INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT

Size: px
Start display at page:

Download "INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT"

Transcription

1 INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT AUDIT OF ULTRA LOW FLOW TOILET PROGRAM Ken Burke, CPA* Clerk of the Circuit Court Ex officio County Auditor Robert W. Melton, CPA*, CIA, CFE Chief Deputy Director Internal Audit Division Audit Team Ronald Peters, CIA, CISA Internal Audit Manager Deborah Cross-McCray, CIA Internal Auditor II SEPTEMBER 28, 2006 REPORT NO *Regulated by the State of Florida Internal Audit Division, Clerk of the Circuit Court

2 September 28, 2006 The Honorable Chairman and Members of the Board of County Commissioners We have conducted an audit of Ultra Low Flow Toilet Program. This program is a five year program for water customers of Pinellas County. Our objectives involved compliance with laws, policies, procedures, and good business practices. We conclude that noncompliance with County Purchasing Procedures resulted in areas of weak documentation to support processes for internal controls. The Program s mission and goals were adequately met. Our report contains 8 recommendations for improvement. Respectfully Submitted, Approved: Robert W. Melton, CPA*, CIA, CFE Chief Deputy Director Internal Audit Division Ken Burke, CPA Clerk of the Circuit Court Ex Officio County Auditor *Regulated by the State of Florida

3 Audit of Ultra Low Flow Toilet Rebate Program INTRODUCTION Synopsis The ULFT (Ultra Low Flow Toilet) Rebate Program has been meeting the goals and objectives for reducing water consumption of Pinellas County residents. Phases I and II of a five phase project has resulted in a reduction of water use of 1.38 million gallons per day of the two million gallon goal for the Pinellas County project. The Utilities Department did not comply with some of Pinellas County s purchasing internal controls for documenting procurement solicitation steps and unit price negotiation, but the noncompliance did not affect the overall selection process. In addition, Pinellas County was not receiving timely reimbursement from South West Florida Water Management District (SWFWMD) grant funds. As of November 28, 2005, eight grant reimbursement requests totaling $859,000 were outstanding between 101 to 325 days. Scope and Methodology The Scope of our review included evaluations, analyses and tests of the ULFT program s mission, objectives and goals; policies and procedures; and contractual requirements. We ascertained if the Administrative Consultant, VoltVIEWTech, Inc. (VVT), complied with the requirements of the contract agreement, including but not limited to application processing, activity reporting and invoice processing. In addition, we reviewed Pinellas County Utilities (PCU) management s responsibility for monitoring the Administrative Consultant s contract and invoices submitted for payment. We reviewed PCU s compliance with SWFWMD Cooperative Funding Program grant requirements for reimbursement requests and periodic reporting. We performed other procedures as required under professional auditing standards. The objectives of our audit were to: Determine if Pinellas County procurement procedures were followed to obtain the Administrative Contract Services for the ULFT Project. Ascertain if the Administrative Consultant was in compliance with the terms and the contract policies and procedures for the ULFT program customer application processing. Ascertain if the contractor invoices submitted for payment were approved at the appropriate level of PCU management and sufficiently documented to insure the accuracy and compliance of the rebate program. Determine if PCU adequately monitors the mission s objectives/goals of the rebate program and the requirements of the Administrative Consulting Contract. Ascertain if requirements of the SWFWMD grant agreement are met, including the accuracy, timeliness and completeness of required reports and reimbursement requests. Internal Audit Division, Clerk of the Circuit Court 3

4 Audit of Ultra Low Flow Toilet Rebate Program INTRODUCTION Our audit was conducted in accordance with the International Standards for Professional Practice of Internal Auditing and, accordingly, included such tests of records and other auditing procedures as we considered necessary in the circumstances. The audit period was 10/01/2003 through 09/30/2005. However, transactions and processes reviewed were not limited to the audit period. Overall Conclusion PCU noncompliance with the Pinellas County Purchasing Procedures resulted in areas of weak documentation to support required procurement processes for internal controls. The Program mission s goals and objectives, including the requirements of the policies and procedures, and related contract terms of the ULFT rebate program, were adequately met. PCU oversight of the contract and invoice review was proper. Even though PCU s billings were in the proper format and timely, payments for grant revenue due from SWFWMD were untimely and not in compliance with the Florida Prompt Payment Act requirements stated in the County agreement with the State Agency. Our audit disclosed some opportunities for improvement that are presented in this report. Background Under Article II, Section 3.01, Regional Cooperation, of the Governance Agreement between Tampa Bay Water and the Member Governments to continue cooperative efforts to develop and implement effective conservation programs in order to reduce per capita demand for water, the PCU Department, as a member of the Tampa Bay Water, has committed to report annually specific water conservation efforts under the permit. As part of the conservation effort, Pinellas County issued Resolution that establishes a five year program for the ULFT Rebate Program for water customers of Pinellas County. The resolution for the program was approved by the Board of County Commissioners (BCC) on May 15, 2001 and would continue through May 15, As of August 16, 2005, the resolution has been amended to extend the program through September 30, The objective of the program was to reduce water consumption by two million gallons per day over the program period, by replacing 93,000 high flow toilets using 3.5 gallons or more to low-flow toilets using 1.6 gallons per flush. The following chart depicts the goals and accomplishments of the rebate program reported by management as of August 5, 2005: Internal Audit Division, Clerk of the Circuit Court 4

5 Audit of Ultra Low Flow Toilet Rebate Program INTRODUCTION Program Year Rebate Participation Goal Rebates Issued Single Family Multi-Family Commercial Total 09/01-8/02 09/02-9/03 09/03-8/04 09/04-8/05 09/05-8/06 20,000 20,000 18,000 18,000 18,000 9,980 15,938 12,937 7,700 n/a 8,335 1, n/a 3,039 2, n/a 21,354 19,640 14,173 8,831 n/a Total 93,000 46,555 10,446 6,997 63,998 Just prior to implementing the ULFT program in 2001, KPMG conducted a two phase pilot study that began in 1999 to evaluate water-savings effectiveness and customer satisfaction by replacing high-flow (3.5 gallons or more per flush) toilets with ultra lowflow (maximum 1.6 gallons per flush) toilets. The study was used as a guide in developing the current program. The administration of the program was contracted through VVT (an administration consultant) under a piggy back Request for Proposal with Hillsborough County Government. The contract was executed on July 18, 2001, and continues through to the duration of the program at a cost of $45.50 per housing unit and a rebate of $ for each toilet installed and inspected. The main responsibilities of the contract were to provide promotional materials to the community, inspection services, processing of rebate applications and reporting of program activities. The PCU management s budget for the program was not to exceed $13,531,500 based on study projections provided by KPMG. On an annual basis, SWFWMD under the Cooperative Funding Grant agreement is committed to providing 50% of the funding for program rebates and administrative costs of the VVT contract, while all other administration costs will be absorbed by Pinellas County. As of the August 2005 total, cumulative project expenditures were $7,894,278 and cumulative grant funds earned were $3,422,708. Internal Audit Division, Clerk of the Circuit Court 5

6 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT Our audit disclosed certain policies, procedures and practices that could be improved. Our audit was neither designed nor intended to be a detailed study of every relevant system, procedure or transaction. Accordingly, the Opportunities for Improvement presented in this report may not be all-inclusive of areas where improvement may be needed. 1. Utilities Did Not Comply With Some Procurement Documentation Requirements Of The Pinellas County Purchasing Procedures When Obtaining The Services Of VVT That Resulted In Weak Documentation Supporting The Procurement Process And Service Pricing Issues. The procurement process for the contract services was driven by the originating department with the Pinellas County Purchasing Department only involved in segments of the normal procurement procedures. The situation resulted in the by-passing of some of the required written process documentation that is part of the County's internal controls for contract procurement services. Without formal documentation, we were unable to confirm that some procedures were followed; Purchasing Director approvals were obtained and adequate price negotiations took place. The PCU Alternative Water Sources department required a contractor to provide the daily administrative services for the County's ULFT Rebate Program Project. The department elected to "piggy back" on the contract obtained by Hillsborough County for the administrative services for the same type of County program. The Pinellas County Purchasing Department Contract File documents show that the originating department, PCU, did not utilize the services of the Purchasing Department prior to seeking BCC s approval of the VVT contract. The following concerns resulted from the contract processing: A. Contract Pricing - There is a lack of written documentation that supports the determination of the contract pricing for the services procured. When Pinellas County awarded the contract (May 18, 2001), the pricing was $45.50 per unit, that was consistent with the Hillsborough County contract price at that time. However, there were other factors related to the unit pricing that should have been considered. Pinellas County hired a consultant (KPMG) to perform a cost benefit analysis of the ULFT Rebate Program with the report published in September of The KPMG report estimated outsourcing costs based on the existing cost to other governments for the same services at $37 per application. KPMG estimated that Pinellas County would spend $45 per application for total administrative costs ($37 outsource administration plus $8 other administration costs). The awarded price of the VVT contract was $45.50 per unit, which exceeded KPMG'S estimate by $8.50 per unit. There was no documentation that justified accepting the impact of Pinellas County Internal Audit Division, Clerk of the Circuit Court 6

