are pleased to submit this fee proposal in conjunction with our technical proposal to provide auditing serVices to the City of Springfield, the Metropolitan .Wastewater Management Commission, and the Regional Fiber Consortium. . The total, all-inclusive fee for the year ending June 30, 2008 will be $42,000. Fees for the years ending" June 30, 2009 and 2010 would be $43,000 and $44,000, respectively. The components of the fee are" City of Springfield $36,000, Metropolitan Wastewater Management . Commission $4,500, and Regional Fiber ,.,./, Consortium $1,500. We will accept reimbursement for travel, lodging and subsistence at the. prevailing rate for City of Springfield employees. We do not antiCipate any lodging or subsistence expenses~ . . The fee also includes consultation as needed on matters reiated to local budget law, accounting issues~ internal .control and other such issues that we may be of assistance to the City. We believe. this consultation is a benefit to the City. This gives the City the flexibility to discuss these i~sues without the. concern that a bill would be sent each time the accountant was contacted. We want our clients to contact us as often as necessary without fear of being "nickel-arid-dime'd" by fees. . Also included are meetings with City personnel and Council as requested, Charles A; Swank, shareholder, is authorized to make representati<;>ns for Grove, Mueller & Swank, P.C. Mr. Swank may be contacted at our Salem office, 475 Cottage Street NE, Suite 200, Salem, Oregon 97301, (503) 581-7788. Mr. Swank, as signer of this letter, is also authorized to bind Grove, Mueller & Swank, P.C. GROVE, MUELLER & SWANK, P.C. CERTIFIED PU CCOUNTANTS W\\w.gmscpa.com Mailing Address · P.O. Box 2122 · Salem. Oregon 97308-2122 Salem · 475 C.ottage Street NE. Suit~ (.JJO · Salhm. O!')gQn ~301-3~~4 ~f(~~~) 581-7788 · FAX (503) 581-0152 Albanv · 519 S. Lyon Street f'Am~'ffie:gprr913~1-2~~ (S~1)-:;J6'-....315 · FAX (541) 926-5926 . - .. . Audit Selection Committee March 20, 2008 Page 2 . The all-inclusive fee for the audit of the financial statements for the year ending June 30, 2008 would be . . as follows: Standard Quoted Staff Level Rate Rate Hours Extension Partner $ 225 $ 175 40 $ 7,000 Manager 175 125 100 12,500 Staff 125 75 300 22,500 AU-inclusive fee 440 $ 42 000 i Ii 'I ;1 I All out of pocket expenses are included in the billing rates. We would be pleased to render additional services for the City, if requested. Any additional work would be contractually agreed to in advance at the above quoted rates. AIS Attachment 1, Page 21 of 21 CITY OF SPRINGFIELD INDEPENDENT CONTRACTOR AGREEMENT (Type 3: For Personal Services Contracts Requiring Professional Liability Insurance) Dated: April 21, 2008 Parties: City of Springfield 225 Fifth Street Springfield, OR 97477 , (IICJTY") and Grove, Mueller & Swank, PC C'I ndependent Contractor") Additional Independent Contractor Information: A~ Type of Entity: - 0 Sole Proprietorship B. Address: C. Telephone: D. Fax No: E. SSN or Fed. 1.0. No: F. Professional License(s) No: G. Oregon Agency Issuing License: H. Foreign Contractor DYes rzJ No (Foreign means not domiciled in or registered to do business in Oregon) See Exhibit 8(11). o Partners.- 0 Limited Liability Company [8J Corporation P.O. Box 2122, Salem, OR 97308-2122 (503)581-7788 (503)581-0152 93-0874157 CITY Account Number(s) To Be Charged (Include Percentages): Account Number Percentage or Dollars 611008-100-22000 ** 76% 611008-305-22000 '5% 611008-612-62256 19% 611008-229-22000 $1,500 ** Contract allocation equals total contract, less charges associated with fund 229, times the percent value assiqned. In consideration of the mutual covenants contained herein, the parties agree to the following terms, provisions and conditions: 1. Payment by CITY. CITY shall pay Independent Contractor according to the sum and schedule described on Attachment 1 attached hereto and incorporated herein by this reference and in the amounts not to exceed $42,000 for the year ending June 30,2008, $43,000 for the year ending June 3D. 2009 and $44,000 for the year ending June 30, 2010. 2. Services to be Performed by Independent Contractor. Independent Contractor shall perform the services described on Attachment 2, City of Springfield Request for Proposals and as further described in Attachment 3, Grove. Mueller & Swank Technical Proposal- Specific Audit Approach. Jan/200B Independent Contractor Agreement for Personal Services Type 3 Page 1 of 8 AIS Attachment 2, Page 1 of 62 3. Term. This Agreement is effective as of the date first set forth above and shall continue until April 21, 20111 unless earlier terminated in accordance with the provisions of this Agreement or by mutual consent of the parties. This Agreement may be amended annually, to extend the term stated herein, for not more than two successive one-year periods, upon mutual agreement of the parties. In addition, at the time of amendment, CITY will set the amount of the contract for the following term of the Agreement. In negotiating any extension City shall consider the requirements or SMC Section 2.708(3) and each extension shall not be effective until reviewed and approved by the Springfield Common Council. 4. Independent Contractor Status. By its execution of this Agreement, Independent Contractor certifies its status as an "Independent Contractor1 as that term is used under the laws of the State of Oregon, and that aU performance of any labor or servicesrequired to be performed by Independent Contractor under the terms of this Agreement shall be performed in accordance with the standards set forth in ORS 670.600, and as more specifically set forthon Exhibit "All attached hereto and incorporated herein by this reference. 5. Conformance with Oregon Public Contracts Law (ORS Chapter 279). Independent Contractor shall comply with all applicable provisions of Oregon law for public contracts, including, but not limited to ORS 279B.220, ORS 2798.225, ORS 2798.230, and' ORS 2798.235, and as more fully set forth on Exhibits "A" and "B" attached hereto and incorporated herein by this reference. 6. Work Performed. The work to be performed by Independent Contractor includes services generally performed by Independent Contractor in his/herlits usual line of business. 7. Tax duties and Liabilities. Independent Contractor"shall be responsible for all federal, state and local taxes, if any, applicable to any payments received pursuant to this Agreement, including but not limited to income tax, payroll tax, social security and self-employment tax. CITY shall not withhold, pay, or in any other manner be responsible for payment of any taxes on behalf of Independent Contractor. 8. Reimbursement Of Expenses. Independent Contractor shall not be entitled to reimbursement by CITY for any expenses il1curred by Independent Contractor unless otherwise agreed in writing. 9. Materials and Supplies. Independent Contractor shall supply all materials. and supplies needed to perform the services -required unless otherwise agreed in writing. 10. No Authority To Bind CITY. Independent Contractor shall have no authority to enter into contracts on behalf of CITY, it's officers, agents and employees. This Agreement shall not create a partnership or joint venture of any sort between the parties. 11. Federal Emp"loyment Status. In the event payment made pursuant to this Agreement is to be charged against federal funds, Independent Contractor hereby certifies that it is not currently employed by the Federal Government and the amount charged does not exceed Independent Contractor's normal charge for the type of services provided 12. Indemnification and Hold Harmless. Independent Contractor shall defend, indemnify and hold harmless City from and against all liability or loss and against all claims or actions based upon or arising out of damage or injury to p~rsons or property caused by or sustained in connection with the performance of this Contract by Independent Contractor except, pursuant to ORS 30.1401 for losses, claims: or actions resulting from the sole negligence of City. The Independent Contractor shall assume all responsibilities for the work, and bear all losses and damages directly or indirectly resulting to the Independent Contractor, the City; or to others on account of the character or performance of the work, unforeseen difficulties, accidents, or any other cause whatsoever. The Independent Contractor shall assume defense of, indemnify and save harmless the. Jan/2008 Independent Contractor Agreement for Personal Services Type 3 Page 2 of 8 AIS Attachment 2, Page 2 of 62 City, its officials, agents, and employees from all claims, liability, loss, damage and injury of every kind, nature and description, directly or indirectly resulting from activities jn the performance of the Contract, the ownership, maintenance or use of motor vehicles in connection therewith, or the acts, omissions, operations, or conduct of the Independent Contractor or any Subcontractor under the Contract or any way arising out of the Contract, irrespective of whether any act, omission or conduct of the City connected with the Contract is a condition or contributory cause of the claim, liability loss,. damage or injury and irrespective or whether act, omission, or conduct of the Independent Contractor or Subcontractor is merely a condition rather than a cause of a claim, liability, loss damage or injury. The Independent Contractor shall not be liable for nor be required to defend or indemnify, the City relative to claims for damage or damages resulting solely from acts or omissions. of the City, its officials, agents or employees. The absence of or inadequacy of the liability insurance required in section 13 below shall not negate Independent Contractor's obligations in this paragraph. 13. Insurance. 13.1. General Insurance. The Independent Contractor shall maintain in force for the duration of this agreement a Commercial General Liability insurance policy written on an occurrence basis with limits not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. The policy will contain a "per project" aggregate endorsement. Automobile Liability (owned, non-owned and hired) insurance with limits not less than $1,000,000 per occurrence shall be maintained. The City, its employees, officials and agents will be named as an Additional Insured where . operations are being conducted related to this contract, on the General Liability policy as respects to work or services performed under this agreement to the extent that the death or bodily injury to persons or damage to property arises out of the fault of the Independent Contractor or the fault 9f the Independent Contractors agents, representatives or subcontractors. This insurance will be primary over any insurance the City may carry on its own. 13.2. Professional Liability. Independent Contractor shall maintain in force during the duration of . this Agreement (and, if it is a claims made policy, for a year following completion of the project) .a professional liability policy, approved by the City's Risk Manager as to terms, conditions and limits. 13.3. Asbestos Abatement. (Only applicable to Asbestos Contracts) The Commercial General Liability policy shall be written on a form that meets the following criteria and must be ASBESTOS SPECIFIC as follows: 8. A full occurrence form, or b~ A limited occurrence form with at least a three-year (3) tail, or c. A claim made form with a three-year (3) tail. 13.4. Workers' Compensation. Independent Contractor shall provide and maintain workers' compensation coverage for its employees, officers, agents, or partners, as required by applicable workers' compensation laws. If Independent Contractor is exempt from coverage, a written statement signed by Contractor so stating the reason for the exemption shall be provided to the City. 13.5. Evidence of Coverage. Evidence of the required coverages issued by a company satisfactory to the City shall be provided to the City by way of a certificate of insurance before any work or services commence. A 30-day notice of cancellation or material change in coverage clause , shall be included. It is the Independent Contractor's obligation to provide the 30 days notice if not done so by the Independent Contractor1s insurance company(s). Failure to maintain the proper insurance shall be grounds for immediate termination of this contract. 13.6. Equipment and Material. The Independent Contractor shall be responsible for any loss, damage,.or destruction of its own property, equipment, and materials used in conjunction with ~m~ - 13.7. Subcontractors. The Independent Contractor shall require all subcontractors to provide and maintain general liability, auto liability, professional liability (as applicable), and workers' compensation insurance with coverage's equivalent to those required of the general contractor in this contract. The Independent Contractor shall require certificates of insurance from all subcontractors as evidence of coverage. Jan/2008 Independent Contractor Agreement for Personal Services Type 3 Page 3 of 8 AIS Attachment 2, Page 3 of 62 13.8. Exception or Waivers. Any exception or waiver of these requirements shall be subject to review and approval from the City's Risk Manager. 13.9 Railroad Protective Liability Coverage. If work being performed under this agreement is near railroad tracks or a railroad right of way and the Railroad requires special insurance (for example: Railroad Protective Liability Coverage) Independent Contractor will be responsible for meeting the Railroad insurance requirements before any work commences. Any insurance req uired to be purchased by the Railroad is in addition to the ins~rance required by the City. 14. Termination. The performance of work under this Agreement may be terminated by CITY, in whole or in part, whenever for any reason GITY shall determine that such termination is in the best interest of CITY. Any such termination shall be effected by delivery to the Independent Contractor of a Notice of T erminationspecifying the extent to which performance of the work under the Agreement is -' terminated and the date on which such termination is effective. Upon delivery to the Independent Contractor of a Notice of Termination under this paragrapht the Independent Contractor and CITY 'shall. by agreement, make an appropriate written modification to this Agreement governing completion of portions of the independent Contractor's work and payment therefore by CITY. 15. Rights In Data. All original written material, including programs. card decks, tapes, listings, and othE?r documentation originated and prepared for CITY pursuant to this Agreement, shall become eXClusively the property of CITY. The ideas, concepts, know-how, or techniques developed during the course of this Agreement by Independent Contractor personnel can by used by either party in any way it may deem appropriate. Material already in Independent Contractors possession, independently developed by Independent Contractor outside the scope of this Agreement, or rightfully obtained by Independent Contractor from third parties. shall belong Independent Contractor. This agreement shall not preclude Independent Contractor from developing materials which are competitive, irrespective of their similarity to materials which might be delivered to CITY pursuant to this Agreement Independent Contractor shall not, however, use any written materials developed under this Agreement in developing materials forotherst except as provided in this section. 