LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017

Similar documents
Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

CITY OF ESCONDIDO REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FOR FISCAL YEARS THROUGH REQUEST FOR PROPOSAL #16-03

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. Submission Deadline JANUARY 1, 2018

CITY OF LOCKHART 308 W. San Antonio St. Lockhart, TX REQUEST FOR PROPOSALS (RFP) FINANCIAL AUDIT SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL EXTERNAL AUDITING SERVICES RFP No

REQUEST FOR PROPOSALS. Auditing Services. Bid #

VILLAGE OF NEW HAVEN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

CITY OF CLOVIS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

TOWN OF WILTON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Enclosed for your consideration is a Request for Proposal (RFP), with all attachments.

CITY OF BEEVILLE. REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL AUDITING SERVICES

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS

Professional Auditing Services

CITY OF SACHSE, TEXAS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES APRIL 24, B Sachse Rd. Sachse, TX 75048

Request for Proposal

TRI-COUNTY REGIONAL PLANNING COMMISSION REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL AUDITING SERVICES. July 29, 2013

RFP for Auditing Service Town of Belmont 1

ELMIRA CITY SCHOOL DISTRICT REQUEST FOR PROPOSALS FOR FINANCIAL AUDITING SERVICES (EXTERNAL AUDITOR)

Village of Bartlett REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. December 30, S. Main Street Bartlett, Illinois 60103

CITY OF LYNWOOD REQUEST FOR PROPOSALS For PROFESSIONAL AUDITING SERVICES

INVITATION TO BID RFP #

City of Merriam, Kansas

Request for Proposals for Auditing Services

05/25/2018 5:00 p.m. Central Standard Time ( CST ) - Deadline for inquiries. All questions must be submitted in writing.

Request for Proposal RFP

ENGLEWOOD WATER DISTRICT REQUEST FOR PROPOSALS INDEPENDENT AUDIT SERVICES RFP No

CITY OF MOBILE, ALABAMA

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

CITY OF ROLLING HILLS, CA

CITY OF CRESCENT CITY REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

CITY OF WALKER REQUEST FOR PROPOSAL AUDITING SERVICES 3/17/2014

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CITY OF UVALDE REQUEST FOR PROPOSALS FOR AUDIT SERVICES FY 2014, 2015, 2016 P.O. BOX 799 UVALDE, TEXAS (830)

Request for Proposal for: Financial Audit Services

CITY OF RED OAK REQUEST FOR PROPOSAL FOR PROFESSIONAL AUDITING SERVICES. April 21, 2015

Fishers Island Ferry District. Request for Proposals. for. Professional Auditing Services

VILLAGE OF SCARSDALE, NEW YORK REQUEST FOR PROPOSALS PROFESSIONAL AUDITING SERVICES. February 3, 2017

PROFESSIONAL AUDIT SERVICES

REQUEST FOR PROPOSAL ANNUAL INDEPENDENT CPA AUDIT RIFLE, COLORADO

Request for Proposal to Provide Audit Services

REQUEST FOR PROPOSAL FINANCIAL AUDITING SERVICES

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

NORTHWESTERN COMMUNITY SERVICES

SANTA BARBARA COUNTY ASSOCIATION OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS AUDIT SERVICES

United Planning Organization REQUEST FOR PROPOSAL (RFP): AUDITING SERVICES RFP #

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

CITY OF CRESCENT CITY REQUEST FOR PROPOSAL FOR AUDIT SERVICES

REQUEST FOR PROPOSAL FOR AUDITING SERVICES FISCAL YEARS ENDING DECEMBER 31, 2017 THROUGH DECEMBER 31, 2019 FOR THE DOWNERS GROVE PARK DISTRICT

ANNUAL FINANCIAL AUDIT SERVICES REQUEST FOR PROPOSALS June 25, 2018

REQUEST FOR PROPOSAL

CITY OF LEWES, DELAWARE REQUEST FOR PROPOSAL PROVISION OF AUDIT SERVICES DUE: APRIL 5, 2019 BY 4:00 PM. Deliver to:

