Procurement Portal

Audit Services #3: YoloTD Financial Audit
Post Information
- Posted At:
- Thu, Dec 19, 2024 4:33 PM
- Sealed Bid Process:
- No
- Private Bid:
- No
1. Introduction
1.1. Summary
SACOG is seeking or more audit firm(s) to conduct the financial SACOG's annual financial audit, transit funds audits, financial audit of transit agencies and Capital Area Regional Tolling Authority. SACOG is inviting qualified audit firms to submit for one or more audit services by submitting a separate proposal for each audit service list below. SACOG and/or Partner Agencies will award one contract for each audit service category. The contracts will be awarded for three years term, with the option to extend for two more years for a total of five years.
This is for Audit Services #3: Yolo County Transportation District Financial Audit. Yolo County Transportation District (YoloTD) is seeking proposals from qualified certified public accounting firms to provide professional auditing services. These services include conducting YoloTD's annual financial audit and Single Audit in compliance with federal and state regulations, as well as applicable accounting standards. The selected firm will contract directly with Yolo County Transportation District.
Timelines for Financial Audits
Selected firm will perform the specified work for the following fiscal year:
Fiscal Year Ending June 30, 2025
Fiscal Year Ending June 30, 2026
Fiscal Year Ending June 30, 2027
OPTION YEARS:
Agreements may be extended for one two-year option for the following fiscal years;
Fiscal Year Ending June 30, 2028
Fiscal Year Ending June 30, 2029
For more information on other audit RFPs, please click on the links below:
Audit Services #1: SACOG/State Transit Funds Audit
https://procurement.opengov.com/portal/sacog/projects/134789
Audit Services #2: SACOG Financial Audit
https://procurement.opengov.com/portal/sacog/projects/134831
Audit Services#4: CARTA Financial Audit
https://procurement.opengov.com/portal/sacog/projects/134846
1.2. Background
YoloTD is a public agency that provides vital transit services for Yolo County and surrounding areas, funded through a mix of federal, state, and local sources. As a recipient of public funds, YoloTD must meet rigorous financial reporting and compliance requirements, including annual financial audits, transit funds audits, and Single Audits under the federal Uniform Guidance (2 CFR Part 200). These audits ensure transparency, accountability, and continued eligibility for critical funding. https://yolotd.org/
YoloTD operates with a small, dedicated staff, many of whom are new to public transit and are still building expertise in this specialized field. To succeed, the selected audit firm must not only bring technical proficiency in governmental and transit agency audits but must have a collaborative approach to guide and support staff throughout the process. Firms with experience working with smaller organizations and offering practical recommendations for improving financial practices and compliance are strongly preferred.
1.3. Contact Information
Caroline Payne
Analyst
1415 L Street Suite 300
Sacramento, CA 95814
Email: [email protected]
Phone: (916) 340-6232
Heather Luke
Procurement Officer
1415 L Street
Sacramento, CA 95814
Email: [email protected]
Phone: (916) 340-6223
Department:
Procurement
1.4. Timeline
https://sacog-org.zoom.us/j/88268272293
Meeting ID: 882 6827 2293
One tap mobile
+16692192599,,88268272293# US (San Jose)
+16513728299,,88268272293# US (Minnesota)
Dial by your location
• +1 669 219 2599 US (San Jose)
• +1 651 372 8299 US (Minnesota)
• 888 475 4499 US Toll-free
• 877 853 5257 US Toll-free
Meeting ID: 882 6827 2293
Find your local number: https://sacog-org.zoom.us/u/kc2kdFRcdK
2. Scope of Work
2.1. Audit Services #3: YoloTD Financial Audit
The auditor will be expected to perform all technical and other analyses necessary to complete the scope of work. The auditor will receive general direction from the YoloTD designee.
The auditor shall examine the financial statements and records and perform an annual audit of the financial transactions and records in accordance with the applicable laws and regulations and contracts that have been entered into by the agency. The scope of work includes the following tasks:
Task 1.1:
Tasks:
In accomplishing the foregoing, the auditor shall be required to perform the following:
- The auditor shall provide pre-work program to YoloTD’s Executive Director or designee
- The audit firm will perform an audit of all funds of YoloTD. The audit will be conducted in accordance with auditing standards generally accepted in the United States of America and Government Auditing Standards, issued by the Comptroller of the United States.