16. Confidentiality. During the course of performance hereunder, Independent Contractor or its agent, employees, or contractors, may receive confidential information. Independent Contractor agrees to use its best efforts to maintain the confidentiality of such information and to inform each agent and employee performing services of the confidentiality obligation that pertains to such information. 17. Assignment/Subcontract. Independent Contractor shall not assign~ sell, transfer, subcontract or sublet rights, or delegate responsibilities under this agreement, in whole or in pan, without the prior written approval of CITY. No such written approval shall relieve Independent Contractor of any obligations of this Agreement, and any transferee or subcontractor shall be considered the agent of Independent Contractor. Independent Contractor shall remain liable as between the original parties to this Agreement as if no such assignment had occurred. 18. Successors In Interest. The provisions of this Agreement shall be binding upon and shall inure to. the benefit of the parties to this_Agreement and their respective successors and assigns. 19. Compliance With All Government Regulations. Independent Contractor shall comply with all Federal, State and local laws, codes, regulations and ordinances applicable to the work performed under this Agreement. Failure to comply with such requirements shall constitute a breach of contract and shall be grounds for termination of this Agreement. Damages or costs resulting from noncompliance shall be the sole responsibility of Independent Contractor. 20. Attorney Fees. In the event a lawsuit of any kind is instituted on behalf of CITY to enforce any provision of this Agreementt Independent Contractor shall pay such additional sums as the Court may adjudge reasonable for attorney fees plus all costs and disbursements at trial and on any appeal. Jan/2008 Independent Contractor Agreement for Personal Services Type 3 Page 4 of 8 AIS Attachment 2, Page 4 of 62 21. Force Majeure. Neither party to this Agreement shall be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that party's reasonable control. CITY may terminate this Agreement upon written notice after determining such delay or default will unreasonably prevent successful performance of the Agreement. 22. Assistance Regarding Patent And Copyright Infringement In the event of any claim or suit against CITY on account of any alleged patent or copyright infringement arising out of the performance of this Agreement or out of the use of any material furnished or work or services performed hereunder, Independent Contractor shall defend CITY against any such suit or claim and hold CITY harmless from any and all expenses, court costs, and attorney's fees in connection with such clahn or suit. 23. Severability. If any provision of this Agreement is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected; and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 24. Access To Records. CITY and its duly authorized representatives shall have access to books, documents. papers and records of Independent Contractor which are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 25. Waiver. Failure of CITY to enforce any provision of this Agreement shall not constitute a waiver or relinquishment by C.ITY of the right to such performance in the future nor of the right to enforce any other provision of this Agreement 26. Amendments. The terms of this Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever, without prior written approval of CITY, No modification of this Agreement shail bind either party unless reduced to writing and subscribed by both parties, or ordered by a Court. 27. Nondiscrimination. IndependentContractor shall comply with all applicable requirements of Federal and State civil rights and rehabilitation .statutes, rules and regulations. 28. Dual Payment. Independent Contractor shall not be compensated for work performed under this contract from an~ CITY agency other than the agency which is a party to this contract. 29. Remedies. This Agreement shall be governed by and construed in accordance with the laws of the State of Oregon, and any litigation arising out of this Agreement shall be conducted in the courts of the State of Oregon, County of Lane. . 30. Entire Agreement. This Agreement signed by both parties is the parties' final and entire Agreement and supersedes all prior and contemporaneous oral or written communications behNeen the parties, their agents and representatives. There are no representations, promises, terms, conditions or obligations other than those contained herein. IN WITNESS WHEREOF the parties have executed this Agreement to be effective the date first set forth above. CITY OF SPRINGFIELD: INDEPENDENT CONTRACTOR By: ., Name: Title: Date: By: Name: Title: Date: Jan/2008lndependent Contractor Agreement for Personal Services Type 3 Page 5 of 8 AIS Attachment 2, Page 5 of 62 EXHIBIT "A" CITY OF SPRINGFIELD INDEPENDENT CONTRACTOR AGREEMENT Independent Contractor Status AU 'performance of any labor or services required to be performed by Independent Contractor shalf be performed in accordance with the standards set forth in ORS 670.600 (2005), and as follows: A person is customarily engaged in an independently established business if any three of the following six requirements are met: 1. The person maintains a business location: a. That is separate from the business or work location of the person for whom the services are provided;' or, , . b. That is in a portion of the person's residence and that portion is used primarily forthe business. 2. The' person bears the risk of loss related to the business or the provision of servi ces as shown by factors such as:, . ' a. The person ,enters into fixed-price contracts; b. The person is required to correct defective work; c.' The person warrants the services provided; or, d. The person negotiates indemnification agreements or purchases liability insurance, performance bonds or errors and omissions insurance. 4. ,The person provides contracted serVices for two or more different persons within a 12- month period, or the person routinely engages in husiness advertising, solicitation or other marketing efforts reasonably calculated to obtain new. contracts to provide similar services. 5. The person makes a significant investment in the businessl through means such as: a. Purchasing tools or equipment necessary to provide the services; b. Paying for.the premises or facilities where the services are provided; or c. Paying for licenses, certificates or specialized training required to provide the services. 6. The person has the authority to hire other persons to provide or to assist in providing the services and has the authority to fire those persons. Jan/200B Independent Contractor Agreement for Personal Services Type 3 Page 6 of 8 AIS Attachment 2, Page 6 of 62 EXHIBIT "Bt, . :: City of Springfield Public Contracts Conformance with Oregon Public Contractors Laws Pursuant to Oregon Jaw, every public contract shaJl contain the following conditions: I) Make payment promptly, as due, to all persons supplying to the conlractor labor or material for the performance of the work provided for in the contract. ORS 279B.220(1) 2) Pay all contributions or amounts due the Industrial Accident Fund fro.m the contractor or subcontractor incurred in the perfonnance of the contract. ORS.279B.220(2). 3) Not pennit any lien or claim to be filed or prosecuted against the state or a county, school district, municipnlity, municipal corporation or subdivision thereof, on account of any labor or material furnished. ORS 279B.220(3). 4) Pay to the Dcparunent of Revenue all sums withheld from employees undcrORS 316.167. ORS 279B.220(4). 5) If the agreement is for lawn and landscape maintenance, it shall contain a condition requiring the contrnctor to salvage. recycle, compost or mulch yard waste material at an approved site, if feasible and cost-effective. ORS 279B.22S. 6) Promptly, as duc, make payment to any person, copartnership,a5sociation or corporation furnishing medical, surgical and hospital care services or other needed care nnd attention, incident to sickness or injuT)', to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. All employers shall comply with ORS 656.017. ORS 279B.230. 7) A person may not be employed for more tlum 10 hours in anyone day, or 40 hours in anyone week, except in cnsesofnecessity, emergency or when the public policy absolutely requires it. and in such cases, except in cases of conlractS for personal services designated underORS 279A.055, the employee shall be paid alIeast time and a half pay: a) For all ovenime in excess of eight hours a day or 40 hours in anyone week when the \vork week is five consecutive days; or b) For all overtime in excess of 10 hours in llny one day or 40 hours in anyone week when the work week is four consecutive days, Monday through Friday; and c) For all work performed on Saturday and on any legal holiday specified in ORS 279B.020. An employer must give no lice in writing to employees who work on a public contract, either at the time of hire or before commcncemcnt of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. ORS 2798.235(1)-(2). 8) lftile agreement is for personal services, the contract shall contain a provision that the employee shall be paid at least time and a half for all overtime worked in excess of 40 hours in anyone week, except for individuals under personal services contracts who arc cxcludcdunder ORS 653.010 to 653.261 or under 29 V.S.C. 201-209 from receiving ovenime. ORS 279B.235(2)'. 9) Contracts for services must contain a provision thnt requires that persons employed under contracts shnIl receive at least time and half pay for work performed on the legal holidays specified in a collective bargaining agreement or inORS 279B.020{l)(b)(BHG) and for . nlltime worke~ in excess of 10 hours in anyone day or in excess of 40 hours in an)' one weck, whichever is greater. Employer shall give notice in writing toemployecs who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number hours per day and days per week that Ule employees may be required to work.. ORS 279B.235(5). If this llgreement is for a public improvement. the contract shall contain the following conditions: 10) Make payment promptly, llS"due, to all persons supplying to the contractor labor or material for the performance of the work provided for in the contract. ORS 279C.505(1)(a). J J) Pay aU contributions or amounts due the Industrial Accident Fund from tbe contractor or subcontractor incurred in the performance of lhe contract. ,ORS 279C.505(1)(b). 12) Not permit any lien or claim to be filed or prosecuted against the state or a county. school district. municipality, municipal corporation or subdivision thereof, on account of any labor ormatcrial furnished. ORS 279C.50S(l)(c). 13) Pay to the Department of Revenue nil sums withheld from employees under ORS 316.167. ORS 279C.505(1){d). 14) The contractor shall demonstrnle that an employee drug testing program is in place. ORS 279C.SOS(2). Jan/2008 Independent Contractor Agreement for Personal Services Type 3 Page 7 of 8 AIS Attachment 2, Page 7 of 62 J 5) If the contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the contractor or subcontractor by any person in connection with the public improvement contract as the claim becomes duc, the proper officer or officers repres<;nting the state or a county, school district. municipality, municipal corporation or subdivision thereof, as the case may be, may pay such claim to the person furnishing labor or services and charge the amount of the payment against the funds due or to become due the contract by reason of the contract. If the contrac(or or first-tier subconlractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection wilh lhe public improvement contract within 30 days after receipt of payment from the contracting agency or a contractor, lhe contractor or first-tier subcontractor shall owe the person the amount due plus interest charges commencing at the end of the I O-dayperiod lhnt payment is due under ORS 279C.580(4) and is subject to a good faith dispute as defined in ORS 279C.580. If the conlractor or a subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract, the person may file a complaint w1th the Construction Contractors Board, unless payment is subject to a good faith dispute as defined in ORS 279C.580. ORS 279C.515. 16) The payment ofa claim does not relieve the contnctor or the contractor's surety from obligation ,vith respect to any unpaid claims. ORS 279C.515(4). 17) A person may not be emplo)-ed for more than 10 hours in anyone day, or 40 hours in anyone week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services designated under ORS 279C.l 00, the employee shall be paid at least time and a half pay: a) For all overtime in excess of eight hours a day or 40 hours in anyone week when the work week is five consecutive days; or, b) For all overtime in excess of 10 hours in anyone day or 40 hours in anyone week when the work week is four consecutive days, Monday through Friday; and, c) For all work perfonned on Saturday and on any legal holiday specified in ORS 2798.020. ORS 279C.520(1). An employer shall give notice in writing to employees who work on a public contract either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours pcr day and days per week that the employees may be required to work. ORS 279B.520(2). 18) If the agreement is for personal services, the contract shall contain a provision that the employee shalt be pa,id at least time and a. half for all overtime worked in excess of 40 bours in anyone week, except for individuals under personal services conlracts who are excluded under ORS 653 .()J 0 to 653.261 or under29 V.S.C. 201-209 from receiving overtime. ORS 279C.520(3). 19) Contracts for services must contain a provision that requires that persons employed under contracts shall receive at least time and half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279C.540(1)(b)(BHG) and for all time worked in excess of 10 hours in anyone day or in excess of 40 hours in anyone week, whichever is greater. An employcr shall give notice in writing to employees who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in it location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. ORS 279C.520(5) 20) Solicitation documents for a public improvement contract shall make specific reference to federal, state and local agenci~s that have cnacted"ordinances, rules or regulations dealing with the prevention of environmental pollution and the preservation of natural resources thlll affect the perfonnance of the contract. 1\ solicitation document must also, make speci31 reference to known conditions at the construction site that may require the successful bidder to comply with the ordinances, rules or regulations identified under ORS 279C.525(1). If the successful bidder encounters a condition not referred to in the solicitation documents..not caused by the successfut bidder and not discovernblc by a reasonable prebid visual site inspection, and the condition requires compliance wilh the ordinances, rules or regulations referred to under ORS 279C.525(1), the successful bidder shall immediately give notite of tile condition to the contracting agency. The successful bidder may not commence work nor incur any additional job site costs in regard to the condition encountered and described in ORS 279.525(3) without wriuen direction from the contracting agency. ORS 279C.525. 