Top Banner
LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25 New Mexico Department of Transportation is soliciting qualified firms for Professional Services for: Services Requested: PROFESSIONAL AUDITING SERVICES Request For Proposal package shall be in writing to: Contract Administration Section New Mexico Department of Transportation Attn: Marlene Sandoval P.O. Box 1149 Santa Fe, New Mexico 87504-1149 E-Mail: [email protected] (505) 827-5183 or Fax: (505) 827-5555 Or can be obtained via the Internet at the following address: Online: www.nmshtd.state.nm.us In order to be placed on the procurement distribution list for any request to written questions and to any RFP amendments, you must submit the Acknowledgement of Receipt Form by facsimile, or mail to the Contracts Administration Section. Questions: Contact: Elias J. Martinez, Project Manager P.O. Box 1149 Santa Fe, New Mexico 87504-1149 E-Mail: [email protected] Phone Number(505) 827-5155 or Fax:(505)988-7310 Proposals due May 25, 2005, 2:00 P.M. Local Prevailing Time AN EQUAL OPPORTUNITY EMPLOYER
29
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

LEGAL NOTICE PROFESSIONAL SERVICES

RFP No. 05-25

New Mexico Department of Transportation is soliciting qualified firms for Professional Services for: Services Requested: PROFESSIONAL AUDITING SERVICES Request For Proposal package shall be in writing to:

Contract Administration Section

New Mexico Department of Transportation Attn: Marlene Sandoval

P.O. Box 1149 Santa Fe, New Mexico 87504-1149

E-Mail: [email protected](505) 827-5183 or Fax: (505) 827-5555

Or can be obtained via the Internet at the following address: Online: www.nmshtd.state.nm.us

In order to be placed on the procurement distribution list for any request to written questions and to any RFP amendments, you must submit the Acknowledgement of Receipt Form by facsimile, or mail to the Contracts Administration Section.

Questions:

Contact: Elias J. Martinez, Project Manager P.O. Box 1149

Santa Fe, New Mexico 87504-1149 E-Mail: [email protected]

Phone Number(505) 827-5155 or Fax:(505)988-7310 Proposals due May 25, 2005, 2:00 P.M. Local Prevailing Time

AN EQUAL OPPORTUNITY EMPLOYER

Page 2: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 1

PAGE LEFT INTENTIONALLY BLANK

Page 3: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

REQUEST FOR PROPOSALS FOR

PROFESSIONAL SERVICES FOR

Professional Auditing Services

RFP No. 05 - 25

New Mexico Department of Transportation P.O. Box 1149

Santa Fe, New Mexico 87504-1149

May 11, 2005

Page 4: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 2

TABLE OF CONTENTS

Page

I. RFP SUMMARY…………………………………………………………...3

II. DEFINITION OF TERMINOLOGY……………………………….……...3

III. SCOPE OF SERVICES…………………………………………………..5

IV. FORM OF PROPOSALS AND ADDITIONAL INSTRUCTIONS….....6

V. MANDATORY SPECIFICATIONS ……………………………………...9

VI. EVALUATION FACTORS………………………………………………12

VII. TERMS AND CONDITIONS……………………………………………12

A. Amendments to the RFP

B. Proposal Availability

C. Amended Proposals

D. Incurred Expenses

E. Modification or Withdrawal of Proposals

F. Cancellation of RFP’s or Rejection of Proposals

G. Procurement Schedule

H. Mistakes in Proposals

I. Reservation of Rights

J. Signature Requirements

K. Applicable Law

L. Certifications and Licenses

M. Award Notice

N. Prohibited Bidding

O. Protests

P. Other Conditions/Requirements

ATTACHMENTS:

