HomeMy WebLinkAboutResolution - 2011-R0244 - Agreement - BKD LLP - Audit Of Annual Financial Statements - 06_09_2011Resolution No. 2011-RO244
June 9, 2011
Item No. 5.4
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, an Agreement for an audit of annual
financial statements by and between the City of Lubbock and BKD, LLP of Dallas,
Texas, which Agreement and any associated documents are attached hereto as Exhibit
"A" and made a part hereof for all intents and purposes. In addition thereto, the City
Manager or a designated representative may execute engagement letters or other
associated documents as required during the term of the Agreement.
Passed by the City Council this June 9 , 2011.
TOM MARTIN, MAYOR
ATTEST:
Cos
Rebe ca Garza, City Secretai
APPROVED AS TO CONTENT:
ubvxt��
Andy B rcham, Chief Financial Officer
APPROVED AS TO FORM:
C ad Weaver, Assistant City Attorney
Res-Contract-BKD,LLP
5.6.11
Contract: 10072
Resolution No. 2011-RO244
CONTRACT
This professional services contract is executed this 9th day of June, 2011 by and
between the City of Lubbock, Texas, hereinafter called the City, and BKD, LLP.
WHEREAS, the City has issued a Request for Proposal (RFP 11-10072-DT) for
Audit of Annual Financial Statements; and
WHEREAS, the proposal submitted by BKD, LLP has been selected as the
proposal which best meets the needs of the City to provide such professional
services;
WITNESSETH: IN CONSIDERATION of mutual promises of the parties
contained herein and other good and valuable consideration, the parties agree as
follows:
1. BKD, LLP shall provide the City with the necessary professional
services to audit all funds including those which are covered under the provisions of
the Single Audit Act.
2. The term of the contract shall run from the date of execution and shall
automatically renew each year, subject to budget approval by the governing body of
the City, for such terms as are required to perform the contracted professional
auditing services for the fiscal years ending September 30, 2011 through September
30, 2015.
3. The professional accounting services shall be provided in accordance
with the terms and conditions set forth in the Request for Proposal, attached hereto.
An engagement letter will be executed each year by authorized representatives of
both parties.
4. BKD, LLP shall be compensated for services rendered under this
contract in accordance with the terms and conditions set forth in the Exhibits. No
work shall be performed beyond the present scope of this contract without express
prior approval by the governing body of the City.
5. The City or BKD, LLP shall have the right to terminate the contract
upon 30 days written notice.
6. In the event of a conflict between any terms and conditions of this
contract and the Exhibit, the terms and conditions of the Exhibit shall take
precedence.
7. Neither party may assign any of its rights or delegate any of its
obligations under this agreement, without the express written consent of the other.
8. It is agreed that the failure of any party to invoke any of the available
remedies under this agreement or under law in the event of one or more breaches or
defaults by any party under the agreement shall not be construed as a waiver of
such provisions and conditions and shall not prevent the parties from invoking such
remedies in the event of any future breach or default.
9. Each paragraph of this agreement is severable from all other
paragraphs. In the event any court of competent jurisdiction determines that any
paragraph or subparagraph is invalid or unenforceable for any reason, all remaining
paragraphs and subparagraphs shall remain in full force and effect.
10. This agreement shall be interpreted according to and enforced under
the laws of the State of Texas.
11. This agreement contains the entire agreement of both parties hereto,
and no other oral or written agreement shall be binding on the parties hereto. This
agreement supersedes all prior agreements, contracts and understandings of any
kind between the parties relating to the subject matter hereof. This agreement may
be executed in one or more counterparts, each of which shall be deemed an original,
but all of which together shall constitute one and the same instrument.
IN WITNESS WHEREOF, the parties hereto have executed this professional
services contract on or as of the date first written above.
CITY OF LUBBOCK BKD, LLP
i�►�� By: tll�d
Torn Martin, Mayor Title: PckrC.-
ATTEST:
Rebe ca Garza, City Secret y
APPROVED AS TO CONTENT:
— A\dmbv-�'�
Andy Burcham, Chief Financial Officer
APPR ED S TO FORM:
Assistant City Attorney
Resolution No. 2011-RO244
BKDLP
CPAs & Advisors
May 26, 2011
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
P.O. Box 2000
Lubbock, Texas 79457
14241 Gal a Parkway, Suite 1100
Dallas, TX 75254-2961
972 702.8262 Fax 972.702.0673 www.bkd.com
EXHIBIT A
We are pleased to confirm the arrangements of our engagement and the nature of the services we will provide to
City of Lubbock, Texas.
ENGAGEMENT OBJECTIVES
We will audit the basic financial statements of City of Lubbock, Texas and Lubbock Power and Light as of and for
the year ending September 30, 201 I, in accordance with auditing standards generally accepted in the United States
of America, the standards applicable to financial audits contained in Government Auditing Standards issued by the
Comptroller General of the United States, the State of Texas Uniform Grant Management Standards, issued by the
Governor's office of Budget and Planning, U.S. Office of Management and Budget (OMB) Circular A-133, Audits
of States, Local Governments, and Nonprofit Organizations and the Passenger Facility Charge Audit Guide for
Public Agencies, issued by the Federal Aviation Administration (PFC Guide). We will also perform agreed upon
procedures related to the City of Lubbock's report to the Texas Commission on Environmental Quality (TCEQ).
The objectives of our audit are:
✓ Expression of an opinion on the conformity of your financial statements, in all material respects, with accounting
principles generally accepted in the United States of America.
✓ Issuance of a report on your compliance based on the audit of your financial statements.
✓ Issuance of a report on your internal control over financial reporting based on the audit of your financial statements.
✓ Expression of an opinion on your compliance, in all material respects, with the types of compliance requirements
described in the U. S. Office of Management and Budget Circular A-133 Compliance Supplement that are
applicable to each of your major federal award programs.
✓ Issuance of a report on your internal control over compliance based on the audit of your compliance with the types
of compliance requirements that are applicable to each of your major federal and state award programs.
✓ issuance of a report on your schedule of expenditures of federal and state awards.
✓ Expression of an opinion on your compliance, in all material respects, with the types of compliance requirements
described in the State of Texas Uniform Grant Management Standards, issued by the Governor's Office of Budget
and Planning that are applicable to each of your major state award programs.
experience ND
Praxity�:
MEMBER '
L ,;,. n rx [.
n rn + i ; r,t
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page 2
✓ Issuance of a report on agreed upon procedures related to the City of Lubbock's report to the TCEQ.
✓ Expression of an opinion on your compliance, in all material respects, with the types of compliance requirements
described in the PFC Guide that are applicable to your passenger facility charge program (PFC Program).
✓ Issuance of a report on your internal control over compliance based on the audit of your compliance with the types
of compliance requirements that are applicable to the PFC program.
✓ Issuance of a report on your schedule of PFC Program Revenues and Disbursements.
✓ Issuance of a report on adherence to the City's investment policies as required by the Public Funds Investment, Act
Chapter 2256 of the Texas Government Code.
OUR RESPONSIBILITIES
Auditing standards generally accepted in the United States of America, Government Auditing Standards and OMB
Circular A-133 require that we plan and perform:
✓ The audit of the financial statements to obtain reasonable rather than absolute assurance about whether the financial
statements are free of material misstatement, whether caused by error or fraud.
✓ The audit of compliance with the types of compliance requirements described in the OMB Circular A-133
Compliance Supplement applicable to each major federal award program to obtain reasonable rather than absolute
assurance about whether noncompliance having a direct and material effect on a major federal award program
occurred.
✓ The audit of compliance with the types of compliance requirements described in the PFC Guide applicable to the
PFC program to obtain reasonable rather than absolute assurance about whether noncompliance having a direct and
material effect on the PFC program occurred.
Accordingly, a material misstatement or noncompliance having a direct and material effect may remain undetected.
Our audit of the financial statements is designed to detect misstatements and noncompliance that, in ourjudgment, could
have a material effect on the financial statements taken as a whole. Consequently, our audit will not necessarily detect
errors or fraud resulting in an immaterial misstatement of the financial statements.
Likewise, our audit of compliance with the types of compliance requirements applicable to each major federal and state
award program and with the PFC program is designed to detect noncompliance having a direct and material effect on a
major program or the PFC program. Consequently, our audit will not necessarily detect noncompliance having an
indirect and material or an immaterial effect on any program.