21} Promptly, as due, make payment to any person, copnnnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or il\iury, to the employees of the contractor, orall sums that the contractor agrees to pay for the services and all moneys and sums that the contractor coUected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. All employers shall comply with ORS 656.017. ORS 279C.530. 22) A contract for public works shall contain a provision staling the existing state prevailing rate and wage and, if applicable, the federol prevailing rate of wage required. Every contract and subcontract shall contain a provision that workers shall be paid not less than the specified minimum hourJy rate of wage in accordance with ORS 279C.838. ORS 279C-830(1). If this Ilgreernenris for demolition, rbe contract shnlllllso contain the following conditions: 23) Contractor must salvage or recycle construction and demolition debris, if fCilSible and cost-effective. ORS 279C.51O(l) Jan/200B Independent Contractor Agreement for Personal Services Type 3 Page 8 of 8 AIS Attachment 2, Page 8 of 62 lYl.\STER COpy. Attachment 1 . 'ddllllll~ll11111111 GROVE, MUELLER & SWANK, P.C. aRT1F1ED PUBUC ACCOUNTANTS AND CONSULTANTS March 20, 2008 Audit Selection Committee City of Springfield , 225 5th Street Springfield, Oregon 97477 . Weare pleased to submit this fee proposal in conjunction with our technical proposal to provide auditing' , services to the City of Springfield, the Metropolitan Wastewater Management COmInissior1, and the . Regional Fiber Consortium. The total, all-inclusive fee for the year ending June 30, 2008 will be $42,000. Fees for the years ending June 30, 2009 and 2010 would be-$43,000 and $44,000, respectively. The components of the fee are City of Springfield $36,000, Metropolitan Wastewater Management Commission $4,500, and Regional Fiber .consortium $1,500. ' We will accept reimbursement for travef, lodging and subsistence at the prevailing rate for City of Springfield employees. We do not anticipate any lodging or subsistence expenses. The Jee also includes consultation as needed on matters related to local budget law, accounting issues, internal control and other such issues that we may be of assistance to the City. We believe this consultation is a benefit' to the City. This ,gives the City the flexibility to discuss these issues ~ithout the concern that a bill would be sent each time the accountant was contacted. We want our clients to contact us as often as necessary 'without fear of being "nickel-and-dime'd" by fees. Also included are meetings with City personnel and Council as requested. . - . Charles A. Swank., shareholder, is authorized to make representations for Grove, Mueller & Swank, P.C. :Mr. Swank may be contacted at our Salem office, 475 Cottage Street NE, Suite 200, Salem, Oregon 97301,-(503) 581-7788. Mr. Swank, as signer of this letter, is also authorized to bind Grove, Mueller & Swank, P.C. . GROV~, MUELLER & SWANK. P.C. CERTIFIEDPU CCOUNTANTS By: , Charles A. Swank, A Shareholder www.gmscpa.com Mailing Address · r.o. Box 2122 · Salem. Oregon 97308~2122 Salem · 475 Cottage Street NE, Suite 200 · Salem, Ort;gon 97301-3814 · (503) 581-7788 · FAX (503) 581-0152 Albany · 519 5. ~on StreeN~I~~~81i1~132P-!l1J@ .9{9f1 AA,7-13 IS · FAX (541) 926~S916 Attacnmen'f 1 Audit Selection Committee March 20, 2008 Page 2 The all-inclusive fee for the audit of the financial statements for the year ending June 30, 2008 would be - as follows: Stalldard . Quoted Staff Level Rate Rate Hours E."dellsioll Partner $ 225 $ 175 40 $ 7,000 Manager 175 125 100 12,500 Staff 1")- 75 300 22.500 -, All-inClusive fee 440 $ '42 000 All out of pocket expenses are included in the billing rates. We would be pleased'to render additiona~ services for the City, if requested. Any additional work would be contractually agreed to in advance at the above quoted rates.' AIS Attachment 2, Page 10 of 62 A ttacbmeatZ 'Cityof Springfield Finance Department R.EQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES-- February 28, 2008 AIS Attachment 2, Page 11 of 62 CITY OF SPRINGFIELD - REQUEST FOR PROPOSALS PROFESSIONAL AUO'TINGSERVICES TABLE OF CONTENTS l. INTRODUCTION A. B. General Information Term of Engagement '5 7 II. NATURE OF SERVICES REQUIRED A. B. C. D. E. GeneraL :. " Scope of Work to be Performed Reports To Be Issued Special Considerations Working Paper Retention and Access to Working Papers 7 7 8 11 11 III. DESCRIPTION OF THE GOVERNMENT A. Contact Information B. Background Information C. Fund Structure' D. Budgetary Basis of Accounting E: Federal and State Financial Assistance F. Pension Plans G. Other Post Employment Benefits , H. Component Units I. . Joint Ventures J. Magnitude of Finance Operations K.. Accounting Environment L. Availability of Prior Audit Reports and Working Papers 12 12 13 15 15- , 17 17 17 17 18 18 " 18 IV. TIME REQUIREMENTS A. SchedLJle for Selection Process 18 . B. Audit Schedule for the fiscal year ending 6/30/08 19 C. . Meetings 19 V. ASSISTANCE TO BE PROVIDED TO THE AUDITOR 2008 RFP for Annual Audit Services Page 2 of 50 AIS Attachment 2, Page 12 of 62 AND R~PORT PREPARATION A. Finance Department and Clerical Assistcance 19 B. Information Services Assistance 20 - C. . City Accounting Staff Will Provide 20 D~ Work Area, T~lephone, Photocopying and FAX Machines 20 VI. PROPOSAL REQUIREMENTS A. General Requirements- 20 1. Pre-proposal Conference and On-site 1 nspec~ions 20 2. Inquiries 21 . --- . _. - .....,----~ 3. Submission of Proposals 21 B. Technical Proposal 23 1. General Requirements 23 2.' Independence 23 3. License to Practice in Oregon , 24 4. Firm Qualifications. and E~perience 24 5. Partner, Supervisory and Staff Qualifications and Experience . 24 6. References 25 7. Specific. Audit Approach 27 . 8. Identification of Anticipated Potential Audit Problems 27 9. . Report Format 27 Sealed Dollar Cost Bid 28 1. Total All-Inclusive Maximum Price 28 2. Rates by Partner, Specialist, Supervisory and Staff Level Times Hours Anticipated for Each 28 3. Out-of-pocket Expenses inthe Total All-inclusive Maximum Price and Reimbu rsernent Rates 28 4. Rates for Additional Professional Services 29 5. Manner of Payment 29 C. VII. EVALUATION PROCEDURES A. B. Auditor Selection Panel Review of Proposals 30 30 2008 RFP for Annual Audit Services. Page 3 of 50 AIS Attachment 2, Page 13 of 62 A. B. C. Evaluation Criteria 30 1. . Mandatory Elements 30, 2. Selection Criteria 31 , D. Oral Presentations 32 E. Final Selection 32 F. Right to Reject Proposals 33 G. Complaints 33 APPENDICES Findings from Recent External Audits 34 Organizational Chart 35 Proposer Warranties 36 c. D. 'Format for Schedule of Professional Fees and Expenses to Support the Total All-Inclusive Maximum Price 37 E. City of Springfield (Draft) Standard Professional Services Contract ' 40 2008 RFP for Annual- Audit Services Page 4 of 50 AIS Attachment 2, Page 14 of 62 CITY OF SPRINGFIELD REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES I. INTRODUCTION A. General Information The Gityof Springfield is requesting proposals from qualified firms of certified public accountants to audit the financial statements of the City of Springfield, the Metropolitan Wastewater Management Commission (MWMC), Regional Fiber Consortium (RFc), and the Springfield Economic Development Urban Renewal Agency (SEDA) for the fiscal years ending June 3D, 2008, June 3D, 2009 and June 3D, 2010, with the possibility of Up to two, one year extensions. These audits are to be , performed in accordance with: · Generally accepted auditing standards; · The standards set forth for financial audits in the General Accounting Office's (GAO); · . Government Auditing Standards (2003 Revision); · The provisions of the federal Single Audit Act of 1984 (as . amended in 1996); · U.S. Office of Management and Budget (OMS) Circular A- 133, Audits of States, Local Governments, and Non-Profit Organizations; · Minimu'm Standards for Audits of Oregon Municipal Corporations as prescribed by the Secretary of State, and . · All other appricabJe state and federal regulations for the, purpose of expressing an opinion. , There is no expressed or implied obligation forthe Cityof Springfield to' reimburse responding firms for any expenses incurred in preparing proposals in response to this request. A pre-proposal conference to answer questions about the engagement will be held March 7,2008,2:00 PM local time in Library.Meeting Room #1 at Springfield City Hall 225 Fifth Street, Springfield, OR. Attendees will be provided a copy of the minutes of the pre-proposal conference by March 11, 2008. City will also post said minutes on the City website at www.cLsorinofield.or.us. After the pre-proposal conference, inquiries concerning the request for proposals should be addressed to Mike Crocker, Accounting and Audit Manager by email at mcrockerccv.cLsorinofield.or.us or at (541 )726- 3791. 2008 RFP for Annual Audit Services Page 5 of 50 'AIS Attachment 2, Page 15 of 62 Six copies of a proposal, clearly marked nRFP.Professional Auditina Services" and contained in a sealed envelop or box shall be received no later than 2:00 PM local time, March 20,2008 at the following address: City of Springfield Finance Department Attention: Leslie Wilson, Management Analyst - 225 Fifth Street, Springfield, Oregon 97477 All proposals shall be valid through June 30, 2008. Late Proposals Not Considered. Proposals must be received by the time specified at the addr.ess listed above. Any proposals received after the deadline will not be. considered. Addenda To RFP In the event that it is necessary to amend, revise, or supplement any part of the RFP, addenda will be provided to all proposers to whom City provided the initial RFP. This includes the amendment of dates in the Schedule for Selection Process. Any addenda so issued are to be considered part of the specifications of the RFP.City is not responsible for any explanation, clarification, interpretation or approval made or given in any manner except by written addenda issued by City. In case of any doubt or differences of opinion as to the services to be fumishedhereunder, or the interpretation of the provisions of the RFP, tne decision of City shall be final and binding upon all parties. The City of Springfield reserves the right to reject any or all proposals submitted. The City of Springfield reserves the right to negotiate with one or mor~ of the proposers to further refine a proposal in order to secure the best services at an economical price. Proposals submitted will be evaluated by the Auditor Selection Panel. During the evaluation process, the Auditor Selection Panel and the City of Springfield reserve the right, where it may serve the City of Springfield's best interest, to request additional information or clarifications from proposers, or to aBow corrections of errors or omissions. Finalist firms submitting proposals wiJI be interviewed and requested to make oral presentations as part of the evaluation process. 2008 RFP for Annual Audn Services Page 6 of 50 AIS Attachment 2, Page 16 of62 The City of Springfield 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 City of Springfield and the firm selected. It is anticipated the selection of a firm wiJI be completed by April 21, 2008. Following the notification of the selected firm it is expected a contract will be executed between both parties by May 1, 2008. B. Term of Engagement A three year contract with the possibility of up to two, one year extensions is contemplated, subjectto"the annual review and recommendation of the Finance Director, the satisfactory negotiation of terms (including a price acceptable to both the City of Springfield and the selected firm), the concurrence of the Springfield City Cpuncil and the annual availability of an appropriation. . II. NATU.RE OF SERVICES REQUIRED A. General The City of Springfield is soliciting the servic~s of qualified firms of certified public accountants to audit-the financial statements of the City of Springfield, the Metropolitan Wastewater Management Commission, the Regional Fiber Consortium, aF)d the Springfield Economic Development Urban Renewal Agency (SEDA) for the fiscal years ending June 30, 2008, June 30, 2009 and June 30, 2010 with the possibility of up to two, one year extensions. . These audits are to be performed in accordance with the provisions contained in this request for proposals.' < B. Scope of Work to be Performed 2008 RFP for Annual Audit Services Page 7 of 50 AIS Attachment 2, Page 17 of 62 compliance matters contained in the Springfield City Charter, ordinances and resolutions of the City of Springfield and applicable state and federal regulations. In addition, the audit must be conducted in accordance with the standards for financial audits set forth in the U.S. General Accounting Office's Government Auditing Standards (1994), the provisions of the Single Audit Act of 1984 (as amended in 1996) and the provisions of U.S. Office of Management and Budget (OMS) Circular A-133, Audits of States, Local Governments, and Non-Profit Organizations, the Minimum Standards for Audits of Oregon Municipal Corporations and with all applicable local, state and federal laws. In connection witheachannual audit, the selected CPA firm will also be required to issue one high-level Management Letter to the City Council . ..-. and one to the Metropolitan Wastewater Managem'ent Commission. The selected audit firm will be required to make a presentation to the City . Council, The Springfield Economic Development Urban Renewal Agency" and to the Metropolitan Wastewater Management Commission. The . presentation should include an overview of the CAFR or annual ~eport and the management letter. . Prior to the governing body presentations, the select~d firm shall meet with management to review and discuss all presentation materials. C. 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 basic financial statements of the City of Springfield (The City) in conformity with generally accepted accounting principles, including .an opinion on the fair presentation of the combining and individual fund statements, budgetary comparison information for non-major funds, other supplementary information and schedules and the schedule of expenditures of federal awards "in relation to" the audited financial statements. 2. A report on compliance and certain items based on an audit of the financial statements of The City performed in accordance with Federal and Oregon auditing standards. 3. A report on compliance and internal controls over financial reporting based on an audit of the financial statements of The City performed in accordance with Government Auditing Standards. 2008 RFP for Annual Audit Services Page 8 of 50 AIS Attachment 2, Page 18 of 62 4. A report on The City's compliance with requirements applicable to each major program and on i'nternal controls over compliance in accordance with OMS Circular A-133. 5. A report on the fair presentation of the separate comparative financial statements of the Metropolitan Wastewater Management Commission (MWMc) in conformity with generally accepted ' accounting principles. 6. A report on compliance and certain items based on an audit of the financial statements of the MWMC' performed in accordance with Federal and Oregon auditing standards. 