7 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT contracting for approximately $425,000 greater than estimated by KPMG to outsource the administration of the rebate program (based on the original projected volume of 50,000 administrative units). The validity of the Hillsborough contract pricing is also unclear. In documentation received from Hillsborough County, the current unit pricing was $45.50 but the price was increased from $38.00 in their previous year's contract, because Hillsborough requested the contractor to supply additional project performance reporting. There is no documentation that states that Pinellas County was receiving the same additional information to justify the higher rate. In addition, there is no written documentation to support price negotiations conducted by Pinellas County Purchasing Department or the originating department with VVT. B. Piggy Back Process - The normal analysis required by the Pinellas County Cooperative Purchasing Procedures was not documented. The procedures required that the election to use other government contracts should benefit the County in some way (i.e. cost savings, time saved or services provided) and should be documented. The contract files did not contain written documentation from the originating department and approval by Pinellas County Purchasing Department to use another government contract for the program services. In addition, one key factor about the Hillsborough County Request for Proposal process for the contractor was not recorded. VVT was the only contractor that responded to the Hillsborough solicitation, so there was limited competition for the procured services and pricing of the contract. This factor increases the need to formally document the price negotiation for the contract. C. Contract File Documentation - Documentation required by Pinellas County Purchasing Policies and Procedures were not present in their Purchasing Contract File. However, we found the documentation was present in the PCU Contract Services department contract files. Service contracts of this type require all related information on the contract to be filed with the Pinellas County s Purchasing Department, not the originating department. Management stated that the PCU Contract Services department no longer handles this type of contract procurement. Future procurement will be processed through the Pinellas County Purchasing Department. Pinellas County Purchasing ordinance grants the Pinellas County Purchasing Department the responsibility for handling all procurement for the County within policy guidelines. In addition, purchasing policy No. 1.7 requires that the Purchasing Director, jointly with the Department Director or designee, determine if Cooperative Purchases with other governments Internal Audit Division, Clerk of the Circuit Court 7

8 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT meets the needs of Pinellas County, i.e. savings in time, cost and due to a larger volume purchase. PCU processed the procurement of the contract outside of the Pinellas County s Purchasing Department procedures. Some of the procurement services internal controls were not complied with resulting in possible additional contract cost to the County not justified and incomplete contract documentation of proper process analysis. In addition, BCC contract approval was based on the assumption that Pinellas County Purchasing Policies and Procedures were complied with in procuring the service contract. We Recommend management follow their new policy of using Pinellas County Purchasing for the procurement of this type of contract. The use of qualified purchasing staff ensures that appropriate procurement procedures are consistently followed. In addition, PCU forward to the Pinellas County Purchasing Department, copies of documentation that is not currently in their Contract File. 2. The PCU Did Not Have Supporting Documentation That The Contractor Was In Compliance With The Insurance Requirements Under The Agreement. We did not find any documentation and/or copies of the insurance policies found in the Pinellas County Purchasing or the PCU department Contract Files to document the required insurance coverage and endorsements were obtained by the contractor. In the normal contract procurement process, the Pinellas County Purchasing Department would secure proof of insurance for the start up of the contract with the oversight department having monitoring responsibility for the subsequent time frame. Since this contract did not go through the normal procurement process, proof of insurance was not obtained for this contract. At the time of procuring the VVT contract, no one assumed the responsibility for obtaining documentation to support compliance with the contract insurance requirements. Over the contract s life cycle, PCU management did not specifically assign responsibility for insurance monitoring to insure that insurance coverage and endorsements were current. When insurance requirements are not properly verified and enforced, the County increases potential exposure to losses that should be covered under the contractor's insurance policy. PCU management stated that they did have the proof of insurance for 2001 through 2004 in their Contract Financial Finance file that was not supplied to us when we were reviewing insurance requirements. Internal Audit Division, Clerk of the Circuit Court 8

9 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT At our request, the PCU department obtained the current proof of insurance from the contractor, but the required endorsements on the policies were not obtained. Management did follow up to obtain the proper endorsements. Section 14, Insurance Coverage and Indemnification, contract with VVT, specifies insurance provisions and endorsements to the policy as required by the County. We Recommend management assign an appropriate staff member to monitor insurance requirements throughout the life of opened contracts to insure that required certificates and endorsements are obtained as required by the agreement. 3. The Cooperative Funding Grant Receipts Are Not Processed by SWFWMD Timely In Accordance With The Florida Prompt Payment Act Requirements. The Utilities Department has not been receiving timely payment from SWFWMD under the grant. As of 11/28/2005, there were eight outstanding grant reimbursement requests totaling $858, ranging from 101 to 325 days old. PROJECT PHASE # SWFWMD S OUTSTANDING GRANT RECEIPTS DATE REQUEST SUBMITTED AMOUNT OF RECEIVABLE # DAYS OUTSTANDING A/O 11/28/2005 Ph III-2 1/07/2005 $ 156, Ph III-3 1/18/2005 $ 136, Ph III-4 3/11/2005 $ 81, Ph III-5 4/12/2005 $ 86, Ph III-6 5/18/2005 $ 79, Ph III-7 6/01/2005 $ 52, Ph IV-1 7/05/2005 $ 129, Ph IV-2 8/19/2005 $ 137, TOTAL $ 858, At the time of the audit, neither PCU Finance and Business Support Services department nor the Alternative Water Sources department performed a formal reconcilement of the grant request versus the grant revenue received by the County and deliver the written information to PCU management (this procedure has been installed since the audit). A grant receivable ledger would provide a Internal Audit Division, Clerk of the Circuit Court 9

10 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT strong control to keep track of outstanding receipts for timely follow up. There was also no formal documentation to support that PCU Management brought the untimely grant payment issue to the proper management level of SWFWMD. The grant agreement requires grant payments be disbursed in accordance with section F.S. Prompt Payment Act guidelines. The Project Manager indicated that grant receipts were not monitored for timeliness because SWFWMD was understaffed and could not process funds timely. In effect, grant receipts are not available for Pinellas County use and investment income from available funds is lost due to the delay in grant funding. We Recommend PCU management make collection efforts under the authority of section 218 F.S. Prompt Payment Act guidelines and install procedures to bring the untimely receipt of grant funds to the attention of SWFWMD's Senior Management for corrective action. 4. The Quality Control Review Process Of The Contractor Did Not Include Three ULFT Rebate Eligibility Criteria On Their Check List. We found three criteria not included in the quality control review processes checklist performed by VVT that affect the Customer eligibility requirements of the rebate program. Prior to the contractor submitting the application to the County for the rebate and administration fee payment, PCU requires predetermined criteria related to the rebate program is confirmed, by a contractor quality control (QA) function, for each customer. The following three criteria are: A. Property Ownership Eligibility - There was no criteria provided in the quality control checklist to have the QA function verify property ownership or assigned agent of the applicant was met. Paragraph III, section B of the PCU policies and procedures for the ULFT program states: "...The applicant must be the owner or agent of the property where the water service is delivered." In addition, Paragraph III, section C.2 states: " Rebates may not be issued to persons other than the property owner, or assigned agent. The Project Administrator will verify the customer water account information and process the application." In addition, the Ownership Eligibility risk factor has been increased by PCU installed procedures allowing applicants to assign rebates over to licensed plumbers in the application document. B. Licensed Plumber Eligibility - There was no criteria provided in the quality control checklist that has the QA function verify if the licensed plumber requirements for non-owner occupied properties were met. Paragraph IV, section 6 of the PCU policies and procedures indicates, if a plumber is utilized to install the ULFT, then the plumber must be licensed. If proper Internal Audit Division, Clerk of the Circuit Court 10

11 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT verification is not performed, installers of ULFTs may not be properly licensed as required by the program and the application should be rejected. PCU management stated that they considered the plumber receipt and inspection documentation provided the needed confirmation and the quality assurance check was not needed. C. Old Toilet Eligibility - The quality control criteria list did not have a place to have the QA function confirm the old toilet eligibility. A single family property must meet the old toilet requirement prior to the application processing (i.e. old 1.6 gallon toilets do not qualify for the rebate program). Paragraph III, section C.5 and 6 of the PCU policies and procedures indicates that the old toilet verification would take place after the toilet installation and new toilet verification. Paragraph IV, section 7 states: "If the applicant is disposing of the old high flow toilet, they must provide proof of appropriate disposal of the toilet prior to receiving the rebate." Even though the procedures in place for the three criteria, prior to the possible QA review, are adequate, noncompliance with these criteria may permit rebates to be issued in error for the replacement of non-high flow toilets, (if not sufficiently verified), inclusion in the QA review could be warranted. Opportunity For Improvement #5 covers additional issues with the old toilet process. We Recommend management revise the quality control checklist documents to ensure the additional three eligibility requirements are verified in the contractor s quality control review process. 5. The Administrative Consultant (VVT) Had Three isolated Errors In Compliance With The Post Implementation Contractual Term; Confirming That The Old Toilet Complied With The Standards Rebate Program. VVT experienced three operational errors in complying with the contract obligations for verification of the old toilet requirements of the rebate program. In our testing of VVT's compliance to the contract terms, five percent (3 of 60) of application files tested did not include documented verification of the old toilet as qualifying for the rebate program. The VVT procedure followed for the old toilet confirmation is adequate, but as stated in Opportunity For Improvement #4, the QA process does not include a second check for compliance to this criteria. Documentation required for our criteria test was the inspector's signature certifying the toilet pick-up or a signed statement from the owner that the old toilet was a high flow toilet. For the "owner s statement," the PCU written policies and procedures were silent on allowing participants to waive VVT s inspections by owner signature. A verbal procedure change was made by PCU to use the Internal Audit Division, Clerk of the Circuit Court 11