A. PROPOSED CONTRACT

B. ACKNOWLEDGEMENT OF RECEIPT FORM

C. IPA EVALUATION FORM – OFFICE OF STATE AUDITOR FORM

Page 5: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 3

REQUEST FOR PROPOSALS FOR

PROFESSIONAL AUDITING SERVICES RFP NO. 05-25

PART I: RFP SUMMARY The New Mexico Department of Transportation is requesting proposals from Independent Public Accountants (IPA’s) to perform the annual audit(s) of the Department’s financial statements for the year’s ending June 30, 2005, June 30, 2006, and June 30, 2007 (Multi-Year Proposal). The term of the contract shall be one year with the option to extend for two successive one year terms at the same price, terms, and conditions as stated on the original proposal. Professional Audit Services to be rendered include: A. Financial Statement Audit B. Federal Single Audit C. Financial Statement Preparation D. Other Non-Audit Services- GASB 34 and 35 Implementation/Coordination,

technical support in preparation of Management’s Discussion and Analysis (MD&A), technical support on Department’s Bond Program. infrastructure depreciation schedule updates, and other non-audit services as determined by NMDOT management.

Part II – DEFINITION OF TERMINOLOGY This section contains definitions that are used throughout this procurement document, including appropriate abbreviations. Contractor – means successful offeror who enters into a binding contract. Determination – means the written documentation of a decision of a procurement manager including findings of fact supporting a decision. A determination becomes part of the procurement file to which it pertains. Desirable – the terms “may”, “can”, “should”, “preferably”, or “prefers” identify a

Page 6: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 4

desirable or discretionary item or factor (as opposed to “mandatory”). Evaluation Committee – means a body appointed by the Agency management to perform the evaluation of offeror proposals. Evaluation Committee Report – means a report prepared by the Procurement Manager and the Evaluation Committee for submission to the Central Purchasing Office for contract award that contains all written determinations resulting from the conduct of a procurement requiring the evaluation of competitive sealed proposals. Finalist – is defined as an offeror who meets all the mandatory specifications of the Request for Proposal and whose score on evaluation factors is sufficiently high to qualify that offeror for further consideration by the Evaluation Committee. Mandatory – The terms “must”, “shall”, “will”, “is required”, or “are required”, identify a mandatory item or factor (as opposed to “desirable”). Failure to meet a mandatory item or factor will result in the rejection of the offeror’s proposal. Offeror – is any person, corporation, partnership, or joint vent venture who chooses to submit a proposal. Procurement Manager – means the person or designee authorized by the Agency to manage or administer procurements requiring the evaluation of competitive sealed proposals. Request for Proposals – or “RFP” means all documents, including those attached or incorporated by reference, used for soliciting proposals. Responsible Offeror – means an offeror who submits a responsive proposal and who has furnished, as required, data to prove that his financial resources, production or service facilities, personnel, service reputation and experience are adequate to make satisfactory delivery of the services or items of tangible personal property described in the proposal. Responsive Offer or Responsive Proposal – means an offer or proposal that conforms in all material respects to the requirements set forth in the request for proposals. Material respects of a request for proposals include, but are not limited to, price, quality, quantity or delivery requirements.

Page 7: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 5

Part III: SCOPE OF SERVICES The New Mexico Department of Transportation is seeking a contractor to provide professional auditing services to include:

A. Financial Statement Audit B. Federal Single Audit C. Financial Statement Preparation D. GASB 34 and 35 Technical Support/Coordination E. Other Non-Audit Services- GASB 34 and 35 Implementation/Coordination,

technical support in preparation of Management’s Discussion and Analysis (MD&A), technical support on Department’s Bond Program, infrastructure depreciation schedule updates, and other non-audit services as determined by NMDOT management.

Deliverables that Independent Public Accountant (IPA) is responsible for include:

A. Provided By Client Listing (PBC) List – To be provided to NMDOT by July 14, 2005.

B. Financial Statements – Draft Copy to be completed and submitted to NMDOT management for review by November 14, 2005.

C. Update infrastructure depreciation schedules and other GASB 34 related information by November 14, 2005.

D. Final Audit Report to be submitted to State Auditor’s Office and NMDOT Finance Bureau on or before December 15, 2005 – Includes Independent Auditor’s Report, Financial Statements, Notes, Supplemental Schedules, Schedule of Expenditures of Federal Awards, Audit Findings, etc.

E. IPA will meet monthly with NMDOT financial and executive management staff for Audit Progress Meetings.

F. IPA will provide Department of Finance (DFA) any information required including Audit Plan and an Audit Schedule that meets the criteria established by the Department of Finance and Administration.