- The ACFR will be fully compliant with all GASB statements.
- The audit firm will render their auditors’ report on the basic financial statements which will include both the Business Type Activities and Fiduciary Activities of the District. The audit firm will also apply limited audit procedures to the Management’s Discussion and Analysis (MD&A) and Required Supplementary Information.
- The auditor will perform an audit and provide all required reports (and opinions) in accordance with auditing standards generally accepted in the United States of America; the standards applicable to financial audits contained in Government Auditing Standards, issued by the Comptroller General of the United States; and the audit requirements of Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance);
- The auditor will provide a Management letter and the required Statement on Auditing Standards 114: Auditor’s Communication with Those Charged with Governance letter. The management letter should include a summation statement of audit findings and recommendations affecting the financial statements, internal control, accounting systems, compliance determination, and any other material matters. The management letter must also include a review and update of the findings from the prior year.
- Advise and assist YoloTD’s staff in assessing controls and procedures as may be required during the financial audit performance.
- Express an opinion on the fairness of presentation of YoloTD’s financial position.
- If conditions are discovered, which lead to the belief that material errors, fraud, or other irregularities may exist, or if any other circumstances are encountered that require extended services, the auditor shall promptly advise the designee. No extended services shall be performed unless they are authorized in a separate contractual agreement or in an amendment to the contract agreement.
- If YoloTD Board of Directors, Executive Director, Chief Financial Officer, requests the auditor to perform services in addition to the required services outlined in this RFP, these additional services shall not be performed unless they are authorized in a separate contractual agreement or in an amendment to the contract agreement. These additional services would generally include special matters or performing special examinations upon request, including, but not limited to, financial transactions, matters of internal control, forward rate agreements, investments contracts, municipal leasing or similar types of transactions. Such additional service must be approved in writing by YoloTD prior to their performance. Charges for such additional services will be negotiated and paid to the auditor by YoloTD. SACOG is not responsible for payment for these additional services.
Task 1.2:
Tasks:
Reporting and Presentation
A. Present audit findings and financial statements to YoloTD's Board of Directors and management.
B. Provide clear, actionable recommendations for improving financial operations and internal controls.
C. Collaborate with YoloTD staff to address questions and ensure understanding of audit concerns.
Deliverables:
- YoloTD will determine the number of copies of the financial reports that are to be provided by December 15 or earlier if possible, following the end of the fiscal year.
3. Vendor Questionnaire
Required upload for this section:
- Table of Contents
- Itemized list of all proposal documents being submitted
The transmittal letter must include the name, title, address, phone number, and original signature of an individual with authority to negotiate on behalf of and to contractually bind the Consultant and who may be contacted during the period of proposal evaluation.
Required upload for this section:
- Transmittal Letter
By marking this confirmation, consultant acknowledges they have reviewed and accepted YoloTD's Standard Agreement with or without qualifications, and that any exceptions to the standard terms and conditions have been included in this proposal for consideration.
See attachments for a sample YoloTD's Standard Agreement for terms and conditions.
The letter must also include a statement acknowledging that the Consultant has reviewed and accepted YoloTD’s Standard Agreement (see attachments) with or without qualifications.
Any exceptions to YoloTD's standard terms and conditions must be included in with the proposal for consideration. For any exception requested, the Agreement section, paragraph and requested revision must be uploaded in this section.
Required upload for this section:
- Statement confirming that consultant has no exceptions to the standard terms and conditions; or
- Details for any exceptions to standard terms and conditions as listed above, for consideration.
Qualifications of Firm and Personnel
The RFP response shall provide a description of the firm and a statement of firm qualifications and firm experience focusing on the last five years. The response shall identify the audit service(s) that the firm is proposing on, including the firm’s overall management structure, and the specific organization of the proposed team (and if subcontractors are being utilized, their interaction with the firm proposing on this work). Additionally, the response must also identify by name all personnel that would perform work and their proposed roles. For support personnel, this is not required.
The description of individual qualifications must include a summary of the previous experience with local government agencies relative to the legal issues and practices described above.