12 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT "owner's signed statement." The process change is not included in the written PCU program policies and procedures, but that did not affect the errors. Paragraph 3.7(a) of the VVT contract specifically states: "During the inspection, VoltVIEWTech, Inc. will perform, at a minimum, the following tasks: Determine if the old unit is a high flow unit of 3.5 gallons per flush or greater." To compensate for the owner disposing of the old toilet prior to inspection, a verbal procedure was added by PCU that required the applicant to sign a statement attesting that the old toilet was a qualifying high flow toilet. PCU implementation of the waived inspection form opens the program to a risk that the replaced toilet was not a high flow unit (the old units may be Low Flow Toilets that are not entitled to be replaced under this rebate policy, thus the expense does not meet the objectives of the County program). However, if the home owner, in error, had disposed of the old toilet prior to the inspection, it would not be in the best interest of the program not to approve the rebate. As stated above, the old toilet check that was overlooked by the contractor had procedures in place to prevent this situation from occurring. The issue shows that for this requirement, a strong internal control is needed to confirm compliance. Note that the requirement is not part of the VVT Quality Control Checklist. We Recommend management inform VVT of the operating error and add the verbal procedure requirement to PCU policies and procedures. In addition, add the inspection criteria to the contractor Quality Control Checklist as recommended in Opportunity For Improvement #4. 6. Multiple Applications Policy For The Same Service Address For Program Participants That Are Contributing To An Increase In Administration Fees Paid By The County Should Be Reviewed By PCU. Our review of rebates issued on the same service addresses, for program participants, found that VVT was processing multiple rebates for the same service address when the owner submitted a second application for an additional toilet to be replaced in the residence. This process seems to be in conflict with the policy requirement that only "one application per service address" is permitted. In discussion with PCU management, the policy restriction was intended to limit the administration fee for processing an application when more than one toilet was being replaced at the same time. The restriction did not cover the situation when the property owner submitted an application for replacement of one toilet and then at a later date submitted a second application for another toilet to be installed. Internal Audit Division, Clerk of the Circuit Court 12

13 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT In order to evaluate the issue, we selected a limited random sample of 15 sets of rebate applications accepted and processed by VVT for the same service address. Thirty-three percent (5 of the 15) of the groups reviewed were inspected less than 30 days of one another, thus pointing to the processing policy set by the County may need additional review. The application of this policy increases the contractor s volume of applications processed and thus increases the administrative fees paid by the Program. However, the application of the policy has no benefit to VVT since they must perform the same process for the two applications. Under the terms of the contract, VVT is to charge $45.50 for each application processed for administration of the program. Using the results of our limited testing, projecting this trend against the total actual/projected applications that have been/will be processed for the Program, the administration costs paid by the County to VVT would be an additional cost of approximately $96,000. If the policy was changed, setting a time frame for the remainder of the VVT contract, the impact would be a savings of approximately $25,000 in administration fees. The impact of the additional fees should not exceed the program budget estimate because most of the single family units are processed with one application. Paragraph IV.5 Application Procedures Requirements, of the PCU policies and procedures states: "The applicant must return the signed application (one application per service address) to the Program Administrator, along with the purchase receipt for the ULFT." In addition, the VoltVIEWTech, Inc. contract language requires the contractor to check the database for previously rebated applications for the same service address. There is nothing in the consumer information distributed by the County that prevents the property owner from replacing more than one toilet at different times and not qualify for the rebate. Since the application process by VVT is the same for both applications, the contractor is entitled to receive the administrative fee for each installation. PCU management was aware of VVT processing multiple applications, but did not consider the issue was a problem that should be evaluated under the project procedures. Because of this, PCU management did not perform a formal evaluation of the issue and assess the additional cost to the program. Another issue that management should consider is if the policy was changed, the property owner would be limited to one application per service address (time frame limitation), thus it could be counter productive to the Program s overall objective of reducing the consumer's water usage. Internal Audit Division, Clerk of the Circuit Court 13

14 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT We Recommend management evaluate the issue and the effect of the current policy for multiple applications for the same service address, relate the evaluation to the overall project objectives and take corrective action if justified. 7. Access Security Standards For The Protection of Pinellas County Customer Information Are Not Covered In The Current VVT Contract. The Pinellas County contract with VVT is silent on minimum industry standards for securing data access where the Pinellas County customer information is maintained. Some of the customer information related to the rebate program is not considered public record and should not be available to unauthorized persons. The access risks observed were related to the VVT application system, and discussed with PCU management. Rebate applications are made to the County through a contractor procured by the County. The County could be considered indirectly responsible for the security of customer personal information contained in application data. We found the contract does not adequately address data access securities standards to protect customer information under the rebate program, thus resulting in potential unauthorized access to PCU customer personal information maintained on VVT's information system. We Recommend PCU management inform the contractor of the control concerns and recommend VVT take steps to correct the problems found. In addition, in future contracts, where customer information is shared, PCU should require minimum industry standards be followed under related County programs. 8. VVT Is Not Distributing Low Flow Showerheads And Faucet Aerators As Required By The Contract Agreement. Pinellas County Utilities Management Waived The Contract Requirement Without An Amendment To The Contract. As part of the Rebate Program, the contract requires VVT to install and distribute low flow showerheads and faucet aerators during toilet inspections. We verified with the PCU Alternate Water Sources Program Manager that the contractor was not distributing any low flow units on behalf of Pinellas County. Also, the Program Manager indicated that the clauses in the contract should have been deleted because PCU did not require distribution. Management indicated that this task was handled by the PCU Consumption Resources department. We found that the showerhead distribution effort was no longer being promoted extensively by the Conservation Resources department. PCU concluded that VVT's participation in the distribution effort would not facilitate installation of the devices and additional water conservation savings. VVT was informed that they Internal Audit Division, Clerk of the Circuit Court 14

15 Audit of Low Flow Toilet Program OPPORTUNITIES FOR IMPROVEMENT were not required to distribute low flow showerheads, but PCU did not believe that an amendment to the contract was required. Paragraph 2.7 of the VoltVIEWTech, Inc. s contract requires the reporting of: "(i) Number of low-flow showerheads distributed/installed;" and "(s) Names, addresses, and telephone numbers of customers requesting low-flow showerheads which will be distributed by the County." In bi-weekly reporting, VoltVIEWTech, Inc. will provide the names and addresses of customers who requested low-flow showerheads and faucet aerators where a ULFT installation verification was not required. These reports will be provided at an agreed upon time with the Program Manager. We Recommend that management take no action on this issue since the VVT contract will expire in a year. Internal Audit Division, Clerk of the Circuit Court 15

16 APPENDIX A MANAGEMENT S RESPONSE 16

17 Appendix A OPPORTUNITIES FOR IMPROVEMENT Finding 1: Utilities did not comply with some procurement documentation requirements of the Pinellas County Purchasing procedures when obtaining the services of VVT that resulted in weak documentation supporting the procurement process and service pricing issues. Response: We disagree with this finding. All of the documents supporting the procurement of VVT and service pricing are in the Utilities ULFT Rebate Program files. The Utilities Business Development and Support Section, existent at the time the VVT contract was procured, initiated procurement of the VVT contract for administrative services for the ULFT Rebate Program. On May 15, 2001 the BCC adopted Resolution 01-81, approving and authorizing implementation of the ULFT Rebate Program policies and procedures and outsourcing of program administration. Through that BCC action, the Board conceptually approved piggybacking the Hillsborough County contract with VVT for program administration of Hillsborough County s ULFT rebate program. On May 17, 2001 the Utilities Business Development and Support Section contacted Hillsborough County stating Pinellas County was going to piggyback the Hillsborough County ULFT rebate program and requested copies of Hillsborough County s bid package and BOCC action/approval, specifically for the administrative price per unit. During the period May 18 through May 23, 2001, the contract review transmittal slip for the Ultra Low Flow Toilet Rebate Program-Volt View Tech-Piggyback of Hillsborough County RFP/Administrative Services was circulated through the County contract review process. Attachments to the contract review transmittal slip were: 1) The BCC agenda memo, dated May15, 2001, for adoption of Resolution establishing the Pinellas County ULFT Program, including proposed resolution and proposed ULFT Program Policies and Procedures, 2) The Hillsborough County Purchasing Department Recommended Action for the Hillsborough County BOCC meeting of March 21, 2001 for award of RFP for Hillsborough County s ULFT rebate program to VVT, 3) the page from the VVT response to Hillsborough County s RFP for ULFT administrative services confirming the unit pricing for the contract ($45.50), 4) copy of the letter from Hillsborough County to the Director of Pinellas County Utilities, dated May 23, 2001, expressing no objection to VVT offering to provide services to Pinellas County at the same terms and conditions, including pricing, that are contained in Hillsborough County s contract for its toilet rebate program, 5) copy of the letter from VVT, dated May 16, 2001, to Robert Peacock confirming that the cost to Pinellas County for ULFT administrative services would 17

