Loading...
HomeMy WebLinkAboutResolutions - 1982.04.29 - 13784Date Miscellaneous Resolution 82117 April 29, 1982 BY : PUBLIC SERVICES COMMITTEE - James E. Lanni, Chairperson IN RE: SOLICITATION FOR CERTIFIED PUBLIC ACCOUNTING SERVICES FOR FISCAL YEAR 1982 TO THE OAKLAND CCU= BOARD OF COMMISSIONERS Mr, Chairperson, Ladies and Gentlemen: WHEREAS the Oakland County Board of Commissioners by Miscellaneous Resolutions No. 6546 and No. 8883 applied for and was granted the designation as Prime Sponsor by the U. S. Department of Labor to administer the provisions of the Comprehensive Employment and Training Act of 1973 and the Comprehensive EMployment and Training Act Amendments of 1978; and Vv.mr ,S due to our reduced allocation for 'fiscal year 1982, the EMployment and Training Division will audit only the minimum amount required of its contractors in accordance with the applicable rules and regulations set forth by the Office of Inspector General/Department of Labor in an effort to minimize audit costs; and WHEREAS 41 CFR 29-70.207-3 currently requires prime sponsors to conduct an independent audit of its subrecipients at least once every two years on a N. sampling basis; and through coordination of the Office of Inspector General, statistical sampling by entity has been established for fiscal year 1982; and WHEREAS the Office of Inspector General has reviewed the contract universe (AITACIBIENT A) for fiscal year 1981; and WHEREAS our audit selection from the contract universe and the total dollars to be audited for fiscal year 1981 (AITACHMENT B) has been approved by the Office of Inspector General; and Pi WHEREAS the Office of Inspector General is also current )y identifying unresolved subgrantee audits as a result of a fiscal year 1981 ime Sponsor Audit which will require recruitment of additional documentation and/or in-kind costs for audit resolution; and WHEREAS the EMployment and Training Council recommended approval of this resolution on March 31, 1982 by unanimous vote. NOW THEREFORE BE IT RESOLVED that the Oakland County Board of Commissioners approve the solicitation of bids (OUTACHMENT C) for the procurement of certified public accounting services to perform audit services based on the audit selection approved by the Office of Inspector General, BE IT FURTHER RESOLVED that the certified public accounting firm demonstrate experience in the resolve of prime sponsor audits for recruiting adequate documentation and/or in-kind costs in order to resolve our current inventory of questioned costs to be provided by the Office of Inspector General. Mr. Chairperson, on behalf of the Public Services Committee, I move the adoption of the foregoing resolution. PUBLIC SERVICES oonvrriLE AI'IACIMIENT A OAKLAND COUNTY EMPLOYMENT & TRAINING 140 S. Saginaw Pontiac, MI .48058 FY-81 CONTRACT UNIVERSE FY-81 CCNTRACT UNIVFESE PUBLIC SERVICE EMPLOYMENT (PSE) IT.WFM $50,000 ORGANIZATION DATE - OONTRACT AMOUNT 1. Avon Charter Tbwnship 10/01/80 #91 $27,660.00 2. Rochester Avon Recreation Authority II 92 12,580.00 ft 3. Tbwnship of Gibveland 94 26,000.00 II 4. Independence Tbwnship 97 26,334.54 I? 5. Village of Ortonville 100 13,000.00 6. City of Farmington it 103 38,580.00 7. City of Keego Harbor it 106 26,000.00 8. City of Pleasant Ridge ft 110 44,450.00 9. City of Wixom tt 112 26,000.00 10, Clawson Schools ti 118 19,500.00 11. Madison Schools 42 120 49,206.00 12. Oxford Schools ,t 122 13,000.00 13, American Youth Hostels it 126 19,420.00 14. Clinton Valley Council,Boy Scouts of America it 128 13,000.00 15, Detroit Area Council, Boy Scouts of America t, 129 12,580.00 16, Boys/Girls Club of Troy ,, . 130 15,830.00 17. Camp Fire-North Oakland County it 131 13,654.00 .. 18. Citizens for Better Care If 133 14,254.00 19. Jay Shop, Inc. 42 135 26,000,00 20, Jewish Family Service It 136 ' 26,000,00 21. Lakeside Health Center " 138 13,000.00 22, O.C. Ass?ciation for Retarded Citizens II 139 13,000.00 23. 0.C. Bureau of Volunteers ti 140 13,000.00 24. 0.C. Coalition of Welfare Rights II 141 12,580.00 25, Oakland Livingston Legal Aid it 142 18,870.00 26, Pontiac Area Lighthouse n 143 26,650.00 27, Pontiac Citizens Coalition it 144 38,905,00 28. Safety Council for S.E. Michigan It 145 25,160.00 29, The Salvation Army Camp VI 146 18,870.00 ft 30. The Sanctuary 148 12,580.00 f? 31. United Why of Pontiac 149 20,080.00 42 32, Walsh College 150 37,740.00 33. Y.M.C.A. of Detroit - ii 151 12,580.00 10/01/80 93 " . 95 U 102 105 123 127 147 217 246 65,000.00 127,060.00 52,000.00 77,134.00 76,822.00 55,287.00 76,822.00 88,060.00 136,279.20 $ 754,464,20 FY-81 CONTRACT UNIVERSE P.S.E.UND$504 000 - continued ORGANIZATION DATE CONTRACT AMOUNT 34. Birmingham YMCA 10/01/80 #152 $25,414.00 35. City of Berkley u 219 39,000.00 36. City of Oak Park Tr 220 25,160.00 37. Michigan State Police u 221 13 2 000.00 38. City of Hazel Park u 222 25,160.00 39. Women's Survival Center it 153 15,150.00 40. Career Growth & Research VT 248 12,661.60 41. :Howard & Associates u 247 47,892.00 TOTAL $ 929,501.14 P.S.E. OVER $50,000 42. Brandon Tbwnship 43, Commerce Tbwnship 44. Village of Holly 45. City of Huntington Woods 46. Rochester Schools 47. Area Service Association 48, Salvation Army 49. White Lake Tbwnship 50. Cbntemprary Learning Systems 64. Common Ground 10/1/80 #75 ' $ 22,931.00 TITLE VII - P.S.I.P. C.T. 65. Fashion Institute of America 66. Oakland Schools 1/15/81 #274 $ 32,250.00 2/2/81 286 48,847.69 TOTAL $ 81,097.69 MEER 67. Transition Team 7/27/81 #606 $ 11,600.00 FY-81 CONTRACT UNIVERSE , CLASSROOM TRAINING ORGANIZATION DATE CONTRACT AMOUNT 51. Weld Tech. 5/18/81 #484 $ 20,753.37 52. Sawyer School of Business 5/27/81 495 1,795.00 53. International Timnsportation Inst. 6/1/81 508 10,279.40 54. Motech Automotive Education Center 6/29/81 550 6,400.00 55. Carnegie Institute 6/29/81 -- 551 11,985.00 56. Control Data Institute 9/14/81 639 44,755.00 57. Independent Data Entry Academy 11/3/80 184 8,100.00 58. Cambridge Career Center 5/11/81 467 19,600.00 TOTAL $123,667.77 IIB - SERVICES 59. Duncan McDonald Rome, Inc. 10/1/80 #76 $ 40,673.00 60, Oakland County Veterans Svc. Division 10/1/80 77 29,611.00 61, CTfender Aid & Restoration/Oak. Cnty. 12/1/80 180 86,686.00 62. Y.W.C.A. of Pontiac - Nr. Oakland 1/1/81 305 72,000.00 63. St. of Mich. Dept. of Ed. Bur. of Rehab. 10/1/80 350 105,273.00 TOTAL' $334,243.00 SPECIAL GOVM3.1\ER' S GRANT 3/24/82 ON-TIT-KB TRAINING FY-81 CONTRACT UNIVERSE ORGANIZATION DATE CONTRACT # AMOUNT 1. Assodiated Computer Consultants 10/06/80 #1 $ 2,625700 2. Data Pro Corporation it 2 3,600.00 tr a. Goodell - Grivas, Inc. 3 4,160.00 . 4. Loreate Chiropractic Center it 4 1,950.00 tr 5.- Turret Tboling &Mfg. Inc. 5 8,400.00 11 6. Wessels Company 6 1,796.00 it 7. Garvin Tbwing Inc. 7 1,800.00 8. Ralph Nichols, Inc. it 8 . 1,800.00 9. August, Thompson, Sherr, Clark, Schafer & !I Shefman, P.C. 9 3 7 120.00 10. Keystroke Corporation ti 10 1,387.50 11. Schweitzer Industrial Corporation 41 11 7,788.00 12 , Triad Mental Health Service tt 12 2,860.00 it 13. Avon Hills Tbwnshouse Apartments 13 1,800.00 14. John L. Barker, CPA, PC It 14 2,080.00 15. Gallagher Fire Equipment Company it 15 2,080.00 tt 16. Gain Rad, Incorporated, 16 7,340.00 17. Pro-Coat Systems It 17 4,620.00 18. Radio Programming & Management P ent Inc. 18 2,080.00 19. Sales Service Inc. of Michigan it 19 2,080.00 20. Michigan Data Systems 10/13/80 21 3,600.00 4/ 21. Mel Office Management 22 1,920.00 22. cooperative Services, Inc. It 23 2,244,00 23. Thie's Nbrthland Match &Clock Repair I t 24 2,080 7 00 24. Shapiro, Moss, Gallo, & Gaul, DDS, PC ti 25 1,950.00 25, C & M Discount, Inc. ti 26 1,600.00 26. Romeo Manufacturing Inc. 11 27 2,080.00_ 27. Aeroledger Corporation 10/27/80 28 2,262.00 28. Armco TireCbmpany 10/20/80 29 ,2,400,00 -29. Benyas-Kanfman, Inc. It 30 1,600 7 00 30. Bigger Hammer Principle, Inc. " 31 2,200.00 al. Bradtech, Inc. DBA Monk's Motors ii 32 6,000.00 32. Paul Butala & Associates tt 33 2,600.00 33. Duchene, Inc. 10/27/80 34 3,538,20 DATE CONTRACT # AMOUNT ORGANIZATION ON----W_E-.TrE 77 IT: FY-81 commoT. IThaVERSE -5- 34. Guarantee Basement Waterproofing Co. 10/20/80 #86 $1,600.00 35. IMF Furniture, Inc. 10/27/80 37 2,240.00 36. Tfmtini Aviation, Inc. 10/27/80 38 1,600.00 37. Manus Distributors Inc. II 39 2,400,00 38. Mobile Office Equipment Co. 10/20/80 40 2,600.00 39. Audrey Pearl Certified Financial Planners, P.C. 10/27/80 41 2,080,00 40. Speedy Printing Center 10/06/80 43 1,600.00 41. Uhivest Cbrporation 10/20/80 44 2,280.00 42. Hanson Painting &Manufacturing Co,Inc. 10/27/80 45 2,304.00 43. Post Wall Coverings 1? 