An audit also includes obtaining an understanding of the entity and its environment, including internal controls,
sufficient to assess the risks of material misstatement of the financial statements and to design the nature, timing and
extent of further audit procedures to be performed. An audit is not designed to provide assurance on internal control
over financial reporting or on internal control over compliance or to identify material weaknesses or significant
deficiencies. However, we will communicate to you any matter that comes to our attention that we consider a
material weakness or significant deficiency. Because of the limits of internal control, errors, fraud, illegal acts or
instances of noncompliance may occur and not be detected. Also, in the future, procedures could become
inadequate because of changes in conditions or deterioration in design or operation. Two or more people may also
circumvent controls, or management may override the system. We are available to perform additional procedures
Honorable Tom Martin, Mayor
Members of the City Council
Ms_ Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page 3
with regard to fraud detection and prevention at your request, subject to completion of our normal engagement
acceptance procedures. The actual terms and fees of such an engagement would be documented in a separate letter
to be signed by you and BKD.
Kevin Kemp, CPA is responsible for supervising the engagement and authorizing the signing of the report or
reports.
If, for any reason, we are unable to complete our audit of the financial statements or our audit of compliance with
the types of compliance requirements applicable to each major federal award program or are unable to form or have
not formed an opinion, we may decline to express an opinion or decline to issue a report as a result of this
engagement. if we discover conditions that may prohibit us from issuing a standard report, we will notify you as
well. In such circumstances, further arrangements may be necessary to continue our engagement.
YOUR RESPONSIBILITIES
To facilitate our audit, management is responsible for making all financial records documentation and other
financial and compliance related information available to us. At the conclusion of our engagement, management
will provide to us a letter acknowledging certain responsibilities outlined in this engagement letter and confirming:
• The availability of this information
• Certain representations made during the audits for all periods presented
• The effects of any uncorrected misstatements, if any, resulting from errors or fraud aggregated by us
during the current engagement and pertaining to the latest period presented are immaterial, both
individually and in the aggregate, to the financial statements taken as a whole
Management is responsible for the fair presentation of the financial statements in accordance with accounting
principles generally accepted in the United States of America, for adjusting the financial statements to correct
material misstatements and for identifying and ensuring compliance with the laws, regulations, contracts and grants
applicable to your activities including your federal award programs. Management is also responsible for
establishing and maintaining effective internal control over financial reporting and compliance and setting the
proper tone; creating and maintaining a culture of honesty and high ethical standards; and establishing appropriate
controls to prevent, deter and detect fraud, illegal acts and instances of noncompliance.
The results of our tests of compliance and internal control over financial reporting performed in connection with our
audit of the financial statements may not fully meet the reasonable needs of report users. Management is
responsible for obtaining audits, examinations, agreed -upon procedures or other engagements that satisfy relevant
legal, regulatory or contractual requirements or fully meet other reasonable user needs.
OTHER SERVICES
We may perform other services for you not covered by this engagement letter. You agree to assume full
responsibility for the substantive outcomes of those services, including any findings that may result. You also
acknowledge that those services are adequate for your purposes and that you will establish and monitor the
performance of those services to ensure that they meet management's objectives. Any and all decisions involving
management functions related to those services will be made by you, and you accept full responsibility for such
decisions. We understand that you will designate a management -level individual to be responsible and accountable
for overseeing the performance of those services, and that you will have determined this individual is qualified to
conduct such oversight.
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page 4
ENGAGEMENT FEES
Our fees will be $220,000, which includes time expended and charges for travel, long-distance telephone, copies,
etc.
Our pricing for this engagement and our fee structure is based upon the expectation that our invoices will be paid
promptly. We will issue progress billings during the course of our engagement, and payment of our invoices is due
upon receipt. Interest will be charged on any unpaid balance after 60 days at the rate of 10% per annum.
Our engagement fee does not include any time for post -engagement consultation with your personnel or third
parties, consent letters and related procedures for the use of our reports in offering documents, inquiries from
regulators or testimony or deposition regarding any subpoena. Charges for such services will be billed separately.
Our fees may also increase if our duties or responsibilities are increased by rulemaking of any regulatory body or
any additional new accounting or auditing standards. We will consult with you in the event any other regulations or
standards are issued that may impact our fees.
If our invoices for this or any other engagement you may have with BKD are not paid within 30 days, we may
suspend or terminate our services for this or any other engagement. In the event our work is suspended or
terminated as a result of nonpayment, you agree we will not be responsible for any consequences to you.
OTHER ENGAGEMENT MATTERS AND LIMITATIONS
Our workpapers and documentation retained in any form of media for this engagement are the property of BKD.
BKD will be required to make working papers available to the City upon request and to respond to reasonable
inquiries of successor auditors and to allow successor auditors to review working papers relating to matters of
continuing audit significance. In addition, we may be requested by regulatory or enforcement bodies to make
certain workpapers available to them pursuant to authority granted by law or regulation. You agree that we have no
legal responsibility to you in the event we provide such documents or information.
During the course of BKD's engagement, BKD may accumulate records containing data, which should be reflected
in the City's books and records. The City will determine that all such data, if necessary, will be reflected.
Accordingly, the City will not expect BKD to maintain copies of such records in BKD's possession.
You agree that any dispute regarding this engagement will, prior to resorting to litigation, be submitted to mediation
upon written request by either party. Both parties agree to try in good faith to settle the dispute in mediation. The
American Arbitration Association will administer any such mediation in accordance with its Commercial Mediation
Rules. The results of the mediation proceeding shall be binding only if each of us agrees to be bound. We will
share any costs of mediation proceedings equally.
No amendment, modification, or alteration of the terms of this engagement shall be binding unless such
amendments, modifications, or alterations are in writing, dated subsequent to this agreement, and duly executed by
BKD and the City.
If any provision of this agreement is declared invalid or unenforceable, no other provision of this agreement is
affected and all other provisions remain in full force and effect.
This engagement letter represents the entire agreement regarding the services described herein and supersedes all
prior negotiations, proposals, representations or agreements, written or oral, regarding these services. It shall be
binding on successors and assigns of you and BKD.
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page S
We may from time to time utilize third -party service providers, e.g., domestic software processors or legal counsel,
or disclose confidential information about you to third -party service providers in serving your account. We remain
committed to maintaining the confidentiality and security of your information. Accordingly, we maintain internal
policies, procedures and safeguards to protect the confidentiality of your information. In addition, we will secure
confidentiality agreements with all service providers to maintain the confidentiality of your information. In the
event we are unable to secure an appropriate confidentiality agreement, you will be asked to provide your consent
prior to the sharing of your confidential information with the third -party service provider.
We will, at our discretion or upon your request, deliver financial or other confidential information to you
electronically via email or other mechanism. You recognize and accept the risk involved, particularly in email
delivery as the Internet is not necessarily a secure medium of communication as messages can be intercepted and
read by those determined to do so.
You agree you will not modify these documents for internal use or for distribution to third parties. You also
understand that we may on occasion send you documents marked as draft and understand that those are for your
review purpose only, should not be distributed in any way and should be destroyed as soon as possible.
If you intend to include these financial statements and our report in an offering document at some future date, you
agree to seek our permission to do so at that time. You agree to provide reasonable notice to allow sufficient time
for us to perform certain additional procedures. Any time you intend to publish or otherwise reproduce these
financial statements and our report and make reference to our firm name in any manner in connection therewith, you
agree to provide us with printers' proofs or masters for our review and approval before printing or other
reproduction. You will also provide us with a copy of the final reproduced material for our approval before it is
distributed. Our fees for such services are in addition to those discussed elsewhere in this letter.
You agree to notify us if you desire to place these financial statements or our report thereon on an electronic site.
You recognize that we have no responsibility as auditors to review information contained in electronic sites.
Any time you intend to reference our firm name in any manner in any published materials, including on an
electronic site, you agree to provide us with draft materials for our review and approval before publishing or posting
such information.
BKD is a registered limited liability partnership under Missouri law. Under applicable professional standards,
partners of BKD, LLP have the same responsibilities as do partners in a general accounting and consulting
partnership with respect to conformance by themselves and other professionals in BKD with their professional and
ethical obligations. However, unlike the partners in a general partnership, the partners in a registered limited
liability partnership do not have individual civil liability, directly or indirectly, including by way of indemnification,
contribution, assessment or otherwise, for any debts, obligations or liabilities of or chargeable to the registered
limited liability partnership or each other, whether arising in tort, contract or otherwise.
HIPAA BUSINESS ASSOCIATE AGREEMENT
We agree not to use or disclose Protected Health Information of your employees (hereinafter referred to as "PHI")
obtained or produced in any form of media during the course of our work in a manner prohibited by HIPAA, as
amended. We may use or disclose PHI for purposes of (a) performing our engagement, (b) management and
administration of BKD, or (c) carrying out legal responsibilities of BKD. We represent to you that we have
implemented what we consider to be appropriate administrative, physical and technical safeguards to protect the
confidentiality, integrity and availability of your PHI.
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page 6
With respect to your PHI, we will report to you any breach (as defined in 45 CFR 164.402), material security
incident or use or disclosure not authorized by this agreement and, to the extent practical, assist you in mitigating
any harmful effects caused by breaches, material security incidents or unauthorized uses or disclosures of which we
become aware. To assist you in fulfilling your responsibility to notify impacted individuals and others of a breach
involving unsecured PHI (as required under 45 CFR 164.400 et seq.), in this report we will identify to you, to the
extent reasonably possible:
Each individual whose unsecured PHI was subject to the breach.
