Metropolitan Nashville Airport Authority

Size: px
Start display at page:

Download "Metropolitan Nashville Airport Authority"

Transcription

1 Metropolitan Nashville Airport Authority MEMORANDUM TO: CC: FROM: Robert R. Wigington, President and CEO Basil Dosunmu, Interim Chief Financial Officer David Griswold, Chief and Director of Public Safety Davita Taylor, Chief of Staff, Bd. Liaison, Business Diversity Development Christopher Shuff, Captain of Public Safety Tiffany Underwood, Internal Auditor DATE: June 19, 2017 SUBJ: Walden Security Security Guard Services Contract Audit Report Background On October 1, 2014, Walden Security ( Contractor ) entered into the Landside and Air Operations Area (AOA) Security Guard Services Contract ( Security Contract ) with the Metropolitan Nashville Airport Authority ( Authority ) to provide security protection services at specified locations at the Nashville International Airport ( Airport ) and the International Plaza building ( International Plaza ). The Security Contract granted the Contractor an initial three (3) year term, effective October 1, 2014, through September 30, 2017, with two (2) additional one (1) year renewal options. The Security Contract included provisions of all management, supervision, employees, equipment (including vehicles) and supplies necessary to perform protection at the specified and added airport locations. The Contractor would provide sufficient, fully qualified personnel to meet the performance requirements. The Contractor would obtain, maintain and pay for all licenses, permits, and certificates, including all professional licenses required by any statute, ordinance, rule or regulation and certification of on-site guards. Security guard services would be required for the specified locations, or as directed by the Authority. The Security Contract set forth the initial areas of responsibility located in the table below.

2 Areas of Responsibility and Duties Hours per Week Security Coverage Responsibilites Secured Airside Vehicle Gate 9A 168 All areas visible from the gatehouse. Landside Ground Level/Valet 112 The south side of the ground transportation area, underneath the Airport terminal building. Landside Employee Parking Lot 28 The entire area within the employee parking lot boundaries, including the entrance/exit gate areas. Landside Service Tunnel 168 The north side of the Airport terminal building, along the drive leading to the service tunnel or as assigned by DPS. Rover I and Rover II 280 Two guards to move between the following areas of responsibility: charter bus inspections, vendor inspections, AOA perimeter inspection, ground level sweeps, crosswalk sweeps, and CONRAC sweeps. International Plaza Office Building 63 Primaty duties will be to patrol building lobby and parking lot to ensure the safety of the tenants of lntemational Plaza. Two guards to be available at Gate 9A to escort deliveries Concessionaire Inspections and Deliveries 72 for concessionaires to the terminal and to inspect the (Gate 9A) deliveries. Total Guard Hours 891 Secured Supervisor of AOA Security Guards 40 Total Supervisor Hours 40 The Security Contract required the Contractor to provide additional security services as needed, at the request of the Authority, at the billable straight time rate. Should additional service extend beyond three (3) months, the Security Contract would need to be amended to include the additional service. The pricing established approved straight time rates, holiday rates, overtimes rates and additional guard rates for the five (5) year period, as detailed below. GUARD 10/01/14-09/30/17 10/01/17-09/30/18 10/01/18-09/30/19 Starting Rate Pay $9.00 $9.00 $9.00 Billable Straight Time $12.26 $12.26 $12.26 Billable Holiday/OT $17.16 $17.16 $17.16 Billable Additional Guard $12.26 $12.26 $12.26 Supervisor Starting Rate Pay $12.50 $12.50 $12.50 Billable Straight Time $16.64 $16.64 $16.64 Billable Holiday/OT $23.30 $23.30 $23.30 Billable Additional Guard $16.64 $16.64 $16.64 The Small Minority Woman-Owned Business Enterprise ( SMWBE ) participation level would be measured as a percentage of the total dollar value of the Security Contract. The SMWBE participation level was established at Twenty Percent (20%); however, the 2