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

DOUGLAS-CHEROKEE ECONOMIC AUTHORITY REQUEST FOR PROPOSALS FOR AUDITING SERVICES

TOWN OF BOONSBORO, MARYLAND REQUEST FOR PROPOSAL PROFESSIONAL AUDIT SERVICES

Town of Glocester, Rhode Island. Request for Proposals Professional Auditing Services Agreed-Upon Procedures Services

Request for Proposals. Auditing Services For the Fiscal Years

CITY OF POWDER SPRINGS REQUEST FOR PROPOSALS FOR AUDIT SERVICES

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR AUDIT SERVICES

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST for PROPOSALS for Professional Auditing Services

COUNTY OF KINGS DEPARTMENT OF FINANCE REBECCA CARR, CPA CGMA DIRECTOR OF FINANCE 1400 W. LACEY BLVD HANFORD, CA 93230

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

Request for Proposals

REQUEST FOR PROPOSALS FOR AUDIT SERVICES (BID NUMBER) TOWN OF TYRONE TOWN COUNCIL TOWN OF TYRONE, GEORGIA

CITY OF GREENVILLE Danish Festival City

TOWN OF WILTON REQUEST FOR QUALIFICATIONS AND PROPOSALS PENSION INVESTMENT CONSULTANT TABLE OF CONTENTS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS AUDIT SERVICES

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

Request for Proposal for Professional Auditing Services REQUEST FOR PROPOSAL FOR PROFESSIONAL AUDITING SERVICES FOR

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

CITY OF BEVERLY NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL

Audit Services (RFP ) PROPOSAL DEADLINE: 4:00 PM EDT, October 10, 2016 SEALED PROPOSALS TO BE RETURNED TO:

CITY OF HOWELL REQUEST FOR PROPOSAL AUDITING SERVICES

Request for Proposal Auditing Services

REQUEST FOR PROPOSALS AUDIT SERVICES

ASSOCIATION OF CENTRAL OKLAHOMA GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. March 12, 2018

Request for Proposal (RFP) For Plat book Printing

Completed proposals must be received by 2:00 pm, local time, on February 20, 2017.

CITY OF TRACY REQUEST FOR PROPOSAL PROFESSIONAL AUDITING SERVICES

Delaware River Basin Commission Request for Proposal and Quotation. February 20, 2019

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

CITY OF SUSANVILLE REQUEST FOR PROPOSALS FOR CITY OF SUSANVILLE AUDITING SERVICES. Proposal Release Date February 11, 2013

Centennial School District

CITY OF BARTLESVILLE. Notice to Bidders. AUDIT SERVICE CONTRACT Request for Proposal (RFP)

Subcontract Agreement

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL

Request for Proposals Independent Audit Services

Transcription:

LEGAL NOTICE TOWN OF MADISON REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES FEBRUARY 15, 2017 The Town of Madison, Connecticut is requesting proposals from qualified firms of certified public accountants, in accordance with the provisions of the Connecticut General Statutes, to conduct an examination and to render an opinion on the comprehensive annual financial statements of the Town of Madison to be received at the Finance Office until 11:00 am on March 22, 2017, at which time no further proposals will be considered. Request for Proposal forms may be obtained at the Finance Office from 9:00 a.m. until 4:00 p.m. Mondays through Fridays. Information concerning this Request for Proposals may be obtained by contacting Stacy Nobitz, Director of Finance 203-245-6310, email nobitzs@madisonct.org. The Town of Madison is an Equal Opportunity Employer. 1 P age

