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