18 Appendix A be $45.50 and that the contract for similar services with Hillsborough County is for one year with renewal options for three additional one year periods and 6) copy of a letter from VVT to Robert Peacock, dated May 24, 2001, stating that VVT would honor the pricing for program administration that VVT was receiving from Hillsborough County for 5 years. The contract review transmittal slip was signed (approved) by the Purchasing Department Director (5/18/01), the Clerk s Finance Department (5/21/01), the Office of the County Attorney (5/21/01), Risk Management (5/18/01) and Utilities (5/18/01). The Utilities Business Development and Support Section also responded to the contract review comment of the Purchasing Department Director by securing copies of the Hillsborough County RFP for ULFT administrative services, VVT s proposal submitted in response to Hillsborough County s RFP and a copy of the Hillsborough County/VVT agreement for ULFT administrative services. On July 10, 2001, the Pinellas County BCC approved the agreement with VVT to provide professional administration services for the ULFT rebate program. On July 31, 2001 a purchase requisition for professional administration services for the ULFT Rebate Program was forwarded to the Purchasing Department by the Utilities Business Development and Support Section. The Purchasing Department issued a Purchase Order to VVT on August 15, In addition, there were two amendments to the VVT agreement, one for a time extension and another for change of corporate identity for VVT. PCU records confirm that both of these amendments were processed through normal purchasing procedures. The contract review transmittal slips for both amendments were signed by the Director of the Purchasing Department, the Clerk s Finance Department, and the Office of the County Attorney, Risk Management and PCU. As I stated previously: from review of PCU ULFT Rebate Program records, it is quite evident that there was good coordination between PCU and the Purchasing Department regarding acquisition of ULFT Rebate Program administrative services Clearly, there were several opportunities for checks and balances to be applied in the procurement process before approval of the VVT contract by the BCC and the issuance of the VVT purchase order by the Purchasing Department. The fact that the procurement process went relatively quickly and smoothly suggests that appropriate purchasing protocols were followed. At the time of the audit, the Purchasing Department did not have a complete set of files regarding the ULFT Rebate Program. The Internal Audit Division of the Clerk of the Circuit Court considers the Purchasing Department files to be the official project files and, since these files were incomplete, issued the statement that some procurement documentation requirements were not complied with and that there was weak documentation supporting the procurement process and service pricing issues. The Purchasing Department has been provided with a complete duplicate set of our ULFT Rebate Program files. 18

19 Appendix A A. Contract Pricing: The audit report criticizes the award of the piggyback contract with Hillsborough County, even though the KPMG estimate of $37.00 per unit administration costs was developed over one year prior to the award. An audit finding that program costs were excessive because a bid from the marketplace exceeded an estimate over one year old is unacceptable. There is an error in the determination of potential greater cost for VVT program administrative services over costs estimated by KPMG. The difference in the KPMG estimate of $37.00 for program administrative cost per unit versus the $45.50 PCU is actually paying is a difference of $8.50. The KPMG report estimated an additional administration cost of $8.00 per unit that Pinellas County Utilities would incur for ULFT Rebate Program promotional and marketing efforts and program oversight. However, the contract with VVT provides that VVT will be responsible for considerably more program promotion and marketing than was contemplated in the KPMG report. VVT, as described in the contract Scope of Services ( Project Description and Professional Requirements ), was required to distribute ULFT program promotional materials to interested customers. In addition, the Scope of Work ( Promotional and Marketing Requirements ) required VVT, upon award of contract, to promote and market the ULFT rebate program. Further, the Scope of Work ( Public Information and Outreach ) requires VVT to distribute promotional materials to interested customers and to develop a method for informing plumbing retailers, wholesalers and installers about the rebate program and to mail program announcement letters to prospective program participants, including plumbing wholesalers, retailers and suppliers, home improvement centers and other related companies and to develop a marketing strategy to reach commercial customers. Finally, VVT was required to maintain contact with all the aforementioned parties throughout the term of the program with updates and progress reports. VVT performed all tasks required of the firm by the agreement. Although AWS maintained the responsibility for overall program oversight, VVT was required to perform additional administrative duties over those projected by KPMG in the area of program marketing, promotions and public outreach. These additional responsibilities performed by VVT would easily have added an additional $8.00, or more, to the $37.00 per unit administration cost estimated by KPMG. Comparing the additional administration costs estimated by KPMG for program promotion, marketing and oversight that were ultimately contracted to VVT to the actual current VVT costs that include these additional administration services, results in a cost difference of $0.50. Therefore, the estimated potential greater cost for administrative services for the program for the original 50,000 toilet installations estimated by KPMG is on the order of $25,000, $400,000 less than the amount stated in the audit report. Typically, long term (5 years or more) contracts include a Consumer Price Index (CPI) escalation clause. PCU was able to secure a fixed 5 year ULFT Rebate 19

20 Appendix A Program administrative charge from VVT and, as a result, PCU has been able to save a considerable amount of money for VVT administration services for the program. Current costs for other communities utilizing VVT to administer their ULFT rebate programs are approaching $60.00 per unit replaced. The audit should have found that the we will save money over the life of the program as a result of the 5 year fixed charge that PCU enjoys for VVT program administration. The KPMG program administrative cost estimate is an estimate that was derived during the period 1998/99 and included in their September 29, 2000 ULFT report. It would be reasonable to expect that program administrative costs would have increased due to inflation between the time KPMG developed their program cost estimates and the time PCU piggybacked the Hillsborough County contract for ULFT Rebate Program administrative services. Regardless, the administrative costs were set by Hillsborough County s contract. B. Piggyback Process: The audit report states that documentation from the originating department supporting the use of another government s contract for program services and approval by the County Purchasing Department was not present in the contract (Purchasing Department) files and that there was limited competition for the procured services and pricing of the contract. As discussed previously in this response, the determination to piggyback the Hillsborough County/VVT contract for ULFT administrative services is well documented in PCU files. Certainly the benefit of the election to use other government contract services was to save time in implementing the program and to save on administrative cost (a comparative analysis of VVT costs versus the cost of PCU administering the ULFT rebate program revealed a savings of approximately $2.00 per unit replaced). Support for using another government contract came in the form of the Purchasing Department Director and other department reviewers signing the contract review transmittal slip. Hillsborough County solicited competitive proposals for administrative services for its ULFT rebate program. The fact that Hillsborough County only received one proposal in response to their solicitation still represents a competitive process, not a sole source selection. This finding was discussed with the Purchasing Department Director; he confirms that the Hillsborough County contract for ULFT rebate program administrative services is a valid, competitively bid contract. He saw no need to duplicate a competitive bid effort 2 months after Hillsborough County went through the process. 20

21 Appendix A C. Contract File Documentation: The audit report states:...documentation required by Pinellas County Purchasing Policies and Procedures were not present in their Purchasing Contract File. The audit report continues However, we found the documentation was present in the PCU Contract Services department contract files. The audit report further states that PCU processed the procurement of the contract outside of the Pinellas County Purchasing Department procedures. This latter statement was discussed with the Purchasing Department Director. It is his opinion that the purchasing requirements were followed in the procurement of VVT for PCU s ULFT Rebate Program administrative services. However, he requests that, in the future, service contracts requiring BCC action be taken to the BCC by the Purchasing Department. In response to the former statement: The PCU contract files are complete as is necessary to properly manage the ULFT Rebate Program. PCU has supplied a complete duplicate of the PCU ULFT Rebate Program files to the Purchasing Department. Finding 2. The PCU did not have supporting documentation that the contractor was in compliance with the insurance requirements under the agreement. Response: When the lack of an insurance certificate for 2005 was brought to our attention, VVT quickly provided the required insurance certificate. An insurance certificate for 2006 has also been obtained from VVT. Our files are currently up-to-date in this regard. Finding 3: The cooperative funding grant receipts are not processed by SWFWMD timely in accordance with the Florida Prompt Payment Act requirements. Response: As stated earlier in my response, the suggestion that a grantee assess late payment penalties to a grantor on a continuing (annually renewable) grants program in which grants are awarded on a subjective basis is unacceptable. 21