Local Government Agency Client References
Please provide two primary references from another local government agency of the audit partner and manager in each audit service of work covered by the proposal, and two primary references for each audit partner and manager who will provide work for YoloTD. Please include contact information and permission to contact those references. Additional references may be provided, but the two primary references should be clearly identified.
Required uploads for this section:
- Qualifications, including resumes and Staff Resources Matrix
- References
DBE proposal must document consultant’s proposed use of DBEs in the performance of this work, if applicable, using the forms below.
Each Proposal must include:
- Exhibit C - Disadvantaged Business Enterprise Information form
- Exhibit 10-O1 - Local Agency Consultant DBE Commitment
- Form includes names, addresses, description, dollar amount of work each named DBE will perform, confirmation of proposer’s commitment to use identified DBE, and commitment to participate from DBE firm.
If the DBE Goal for this proposal is not met, the consultant must also submit:
- Exhibit 15-H Good Faith Efforts form (all sections). This form must demonstrate that an adequate good faith effort was made to include DBE firms in this proposal.
Proposals that do not meet the DBE contract goal or that YoloTD does not deem to have made an adequate good faith effort to meet the DBE contract goal demonstrated on the Good Faith Efforts form may be considered nonresponsive to this RFP.
See attachments for forms.
Required uploads for this section:
- Exhibit C – DBE Info form
- Exhibit 10-O1 – DBE Commitment form
- Exhibit 15-H – Good Faith Efforts, if DBE contract goal is not met.
The cost proposal includes the Cost Proposal form and Exhibit 10-K- Consultant Certification of Contract Costs and Financial Management System, or letter from cognizant agency approving the consultant’s indirect rate for the consultant and for any subcontractor included.
The cost proposal shall describe both the total and the detailed price for which the consultant will commit to complete the total scope of work and all deliverables by fiscal year. The cost proposal detail shall describe estimated costs (only the total amount is a binding offer) for each professional’s time, for the completion of first 3 year of the audit services and option two years, for travel and per-diem (if applicable), and for materials and supplies. Cost proposals must be submitted on the Cost Proposal form. The cost proposal must include subcontractor costs, if any. (See attachments for forms)
Failure to provide adequate cost data will result the proposal SACOG/Transit Partner deeming the proposal unresponsive.
Required uploads for this section:
- The Cost Proposal form
- Exhibit 10-K, or letter from cognizant agency
- Must be completed by Consultant and subcontractors
Consultant’s Affirmative Action (AA) program, if required pursuant to the equal employment opportunity requirements of the U.S. Department of Labor Regulations (41 CFR Part 60, et seq.). These regulations require certain contractors to develop and maintain affirmative action programs, including service contractors (non-construction) with 50 or more employees and a federally assisted contract of $50,000 or more.
Required upload for this section:
- Only if required by regulation cited above, statement describing Consultant’s AA Program.
Consultants and consultant firms submitting proposals in response to this RFP must disclose to YoloTD any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided under Agreement for consultant services to be awarded pursuant to this RFP.
If the consultant or firm has no conflict of interest, a statement to that effect shall be included in the proposal.
Required upload for this section:
- Disclosure of any Conflict of Interest; or
- Statement of No Conflict of Interest
- Consultant and subcontractors must complete this element.
Required upload for this section:
- Signed Exhibit B - Debarment Form (see attachments)
- Must be completed by Consultant and subcontractors
Required upload for this section:
- Signed Certification of Restrictions on Lobbying form (see attachments)
- Must be completed by Consultant and subcontractors
If YoloTD issues any Addenda for this solicitation, upload forms or responses in this section.
Enter the full cost of proposal for the contract term.
Required upload for this section:
- Upload full proposal document in one (1) PDF file, including all completed exhibits.
4. Evaluation Process
4.1. Review Panel
A proposal review panel made up of members of SACOG and YoloTD staff will evaluate the proposals.
4.2. Technical Evaluation
Upon receipt of the proposals, a technical evaluation will be performed. The review panel will evaluate each proposal in accordance with the criteria listed in the "Evaluation Criteria" section. Proposers may be telephoned and asked for further information, if necessary. Previous clients may also be called.
4.3. Oral Interviews
The review panel may request oral interviews from the top candidates to provide additional input in the evaluation process. In the oral interview, the candidates will be requested to provide an oral presentation, which will be followed by a question and answer period. The panel may question the candidates about their proposed approaches, consistent with the evaluation criteria set forth below. The panel will use each candidate’s interview performance to inform its final scores on the criteria set forth below.