Any other available information you are required to include in your notification to such individual(s)
or others under 45 CFR 164.404(c).
We agree that any material violation of these confidentiality provisions entitles you to terminate this engagement.
BKD agrees to:
Upon their request, make available to the Secretary of Health and Human Services (HHS) our
internal practices and books and records relating to the use and disclosure of PHI for purposes of
determining your compliance with the Security and Privacy Rule, subject to any applicable legal
privileges.
Make available information necessary for you to make an accounting of disclosures of PHI about an
individual.
To the extent we maintain information that is part of a Designated Record Set, make available
information necessary for you to respond to requests by individuals for access to PHI that is not in
your possession but is considered part of a Designated Record Set,
Upon receipt of a written request from you, incorporate any amendments or corrections to PHI
contained in our workpapers in accordance with the Security and Privacy Rule to the extent such
PHI is considered part of a Designated Record Set.
For purposes of this agreement, the term "Security and Privacy Rule" refers to the final rules published to implement
the Administrative Simplification provisions of the Health Insurance Portability and Accountability Act of 1996,
specifically 45 CFR Parts 160 and 164. The terms "Protected Health Information" and "Designated Record Set"
have the same meaning as defined in the Security and Privacy Rule.
At the conclusion or termination of this engagement, any PHI retained by us will be subject to the same safeguards
as for active engagements.
We will obtain from any agents, including subcontractors, to whom we provide PHI received from you, or created or
received by us on behalf of you, an agreement to the same restrictions and conditions that apply to us with respect to
such PHI.
To the extent that any relevant provision of HIPAA is eliminated or held to be invalid by a court of competent
jurisdiction, the corresponding portion of this agreement shall be deemed of no force and effect for any purpose. To
the extent that any relevant provision of HIPAA is materially amended in a manner that changes the obligations of
business associates or covered entities that are embodied in term(s) of this engagement, the Parties agree to negotiate
in good faith appropriate amendment(s) to this engagement to give effect to such revised obligations. In addition,
Honorable Tom Martin, Mayor
Members of the City Council
Ms. Lee Ann Dumbauld, City Manager
Mr. Andy Burcham, Chief Financial Officer
City of Lubbock, Texas
Page 7
the terms of this engagement should be construed in light of any interpretation and/or guidance on HIPAA issued by
HHS from time to time.
If the above arrangements are acceptable to you, please sign the enclosed copy of this letter and return it to us. If the
signed copy you return to us is in electronic form, you agree that such copy shall be legally treated as a "duplicate
original" of this agreement.
�Kplt,op
BKD, LLP
Signature
Awi, A) � in d 0 L t4)
Printed Name and Titl
Date: -)L1w { -4d f 1
The services and arrangements described in this letter are in accordance with our understanding and are acceptable
to us.
City of Lubbock, Texas
A_t& 43-1-�
Signature
" b QP6, m , o
Printed Name and Title
Date: V 0Y"o , Imi
Resolution No. 2011—R0244
Clifton
Gunderson LLP
Cenified Public Accountants & Consultants
System Review Report
To the Partners of BKD, LLP
and the Center for Public Company
Audit Firms Peer Review Committee
We have reviewed the system of quality control for the accounting and auditing practice of BKD,
LLP (the firm) applicable to non -SEC issuers in effect for the year ended May 31, 2008. Our
peer review was conducted in accordance with the Standards for Performing and Reporting on
Peer Reviews established by the Peer Review Board of the American Institute of Certified
Public Accountants. The firm is responsible for designing a system of quality control and
complying with it to provide the firm with reasonable assurance of performing and reporting in
conformity with applicable professional standards in all material respects. Our responsibility is to
express an opinion on the design of the system of quality control and the firm's compliance
therewith based on our review. The nature, objectives, scope, limitations of, and the procedures
performed in a System Review are described in the standards at www.eicpa.org/prsummary.
As required by the standards, engagements selected for review included engagements
performed under the Government auditing Standards; audits of employee benefit plans, and an
audit performed under FDICIA.
In our opinion, the system of quality control for the accounting and auditing practice applicable
to non -SEC issuers of BKD, LLP in effect for the year May 31, 2008 has been suitably designed
and complied with to provide the firm with reasonable assurance of performing and reporting in
conformity with applicable professional standards in all material respects. Firms can receive a
rating of pass, pass with deficiency(ies) or fail. BKD, LLP has received a peer review rating of
pass.
July 31, 2008
'Ahf e<_. it, I i VImv: an J ':.;.hmzi�•r,, LC
1.vlernaf�orwl
Resolution No. 2011-RO244
Attachment to the Peer Review Report of BKD LLP
Description of the Peer Review Process
Overview
Firms enrolled in the AICPA Center for Public Company Audit Firms (the Center) Peer Review
Program have their system of quality control periodically reviewed by independent peers. These
reviews are system and compliance oriented with the objective of evaluating whether:
The reviewed firm's system of quality control for its accounting and auditing practice
applicable to non -SEC issuers has been designed to meet the requirements of the Quality
Control Standards established by the AICPA.
The reviewed firm's quality control policies and procedures applicable to non -SEC
issuers were being complied with to provide the firm with reasonable assurance of
complying with professional standards.
A peer review is based on selective tests and directed at assessing whether the design of and
compliance with the firm's system of quality control for its accounting and auditing practice
applicable to non -SEC issuers provides the firm with reasonable, not absolute, assurance of
complying with professional standards. Consequently a peer review on the firm's system of
quality control is not intended to, and does not, provide assurance with respect to any individual
engagement conducted by the firm or that none of the financial statements audited by the firm
should be restated.
The Center's Peer Review Committee (PRC) establishes and maintains peer review standards. At
regular meetings and through report evaluation task forces, the PRC considers each peer review,
evaluates the reviewer's competence and performance, and examines every report, letter of
comments, and accompanying response from the reviewed firm that states its corrective action
plan before the peer review is finalized. The Center's staff plays a key role in overseeing the
performance of peer reviews working closely with the peer review teams and the PRC.
Once the PRC accepts the peer review reports, letters of comments, and reviewed firms'
responses, they are maintained in a file available to the public. In some situations, the public file
also includes a signed undertaking by the firm agreeing to specific follow-up action requested by
the PRC.
Firms that perform audits or play a substantial role in the audit of one or more SEC issuers, as
defined by the Public Company Accounting Oversight Board (PCAOB), are required to be
registered with and have their accounting and auditing practice applicable to SEC issuers
inspected by the PCAOB. Therefore, we did not review the firm's accounting and auditing
practice applicable to SEC issuers.
Planning the Review for the Firm's Accounting and Auditing Practice Applicable to Non -
SEC Issuers
To plan the review of BKD LLP, we obtained an understanding of (1) the nature and extent of
the firm's accounting and auditing practice, and (2) the design of the firm's system of quality
control sufficient to assess the inherent and control risks implicit in its practice. Inherent risks
were assessed by obtaining an understanding of the firm's practice, such as the industries of its
clients and other factors of complexity in serving those clients, and the organization of the firm's
personnel into practice units. Control risks were assessed by obtaining an understanding of the
design of the firm's system of quality control, including its audit methodology, and monitoring
procedures. Assessing control risk is the process of evaluating the effectiveness of the reviewed
firm's system of quality control in preventing the performance of engagements that do not
comply with professional standards.
Performing the Review of the Firm's Accounting and Auditing Practice Applicable to Non -
SEC Issuers
Based on our assessment of the combined level of inherent and control risks, we identified
practice units and selected engagements within those units to test for compliance with the firm's
system of quality control. The engagements selected for review included engagements
performed under the Government Auditing Standards, audits performed under FDICIA, a multi -
office audit, and audits of Employee Benefit Plans. The engagements selected for review
represented a cross-section of the firm's accounting and auditing practice with emphasis on
higher -risk engagements. The engagement reviews included examining working paper files and
reports and interviewing engagement personnel.
The scope of the peer review also included examining selected administrative and personnel files
to determine compliance with the firm's policies and procedures for the elements of quality
control pertaining to independence, integrity, and objectivity; personnel management; and
acceptance and continuance of clients and engagements. Prior to concluding the review, we
reassessed the adequacy of scope and conducted a meeting with firm management to discuss our
findings and recommendations.
n C
ity Of
Tub
TEXAS
Resolution No. 2011-RO244
ADDENDUM I
RFQ 11-10072-DT
Audit of Financial Statements
DATE ISSUED: APRIL 19, 2011
CLOSE DATE: APRIL 27, 2011 @ 3:00 P.M.