3 Contractor committed to achieve Twenty-One and Four-Tenths Percent (21.4%) or $124,954 per year. Effective October 1, 2014, the Contractor subcontracted with Prime Security ( Prime ) to achieve the SMWBE participation level. Prime would provide security services at Gate 9A, the Employee Lot and other services, as may be requested. On September 4, 2015, the Contractor entered into the First Amendment to the Security Contract ( Amendment ). The Amendment added an eight (8) hour shift on Thursdays to be assigned at Gate 9A. The Amendment also changed the job responsibilities for the Rover II position and changed the timing of patrol at International Plaza (the total hours for both positions remained unchanged). The Amendment set forth the areas of responsibility in the table below. Areas of Responsibility and Duties Hours per Week Security Coverage Responsibilites Secured Airside Vehicle Gate 9A 176 All areas visible from the gatehouse. Landside Ground Level/Valet 112 The south side of the ground transportation area, underneath the Airport terminal building. Landside Employee Parking Lot 28 The entire area within the employee parking lot boundaries, including the entrance/exit gate areas. Landside Service Tunnel 168 The north side of the Airport terminal building, along the drive leading to the service tunnel or as assigned by DPS. Rover I and Rover II 280 Two guards to move between the following areas of responsibility: charter bus inspections, vendor inspections, AOA perimeter inspection, ground level sweeps, crosswalk sweeps, and CONRAC sweeps. International Plaza Office Building 63 Primaty duties will be to patrol building lobby and parking lot to ensure the safety of the tenants of lntemational Plaza. Two guards to be available at Gate 9A to escort deliveries Concessionaire Inspections and Deliveries 72 for concessionaires to the terminal and to inspect the (Gate 9A) deliveries. Total Guard Hours 899 Secured Supervisor of AOA Security Guards 40 Total Supervisor Hours 40 Effective September 13, 2016, the Contractor contracted with Eagle Security ( Eagle ) to provide the services that were being offered by Prime. Objectives The objectives of this audit were as follows: 1. Determine the Contractor s compliance with contract terms and operational requirements. 3

4 2. Determine the Authority is adequately monitoring the Security Contract to ensure compliance with contract terms and operational requirements. 3. Determine the validity of the payments made to the Contractor. 4. Document and evaluate existing internal controls. Testing In order to satisfy the audit objectives, the following tests were performed: 1. Determine the Contractor maintains adequate insurance coverage. a. Obtain a copy of the current certificate of insurance and all prior certificates of insurance. b. Verify the commercial general liability, workers compensation, and automobile liability insurance coverage meets or exceeds the amount specified in the Security Contract. c. Verify the certificate of insurance on file is current and adheres to all other terms in the Security Contract. 2. Determine the security guards and supervisors maintain a professional license as required by the State of Tennessee. a. Verify security guards possess a registration card that is not currently expired. 3. Determine security guards and supervisors are dressed in appropriate uniforms with Airport photo identification security badges properly displayed. 4. Determine the Contractor has complied with Equal Employment Opportunity, nondiscrimination and drug-free workplace provisions. 5. Determine the Contractor maintains a contractor security company license as required by the State of Tennessee. a. Verify the Contractor notified the Authority s Department of Public Safety ( DPS ) of any suspension, revocation or other negative action involving its license or the license of any security guard employed by the Contractor. 6. Verify the Contractor did not subcontract any of the services under this contract without prior written consent of the Authority. 7. Verify the Contractor s subcontracts have the same provisions as the Security Contract for Equal Employment Opportunity requirements and inspection, audit and enforcement. 8. Determine the Contractor s compliance with airport security and safety requirements. a. Verify security guards are aware of their responsibilities in respect to airport security. b. Verify security guards prevent unauthorized access to airport premises. i. Security guards account for the movement and access of all visitors to secured areas around the airport. c. Verify the Contractor reimbursed Authority for any fines or penalties assessed by the Federal Aviation Administration ( FAA ) because of the Contractor s non-compliance with airport security and safety requirements. 4

5 9. Determine the Contractor s compliance with all federal, state or local laws applicable in the rendering of services by the Contractor under this Security Contract and all rules and regulations of the Authority or any other government agency. 10. Determine the Contractor has procedures in place to ensure the following: a. Verify adequate and appropriate security measures are in place to protect assets, persons and airport activities. b. Verify adequate and appropriate security measures are in place to protect property from theft, loss and/or damage. c. Verify adequate operational equipment is provided, tested and maintained. 11. Determine the Contractor continuously maintained adequate performance and payment bonds ( bonds ). 12. Determine DPS is performing periodic review of the Contractor s operations to ensure compliance with contract requirements. 13. Identify any areas of concern or instances of the Contractor s non-compliance with contract terms and operational requirements identified by Authority personnel. Perform testing of the status of such areas of concern or instances of noncompliance. 14. Determine whether any additional services, outside of the contract, were performed. a. Verify that the additional service was properly requested and authorized by appropriate Authority personnel. b. Determine if the additional service exceeded 3 months and determine if an amendment to the contract was made. 15. Determine the Contractor renewal and amendments comply with contract terms and are properly stated; verify contract modifications were appropriately approved by Authority personnel. 16. Determine the Contractor s compliance with SMWBE requirements in the contract. a. Verify with Business Diversity Development ( BDD ) that the SMWBE used by the Contractor is certified by the Authority. b. Obtain the SMWBE participation level and the disbursement forms accompanying submitted invoices and verify that the Contractor is correctly calculating the SMWBE participation level. c. Verify SMWBE participation levels through confirmation of payments made to the SMWBE. d. Verify that BDD is monitoring the SMWBE participation levels through onsite monitoring, review of SMWBE disbursement forms and verification of payments with the subcontractor. 17. Obtain payment history from October 2014 through January 2017 and performed the following: a. Determine whether any additional services outside of the contract were performed. b. Randomly select 3 months of invoices for detailed testing; additionally, randomly select 3 invoices for additional services outside the contract. c. Review each invoice for mathematically accuracy. d. Determine that invoices are prepared according to the terms of the contract. 5