22 Appendix A Since program inception, PCU has submitted 27 reimbursement requests to the SWFWMD, amounting to a total of approximately $4.2 million. PCU has received approximately $3.7 million in reimbursements from the SWFWMD, the most recent reimbursement in the amount of $163, having been received on August 8, Currently, there is approximately $478,000 in cooperative funding reimbursements that have been requested but not yet received. All the outstanding reimbursements shown on the table on page 8 of the audit report (SWFWMD S OUTSTANDING GRANT RECEIPTS) have been received. The reimbursement requests that PCU submits to the SWFWMD are typically voluminous and complex. The submittals are supported by documents detailing thousands of toilet replacements. The reimbursement requests are submitted to the SWFWMD Accounting Office. The request then goes through a rigorous detailed review by the SWFWMD project manager, reconciling supporting documentation with the ULFT activity summary for the reimbursement period. Upon approval of the reimbursement request by the SWFWMD project manager, the approval and request to issue a reimbursement is transferred to the SWFWMD Finance Office for processing. In consideration of the volume of supporting documentation that accompanies a typical SWFWMD reimbursement request, it is probably unreasonable to expect the reimbursement check to be received within 30 days. The PCU ULFT Rebate Program manager maintains records of all reimbursement requests submitted to SWFWMD and the reimbursements received and knows at any given time the number and amount of outstanding grant receipts. Finding 4: The quality control review process of the contractor did not include three ULFT rebate eligibility criteria on their checklist. Response: The audit presents a fairly lengthy critical discussion on this finding and then in the paragraph prior to the recommendation states that the procedures in place for the three criteria are adequate. The language in the paragraph then goes on to discuss potential errors in issuance of rebates, if the criteria are not complied with. VVT has done an excellent job of insuring the eligibility criteria are checked and adhered to. The ULFT Policies and Procedures identified three criteria for determining eligibility for ULFT program participation and for rebate issuance: 1) application is from the property owner/assigned agent, 2) a licensed plumber installed the toilet(s) in leased or rented single family or multi-family/commercial buildings and 3) a high flow toilet was replaced. Although not neatly packaged 22

23 Appendix A in a single check list, all the information necessary to verify program and rebate eligibility is collected and reviewed by VVT to confirm compliance with program requirements before rebates are issued. VVT has copies of PCU s ULFT Rebate Program policies and procedure and has been coached by the PCU program manager in the requirements for program participation and rebate eligibility. The PCU program manager monitors the performance of VVT in adhering to these criteria through weekly record reviews with the manager of VVT s local office. A. Property Ownership Eligibility In the sixth line of this paragraph in the audit report there is a reference to language in Paragraph III, Section C.2 of the PCU policies and procedures for the ULFT Rebate Program, incorrectly stating: Rebates may not be issued to persons other than the property owner, or assigned agent. This language does not appear in the PCU policies and procedures of the ULFT Rebate Program. The ULFT Rebate Program application form includes a certification that the applicant must sign, stipulating that the applicant is the owner or the owner s authorized agent. This information is confirmed by VVT prior to issuing the rebate. B. Licensed Plumber Eligibility The ULFT rebate program application form includes a certification that the applicant must sign, stipulating that the applicant will abide by all the program policies and procedures. The certification further advises the applicant that: A licensed plumber must be used when replacing any toilet in a leased or rented single family, multifamily or commercial property. A receipt (documentation) showing material and installation costs and the plumber s name, address, phone number and license number must be provided in order to receive a rebate. The documentation provided to confirm the use of a licensed plumber is verified by VVT prior to issuing a rebate. C. Old Toilet Eligibility VVT uses an Installation Verification Form to confirm the installation of an approved ULFT. The VVT inspector confirms that the new toilet(s) has been installed and visually inspects the old toilet to insure it was a high water use unit, meeting rebate criteria. The inspector certifies on the Installation Verification Form that he/she has checked the old (previous) toilet and confirms it was not a 1.6 gallons per flush model. If the old toilet is not available for inspection, the VVT inspector has the owner sign an affidavit acknowledging that a high flow toilet was replaced with a low flow unit (and by a licensed plumber, if not single family-owner installed). 23

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT AUDIT OF MEDICAL EXAMINER OFFICE AND FORENSIC LABORATORY Karleen F. De Blaker Clerk of the Circuit Court Ex officio County Auditor Robert W. Melton, CPA*,

More information

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT AUDIT OF CLERK'S OVERALL COLLECTION PROCESS Ken Burke, CPA* Clerk of the Circuit Court Ex Officio County Auditor Robert W. Melton, CPA*, CIA, CFE Chief

More information

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT AUDIT OF UHC HEALTH CLAIMS HUMAN RESOURCES DEPARTMENT Ken Burke, CPA* Ex Officio County Auditor Robert

More information

City of West Palm Beach Internal Auditor s Office

City of West Palm Beach Internal Auditor s Office AUDIT OF HOUSING AND COMMUNITY DEVELOPMENT Audit No. 14-05 August 18, 2016 City of West Palm Beach Internal Auditor s Office Roger A. Strout, City Internal Auditor, CIA, CRMA, CFE, CICA Beverly Mahaso,

More information

Cash Management Policy Knox County Housing Authority 216 W. Simmons St. Galesburg, IL (309)

Cash Management Policy Knox County Housing Authority 216 W. Simmons St. Galesburg, IL (309) Article I. Purpose / Scope of the Policy Cash Management Policy 216 W. Simmons St. Galesburg, IL 61401 (309) 342-8129 Section 1.01 The follows the best practices when it comes to cash management. These

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

Affordable Housing Consultant Services Audit - #779 Executive Summary

Affordable Housing Consultant Services Audit - #779 Executive Summary Council Auditor s Office City of Jacksonville, Fl Affordable Housing Consultant Services Audit - #779 Executive Summary Why CAO Did This Review Pursuant to Section 5.10 of the Charter of the City of Jacksonville

More information

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT

INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT INTERNAL AUDIT DIVISION CLERK OF THE CIRCUIT COURT AUDIT OF CRIMINAL COURT CASH BOND PROCESS Ken Burke, CPA* Clerk of the Circuit Court Ex officio County Auditor Robert W. Melton, CPA*, CIA, CFE Chief

More information

Conformity with GAAP is essential for consistency and comparability in financial reporting.

Conformity with GAAP is essential for consistency and comparability in financial reporting. GENERALLY ACCEPTED ACCOUNTING PRINCIPLES (GAAP) & FINANCIAL ACCOUNTING STANDARD BOARD (FASB) The term generally accepted accounting principles refer to the standards, rules, and procedures that serve as

More information

Virgin Islands Port Authority (A Component Unit of the Government of the U.S. Virgin Islands)

Virgin Islands Port Authority (A Component Unit of the Government of the U.S. Virgin Islands) (A Component Unit of the Government of the U.S. Virgin Islands) Schedule of Expenditures of Federal Awards and Reports Required by Government Auditing Standards and the Uniform Guidance Year Ended September

More information

INTERNAL AUDIT DEPARTMENT

INTERNAL AUDIT DEPARTMENT INTERNAL AUDIT DEPARTMENT Report Number 2013-015 FINAL REPORT Audit of Third Party Administrators for Health Benefit and Workers Compensation Plans (performed by The Segal Company with the assistance of

More information

Capital Improvement Projects

Capital Improvement Projects REPORT # 2011-12 AUDIT Of the Richmond City Department of Parks, Recreation and Community Facilities Capital Improvement Projects TABLE OF CONTENTS Executive Summary..... i Comprehensive List of Recommendations

More information

A. For the purposes of this Part, the following words and terms shall have the following meanings:

A. For the purposes of this Part, the following words and terms shall have the following meanings: 835-RICR-30-00-1 TITLE 835 NARRAGANSETT BAY COMMISSION CHAPTER 30 PURCHASING AND ACQUISITIONS SUBCHAPTER 00 - N/A PART 1 Purchasing Rules and Regulations 1.1 General Provisions 1.1.1 Authority This Part

More information

City of West Palm Beach Internal Auditor s Office

City of West Palm Beach Internal Auditor s Office AUDIT OF PROCUREMENT CARD PROGRAM Report No. AUD2014-09 July 10, 2015 City of West Palm Beach Internal Auditor s Office Roger Strout, City Internal Auditor, CIA, CRMA, CFE, CICA Connie Tory, Sr. Internal

More information

OKEECHOBEE COUNTY PROCUREMENT POLICY

OKEECHOBEE COUNTY PROCUREMENT POLICY OKEECHOBEE COUNTY PROCUREMENT POLICY I. SCOPE Purchasing authority is vested in the Office of the County Administrator, subject to limitations prescribed herein. This policy applies to expenditure(s) of

More information

AUDITOR GENERAL STATE OF FLORIDA

AUDITOR GENERAL STATE OF FLORIDA Sherrill F. Norman, CPA Auditor General AUDITOR GENERAL STATE OF FLORIDA Claude Denson Pepper Building, Suite G74 111 West Madison Street Tallahassee, Florida 32399-1450 Phone: (850) 412-2722 Fax: (850)

More information

Follow-up Of BID SPECIFICATION REQUIREMENTS FOR 111 SOLICITATIONS November 2018 Original audit report issued January 2018

Follow-up Of BID SPECIFICATION REQUIREMENTS FOR 111 SOLICITATIONS November 2018 Original audit report issued January 2018 Follow-up Of BID SPECIFICATION REQUIREMENTS FOR 111 SOLICITATIONS Original audit report issued January 2018 Karen E. Rushing Clerk of the Circuit Court and County Comptroller Office of the Inspector General