The following items take precedence over specifications for the above named Request for
Qualifications (RFQ). Where any item called for in the RFQ documents is supplemented here,
the original requirements, not affected by this addendum, shall remain in effect.
Offeror's attention is invited to review the following changes to RFQ 11-10072-DT — Audit
of Financial Statements.
1. Revised Submittal Section, attached. Added Item 4, In the Price Proposal
Information Section "Firms shall include a price sheet in a separate, sealed
envelope with the signature of the representative of the vendor who is authorized
to make such an offer".
All requests for additional information or clarification must be submitted in writing and directed
to:
City of Lubbock
D'Ana Torres, Buyer
P.O. BOX 2000
Lubbock, Texas 79457
Questions may be faxed to (806)775-2164 or Email to dtorres6d,)mylubbock.us .
THANK YOU,
D'Ana Torres
It is the intent and purpose of the City of Lubbock that this request permits competitive proposals. It shall
be the offeror's responsibility to advise _the City of Lubbock Director of Purchasing and Contract
Management if any language, requirements, etc., or any combinations thereof, inadvertently restricts or
limits the requirements stated in this RFO to a single source. Such notification must be submitted in
writing and must be received by the Director of Purchasing and Contract Management no later than five
(5) business days prior to the bid close date. A review of such notifications will be made.
P.O. Box 2000 • 1625 13`h Street ■ Lubbock, TX 79457 ■ 806.775.3150 4 Purchasing and Contract Management
SUBMITTAL
Proposals must be submitted in the format provided below, with each of the referenced sections
addressed in full. Each of the sections described below must begin on a separate page, and each
page must clearly state the name of the auditor. City reserves the right to eliminate from further
consideration any proposal deemed to be substantially or materially unresponsive to the requests
for information contained herein.
The auditor must respond in writing to the following in order to be considered. Each
category represents criteria that will be used to select the successful respondent. The
completeness and accuracy of the information provided by each auditor will be considered
in the selection process, in addition to the content of the data. Additional data and/or
material related to the qualification of the auditor may also be submitted; however, such
data and/or material may or may not be given value when considering the qualification of
the auditor.
MANDATORY ELEMENTS
Independence (Pass or Fail)
The auditor shall provide an affirmative statement that it is independent of the City and
all component units of the City as defined by generally accepted auditing standards of the
U.S. General Accounting Office's Government Auditing Standards (1994). The firm
shall also list and describe the firm's professional relationships involving the City or any
of its component units for the past 5 years and provide a statement explaining why such
relationships do not constitute a conflict of interest relative to performing the proposed
audit.
2. License to Practice in Texas (Pass or Fail)
An affirmative statement shall be included indicating that the auditor and all assigned key
professional staff are properly licensed to practice in the State of Texas.
3. Required Timeframe (Pass or Fail)
An affirmative statement that the auditor has the ability to complete the audit and submit
the financial statements and auditor's reports to the office of the City of Lubbock City
Secretary within 120 days after the last day of the City's fiscal year.
4. Professional Education Program (Pass or Fail)
A brief description of the auditor's professional development program, including:
a) Approximate number of days of continuing professional education provided to
members of your audit firm annually.
2
Q:Purchase/Bid Doc/l 1-10072-DVADDENDUM i
b) The number of days of specialized training in governmental auditing and accounting
received during the last three (3) years by the personnel who will be assigned to the
City.
c) Whether the continuing professional education program of your audit firm is of an
internal or external nature.
TECHNICAL QUALIFICATIONS
5. Statement of Qualifications (15 Percent)
Include in this section a "Statement of Qualifications" with the size of the audit firm, the
size of the audit 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.
The firm shall list the entities for which they provided assistance, and the nature of that
assistance, that led to the successful achievement of the Certificate of Achievement for
Excellence in Financial Reporting offered by the GFOA.
The auditor is also required to submit a copy of the report on its most recent external
quality control review, with a statement whether that quality control review included a
review of specific government engagements. The auditor shall also provide information
on the results of any federal or state desk reviews or field reviews of its audits during the
past 3 years.
The auditor shall provide information on the circumstances and status of any disciplinary
action taken or pending against the firm during the past 3 years with state regulatory
bodies or professional organizations. Provide a list of your audit firm's open litigation
describing the nature and the amount of each lawsuit for which your audit firm is a named
defendant.
Provide proof of insurance coverage for the following:
Business Automobile Liability:
The audit firm's insurance shall contain a combined single limit of at least $300,000 per
occurrence, and include coverage for but not limited to the following:
• Bodily injury and property damage
• Any and all vehicles owned, used or hired
Q:Purchase/Bid Doc/1 1-10072-DT/ADDENDUM 1
Professional Liabili
The auditor's insurance shall contain a combined single limit of a minimum of
$1,000,000 per occurrence and in the aggregate.
Workers' Compensation and Employers Liabilijy Insurance:
The auditor shall elect to obtain workers' compensation coverage pursuant to Section
406.002 of the Texas Labor Code. Further, the auditor shall maintain said coverage
throughout the term of this contract and shall comply with all provision of Title 5 of the
Texas Labor Code to ensure that the auditor maintains said coverage. Any termination of
workers' compensation insurance coverage by Contractor or any cancellation or non -
renewal of workers' compensation insurance coverage for the Contractor shall be a
material breach of this contract. The auditor may maintain Occupational Accident and
Disability Insurance in lieu of Workers' Compensation. In either event, once the Contract
is awarded, the policy must be endorsed to include a waiver of subrogation in favor of the
City of Lubbock.
Employer's Liability with limits of at least $500,000 each accident, $500,000 by disease
policy limit, and $500,000 by disease each employee shall also be obtained and
maintained throughout the term of this contract.
6. Partner, Supervisory and Staff Qualifications and Experience (10 Percent)
The auditor shall identify the principal supervisory and management staff, including
engagement partners, managers, other supervisors and specialists, who would be assigned
to the engagement. The auditor also shall provide information on their government
auditing experience, general audit experience, and membership in professional
organizations relevant to the performance of this audit.
Provide brief resumes of the personnel to be assigned to the engagement. At a minimum,
detailed information should be provided for.
2 The partner in charge of the audit team
■ The manager in charge of the onsite field work
■ The senior in charge of the onsite field work
Also include their educational and professional experience, with particular emphasis on
experience in auditing governmental units. Indicate whether these individuals are certified
public accountants or independent public accountants licensed to practice in the State of
Texas. Also, indicate whether these individuals are members of the American Institute Of
Certified Public Accountants (AICPA) and/or the Texas Society of Certified Public
Accountants.
The auditor shall provide as much information as possible regarding the number,
qualifications, experience and training including relevant continuing professional
4
Q:Purchase/Bid Doc/1 I-10072-DTIADDENDUM 1
education of the specific staff to be assigned to this engagement. The firm also shall
indicate how the quality of staff over the term of the agreement will be assured.
Thorough knowledge of a full -service municipal corporation. (10 Percent)
The auditor shall list all municipal engagements within the last 5 years. For each
engagement, the auditor shall indicate the scope of the work, date, the type of
engagement, engagement partners, total hours, the location of the auditor's office from
which the engagement was performed, and the name and telephone number of the
principal client contact. Provide at least one sample report of a municipal audit performed
with the last three years by your audit firm. The auditor shall demonstrate their active
participation that led to the successful achievement in the GFOA Certificate of
Achievement for Excellence in Financial Reporting program.
The firm shall list experience with electric utilities.
Similar Engagements with Other Government Entities (10 Percent)
For the auditor's office that will be assigned responsibility for the audit, list the most
significant engagements performed in the last 5 years that are similar to the engagement
described in this Request for Qualifications. Indicate the scope of work, engagement
partners, total hours, and the name and telephone number of the principal client contact.
9. Equal Opportunity (5 Percent)
The commitment of the City to equal opportunity applies to the selection of professional
services. Show evidence of an Equal Employment Opportunity Policy and of compliance
with applicable Federal Law pertaining to Equal Employment Opportunity.
It is also the desire of the City that the City of Lubbock program serve, as much as
practicable, to stimulate growth in all sectors of the business community.
Prospective auditors are strongly encouraged to explore and implement methods for
the utilization of local resources.
10. Specific Audit Approach (25 Percent)
Set forth a work plan including an explanation of the audit methodology to be followed to
perform the services required in this Request for Qualifications. Auditors are required to
provide the following information on their audit approach:
a) Proposed segmentation of the engagement
b) Level of staff and number of hours to be assigned to each proposed segment of the
engagement
c) Sample sizes and the extent to which statistical sampling is to be used in the
engagement
Q:PurchaseBid Doc/1 1-10072-DT/ADDENDUM 1
d) Extent of use of audit software in the engagement
e) Type and extent of analytical procedures to be used in the engagement
t) Approach to be taken in determining laws and regulations that will be subject to audit
test work
g) Approach to be taken in drawing audit samples for purposes of test compliance
Some items for the auditor to consider in developing an audit approach are as follows-
- The City prepares the CAFR and Single Audit including statements, footnotes,
transmittal letter, covers, dividers, etc.