6 e. Verify that the Contractor was billing for services performed during the audit. f. Verify that invoices are properly coded and approved. g. Determine that documentation required to support billing is attached to the invoice, including MNAA s SMWBE disbursement forms. 18. Document and evaluate existing internal controls. Conclusion Based upon the audit, the following were determined with respect to the stated objectives: 1. DPS did not confirm that the Contractor maintained continuous bond coverage equal to 100% of the contract price, as noted in Finding #1. 2. DPS and the Contractor did not comply with Security Contract requirements for requesting and providing additional services, as noted in Finding #2. 3. DPS is not reviewing invoices properly, prior to invoice approval, as noted in Finding #3. 4. Invoice payment discrepancies were identified, as noted in Finding #4. 5. The invoiced security services performed by the Contractor at Gate 9A for concession deliveries do not agree to the amount billed to HMS Host, as noted in Finding #5. 6. Invoices for International Plaza were not recorded under the purchase order set up for the Security Contract, as noted in Finding #6. 7. Invoice amounts were coded incorrectly in the ERP system, as noted in Finding #7. 8. The purchase agreement, purchase order and SMWBE disbursement forms were not revised for the amended contract amount and the Amendment had mathematical errors, as noted in Finding #8. 9. BDD was not reviewing SMWBE disbursement forms for accuracy or using the forms to monitor participation levels, as noted in Finding # The Contractor was not complying with airport security and safety requirements, as noted in Finding #10. Finding #1 DPS did not confirm that the Contractor maintained continuous bond coverage equal to 100% of the contract price. 6

7 Background Article II, Instructions to Bid, Section E, Payment and Performance Bonds, of the Invitation to Bid for the Security Contract, requires the successful Bidder to furnish and maintain bonds equal to one hundred percent (100%) of the contract price. Prior to the commencement of the Security Contract, the Contractor provided bonds that became effective October 1, 2014, that equaled the total Security Contract price of $593,716. The bonds were effective from October 1, 2014, to September 30, On September 4, 2015, the Contractor amended the Security Contract to reflect a change in the scope of services and increased the contract price to $594,500. The Contractor did not increase the amount of the bonds to reflect the amended contract price. As of September 4, 2015, the Contractor did not maintain adequate bonds equal to 100% of the contract price, as required by the Invitation to Bid. The Contractor filed a continuation certificate dated August 12, 2016, for the initial bonds. The Contractor s initial bonds expired September 30, Thus, the Contractor s bonds were expired from October 1, 2015, to August 12, The Contractor currently maintains bonds covering the period from October 1, 2016, to September 30, However, the Contractor has not continuously maintained bond coverage, as required by the Invitation to Bid. Recommendation DPS should set up an alert system to monitor the expiration date of bonds to ensure that there is not a lapse in coverage. DPS should review the bond coverage each time the contract is amended, to ensure that the bonds equal 100% of the contract price. Management Response DPS has requested updated bonds from Walden Security and will keep them on file. In the new contract that goes into effect October 2017, DPS will be responsible for ensuring the maintenance of bonds with the security contractor. Finding #2 DPS and the Contractor did not comply with Security Contract requirements for requesting and providing additional services. 7

8 Background Exhibit A, Scope of Services, Section II, Additional Services, of the Security Contract requires the Contractor to provide additional security services as needed, at the request of the Authority, at the billable straight time rate. The need for these additional services is communicated using the Other Services Request form ("OSR"). OSR establishes the location and required hours for any additional services and the anticipated length of the additional service. Should the length of time exceed three (3) months, the contract should be amended to include the additional services. An objective of the audit was to determine if additional services were requested and provided outside of the contract. If additional services were requested, a second objective was to determine whether the additional services were properly requested and authorized. During audit testing, it was determined that the roll-up gate at the service tunnel broke and DPS verbally requested additional services outside of the contract. According to the Security Contract, DPS should have requested the additional services through OSR. The Contractor was requested to provide an additional guard to monitor the gate during delivery hours of 3:00 AM to 3:00 PM for approximately three weeks. The Contractor would not provide the additional services, until an amendment was created. The Contractor s attorney was unavailable to provide an amendment and the Contractor refused to provide the services. Therefore, the Contractor did not comply with Security Contract requirements to provide additional services that are less than three months at the billable straight time rate. Because the additional services were not performed by the Contractor, DPS hired Arch Angel Security ( Arch Angel ) at a rate of $33.32 per hour. Arch Angel provided security services for twenty (20) days for a total of 240 hours. Arch Angel invoiced the airport $7,997. The Contractor s refusal of service caused the airport to incur additional security expenses of $5,054, as detailed in the table below. Total Additional Hours Total Additional Expense Company Service From Date Service To Date No. Work Days Daily Hours Hourly Rate Walden 7/4/2016 7/29/ $12.26 $2,942 Arch Angel 7/4/2016 7/29/ $33.32 $7,997 Variance ($21.06) ($5,054) Recommendation DPS should use OSR forms to request future additional services outside of the Security Contract. The Contractor should provide future additional services that are less than three months at the billable straight time rate, without requesting an amendment to the Security Contract. 8