4.4. Recommendation of Award
The panel will make recommendations to the YoloTD Executive Director on the basis of the proposal, oral interview when held, and reference check. In determining which proposal is most advantageous, YoloTD will award the contract to the proposer whose proposal offers the best value.
5. Evaluation Criteria
1. Project Understanding
- Understanding of the background and requirements of the project.
- Detailed audit plan, including timeline and strategies for addressing potential challenges.
- Approach to internal control assessments and compliance audits.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 20 (20% of Total)
2. Resource Allocation and Experience
- Education and experience of proposed personnel, including qualifications of the project manager and assurance of involvement in the project.
- Understanding of public sector challenges and ability to provide guidance.
- Given that YoloTD is a small agency with limited capacity for training, we strongly prefer auditors who are experienced and can independently navigate the audit.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 25 (25% of Total)
3. Cost
- Cost analysis and justification.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 20 (20% of Total)
4. Technical Ability
- Demonstrated Technical Ability through Qualifications, References, etc.
- Proposes a clear and logical approach to addressing specific challenges faced by YoloTD, including compliance with GASB, Uniform Guidance, and other relevant standards.
- Utilizes modern tools or technology to streamline the audit process, ensure accuracy, and facilitate timely communication with YoloTD staff.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 15 (15% of Total)
5. State and Federal Procedures
- Familiarity with State and Federal procedures
- Demonstrated understanding of federal and state transit funding requirements, including FTA programs (e.g. Section 5307, 5311) and state funding mechanisms such as TDA, STA and SGR.
- Ability to provide actionable recommendations to improve YoloTD's financial and grant management processes, ensuring compliance with evolving requirements.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 15 (15% of Total)
6. DBE Participation
There is no required Disadvantaged Business Enterprises (DBE’s) participation goal for this RFP. While the DBE Obligation is 0%, YoloTD encourages the participation of qualified DBE's and will consider and award points to those proposers that include DBE participation.
- Scoring Method:
- 0-100 Points
- Weight (Points):
- 5 (5% of Total)
6. Submission Instructions
6.1. Required Online Registration
Interested parties must register with SACOG’s procurement portal, https://secure.procurenow.com/portal/sacog, and click the "Follow" button on the specific solicitation to receive notifications of any addendums or updates.
6.2. Submission Instructions and Deadlines
Proposals must be received by SACOG’s Procurement Officer via the SACOG Bidding Portal found at https://secure.procurenow.com/portal/sacog, as described further. Portal submission should be received no later than 5:00 pm (PST) on February 7, 2025.
7. Terms & Conditions
7.1. Limitations
This request for proposal (RFP) does not commit SACOG/YoloTD to award a contract, to pay any costs incurred in the preparation of proposals in response to this request, or to procure or contract for services or supplies. SACOG/YoloTD expressly reserves the right to reject any and all proposals or to waive any irregularity or informality in any proposal or in the RFP procedure and to be the sole judge of the responsibility of any proposer and of the suitability of the materials and/or services to be rendered. SACOG/YoloTD reserves the right to withdraw this RFP at any time without prior notice. Further SACOG/YoloTD reserves the right to modify the RFP schedule described above.
Until award of a contract, the proposals shall be held in confidence and shall not be available for public review. No proposal shall be returned after the date and time set for the opening thereof. All proposals become the property of SACOG/YoloTD. Upon award of a contract to the successful proposer, all proposals shall be public records.
7.2. Award
All finalists may be required to participate in negotiations and submit such price, technical, or other revisions of their proposals as may result from negotiations. However, each initial proposal should be submitted on the most favorable terms from a price and a technical viewpoint.
The YoloTD Board of Directors will award the contract.
7.3. RFP Addendum
Any changes to the RFP requirements will be made by addenda issued by SACOG via the SACOG Bidding Portal (https://secure.procurenow.com/portal/sacog) and shall be considered part of the RFP. Upon issuance, such addenda shall be incorporated in the agreement documents, and shall prevail over inconsistent provisions of earlier issued documentation.