46 1,768.00 44. William Sriro, DDS, PC 10/13/80 47 2,560.00 45. Hydraulic Power Systems, Inc. 10/13/80 49 4,608,00 46. Nbrthwood Engineering, Inc. 10/20/80 50 3,200.00 47. Dalan Sound, Incorporated 10/13/80 51 2,297.00 48. Micro Technology, Inc. 10/06/80 52 2,400.00 49. Airwick Professional Products of Detroit 11/03/80 53 2,121.00 50. John K. Burch Co. 11/10/80 54 1,950.00 7 51. Retail Management Services, Inc. i I 55 3,462.00 52. West Detroit Building Co, Inc. I t - 56 1,950.00 53. Continental Cablevision of Madison HgLs. 11/03/80 57 2,527,80 54. Mardy Heating & Cboling 11/03/80 60 2,080.00 55. Midland Engineering & Mfg. Inc. 11/03/80 61 5,700.00_ , 56. Goodman, Miller, Miller & Zameck 12/01/80 167 2,080.00 57. John Thomas & Mayfair Agencies it 168 1,950.00 58. Promotional Consultants, Inc. ii 169 2,600.00 59. Garrett Auto & Truck Service ti - 170 2,400.00 60. Rand Systems Corporation n 171 3,000.00 61. Al's Storni Window Service ii 172 1,920.00 62. Roma's of Michigan, Inc. it 173 3,620.00 63. Vertical Design, Inc. . it 174 1,845.00 64. Richard M. Cringer, DDS it 175 2,080.00 65, American Travel Schools, Inc. " 176 1,950.00 66. EPFS Advertising Inc. It 177 2,808,00 67. Hawk Tool & Machine, Inc. it 178 2,742.00 68. Terra Managem IT ent Inc. 179 5,154.00 ON-THE-JOB TRAINIM FY-81 OONTRACT UTaVERSE - ORGANIZATION DATE CONTRACT # AMOUNT 69. Accountants & Business Computer Svc. Inc. 12/08/80 #187 $2,450.00 ff 70. St, Lawrence Sales 188 2,060.00 71. Selective Heating & Cooling tt 189 3,060.00 72. Shearson, Loeb, Rhoades, Inc. " 190 2,080,00 73. The Equitable Life Assurance Society ,t of the United States 191 2,210.00 74. Merchandising Business Service, Inc. t, 192 2,080.00 75. Design-All Inc. It 193 2,240.00 76. Trew-Craft Corporation if 194 2,080.00 77. VanCamp Chevrolet, Inc. 11/24/80 197 2,400.00 78. Universal Machine Works, Inc. t, 198 2,240.00 79. Provincial Insurance Agency if 199 , 1,950,00 80, Magnum Industries, Inc. tt 200 2,300.00 81. Leonard E. Elliott Contract Upholstery, Inc. t, 201 1,920,00 82, Negative Outlook Photographic tf 202 960.00_ 83. Frank & Company tt 203 2,200.00 84. Security Services Inc. If 205 1,532,00 85. Enterprise Cabinets it 206 2,880.00 86. Red Ebb Farms If 208 1,050.00 87. Fastcut Tool Operation 11/17/80 210 2,592.00 88. Cox & Goddard Agency, Inc. TT 211 1,950,00 89. Candid Logic Inc.. If 213 3,600.00 90. Visual Concepts, Inc. IF 215 2,600.00 91. Martin Fluid Ramer Co. 12/15/80 223 2,480.00 92. Quellete Pharmacy 11 224 2,160.00 93. Phillip Raznik & Susan Gormezano, NDs il. 225 1,760.00 94. Hacker Sign Studio Inc. II 226 2,340,00 95. Jack A. Kaufman, PPM If 227 2,600.00 96. Century Broadcasting Corporation If 228 2,040,00 97. Modern Dental Lab tf 229 2,672.00 ' 98. TVA Kane 11/11/80 230 3,598,40 99. Detroit Design & Specialities 11/10/80 231 1,680.00 ,100. Finsilver Associates, Inc. 11/3/80 232 2,132.00 1,01. Accuracy Instrument Service Co 11/10/80 233 800.00 102. R & K Design Services, Inc. 12/22/80 234 4,100.00 103. Tamvack Enterprises tt 235 '2,400.00 104. Americoffee Corporation tt 236 2,002.00 -6- ON-THE-JOB TRAINING FY-81 CONTRACT UNT=SE ORGANIZATION 105. Health &Education Professionals 106. Bryden Terminal 107. Cbby's Collision 108. Detroit Door & Hardware Company 109. Ram Tool & Machine Company 110, Hartman Associates, Inc. 111. All-State Legal Supply Company 112. S & S Recovery Services, Inc. 113. Lynn Optical Associates, PC 114. Citi-Guide Hotline Division 115. Citation Computing Systems, Inc. 116. Continuity Programs Inc. 117. E-Z Engineering Inc. 118. Energy Installation Systems Inc. 119. Donald C. Fester DBA Suburban 120. David H. Burke Agency 121_ Katz Delicatessen, Inc. 122. Area Service Association 123. Jay Duplicating Fut. Co. 124. Fred Silber Company 125. Michigan Engine Supply Co. 126. M. G. McCarthy & Associates 127. Royal Toyota, Inc. 128. The Bloomfield Canopy 129. T. Gill 130. St. Claire Advertising Inc. 131. Specialized Machine 132.. ACME Manufacturing 133. Franklin Plumbing Supply 134. Autocotive Technology Inc. 185. Tobin Fire Protection 136. D.C.A. Inc. 137. Rochester Lauh Eqpt. Center 138. Connecticut General Life Ins. Inc. 139. Wolverine Re-Steel Fabricators, Inc. 140. Coles Machine Service, Inc. 141. Bill Lewis Junior Bootery 142. Stiles Electric Contractors DATE CONTRACT # AMOUNT 12/22/80 #237 $2,600.00 238 2,160.00 239 2,970.00 12/29/80 240 2,340.00 241 2,080.00 242 2,080.00 ii 243 1,760.00 244 2,246.00 12/05/81 249 2,176.00 12/29/80 250 1,728.00 12/29/80 251 2,303.00 1/05/81 252 1,950.00 1/05/81 253 2,240.00 254 2,340.00 1/12/81 255 2,080.00 256 2,340.00 257 900.00 1/19/81 260 6,195.00 261 3,120.00 u 262 1,920.00 tt . 263 2,340.00 " 265 2,496.00 TT 266 2,000.00 U 268 2,100.00 , tt 269 2,080.00 1,1 270 2,240.00 tt 271 6,160.00 11/24/80 273 3,854.40 1/26/81 276 2,160.00 TT 277 2,660.00 U 279 1,080.00 u 280 3,858.00 tt 281 2,080.00 u 282 2,080.00 1/28/81 284 4,152.00 2/02/81 287 3,360.00 288 1,600.00 289 3,000.00 tT 143. 144. 145. 146. 147. 148. 149. 150. 151. 152. 153. 154. 155. 156. 157. 158. 159. 160. 161. 162. 163. 164. 165. 166. 167. 168. 169. 170. 171. 172. 173. 174. 176. 177. 178. -8- FY-81 CONTRACT UE ORGANIZATION • DATE • CONTRACT # AmounT . Birmingham Glass & Mirror, Inc. 2/02/81 #291 $4,793.60 Hi-County Clinic, PC n 292 1,584.00 Veterinary Associates, PC 2/09/81 294 1,200.00 ACME Vending, Inc. n 295 3,380.00 Automatic Machine Screw Inc. n 296 1,760.00 ABC Building Maintenance Inc. , n 297 1,200.00 Robert Mathews, DDS, MS TT 298 2,080.00 PJ's Donuts ft 299 1,800.00 Paramount Financial Planning, Inc. TT 300 2,080.00 Bill's Collision Repair ?I 301 2,880,00 Flexon, Inc. TT 302 4,090.20 Thomas F. Brill 1/16/81 307 2,080.00 Kberts Glass &Paint Company n 308 2,080.00 Claas of America, Inc, n 309 3,120.00 Yellow & Checker Cab Company n 310 4,140.00 Elyse Madgy & Associates, Inc. TT 311 2,470.00 Excel Circuits, Inc. iT 312 940,00 Beverly Bills Child Care Center n 313 1,200.00 Gallery Arts Center : n 314 900.00 Professional Life Underwriters Services Inc. tr 315 2,200.00 William R. McFadden, J.D., P.C. Ft 316 2,000.00 Frank Marsh Agency . n 317 2,576.00 U. S. Maintenance Corp. 2/18/81 319 11,290.00 Jewels by Donna 2/23/81 320 4,392.00 Clock Restaurant #32 n ' 321 1,500.00 Control Electronics u 323 2,400.00 Gerald Durak, MD it 324 2,160.00 Ad Masters Advertising & Marketing n 326 3,000.00 Richard A. Smith Oil Company n 327 2,080.00 Trikes Sign Company n 328 2,600.00 Active T. V., Inc. Pr 329 2,600.00 Edward F. Stein, O.D. 2/23/81 330 1,760.00 Daniels Associates, PC 3/02/81 332 6,240.00 International Mechanical Design Inc. n 334 4,368.00 Metropolitan Detroit Council American Youth Hostels Angel Kitchen Remodelers, Inc. 335 1,617.00 337 3,120.00 DA Ca7TRACT # AMOUNT 3/02/81 #338 $1,920.00 u 339 2,080.00 If 340 2,520.00 u 341 2,080.00 U 342 1,387.50 3/09/81 343 2,236.00 . tr 345 1,667:50 u 346 2,000.00 U 347 1,273.75 3/16/81 351 2,159.00 ti 352 2,020.00 354 1,920.00 355 2,080.00 .356 2,250.00 357 2,080.00 358 1,480.00 359 6,980.00 360 2,400.00 361 2,800.00 362 7,280.00 363 2,240.00 364 2,600.00 365 ' 2,400.00 366 2,800.00 367 2,162.00 368 1,897.50 370 1,950.00 371 2,160.00 372 2,880,00 374 1,480.00 375 2,771.60 376 3,600.00 378 2,600.00 379 2,600.00 380 2,080.00 382 2,370.00 H 3/23/81 t F- U IF IF 4/01/81 3/3Q/81 II TI Ft II T rrt7,--,TOR TRAINING W-81 CMITRACT ILTNIVIZzSE ORGANIZATION 179. American Mobile Glass 180. Consumers Faucet Parts Systems 181. National Weight Reduction Clinic 182. Realty World 183. Aardvark Hardware 184. Elliott-Famularo, Insurance Agency, Inc. 185. All Type Truck Body 186. Bill Greig Buick, Inc. 187. K. Lahiri, MC, PC 188. Louis Demas,Attorney-at-Inw 189. American Denture Center 190. Sabourin, Anderson & Case Attorneys- at-Law 191. Wayne Johnson Agency 192. Aero Dynamics, Inc.