7. Areport on compliance and internal control over financial reporting based on an audit of the financial statements of MWMC performed in accordance with Government Auditing Standards. 8. A report on the fair presentation of the separate comparative financial ~tatements of the Regional Fiber Consortium (RFC) in conformity with generally accepted accounting principles. 9. A report on compliance and certain items based on an audit of the financial statements of the RFC pertormed in accordance with Federal and Oregon auditing standards. 10.. A report on,compliance and 'internal control over financial reporting based on an audit of the financial statements of the RFc performed in accordance with Government Auditing Standards. 11. A report on the fair presentation of the separate comparative financial statements of the Springfield Economic Development Urban Renewal Agency (SEDA) in conformity with generally accepted accounting principles. 12. A report on compliance and certain items based on an audit of the financial statements of SEDA performed in accordance with Federal and Oregon auditing standards. 13. A report on compliance and internal control over financial reporting based on an audit of the financial statements of the SEDA performed jn accordance with Government Auditing Standards. 14. A separate statement of negative assurance on the City of Springfield's and MWMC's compliance with the covenants, agreements and conditions contained in bond indenture ~ documents. 2008 RFP for Annual Audit Services Page 9 of 50 AIS Attachment 2, Page 19 of 62 15. Secretary of State Summary of Revenues and Expenditures shall be prepared for The City, MWMC, RFC and SEDA. In the required report[s] on compliance and internal controls, the auditor shall communicate any reportable conditions found during the audit. A reportab~e condition shall be defined as a significant deficiency in the design or operation of the internal control structure, which could adversely affect the organization's ability to record, process, summarize and report 'financial data consistent with the assertions of management in the financial statements. Reportable conditions that are also material weaknesses shaH be identified as such in the report. Non-reportable conditions discovered by the auditors shall be reported in a separate ,letter to management, which shall be referred to in the report[s] on compliance and internal controls. . The reports on compliance and internal controls shall include all instances -- of noncompliance. . Irregularities and illegal acts: Auditors shall be required to make an immediate, written report of all irregularities and illegal acts or indications of illegal acts of which they become aware to the funding agency, the Finance Director, the City Manager and the City Council. Reporting to the Finance Director: Auditors shall assure themselves that the City of Springfield-'s Finance Director is informed of each of the following: 1. The auditor's responsibility under generally accepted auditing standards 2. Significant accounting policies .. 3. Management judgments and accounting estimates 4. Significant audit adjustments 5. Other information in documents containing audited financial statements 6. Disagreements with management 7. Management consultation with other accountants 8. Major issues discussed with management prior to retention 9. Difficulties encountered in performing the audit 2008 RFP for Annual Audit Services Page 10 of 50 AIS Attachment 2, Page 20 of 62 D. Special Considerations 1. The financial statements of the Metropolitan Wastewater Management Commission and those of the Regional Fiber Consortium are included as component units of the financial . statements of the City of Springfield. It is required that the auditor . also. perform the audit for those entities. 2: The Springfield Economic Development Urban Renewal Agency is - a legally separate body, acting as the urban renewal agency of the City of Springfield and is reported as a blended component unit for reporting purposes. It is required that the auditor also issue an audit report on this entity. ' 3. The City has received the Government Finance Officers Association of the United States and Canada (GFOA) Certificate of Achievement of Excellence in Fina"ncial Reporting for 26 consecutive years. The City will send its comprehensive annual financial report to the GFOA for review in each of the years referenced in this request for proposal. It is anticipated that the auditor will be required to provide special assistance to City of Springfield to meet the requirements of the program. 4. The Schedule of Expenditures of Federal Awards and related auditors report, as well as the reports on compliance and internal controls are to be issued as part of the comprehensive annual financial. report.' . 5. The City of Springfield may require the auditor's assistance to . comply with new GASB requirements, as they are issued. 6. The City may r~quire, and expects to receive from the audit firm, minor technical assistance during financial statementpreparation or throughout the year relating to correct implementation of existing GASB guidance, and answers to accounting, reporting and internal control questions. E. 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 five years from the date of the audit reports and will be made available for examination by authorized representatives of the cognizant Federal audit agency. the U.S. General Accounting Office, and of the City. 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. 2008 RFP for Annual Audit Services Page 11 of 50 AIS Attachment 2, Page 21 of 62 III. DESCRIPTION OF THE'GOVE~NMENT A. Contact Information The auditor's principal contact with the City of Springfield wiIJ be Mike Crocker, Accounting & Audit Manager. or a designated representative. who will coordinate the assistance to be provided by the City of Springfield to the' auditor. The City of Springfield Finance Department is located in City Hall at 225 Fifth Street, Springfield, Oregon. - An organizational chart (Appendix B) is attached. B. Background Information City of Springfield The City, located in central Lane County, has an estimated population of 55,320 and an annual budget of approximately $345 million (includinw the' $187 million MWMC budget). The City's fiscal year begins on July 15 and ends on June 30th. - . . The City first incorporated in 1885. It adopted its current charter in 1895 to become a "home rule" City. The Charter governs all local and municipal matters, except where specifically preempted by State law. . State laws apply to local matters 'not covered by the Charter or ordinances of the City. The City government includes the following departments: City Manager, Finance, Human Resources, Information Services, Fire & Life" Safety, Police, Library, Public Works and Development Services. The City is governed by a six member City Council and Mayor. . They are elected to four year terms on a staggered basis. 'A Council member is elected in each of the City'ssix wards and the Mayor is elected at large. The mayor presides at meetings of the City Council. Metropolitan Wastewater Management Commission The Metropolitan Wastewater Management Commission (MWMC) was established on February 9, 1977 through an intergovernmental agreement between Lane County and the Cities of Eugene and Springfield. It was formed to construct, operate and maintain regional sewage facilities. The Commission is composed of seven voting members from the City of Eugene, the City of Springfield and Lane County. The MWMc Commissioners eject a Chairperson and Vice-Chairperson to serve for one year. The Chairperson presides at meetings of the Commission. Regional Fiber Consortium The Regional Fiber Consortium was established on August 1, 1999 through an intergovernmental agreement between the Cities of 2008 RFP for Annual Audit Services Page 12 of 50 AIS Attachment 2, Page 22 of62 Springfield, Lowell, Coburg, Westfir, Oakridge, Chiloquin, Klamath Falls and Merrill, and Lane and Klamath co~nties. It was formed for the purpose of taking control of and managing certain fiber optic cable transferred to the Consortium by Pacific Fiber Link, LCC, now 360 Networks, in consideration of right of way use fees payable to the cities who are memb~rs of the Consortium. The City of Springfield performs all administrative duties for the Consortium in accordance with the provrsions of an intergovernmental agreement between the City of Springfield and the Regional Fiber Consortium. The Consortium is governed by a ten member board of directors. Springfield Economic Development Urban Renewal Agency The Springfield Economic Development Agency (SEDA) was organized November 15, 2004 under the provisions of the Oregon Revised Statues, Chapter 457, to undertake urban renewal projects and activities pursuant to the Glenwood Urban Renewal Plan. On November 26; 2007, the City Couhdl adopted an ordinance approving the Downtown Urban Renewal Plan. The mission of the SEDA is to eliminate blight in areas within the Agency's jurisdiction. The principal officials are comprised of seven Springfield Council representatives and two Lane County representatives. Administration is provided by City staff. More detailed information on the governments can be found in the City of Springfield's 2007 Comprehensive Annual Financial Report and the separate annual financial reports for the Metropolitan Wastewater Management Commission, Regional Fiber Consortium, and The Springfield Economic.Development Agency. These wiJI be availab!e for inspection at the pre-proposal conference or may be mailed upon request thereafter. . C. . Fund Structure The City of Springfield uses the following funds in its financial. reporting: e General Fund It Special Revenue Funds Street Fund Jail Operations Fund Special, Revenue Fund Transient Room Tax Fund Community Development Fund Housing Rehab Revolving Fund River Bend Development Fund Building Code Fund SEDA Glenwood General Fund SEDA Downtown General Fund 200BRFP for Annual Audit Services Page 13 of 50 AIS Attachment 2, Page 23 of 62 ~p. Fire Local Option Levy Fund Police Local Option Levy Fund . Debt Service Funds Bancroft Redemption Fund - Bond Sinking Fund Regional Wastewater Debt Service Fund SEDA Glenwood Debt Service Fund SEDA Downtown Debt Service Fund · Capital Project Funds Sanitary Sewer Capital Fund . Regional Wastewater Revenue Bond Capital Projects Fund Development Assessment Capital Fund Development Projects Fund . ,Storm Drainage Capital Fund ." Police Building Bond Capital Projects' Fund SEDA Glenwood Capital Projects Fund SEDA Downtown Capital Projects Fund Regional Wastewater Capital Fund Street Capital Fund Storm Drainage SDc Fund Sanitary Sewer Reimbursement SDC Fund Sanitary Sewer Improvement SDC Fund SDC Regional Wastewater Reimbursement Fund SDc Regional Wastewater Improvements Fund SDC Transportation Reimbursement Fund SDC Transportation Improvement Fund · Proprietary Funds Sanitary Sewer Operations Fund Regional Wastewater Fund Ambulance Fund Storm Drainage Operations Fund Booth-Kelly Fund Regional Fiber Consortium Fund · Internal Service Insurance Fund Vehicle & Equipment Fund SDC Administration Fund · Fiduciary & Other Agency Fund Investment Fund General Fixed Asset Account Gr General Long Term Debt Account GAAP Adjustment Fund 2008 RFP for Annual Audit Services Page 14 of 50 AIS Attachment 2, Page 24 of 62 Fund Summary by Type: Number of Funds General Special Revenue Debt Service Capital Projects Enterprise I nt~rnal Service Agency 1 9 2 5 3 3 1 Funds with , Adopted -Budgets 1 13 2 5 9 3 Discretely Presented Component Units 2 The City's accounting system is utilized by MWMc and the Regional Fiber Consortium with accounting support. services provided by City Finance Department Staff. In addition to their own separate financial statements, MWMC and RFC are accounted for as enterprise funds of the City of Springfield and are included as discreetly presented component units of the City of Springfield in the Compreh~nsjve Annual Financial Report. . MWMC consists of three budgeted funds and RFC consists of one budgeted fund. . D. Budgetary Basis of Accounting The City of Springfield prepared its budgets on the modified accrual basis for fiscal year ending June 3D, 2008. E. Federal and State Awards The following is a list of Federal and State Awards the City of Springfield received in the current year or in previous years~ 2008 RFP for Annual Audit Services Page 15 of 50 AIS Attachment 2, Page 25 of 62 U.S. Department of Justice Office Of Justice Bureau of Justice Assistance Bureau of Justice Assistance Office of Community Oriented Policing Services U.S. Department of Housing and Urban Development HUD HOME Grant HUD HOME Grant Program Income EDI Grant Community Development Block Grant Community Development Block Grant Program Income Highway Planning and Construction Passed through Lane Council of Governments U.S. Departmentof the Interior' Passed through State of Oregon Historical Preservation . Office Historic Preservation Fund Historic Preservation Fund 2008 RFP for Annual Audit Services AIS Attachment 2, Page 26 of 62 CFDA Number 16.738 16.738 16.710 14.239 .14.239. 14.218' 14.218 14.218 20.205 15.904 15.904 Page 16 of 50 F. Pension Plans The City of Springfield participates in the following pension plans: Employees covered by the Springfield Police Association and hired before April 1, 1996, participate in a defined contribution pension plan. Wells Fargo Bank is the trustee of this pension plan. Actuarial services for this plan are provided by Milliman & Robertson, Inc. Employees in qualified fire public safety positions and certain police public safety employees hired after April 1, 1996, and all other general service employees participate in the Oregon Public Employees Retirement System. G. Other Post Employment Benefits The City provides postretirement health benefits for qualified retirees and their eligible dependents Further information about the city's other post employment benefits are presented in the Notes to the Financial Statements of the 2007 CAFRs. H. Component Units The City of Springfield 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. Using these criteria, two component units are included in City of Springfield's financial statements. Metropolitan Wastewater Management Commission . with a fiscal year beginning on July 15t and ending on June 30th Regional Fiber Consortium with a fiscal year beginning on July 1st and ending on June 30th I. Joint Ventures The City occasionally participates in ventures with. other legal entities, resulting in contractual orintergovemmental agreements, as a means to pool resources, share costs, risks, and the rewards of providing goods or services to the participants. As an example, the City has an ongoing financial interest associated with the Oregon Department of Military, the Bureau of Land Management, and the United States Forest Service for the construction of an office building. Similarly, the City has entered into 2008 RFP for Annual Audit Services Page 17 of 50 AIS Attachment 2, Page 27 of 62 an. intergovernmental agreement with' the City of Eugene and Lane Rural Fire Protection Association for the Firemed marketing campaign. J. Magnitude of Finance Operations The finance department is headed by Robert Duey, Finance Director, and consists of 11.3 FTE. The principal functions performed and the number of employees assigned to each is as follows: Function Number of Employees Administration Budget ' Payroll Accounts Receivable Accounts Payable Accounting & Reporting Purchasing Total FTE 1.00 2.25 1.25 .80 1.00. 