9 Management Response DPS has implemented the Other Services Request (OSR) form for additional services to be performed by Walden Security for periods of time not to exceed three (3) months. Finding #3 DPS is not reviewing invoices properly, prior to invoice approval. Background Article IV. Rights and Duties of Authority, Section A, Payment Terms, of the Security Contract requires invoices for payment to be properly identified with the Contractor s letterhead, name, address and applicable purchase order number. The Contractor shall submit to the Authority on a weekly basis an invoice for payment detailing itemized labor costs, in accordance with the Scope of Services. Invoices shall identify the billable rate and number of hours by service position. An objective of the audit was to determine invoices were properly coded and approved. Internal Audit conducted interviews with DPS to determine the invoice approval process. DPS asserted that the review process consisted of comparing the current invoice to prior invoices for variance analysis and matching invoiced billing amounts to the detailed summary totals. During audit testing, it was noted that DPS was billed $6,145 of the International Plaza expenses. International Plaza expenses should be separately billed and paid, since it is not included in the DPS s budget. Internal Audit could not identify a correction for the International Plaza expense that was inappropriately billed to DPS. Internal Audit also determined that the Contractor billed training cost in the amount of $1,407 to DPS. Internal Audit questioned why these expenses were approved for payment by DPS. DPS asserted that these items should not have been invoiced to DPS and they would request the error to be corrected. On August 23, 2016, the Contractor issued a credit memo (CRM# ) for the training cost. Accordingly, DPS is not reviewing invoices properly to ensure that only contractual DPS expenses are being included for billing. 9

10 Recommendation DPS should review invoices to ensure that only contractual DPS services are included on the bill prior to authorizing payment. Management Response DPS will review invoices to ensure accuracy of services billed prior to payment. Finding #4 Invoice payment discrepancies were identified. Background An objective of the audit was to determine the validity of the payments made to the Contractor. During audit testing, it was determined that Finance had paid a duplicate expense in the amount of $712 for International Plaza. On November 24, 2015, Finance issued check number paying $662 of Invoice No and $50 of Invoice No A. On January 28, 2016, Finance created check number , which paid the amounts from Invoice Nos and A a second time. The ERP system has internal controls that will not allow the same invoice to be paid twice. The ERP s internal controls were circumvented by Finance using a combination of the invoice numbers, instead of the actual invoice numbers. Internal Audit obtained Invoice No , totaling $539, from Finance s files, which contained a note to International Plaza that stated, do not pay this invoice credit applied. Internal Audit determined that Finance selected not to enter Invoice No into the ERP system, rather than creating a credit memo. The remaining $173 of the duplicate payment was treated as a credit to pay Invoice Nos and Recommendation Finance should use the actual invoice number for payments, instead of creating a new invoice number. Finance should enter all invoices into the ERP system and issue credit memos for any over payments. 10

11 Management Response Management concurs with the recommendation. Accounts payable staff along with their supervisor are required to always use the invoice number when available. Finding #5 The invoiced security services performed by the Contractor at Gate 9A for concession deliveries do not agree to the amount billed to HMS Host. Background A requirement of the Security Contract is for the Contractor, or its subcontractor, to provide security services at Gate 9A for concessions deliveries. The Contractor is providing security services to HMS Host for concession deliveries and is reimbursed for those security services through the tenant reimbursement services expense account. The Contractor initially invoices DPS for the contractual hours provided at Gate 9A. The Authority then bills HMS Host from the Reimbursable Services account (Account No ) and credits the Contractor s Security Service Reimbursable by Tenant (Account No ). An objective of the audit was to determine services billed by the Contractor agreed to the amount billed to HMS Host. During audit testing, it was determined that the Contractor provided services at Gate 9A and invoiced DPS $83,797. Internal Audit determined that the Authority credited the Contractor s Security Service Reimbursable by Tenant account and billed HMS Host $87,721 from the Reimbursable Services account. Account Description Account No. HMS Host Amount Reimbursable Services $87,721 Security Service Reimbursable by Tenant ,797 Overbilled ($3,924) After a discrepancy was noted between the services invoiced to DPS and the amount billed to HMS Host, Internal Audit reviewed the amounts billed to HMS Host and determined that HMS Host was invoiced a duplicate bill amounting to $3,924 for services provided during April Invoice No was issued to HMS Host on May 31, HMS Host was billed again for the services on June 30, On August 9, 2016, Finance issued a credit memo (CRM# 22379). It was determined from this error that the Contractor s Security Service Reimbursable by Tenant account and the Reimbursable Services account were not being reconciled. 11