More information

LAFOURCHE PARISH GOVERNMENT PURCHASING POLICIES AND PROCEDURES

LAFOURCHE PARISH GOVERNMENT PURCHASING POLICIES AND PROCEDURES LAFOURCHE PARISH GOVERNMENT PURCHASING POLICIES AND PROCEDURES The mission of Lafourche Parish Government Department of Finance is to develop and implement sound procurement practices in accordance with

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS FOR AUDIT SERVICES FOR THE COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY, GEORGIA June 6, 2017 TABLE OF CONTENTS 1. 0 INTRODUCTION 1.1 Purpose for Request for Proposal (RFP)

More information

Harbor City Volunteer Ambulance Squad Audit Report

Harbor City Volunteer Ambulance Squad Audit Report May 13, 1994 Harbor City Volunteer Ambulance Squad Audit Report Board of County Commissioners Brevard County, Florida Post Office Box 1496 Titusville, Florida 32781-1496 Commissioners: Pursuant to the

More information

DIVISION OF INSPECTOR GENERAL. Audit Services & Public Integrity Units 2010 ANNUAL REPORT

DIVISION OF INSPECTOR GENERAL. Audit Services & Public Integrity Units 2010 ANNUAL REPORT DIVISION OF INSPECTOR GENERAL Audit Services & Public Integrity Units 2010 ANNUAL REPORT Roger Trca CPA (AZ), CIG, CIA Inspector General & Audit Director February 11, 2011 February 11, 2011 The Honorable

More information

2019 REQUEST FOR PROPOSALS (RFP) FY 2019 WRAP Home Water Conservation Program Issued January 4, 2019

2019 REQUEST FOR PROPOSALS (RFP) FY 2019 WRAP Home Water Conservation Program Issued January 4, 2019 P 2019 REQUEST FOR PROPOSALS (RFP) FY 2019 WRAP Home Water Conservation Program Issued January 4, 2019 Wayne Metropolitan Community Action Agency (Wayne Metro) is seeking a partnership with organizations

More information

SEMINOLE COUNTY PUBLIC WORKS DEPARTMENT WATER AND SEWER DIVISION REVENUE AUDIT

SEMINOLE COUNTY PUBLIC WORKS DEPARTMENT WATER AND SEWER DIVISION REVENUE AUDIT SEMINOLE COUNTY PUBLIC WORKS DEPARTMENT WATER AND SEWER DIVISION REVENUE AUDIT February 17, 1997 MARYANNE MORSE Clerk of the Circuit Court Seminole County P. O. Drawer C Clerk of the Circuit Court Sanford,

More information

2018 REQUEST FOR PROPOSALS (RFP) FY2018 WRAP Home Water Conservation Issued April 23, 2018

2018 REQUEST FOR PROPOSALS (RFP) FY2018 WRAP Home Water Conservation Issued April 23, 2018 2018 REQUEST FOR PROPOSALS (RFP) FY2018 WRAP Home Water Conservation Issued April 23, 2018 Wayne Metropolitan Community Action Agency (Wayne Metro) is seeking a partnership with organizations that are

More information

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Agenda Item: Action Consent BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER OWNER: Palm Beach State College 4200 Congress Avenue Lake Worth, FL 33461 CONSTRUCTION MANAGER: Date Table

More information

Audit Report. Franchise Agreement with Comcast Cable Communications, Inc., of Tallahassee. of the. Summary. Scope, Objectives, and Methodology

Audit Report. Franchise Agreement with Comcast Cable Communications, Inc., of Tallahassee. of the. Summary. Scope, Objectives, and Methodology Audit Report of the Sam M. McCall, CPA, CIA, CGFM City Auditor Franchise Agreement with Comcast Cable Communications, Inc., of Tallahassee Report #0217 May 17, 2002 Summary In January 2002, the Office

More information

Audit Report 2018-A-0003 Town of Manalapan Water Utility Department February 13, 2018

Audit Report 2018-A-0003 Town of Manalapan Water Utility Department February 13, 2018 PALM BEACH COUNTY John A. Carey Inspector General Inspector General Accredited Enhancing Public Trust in Government Audit Report Town of Manalapan Water Utility Department February 13, 2018 Insight Oversight

More information

PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT

PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT PROFESSIONAL ENGINEERING SERVICES NON-CONTINUING SERVICES SAMPLE AGREEMENT TABLE OF CONTENTS SECTION 1 INTENT OF AGREEMENT... 2 SECTION 2 SCOPE OF PROJECT... 3 2.1 PROJECT DESCRIPTION AND PROFESSIONAL

More information

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 1 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014 WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL TABLE OF CONTENTS Purchasing Policy Introduction... 3 Policy Specifics...

More information

Audit of Orange County s Self- Funded Employee Medical Benefits Insurance Program

Audit of Orange County s Self- Funded Employee Medical Benefits Insurance Program Audit of Orange County s Self- Funded Employee Medical Benefits Insurance Program Report by the Office of County Comptroller Martha O. Haynie, CPA County Comptroller County Audit Division J. Carl Smith,

More information

TRANSPORTATION SAFETY BOARD

TRANSPORTATION SAFETY BOARD TRANSPORTATION SAFETY BOARD Final Audit Report Transportation Safety Board EXECUTIVE SUMMARY BACKGROUND The Transportation Safety Board (TSB) Audit Committee uses an audit planning process based on risk

More information

KAREN E. RUSHING. Audit of Building Permit Fees

KAREN E. RUSHING. Audit of Building Permit Fees KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller Audit of Building Permit Fees Audit Services Jeanette L. Phillips, CPA, CGFO, CIG Director of Internal Audit and Inspector General David

More information

SECTION 5 FINANCE AND ACCOUNTING

SECTION 5 FINANCE AND ACCOUNTING SECTION 5 FINANCE AND ACCOUNTING 5.01 ACCOUNTING POLICIES It shall be the policy of Collegiate Hall Charter School ( Collegiate Hall ) to create and maintain accounting, billing, and cash control policies,

More information

Chapter 26. The Contract

Chapter 26. The Contract Chapter 26. The Contract Summary This chapter identifies, in general terms, the required elements of a contract entered into for the procurement of goods or services. The specific elements of a contract

More information

COUNTY OF SONOMA. CAL-Card USER MANUAL

COUNTY OF SONOMA. CAL-Card USER MANUAL COUNTY OF SONOMA CAL-Card USER MANUAL DEPARTMENT OF GENERAL SERVICES PURCHASING DIVISION May 2012 TABLE OF CONTENTS SECTION PAGE NO. 1. General Information 1 2. Definitions 3 3. Authorized, Restricted

More information

WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised)

WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised) WASATCH FRONT REGIONAL COUNCIL/WASATCH FRONT ECONOMIC DEVELOPMENT DISTRICT ACCOUNTING AND ADMINISTRATIVE POLICY 10/26/2017 (revised) DESIGNATION OF THE TREASURER AND CLERK In compliance with Utah Code

More information

CONTRACT COST STATEMENT

CONTRACT COST STATEMENT Lockwood, Andrews & Newnam, Inc. Austin, Texas Lockwood, Andrews & Newnam, Inc. CONTRACT COST STATEMENT For the Period February 5, 2005 - May 31, 2009 November 23, 2009 TABLE OF CONTENTS Independent Accountant

More information

Syracuse City School District

Syracuse City School District O FFICE OF THE NEW YORK STATE COMPTROLLER DIVISION OF LOCAL GOVERNMENT & SCHOOL ACCOUNTABILITY Syracuse City School District Internal Controls Over Selected Financial Operations Report of Examination Period

More information

Section No 2017 CPM Revision Comments

Section No 2017 CPM Revision Comments 1-1-105 (1) d) Human Services Contracts Human Services Contract (refer to section 3.4) 1-1-109 (1) e. Verify, on a periodic basis, that each Deputy Verify, on a periodic basis, that each Deputy Purchasing

More information

City Wire Transfers Audit - #800 Executive Summary

City Wire Transfers Audit - #800 Executive Summary City Wire Transfers Audit - #800 Executive Summary Why CAO Did This Audit Pursuant to Section 5.10 of the Charter of the City of Jacksonville and Chapter 102 of the Municipal Code, we conducted an audit

More information

530: Accounts Payable Policy

530: Accounts Payable Policy 1.0 Purpose. 530: Accounts Payable Policy 1.1. The purpose of Accounts Payable is to ensure that all Tukwila Pool Metropolitan Park District (District) funds are disbursed and recorded in accordance with

More information

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # 17-002 Enhanced Code Enforcement Officer INTRODUCTION Town of Eatonville, a municipality of the State of Florida, seeks the submittal of

More information

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT THIS PRODUCER AGREEMENT (this Agreement ), dated as of, 20, is made and entered into by and between Hull & Company, LLC, a Florida corporation (

More information

WYOMING PRIMARY CARE ASSOCIATION, INC.