4.00 1.00 11.30 K. Accounting Environment . The City of Springfield uses client/server and Internet/Intranet technologies for its accounting and reporting software systems. The City utilizes PeopleSoft applications for its financial systems, general ledger, accounts payable, accounts receivable, fixed assets, payroll, and human resources. The budgeting process utilizes American Management Systems BRASS and SBFS for budget preparation, position budgeting, and forecasting. L. Availability of-Prior Audit Reports and Working Papers Interested proposers who wish to review prior years' audit reports and management letters should contact Mike Crocker by email at, mcrockerCCUcLsorinofielCLor.us or by phone at (541)726-3791. The City of Springfield 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 proposals. IV. TIME REQUIREMENTS A. Schedule for Selection Process The following is a list of key dates up to and including the date proposals are due: Proposals Advertised February 28 & March 4, 2008 2008 RFP for Annual Audit Services Page 18 of 50 AIS Attachment 2, Page 28 of 62 Pre-:proposal conference Minutes Posted to Website Proposals Close Finalist Presentations!1 nterviews Notice of J ntent to Award Contract Awarded March 7 J 2008, 2:00 PM local time March 11,2008 March 20,2008,2:00 PM local time March 25,2008 (approximately) March 28, 2008 (approximately) April 21,2008 (approximately) B. Audit Schedule for the fiscal year ending June 30, 2008: (A similar time schedule will be developed for audits of future fiscal years by May 1 of each year, except that in subsequent years, preliminary fieldwork should be scheduled prior to fiscal year-end.) Written work plan and schedule .. Compliance work . Begi.n fieldwork First draft to auditors . Auditor comments due to City Revised CAFR to auditors Final CAFRand auditor reports cAFR to printing ,Management Jetter draft May/June May/June October 6 - 10, 2008 November 19,2008 November 26,2008 December 3, 2008 December 8, 2q08 First week of December December ' It is critical for the city to meet our target date for submission of the CAFR to the Secretary of State and the, Government Finance Officers Association that the dates in this section are achievable and that the auditors have sufficient staff resources to be responsive during late November and December. C. Meetings The following meetings would be required with the accounting and audit manager: Initial planning meeting Progress meeting during field work phase Post field work phase progress May Weekly Every 2-3 weeks 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 finance department staff will be able to provide electronic copies of ledgers and trial balances. We will also be able to provide limited access to the financial system so that certain testing can be done without printing hard-copy reports. The preparation of confirmations wiJI be the responsibility of the auditor. 2008 RFP for Annual Audit Services Page 19 of 50 AIS Attachment 2, Page 29 of 62 B. ' Information Services Assistance Paula Guthrie, System Administrator, will be availabie'to-show the' auditors the physical environment of the computer equipment, describe access controls, input controls, operator security controls, output controls, contingency plans, virus protection controls and any other procedures or . 'processes the City of Springfield has in place to safeguard the electronic data environment. Paula Guthrie will also be available to review system documentation with the auditors. Any contact with Paula Guthrie should be coordinated with the City of Springfield Accounting & Audit Manager. C. City Accounting Staff will provide: 1. Prepare all entries for budget basis close and trial balances 2. Prepare all entries for GAAP basis close, year end adjustments and trial 'balances 3. Prepare aU work papers required by auditors in support of all tria! balances and financial statements . 4. Produce complete CAFR draft including .basic financial statements, notes to basis financial statements,' required supplementary information, other supplementary information, supplemental schedules, statistical tables, and schedule of expenditures of federal awards D. Work Area, Telephones, Photocopying and FAX Machines The City of Springfield will provide the auditor with reasonable work space, desks and chairs. The auditor will also be provided with access to telephone lines, photocopying facilities and FAX machines subject to the following restrictions: Long distance telephone calls will be billed back to the auditors. VI. PROPOSAL REQUIREMENTS A. . General Requirements 1. Pre-proposal' Conference An optional conference for firms interested in submitting proposals will be held on March 7, 2008, 2:00 PM local time in Library Meeting Room #1 at the City of Springfield, City Hall, 225 Fifth Street, Springfield, Oregon. 2008 RFP for Annual Audit Services Page 20 of 50 AIS Attachment 2, Page ~O of 62 Both verbal and written questions will be accepted during the conference. Minutes of the pre-proposal conference will be posted to the City website at www.cLsorinofield.or,us on or before March 11 t 2008. 2. Inquiries Inquiries conceming the request for proposals and the subject of the request for proposals must be made to: Mike Crocker Accounting and Audit Manager City of Springfield 225 5th Street Springfield, Oregon 97477' mcrocker@cLspnnqfield . or. us (541) 726-3791 Contact with other City officials may be grounds for 'disqualification. ' 3. Submission of Proposals Two proposals are required. A "Technical Proposal" (see lIall below) and a IISealed Dollar Cost Proposal" (see lib" below). Do not submit any. dollar units or total cost in the IITechnical Proposal." , The '~Sealed Dollar" proposal should contain the pricing information. ' The following material is required and must be received not later than 2:00 PM local time, March 20, 2008, Attn: Leslie Wilson, Management Analyst, City of Springfield Finance Dept., for a proposing firm to be considered: a. A master copy (so marked) of a Technical Proposal and five copi~s to include the following: i. Title Page Title page showing the request for proposals subject; the firm's name; the name, address and telephone number of the contact person; and the date of the proposal. ii. Table of Contents 2008 RFP for Annual Audit Services Page 21 of 50 AIS Attachment 2, Page 31 of 62 Hi. 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 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 thru June 30, 2008. iv. Detailed Proposal The detailed proposal should follow the order set forth in Section VI 8 of this request for proposals. v. Executed copies of Proposer Warranties, attached to this requestfor proposal (Appendix C) b~ A master copy (so marked) of a Dollar Cost Proposal and five copies in a separate sealed opaque envelope marked as follows: SEALED DOLLAR COST BID PROPOSAL FOR PROFESSIONAL AUDITING SERVICES FOR CITY OF SPRINGFIELD, OREGON ,METROPOLITAN WASTEWATER MANAGEMENT COMMISSION SPRINGFIELD ECONOMIC DEVELOPMENT URBAN RENEWAL AGENCY AND REGIONAL FIBER CONSORTIUM' [OA TE] c. Proposers should send the completed proposal consisting of the two separate envelopes to the following address: Leslie Wilson ManagementAnalyst City of Springfield 225 Fifth Street Springfield, Oregon 97477 2008 RFP for Ann'ual Audit Services Page 22 of 50 AIS Attachment 2, Pa'ge 32 of 62 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 of Springfield, the Metropolitan Wastewater Management Commission and the Regional Fiber Consortium 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. THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT. The Technical Proposal should address aJLthe points outlined in the request for proposals (excluding any cost information which should only be included in the sealed dollar cost bid). The Proposal should be prepared simply and economically, providing a straightforward, concise description of the proposer's capabilities to satisfy the requirements of the request for proposals. While additional data may be presented, the following subjects, items Nos. 2 through '1 a, 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 of Springfield. the Metropolitan Wastewater Management Commission, the Springfield' Economic Development Urban Renewal Agency, and the Regional Fiber Consortium as defined by the U.S. General Accounting Office's Government Auditing Standards (1994). The firm should also list and describe the firm's professional relationships involving the City of Springfield, the Metropolitan Wastewater Management Commission, or the Regional Fiber Consortium for the past five (5) years, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the proposed audit. 2008 RFPfor Annual Audit Services Page 23 of 50 AIS Attachment 2, Page 33 of 62 In addition, the firm shall give the City of Springfield written notice of any professional relationships with any of the above entities entered into during the period of th.is agreement: . 3. License to Practice in Oregon An affirmative 'statement should be included that the firm and all assigned key professional staff are properly licensed to practice in Oregon. You, if you are a sole practitioner, or one of the shareholders or partners of your firm must have a current Oregon Municipal Audit license. 4. Firm Qualifications and Experience The proposer should state the, size of the firm, the size of the firm's governmental audit staff, the location of the office from which the work on this engagement is to be performed and the number and nature of , the professional staff to be employed in this engagement on a full-time basis and the number and nature of the staff to be so employed-on a part-time basis. The firm is also required to submit a copy of the report on its most recent external quaJity control review, with a statement whether that , quality control review included a review of specificgovemment engagements. . . The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years'. In addition, the firm shall provide information on . the circumstances and status of any disciplinary action taken or pending against the firm during the past three (3) years with state regulatory bodies or professional organizations. 5. Partner, Supervisory and Staff Qualifications and Experience Identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement. Indicate whether each such person is registered or licensed to practice as a certified public accountant in Oregon. Provide information on the government auditing experience of each person, including information on relevant continuing professional education for the past three (3) years and membership in professional organizations relevant to the performance of this 'audit. 2008 RFP for Annual Audit Services Page 24 of 50 AIS Attachment 2, Page 34 of 62 Provide as much information as possible regarding the number, qualifications, experience and training, including relevant continuing professional education, of the specific staff to be assigned to this engagement. Indicate how the quality of staff over the term of the agreement will be assured. ' Provide information on the experience of the specific staff to be assigned to this engagement with "respect to auditing computerized accounting systems. The proposer should identify the extent to which staff to be assigned to the audit reflect the City of Springfield'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 are assigned to another office. These personnel may also be changed for other reasons with the express prior written permission of the City of Springfield. However, in either case, the City of Springfield retains the right to approve or reject replacements. ' Consultants and firm spedalists mentioned in response to this request for proposal can only be changed with the express prior written permission of the City of Springfield, which r~tains 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. The proposer should indicate their level of commitment to providing continuity at key staff levels. 6. References For each of the last two years, list by year, the governmental entities in Oregon that have been audited by your firm's proposing office and the name of the key contact person of the entity at that time, or the current key contact person if known. Each annual list "should be further subdivided into clients who are currently audit clients and those which ar~ no longer your clients. Please briefly describe the scope of each engagement specifically indicating whether there was a Single Audit examination performed. A copy of two 6/30/07 CAFRs and management letters which you issued for a city of comparable size (or a municipality as similar to the City of Springfield as possible) must also be enclosed with your proposal. 2008 RFP for Annual Audit Services Page 25 of 50 AIS Attachment 2, Page 35 of 62 - .." Please also indicate which of these engagements resulted in the awarding of a GFOA Certificate of Achievement for Excellence in -Financial Reporting. The City expects your response to follow the sample format indicated below. .2006-07 Governmental CHents Municipality Client Contact Eamed Single Certificate? Audit? . Current , clients , City A Xxx Y/N Y/N Description: City B Xxx I Y/N Y/N Description: Not current clients City A Xxx Y/N ., Y/N Description: City 8 Xxx Y/N Y/N. Description: 2005-06 Governmental Clients Municipality- Client Contact Earned Single Certificate? Audit? Current clients City A Xxx Y/N Y/N Description: I City B Xxx Y/N Y/N Description: Not current clients City A Xxx Y/N Y/N Description: I City B Xxx I Y/N Y/N Description: Specifically answer uHave there been any disciplinary actions taken against you or members of your firm by the Board of Accountancy within the past (5) five years?" If your answer is yes, please give a detailed explanation and the results of the disciplinary actions. 2008 RFP for Annual Audit Services Page 26 of 50 AIS Attachment 2, Page 36 of 62 7. Specific Audit Approach The Technical Proposal should set forth a work plan, including an explanation of the audit methodology to be followed; to perform the services required in Section II of this request for proposal. In developing the work plan, reference should be made to such sources of information as the City of Springfield's, MWMC's and RFC's budget and related materials, council minutes, organizational charts, manuals and programs, and financial and other management information systems. Proposers will be required to provide the following information on their audit approach: - ....,..... ~ a. Proposed segmentation of the engagement "\,.,' b. Level of staff and number of hours to be assigned to each proposed segment of the engagement c. Sample size and the extent to which statistical sampling is to be used in the engagement d. Extent of use of EDP software in the engagement e. Type and extent of analytical procedures to be used in the engagement f. Approach to be taken to gain and document an understanding of the City of Springfield's MWMC's and RFC's internal control structure g. Approach to be taken in determining laws and regulations that will be subject to audit test work h. Approach to be taken in drawing audit samples for purposes of tests of compliance 8. Identification of Anticipated Potential Audit Problems The proposal should identify and describe any anticipated potential audit problems, the firm's approach to resolving these problems and any special assistance that will be requested from the City of Springfield. 