12 Recommendation Finance should reconcile the Contractor s Security Service Reimbursable by Tenant account and the Reimbursable Services account. Management Response Management concurs with the recommendation. Finance will reconcile the Contractor s Security Service Reimbursable by Tenant account and Reimbursable Services account. Finding #6 Invoices for International Plaza were not recorded under the purchase order set up for the Security Contract. Background On October 1, 2014, an initial purchase agreement (MPC ) and purchase order number (MPC ) were established for all International Plaza expenses incurred by the Security Contract. An objective of the audit was to determine whether invoices were properly recorded under the purchase order set up for the Security Contract. During audit testing, Internal Audit verified that International Plaza expenses were recorded under four (4) different purchase orders in addition to the original purchase order MPC , as detailed in the table below. Purchase order Amount MPC $662 MPC MPC ,202 MPC Total $3,189 To accurately reflect expenses incurred under the Security Contract, International Plaza expense should be recorded under purchase order MPC Recommendation MPC should record all future International Plaza security expenses under purchase order MPC

13 Management Response Management concurs with the findings. Management will take the necessary corrective action to ensure that the assigned PO number is used on all Walden expenses. Finding #7 Invoice amounts were coded incorrectly in the ERP system. Background Walden is providing security services to HMS Host for concession deliveries and is reimbursed for those security services in the tenant reimbursement expense account. An objective of the audit was to determine if invoices were properly entered in the ERP system. Internal Audit reviewed the security services expense account ( ) and the tenant reimbursement expense account ( ), from October 2014 to January 2017, to evaluate proper coding in the ERP system. Internal Audit determined that 5 invoices in FY 16 were inappropriately recorded to the security services expense account, instead of the tenant reimbursement expense account, as detailed in the table below. Reimbursement Account Purchase order Date Invoice Amount Journal Entry Number PO /15/ $883 BNGJV PO /22/ BNGJV PO /16/ BNGJV PO /2/ BNGJV PO /3/ BNGJV Total $4,708 During the audit, Finance became aware of the miscoding errors and reclassed the FY 16 expenses that were inappropriately coded to the security service expense account, instead of the tenant reimbursement account. On June 30, 2016, Finance recorded journal entries BNGJC and BNGJV to reclassify the FY 16 expenses. During audit testing, it was determined that 1 additional invoice for FY 17 was inappropriately recorded to the security services expense account, instead of the tenant reimbursement expense account, as detailed below. 13

14 Account Purchase order Date Invoice Reimbursement Amount PO /14/ $981 Recommendation DPS should require Finance to reclassify HMS Host expense for Invoice No from the security services expense account to the tenant reimbursement account. Management Response DPS will work with Finance to classify all expenses in the proper accounts. Finding #8 The purchase agreement, purchase order and SMWBE disbursement forms were not revised for the amended contract amount and the Amendment had mathematical errors. Background On October 1, 2014, the Contractor s Security Contract became effective and an initial purchase agreement (BNA ) and purchase order number (PO ) was established for all BNA expenses incurred under the Security Contract. On September 4, 2015, the First Amendment to the Contractor s Security Contract was entered. The Amendment changed the Rover II job responsibilities, added an additional 8-hour shift at Gate 9A, changed the nightly patrol time at International Plaza and amended the contract price. An objective of the audit was to verify contract modifications comply with contract terms. Through audit testing, Internal Audit reviewed the purchase agreement, purchase order and the SMWBE disbursement form to ensure that contract price listed on each reflected the amended contract amount. Internal Audit determined that the purchase agreement, purchase order and the SMWBE disbursement form were not updated to reflect the amended contract amount. There were also two mathematical errors noted in the Amendment. The first mathematical error related to the hours designated for Rover II at the loading dock and the rover position. The amendment assigned Rover II at the loading dock Monday through Friday from 03:00 to 15:00 for 50 hours. The total hours at the loading dock calculates to 60 hours, instead of the 50 hours listed in the amendment. The amendment is 14