(ADI) 193. Doors of Pontiac 194. East in Ofc. Furniture & Supply Co. 195. Newton Mg. Co. • 196. Bump Shop Charlies, Inc. 197. Central Processing Supply, Inc. 198. Cogsdill Enterprises, Inc. 199, St. Pierre Industries 200. Tim Green Corporation 201. Siga Corporation 202. Melody Tool and Mold, Inc. 203. Michael R. Neveau Agency 204. Detroit Name Plate Etching Co. 205. Jardon Plastics 206. Stevens Industries 207. Fartbxook Constructions Company 208, Aamco Transmission Center 209. Field & Reisdorf 210. Highland Road Collision Inc. 211. McDonough & Associates, Inc. 212. J. H. Bennett & Company, Inc. 213. Suburban Water Products 214. P-Kay Industries ON---TFT -77 717,:17.7. NO FY-81 CUNMACT UNRILSE ORGANIZATION DATE CONTRACT # W7,017,1T 215. Atcor, Inc. 4/01/81 #383 $3,024.00 216. Biltmore Development Company 4/06/81 384 3,180.00 217. Ross-Martin Company Ft 385 2,288,00 218. Planning Ahead Croup, Inc. 71 386 2,600.00 219. Bill's Refrigeration & Air Conditioning 4/06/81 388 3,420.00 220. Concorse Engineering Company 'F 389 8,040.00 221. Equitable T,ife Insurance of New York t, 390 2,600.00 222. Investors Diversified Services, Inc. 14 391 2,080.00 223. Metal Awnings Componants, Inc. , Ft 392 :, 6,240.00 224. Davis Iron Works, Inc. Ft 393 2,080.00 225. Midas Muffler Shops F, 394 1,950.00 226. AV Computer Graphics, Inc. TT 396 7,440.00 227. Catering for all Cccasions, Inc. Ft 897 1,600.00 228. Thornton Spetic Tank Service Ft 398 900.00 229 Gonzales Design Engineering 4/13/81 400 2,600.00 230. Square Lake Mental Health Center Tf 401 2,080.00 231. The Office Resource If 402 • 1,600.00 9f 232. Multi-Urethane, Inc. 403 2,200.00 233. Jo-Max Typesetting & Keyline I T 404 1,920.00 234. D & D Health Associates, Inc. F T 405 1,920,00 235. Lectron FUel Systems Inc. f T 406 1,760.00 236. Kirby Company of North Oakland F, 408 2,080.00 237. Koenig T T1 V Cable Corporation 409 3,120.00 238. Delux Sportswear F, 410 1,600.00 239. Clymer Mfg. Co. TV 411 2,800.00 240. Real Estate Specialists " 412 2,055.00 241. Distinctive Design/Medical Interiors 4/20/81 415 8,100.00 ,F 242. Unibond, Inc. 416 3,273.60 243. Coldform Fasteners Corp. " 417 2,588,00 244. James Tanury Associates, Inc. 4/20/81 419 3,000.00 245. hneritech Corporation 7r 420 3,300.00 . 246. Versa Tech, Inc. Fr 421 1,800,00 247. Gro-Green Landscaping VT 422 2,400.00 „248. Plastic Systems Inc. t, 423 1,604.80 249. MEDI Mart Inc. 4/27/81 428 3,600.00 250. New World Paint Co. Ft 429 2,400.00 251 , Corvette Specialties TT 430 1,600.00 252. VER Corporation It 431 2,230.00 -10- FY-81 002-:-TRA. T..-=',.SE -11- ORGANIZATION 253, Pontiac General Hospital : 254. Camp NaheIu 255. Metropolitan Air Compressor Co. Inc. 256. Wolverine Hydro Systems Inc. 257. Metal Building Specialities Co. Inc. 258. Alco Beauty Supply Center 259. Mari Bills, Inc, 260. Industrial Transportation Svc. 261. Brian Kerman, rpm, PC • 262. Sies Refab 263. Guardian Equipment Company 264. James River Rochester, Inc. - 265, Carl H. Carron, DES 266. Northville. Collision 267, Detroit Baptist Childrens Home 268. Midwest Pension Actuaries, Inc. 269. Nalpac Ltd. 270. Cornell Engineering Company 271. Thomas Gage Company 272. Gulians, Inc. 273. M. R -Plpstics; Inc. 274. Arkin Distributing Company 275. Redford Air Tool Inc.. 276, Professional Laboratory Management,Inc. 277. National Set Screw Corp. 278, American Nay 'Business Communication Sys. 279, Advanced Transmission, Inc. 280. Schoenherr Iron Works, Inc. 281. Lang Industries, Inc. 282, Tam Neilson III Heating & Cooling 283. Bill's Mobile Service & Garage 284. Carol Chase 285, Knob In The Woods Apartments 286. United Buying Service 287, Bill Kelley's Seat Cover Ring 288. Shulson, Mfg. Inc. 289, Midwest Motor Sales & Supply, Inc. - DATE CONTRACT # AUNT 5/01/81 #432 $30,000,00 4/27/81 433 8,960.00 U 436 2,405,00 n• 438 3,380.00 5/04/81 439 1,888.00 It 441 1,634.00 n 442 900.00 U 443 2,340.00 U 444 1,200.00 II 445 2,280.00 77 446 2,600.00 it 448 1,488.00 17 449 2,080.00 n 450 1,900,00 It 453 967.68 It 454 1,672.00 11/03/80 63 3,450.00 U 64 2,400.00 11/10/80 65 2,600.00 11/03/80 , 66 2,782,00 11/10/80 68 2,340.00 11/03/80 69 2,660,00 11/10/80 71 2,080.00 5/11/81 455 ' 2,080.00 n . 456 6,240.00 U 457 1,840.00 It 458 3,190.00 It 460 2,800.00 U 461 1,870,00 TT 462 2,520.00 T7 463 - 1,900.00 n 464 1,901.00 U 465 4,640,00 U 466 1,976.00 5/18/81 469 1,660.00 U 470 1,980,00 U 471 3,705.00 rwr j073 7221.727=' FT-81 camncr LzuvrzisF, ORGANIZATION DATE .TRACT if AMOUNT 290. R.E.P. Enterprise Inc. 5/18/81 #472 $1,275.00 291. Thompson Janitorial & Tax Service 1, 473 3,230.00 292. Goldstein, Meklir, Schreier; Nblish & Friedman, PC P 7 474 1,872,00 293, Michigan Handicapped Company, Inc. it 475 1,387.50 294, Ronart Industries, Inc. I 7 476 3,130.00 295. With It Products 1, 477 . 2,080.00 296, Mayer Supply Cbmpany r T 478 960.00 297. Plaurum Dental Studios -, Inc. ,, 479 3,840.00 ,, 298. Rosen, Levine, Goodstein, Swistak . 480 2,340.00 299. Thermographio Medical Evaluation Center of Michigan '‘ 481 2,600.00 300. Howard & Smith, Inc. 5/26/81 485 2,960.00 301. Tri-Co Engineering, Inc. u 486 2,340,00 T r 302. MAACO Auto Painting, Inc. 487 4,080.00 303. Bloomfield Hills Landscaping & Nursery Far u ms, Inc. 488 1,200.00 304. Corvette Cbstom Collision 5/18/81 489 2,240.00 305. Deken Machine Design, Inc. 5/26/81 490 3,300.00 ,, 306. Fbamade Industries . 492 2,793.60 307. Num ,, erical Machining Company . , 493 1,530.00 308. Jordon Construction Obavany u 494 1,700,00 309. Lendrel 6/01/81 496 3,480.00 310. York M. Brown, CPA u 499 2,080.00 311. Addison Iron Works u 500 2,800.00 , 312. Paul Sura Gency 6/01/81 ' 501 1,788.80 313. Ram Meter, Inc. r I 502 • 2,262.00 314. Nifty Norman's 1? 505 2,844.00 315. Troy Pest Control Company ,t 506 1,526.00 316. Weldor Training Center T r 507 9,120.00 317. Nelson Dental Laboratory 6/08/81 509 2,630.40 318. Peerless Steel Company 513 3,030,00 319. Installations, Inc. 6/08/81 514 2,800,00 '-320. Glpss & Mirror Craft Industries, Inc. t 7 515 3,140.00 321. Charlies Upholstery tt 516 1,125.00 322. American Boating Club I, 517 1,950.00 823. Dura Maintenance u 518 960.00 324. Joe Coleman Auto Service t 1 519 1,050.00 -12- 07-T177-TC2 m9!"1 -77.7.70 FY-81 CONTRACT MVIESE -13- ORGANIZATION 'DATE CONTRACT # -AMOUNT 325. The Dawson Collision Company 6/08/81 520 1,320.00 It 326. Fisher Foods 521 1,800.00 327. Meco Metals 6/15/81 525 2,405.00 328. Ajax Paving Indu Si sLries 526 1,820,00 329. Berkley Applicance tt 527 1,005.00 330. New Dimension Homes & Developers, Inc. IT 528 1,820,00 331. Zelda Fastener Cbmpany, Inc. II 529 1,875.00 332. Meisler Enterprises 6/15/81 530 3,900.00 333. Aero Detroit, Inc. it 531 2,313.60 tt 334. Ronald Smigelski, Insurance Agent 532 2;188.00 335. CMIA INC, DBA Chuck Montgomery IT 533 2,080.00 II 336. Lawrence F. Mohn, General Agent 534 1,950.00 337. Guardian Alarm 6/22/81 537 15,800.00 338. Sahara Investment Company 71 538 3,580.00 339. United Maintenance Company 6/29/81 540 2,400.00 340. E.F.C.O. It 541 2,604.00 341. Jim's Refrigeration Inc. ,t 542 2,425.00 342. Systems Engineering &Design it 546 2,500.00 ?I 343. Selik Hosiery . 547 4,160.00 344., Spectrum Tool tt 548 3,500.00 345. Guyette Glass, Inc. 7/1/81 553 900.00 346. Efficient Engineering Co., Inc. , tr 554 5,080.00 IT 347. House of Imports 555 * 960,00 348. Pub Ice Cream Campany " , 556 2,075.00 349. Herma & CO. Secretarial Service If 553 2,340.00 TS 350. Bruce C. Fisher & Associates 560 1,946.50 351. State-Wide Excavating tt 562 2,040.00 352. H &MDrive-In Cleaners, Inc. 7/8/81 563 2,400.00 353. Securedata Corp. ,, 564 5,450.00 354. Cak Mac Investment, Ltd. it. 566 2,080.00 355. Kalt-tori Steel Corp. 7/20/81 567 1,815.00 356, Mid-West Wire Products Cb.,Inc. ' 568 4,984.00 tt 357. Information Specialists, Inc. 573 6,000.00 358. Charles F. Taylor /I 574 3,000.00 359. Tom Davis Custom Masonry tt 575 • 3,120.00 it 360. Bauman Insurance Agency 578 1,750.00 ON-•777- .7.7 F1-81 CONTRAcT UNIVERSE ORGANIZATION DATE MNTRACT 361. R.F.P. Enterprise, Inc. 7/27/81 #580 $1,200.00 362. D & R Heating & Cooling ,t 581 3,000.00 ,, 363. A. A. Jansson, Inc. 589 5,850,00 364. C & C Collision ,, 590 1,920.00 365. Rodgers & Morgenstein ,i 591 2,340.00 366. The Rubbish company 8/03/81 592 1,075.00 - 367. O'Brien & Gary's Heating & Cooling 71 593 3,120.00 368. Interiors by Thom Limited t, 594 3,900.00 7 ! 