TABLE OF CONTENTS 1. AGREEMENT 2. CANCELLATION OF AGREEMENT 3. INSURANCE REQUIREMENTS 4. AWARDING THE SERVICES 5. SUBMISSION OF QUESTIONS 6. PROPOSAL SUBMISSION 7. ACCEPTANCE OR REJECTION AND NEGOTIATION OF PROPOSALS 8. SCOPE OF AUDITOR SERVICES a. DESCRIPTION OF THE GOVERNMENT i. Contact Persons/Location of Office ii. Software iii. Background Information iv. Availability of Prior Audit Reports and Working Papers b. NATURE OF SERVICES REQUIRED i. General ii. Scope of Work to be Performed iii. Auditing Standards to be Followed c. REPORTS TO BE ISSUED d. SPECIAL CONSIDERATIONS e. WORKING PAPER RETENTION AND ACCESS TO WORKPAPERS f. IMPLIED REQUIREMENTS g. ASSISTANCE TO BE PROVIDED BY THE TOWN h. NUMBER OF COPIES OF REPORTS i. TENTATIVE SCHEDULE i. Auditor Selection ii. Date Audit May Commence iii. Date Draft and Final Reports are Due 2 P age

9. PROPOSAL REQUIREMENTS a. TECHNICAL PROPOSAL i. General Requirements ii. Independence iii. License to Practice in Connecticut iv. Firm Qualification and Experience v. Partner, Supervisory and Staff Qualifications and Experience vi. Prior Engagements with the Town of Madison vii. Similar Engagements with other Governmental Entities viii. Identification of Anticipated Potential Audit Problems b. DOLLAR COST PROPOSAL c. OVERALL CONTENT OF PROPOSAL i. Cover Letter ii. Table of Contents iii. Detailed Proposal iv. Guarantees and Warranties v. Cost 10. APPENDICES a. Not to Exceed Price for Auditing Services Schedule b. Proposer Guarantees and Proposer Warranties 3 P age

TOWN OF MADISON REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES GENERAL INSTRUCTIONS DUE: March 22, 2017 11:00 A.M. The Town of Madison (here after referred to as the Town) is soliciting proposals from qualified firms of Certified Public Accountants registered with the Connecticut State Board of Accountancy and licensed to practice in the State of Connecticut for the preparation of both financial and compliance audit reports for the fiscal year ending June 30, 2017 with the option of annual renewals for each of the four (4) subsequent fiscal years. These audits are to be performed in accordance with generally accepted auditing standards, the standards set forth for financial audits in the U.S. General Accounting Office s (GAO) Government Auditing Standards, the provisions of the Federal Single Audit Act of 1984, the Single Audit Act Amendments of 1996 and U.S. Office of Management and Budget (OMB) Circular A-133 Audits of States, Local Governments, and Non-profit Organizations and the provision of the Connecticut State Single Audit Act (codified in Sections 4-230 through 4-236 of the Connecticut General Statutes as amended by P.A. 98-143). Responses to this RFP shall be submitted to the Town of Madison s Finance Office by the date and time noted above. All proposals must be clearly marked RFP AUDIT SERVICES. No oral, telephonic, emailed, or faxed responses shall be considered. No oral, telephonic, emailed, or faxed corrections, deletions, or additions to any response shall be accepted. The Town reserves the right to reject any or all responses, and to waive any or all formalities in connection with this request. Any responses received after the above scheduled due date and time shall not be accepted or considered. 1. AGREEMENT The Town shall, upon mutually agreed to and acceptable terms and conditions with the successful firm, enter into a formal agreement for professional audit services for a mutually agreed to period of time. The Town reserves the right, subject to mutual agreement with the successful firm, to extend the terms of this agreement for a mutually agreed upon period of time. 4 P age