G. IPA will travel to six NMDOT District area offices located throughout the state and verify/audit annual inventory counts and procedures.

H. Other audit related procedures, and information as requested by NMDOT management, Federal oversight agencies, Office of State Auditor, State Treasurer’s Office, Department of Finance and Administration, and Legislative Finance Committee.

I. IPA will present audit report to NMDOT executive and financial staff and one member of the NMDOT commission (exit conference). In addition, a formal presentation will be made to the full commission. The NMDOT commission or executive management may require audit workshop(s) to review annual audit report and any areas of interest or concern regarding Department’s annual audit.

Page 8: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 6

PART IV: FORM OF PROPOSAL AND ADDITIONAL INSTRUCTIONS A. Please submit six (6) sets of sealed proposals to the Contracts Administration Section no later than 2:00 p.m. local prevailing time on May 25, 2005. B. The following statement shall be completed and placed in bold letters on

the outermost envelope: “COMPETITIVE SEALED PROPOSAL FOR PROFESSIONAL SERVICES Professional Auditing Services RFP NO 05-25 - DO NOT OPEN.” Please include your business name and address on envelope.

C. If the proposals are mailed, please mail to the following address:

Contracts Administration Section New Mexico Department of Transportation P.O. Box 1149 (Room 102) Santa Fe, New Mexico 87504-1149

If the proposals are delivered, or to deliver proposal by any other special method (i.e., express mail, overnight, etc,), please deliver them to the Contract’s Administration Section at the Department’s General Office. The General Office is located at:

1120 Cerrillos Road (Room 102) Santa Fe, New Mexico 87505-1842

Please note that regardless of method used, it is the responsibility of the proposer to ensure that their proposal is received in Contract Administration Section prior to the deadline, which is, May 25, 2005 no later than 2:00 p.m. local prevailing time.

D. Proposals received after the deadline will be returned to the offeror

unopened. E. Requirements for proposal

1. The name of the principal member or officer of the firm who will be

responsible for the administration of the contract.

2. An organizational chart indicating the names of all persons to be assigned to the project, their areas of expertise and the percent of time they will be assigned to the project.

3. A narrative description of the scope, effort and approach your firm

Page 9: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 7

will use to accomplish the scope of work.

4. A list of Subcontractors, including qualifications and area of responsibility.

5. The size of the proposal is recommended not to exceed 100

(pages single sided). Exclusions to this limitation will be the Letter of introduction, Table of Contents, Covers, Dividers, Resumes, Other information, i.e., letters of appreciation, etc., Acknowledgement of Amendments (if applicable).

6. The cost proposal including the following if appropriate:

• Hourly rates to be charged by type of personnel if applicable • Monthly rate and number of hours estimated to complete scope of

services (this may be presented in phases of the work) • Additional items to be included in cost such as travel, per diem,

overhead, etc. F. Pre-proposal Conference – A pre-proposal conference will not be held. G. Proposals received that do not include all the requirements of this

request for proposals, may be considered non-responsive. The selection committee may not consider non-responsive proposals.

Please direct questions you may have regarding this RFP, selection process, or specific contractual service requirements to: Marlene Sandoval

Contracts Administration Section P. O. Box 1149 – Room 102 Santa Fe, New Mexico 87504-1149 (505) 827-5183 or (505) 827-5555 fax e-mail: [email protected]

Questions involving the Scope of Services should be in writing or by phone to:

Elias J. Martinez, Project Manager 1120 Cerrillos Road Santa Fe, New Mexico 87504-1149 E-Mail: [email protected] number (505)827-5155

Page 10: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 8

H. PROPOSAL FORMAT 1. Proposal Organization The proposal must be organized and indexed in the following format

and must contain, as a minimum, all listed items in the sequence indicated.

a) Letter of Transmittal b) Table of Contents c) Proposal Summary d) Response to Mandatory Specifications e) Completed Cost Response Form f) Response to Agency Terms and Conditions g) Other Supporting Material Within each section of their proposal, offerors should address the items in

the order in which they appear in this RFP. All forms provided in the RFP must be thoroughly completed and included in the appropriate section of the proposal. All discussion of proposed costs, rates or expenses must occur only in binder 2 with the cost response form.