369. Bain & Shapero, P.C. 595 1,760.00 370. Walled Lake Collision ,, 597 1,920.00 371. The Cabinet Corner, Inc. 8/10/81 598 1,600.00 372. up Right Scaffold 1 I 509 2,340.00 373. LADCO, Inc. ,, 600 4,860.00 374. Maintenance Management Corp. T f 603 .975,00 375. Composite T 7 f echnology Inc. 604 5,720.00 376. Dr. Issac 7 7 605 2,340.00 377. Competitive Telephone 8/17/81 607 1,720.00 378. Power Disc, Inc. I, 608 1,440.00 379. Deco-Grand Incorporated ,t 610 3,750.00 380. Blanton f anton Abrasives & Mill Supply 611 2,600,00 381. Dean Chiropractic Life Center ,, 612 2,580,00 382. W. E. Hogan Company f I 613 2,080,00 7 7 383. Greenfield & Koppleman, PC 616 3,380,00 384. Internatioal Calculators Sales Inc. t, 617 2,392.00 385. Kleem Rite Services, Inc. 8/24/81 619 1,800.00 386. Dr. Loomus &Er. Weintraub T 7 620 1,280.00 i, 387. Wesley Berry Florist 621 2400.00 388. Joel Forman, DUB t t 622 2,225,60 t 389. Computer Mart Inc. t 623 2,000.00 390. Berkley Collision, Inc. I f 624 1,920.00 391. Clifford B. Heller, PUS, PC ,t 625 2,000.00 -392. Consultants in Systems & Programming, Inc. 7T 626 2,680.00 393. Genesee Poi-Lable Tool R i 627 3,380.00 394. Htdnut & Ravitz 8/31/81 629 2,080.00 395. Lance Industries Incorporated 9/07/81 632 3,080.00 396. Standard Federal Savings & Loan Assn. it 633 2,080,00 7 147 7:77,7,777,7g,c;,7r;,r.!,7777,77.-,77, DATE CONTRACT # AmouNr ORGANIZATION GRAND TOTAL $ 3,373,763.83 ON-TBE-JOB TRAINING FY-81 CONTRACT UNIVERSE t-15- 397. Baden-Schweitzer Engineering Corp. 9/07/81 #634 $1,440.00 398. Grand-Schaefer North 9/08/81 637 1,980.00 399. John G. Knapp, DDS, MS, PC ft 638 4,999.00 400. Oak Park Screw Products, Corp. 9/14/81 641 1,980,00 401. Barry S. Cohen, CPA, PC TY 642 3,300.00 402, Condo World it 643 2,470.00 403. Property Management Consultants, Inc. 91 645 4,500.00 404. Cy-le-mation 9/21/81 646 3,540.00 405. Southeast Michigan Travel & Tourist Assoc, TT 651 2,080.00 406. Gerald M. Ebsco, CPA ,, 652 3,150.00 407. Career Growth & Research ,, 653 1,760.00 408. Kramer, Mellen, Wagner, Ishbia TT 654 1,650.00 409. Circuit Boards of America 4# 657 2,160,00 410. Economy Group Travel Service, Inc. 9/28/81 659 2,340.00 411. Sarris & Associates Advertising Tf 660 1,760.00 412. Combustion Research Corporation TY 661 2,430,00 413. RPO Financial Services ,t 662 2,080.00 TOTAL $ 1,116,250.03 3/22/82 OAKLAND COUNTir DIPLIMIENT & TRAIN -11\z 140 S. Saginaw Pontiac, Michigan 48058 • FY-82 CONTRACTS TO RE AUDITED P.S.E. UNDER $50,000 ORGANIZATION • LATE CONTRACT MOUNT 19. Brandon Tbmship 20. City of Huntington Woods 21. Salvation Army 11 P.S.E. & OTYM FY-81 CONTRACTS TO BE AUDITED 1. Rochester Avon Recreation Authority 10/01/80 02 $ 12,580.00 41 2. Tiemship of Groveland 94 26,000.00 IT 3. Village of Crtonville 100 13,00000 4. City of Farmington n, 103 38,580.00 5. City of of Pleasant Ridge n 110 44,450.00 6. City of Wixom n 112 26,000.00 7. MadisOn Schools n 120 49,206.00 8. Oxford: Schools n 122 13,000.00 9. Clinton Valley Council, Boy Scouts of America n 128 ' 13,000.00 10, Detroit Area Council, Roy Scouts of America 7T 129 12,580.00 11. Citizens for Better Care n 133 14,254.00 12, Lakeside Health Center n 138 13,000.00 13. 0. C. Coalition of Welfare Rights 7, • 141 12,580.00 14. Pontiac Citizens Coalition 71 .. 144 38,905.00 TT 15. The Sanctuary 148 12,58000 16. Y.M.C.A. of Detroit 7! 151 12,580.00 17. City of Oak Park ,! - 220 25,160.00 18. Women's Survival Center J 7 153 15,150.00 TOTAL $ 392,605.00 P.S.E. OVER $50,000 10/01/80 93 $ 65,000.00 105 77,134,00 2/09/81 304 3,721.92 10/01/80 147 76.,822.00 TOTAL $ 222,677.92 011-MR ORGANIZATION DATE CCOIRACT AMOLINT 10/01/80 #75 $ 22,931.00 10/01/80 134 38,580.00 22. Common Ground II-B SGG T1 P.S.E. & MEER FY-81 CONTRACTS TID BE AUDI= -2- 23. Mender Aid & Restoration/O.C. IIB Svcs. 12/01/80 80 86,686..00 24. Oakland Schools VII PSI? CT 2/03/81 286 48,847.69 25. Cambridge Career Center IIB CT 5/11/81 467 19,600.00 26. International Transportation InLitute 6/01/81 508 10,279.40 27, Control Data Institute JIB Cr 9/14/81 639 44,755.00 TOTAL $ 271,679.09 3/25/82 ON--THE-JOB TRAINING . . FY-81 CONTRACTS TO BE AUDITED . -3- ORGANIZATION DATE CONTRACT AMOUNT 1. Wessels Company 10/6/80 #6 $ 1,796.00 II f I 4/27/81 435 3,700.00 2. John L. Barker, CPA, PC 10/6/80 14 2,080,00 3. Cooperative Services, Inc. 10/13/80 23 2,244.00 4, Bigger Hammer Principle, Inc. 10/20/80 31 2,200.00 5. Mobile Office Equipment Company 10/20/80 40 2,600.00 6. Northwood Engineering, Inc. 10/20/80 50 3,200.00 4/27/81 437 6,300.00 Tt tt 5/4/81 452 3,100.00 7. Mardy Heating & Cooling 11/3/80 60 2,080.00 11 11 11/24/80 209 3,000.00 8. Roma's of Michigan, Inc. 12/01/80 ' 173 3,620.00 t! t? 11/24/80 207 7,240.00 ir u 12/8/80 186 7,872..00 9. St. Taurence Sales . 12/8/80 188 2,060.00 IT fl 7/1/81 . 557 1,080.00 10. Universal Machine Works, Inc. 11/24/80 198 2,240.00 U t! 1/12/81 258 2,884,80 11. Red Bob Farms 11/24/80 208 1,050.00 12. Hacker Sign Studio Inc. 12/15/80 226 2,340.00 U u 4/6/81 :387 2,800,00 13. R & K Design Services, Inc. 12/22/80 234 4,160.00 14. Hartman Associates Inc, 12/29/80 242 2,080.00 15. Energy Installation Systems Inc. 1/5/81 254 2,340.00 16. IL G. McCarthy & Associates 1/19/81 265 2,496.00 17. Automotive Technology Inc. 1/26/81 277 2,660.00 18. Stiles Electric Contractors 2/2/81 289 3,000.00 19. PJ's Donuts 2/9/81 299 • 1,600.00 20. Elyse Madgy & Associates, Inc. 1/16/81 311 2,470,00 21. Jewels by Donna 2/23/81 320 4,392.00 22. Eduard F. Stein, O.D. 2/23/81 330 1,760.00 23. Realty World 3/2/81 341 2,080.00 24. Sabourin, Anderson & Case Attorneys at Law 3/16/81 354 1,920.00 7/27/81 587 2,145.00 ORGANIZATION DATE OONMACT 12,10MIT Tara $ 184,557.31 "0N-THE-jOB TRAINING FYL8I'CONTRAC1S TO BE AUDITED -4- 25, Cogsdill Enterprises, Inc. 3/16/81 362 7,280..00 26. Stevens Industries 4/1/51 371 - 2,160.00 Pt ft 9/28/81 663 2,200.00 27. P-Kay Industries 3/30/82 382 2,370.00 ft it 5/11/81 459 960.00 28 Investors Diversified Services, Inc. 5/6/81 391 2,050.00 29, Square Lake Mental Health Center 4/13/81 401 2,080.00 30. Delux Sportswear It 410 1,600.00 II IT 9/28/81 658 2,400.00 31. Versa Tech, Inc. 4/20/81 421 1,800.00 • I? tt 7/27/81 588 2,262.00 It U 6/22/81 539 1,800.00 32. Camp Nahelu 4/27/81 433 8,960.00 33. Sies Refab 5/4/81 445 2,280.00 34. Cornell Engineering Co. 11/3/80 64 2,400.00 35. American Way Business Communication Sys. 5/11/81 457 1,840.00 36, United Buying Service " 466 1,976.00 37. Ronart Industries, Inc, 5/18/81 476 3,130.00 ft Ii 6/1/81 503 6,260.00 38. MAACO Auto Painting Inc. 5/26/81 487 4,080.00 yi ti 6/1/81 504 1,27500 39. York M. Brown, CPA 6/1/81 499 2,080.00 40. Peerless Steel Company 6/8/81 513 3,030.00 41. Fisher Foods 6/8/81 521 1,800.00 42. Ronald Smigelski, Ins. Agent 6/15/81 532 2,188.00 43. Systems Engineering & Design 6/29/81 546 2,500.00 44. Bruce C. Fisher & Associates 7/1/80 560 . 1,946.50 43. Charles F. Taylor 7/20/81 574 3,000,00 46. The Rubbish Company 8/3/81 592 1,075.00 47. Maintenance Management Corp. 8/10/81 603 975,00 _48. W. E. Hogan Company 8/17/81 613 2,080.00 49. Berkley Collision, Inc. 8/24/81 624 1,920.00 50. Grand-Schaefer North 9/8/81 637 1,980.00 GRAND TOTAL $1,071,519.31 3/25/82 =ACM= C COUNTY OF OAKLAND 13A.NIEL T. MURPHY, COUNTY EXECUTLVE REQUEST FOR PROPOSAL SUBJECT: Audit Services Gentlemen: You are invited to submit a proposal for furnishing audit services in accordance with the specifications in the enclosed Specification Schedule (Enclosure I), and the Instructions to the Prospective Contractors (Enclosure II). All proposals shall be submitted by returning to the office indicated below: two (2) copies of the technical proposal; two (2) copies of the Specification Schedule (Enclosure I) with the proposed price filled in; and one (1) copy of the Certifications (Enclosure III) with the blank spaces filled in The technical proposal must contain the following: 1. Information as to the Offeror's background and experience auditing programs financed by the Federal Government, State, County and Local Government activities; nonprofit organizations, and commercial entities. 