2. CANCELLATION OF AGREEMENT The Town reserves the right to cancel any contract/agreement, by serving written notification no later than January 31st of the fiscal year to be audited, should any of the following conditions exist: The scope of proposed coverage and services, as included in the RFP, are not met. The Town, through changes in its requirements, method of operation, or program operation no longer has a need for the service. 3. INSURANCE REQUIREMENTS The selected firm, upon receiving authorization to proceed, shall be required to deliver an insurance certificate in amounts, companies, and terms acceptable to the Town. The firm selected shall provide evidence of insurance coverage from a company or companies with an A.M. Best rating of A- (VII) or better. Such insurance will protect and indemnify the Town from claims which may arise out of or result from any obligation under this agreement, whether such obligations are the firm s or those of a subcontractor or any person or entity directly or indirectly employed by said firm. Minimum coverage is as follows: a. Workers Compensation: Firm shall provide workers compensation and employers liability insurance that complies with the regulations of the State of Connecticut with limits no less than $100,000 each accident by bodily injury; $100,000 each accident by disease and a policy limit of $500,000. b. Commercial General Liability Insurance: Firm shall provide commercial general liability insurance policy that includes products, operations and completed operations (with no exclusion for sexual abuse or molestation). Limits should be at least: Bodily injury & property damage with an occurrence limit of $1,000,000: Personal & advertising injury limit of $1,000,000 per occurrence: General aggregate limit of $2,000,000 (other than products and completed operations): Products and completed operations aggregate limit of $2,000,000. The policy shall name the Town of Madison as an additional insured. Such coverage will be provided on an occurrence basis and will be primary and shall not contribute in any way to any insurance or self-insured retention carried by the Town. Such coverage shall contain a broad form contractual liability endorsement or similar wording within the policy form. c. Commercial Automobile Insurance: Firm shall provide commercial automobile insurance for any owned autos (symbol 1 or equivalent) in the amount of $1,000,000 each accident covering bodily injury and property damage on a combined single limit basis. Such coverage shall also include hired and non-owned automobile coverage. d. Professional Liability/Errors Omissions: Firm shall provide errors/omissions coverage in the amount of no less than $1,000,000 for any one wrongful act and $1,000,000 in the aggregate. 5 P age

As to the insurance required, the insurer(s) and/or their authorized agents shall provide the Town with certificates of insurance prior to execution of the agreement by the Town, describing the coverage. 4. AWARDING THE SERVICES The services shall be awarded to the firm whose qualifications are deemed to best provide the services desired, taking into account the requirements, terms and conditions contained in the request for proposals and the criteria for evaluating proposals. 5. SUBMISSION OF QUESTIONS Questions relating to this request for proposals must be submitted in writing to the following (emailed questions are acceptable): Town of Madison Finance Office 8 Campus Drive Madison, CT 06443 Attn: Stacy Nobitz Email: nobitzs@madisonct.org To ensure consistent interpretation of certain items, answers to questions the Town deems to be in the interest of all will be made available to all other respondents. 6. PROPOSAL SUBMISSION Six (6) complete sets of the technical proposal and sealed cost proposal are to be submitted to the Town no later than March 22, 2017 at 11:00 A.M. Proposers should send the completed proposal consisting of the two (2) separate envelopes clearly labeled as follows: RFP AUDIT SERVICES and shall be addressed and mailed or hand delivered to: Town of Madison Finance Office 8 Campus Drive Madison, CT 06443 Attn: Stacy Nobitz 6 P age

7. ACCEPTANCE OR REJECTION AND NEGOTIATION OF PROPOSALS The Town reserves the right to reject any or all proposals, to waive any irregularities in the request for proposal and/or responses, and to accept or reject any item or combination of items. By requesting proposals, the Town is in no way obligated to award a contract or to pay expenses of the proposing firms in connection with the preparation or submission of a proposal. Furthermore, the Town reserves the right to reject any and all proposals prior to the execution of the contract, with no penalty to the Town of Madison. 8. SCOPE OF AUDITOR SERVICES a. DESCRIPTION OF THE GOVERNMENT i. Contact Persons/Locations of Offices Stacy Nobitz Director of Finance Town of Madison/Madison Public Schools Finance Office 8 Campus Drive Madison, CT 06443 (203)245-6310 nobitzs@madisonct.org Other Town Department contacts will be supplied as required. The auditor s principal contact with the Town of Madison will be Stacy Nobitz, Director of Finance. ii. Software The financial software packages utilized by the Town of Madison are HTE Phoenix Software (Town & Board of Education one data base) and Quality Data (Tax). iii. Background Information General information about the Town can be obtained within the Town s current Comprehensive Annual Financial Report and available on the Town of Madison website at http://madisonct.org/262/finance-department 7 P age