9. Report Format The proposal shoul~ include sample formats for required reports. 2008 RFP for Annual Audit Services Page 27 of 50 AIS Attachment 2, Page 37 of 62 C. Sealed Dollar Cost Proposal 1. Total All-Inclusive Maximum Price The sealed dollar cost proposal 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 proposed is to contain all direct and indirect costs including all out-of-pocket expenses. The bid should be stated separately for the City of Springfield, MWMC and RFC. The City of Springfield will not be responsible for expenses incurred in preparing and submitting the technical proposal or the sealed ' dollar cost bid. Such costs should not be included in the proposal. The first page of the sealed dollar cost bid should include the following information: a. Name of Firm b. " Certification that the person signing the proposal is entitled to represent the firm. empowered to subm'it the bid. and authorized to sign a contract with the City of Springfield. c. A total. all-inclusive maximum price, for the first year of the three-year engagement; and a total all-inclusive maximum price for each of the subsequent two years of the engagement. or, a basis for determining the total audit cost for the remaining years (such as the increase in the Consumer Price Index). 2. Rates by Partner.. Specialist, Supervisory and Staff Level Times Hours Anticipated for Each The second page of the sealed dollar cost bid should include a schedule of professional fees and expenses, presented in the format provided in the attachment (Appendix D) that supports the total an-inclusive maximum price. The cost of special services described in Section I E of this request forproposal should be disclosed as separate components of the total all-inclusive maximum price. 3. Out-of-pocket Expenses Included in the Total All-inclusive Maximum Price and Reimbursement Rates Out-of-pocket expenses for firm personnel (e.g.. travel, lodging and 2008 RFP for Annual Audit Services Page 28 of 50 AIS Attachment 2, Page 38 of 62 food) will be reimbursed at the rates used by the City of Springfield . for its employees. All estimated out-of-pocket expenses to be reimbursed should be presented on the second page of the sealed dollar cost bid in the format provided in the attachment (Appendix D). All expense reimbursements will be charged against the total. all-inclusive maximum price submitted by the firm.. In additiont a statement must be included in the sealed dollar cost bid stating the firm, will accept reimbursement for travelt lodging and subsistence at the prevailing City of Springfield rates for its employees. - 4. Rates for Additional Professional Services If it should become necessary forthe City of Springfield 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 of Springfield and the firm. Any such additional work agreed to between the City of Springfield and the firm shall be performed at the same rates set forth in the schedule of fees and expenses included in the sealed dollar cost bid. 5. 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. Ten percent (100/0) will be withheld from each billing pending delivery of the firm's final reports. All retained funds will be paid upon completion of presentation to the Springfield City Council and Metropolitan Wastewater Management Commission. 2008 RFP for Annual Audit Services Page 29 of 50 AIS Attachment 2, Page 39 of 62 VII. EVALUATION PROCEDURES . A. Auditor Selection Panel Propo~als submitted will be evaluated by an Auditor Selection Panel. B. Review of Proposals A subset of the Auditor Selection Panel will use a'point formula during the screening process to score proposals. The proposals will be examined to determine that the firm satisfies the mandatory elements as identified in section C.1. Firms who do not meet the mandatory elements will be eliminated from further consideration. A subset of the Audit Selection Panel will use the selection criteria as identified in section C.2to score each technical proposal. At this point, firms with an unacceptably low technical scqre wiIJ be eliminated from further consideration. . -. . After the technical score for each firm has been established, the sealed dollar cost bid will be opened and additional points will be added to the technical score based on the price bid. The maximum score for price will be assigned to the firm offering the lowest total all-inclusive maximum price. Appropriate fractional scores will be assigned to other proposers. A group of finalist firms will be selected based on the total technical score. The finalist firms will be invited to make oral presentations to'the full Audit Selection Panel. The City of Springfield reserves the right to retain all proposals submitted' and use any idea in a proposar regardless of whether that proposal is selected. C. Evaluation Criteria. Proposals will be evaluated using three sets of criteria. Firms meeting the mandatory criteria will have their proposals evaluated and scored for both selection' criteria and price. The following represent the criteria which will be considered during the evaluation process. 1. Mandatory elements a. The audit firm is independent b. The auditor and firm are properly licensed by the Oregon State Board of Accountancy to do professional business in Oregon. 2008 RFPfor Annual Audit Services Page 30 of 50 AIS Attachment 2, Page 40 of 62 c. The auditor, if a sole practitioner; or one of the shareholders or partners of the firm have a current Oregon Municipal Audit license. d. The firm has no conflict of interest with regard to any oth.er work performed by the firm for the City of Springfield, MWMC, SEDA, orRFC. e. The firm does not have a record of substandard work, verifiable by communication with the Oregon State Board of Accountancy f. The firm has successfully participated in the GFOA award program for CAFRs. g. The firm has assisted similarly sized Cities in CAFR preparation. h. The firm adheres to the instructions in this request for proposal on preparing and submitting the proposal. 2. Selection criteria The following criteria will be applied and weighted according to importance: Criteria Possible Points Continuity at key staff levels 5 Membership in AICPA peer review program 10 Quality of annual audit and reports to 10 management as evidenced by sample reports prepared for other cliehts Quality of verbal and written communications 10 Depth of municipal audit experience, particularly of Oregon governmental units of 15 a similar size and complexity Depth of municipal audit experience performing Single Audit examinations, .15 particularly audits of grants of similar size and complexity 2008 RFP for Annual Audit Services Page 31 of 50 AIS Attachment 2, Page 41 of 62 Number and size of municipal clients 15 receiving the GFOA Depth of experience with computerized 15 systems Size of staff must be large enough to handle an audit of this size on a timely basis 15 Qualifications of key individuals to be assigned to the audit, especiaHy regarding up-to-date and continuing ~aining and experience in governmental accounting, and ' 15 Single Audit examinations. References I 15 Cost 25 I nterviews/Presehtations 35 The maximum points available are 200 points. D. Oral Presentations After the technical proposals have been evaluqted and finalist firms have been identified, those firms will be invited to make an oral presentation to . the Audit Selection Panel. Such presentations will provide firms with an opportunity to answer any questions the Audit SeJection, Panel may have on a firm's proposal. ' E. Negotiation of Agreement City reseNes the right to negotiate a final contract which is in the best interest of City considering cost effectiveness and quality control. Once a tentative selection has been made by the evalu~tion committee, Staff will attempt to negotiate a contract with the preferred candidate. Jf the negotiations are not successful, staff will negotiate with other qualified vendors in the order of their respective qualifications until an agreement is reached or staff decides to terminate the selection process. If contract negotiations are successful, the contract will be forwarded to the appropriate City authority for approval. F. Final Selection The City of Springfield will select a firm based upon the recommendation of the Audit Selection Panel with approval by the council Finance Director and The City of Springfield City Council. It is anticipated that a firm will be recommended by March 28,2008. 2008 RFP for Annual Audit Services Page 32 of 50 AIS Attachment 2, Page 42 of 62 Following the intent to award notification, it is expected a contract will be executed between both parties by May 1, 2008. G. Right to Reject Proposals Sub.mission 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 of Springfield and the firm selected. The City of Springfietd/MWMC reserves the right to reject any or all of the proposaJs not in. compliance with prescribed public procurement. procedures, waive minor irregularities not affecting substantial rights, and may for good cause reject any or all proposals upon a finding by the City of Springfield and MWMC it is in the public interest to do so. H. Complaints Any firm submitting a proposal to the City of Springfield/MWMC, who is adversely affected by the City's awarding of the contract to another firm, has 14 days after issuance of the Notice of Intent to Award the Contract, to submit a written protest of the award to the City of Springfield. Such right to protest shall confirm to the requirements of Oregon Administrative Regulations, 137-030-0104 and specify the grounds upon which the protest is based. An adversely affected firm must exhaust all avenues of administrative review and relief before seeking judicial review of the City's contract award. Concerns must be submitted to: Robert Quey Finance Director City of Springfield 225 Fifth St. Springfield OR 97477 2008 RFP for Annual Audit Services Page 33 of 50 AIS Attachment 2, Page 43 of 62 APPENDIX A FINDINGS FROM RECENT EXTERNAL AUDITS External Audits: Report Fi nd ing No findings. 2008 RFP for Annual Audit Services AIS Attachment 2, Page 44 of 62 Resolved? Page 34 of 50 APPENDIX B Organization Chart \ Citizens of Springfield I I Mayor and City Council I I I -, City Attorney I I City Manager I I Municipal Judge /I r' City Manager's Office Development Services I I Finance I I Fire and Life Safety I I I Human Resources I Information Technology I Library Police I I I I Public Works I r I 2008 RFP for Annual Audit Services Page 35 of 50 AIS Attachment 2, Page 45 of 62 APPENDIX C PROPOSER WARRANTIES A. Proposer warrants that it is wiJling and able to comply with State of Oregon laws with respect to foreign (non-state of Oregon) 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 the willful or negligent acts, or omissions of any officers, employees or agents thereof. i' C. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City of Springfield . 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: 2008 'RFP for Annual Audit Services Page 36 of 50 AIS Attachment 2, Page 46 of 62 APPENDIX D . Page 1 SCHEDULE OF PROFESSIONAL FEES AND EXPENSES FOR THE AUDIT OF THE 2008 FINANCIAL STATEMENTS Hours Standard Hourty Rates Quoted Hourly Rates Total Partners Managers Supervisory staff Staff Other (specify): ' Subtotal- Total for services Described in Section II E of the RFP (Detail on subsequent pages) Out-of-pocket expenses: Meals and lodging Transportation Other (specify): Total all-inclusive maximum price for 2008 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. 2008 RFP for Annual Audit Services Page 37 of 50 AIS Attachment 2, Page 47 of 62 APPENDIX D Page 2 SCHEDULE OF PROFESSIONAL FEES AND EXPENSES FOR THE AUDIT OF THE 2008 FINANCIAL STATEMENTS: COMBINING SCHEDULE - ALL SERVICES DESCRIBED IN RFP SECTION II E Nature of Service To Be Provided Schedule Total Price EACH SERVICE DESCRIBED IN RFP SECTION II E SHOULD BE SUPPORTED BY AN INDIVIDUAL SCHEDULE IN THE FORMAT PROVIDED ON PAGE 3 OF THIS APPENDIX. 2008 RFP for Annual Audit Services AIS Attachment 2, Page 48 of 62 Page 38 of 50 Appendix D Page 3 SCHEDULE OF PROFESSIONAL FEES'AND EXPENSES FOR THE AUDIT OF THE 2008 FINANCIAL STATEMENTS: SUPPORTING SCHEDULE FOR [NAME OF SERVICE] Hours Standard, Hourly Rates Quoted Hourly Rates Total Partners Managers Supervisory staff Staff Other (specify): Subtotal Out-of-pocket expenses: Meals and"lodging Transportation Other (specify): Total price for [NAME OF SERVICE] 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 2008 RFP for Annual Audit Services Page 39 of 50 AIS Attachment 2, Page 49 of 62 Appendix E CITY OF SPRINGFIELD INDEPENDENT CONTRACTOR AGREEMENT (Type 3: For Personal Services Contracts Requiring Professional Liability Insurance) Dated: Parties: ("CITY') and ("l ndependent Contractor") Additional Independent Contractor Information: A. Type of Entity: 0 Sole Proprietorship 0 Partners 0 Umited Liability Company D Corporation B. Address: C. Telephone: D. Fax No: E. SSN or Fed. J.D. No: F. Professional License(s) No: -'G. Oregon Agency Issuing License: H. Foreign Contractor DYes D No (Foreign means not domiciled in or registered to do business in Oregon) See Exhibit 8(11). CITY-Account Number(s) To Be Charged (Include Percentages): Account Number Percentage In consideration of the mutual covenants contained herein, the parties agree to the following terms, provisions and conditions: 1. Payment by CITY. CITY shall pay Independent Contractor according to the sum and schedule described on Attachment 111 II attached hereto and incorporated herein by this reference and in an amount not to exceed $ 2. Services to be Performed by Independent Contractor. Independent Contractor shall perform the services described on Attachment 1. 3. Term. This Agreement is effective as of the date first set forth above and shall continue until J unless earlier terminated in accordance with the provisions of this Agreement or by mutual consent of the parties. 4. Independent Contractor Status. By its execution of this Agreement, lndependent Contractor certifies its status as an IIlndependent Contractor" as that term is used 2008 RFP for Annual Audit Services Page 40 of 50 AIS Attachment 2, Page 50 of 62 under the laws of the State of Oregon, and that all performance of any labor or services required to be performed by Independent Contractor under the terms of this Agreement shall be performed in accordance with the standards set forth in ORS 670.600, and as more specifically set forth on Exhibit lIA" attached t)ereto and incorporated herein by this reference. 5. Conformance with Oregon Public Contracts Law (ORS Chapter 279). Independent Contractor shall comply with aU applicable provisions of Oregon law for public contracts, including, but not limited to ORS 2798.220, ORS 2798.225, ORS 2798.230, and ORS 2798.235, and as more fully set forth on Exhibits "All and u8n attached hereto and incorporated herein by this reference. 6. Work Performed. The work to be performed by Independent Contractor includes services generally performed by Independent Contractor in his/herlits usual line of business. 7. Tax duties and Liabilities. Independent Contractor shall be responsible for all federal, state and local taxes, if any, applicable to any payments received pursuant to this Agreement, including but not limited to income tax, payroll tax, social security and self-employment tax. CITY shall not withhold, pay, or in any other manner be ' responsible for payment of any taxes on behalf of Independent Contractor. 