2. Information as to the Offeror's background and experience per- forming the recruitment of documentation and/or in-kind cost to substantiate subgrantee questioned costs as a result of Prime Sponsor Audit. 3. Information as to the size and organizational structure of the Cfferor's firm. 4. Resumes indicating qualifications of the staff members to be assigned to these audits indicating as a minimum their position in the firm, total years and types of experience and description of the audit team(s) makeup and the comtemplatd overall super- vision of the audits specified in the Attachemnt A to the schedule. 5. A statement of the Offeror 's understanding of the Nw)rk to be performed, including time estimates to perform each step in the "Audit Program" sections of the C.E.T.A. Audit Guide (Enclosure II). 6. Price per audit unit of audited prime sponsor costs. An audit unit is defined as one thousand dollars ($1,000.00), or portion thereof, of prime sponsor costs audited. Without this information it will be impossible to properly evaluate your proposal. Oakland County Employment & Training Administration PONTIAC PLACE 140 South Saginaw Street, Suite 725, Pontiac, Michigan 48058 Evaluation of each proposal will be based on the following criteria: FACTOR Point Range A. Prior experience auditing: 1. Auditing programs financed by the Federal Government a) Federal programs other than CETA b) CETA O - 5 O - 10 2. Auditing State, County or Local government activities; 0 - 10 nonprofit organizations and commercial entities. 3. Recruiting documentation and/or in-Rind cost for prime sponsor audit resolution.' B. Organization size snd structure of firm 1. Size in relation to audits 2. Locality of firm management C. Qualifications of staff to be assigned 1. Composition of audit team 2. 'Overall audit supervision D. Offeror's understanding of work to be performed E. Price per audit unit Maximum Points S.' 0-20 O - 2 O -10 • - 5 0 - 15 -0 I 100 Each proposal will be independently evaluated on factors A through D by two or more qualified individuals. Their raw scores will be averaged to Obtain a composite raw score. This composite raw score will then be convei Led to a true score by use of the following formula: Composite raw score of this proposal - X 80 = Technical Score Highest composite raw score of all proposals Each proposal will be evaluated by the Contracting Officer by use of the following formula: Lowest price of all proposals Price of proposal being evaluated The technical score and the price score will be added together to determine total score for each proposal. X 20 = Price Score The Offeror with the highest total score will be offered a contract. Should that Offeror be unable to accept the contract, the Offeror with the next highest total score will be offered the contract. Your proposal must be received no later than 5:00 P.M. in the office of: Oakland County Employment and Training Administration Attention: Brian Ttuget Supervisor, Systems and Acquisitions 140 South Saginaw Street, Suite 600 Pontiac, Michigan 48058 Your attention is invited to the "Late Proposal" provision set forth in the enclosed "Instructions to Prospective Contractors " (Enclosure II). Any questions, technical or otherwise, concerning this Request for Proposal should be addressed to the undersigned at the address Shown in the above paragraph. Telephonic inquiries may be made by calling 813-858-5361. This letter is not to be construed as a contract or commitment of any kind. Sincerely, Brian Pouget Supervisor, System and Acquisitions PS/cm Enclosures (1) three (3) copies of Schedule (including AttaChments A &B) (2) one (1) copy of Instructions to Prospective Contractors (3) two (2) copies of Certifications INCLOSURE SCI9EDUIE , I. INTRODUCTION The purpose of this invitation is to obtain the services of public accounting firms whose principal officers are independent certified public accountants or indepentdent licensed public accountants, certified or licensed by a regu- latory authority of a state or other political subdivision of the United States, hereinafter referred to as the "Offeror" to perform audits of those organi- zations, hereinafter referred to as "Contractors" or "Subgrantee", vho have obtained a Comprehensive Employment and Training Act (C.E.T.A.) contract or subgrant from the County of Cakland Employment and Training Administration hereinafter referred to as the "Prime Sponsor." The purpose of this solicitation is to obtain the services of public account- ing firms with previous C.E.T.A. Prime Sponsor documentation recruitment experience whose principal officers are independent certified public account- ants or independent licensed public accountants, certified or licensed by a regulatory authority of a state or other political subdivision of the United States, hereinafter referred to as the "Offeror" or "Contractor" to perform the recruitment of documentation to substantiate questioned costs as a result of audit of those organizations hereinafter referred to as "Contractors" or "Subgrantees," or "Subrecipients" who have obtained a Comprehensive Employment and Training Act (C.E.T.A.) contract or subgrant from the Oakland County EMployment and Training Division, hereinafter referred to as the "Prime Sponsor." II. BRIEF DESCRIPTION OF CCU,PREHENKVE ETLOYMNT AND TRAINING ACT (C.E.T.A) C.E.T.A's major purpose is to provide the economically disadvantaged, the unemployed and the underemployed with the assistance they need to compete, secure, and hold jobs challenging their fullest capabilities - in brief - manpower programs. Manpower programs cover testing, counseling, skill training in the classroom or on-the-job, and basic education. They cover supportive aid like child care and arrangements for transportation to job and training sites. They include job restructuring, job development, v.ork experience, and public employment, III. CONTRACT =OM/INCE BY PUBLIC ACCOUMaNG FIRMS A. A list of contracts or subgrants to be audited, Attachment A, iR enclosed. Each column is explained below. Column I: Contractor or Subgrantee Name and Address Column 2: Contract or SUbgrant Number The number assigned to the contract or subgrant by the prime sponsor. Column 3: Dates The beginning and ending dates of the contract or stbgrante. Column 4: Contract or Subgrant Amount This is the rime Sponsors best estimate Of tli se total funding of each contract or subgrant. It is only the Prime Sponsor's share of the contract or subo-rant. -2- ENCLOSCEE I III. CCNIO.AOT PERFORM:NCE BY PUBLIC AOCCUNTING liaRms (Continued) Column 5: Cumulative Costs Sub-Column A: -Date of Last Invoice This is the date of the latest invoice received from the contractor or sub-grantee at the time of the preparation of this Attachment A. Sub-Column B: Cumulative Costs Total costs from inception of contract through the latest invoice received. Column 6: Costs Audited The amounts in this column represent the Prime Sponsor's share of the costs audited in the past and were taken from acceptable audit reports submitted to the Prime Sponsor. Column 7: Costs to be Audited This is the Prime Sponsor's best estimate of the costs to be audited at the time of the preparation of this Attachment A. The contractor's or sub-grantee's records 'should be audited through the last day of the contract or sub-grant period or the date of the latest invoice submitted at the time of audit. The Offeror is required to audit only the costsincurred after the date of the last audit. The information necessary to determine the prior cut-off date will be furnished by the Prime Sponsor's authorized representative named in paragraph IX of this schedule. The Offeror is required to complete the audit of the contracts or