iv. Availability of Prior Audit Reports and Working Papers Interested proposers who wish to review prior years audit reports and management letters should contact Stacy Nobitz, Director of Finance, 8 Campus Drive, Madison, CT 06443, (203)245-6310, nobitzs@madisonct.org b. NATURE OF SERVICES REQUIRED, see APPENDIX A i. General The Town is soliciting the services of qualified firms of Certified Public Accountants to audit its financial statements for the fiscal year ending June 30, 2017 with the option of annual renewals for each of four (4) subsequent fiscal years. These audits are to be performed in accordance with the provisions contained in this request for proposals. In addition, you will need to prepare the Town s Comprehensive Annual Financial Report (CAFR). ii. Scope of Work to be Performed The Town of Madison desires the auditor to express an opinion on the fair presentation of its basic financial statements in conformity with generally accepted accounting principles. The auditor shall also be responsible for performing certain limited procedures involving required supplementary information required by the Governmental Accounting Standards Board, as mandated by generally accepted auditing standards. Final report preparation and necessary editing shall be the responsibility of the Auditor. Reproduction of reports is discussed in Section h below. Auditor shall submit for management review a draft of all reports. The final reports are subject to review by the Director of Finance. Auditor shall incorporate, as part of the basic proposal, meeting time with Staff and the Board of Finance for the purpose of discussing the audits or management letter and its conclusions. iii. Auditing Standards to be Followed To meet the requirements of this request for proposals, the audit shall be performed in accordance with generally accepted auditing standards as set forth by the American Institute of Certified Public Accountants, the standards for financial audits set forth in the U.S. General Accounting Office s (GAO) Government Auditing Standards, the provisions of the Federal Single Audit Act of 1984, the Single Audit Act Amendments of 1996 and U.S. Office of Management and Budget (OMB)Circular A-133 Audits of States, Local 8 P age

Governments, and Non-profit Organizations and the provision of the Connecticut State Single Audit Act (codified in Sections 4-230 through 4-236 of the Connecticut General Statutes as amended by P.A. 98-143), pronouncements of the Governmental Accounting Standards Board and its predecessors, pronouncements of the Financial Accounting Standards Board to the extent they are applicable to State and local governments, and any additional requirements of the State of Connecticut or other grantors. c. REPORTS TO BE ISSUED Following the completion of the audit of the fiscal year s financial statements, the auditor shall issue: i. A report on the fair presentation of the financial statements in conformity with generally accepted accounting principles in the United States. ii. A report on Compliance for each Major Federal Program. iii. A report on Internal Controls over Compliance for each Major Federal Program. iv. A report on the schedule of Expenditures of Federal Awards required by the Uniform Guidance. v. A report on Compliance for each Major State Program. vi. A report on Internal Controls over Compliance for each Major State Program. vii. A report on the schedule of expenditures of State Financial Assistance required by the State Single Audit Act. viii. A report on Compliance and on Internal Control over financial reporting based on an audit of the general purpose financial statements performed in accordance with governmental auditing standards. ix. Separate reports shall be prepared and submitted for the Town of Madison s ED001 and other audit reports as required by the State Department of Education x. In the required report(s) on internal controls, the auditor shall communicate any reportable conditions found during the audit. A reportable 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. Significant deficiencies that are also material weaknesses shall be identified as such in the report. Other recommendations discovered by the auditors shall be reported in a separate letter to management, which shall be referred to in the report(s) on internal controls. 9 P age