Any proposal that does not adhere to these requirements may be deemed

non-responsive and rejected on that basis. Offerors may attach other materials that they feel may improve the quality of

their responses. However, these materials should be included as items in a separate appendix.

2. Letter of Transmittal Each proposal must be accompanied by a letter of transmittal. The letter of transmittal MUST: a) Identify the submitting organization;

Page 11: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 9

b) Identify the name and title of the person authorized by the

organization to contractually obligate the organization; c) Identify the name, title and telephone number of the person

authorized to negotiate the contract on behalf of the organization;

d) Identify the names, titles and telephone numbers of persons to

be contacted for clarification; e) Be signed by the person authorized to contractually obligate the

organization; f) Acknowledge receipt of any and all amendments to this RFP. PART V. MANDATORY SPECIFICATIONS

Offerors should respond in the form of a thorough narrative to each mandatory specification. The narratives along with required supporting materials will be evaluated and awarded points accordingly. A. Information

1. Agency Resources 2. Independence The firm should provide an affirmative statement that it is independent of the Agency as Defined by the U.S. General Accounting Office’s Government Auditing Standards. The firm should also list and describe the firm’s professional relationships involving the Agency for the past five (5) years, together with a statement explaining why such relationships does not constitute a conflict of interest relative to performing the proposed audit. 3. Firm Qualifications and Experience

The proposal should state the size of the firm, the size of the firms

Page 12: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 10

governmental audit staff, the location of the office from which the work on this engagement is to be performed and the number and nature of the professional staff to be employed in this engagement on a full-time basis and the number and nature of the staff to be so employed on a part-time basis. If the offeror is a joint venture or consortium, the qualifications of each firm comprising the joint venture or consortium should be separately identified and the firm 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. The firm shall also provide information on the results of any federal or state desk reviews or field reviews of its audits during the past three (3) years. In addition, the firm shall provide information on the circumstances and status of any disciplinary action taken or pending against the firm during the past three (3) years with state regulatory bodies or professional organizations. The firm shall also provide a copy of the firm profile it has submitted to the State Auditor, in accordance with 2 NMAC 2.2.2.

4. License to Practice in New Mexico

An affirmative statement should be included indicating that the firm and

all assigned key professional staff are properly licensed to practice public accounting in New Mexico. Please attach a copy of the applicable license(s). In addition, all IPA’s need to appear on the State Auditor’s list of IPA’s eligible to conduct state agency audits for the State of New Mexico.

5. 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 New Mexico. The firm also should provide information on relevant CPE for the past three (3) years and membership in professional organizations

Page 13: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 11

relevant to the performance of this audit. The firm should provide as much information as possible regarding the number, qualifications, experience and training, including relevant continuing professional education, of the specific staff to be assigned to this engagement. 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 Agency. However, in either case, the Agency retains the right to approve or reject replacements. Other audit personnel may be changed with the written approval of the agency provided that replacements have substantially the same or better qualifications or experience.

6. Prior Engagement with the State of New Mexico

The firm should list separately all engagements within the last five (5) years, ranked on the basis of total staff hours, for the State of New Mexico by type of engagement (i.e., audit, management advisory services, other). For each engagement, the firm should indicate the scope of work, date engagement was performed, and the name and telephone number of the principle client contact.

7. Similar Engagements with Other Government Entities

For the firm’s office that will be assigned responsibility for the audit, list the most significant engagements (maximum of 5) performed in the last (5) years that are similar to the engagement described in this request for proposals. These engagements should be ranked on basis of total staff hours. 8. Specific Audit Approach

The proposal should set forth a work plan, including audit timing, and an explanation of the audit methodology to be followed, to perform the services required. In developing the work plan, reference should be made to such sources of information as the Agency’s budget and related materials, organizational charts, manuals and programs, and financial and other management information systems.