— The City generates lead schedules from the financial system.
— The City provides supporting schedules such as debt, lease, investment, and fixed
asset roll -forwards, payroll data, inventory counts, receivable confirmations, etc.
h) Sample prepared by client list and required timeline for completion
PRICE PROPOSAL INFORMATION (25 Percent)
1. Once the Statements of Qualifications have been evaluated and rated as technically
acceptable, the Price Proposal in the City's best interest will be determined.
2. Response should include the following information on anticipated fees for EACH of the
audit years:
a) Maximum number of professional hours, by staff classification, to complete this
engagement.
b) State the hourly rate to be charged for the audit as well as the total anticipated cost of
the audit based on the estimated time to complete the audit.
c) A not to exceed fixed annual fee.
d) Anticipated, and not to exceed, expenses to be billed to the City.
e) The auditor shall also disclose all expected additional costs if any to be charged to the
City.
Include anticipated terms of payment that would be acceptable to the auditor, although
monthly progress billings are preferred both for the audit fee and out-of-pocket expenses.
4. Firms shall include a price sheet in a separate, sealed envelope with the signature of the
representative of the Vendor who is authorized to make such an offer.
b
Q:Purchasd id Doe/11-10072-DT/ADDENDUM 1
Resolution No. 2011-RO244
CITY OF LUBBOCK
REQUEST FOR QUALIFICATIONS
RFQ - 11-10072-DT
To Provide Professional Services
For
Audit of Annual Financial Statements
Due Date: April 27, 2011 at 3:00 PM (CST)
ISSUED BY:
City of Lubbock
Purchasing and Contract Management Department
1625 131h Street, Room 204
Lubbock, Texas 79401
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
City of Lubbock
Audit of Annual Financial Statements
Request for Qualifications
RFQ 11-10072-DT
Checklist
Please ensure that you complete and return the following documents and information to the City
of Lubbock. Purchasing and Contract Management Department before the deadline. Any
corrections must be initialed by the person making the correction. Late submittals will not be
accepted.
❑ Cover letter addressed to the Mayor
❑ The Checklist page as the First Page of Your Submittal
❑ The Statement of Qualifications form MUST be completed
❑ Clearly mark the RFQ number, title, due date, time, and your company name and address
on the outside of the sealed envelope or container.
❑ Insurance Affidavit
❑ Completed and signed Suspension and Debarment Certification
❑ Completed Non -Collusion Affidavit
❑ Anti -Lobbying Certification
❑ City of Lubbock Procurement Outreach Survey
FAILURE TO PROVIDE ANY OF THE ABOVE MAY RESULT IN YOUR PROPOSAL BEING DEEMED
NON -RESPONSIVE.
Print Name of Company.
Contact Person/Phone
PLEASE INCLUDE THIS COMPLETED PAGE AS THE FIRST PAGE OF YOUR SUBMITTAL.
REQUEST FOR QUALICATIONS
I
Q:PurchaselBid Docs/l1-10072-DT
RFQ 11.10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
City of Lubbock
Audit of Annual Financial Statements
Request for Qualifications
RFQ 11-10072-DT
1 INTENT
a) The City of Lubbock (hereinafter called "City") is soliciting Statements of
Qualifications and Price Proposals from interested auditor is (hereinafter called "the
auditor") to provide Professional Audit Services.
b) The information contained within this document is intended to provide interested
auditors with the requirements and criteria that will be used to make the selection.
2 GENERAL INFORMATION
a) The City is seeking the services of a qualified certified public accountant firm to audit
the City's financial statements, perform the Federal and State Single Audits, perform
the Passenger Facility Charge (PFC) audit, perform agreed -upon procedures for the
Texas Commission of Environmental Quality, and prepare the accompanying reports
for the fiscal years ending September 30, 2011 through 2015.
b) The City is a municipal corporation governed by a Mayor -Council form of
government. There is a City Manager, Chief Financial Officer, Chief Operating
Officer and four Assistant City Managers as well as various divisional directors and
department heads.
c) The City has an Audit and Investment Committee that is involved in the selection of
the auditor. They monitor the progress and results of the financial statement audit,
ensure that control weaknesses and legal compliance violations identified in the
course of the financial statement audit are promptly and effectively remedied, serve
as a direct communication between the independent auditor and the City Council, and
monitor the adequacy of the City's internal control structure on an ongoing basis.
d) The City's fiscal year begins on October 1 and ends on September 30.
e) The City provides the following services to its citizens: public safety (police and fire),
public works, parks and recreation, public health, electric, water, sewer, solid waste,
stormwater utilities, airport, and general administrative services..
e) More detailed information on the government can be found in the 2010 City of
Lubbock Comprehensive Annual Financial Report (CAFR) and in the 2011 City of
Lubbock Annual Operating Budget at hltp://finance.ei.lubbock.tx.us.
f) Contract initiation date: Upon acceptance by the City Council, for the fiscal year
ending September 30, 2011.
3 SCOPE OF SERVICES REQUESTED
REQUEST FOR QUALICATIONS
2
Q:Purchase/Bid Docs/I 1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
The following Scope of Work is to be provided by the successful auditor:
a) The City's general purpose financial statements will be audited in accordance with
generally accepted auditing standards and Government Auditing Standards issued by
the Comptroller General of the United States, the provisions of the Federal Single
Audit Act and the provisions of U.S. Office of Management and Budget (OMB)
Circular A-133 Audits of States, Local Governments, and Non -Profit Organizations.
The auditor will express an opinion concerning whether the general purpose financial
statements present fairly, in all material respects, the financial position of the City of
Lubbock, Texas and the results of its operations and the cash flows of its proprietary
fund types for the year then ended in conformity with generally accepted accounting
principles.
b) In accordance with Government Auditing Standards, the auditor will consider the
City's internal control structure over financial reporting and assess control risk. It is
recognized that the management of the City is responsible for establishing and
maintaining an internal control structure.
c) Reports to be Issued
Following the completion of the audit of the fiscal year's financial statements, the
auditor shall file in the office of the City Secretary within 120 days after the last day
of the City's fiscal year:
A report on the fair presentation of the financial statements in conformity with
generally accepted accounting principles.
A report on the fair presentation of the stand alone financial statements of
Lubbock Power & Light, the City's electric utility fund.
A report on the internal control over financial reporting and on compliance and
other matters based on an audit of financial statements performed in accordance
with Government Auditing Standards.
A report on compliance with requirements applicable to each major federal
program and on internal control over compliance in accordance with OMB
Circular A--133 and on the Schedule of Expenditures of Federal Awards.
A report on the internal control over financial reporting and on compliance and
other matters based on an audit of financial statements performed in accordance
with Government Auditing Standards and the State of Texas Uniform Grants
Management Standards.
A report on compliance with requirements applicable to each major state program
and on internal control over compliance in accordance with Uniform Grants
Management Standards and on the Schedule of Expenditures of State Awards.
REQUEST FOR QUALICATIONS
3
Q:Purchase/Bid Docs/I 1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
A report on the Federal PFC and related Federal Requirements.
— A report to the Texas Commission on Environmental Quality pursuant to
Subchapter C of Title 30 Texas Administrative Code §37.271.
— A report on adherence to the City's investment policies as required by the Public
Funds Investment, Act Chapter 2256 of the Texas Government Code.
— The auditor shall communicate significant deficiencies and material weaknesses
in writing to management and those charged with governance in accordance with
auditing standards.
— The reports on compliance shall include all material instances of noncompliance.
— Irregularities and illegal acts. Auditors shall be required to make an immediate
written report of all irregularities and illegal acts or indications of illegal acts of
which they become aware to the Chief Financial Officer and the Audit and
Investment Committee.
d) Special Considerations
— The City will send its comprehensive annual financial report to the Government
Finance Officers Association of the United States and Canada (GFOA) for review
in its Certificate of Achievement for Excellence in Financial Reporting program.
The auditor is required to provide special assistance to the City to meet the
requirements of that program.
— The City currently anticipates it will prepare one or more official statements in
connection with the sale of debt securities that will contain the general purpose
financial statements and the auditor's report thereon. The auditor may be asked to
supply a confirmation letter as to debt service coverages or necessary "comfort
letters."
— The City may require the auditor's assistance to comply with new reporting
requirements mandated by the Government Accounting Standards Board (GASB).
— The audit will submit Form SF -SAC data collection form and a copy of the A-133
reporting package to the Federal Audit Clearinghouse.
— The City may periodically amend the contract for a special engagement. An
example of this would be a franchise fee audit.