The reports on compliance shall include all instances of noncompliance. 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 following individuals: Director of Finance First Selectman Chairman of the Board of Finance Auditor will coordinate with the Finance Office the electronic submission and certification of required information to the federal audit clearing house within the earlier of 30 days after receipts of the audit reports or nine months after the end of the audit period. Auditor will make the required submissions to the Connecticut State Office of Policy and Management. d. SPECIAL CONSIDERATIONS i. The Town currently anticipates it will prepare Official Statements in connection with the sale of debt securities which will contain the general purpose financial statements and the auditor s report thereon. In addition, the general purpose financial statements and the Auditor s report thereon will be used in connection with providing annual financial information to all NRMSIRs (Nationally Recognized Municipal Securities Information Repositories.) The auditor, by executing a contract, agrees to the inclusion in any official statements, NRMSIR filing, or disclosure document in conjunction with any issuance of debt, of the general purpose financial statements, the opinion thereon and any supplemental and supporting information in the audit report as well as to furnish the Town with a consent and citation of expertise as the auditor and any necessary comfort letters. ii. The Town of Madison has applied for an award from the Government Finance Officers Association (GFOA) for the Certificate of Achievement for Excellence in Financial Reporting. The Town has not yet received the results of the review of the report for the period ending June 30, 2016. The Town anticipates that it will continue to send its comprehensive annual financial report to the Government Finance Officers Association (GFOA) for review in their Certificate of Achievement for Excellence in Financial Reporting program. The format of reports shall allow the Town to meet the requirements of that program. This also requires that the Auditor ensure that the audit report and financial 10 P age

statements are complete in time for submission to GFOA. The Auditor shall also assist with developing responses to any comments or deficiencies noted by GFOA. iii. The schedule of State and Federal financial assistance and related auditor s report, as well as the reports on the internal controls and compliance are to be issued separately from the comprehensive annual financial report. iv. The formal and official Town and Board of Education accounting records are maintained by the Director of Finance. v. Financial statements will include the effect of any new Governmental Accounting Standards Board Statements. The audit firm selected must provide an analysis of these statements well before the implementation date and discuss modifications that will need to be made to the present method of accounting and reporting the town s financial activities. In addition, the audit firm must keep the Director of Finance updated on a timely basis of all new accounting guidelines through conferences and firm publications. vi. The selected firm will be available throughout the year to offer advice to the Director of Finance on financial matters that may arise therein. Such advice or comments will be at no additional charge, and is expected to be covered by the overall project fees. vii. The Town of Madison administers both a defined benefit pension plan and a defined contribution pension plan. Actuarial services for the Town of Madison and the Madison Public Schools are provided by Milliman, Inc. e. WORKING PAPER RETENTION AND ACCESS TO WORKPAPERS All working papers and reports must be retained, at the auditor s expense, for a minimum of five (5) years, unless the firm is notified in writing by the Town of Madison of the need to extend the retention period. The auditor will be required to make working papers available, upon request by the Town of Madison. 11 P age

In addition, the firm shall respond to reasonable inquiries of successor auditors and allow successor auditors to review working papers relating to matters of continuing accounting significance. f. IMPLIED REQUIREMENTS All services not specifically mentioned in this request for proposals that are necessary to provide the functional capabilities described by the auditor shall be included in the scope of work performed. g. ASSISTANCE TO BE PROVIDED BY THE TOWN i. Town Staff will prepare electronically the final closing of the books. The Town will provide the auditors with Trial Balances for each Fund and all of the accounting detail necessary to perform the audit. ii. The following schedules will be provided but not limited to: 1) Detailed schedules of revenues and expenditures, all funds 2) Capital Asset Listing 3) Tax collection schedules 4) Completed ED001 and supporting documents iii. Town Staff will generate the necessary confirmation letters prepared by the Auditor. iv. Town Staff will be available during the audit to assist the auditor by providing information, documentation and explanations. Documentation includes, but not limited to check registers, bank reconciliations, and payroll records. All requests will first be directed to the Director of Finance. v. Town Staff will compile information for the financial statement footnotes as well as: 1) Required Supplemental Information 2) Transmittal Letter 3) Management Discussion and Analysis 4) CAFR Statistical Tables vi. Town will provide the auditor with reasonable workspace. All information will be available electronically. Auditor will also be provided reasonable access to a photocopier and scanner. 12 P age