8. Reimbursement Of Expenses. Independent Contractor shall not be entitled to reimbursement by CITY for any expenses incurred by Independent Contractor unless otherwise agreed in writing. 9. Materials 'and Supplies. Independent Contractor shall supply all materials and supplies needed to perform the services required unless otherwise agreed in writing. 10. No Authority To Bind CITY. Independent Contractor shall have no authority to enter into contracts on behalf of CITY, it's officers, agents and employees. This Agreement shall notcreate a partnership or joint venture of any sort between the parties. 11. Federal Employment Status. In the event payment made pursuant to this . Agreement is to be charged against federal funds, Independent Contractor hereby certifies that it is not currently employed by the Federal Government and the amount charged does not exceed Independent Contractor's normal charge for the type of services provided 12. Indemnification and Hold Harmless. Independent Contractor shall defend, indemnify and hold harmless City from and against all liability or loss and against all claims or actions. based upon or arising but of damage or injury to persons or property caused by or sustained in connection with the performance of this Contract by Independent Contractor except, pursuant to ORS 30.140, for losses, claims, or actions resulting from the sole negligence of City. 2008 RFP for Annual Audit Services Page 41 of 50 AIS Attachment 2, Page 51 of 62 The Independent Contractor shall ,assume all responsibilities for the work, and bear all losses and damages directly or indirectly resulting to the. Independent Contractor, the City, or to others on account of the character or performance of the work, unforeseen difficulties, accidents, or any other cause whatsoever. The Independent Contractor shall assume defense of, indemnify and save harmless the City,its officials, agents, and employees from all claims, liability, loss, damage and injury of every kind, nature and description, directly or indirectly resulting from activities in the performance of the Contract, the ownership, maintenance or use of motor vehicles hi connection therewith, or the acts, omissions, operations, or conduct of the Independent Contractor or any Subcontractor under the Contract or any way arising out of the Contract, irrespective of whether any act. omission or conduct of the-City connected with the Contract is a condition or contributory cause of the claim, liability loss, damage or injury and irrespective or whether act, omissioh, or conduct of the Independent Contractor or Subcontractor is merely a condition rather than a cause of a claim, liability, loss damage or injury. The Independent Contractor shall not be Hable for nor be required to defend or indemnify, the City relative to claims for damage or damages resulting solely from acts or omissions of the City, its officials, agents or employees. The absence of or inadequacy of the liability insurance. required in section 13 below shall n~t negate Independent Contractor's obligations in this paragraph. 13.lnsurance. 13.1. Generallnsurance~ The" Independent Contractor shall' maintain in force for the duration of this agreement a Commercial General Liability insurance policy written on an occurrence basis with limits not less than $1,000,000 per occurrence and $2,000,000 in the aggregate. The policy will contain a "per project" aggregate endorsement. Automobile Liability (owned, non-owned and . hired) insurance with limits not less than $1,000,000 per occurrence shall be maintained. The City, its employees, officials and agents will be named as an Additional Insured where operations are being conducted related to this contract. on the General Liability policy as respects to work or services performed under this agreement to the extent that the death or bodily injury to persons or damag,e to property arises out of the fault of the Independent Contractor or the fault of the Independent Contractor's agents, representatives or subcontractors. This insurance will be primary over any insurance the City may carry on its own. 13.2. Professional Liability. Independent Contractor shall maintain in force during the duration of this Agreement (and, if it is a claims made policy, for a year following completion of the project) a professional liability policy, approved by the City's Risk Manager as to terms, conditions and limits. 13.3. Asbestos Abatement (Only applicable to Asbestos Contracts) The Commercial General Liability policy shall be written on a form that meets the following criteria and must be ASBESTOS SPECIFIC as follows: a. A full occurrence form, or b. A limited occurrence form with at least a three-year (3) tail, or 2008 RFP for Annual Audit Services Page 42 of 50 AIS Attachment 2, Page 52 of 62 c. A claim made form with a three'-year (3) tail. 13.4. Workers' Compensation. Independent Contractor shall provjde and maintain , workers' compensation coverage for its employees, offic~rs, ageots, or partners, as required by applicable workers' compensation laws. ff Independent Contractor is exempt from coverage,. a written statement signed by Contractor so stating the reason for the exemption shall be provided to the City. 13.5. Evidence of Coverage. Evidence of the required coverages issued by a , company satisfactory to the City shall be provided to the City by way of a certificate of insurance before any work or services commence. A 3D-day notice of cancellation or material change in coverage clause shall be included. It is the Independent Contractor's obligation to provide the 30 days notice if not done so by the Independent Contractor's insurance company(s). Failure'to maintain the proper insurance shall be grounds for immediate termination of this contract. 13.6. Equipment and Material. The Independent Contractor shall be responsible for any loss, damage, or destruction of its own property, equipment, and materials used in conjunction with the work. 13.7. Subcontractors. The lndependent Contractor shall require all subcontractors to provide and maintain genera/liability, auto liability, professional liability (as applicable), and workers' compensation insurance with coverage's equivalent to , those required of the general contractor in this contract. The Independent Contractor shall require certificates of insurance from all subcontractors as evidence of coverage. 13.8. Exception or Waivers. Any exception or waiver of these requirements shall be subject to review and approval from the City's Risk Manager. 13.9 Railroad Protective Liability Coverage. If work being performed under this agreement is near railroad tracks or a railroad right of way and the Railroad requires special insurance (for example.: Railroad Protective Liability Coverage) Independent Contractor will be responsible for meeting the Railroad insurance requirements before any work commences. Any insurance required to be purchased by the Railroad is in addition to the insurance required by the City. 14. Termination. The performance of work under this Agreement may be terminated by CITY, in whole or in part, whenever for any reason CITY shall determine that such termination is in the best interest of CITY. Any such termination shall be effected by delivery to the Independent Contractor of a Notice of Termination specifying the extent to which performance of the work under the Agreement is terminated and the date on which such termination is effective. Upon delivery to the Jndependent Contractor of a Notice of Termination under this paragraph, the Independent Contractor and CITY shall, by agreement, make an appropriate written modification to this Agreement goveming completion of portions of the independent Contractors work and payment therefore by CITY. 2008 RFP for Annual Audit Services Page 43 of 50 AIS Attachment 2, Page 53 of 62 15. Rights In Data. All original written material, including programs, card decks, tapes, listings, and other documentation originated and prepared for CITY pursuant to this Agreement, shall become exclusively the property of CITY. The ideas, concepts, know-how, or techniques developed during the course of this Agreement by Independent Contractor personnel can by used by either party in any way it may deem appropriate. Material already in JndependentContractor's possession, independently developed by Independent Contractor outside the scope of this Agreement, or rightfully obtained by Independent Contractor from third parties, shall belong Independent Contractor. This agreement shall not preclude Independent Contractor from developing materials which are competitive, irrespective of their similarity to materials which might be delivered to CITY pu'rsuant to this Agreement. Independent Contractor shall not, however, use any written materials developed under this Agreement in developing materials for others, except as.provided in this section. 16.Confidentiafity. During the course of performance hereunder, Independent Contractor or its agent, employees, or contractors, may receive confidential information. Independent Contractor agrees to use its best efforts to maintain the confidentiality of such information and to inform each agent and employee performing services of the confidentiality obligation that pertains to such information. 17.AssignmentlSubcontract. Independent Contractor shall not assign, sell, transfer,. subcontract or sublet rights, or delegate responsibilities under this agreement, in whole or in part, without the prior written approval of CITY. No such written approval shall relieve Independent Contractor of any obligations of this Agreement, and any transferee or subcontractor shall be considered the agent of Independent Contractor. Independent Contractor shall remain liable as between the original. parties to this Agreement as if no such assignment had occurred. 18. Successors In Interest.. The provisions of this Agreement shall be binding upon and shall inure to the benefit of the parties to this Agreement and their respective successors and assigns. 19.Compliance With All Government Regulations. .Independent Contractor shall comply with all Federal, State and local laws, codes, regulations and ordinances applicable to the work performed under this Agreement. Failure to comply with such requirements shall constitute a breach of contract and shall be grounds for termination of this Agreement. Damages or costs resulting from noncompliance shall be the sole responsibility of Independent Contractor. 20.Attorney Fees. In the event a lawsuit of any kind is instituted on behalf of CITY to enforce any provision of this Agreement, Independent Contractor shall pay such additional sums as the Court may adjudge reasonable for attorney fees plus all costs and disbursements at trial and on any appeal. 21. Force Majeure. Neither party to this Agreement shaH be held responsible for delay or default caused by fire, riot, acts of God and/or war which is beyond that partis 2008 RFP for Annual Audit Services Page 44 of 50 AIS Attachment 2, Page 54 of 62 reasonable control. CITY may terminate this Agreement upon written notice after determining such delay or default will unreasonably prevent successful performance of the Agreement. 22.Assistance Regarding Patent And Copyright Infringement. In the event of any claim or suit against CITY on account of any alleged patent or copyright. infringement arising out of the performance of this Agreement or out of the use of any material furnished or work or services performed hereunder, Independent Contractor shall defend CITY against any such suit or claim and hold CITY harmless from any and all expenses, court costs, and attorney's fees in connection with such claim or suit. . "\', 23. Severability. If any provision of this Agreement is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected; and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 24.Access To Records. CITY and its duly authorized representatives shall have access to books, documents, papers and records of Independent Contractor which are directly pertinent to this Agreemerit for the purpose of making audit, examination, excerpts and transcripts. 25. Waiver. Failure of CITY to enforce any provision of this Agreement shall not constitute a waiver or relinquishment by CITY of the right to such performance in the future nor of the- right to enforce any other provision of this Agreement. 26.Amendments. The terms of this Agreement shari not be waived, altered, modified, supplemented or amended in any manner whatsoever, without prior written approval of CITY, No modification of this Agreement shall bind either party unless reduced to writing and subscribed by both parties, or ordered by a Court. 27. Nondiscrimination. Independent Contractor shall comply with all applicable requirements of Federal and State civil rights and rehabilitation statutes, rules and regulations. . 28. Dual Payment Independent Contractor shall not be compensated for work performed under this contract from any CITY agency other than the agency which is a party to this contract. 29. Remedies. This Agreement shall be governed by and construed in accordance with the laws of the State of Oregon, and any litigation arising out of this Agreement shall be conducted in the courts of the State of Oregon, County of Lane. 30. Entire Agreement. This Agreement signed by both parties is the parties' final and entire Agreement and supersedes aU prior and contemporaneous oral or written communications between the parties, their agents and representatives. There are 2008 RFP for Annual Audit Services Page 45 of 50 AIS Attachment 2, Page 55 of 62 no representations, promises, terms, conditions or obligations other than those contained herein. . IN WITNESS WHEREOF the parties have executed this Agreement to be effective the date first set forth above. CITY OF SPRINGFIELD: INDEPENDENT CONTRACTOR . By: Name: Title: Date: By: Name: Title: Date: 2008 RFP for Annual Audit Services Page 46 of 50 AIS Attachment 2, Page 56 of 62 EXHIBIT "A" CITY OF SPRINGFIELD INDEPENDENT CONTRACTOR AGREEMENT Independent Contractor Status All performance of any labor or services required to be performed by Independent Contractor shall be performed in accordance with the standards set forth in ORS 670.600 (2005), and as follows: . . A person is customarily engaged in an independently established business if anv three of the following six requirements are met: 1. The person maintains a business location: a. That is separate from the business or work location of the person for whom the services are provided ; or, b. That is in a portion of the person/s residence and that portion is used primarily for the business. . 2. The person bears the risk of loss related to the business or the provision of services as shown by factors such as: a. The person enters into fixed-price contracts; b. The person is required to correct defective work; c. The person warrants the services provided; or, d. The person negotiates i!1demnification agreements or purchases liability insurance, performance bonds or errors and omissions insurance. 4. The person provides contracted services for two or more different persons within a 12- month period, or the person routinely engages in business advertising, solicitation or other marketing efforts reasonably calculated to obtain new contracts to provide similar services. 