WYOMING PRIMARY CARE ASSOCIATION, INC. FINANCIAL AND COMPLIANCE REPORT MARCH 31, 2015 CONTENTS INDEPENDENT AUDITOR S REPORT 1 and 2 FINANCIAL STATEMENTS Statement of cash receipts and disbursements 3 Notes to financial statement 4-6 SUPPLEMENTARY

More information

INDEPENDENT AUDITOR S REPORT ON COMPLIANCE AND ON INTERNAL CONTROL OVER COMPLIANCE

INDEPENDENT AUDITOR S REPORT ON COMPLIANCE AND ON INTERNAL CONTROL OVER COMPLIANCE INDEPENDENT AUDITOR S REPORT ON COMPLIANCE AND ON INTERNAL CONTROL OVER COMPLIANCE Board of Commissioners of Transportation Authority of Marin San Rafael, California Compliance We have audited the Town

More information

State Lottery Agency

State Lottery Agency Audit Report State Lottery Agency December 2008 OFFICE OF LEGISLATIVE AUDITS DEPARTMENT OF LEGISLATIVE SERVICES MARYLAND GENERAL ASSEMBLY This report and any related follow-up correspondence are available

More information

Justification Review

Justification Review January 2001 Report No. 01-01 Financial Accountability for Public Funds Program Is Performing Well at a glance The Financial Accountability for Public Funds Program provides financial management services

More information

Page 1 of 22 Catholic Charities Spokane Policy & Procedures Financial Management (FIN) APPROVED BY EXECUTIVE DIRECTOR APPROVED BY BOARD OF DIRECTORS

Page 1 of 22 Catholic Charities Spokane Policy & Procedures Financial Management (FIN) APPROVED BY EXECUTIVE DIRECTOR APPROVED BY BOARD OF DIRECTORS Page 1 of 22 APPROVED BY EXECUTIVE DIRECTOR SIGNATURE DATE APPROVED BY BOARD OF DIRECTORS SIGNATURE (Chief Representative) DATE TITLE: Financial Management POLICY: s financial accountability and viability

More information

CONTRACT ADMINISTRATION GUIDE

CONTRACT ADMINISTRATION GUIDE CONTRACT ADMINISTRATION GUIDE Prepared for: Department Contract Administrators 12 November 2015 Prepared by: Purchasing and Warehouse Services General. Contract administration begins after award of the

More information

Office of Inspector General University of South Florida

Office of Inspector General University of South Florida Office of Inspector General University of South Florida Project # A-1718DOE-017 November 2018 Executive Summary In accordance with the Department of Education s fiscal year (FY) 2017-18 audit plan, the

More information

St. Johns County School District, Florida

St. Johns County School District, Florida St. Johns County School District, Florida Contract Compliance Review SunGard Public Sector, Inc. Prepared By: Internal Auditors June 25, 2013 TABLE OF CONTENTS SECTION PAGE Transmittal Letter... 1 Executive

More information

ARTICLE 8: BASIC SERVICES

ARTICLE 8: BASIC SERVICES THE SCOPE OF SERVICES ADDED BY THIS AMENDMENT IS FOR A CM AT RISK PROJECT ONLY. THE SCOPE OF SERVICES SPECIFIED BELOW INCLUDES ARTICLES 8.1, 8.3, 8.4, 8.5, 8.6, 8.7 AND 8.8. THE SERVICES SPECIFIED IN ARTICLE

More information

Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds. Adopted November 11, 2005

Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds. Adopted November 11, 2005 Fresno County Zoo Authority Procedures for Approving and Administering Measure Z Funds Adopted November 11, 2005 Revised February 13, 2018 TABLE OF CONTENTS INTRODUCTION... 1 Exhibit 1 - Financial Management

More information

OFFICE OF THE CITY AUDITOR

OFFICE OF THE CITY AUDITOR OFFICE OF THE CITY AUDITOR AUDIT OF THE PROCUREMENT CARD PROGRAM Thomas M. Taylor, CPA City Auditor Prepared by: Joe R. Saucedo Jr., CPA, CFE Audit Manager Tony Sivasothy Auditor David Henley, CPA Auditor

More information

Audit Report 2018-A-0001 City of Lake Worth Water Utility Services

Audit Report 2018-A-0001 City of Lake Worth Water Utility Services PALM BEACH COUNTY John A. Carey Inspector General Inspector General Accredited Enhancing Public Trust in Government Audit Report City of Lake Worth Water Utility Services December 18, 2017 Insight Oversight

More information

Third Party Liability

Third Party Liability Report No. 15-09 June 2016 Third Party Liability Office of the Inspector General Internal Audit EXECUTIVE SUMMARY At the request of the Agency for Health Care Administration s (Agency) Secretary, the Agency

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

Clay County Utility Authority Resolution No. 2013/ PART RESOLUTION NOS. 94/ 95-6 AND 94/ 95-12; AMENDING AND RESTATING THE

Clay County Utility Authority Resolution No. 2013/ PART RESOLUTION NOS. 94/ 95-6 AND 94/ 95-12; AMENDING AND RESTATING THE Clay County Utility Authority Resolution No. 2013/ 2014-07 A RESOLUTION OF THE BOARD OF SUPERVISORS OF THE CLAY COUNTY UTILITY AUTHORITY SUPERSEDING IN PART RESOLUTION NOS. 94/ 95-6 AND 94/ 95-12; AMENDING

More information

Audit Report 2018-A-0011 Town of Glen Ridge Revenue and Credit Cards

Audit Report 2018-A-0011 Town of Glen Ridge Revenue and Credit Cards PALM BEACH COUNTY John A. Carey Inspector General Inspector General Accredited Enhancing Public Trust in Government Audit Report Town of Glen Ridge Revenue and Credit Cards July 16, 2018 Insight Oversight

More information

TOWN OF BURLINGTON, MASSACHUSETTS MANAGEMENT LETTER JUNE 30, 2013

TOWN OF BURLINGTON, MASSACHUSETTS MANAGEMENT LETTER JUNE 30, 2013 TOWN OF BURLINGTON, MASSACHUSETTS MANAGEMENT LETTER JUNE 30, 2013 To the Honorable Board of Selectmen Town of Burlington, Massachusetts In planning and performing our audit of the financial statements

More information

Henry S. Czauski, Acting Director, Departmental Enforcement Center, CV

Henry S. Czauski, Acting Director, Departmental Enforcement Center, CV Issue Date August 17, 2009 Audit Report Number 2009-FW-1015 TO: David Pohler, Director, Office of Public Housing, 6JPH Henry S. Czauski, Acting Director, Departmental Enforcement Center, CV FROM: //signed//

More information

2010-A16. Program Evaluation and Audit. Council-Wide. Accounts Payable Review

2010-A16. Program Evaluation and Audit. Council-Wide. Accounts Payable Review 2010-A16 Program Evaluation and Audit Council-Wide Accounts Payable Review 20 October 2010 INTRODUCTION Background The Metropolitan Council (Council) purchases goods and services from a variety of vendors,

More information

Mount Vernon City School District

Mount Vernon City School District DIVISION OF LOCAL GOVERNMENT AND SCHOOL ACCOUNTABILITY REPORT OF EXAMINATION 2017M-198 Mount Vernon City School District Purchasing and Claims Auditing FEBRUARY 2018 Contents Report Highlights.............................

More information

PART 2.5 DEPARTMENT OF FISHERIES AND AQUACULTURE FISHERIES TECHNOLOGY AND NEW OPPORTUNITIES PROGRAM

PART 2.5 DEPARTMENT OF FISHERIES AND AQUACULTURE FISHERIES TECHNOLOGY AND NEW OPPORTUNITIES PROGRAM PART 2.5 DEPARTMENT OF FISHERIES AND AQUACULTURE FISHERIES TECHNOLOGY AND NEW OPPORTUNITIES PROGRAM Executive Summary The Department of Fisheries and Aquaculture (the Department) administers the Fisheries

More information

Virgin Islands Port Authority (A Component Unit of the Government of the U.S. Virgin Islands)

Virgin Islands Port Authority (A Component Unit of the Government of the U.S. Virgin Islands) (A Component Unit of the Government of the U.S. Virgin Islands) Schedule of Expenditures of Federal Awards and Reports Required by Government Auditing Standards and OMB Circular A-133 Year Ended September

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Office of the City Auditor Audit of Oceanfront Parking

Office of the City Auditor Audit of Oceanfront Parking Report Date: February 24, 2010 Office of the City Auditor 2401 Courthouse Drive, Room 344 Virginia Beach, Virginia 23456 757.385.5870 Promoting Accountability and Integrity in City Operations Contact Information

More information

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PROJECT NAME AND LOCATION: Project Name Campus Name Campus Address CONSTRUCTION MANAGER: Contractor Name Address ARCHITECT-ENGINEER:

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Internal Auditor s Report. The County Council and County Executive of Wicomico County, Maryland:

Internal Auditor s Report. The County Council and County Executive of Wicomico County, Maryland: Wicomico County, Maryland OFFICE OF THE INTERNAL AUDITOR P.O. BOX 870 SALISBURY, MARYLAND 21803-0870 410-548-4696 FAX 410-548-7872 Steve Roser, CPA Internal Auditor Internal Auditor s Report The County