vii. As part of the prior audits, the auditor assisted with the preparation of the government wide financial statements and related notes to those financial statements. The Town designated an individual with suitable skill, knowledge, and experience to oversee the auditor services. Auditor assistance is due to lack of Town staff (however the finance department does have the skill, knowledge, and experience). h. NUMBER OF COPIES OF REPORTS i. CAFR - 30 bound copies and a pdf file ii. Short Form - Basic Financial Statements - a pdf file only iii. Management and SAS 114 Letters - 25 bound copies and a pdf file iv. Federal and State Single Audit, if applicable, 30 bound reports and a pdf file i. TENTATIVE SCHEDULE i. Auditor Selection Due Date for proposals March 22, 2017 Review of Proposals including oral interviews Mar 27- April 14, 2017 Appointment by Board of Finance April 19, 2017 ii. Date Audit May Commence The Town of Madison will have preliminary records and electronic downloads of account detail ready for inspection and all management personnel available to meet with the firm s personnel as of May 1, 2017. The Preliminary inspection is to be complete by June 15, 2017. A trial balance for all the funds will be available the first week of September or sooner. The Director of Finance maintains complete work papers in support of trial balances for all funds and supporting documentation for the notes to the financial statements. iii. Date Draft and Final Reports are Due The auditor shall submit draft financial statements, notes including Single Audit Reports and all required supplementary schedules by October 20, 2017. The Director of Finance will complete the review by October 31 st. During that period, the auditor should be available for any meetings that may be necessary to discuss the audit reports. Once all issues for discussion are resolved, the final signed report shall be delivered to the Director of Finance. It is expected that this process will be completed and the final report presented to the Board of Finance no later than November 15, 2017. 13 P age

The ED001 and related schedules and reports shall be certified by December 15, 2017. 9. PROPOSAL REQUIREMENTS a. Technical Proposal i. 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 Town of Madison 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 proposal requirements. THERE SHOULD BE NO DOLLAR COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT. The technical proposal should address all the points outlined in the request for proposals. The proposal should be prepared simply and economically, providing a straightforward, concise description of the proposer s capabilities to satisfy the requirements of the request for proposals. While additional data may be presented, the following subjects, items ii through viii, must be included. They represent the criteria against which the proposal will be evaluated. ii. Independence The firm should provide an affirmative statement that it is independent of the Town of Madison as defined by generally accepted accounting standards and the U.S. Comptroller General Governmental Auditing Standards. The firm should also list and describe the firm s professional relationships involving the Town of Madison as defined by general accepted auditing standards. The firm should also list and describe the firm s professional relationships involving the Town of Madison or any of its agencies or Public Officers or employees for the past five (5) year s, together with a statement explaining why such relationships do not constitute a conflict of interest relative to performing the proposed audit. 14 P age

In addition, the firm shall give the Town of Madison written notice of any professional relationships entered into during the period of this agreement with the Town of Madison or any of its agencies or Public Officers or employees. iii. License to Practice in Connecticut An affirmative statement should be included indicating that the firm and all assigned key professional staff are properly licensed to practice in Connecticut. iv. Firm Qualification and Experience The proposal 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 the engagement on a full-time basis and the number and nature of the staff to be so employed on a part-time basis. If the proposer is a joint venture or consortium, the qualification of each firm comprising the joint venture or consortium should be separately identified and the firm that is to serve as the principal auditor should be noted, if applicable. The firm is also required to submit a copy of the report on its most recent external quality control review, with a statement whether that quality control review included a review of specific government engagements. Each proposer shall submit copies of at least two Comprehensive Annual Financial Reports issued by Connecticut municipalities in which their opinion is contained. At least one of these reports shall have been awarded the GFOA Certificate of Achievement for Excellence in Financial Reporting within the past three years. 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 claims filed and any disciplinary review or action taken or pending against the firm during the past three (3) years with state regulatory bodies or professional organizations. v. Partner, Supervisory and Staff Qualifications and Experience The firm should identify the principal supervisory and management staff, including engagement partners, managers, other supervisors and specialists, who would be assigned to the engagement and indicate whether each such person is licensed to practice as a Certified Public Accountant in Connecticut. The firm also should provide information on the government auditing experience of each person. 15 P age