Page 14: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 12

PART VI: EVALUATION FACTORS The Selection Committee shall rate the proposal using the evaluation criteria required by the State Auditors Office as per 2.2.2 NMAC Audit Rule. The evaluation criteria is attached to this RFP as Attachment C. and Proposals should be organized by section and follow the Evaluation Criteria by section to include the following; Section I. Capability of Firm Section II. Work Requirements and Audit Approach Section III. Technical Experience Section IV. Firm Strengths or Weaknesses Section V. Cost must be itemized as per Attachment C of this RFP. The Selection Committee will evaluate each proposal and may develop a “short list” of the top rated offerors. If interviews are conducted, the short-listed offerors will be notified by telephone and advised of the time of the interview. PART VII: TERMS AND CONDITIONS A. Amendments to the RFP:

In the event that it becomes necessary to revise any part of this RFP, or additional information is necessary to enable an offeror to make an adequate interpretation of the provisions of this RFP, an amendment to the RFP shall be provided to each prospective offeror. Amendments must be acknowledged and signed by offerors and submitted with their proposal. All amendments shall become a part of this RFP.

To make sure you receive any amendments to this RFP contact the

Contract Administration Section at (505) 827-5183. B. Proposal Availability:

The contents of any proposal shall not be disclosed during any negotiations that may occur. All proposals shall be valid until award is made. Proposals shall not be opened publicly and shall not be open to public inspection until after an offeror has been selected for award. An offeror may request in writing nondisclosure of confidential data. Such data shall accompany the proposal and shall be readily separable from the

Page 15: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 13

proposal in order to facilitate eventual public inspection of the non-confidential portion of the proposal. All material submitted shall become the property of the Department and shall not be returned.

C. Amended Proposals:

An offeror may submit an amended proposal before the deadline for receipt of proposals. Such amended proposals shall be complete replacements for previously submitted proposals and shall be clearly identified as such in the transmittal letter. The Department will not merge, collate, or assemble proposal material.

D. Incurred Expenses:

The Department shall not be responsible for expenses incurred by an offeror in preparing and submitting a proposal.

E. Modification or Withdrawal of Proposals:

A proposal may be modified or withdrawn prior to the proposal due date established for receipt of proposals in accordance with Section 35 of the GSD Procurement Code Regulations 1.4.1 NMAC.

F. Cancellation of RFP’s or Rejection of Proposals:

This RFP may be canceled or any or all proposals may be rejected in whole or in part when it is in the best interest of the Department. A determination containing reasons therefore shall be made part of the procurement file.

G. Procurement Schedule

Proposal Advertised May 11, 2005 Proposal Meeting N/A Proposal Due Date May 25, 2005 Proposal Evaluation begins May 26, 2005

Interviews begin, if held N/A Contract Execution June 30, 2005 or thereafter

The above dates are subject to change with the exception of the Proposal due date, which is May 25, 2005. Any changes to the due date will be by Amendment.

H. Mistakes in Proposals:

Any mistakes in a proposal discovered after the proposal date opening are

Page 16: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 14

governed by Section 42, GSD Procurement Code Regulations 1.4.1 NMAC. I. Reservation of Rights:

The Department reserves the right to:

1. Modify this RFP at any time prior to award 2. Withdraw this RFP or not make an award to any offeror

3. Issue subsequent RFPs 4. Waive any technical irregularities in any proposal 5. Accept any or all proposals

J. Signature Requirements:

Proposals must be signed by a duly authorized official(s) of an offeror. Proposals submitted by consortiums, joint ventures, or teams shall establish that all contractual responsibility rests solely with one entity. Each submittal shall indicate the entity responsible for execution on behalf of an offeror.

K. Applicable Law:

This RFP and any resulting agreements shall be construed and governed in accordance with the laws of the State of New Mexico.

L. Certifications and Licenses:

Potential offerors must have the proper certifications and licenses to do business in New Mexico as follows: 1. Corporations:

• File Article of Incorporation with the Public Regulation Commission and recorded with the county pursuant to NMSA 1978, Section 53-4-6.

• Name of registered agent pursuant to NMSA 1978, Section 53-5-2. • Certificate of Authority from the Public Regulation Commission

indicating that the corporation is authorized to conduct business in New Mexico pursuant to NMSA 1978, Sections 53-17-6 and 53-17-8.