More information

SHARED SERVICES Office of Financial Services

SHARED SERVICES Office of Financial Services SHARED SERVICES Services Procedure Title: Procedure Number: Petty Cash DHS OHA-040-017-01 Version: 1.0 Effective Date: 03/28/2014 Jim Scherzinger, DHS Chief Operating Officer Suzanne Hoffman, OHA Chief

More information

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA

COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA COURT REPORTING SERVICES FOR THE COURTS OF THE EIGHTEENTH JUDICIAL CIRCUIT IN BREVARD COUNTY FLORIDA REQUEST FOR PROPOSAL ( RFP ) PROPOSAL #: CA19-0001 RFP for Court Reporting Services To: The Eighteenth

More information

Capital Project Audit

Capital Project Audit A Capital Project Audit of the Salt Lake County Health Department s Downtown and South Redwood Public Health Centers 2017 Capital Project Audit South Redwood Public Health Center Our Mission: To foster

More information

Audit of the Orange County Tax Collector s Office, Occupational Licensing Function

Audit of the Orange County Tax Collector s Office, Occupational Licensing Function Audit of the Orange County Tax Collector s Office, AUDIT REPORT Report by the Office of the County Comptroller Martha O. Haynie, CPA County Comptroller County Audit Division Director: Deputy Director:

More information

March 4, 2015 To the Board Members of the Housing Finance Authority of Pinellas County and Kathryn Driver, Executive Director We are pleased to

March 4, 2015 To the Board Members of the Housing Finance Authority of Pinellas County and Kathryn Driver, Executive Director We are pleased to March 4, 2015 To the Board Members of the Housing Finance Authority of Pinellas County and Kathryn Driver, Executive Director We are pleased to confirm our understanding of the services we are to provide

More information

Original Audit Report Issued September Audit Services

Original Audit Report Issued September Audit Services KARENE.RUSHING ClerkoftheCircuitCourtandCountyComptroller FOLLOWUPof FloridaPower&LightCompanyFranchiseFee OriginalAuditReportIssuedSeptember2013 Audit Services Jeanette L. Phillips, CPA, CGFO, CIG Director

More information

STATE BOARD OF ACCOUNTS 302 West Washington Street Room E418 INDIANAPOLIS, INDIANA

STATE BOARD OF ACCOUNTS 302 West Washington Street Room E418 INDIANAPOLIS, INDIANA B52050 STATE BOARD OF ACCOUNTS 302 West Washington Street Room E418 INDIANAPOLIS, INDIANA 46204-2769 SPECIAL INVESTIGATION REPORT OF VANDERBURGH COUNTY, INDIANA January 1, 2015 to February 28, 2018 FILED

More information

TO: ALL COUNTY PERSONNEL FROM: ROBERT WEISMAN COUNTY ADMINISTRATOR PREPARED BY: OFFICE OF FINANCIAL MANAGEMENT AND BUDGET (OFMB)

TO: ALL COUNTY PERSONNEL FROM: ROBERT WEISMAN COUNTY ADMINISTRATOR PREPARED BY: OFFICE OF FINANCIAL MANAGEMENT AND BUDGET (OFMB) TO: ALL COUNTY PERSONNEL FROM: ROBERT WEISMAN COUNTY ADMINISTRATOR PREPARED BY: OFFICE OF FINANCIAL MANAGEMENT AND BUDGET (OFMB) SUBJECT: RECEIVABLES COLLECTIONS AND WRITE-OFFS PPM#: CW-F-048 ISSUE DATE

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

PART 6 - INTERNAL CONTROL

PART 6 - INTERNAL CONTROL PART 6 - INTERNAL CONTROL INTRODUCTION The A-102 Common Rule and OMB Circular A-110 (2 CFR part 215) require that non-federal entities receiving Federal awards (i.e., auditee management) establish and

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information

Department of Labor, Licensing and Regulation Division of Occupational and Professional Licensing

Department of Labor, Licensing and Regulation Division of Occupational and Professional Licensing Audit Report Department of Labor, Licensing and Regulation Division of Occupational and Professional Licensing October 2008 OFFICE OF LEGISLATIVE AUDITS DEPARTMENT OF LEGISLATIVE SERVICES MARYLAND GENERAL

More information

Review of Water and Wastewater Services General Professional Consultant Services Agreements

Review of Water and Wastewater Services General Professional Consultant Services Agreements Review of Water and Wastewater Services General Professional Consultant Services Agreements July 14, 2009 Report No. 08-15 Office of the County Auditor Evan A. Lukic, CPA County Auditor Table of Contents

More information

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN13-004 DESIGN CRITERIA PROFESSIONAL SERVICES REQUEST FOR QUALIFICATIONS (RFQ) NO. EN13-004 FOR A DESIGN CRITERIA PROFESSIONAL

More information

Whitman County, Washington

Whitman County, Washington GOVERNMENT FINANCE OFFICERS ASSOCIATION (GFOA) RESEARCH AND CONSULTING CENTER Whitman County, Washington July 2015 Finance and IT Roles and Responsibilities Assessment Table of Contents Whitman County

More information

PREFACE. County Administrator

PREFACE. County Administrator PREFACE This manual contains instructions regarding policies, procedures, and practices for the procurement of commodities, equipment and services. It represents the administrative framework to implement

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

PURCHASING POLICY. Amended May 24, 2011

PURCHASING POLICY. Amended May 24, 2011 PURCHASING POLICY Amended May 24, 2011 In order to create economies through volume buying, to promote competitive bidding, and to provide more efficient public service, the Itasca County Board of Commissioners,

More information

CREIA ACCOUNTING POLICIES AND PROCEDURES

CREIA ACCOUNTING POLICIES AND PROCEDURES CREIA ACCOUNTING POLICIES AND PROCEDURES Updated June 2015 1 Table of Contents I. Introduction... 3 II. Division of Responsibilities... 4 Board of Directors... 4 Executive Director/Chief Executive Officer...

More information

Sarasota County. A Property Owner's Guide to Mandatory Sewer Connection Phillippi Creek Septic System Replacement Program (Gravity Sewer System)

Sarasota County. A Property Owner's Guide to Mandatory Sewer Connection Phillippi Creek Septic System Replacement Program (Gravity Sewer System) a County A Property Owner's Guide to Mandatory Sewer Connection Phillippi Creek Septic System Replacement Program (Gravity Sewer System) It's time to connect! Thank you for your patience during construction

More information

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor)

OREGON STATE UNIVERSITY CM/GC CONTRACT. (Construction Manager/General Contractor) OREGON STATE UNIVERSITY CM/GC CONTRACT (Construction Manager/General Contractor) THE CONTRACT IS BETWEEN: OWNER: Oregon State University And CONSTRUCTION MANAGER/ GENERAL CONTRACTOR (referred to as Contractor

More information

ENERGY SAVINGS PERFORMANCE CONTRACT. between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY]

ENERGY SAVINGS PERFORMANCE CONTRACT. between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY] ENERGY SAVINGS PERFORMANCE CONTRACT between THE CITY [\] / MUNICIPALITY [\] and [ESCO COMPANY] At [place], [day] [month] 2014 1 Pursuant to (i) Article 26 in relation to Article 27 of the Energy Efficiency

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

HIGHLIGHTS AUDIT OF CITYWIDE DISBURSEMENTS 2013

HIGHLIGHTS AUDIT OF CITYWIDE DISBURSEMENTS 2013 T. Bert Fletcher, CPA, CGMA City Auditor HIGHLIGHTS Highlights of City Auditor Report #1420, a report to the City Commission and City management WHY THIS AUDIT WAS CONDUCTED This audit was conducted to

More information

KAREN E. RUSHING. FOLLOW UP of. Utilities Installment. Payment Program

KAREN E. RUSHING. FOLLOW UP of. Utilities Installment. Payment Program KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller FOLLOW UP of Utilities Installment Payment Program Original Audit Report Issued September 30, 2013 Audit Services Karen E. Rushing Clerk

More information

KAREN E. RUSHING. FOLLOW UP of. Tourist Development Tax. Visit Sarasota County

KAREN E. RUSHING. FOLLOW UP of. Tourist Development Tax. Visit Sarasota County KAREN E. RUSHING Clerk of the Circuit Court and County Comptroller FOLLOW UP of Tourist Development Tax Visit Sarasota County Original Audit Report Issued October 24, 2013 Audit Services Jeanette L. Phillips,

More information

To establish NUAMES policy and procedure governing the initiation, authorization, and review of all expenditures of the school.

To establish NUAMES policy and procedure governing the initiation, authorization, and review of all expenditures of the school. NUAMES Cash Disbursement Policy Approved: 23 October 2013 1. PURPOSE AND PHILOSOPHY To establish NUAMES policy and procedure governing the initiation, authorization, and review of all expenditures of the

More information

CLINTON COUNTY PURCHASING POLICY MAY 2002

CLINTON COUNTY PURCHASING POLICY MAY 2002 CLINTON COUNTY PURCHASING POLICY MAY 2002 1. PURPOSE: The purpose of this policy is to establish procedures for the purchase of all supplies, equipment, vehicles, services and all construction or altering

More information