The firm should provide as much information as possible regarding the number, qualifications and experience of the non-supervisory staff to be assigned to this engagement. The firm also should indicate how the quality of staff over the term of the agreement will be assured. 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 Town of Madison. However, in either case, the Town of Madison retains the right to approve or reject replacements. Other audit personnel may be changed at the discretion of the proposer provided that replacements have substantially the same or better qualifications or experience. vi. Prior Engagements with the Town of Madison List separately all engagements within the last five (5) years, ranked on the basis of total staff hours, for the Town of Madison by type of engagement (i.e., audit, management advisory services, other). vii. Similar Engagements with other Governmental Entities For the firm s office that will be assigned responsibility for the audit, list the most significant municipal engagements (maximum of five (5)) performed in the last five years that are similar to the engagement described in this request for proposals. These engagements should be ranked on the basis of total staff hours. Indicate the scope of work, date, engagement partners, total hours, and the name and telephone number of the principal client contact. viii. 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 Town of Madison. b. DOLLAR COST PROPOSAL The proposer shall submit Six (6) copies of the Not to Exceed Price for Proposed Services Schedule attached to this request for proposals (see Appendix A). c. OVERALL CONTENT OF PROPOSAL The following material is required to be included within the proposal package: i. Cover Letter showing the RFP subject, the legal name, address and telephone number of the proposer (company, firm, partnership, and individual). The cover letter shall contain the 16 P age

name, address, and telephone number of a contact person. The cover letter must be signed and dated by the person who has authority to bind the proposing firm to the submitted proposal. ii. Table of Contents iii. Detailed Proposal the detailed proposal should follow the order set forth in Section 9a. Firms not addressing the specific points will be denied further consideration. iv. Executed copies of Proposer Guarantees and Proposer Warranties (Appendix B) v. Cost In a separate envelope, include the Not to Exceed Price for Proposed Services Schedule (Appendix A). 17 P age

TOWN OF MADISON APPENDIX A NOT TO EXCEED PRICE FOR PROPOSED SERVICES SCHEDULE In accordance with the Request for Proposal for Audit Services issued by Town of Madison, the firm referenced below hereby submits the following cost proposal: Basic Reports to Be Issued Town audit, including CAFR And Report of Internal Controls Year Ended June 30th 2017 2018 2019 2020 2021 Single Audit Act Report Federal Single Audit Total I hereby certify that the undersigned is authorized to represent the firm stated above, and empowered to submit this bid, and if selected authorized to sign a contract with the Town, for the services identified in the Request for Proposals. Firm Name: Signature: Printed Name: Title: Date: 18 P age

TOWN OF MADISON APPENDIX B PROPOSER GUARANTEES AND PROPOSER WARRANTIES Proposer Guarantees The proposer certifies it can and will provide and make available, at a minimum, all services set forth in Section 8b, Nature of Services Required. Proposer Warranties 1. Proposer warrants that it is willing and able to comply with State of Connecticut laws with respect to foreign (non-state of Connecticut) corporations. 2. 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. (Minimum amount: $1,000,000) 3. Proposer warrants that it will not delegate or subcontract its responsibilities under an agreement without the express prior written permission of the Town of Madison. 4. 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: 19 P age