• Obtain a Federal employer identification number. • Register with the New Mexico Taxation and Revenue Department

and obtain tax identification number to report gross receipts taxes.

2. Limited Liability Companies:

Page 17: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 15

Registered office and registered agent for service of process that

is either a New Mexico resident or domestic corporation, limited liability company, or partnership that is located in New Mexico.

File an Application for Registration with the Public Regulation Commission to conduct business in New Mexico and must obtain a Certificate of Good Standing from the Public Regulation Commission to conduct business in New Mexico.

Obtain a Federal employer identification number. Register with the New Mexico Taxation and Revenue Department

and obtain tax identification number to report gross receipts taxes.

3. Limited Partnerships:

Apply for Certificate of Registration with the New Mexico Secretary of State pursuant to NMSA 1978, Sections 54-2-1 through 54-2-48.

File a Statement of Qualifications with the New Mexico Secretary of State pursuant to NMSA 1978, Sections 54-1A-101 through 54-1A-1206.

Obtain a Federal employer identification number. Register with the New Mexico Taxation and Revenue Department

and obtain tax identification number to report gross receipts taxes.

4. General Partnerships:

• File a Statement of Partnership Authority with the Secretary of State pursuant to NMSA 1978, Sections 54-1A-101 through 54-1A-1206.

• Obtain a Federal employer identification number. • Register with the New Mexico Taxation and Revenue Department

and obtain a tax identification number to report gross receipts taxes.

5. Sole Proprietorships and Joint Ventures:

Obtain a Federal employer identification number. Register with the New Mexico Taxation And Revenue Department

and obtain a tax identification number to report gross receipts taxes.

M. Award Notice:

Page 18: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 16

The award shall be made to the responsible offeror(s) whose proposal is the most advantageous to the Department.

The Department reserves the right to accept any proposal in whole or in part. At the discretion of the Department, it may designate a contractor for a specific service and one or more contractors for other services.

N. Prohibited Bidding:

Pursuant to Section 10-16-13 NMSA 1978 (1995 Repl.) no state agency shall accept any bid from a person who directly or indirectly participated in the preparation of specifications on which the competitive bidding was held.

O. Protests:

Protests related to this solicitation must be submitted in writing in conformance with the Code and the Section 82, GSD Procurement Code Regulations 1.4.1 NMAC. Copies of that regulation may be requested from the Contract’s Administration Section.

P. Other Conditions/Requirements:

1. Agreement Negotiations:

Agreement negotiations may be held in accordance with applicable provisions of Section 39, GSD Procurement Code Regulations 1.4.1 NMAC.

2. Agreement Terms and Conditions:

The Agreement shall follow the format specified by the NMDOT and contain the terms and conditions set forth in the RFP and proposed contract, which is an attachment. See Attachment “A”. The contents of this RFP, as revised and/or supplemented, and the successful offeror’s proposal, will be incorporated into the Agreement. In the event the offeror’s accepted proposal conflicts with the RFP, the proposal governs, and, in the event the Agreement conflicts with the proposal, the Agreement governs.

Page 19: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

ATTACHMENT “A”

RFP Boilerplate 17

Page 20: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 18

Page 21: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 19

Page 22: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 20

Page 23: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 21

Page 24: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 22

Page 25: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 23

Page 26: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 24

PAGE LEFT INTENTIONALLY BLANK

Page 27: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 25

ATTACHMENT “B”

REQUEST FOR PROPOSALS

RFP: 05- 25

Professional Auditing Services ACKNOWLEDGEMENT OF RECEIPT FORM In acknowledgement of receipt of this Request for Proposal the undersigned agrees that he/she has received a complete copy, beginning with the title page and ending with ATTACHMENT B. The acknowledgement of receipt should be signed and returned to the Contract Administration Section. Only potential offerors who elect to return this completed form will receive copies of RFP amendments, if any are issued. FIRM: REPRESENTED BY: TITLE: PHONE NO.: E-MAIL: FAX NO.: ADDRESS: CITY: STATE: ZIP CODE: SIGNATURE: ___________________________________ DATE: Please return completed form to the name and address listed below. Marlene Sandoval New Mexico Department of Transportation