7.4. Verbal Agreement of Conversation
No prior, current, or post award verbal conversations or agreement(s) with any officer, agent, or employee of SACOG/YoloTD shall affect or modify any terms or obligations of the RFP, or any contract resulting from this RFP.
7.5. Precontractual Expense
Precontractual expenses include any expenses incurred by proposers and selected contractor in:
- Preparing proposals in response to this RFP
- Submitting proposals to SACOG/YoloTD
- Negotiations with SACOG/YoloTD on any matter related to proposals.
- Other expenses incurred by a contractor or proposer prior to the effective date of any agreement.
In any event, SACOG/YoloTD shall not be liable for any precontractual expenses incurred by any proposer or selected contractor. Proposers shall not include any such expenses as part of the price proposed in response to this RFP. SACOG/YoloTD shall be held harmless and free from any and all liability, claims, or expenses whatsoever incurred by, or on behalf of, any person or organization responding to this RFP.
7.6. Signature
The proposal will also provide the following information: name, title, address, email address, and telephone number of individual with authority to bind the consultant or consultant firm and also who may be contacted during the period of proposal evaluation. The proposal shall be signed by an official authorized to bind the consultant or consulting firm and shall contain a statement to the effect that the proposal is a firm offer for at least a 60 day period. Execution of the contract is expected by March 31, 2025.
7.7. Contract Arrangements
The successful consultant is expected to execute a contract similar to YoloTD’s Standard Agreement, which meets all State and/or Federal requirements. A copy of YoloTD’s Standard Agreement is attached to this RFP.
The contract will be an agreement between YoloTD and the consultant. YoloTD will provide contract administration services.
7.8. Disadvantaged Business Enterprise (DBE) Policy
It is the policy of YoloTD, the California Department of Transportation (“Caltrans”), and the U.S. Department of Transportation that Disadvantaged Business Enterprises (“DBE’s”) shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. DBE’s are for-profit small business concerns as defined in Title 49, Part 26.5, Code of Federal Regulations (“CFR”). It is also the policy of YoloTD to practice non-discrimination based on race, color, national origin, or sex in the award or performance of this contract. All consulting firms qualifying under this solicitation are encouraged to submit proposals, including those who qualify as a DBE. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this request for proposals and contract.
7.9. DBE Obligation
A DBE Contract Goal of 0% has been established for this contract. The proposing consultant must make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the Contract Goal for DBE participation in this contract.
The proposing consultant and its subcontractor(s) must agree to ensure that DBEs have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds. In this regard, the consultant and its subcontractor(s) shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. The consultant and its subcontractor(s) shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of the contract. See the "How to Respond" section for a listing of DBE information which must be included in each proposal.
7.10. Title VI of the Civil Rights Act of 1964
The consultant must agree to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (49 USC 2000d) and the regulations of the U.S. Department of Transportation issued thereunder in 49 CFR Part 21.
7.11. Equal Employment Opportunity
In connection with the performance of the contract, the consultant shall not discriminate against any employee or applicant for employment because of race, color, age, creed, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.
7.12. Notification of Results
All proposers will be notified of the results of the evaluation of proposals.
7.13. Bid Protesting
Any bid protests are subject to SACOG’s adopted bid protest procedure. To obtain a copy of SACOG’s bid protest procedure please contact the Procurement Officer.
7.14. Project Funding Source
Funding for the consultant services will be provided by YoloTD.
7.15. Payment Schedule
The consultant will invoice YoloTD or services rendered and SYoloTD will compensate the consultant for these services as set forth in the agreement.
The consultant will be paid in arrears, based upon the payment schedule agreed to in the contract. The consultant should forward a copy of all invoices for payment for work performed and associated expenses by the 15th day of the following month.
8. Attachments
- A - Exhibit 10-O1 Consultant Proposed DBE Commitment
- B - Debarment Certification Form
- C - Disadvantage Business Enterprise Information
- D - Cost Proposal Form
- E - Exhibit 15-H Proposer Good Faith Efforts (DBE)
- G - Certification of Restrictions on Lobbying
- H - Exhibit 10-I Notice to Proposers DBE Information
- J - 10-K Consultant Certification of Contract Costs and Financial Management System
- L - YOLO COUNTY TRANSPORTATION DISTRICT Standard Agreement