4 SELECTION AND AWARD PROCESS
Statements of Qualifications and Price Proposals will be reviewed by an evaluation
committee, which may include senior management representatives, a financial officer, and/or
REQUEST FOR QUALICATIONS
4
Q:Purchase/Bid Doc&/I I-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
an independent consultant. A short list of firms will be identified and may be interviewed by
the evaluation committee.
Initial selection shall be based on the following mandatory criteria:
a) The auditor is an independent auditor and licensed to practice in Texas.
b) The auditor has no conflict of interest with regard to any other work performed by the
firm for the City.
c) The auditor must have the ability to conduct the audit in the timeframe required.
d) The auditor must have a continuing professional education program in state and local
government accounting, auditing, and financial reporting.
After the evaluation committee makes its initial selection of firms meeting the mandatory
criteria, Statements of Qualifications will be evaluated and scored for both technical
qualifications and price. The evaluation committee then makes a recommendation to the
Audit and Investment Committee.
If the City is unable to negotiate a satisfactory contract with the highest ranked auditor, the
City shall formally end negotiations with the auditor and begin negotiations with the second
most highly ranked auditor.
Negotiations shall be undertaken in this sequence until a contract is made. The contract will
be subject to approval by the City Council.
NO INDIVIDUAL OF ANY USING DEPARTMENT HAS THE AUTHORITY TO
LEGALLY AND/OR FINANCIALLY COMMIT THE CITY TO ANY CONTRACT,
AGREEMENT OR PURCHASE ORDER FOR GOODS OR SERVICES, UNLESS
SPECIFICALLY SANCTIONED BY THE REQUIREMENTS OF THIS REQUEST FOR
QUALIFICATIONS.
5. SUBMISSION PROCESS, DUE DATE, AND REQUIRED DOCUMENTS
One reproducible original and four bound copies of the response, including all required forms
and applicable supporting documentation, are required.
Responses must be submitted not later than 3:00 p.m. Central Standard Time on Apra 27,
2011. The responses must be bound and sealed when submitted. The response material must
be addressed and delivered to:
REQUEST FOR QUALICATIONS
5
QYurchaseBid Docs/11-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
City of Lubbock
Marta Alvarez, Director of Purchasing and Contract Management
Purchasing and Contract Management, Room 204
1625 13t" Street
Lubbock, Texas 79401
The outside of the envelope or container must state:
RFQ 11-10072-DT RESPONSE — Audit of Annual Financial Statements
Proposals received later than the above date and time may be rejected and returned
unopened.
6. PROPOSAL FORMAT & CONTENTS:
Proposals should be presented on 8.5-inch x 11-inch paper, pages sequentially numbered, and
single-spaced with an easily legible font size. Proposals should be prepared as simply as
possible and provide a straightforward, concise description of the auditors's capabilities to
satisfy the requirements of the RFQ. Expensive bindings, color display, promotional
material, etc., are not necessary. EMPHASIS SHOULD BE CONCENTRATED ON
ACCURACY, COMPLETENESS, AND CLARITY OF CONTENT. All parts, pages,
figures, and tables should be numbered and labeled clearly.
7. CLARIFICATION OF REQUIREMENTS
ALL REQUESTS FOR ADDITIONAL INFORMATION OR CLARIFICATION
CONCERNING THIS REQUEST FOR QUALIFICATUINS (RFQ) MUST BE
SUBMITTED IN WRITING NO LATER THAN FIVE (5) BUSINESS DAYS PRIOR
TO THE DUE DATE AND ADDRESSED TO:
City of Lubbock
Marta Alvarez, Director of Purchasing and Contract Management
Purchasing and Contract Management, Room 204
1625 13th Street, Room 204
Lubbock, Texas 79401
Fax: (806) 775-2164
BidSync: http://www.BidSync.com
It is the intent and purpose of the City of Lubbock that this request permits competitive
proposals. It is the auditor's responsibility to advise the Cily of Lubbock Director of
Purchasing and Contract Management if and language, requirements, etc., or any
combinations thereof, inadvertently restricts or limits the requirements stated in this RFQ to a
singlesource. Such notification must be submitted in writing and must be received by the
Director of Purchasing and Contract Management no later than five (5) business days prior to
the due date. A review of such notifications will be made.
Any changes, additions, or clarifications to the RFP are made by ADDENDA information
available over the Internet at http://www.Bidsync.com. We strongly suggest that you check
REQUEST FOR QUALICATIONS
6
Q:Furchase/Bid Docs/I 1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
for any addenda a minimum of forty-eight hours in advance of the response deadline.
BUSINESSES WITHOUT INTERNET ACCESS may use computers available at most
public libraries.
8. RIGHT OF CITY TO REQUEST FURTHER DOCUMENTATION
The City reserves the right to request any further documentation that it deems appropriate
and necessary for the review and award process, including financial statements, during both
the initial review process and the negotiation/award/appointment phase.
Right of City to Cancel Request for Qualifications, to Elect Not to Award, to Reject
Proposals, and to Waive Informalities or Irregularities
The City expressly reserves the right to cancel this RFQ at any time, to elect not to award any
or all of the contracts cited in this RFQ, to reject any or all Proposals, to waive any
informality or irregularity in any Proposal received, and to be the sole judge of the merits of
the respective Proposals received.
9. EQUAL OPPORTUNITY IN CITY BUSINESS CONTRACTING
Race, religion, sex, color, ethnicity, and national origin will not be used as criteria in the
City's business contracting practices. Every effort will be made to ensure that all persons
regardless of race, religion, sex, color, ethnicity and national origin have equal access to
contracts and other business opportunities with the City.
10. INQUIRIES AND INTERPRETATIONS
Responses to inquiries that directly affect an interpretation or change to the RFQ are issued
in writing by the Purchasing and Contract Management Office as an addendum to the RFQ
and posted at www.bidsync.com. All such addenda issued by the Purchasing and Contract
Management Office before the time that Qualification packages are received shall be
considered part of the RFQ.
Only those inquiries the Purchasing and Contract Management Office replies to by addenda
and posts at www.bidsync.com shall be binding. Oral and other interpretations or
clarifications are without legal effect.
It. THE CITY RIGHT TO AUDIT
At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City, at its expense and at reasonable times, reserves the right to audit
Contractor's records and books relevant to all services provided to the City under the
Contract. In the event such an audit by the City reveals any errors or overpayments by the
City, Contractor shall refund the City the fall amount of such overpayments within thirty (30)
days of such audit findings, or the City, at its option, reserves the right to deduct such
amounts owing the City from any payments due Contractor.
The City of Lubbock is aware of the time and effort you expend in preparing and submitting your
response to the City. Please let us know of any requirement causing you difficulty in responding to
REQUEST FOR QUALICATIONS
7
Q:Purchase/Bid Docs/1 I-I0072-DT
RFQ l 1-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
our Request for Qualifications. We want to facilitate your participation so that all responsible
firms can compete for the City's business. Awards should be made approximately four to six weeks
after the opening date. If you have any questions, please contact the City of Lubbock Purchasing
and Contract Management Office at (806) 775-2572.
12. ANTI -LOBBYING PROVISION
DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE
CONTRACT AWARD, PROPOSERS, INCLUDING THEIR AGENTS AND
REPRESENTATIVES, SHALL NOT DISCUSS OR PROMOTE THEIR PROPOSAL
WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL OR CITY STAFF
EXCEPT UPON THE REQUEST OF THE CITY OF LUBBOCK PURCHASING
DEPARTMENT IN THE COURSE OF CITY -SPONSORED INQUIRIES, BRIEFINGS,
INTERVIEWS, OR PRESENTATIONS.
This provision is not meant to preclude offerors from discussing other matters with City Council
members or City staff. The policy is intended to create a level playing field for all potential
offerors, assure that contract decisions are made in public, and to protect the integrity of the RFP
process. Its purpose is to stimulate competition, prevent favoritism and secure the best work and
materials at the lowest practicable price, for the best interests and benefit of the taxpayers and
property owners. Violation of this provision may result in rejection of the offeror's proposal.
REQUEST FOR QUALICATIONS
8
Q:Purchase/Bid Docs/I1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
CITY OF LUBBOCK
RFQ 11-10072-DT
Audit of Annual Financial Statements
Candidates must complete each of the following items in order to be considered.
1. FIRM NAME:
2. BUSINESS ADDRESS:
3. TELEPHONE, WITH AREA CODE:
FAX, WITH AREA CODE:
E MAIL ADDRESS:
INTERNET URL ADDRESS:
4. TYPE OF ORGANIZATION: (CHECK ONE)
a. SOLE PROPRIETORSHIP ( )
b. PARTNERSHIP ( )
c. CORPORATION ( )
d. JOINT VENTURE ( )
5. PRINCIPALS OF FIRM:
DEGREE OR
NAME CERTIFICATE INSTITUTION
b
d.
e.