Contract Administration Section PO Box 1149, Room 102 Santa Fe, New Mexico 87504-1149 (505) 827-5183

(505) 827-5555 fax E-Mail: [email protected]

Page 28: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 26

ATTACHMENT “C” NEW MEXICO STATE AUDITOR’S OFFICE

Audit Contract Proposal Evaluation Form Part One

Name of Agency

Agency Contact Phone #

Audit Firm Name Date Completed

Evaluation Criteria Points Points Awarded

Section I. Capability of Firm A) The firm has the resources to perform the type and size of audit required. # of firm team members______ Total audit hours available

0-5

B) The firm meets independence standards to perform your audit. 0-2 C) External Quality Control Review (Peer Review)

1. Peer review results: Obtain most recent copy of the external quality control review report including letter of comments

2. - Opinion received ___________________ Unmodified 10 Modified 5 If report is less than modified (adverse) STOP HERE. FIRM DOES NOT QUALIFY.

0-10

3. Results of reference checks and agency’s prior experience with firm (check should include timeliness, planning, technical expertise, etc.).

0-10

D) Organization and completeness of proposal or bid. 0-3 Section I Total

Section II. Work Requirements & Audit Approach A) Knowledge of audit objectives, agency needs, and product to be delivered.

0-5

B) Proposal or bid contains a sound technical plan and realistic estimate of time to complete major. segments of the audit: planning; interim fieldwork; fieldwork; and reporting. Start Date End Date

0-5

C) Plans for using agency staff, including internal auditors. 0-3 D) If the proposal or bid is for a multi-year contract, approach for planning and conducting the work efforts of subsequent years.

0-2

Section II Total Section III. Technical Experience A) Governmental audit experience of on-site manager Name of on-site manager

0-10

B) Team audit experience: 1. Specialization in your type of agency (e.g., state agencies, schools, hospitals, counties, cities, etc.)

0-10

2. GASB 34 and 35 Experience 0-10 3. Experience with component units (housing authorities, charter schools, foundations) 0-5 C) Attendance at continuing professional education seminars or meetings on auditing, accounting and regulations directly related to state and local government audits and the agency.

0-5

Section III Total Section IV. Firm Strengths or Weaknesses

Specify

0-5

Section IV Total Total All Sections

Submit a copy of this form for the proposal selected to the State Auditor along with the Agency recommendation letter.

Page 29: LEGAL NOTICE PROFESSIONAL SERVICES RFP No. 05-25

RFP Boilerplate 27

ATTACHMENT “C” New Mexico State Auditor’s Office

Agency Audit Contract Proposal Evaluation Form Part Two

Name of Agency

Phone # Agency Contact

Audit Firm

Cost is to be evaluated ONLY upon completion of Part One of this two-part evaluation form. Evaluate cost separately for the top THREE CHOICES ONLY from Part One. ADD parts One and Two in making your FINAL recommendation.

EVALUATION CRITERIA COST

Award a maximum of 10 points Maximum

Points Points

Awarded

Lowest Cost Proposal $____________ /(divided by) Subtotal This Proposal $_____________ = ________________

(If this is a multi-year proposal, divide the total lowest cost for the three years by total cost for the three years on this proposal)

x 10 =Points Awarded ____________

10

Multi-Year Proposal Y (__________ year of ________ year proposal) N

BREAKDOWN

1st Year Hours

FYE 6/30__

1st Year Cost

FYE 6/30/__

2nd Year Hours

FYE 6/30/__

2nd Year Cost

FYE 6/30__

3rd Year Hours

FYE 6/30/__

3rd Year Cost

FYE 6/30/__ Financial Statement Audit

Federal Single Audit

Financial Statement Preparation

Other (i.e. housing authorities, charter schools))

SUB TOTAL Gross Receipts Tax TOTAL COMPENSATION

SCORE

Maximum Poin ts

Points Awarded

SCORE, Part One: Bring forward score from Part One of Evaluation Form 90

FINAL SCORE

100

Evaluated By

Name and Title Date

Name and Title Date

Name and Title Date

[2.2.2 NMAC Appendix B – Rp 2.2.2 NMAC Appendix A, 5-13-05]