sub-grants in accordance with the delivery schedule shown in section V of this schedule. An audit report for each contract or sUbgrant audited, shall be submitted to the Prime Sponsor's authorized representative named in Paragraph IX of this schedule. In addition, two copies of each audit report shall be submitted to the Department of Labor's Office of Inspector General in the appropriate region. The name, address and geographic area of responsibility for these offices are shown in Attachment B of this schedule. All audit reports shall be submitted to both parties not later than thirty (30) days after the exit conference. If, after appropriate notification by the Offeror, as specified in the paragraph entitled Notice to Grantee in the audit guide, and the initial visit to the contractor's or sub-grantee's location, the Offeror finds: ENToOSCRE III. CONTRACT PEFEOMANCE BY PUBLIC ACCOTINGTIRMS (Continued) • 1. The contractor's or sub-grantee's representative was not - available; 2. Records were not maintained at the address shown in Attachment A, or in a reasonable proximity, and consequently unavailable for audit; 3. Records to be in such condition that it was not possible to conduct an audit; and 4. That the contract or sub-grant has recently been audited and an acceptable audit report furnished the Prime Sponsor. The Offeror will promptly report such conditions to the Prime Sponsor's authorized representative in writing. In the case of the contractor's or sub-grantee's records being considered unauditable, the Offeror shall submit a letter report delineating the reason for such determination, his recommendation as to action required to place records in condition for audit, name(s) of auditor(s) making the visit to the auditee's location, and the date of such visit. This - report shall be submitted to the Prime Sponsor's authorized representative and the. appropriate Lepartment . of Labor Office of Inspector General, within ten (10) working days of such determination. With each written report concerning the four above Hentioned situations, the Offeror shall submit an invoice detailing reasonable direct out-of-pocket expenses and the billing rate for the individuals making the initial visit. In no event will the Prime Sponsor reiMburse the Offeror for more than he would have earned if the audit had been performed. The maximum reitbursement may be calculated by multiplying the audit units based on the amount shown in "Costs to be Audited" (Coluii;it 7) of Attachment A by the rate specified in Paragraph VII of this Schedule. The Offeror shall make available supporting documentation for the aforementioned invoice to the Prime Sponsor upon request. B. A list ofoontractsor subgrants in which documentation and/or in7kind costs must be recruited, Attachment B, is enclosed. The documentation and/or in-kind costs recruited shall include, but not be limited to, financial sources, time and attendance sheets, statements of earnings, Participant Registration and Information Records (PRIRs), contracts, contract modifications, bank statements, reim:Cursement requests (invoices), purchase orders, requisition orders, vouchers, ando/or any evidence verifying monies questioned. The documentation recruited must be prepared according to the Office of Inspector General/Department of Labor auditing standards for the purpose of their review and acceptance, Project Control and Reports 1. The contractor will carryout this project under the direction and con- trol of the Division Manager of the EhTloyment land Training Division or his designee. 2. Although there will be continuous'fiaison with the contractor team, the Prime Sponsor's project director or his designee will meet wee%iy, as a minimum, with the contractor's project manager for the purpose of re- viewing progress and providing necessary guidance to the contractor in solving problems which arise. The contractor will submit brief written hi-weekly summaries of progress which outline the work accomplished during the reporting period, work to be accomplished during the subsequent repopting period, problems, real or anticipated, which should be brought to the attention of the Prime Sponsor's project director or his designee, and notification from previous- ly agreed upon work plans. 4. Within five (5) working days of the award of the contract, the contractor will submit to the Prime Sponsor's project director or his designee for approval of a work plan which includes the following: - a. The contractor's project organizational structure. b. Contractors's planning table with names and titles of personnel assigned to the project. c. The project breakdown showing subprojects, activities and tasks, and resources required and allocated to each. d. A time - phased plan in proper sequence for completing the project. rv. AUDIT PROMM FOR THE REVIEW OF CMMACTOR'S OR SUB-GMTEE'S RECORD The audits will be performed in accordance with the U. S. Department of Labor audit guide designed to assist public accounting firms to understand the special requirements for audit coverage of the Comprehensive alployment and Training Act contracts and stib-grants. The guide contains the minimum requirements for audit coverage of the contracts listed in Attachment A. The guide suggests the use of statistical sampling, when appropriate, and the submission of specific financial data. The Offeror is expected to take any further action necessary in order to render an opinion as required by the guide • ENOLOSU IV. AUDIT PROGRAM FOR THE REVIEW OF CONTRACTOR'S -OR SUBORANI-LE'S RECORD (Continued If a contractor or sub-grantee has had their accounting system reviewed, a copy of the survey report will be made available to the Offeror before an audit is made. Likewise, if any prior audits have been conducted, the reports will be made available to the Offeror before an audit is made. V. DELIVERY SCHEDULE The Offeror shall deliver aldit reports in accordance with the following schedule: 10% within 90 days after award 20% within 135 days after award 20% within 180 days after award 25% within 225 days after award 25% within 270 days after award Reports may be submitted earlier than the above schedule, however, if the Offeror fails to make delivery of the audit reports within the time schedule specified herein, or if the Offererdelivers audit reports which do not conform to all the provisions of this contract, the Prime Sponsor may, by written notice of default to the Offeror, terminate the whole or any part of this contract. Under certain extenuating circumstances the contracting officer may extend this schedule upon written request of the Offeror with sufficient justification. VI. PRICE A. Audit. Services The parLies hereto agree that, in consideration for performing all the requirements herein; the Prime Sponsor shall pay the Offeror -* (*to be filled in by Offeror) per audit unit; which includes all of the Offeror's expenses for labor, communications, travel expenses and miscellaneous expenses. .An "Audit Unit" shall consist of the amount of one thousand dollars ($1000.00) of Prime Sponsor costs to be audited as shown in column 7 (Costs to be Audited) of AttaChment A. For purposes of computing the number of "Audit Units" for each contract or sub-grantee agreement audited, the following provisions are applicable: I. Each full thousand dollars of actual Prime Sponsor costs audited, or fraction thereof, shall count asa full audit unit. 2. Only the Prime Sponsor's costs to be audited will be considered in determining the audit units. Therefore, if a contract or agreement has been audited before, only the costs audited for the period being examined under this offer will be counted as an audit unit. ENTOM-S7?E I VI. PRICE (Continued) Should the contract or sub-grantee agreement be funded for less than the estimate shown in Column 4 of Attachment A, and the Prime Sponsor costs to be audited be less than estimated, as shown in Column 7 of Attachment A, the Of will be reiTbursed only to the extent of actual costs audited. B. Recruitment of Documentation and/or In-kind Cost The information requested in this portion is required to support the reasonableness of your quotation and is for internal prime sponsor use Only, The data will be held in confidence and will not - be revealed to or discussed with competitors. This portion of the proposal must . be bound and sealed separately from the remainder of the proposal. Use the format below: 1. Personnel Costs and Resources - Itemize SO as to show the following for each category of personnel with a different rate per hour. • a. Category; e.g., project Tanager, senior accountant, etc. b. Estimated hours c. Rate per hour d. Total cost for each category and for all personnel needs, 2. Cost of Supplies and Materials a. Itemize 3. Other Direct Costs • a. Itemize 4. General and Administrative Burden or Overhead a. Indicate percentage and total 5. Transportation Costs a. Show travel coss and per diem separately. 