REQUEST FOR QUALICATIONS
9
Q:Purchase/Bid Docs/11-10072-DT
RFQ l 1-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
SUBMITTED BY:
Signature: Date:
Printed N
Firm N
Tel
Address: State: Zip:
PRIVACY NOTIFICATION
The principal purpose for requesting the information on this form is for use in the selection process for professionals
commissioned by the City of Lubbock.
Furnishing all information requested on this form is mandatory. Failure to provide such information will delay or
may even prevent completion of the action for which the form is being filled out. Information on this form will be
used by the City of Lubbock and its Management Team in the consideration of commissions to professionals.
If you consider any portion of your Proposal to be privileged or confidential by statute or judicial decision, including
trade secrets and commercial or financial information, clearly identify those portions.
Proposals will be opened in a manner that avoids disclosure of the contents to competing auditors and keeps the
Proposals secret during negotiations. All Proposals are open for public inspection after the contract is awarded, but
trade secrets and confidential information in the Proposals are not open for inspection.
The City of Lubbock will honor your notations of trade secrets and confidential information and decline to release
such information initially, but please note that the final determination of whether a particular portion of your
Proposal is in fact a trade secret or commercial or financial information that may be withheld from public inspection
will be made by the Texas Attorney General or a court of competent jurisdiction. In the event a public information
request is received for a portion of your Proposal that you have marked as being confidential information, you will
be notified of such request and you will be required to justify your legal position in writing to the Texas Attorney
General pursuant to Section 552.305 of the Government Code. In the event that it is determined by opinion or order
of the Texas Attorney General or a court of competent jurisdiction that such information is in fact not privileged and
confidential under Section 552.110 of the Government Code and Section 252.049 of the Local Government Code,
then such information will be made available to the requester.
Marking your entire Proposal CONFIDENTI .LIPROPRIETARY is not in conformance with the Texas
Open Records Act.
REQUEST FOR QUALICATIONS
10
Q:PurchaselBod Ducsll 1-10072-DT
RFQ I 1-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
DESCRIPTION OF SELECTION CRITERIA
A committee will evaluate Statements of Qualifications and Proposals using three sets of criteria:
1) mandatory elements, 2) technical qualifications, and 3) price. Firms meeting the mandatory
criteria will have their Statements of Qualifications evaluated and scored for both technical
qualifications and price. The following represent the principal selection criteria that will be
considered during the evaluation process.
1) Mandatory Elements
a) The auditor is an independent auditor licensed to practice in Texas.
b) The auditor has no conflict of interest with regard to any other work performed by the
firm for the City.
b) The auditor must have the ability to conduct the audit in the timeframe required.
c) The auditor must have a continuing professional education program in state and local
government accounting, auditing, and financial reporting.
2) Technical Qualifications (75 percent)
a) Experience and Expertise (50 percent)
— The auditor's past experience and performance on comparable government
engagements
— The auditor's past experience and performance on engagements involving the GFOA
Certificate of Achievement for Excellence in Financial Reporting program
— The quality of the auditor's professional personnel to be assigned to the engagement
and the quality of the auditor's management support personnel to be available for
technical consultation
— The auditor's past experience and performance auditing similar federal or state
financial assistance programs
— Computer expertise with similar hardware and/or software
b) Audit Approach (25 percent)
— Adequacy of proposed staffing plan for various segments of the engagement
— Adequacy of analytical procedures
— Adequacy of approach to internal control structure understanding
— Adequacy of sampling techniques
3) Price (25 percent)
Price will not be the primary factor in the selection of an audit firm.
REQUEST FOR QUALICATIONS
I
Q:Purchase/Bid Docs/11-10072-DT
RF'Q I 1-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
SUBMITALS
Proposals must be submitted in the format provided below, with each of the referenced sections
addressed in full. Each of the sections described below must begin on a separate page, and each
page must clearly state the name of the auditor. City reserves the right to eliminate from further
consideration any proposal deemed to be substantially or materially unresponsive to the requests
for information contained herein.
The auditor must respond in writing to the following in order to be considered. Each
category represents criteria that will be used to select the successful respondent. The
completeness and accuracy of the information provided by each auditor will be considered
in the selection process, in addition to the content of the data. Additional data and/or
material related to the qualification of the auditor may also be submitted; however, such
data and/or material may or may not be given value when considering the qualification of
the auditor.
MANDATORY ELEMENTS
Independence (Pass or Fail)
The auditor shall provide an affirmative statement that it is independent of the City and
all component units of the City as defined by generally accepted auditing standards of the
U.S. General Accounting Office's Government Auditing Standards (1994). The firm
shall also list and describe the firm's professional relationships involving the City or any
of its component units for the past 5 years and provide a statement explaining why such
relationships do not constitute a conflict of interest relative to performing the proposed
audit.
2. License to Practice in Texas (Pass or Fail)
An affirmative statement shall be included indicating that the auditor and all assigned key
professional staff are properly licensed to practice in the State of Texas.
3. Required Timeframe (Pass or Fail)
An affirmative statement that the auditor has the ability to complete the audit and submit
the financial statements and auditor's reports to the office of the City of Lubbock City
Secretary within 120 days after the last day of the City's fiscal year.
4. Professional Education Program (Pass or Fail)
A brief description of the auditor's professional development program, including:
a) Approximate number of days of continuing professional education provided to
members of your audit firm annually.
REQUEST FOR QUALICATIONS
12
Q:Purchase/Bid Docs111-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
b) The number of days of specialized training in governmental auditing and accounting
received during the last three (3) years by the personnel who will be assigned to the
City.
c) Whether the continuing professional education program of your audit firm is of an
internal or external nature.
TECHNICAL QUALIFICATIONS
Statement of Qualifications (15 Percent)
Include in this section a "Statement of Qualifications" with the size of the audit fret, the
size of the audit 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.
The firm shall list the entities for which they provided assistance, and the nature of that
assistance, that led to the successful achievement of the Certificate of Achievement for
Excellence in Financial Reporting offered by the GFOA.
The auditor is also required to submit a copy of the report on its most recent external
quality control review, with a statement whether that quality control review included a
review of specific government engagements. The auditor shall also provide information
on the results of any federal or state desk reviews or field reviews of its audits during the
past 3 years.
The auditor shall provide information on the circumstances and status of any disciplinary
action taken or pending against the firm during the past 3 years with state regulatory
bodies or professional organizations. Provide a list of your audit firm's open litigation
describing the nature and the amount of each lawsuit for which your audit firm is a
named defendant.
Provide proof of insurance coverage for the following:
Business Automobile Liability:
The audit firm's insurance shall contain a combined single limit of at least $300,000 per
occurrence, and include coverage for but not limited to the following:
• Bodily injury and property damage
• Any and all vehicles owned, used or hired
REQUEST FOR QUALICATIONS
13
Q:Purchase/Bid Docs/I1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
Professional Liabili
The auditor's insurance shall contain a combined single limit of a minimum of
$1,000,000 per occurrence and in the aggregate.
Workers' Compensation and Employers Liability Insurance:
The auditor shall elect to obtain workers' compensation coverage pursuant to Section
406.002 of the Texas Labor Code. Further, the auditor shall maintain said coverage
throughout the term of this contract and shall comply with all provision of Title 5 of the
Texas Labor Code to ensure that the auditor maintains said coverage. Any termination of
workers' compensation insurance coverage by Contractor or any cancellation or non -
renewal of workers' compensation insurance coverage :;r the Contractor shall be a
:material breach of this contract. The auditor may maintain Occupational Accident and
Disability Insurance in lieu of Workers' Compensation. In either event, once the
Contract is awarded, the policy must be endorsed to include a waiver of subrogation in
favor of the City of Lubbock.
Employer's Liability with limits of at least $500,000 each accident, $500,000 by disease
policy limit, and $500,000 by disease each employee shall also be obtained and
maintained throughout the term of this contract.
6. Partner, Supervisory and Staff Qualifications and Experience (10 Percent)
The auditor shall identify the principal supervisory and management staff, including
engagement partners, managers, other supervisors and specialists, who would be assigned
to the engagement. The auditor also shall provide information on their government
auditing experience, general audit experience, and membership in professional
organizations relevant to the performance of this audit.
Provide brief resumes of the personnel to be assigned to the engagement. At a minimum,
detailed information should be provided for.
■ The partner in charge of the audit team
■ The manager in charge of the on site field work
■ The senior in charge of the on site field work
Also include their educational and professional experience, with particular emphasis on
experience in auditing governmental units. Indicate whether these individuals are certified
public accountants or independent public accountants licensed to practice in the State of
Texas. Also, indicate whether these individuals are members of the American Institute Of
Certified Public Accountants (AICPA) and/or the Texas Society of Certified Public
Accountants.
The auditor shall provide as much information as possible regarding the number,
qualifications, experience and training including relevant continuing professional
REQUEST FOR QUALICATIONS
14
Q:PurchaselBid DocO 1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
education of the specific staff to be assigned to this engagement. The firm also shall
indicate how the quality of staff over the term of the agreement will be assured.