15 also incorrect in listing the remaining hours that Rover II is assigned to the rover position, which should be 52 hours, instead of the 62 hours listed in the amendment. Rover II Duties Assigned Shifts Calculated Weekly Hours Contract Amount Variance Loading Dock Monday through Friday 03:00 to 15: Rover Position Remaining Unassigned Hours The second mathematical error relates to the payment terms of the amendment. Paragraph 2 of the amendment states that the compensation for this position will add an additional $98 of billable time per week, for an annual increase of $5,100. The Request for Signature Approval Form lists the amended contract amount as $594,500, which is an increase of $784 per year above the original contract amount of $593,716. There are conflicting payment terms in the amendment, as noted below. Amendment Paragraph 2 Request for Signature Approval Form Variance Weekly Increase $98.08 No. of Weeks 52 Annual Increase $5,100 $784 $4,316 Original Contract Amount 593, ,716 0 Amendment Contract Amount $598,816 $594,500 $4,316 Recommendation DPS should require Purchasing to update the purchase order and BDD to revise the SMWBE disbursement forms to reflect the amended contract amount. DPS should correct the mathematical errors noted in the first Amendment by formally revising the contract amount. Management Response DPS will work with Finance and BDD to ensure all PO s and disbursement forms are accurate and up to date. Finding #9 BDD was not reviewing SMWBE disbursement forms for accuracy or using the forms to monitor participation levels. 15

16 Background According to the BDD Policy and Process Manual, Section III, Contract Compliance Procedures, contract compliance involves, but is not limited to, the collection and review of payment data and supporting documentation to ascertain that the committed levels of SMWBE participation are achieved. One form of data collected, is the SMWBE disbursement form that the Contractor is required to submit with each of its invoices to support SMWBE participation amounts. An objective of the audit was to determine BDD was monitoring the SMWBE disbursement forms for accurate reporting of SMWBE participation levels. Internal Audit obtained invoices and the SMWBE disbursement forms attached to the invoices for the months of March 2015, September 2015 and April 2016, as well as invoices for the weeks of October 1, 2015 and January 7, Internal Audit compared the invoiced SMWBE amounts to the SMWBE amounts included on the SMWBE disbursement form for 14 total forms. Of the 14 forms that Internal Audit selected for detailed testing, 5 of the selected SMWBE disbursement forms had SMWBE amounts that did not match the invoice or the amounts entered in the ERP system. Internal Audit also determined that the Contractor had not updated the disbursement form to reflect the amended contract amount. Accordingly, Internal Audit determined that BDD was not reviewing the SMWBE disbursement form for accuracy. Internal Audit tried to trace amounts on the SMWBE disbursement forms to amounts included in BDD s calculation of the achieved SMWBE participation level and determined that BDD was not using the SMWBE disbursement forms to calculate the achieved SMWBE participation level. Through audit testing, it was determined that BDD used the actual invoiced amounts to calculate the achieved SMWBE participation level, instead of the SMWBE disbursement form. Recommendation BDD should reconcile the SMWBE disbursement forms to actual invoices on a quarterly basis and request the Contractor to make appropriate corrections to the SMWBE disbursement forms. Management Response BDD concurs with the finding and recommendation and will request that the Contractor submit any corrected SMWBE disbursement forms by the quarterly meetings beginning with the September 2017 quarterly meeting. 16

17 Finding #10 The Contractor was not complying with airport security and safety requirements. Background Attachment A, Scope, Article I, Secured Airside Vehicle Gate 9A, paragraph B, of the Security Contract requires that all guards acquaint themselves with MNAA management and airline and tenant employees who are authorized to enter the terminal ramp restricted area. Guards must ensure all employees and tenants entering the restricted area through the gate have an airport Authority identification/access Badge allowing them into the specific area with proper access level for the area. Article III, Rights & Duties of Contractor, Section K, Airport Security, of the Security Contract requires any fines or penalties assessed against the Authority because of the Contractor's non-compliance with 14 CFR Part 107 or other applicable laws or regulations to be reimbursed to the Authority by the Contractor within ten days of receipt of written notice of the Department of Public Safety Chief of Police stating the amount of the fine or penalty. An objective of the audit was to determine that security guards were properly preventing unauthorized access to airport premises. Through audit testing, it was determined that the Contractor was not complying with airport security and safety requirements. Security guards received multiple breach of rules citations for unsatisfactory performance of contract requirements and failed a TSA conducted field test. The field test was conducted by TSA at Gate 9A, on May 27, The Contractor s subcontractor breached TSA rules by failing to implement Attachment A, Scope, Article I, Secured Airside Vehicle Gate 9A, paragraph B of the Security Contract. The Authority was assessed fines in the amount of $3,667 for the Contractor s breach of TSA rules. Internal Audit determined that the Contractor reimbursed the Authority for the TSA fines, as required by the Security Contract. Recommendation DPS should ensure that the Contractor complies with the airport security and safety requirements provided in the Security Contract. Management Response DPS ensures that all BNA badge holders are complying with airport and TSA security and safety requirements. If a failure to comply is found, the badge holder s badge is pulled, training is required, and fines are administered (if applicable). Based on the severity of 17