5. The person makes a significant investment in the business, through means such as: a. Purchasing tools or equipment necessary to provide the services; b. Paying forthe premises or facilities where the services are provided; or c. Paying for licenses, certificates or specialized training required to provide the services. 6. The person has the authority to hire other persons to provide or to assist in providing the services and has the authority to fire those persons. EXHIBIT "B" 2008 RFP for Annual Audit SerVices Page 47 of 50 AIS Attachment 2, Page 57 of 62 City of Springfield Public Contracts Confo~ance with Oregon Public Contractors Laws Pursuant to Oregon ~aw, every pub~:i.c contract shal.l' contain the fo~~ow.ing concl.i tions: 1) Make payment promptly, as due, to all persons supplying to the contractor labor or material for the p~rfor.mance of the work provided for in the contract. ORS 279B.220(1) 2) Pay all contributions or amounts due the Industrial Accident Fund from the contractor or subcontractor incurred in the performance of the contract. ORS 279B.220(2). 3) Not permit any lien or claim to be filed or prosecuted against the state or a county, school district,. municipality, municipal corporation or subdivision thereof, on account of any labor or material furnished. ORS 279B.220(3). 4) Pay to the Department of Revenue all sums withheld from employees under ORS 316.167. ORS 279B.220(4). 5) If the agreement is for lawn and landscape maintenance, it shall contain a condition requiring the contractor to salvage, recycle, compost or mulch yard waste material at an approved site, if feasible and cost-effective. ORS 279B.225. 6) Promptly, as due, make payment to any person, copartnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay.for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or pay{ng for the services. All employers shall comply with ORS 656.017. ORS 2798.230. 7) A person may not be employed for more than 10 hours in anyone day, or 40 hours in anyone week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services designated under ORS 279A.055, the employee shall be paid at least time and a half pay: a) For all overtime in excess of eight hours a day or 40 hours in anyone week when the work week is five consecutive days; or b) For all overtime in excess of 10 hours in anyone day or 40 hours in any one week when the work week is four consecutive days, Monday through ,Friday; and c) For all work performed on Saturday and on any legal holiday specified in ORS 279B.020. An employer must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of wor.. on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may, be required to work. ORS 279B.235(1)-(2}. B} If the agreement is for personal services, the contract shall contain a provision that the employee shall be paid at least time and a half for all overt~e worked in excess of 40 hours in anyone week, except for individuals under personal services contracts who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201-209 from receiving overtime. ORS 279B.235(2). 9} Contracts for services must contain a prov~s~on that requires that persons employed under contracts shall receive at least time and half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 2793.020(1) (b) (B}-(G) and for all time worked in excess of 10 hours in anyone day or in excess of 40 hours in anyone week, whichever is greater. Employer shall give notice in writing to employees who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number hours per day and days per wee}: that the employees may be required to war}:. ORS 2798.235(5) . I.f thi.s agreement i.s for a pUblic i.mprovement, the contract shaJ.l. contain the followi.ng condi. t.ions : 10) Make payment promptly, as due, to all persons supplying to the contractor labor or material for the performance of the work provided for in the contract. ORS 279C. 50S (1) (a). 11) Pay all contributions or amounts due the Industrial Accident Fund from the contractor or subcontractor incurred in the performance of the contract. ORS 279C.505(1) (b). 2008' RFP for Annual Audit Services Page 48 of 50 AIS Attachment 2, Page 58 of 62. 12). Not permit any lien or claim to be filed or prosecuted against the state or a county, school district, municipality, municipal corporation or subdivision thereof, on account of any labor or material furnished. ORS 279C.S05(1) (c). 13) Pay to the Department of Revenue all sums withheld from employees under ORS 316.167. ORS 279C. 505 (1) (d) . 14} The contractor shall demonstrate that an employee drug testing program is in place. ORS 279C. 505 (2) . 15) If the contractor fails, neglects or refuses to make' prompt payment of any claim for labor or 'services furnished to the contractor ,or subcontractor by any person in connection with the public improvement contract as the claim becomes due, the proper officer or officers representing the state or a county, school district, municipality, municipal corporation or subdivision thereof, as the case may be, may pay such claim to the person furnishing labor or s~rvices and charge the amount of the payment against the funds due or to become' due the contract by reason of the contract. If the contractor or first-tier subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract within 30 days after receipt of payment from the contracting agency or a contractor, the contractor or first-tier, subcontractor shall owe the person the amount due plus interest charges commencing at the end of the 10- day period that paYment is due under ORS 279C.580(4) and is subject to a good faith dispute as defined in CRS 279C.SBO. If the contractor or a subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public improvement contract, the person may file a complaint with the Construction Contractors Board, unless payment is SUbject to a good faith dispute as defined in ORS 279C.580. ORS 279C.S15. 16) The payment of a claim does not relieve the contact or or the contractor's surety from obligation with respect to any unpaid claims. ORS 279C.515(4). 17) A person may not be employed for more than 10 hours in anyone day, or 40 hours in anyone week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except in cases of contracts for personal services designated under ORS 279C.lOO, the employee shall be paid at leasttime and a half pay: a) For all overtime in excess of eight hours a day or 40 hours in anyone week when the work week is five consecutive days; or, b) For all overtime in excess of 10 hours in anyone day or 40 hours in anyone week when the work week is four consecutive days, Monday through Friday; and, c) For all work performed on Saturday and on any legal holiday specified in ORS 279B.020. ORS 279C.520(1). An employer shall give notice in writing to employees who work on a public contract either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per wee}: that the employees may be required to work. ORS 279B.520(2). 18) If the agreement is for personal services, the contract shall contain a provision that the employee shalf be paid at least time and a half for all overtime worked in excess of 40 hours in anyone week, except for individuals under personal services contracts who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201-209 from receiving overtime. ORS 279C.520(31. . 19) Contracts for services must contain a provision that requires that pers9ns employed under contracts shall receive at least time and half pay for work performed on the legal holidays specified in a collective bargaining agreement or in ORS 279C.540(1) (b) (B)-(G) and for all time worked in excess of 10 hours in anyone day or in excess of 40 hours in anyone week, whichever is greater. An employer shall give notice in writing to employees who work on a contract for services, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. ORS 279C.520(5) 20) Solicitation documents for a public improvement contract shall make specific reference to federal, state and local agencies that have enacted ordinances, rules or regulations dealing with the prevention of environmental pollution and the preservation of natural resources that affect the perfor.mance of the contract. A solicitation document must also make special reference to Y~own conditions at the construction site that may require the successful bidder to comply with the ordinances, rules or regulations identified under ORS 279C.525(1). If the successful bidder encounters a condition not referred to in the solicitation documents, not caused by the successful bidder and not discoverable by a reasonable prebid visual site inspection, and the condition reauires compliance with the ordinances, rules or regulations referred to under ORS 279C.52S(1), the successful bidder shall immediately give notice of the condition to the contracting agency. The successful bidder may not commence work nor incur any additional job site costs in regard to the condition encountered and described in ORS 279.525(3) without written direction from the 2008 RFP for Annual Audit Services Page 49 of 50 AIS Attachment 2, Page 59 of 62 contracting agency. ORS 279C.525. 21) Promptly, as due, make payment to any person, copartnership, association or corporation furnishing medical, surgical and hospital care services or other needed care and attention, incident to sickness or injury, to the employees of the contractor, of all sums that the contractor agrees to pay for the services and all moneys and sums that the contractor collected or deducted from the wages of employees under any law, contract or agreement for the purpose of providing or paying for the services. All employers shall comply withORS 656.017. ORS 279C.530. 22) A contract for public works shall contain a provision stating the existing state prevailing rate and wage and, if applicable, the federal prevailing rate of wage required. Every contract and subcontract shall contain a provision that workers shall be paid not less than the specified minimum hourly rate of wage in accordance with ORS 279C.838. ORS 27 9C . 830 ( 1) . Xf this agreement is for demolition, the contract sha.1.l a.1.so contai.n the followUlg conditions: 23) Contractor must salvage or recycle construction and demolition debris, if feasible and cost-effective. ORS 279C.SIO(1} 2008 RFP for Annual Audit Services Page 50 of 50 AIS Attachment 2, Page 60 of 62 I I I I I I .' I I I I I I I I I I I Attachment 3 , I SPECIFIC AUDIT APPROACH Our overall engagement plan entails significant involvement by Grove, ivfuelIer, '-& Swank management level 'people. Our billing rate structure is designed with this concept in mind, and we believe it lays a foundation for audit efficiencies and immediate problem resolution. An audit is most beneficial if it involves client personnel at all stages. We will meet with appropriate personnel prior to beginning our procedures to review the audit approach and procedure. We will meet periodically during the fieldwork and at the conclusion of fieldwork to make sure that all issues are communicated early. We believe that communication is a key part of the audit relationship. Our audit approach is completely integrated using governmental audit programs specifically tai19red for your engagement. We will obtain a concise understanding of the requirements. This understanding includes how all financial and grant r~quired items are processed. We gain this understanding through documenting your systems. For Federal programs we use our previous familiarity, a careful reading of the grant requirements and communic~~~9x:a with the grantor agency, if requ!red.e The audit will involve documentation, .study and evaluation of the City's internal control process, followed by tests of procedures and transactions as appropriate for the circumstances. We will analyze the City's systems, procedures, and control environment for revenues, expenditures, payroll, budgeting, data processing, and grant compliance. , Our internal control study will involve a combination of existing City documentation of internal control procedures, our specifically tailored questionnaires and descriptions we generate from discussions with City personnel. Subject to the results of this study and evaluation, we anticipate that the audit will be most effectively performed in the !ollowing manner: INTERllvl FIELD 1J10RK Pre-audit conference and approval of the audi~ program Study and evaluation of the City's internal control Structure Procedural testing for revenue, payroll and disbursements Coordinate year end final fieldwork activities with City personnel Communicate preliminary findings and recommendations FliYAL FIELD1VORK Substantive tests of asset and liability accounts Substantive tests on revenue, expenditure and capital outlay accounts Final procedures on interim fieldwork activities Communicate audit findings, recommendations and proposed adjustments Approval of reports, financial statements and audit findings Our procedures include reviewing how information is processed. Using trained personnel we review input and output controls) controls over the processing, including software and hardware. This review often results in recommendations for more efficient processing of financial infonnation. Statistical sampling will be used for payroll, disbursements and major Federal programs. Sample sizes will be 50 in accordance with Federal guidelines. Sampling software will be used as a part of this process. The actual sample determination will vary depending on the most efficient method to encompass the entire population. AIS Attachment 2, Page 61 of 62 I',: I I I I I I I I I I I I I I I I I I A:ttrt,chmerit 3 SPECIFIC AUDIT APPROACH (Continued) FINAL FIELDWORK (Continued) , Analytical procedures will be used as part of interim procedures, and for year end comparative procedures. All accounts are entered into our software which allows for reasonableness comparisons, comparison to budget and comparison between years. For our determination of compliance with laws and regulations, we will submit a preliminary listing ofitems which we feel are appropriate to test, and management may then make additions, within reasonable parameters, if they desire us to focus our attention towards a specific area. Suggestions for improvements are a norma/part oj our audit It is our intention to be proactive with City personnel to develop meaningful management letter points. We believe our experience is a valuable resource available to the City. We are ready, willing and able to assist you in the areas that benefit the fmancial operations of the City. We feel the most persuasive evidence regarding our firm is that which is provided by our current clients. JVe encourage the City to contact our references regarding our audit approach. IDENTIFICA TION OF ANTICIPA TED POTENTIAL AUDIT PROBLElJ;/S We do not anticipate any potential problem areas. If during the course of our audit procedures circumstances disclosed that a more intensive and detailed examination is required in addition to that which would be sufficient under normal circumstances, we will provide all pertinent facts relating to the extraordinary circumstances to the City. Any fees relating to such extensions or examination procedures would be additional fees subject to negotiation and not included within the scope ~f services to be perfonned under this proposal. REPORT FORk/AT We have included copies of the financial statements for the cities of Salem and Keizer' for your review. AIS Attachment 2, Page 62 of 62