7. Thorough knowledge of a full -service municipal corporation. (10 Percent)
The auditor shall list all municipal engagements within the last 5 years. For each
engagement, the auditor shall indicate the scope of the work, date, the type of
engagement, engagement partners, total hours, the location of the auditor's office from
which the engagement was performed, and the name and telephone number of the
principal client contact. Provide at least one sample report of a municipal audit performed
with the last three years by your audit firm. The auditor shall demonstrate their active
participation that led to the successful achievement in the GFOA Certificate of
Achievement for Excellence in Financial Reporting program.
The firm shall list experience with electric utilities.
S. Similar Engagements with Other Government Entities (10 Percent)
For the auditor's office that will be assigned responsibility for the audit, list the most
significant engagements performed in the last 5 years that are similar to the engagement
described in this Request for Qualifications. Indicate the scope of work, engagement
partners, total hours, and the name and telephone number of the principal client contact.
9. Equal Opportunity (5 Percent)
The commitment of the City to equal opportunity applies to the selection of professional
services. Show evidence of an Equal Employment Opportunity Policy and of compliance
with applicable Federal Law pertaining to Equal Employment Opportunity.
It is also the desire of the City that the City of Lubbock program serve, as much as
practicable, to stimulate growth in all sectors of the business community.
Prospective auditors are strongly encouraged to explore and implement methods for
the utilization of local resources.
10. Specific Audit Approach (25 Percent)
Set forth a work plan including an explanation of the audit methodology to be followed to
perform the services required in this Request for Qualifications. Auditors are required to
provide the following information on their audit approach;
a) Proposed segmentation of the engagement
b) Level of staff and number of hours to be assigned to each proposed segment of the
engagement
c) Sample sizes and the extent to which statistical sampling is to be used in the
engagement
REQU EST FOR QUALICATIONS
is
Q:PurchaseBid Docs/l I-I0072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
d) Extent of use of audit software in the engagement
e) Type and extent of analytical procedures to be used in the engagement
fj Approach to be taken in determining laws and regulations that will be subject to audit
test work
g) Approach to be taken in drawing audit samples for purposes of test compliance
Some items for the auditor to consider in developing an audit approach are as follows:
— The City prepares the CAFR and Single Audit including statements, footnotes,
transmittal letter, covers, dividers, etc,
— The City generates lead schedules from the financial system.
— The City provides supporting schedules such as debt, lease, investment, and fixed
asset roll -forwards, payroll data, inventory counts, receivable confirmations, etc.
h) Sample prepared by client list and required timeline for completion
PRICE PROPOSAL INFORMATION (25 Percent)
l . Once the Statements of Qualifications have been evaluated and rated as technically
acceptable, the Price Proposal in the City's best interest will be determined.
2. Response should include the following information on anticipated fees for EACH of the
audit years:
a) Maximum number of professional hours, by staff classification, to complete this
engagement.
b) State the hourly rate to be charged for the audit as well as the total anticipated cost of
the audit based on the estimated time to complete the audit.
c) A not to exceed fixed annual fee.
d) Anticipated, and not to exceed, expenses to be billed to the City.
e) The auditor shall also disclose all expected additional costs if any to be charged to the
City.
Include anticipated terms of payment that would be acceptable to the auditor, although
monthly progress billings are preferred both for the audit fee and out-of-pocket expenses.
REQUEST FOR QUALICATIONS
16
QYurchaseBid Docsll 1-10072-DT
RFQ I 1-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
INSURANCE REQUIREMENT AFFIDAVIT
To Be Completed by Offeror and Agent
And Attached to Submittal
I, the undersigned Offeror, certify that the insurance requirements contained in this proposal document have been
reviewed by me with the below identified Insurance Agent/Broker. If I am awarded this contract by the City of
Lubbock, I will be able to, within ten (10) business days after being notified of such award by the City of Lubbock,
furnish a valid insurance certificate to the City meeting all of the requirements defined in this proposal. If this time
requirement is not met, the City has the right to reject the Offeror's proposal and award the contract to another
Proposer.
Offeror (Signature) Offeror (Print)
Company Name (Print or Type)
Company Address
Name of AgentBroker (Print or Type)
Address of Agent/Broker City. State, Zip:
Phone Number Fax Number
Email Address
The City of Lubbock shall be named a primary additional insured with a waiver of subrogation in favor of
the City on all coverages. All copies of the Certificates of Insurance shall reference the RFP or proposal number for
which the insurance is being supplied.
If you have any questions concerning these requirements, please contact the Purchasing and Contract Management
Department for the City of Lubbock at (806) 775-2572.
The Proposer must complete, sign and return as part of their submittal response.
REQUEST FOR QUALICATIONS
17
Q:Purchasc(Bid Ducslll-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FFNANCIAL STATEMENTS
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non -Federal entities
from contracting with or making sub -awards under covered transactions to parties that are
suspended or debarred or whose principals are suspended or debarred. Covered transactions
include procurement contracts for goods or services equal to or in excess of $25,000 and all non -
procurement transactions (e.g., sub -awards to sub -recipients).
Auditors receiving individual awards of $25,000 or more and all sub -recipients must certify that
their organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your audit firm, you must certify that your
organization and its principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the audit firm named below, certify that neither this firm nor its
principals are suspended or debarred by a Federal agency.
COMPANY NAME:
Signature of Company Official.
Date Signed:
Printed name of company official signing above:
THIS FORM MUST BE RETURNED WITH YOUR RESPONSE TO THE RFQ.
REQUEST FOR QUALICATIONS
Is
Q:Purchase/Bid Docs/I I- I 0072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
NON -COLLUSION DECLARATION
I, by signing Proposal, hereby declare, under penalty of perjury under the laws of the United
States that the following statements are true and correct:
That the undersigned person(s), Vendor, association or corporation has (have) not,
either directly or indirectly, entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive bidding in connection
with the Project for which this Proposal is submitted.
2, That by signing the signature page of this Proposal, I am deemed to have signed and
have agreed to the provisions of this declaration.
Company Name:
Federal Tax ID or Social Security No.
Signature or Company Official:
Printed name of company official signing above:
Date Signed:
REQUEST FOR QUALICATIONS
19
Q:PurchaseBid Docsl11-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
CERTIFICATION REGARDING LOBBYING
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant,
loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making
lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New
Restrictions on Lobbying," 61 Fed, Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified
in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601,
et seq .)]
(3) The undersigned shall require that the language of this certification be included in the award documents for all
subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative
agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was made
or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed
by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the
required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or
amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such expenditure or failure.]
DURING THE PERIOD BETWEEN PROPOSAL SUBMISSION DATE AND THE CONTRACT AWARD,
PROPOSERS, INCLUDING THEIR AGENCY AND REPRESENTATIVES, SHALL NOT DIRECTLY DISCUSS
OR PROMOTE THEIR PROPOSAL WITH ANY MEMBER OF THE LUBBOCK CITY COUNCIL, CITY
STAFF, LUBBOCK METROPOLITAN PLANNING ORGANIZATION'S TRANSPORTATION POLICY
COMMITTEE OR LMPO STAFF EXCEPT IN THE COURSE OF CITY/LMPO-SPONSORED INQUIRIES,
BRIEFINGS, INTERVIEWS, OR PRESENTATIONS, UNLESS REQUESTED BY THE CITY.
This provision is not meant to preclude offerors from discussing other matters with City Council members, City
staff, Lubbock Metropolitan Planning Organization's Transportation Policy Committee or LMPO Staff. This policy
is intended to create a level playing field for all potential offerors, assure that contract decisions are made in public,
and to protect the integrity of the RFP process. Violation of this provision may result in rejection of the offeror's
proposal.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
REQUEST FOR QUALICATIONS
20
Q:Purchase/Bid Docsll 1-10072-DT
RFQ 11-10072-DT, AUDIT OF ANNUAL FINANCIAL STATEMENTS
City of Lubbock
Audit of Annual Financial Statements
Request for Qualifications
RFQ 11-10072-DT
Purchasing and Contract Management Survey
In an effort to better serve the business community, the City of Lubbock Purchasing and
Contract Management Department is conducting the following survey. We appreciate the time
and effort expended to submit your offer. Please take an additional moment to complete the
information below and submit it with your response. If you have any questions or need more
information, please call (806)775-2572.
Thank you!
Lubbock Avalanche Journal
Yes
No
City of Lubbock Channel 2
Plan room or other type of service
City of Lubbock website
Notified by bidsync.com
Requested documents from the Lubbock Purchasing and Contract
Management Department
Are you a member of bidsync.com?
REQUEST FOR QUALICATIONS
21
Q:PurchaselBrd Docs/l1-10072-DT