18 the infraction, badge holders are, at times, revoked from their ability to possess a BNA badge by DPS for a period of six (6) months. 18

OFFICE OF THE AUDITOR

OFFICE OF THE AUDITOR OFFICE OF THE AUDITOR DEPARTMENT OF AVIATION AMPCO SYSTEM TRANSPORTATION SERVICES COMPLIANCE AUDIT JUNE 2008 Dennis J. Gallagher Auditor Dennis J. Gallagher Auditor City and County of Denver 201 West Colfax

More information

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES TEXAS DEPARTMENT OF TRANSPORTATION INSPECTION AND CERTIFICATION OF AUTOMOTIVE LIFT SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT).

More information

Audit Department Report for June 2014

Audit Department Report for June 2014 Report Report Office of the General Auditor Audit Department Report for June 2014 Summary Three reports were issued during the month: Gas Card Program Audit Report and Management Response ABSG Consulting,

More information

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain

More information

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272

CHAPTER AUXILIARY SERVICES. Prequalification of Contractors for Educational Facilities Construction 8.272 Prequalification of Contractors for Educational Facilities Construction 8.272 The School Board shall prequalify contractors for a one (1) year period or for a specific project in accordance with the following:

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES Section I Application (These procedures do not apply to Design-Build Contracts.)

More information

Citywide Payroll

Citywide Payroll 2019-07 City of Richmond, VA City Auditor s Office January 04, 2019 Executive Summary... i Background, Objectives, Scope, Methodology... 1 Findings and Recommendations... 4 Management Response...Appendix

More information

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit

Submission, Review and Approval of Construction Documents Submission and Review of a Completed Application for Permit Building Code The Florida State University Building Code Administration Program (BCA) was established in 2001 and is responsible for ensuring that all construction activities on FSU owned facilities are

More information

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502

PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 PREQUALIFICATION OF CONTRACTORS FOR EDUCATIONAL FACILITIES CONSTRUCTION 8.502 The School Board shall prequalify contractors for a one (1) year period or for a specific project. This policy prescribes uniform

More information

Office of the City Auditor. Committed to increasing government efficiency, effectiveness, accountability and transparency

Office of the City Auditor. Committed to increasing government efficiency, effectiveness, accountability and transparency Office of the City Auditor Committed to increasing government efficiency, effectiveness, accountability and transparency Issue Date: TABLE OF CONTENTS Executive Summary... ii Recommendation... iv Background...1

More information

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * COMMERCIAL HEATING, VENTILATION AND AIR CONDITIONING (HVAC) MAINTENANCE AND REPAIR SERVICES PUBLICATION This specification is a product of the Texas

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

Review of Water and Wastewater Services Procurement Card Transactions

Review of Water and Wastewater Services Procurement Card Transactions Exhibit 1 Review of Water and Wastewater Services Robert Melton, CPA, CIA, CFE, CIG County Auditor Audit Conducted by: Jed Shank, CPA, Audit Manager Dirk Hansen, CPA, Audit Supervisor Bryan Thabit, CPA,

More information

UNIVERSITY OF NEVADA, RENO Lawlor Events Center Internal Audit Report July 1, 2009 through December 31, 2010

UNIVERSITY OF NEVADA, RENO Lawlor Events Center Internal Audit Report July 1, 2009 through December 31, 2010 UNIVERSITY OF NEVADA, RENO Lawlor Events Center Internal Audit Report July 1, 2009 through December 31, 2010 GENERAL OVERVIEW Lawlor Events Center (LEC) is an 11,600 seat multipurpose facility that hosts

More information

CITY OF CORPUS CHRISTI

CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI CITY AUDITOR S OFFICE Audit of Purchasing Program Project No. AU12-004 September 20, 2012 City Auditor Celia Gaona, CIA CISA CFE Auditor Nora Lozano, CIA CISA Executive Summary In

More information

OFFICE OF THE AUDITOR

OFFICE OF THE AUDITOR OFFICE OF THE AUDITOR DEPARTMENT OF AVIATION AIRPORT MANAGEMENT SERVICES, LLC REVENUE AND CONTRACT COMPLIANCE AUDIT OCTOBER 2008 Dennis J. Gallagher Auditor Dennis J. Gallagher Auditor City and County

More information

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 Maintenance and Operations 1302 Service Road Tustin, California 92780 (714) 730-7515 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Tustin Unified School District ( District ) has determined that