6. Ibtal Price Bid for Project a, Price proposal should be based on costs per thousand. ENCLOSURE I VII. PAY= The Offeror shall submit a separate invoice for each audit report submitted and for each case of unauditable records. Such invoices shall clearly delineate the applicable contractor or sub-grantee audited or attempted to audit. Interim and/or progress payments are not authorized. Payment of invoices submitted will be made monthly upon receipt of Cffferor's billing statement. The Prime Sponsor's payment of the invoices shall not be construed as evidence of the Prime Sponsor's acceptance of the audit reports. Should the Prime Sponsor reject a report-, the Prime Sponsor's authorized representative will notify the Offeror in writing of such rejection giving the reason(s) therefor. VII . -PROGRESS Pall4RTING The Offeror shall furnish a monthly progress report to the Prime Sponsor's authorized representative in the following format, within 10 calendar days after the end of the applicable month. COntract No, Firms Name Progress Report as of (end of Month) 1. Total reports to be submitted 2. Reports submitted to date * 3. Balance due to be submitted (1 minus 2) 4. Awl-its in Process * Includes letter reports of unauditable records retails of Audits in Process Contractor/ Contract or Estimated Date Estimated Sub-Grantee Agreement No, Audit Work CorTieted Slibm-11;sicn Date (list each audit separately) -8- ENCIOST= I VIII. PROGRESS REPORTING (Continued) Detpils of Audits to be Done Contractor/ Contract or Estimated Estimated Sub-Grantee Agreeuent No. Starting Date Submission Date (list each audit separately) IX. PRIME SPONSOR'S AUTHORIZED REPRESENTATIVE The Prime Sponsor's authorized representative, Rebecca Holowichi, is empowered to accept and approve or reject the services furnished by the Offeror in compliance with this schedule, but is not authorized . to change any of the terms or conditions of this contract. X. PRIME SPONSOR FURNISHa) PROPERTY, The Prime Sponsor provides herewith to the Offerors the following items for use in the performance of this contract: A. Audit Guide The U. S. Department of Labor Comprehensive Employment and Training Act Audit Guide Fiscal and Compliance XT. T=TNATION DATE This contract shall expire September 30, 1982. -9- ENCLOCURE I XII. RESTRICTIONS AGAINST Discuosun, . The Offeror agrees to keep the information related to all contracts and sUbegrants in strict confidence. Other than the repoAs submitted to the Prime Sponsor and the U. S. Depaxtment of Labor, the Offeror agrees not to publish, reproduce or otherwise divulge such information in whole or in part, in any manner or folmor authorize or permit others to do so, taking such reasonable reasures as are necessary to restrict access to the information, while in his possession, to those employees on his staff and the Contractors or Sub-grantee's staff who rust have the information on a "need-to-imown basis, and he agrees to immediately notify, in writing the Prime Sponsor's Authorized Representative in the event he determines or . has reason to suspect a breach of this requirement. XIII. EXTRANEOUS ACTIVITIPS It is understood that the Offeror's personnel will notbe required to engage in any criminal investigative activities and, to the degree that the Offeror's personnel are required to give advice, testimony or engage in any other activity not within: the strict purview of rendering, confirming or justifying an audit report, arrangements shall be made beyond the scope of this contract to reimburse the Offeror for the professional time consumed and other related costs. ENCLOSCR II INSTRUCTIONS TO PROSPECTIVE OWERACTCRS 1. PROPOSALS INITIALLY ON MOST FAVORABLE TERMS Offerors are mationed to submit their proposals initially on the most favorable basis, price and terms included, since an award may be made without negotiation based on the price and teurs of the proposals as initially sUbmitted, although the Prime Sponsor specifically reserves the right to negotiate with any offeror(s). 2. NO DISCLOSURE Except as to notice to unsuccessful offerors of the final price by the Prime Sponsor for the services covered by the Request for Proposal, no use or disclosure of the price terms or techniques contained in your proposal will be made, except on a "need-to-know" basis for evaluation - purposes. In the event of an award, the reports sUbmitted pursuant to the requirements of such contract by the contractor receiving the award, may, of course, be disclosed, reproduced, etc., at the Prime Sponsor's or the U. S. Department of Labor's option. 3.. CLOSE OF BUSINESS For the purpose of receiving proposals, the close of business is 5:00 P.M. 4, TELEGRAPHIC PROPOSALS Telegraphic proposals will not be considered although proposals may be modified by telegraphic notice provided such notice is received prior to the time set for receipt of proposal. 5. LATE PEOPOSALS A. Proposals and modifications received at the office designated in the Request for Proposals after the close of business on the date specified therein Will not be considered unless: 1. They are received before award is made, and either, 2.- They are sent by registered mail, or by certified mail for which an official dated post office stamp (pOStMark) OR the . original Receipt for Certified Mail has been obtained, and, it is determined by the Prime Sponsor that the late receipt was due solely to delay in the mail, for which the Offeror was not responsible; or -2- ENCI=RE 5, LATE PROPOSALS (Continued) . 3. If submitted by mail (or. telegram, if authorized) it is determined by the Prime Sponsor that the late receipt was due solely to mishandling by the Prime Sponsor after receipt at the Prime Sponsor's installation: Provided that timely receipt at such installation is established upon examination of an appropriate date or tine stamp (if any) of such installation, or of other documentary evidence or receipt (if readily available) within the control_ of such installation or of the post office serving it. However, a modification of a proposal which makes the terms of an otherwise successful - proposal more favorable to the Prime Sponsor will be considered at' any time it is received and may thereafter be accepted. B. Offerors using certified mail are cautioned to obtain a.Receipt for Certified Mail showing a legible, dated postmark and to retain such receipt against the chance that it will be required 2 evidence that a late proposal was timely mailed. C. The tine of 'railing of late proposals submitted by registered or certified rail shall be deemed to be the last minute of the date shown in the posLEark on the registered mail receipt or registered rail wrapper or on the Receipt for Certified Mail unless the Offeror furnishes evidence from the post office station of mailing which established an earlier time. In the case of certified mail, the only acceptable evidence is as follows: 1. Where the Receipt for Certified Mail identified the post office station of mailing, evidence furnished by the Offeror which establishes that the business day of that station ended at an earlier time in which case the time of mailing shall be deemed to be the last minute of the business day of that station; or, 2. An entry in ink on the Receipt for Certified Mail showing the time of mailing and the initials of the postal employee receiving the item and makingthe entry, with appropriate written verification of such entry from the post office station - of mailing, in which case the time of mailing shall be the time shown in the entry. If the postmark on the original Receipt for Certified Mail does not show a date, the offer shall not be considered. 6. ENVELOPE FOR MOPOSALS It is important that your proposal be mailed in an envelope clearly marked in the lower left corner with the following information: Request for Proposal Closing Date and Time SEALED BID For Audit Services Failure to do so may result in premature disclosure of your proposal. EITCLOgiRE II 7. ALTERNATIVE PROPOSALS Alternate proposals may be submitted provided that all deviations are clearly specified. Failure to propose on a fixed-price basis will not, in and of itself, preclude award. EN-CT-CZ:PI III CERTIFICATIONS • The following Certifications are incorporated into Contract No. SUPPLIER CERTIFIED: (Check appropriate blocks and sign in the space provided below.) A. That he is rj, is not r7, a small business concern. Generally, a small business concern is a concern that (I) is independently owned and operated, is not dominant in the field of operation in which it is bidding, and with its affiliates, employs not more than 500 employees, or (2) is certified as a small business conoe= by the Small Business Administration. ("Concern" means any business entity organized for profit with a place of business located in the United States, its possessions and Puerto Rico, including, but not limited to an individual, partnership, corporation,, joint venture, association, or cooperative.) B. That he is n, is not F-1, a regular dealer in the services called for in this Request for Proposal. C. (1) That he has E.:3, has not T7 , employed or retained any company or person (other than a full-time bona fide employee working solely for the supplier) to solicit or secure this contract, and (2) that he has rj, has not fl7, paid or agreed to pay to any company or person (other than a full-time bona fide employee working solely for the supplier) any fee, commission, percentage or brokerage fee, contingent upon or resulting from the award of this contract, and agrees to furnish information relating to (1) and (2) above as requested by the Contracting Officer. D. That, to the best of his knowledge and belief, cost and pricing data submitted to the Contracting Officer or his representative in support of the referenced procurement are are not accurate, complete and current as of the date of execution of this certificate. E. (CERTIFICATE OF INDEPENDENT PRICE DETERMINATION) (I) That, in connection with this procurement, he andthe offeror he represents (and in the case of a joint proposal, each party thereto) _ to the best of his knowledge and belief: (a) the prices in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other offeror or with any competitor; -2- MICISCarar-2 111 (b) unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the offeror and will not knowingly be disclosed by the offeror prior to award, directly or indirectly to any other offeror or to any competitor; and Cc) no attempt has been made or will be made by the offeror to induce any other person or firm to submit or not to submit a proposal for the purpose or restricting competition. (2) That each person signing this proposal represents with regard to collusive pricing, that: (a) he is the person in the offeror's organization responsible within that organization for the decision as to the prices being offered herein and that he has not participated, and -will not participate, in any action contrary to (1) (a) through (1) (c) above; or (b) he is not the person in the offeror's organization responsible within that organization for the decision as to the prices being offered herein, but that he has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate in any action contrary to (1) (a) through (1) Cc) above, and as their agent does hereby so certify; and (c) he has notparticipated; and will not participate, in any action contrary to (1) (a) throughj (1) (c) above. - (3) A proposal will not be considered for award where (1) (a), (1) (c), or (2) above has been deleted or modified. Where (1) (b) above has been deleted or modified, the proposal will not be considered for award unless the offeror furnished with the proposal a signed statement which sets forth in detail the circumstances - of the disclosure and the Prizne Sponsor,. or his designee, deter- mines that such disclosure was not made for the purpose of e restricting competition. . F. That in compliance with the terms and conditions of this Request for . Proposal including the attached Schedule, and such other contract pro- - visions and specifications as are attached or incorporated by re ference in the Schedule, the undersigned offers and agrees, if this proposal be accepted within calendar days (60 calendar days unless a - different period be inserted by the offeror) after the last date for receipt of proposals as indicated in this Request for Proposal, to . _furnish any or all of the reports delivered at the designated points and within the time specified in the Schedule of the Request for Proposals. . G. Type of Business (Check appropriate box) 177 Individual 1-3 Partnership r7 Corporation -3- ENTCLOSLir,.E III. Incorporated in the State of (Complete if corporation) H. (PARENT COMPANY AND EMPLOYER IDENTIFICATION NUMBER) That, in the event the total amount of the quotation exceeds $10,000.00, - he has filled out subparagraphs (1), (2)2 ;?...,nd (3) below accurately, to the best of his knowledge and belief: (NOTE, Subparagraphs (1), (2), and (3) need not be completed if quotation is for less than $10,000.00) (1) Is the bidder owned or controlled by a parent company as described below? Yes r-7 . No r: • (For the purpose of this bid, a parent company is defined as one Vihich either owns or controls the activities and basic business polidies of the bidder. To own another company means the parent company must own at least a majority (more than 50%) of the voting rights in the company. To control another company, such ownership is not required; if another company is able to for- mulate, determine, or veto business policy decision of the bidder, such other company is considered the parent company of the bidder.. This control may be exercised through the use of dornii -eant minority voting rfghts, use of proxy voting, contractual arrange.- ments, or otherwise.) (2) If the answer to (1) above is "Yes" bidder shall insert in the space below the name and main office address of the parent company. AIDDR • (3) Bidder shall insert in the applicable space below, if he has no parent company, his own employer's identification number (E.I. No.) (Federal social security number used on employer' quarterly Federal tax return, U. S. Treasury Department Form 941), or if he has a parent company,, the E.L. No. of his parent company. Bidders E. I. No. Parent Company's E. I. No. 1,1E1V #82117 April 29, 1982 19 82 ALLEN Coon y Clerk/Register of Deeds day Moved by Lanni supported by Page the rasol :u0on be adopted. AYES: Gosling, Jackson, Kasper, Lanni, McDonald, Moffitt, Montante, Moore, Olsen, Pane, Patterson, Perinoff, Pernick, Peterson, Whitlock, Aaron, Caddell, Cagney, Calandra, DiGiovanni, Doyen, Fortino, Gabler, Geary. (24) NAYS: None. (0) A sufficient majority having voted therefor, the resolution was adopted. STATE OF MICHIGAN) COUNTY OF OAKLAND) 1, Lynn D. Allen, Clerk of the County of Oakland and having a seal, do hereby certify that l have compared the annexed copy of Miscellaneous Resolution , #_82117 adopted by the Oakland,county_loarfLo_f_Csammissinnar_s_at their meeting held on April 29, 1982 with the orginial record thereof now remaining in my office, and that it is a true and correct transcript therefrom, and of the whole thereof In Testimony Whereof, I have hereunto set my hand and affixed the seal of said County at Pontiac flichigan this 29th