More information

STATE OF NEVADA OFFICE OF THE MILITARY

STATE OF NEVADA OFFICE OF THE MILITARY STATE OF NEVADA OFFICE OF THE MILITARY AUDIT REPORT Table of Contents Page Executive Summary... 1 Introduction... 7 Background... 7 Scope and Objective... 9 Findings and Recommendations... 11 Additional

More information

Kua O Ka La s Financial/Accounting Policies & Procedures

Kua O Ka La s Financial/Accounting Policies & Procedures Kua O Ka La New Century Public Charter School 14-5322 Kaimu-Kapoho Rd. Pahoa, HI 96778 Campus Site Telephone: (808) 965-2193 Fax: (808) 965-9618 E-mail: pualaa@ilhawaii.net Kua O Ka La s Financial/Accounting

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

K-State Athletics, Inc. Report on Internal Controls related to the Contracting, Travel, and Expenditure processes.

K-State Athletics, Inc. Report on Internal Controls related to the Contracting, Travel, and Expenditure processes. K-State Athletics, Inc. Report on Internal Controls related to the Contracting, Travel, and Expenditure processes. October 30, 2009 October 30, 2009 Mr. John Currie Director of Athletics K-State Athletics,

More information

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES

TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES TEXAS DEPARTMENT OF TRANSPORTATION STATEWIDE RAILROAD FLAGGING SERVICES SPECIFICATION NO. PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification

More information

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

UNIVERSITY OF ILLINOIS (A Component Unit of the State of Illinois) Report Required Under Government Auditing Standards. Year ended June 30, 2011

UNIVERSITY OF ILLINOIS (A Component Unit of the State of Illinois) Report Required Under Government Auditing Standards. Year ended June 30, 2011 (A Component Unit of the State of Illinois) Report Required Under Government Auditing Standards Performed as Special Assistant Auditors for the Auditor General, State of Illinois 45763CHI (A Component

More information

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West 525 South Lawrence Street Montgomery, Alabama 36104 Attic Insulation at Gibbs Village East & West IFB Number 2019-03 TYPE OF PROJECT: Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East

More information

City Property Damage Claims Processing and Collection

City Property Damage Claims Processing and Collection City Property Damage Claims Processing and Collection March 30, 2016 Report 201602 City Auditor: Jed Johnson, CIA, CGAP Major Contributor: Marla Hamilton Staff Auditor Jonna Murphy Staff Auditor Contents

More information

Procurement May 2018

Procurement May 2018 Procurement May 2018 May 16, 2018 Office of the Auditor General Halifax Regional Municipality The following audit of Procurement, completed under section 50(2) of the Halifax Regional Municipality Charter,

More information

TxDOT Internal Audit Travel Division Operations Audit (1405-1) Department-wide Report

TxDOT Internal Audit Travel Division Operations Audit (1405-1) Department-wide Report Travel Division Operations Audit (1405-1) Department-wide Report Introduction This report has been prepared for the Transportation Commission, TxDOT Administration and Management. The report presents the

More information

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

INDEPENDENT CONTRACTOR SERVICES FORM. Name of Independent Contractor: (full name of person) Address:

INDEPENDENT CONTRACTOR SERVICES FORM. Name of Independent Contractor: (full name of person) Address: Research Foundation of State University of New York INDEPENDENT CONTRACTOR SERVICES FORM Name of Independent Contractor: (full name of person) Address: Citizenship Status:* U.S. Citizen Resident Alien

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

SECTION 6.2: CONTRACT MANAGER

SECTION 6.2: CONTRACT MANAGER : Section 287.057(15), Florida Statutes, requires the department, for each contractual service contract, to designate an employee to be responsible for enforcing the performance of the contract terms and

More information

Albany Unified School District Contractor Prequalification

Albany Unified School District Contractor Prequalification Albany Unified School District Contractor Prequalification The Albany Unified School District ( District ) has determined that contractors providing construction services ( Contractor(s) or Firm(s) ) must

More information

Office of the County Auditor Evan A. Lukic, CPA County Auditor

Office of the County Auditor Evan A. Lukic, CPA County Auditor Exhibit 6 - DMJM Review of Hourly Billing Rates DMJM Aviation, Inc. Contract for Program Management Services for New South Runway, Terminal 4 Replacement and Enabling Projects at the Fort Lauderdale-Hollywood

More information

NEW YORK CITY HOUSING DEVELOPMENT CORPORATION PURCHASING PROCEDURES. Updated as of November 19, 2015 (Reaffirmed on March 10, 2017)

NEW YORK CITY HOUSING DEVELOPMENT CORPORATION PURCHASING PROCEDURES. Updated as of November 19, 2015 (Reaffirmed on March 10, 2017) NEW YORK CITY HOUSING DEVELOPMENT CORRATION I. ORDERING ITEMS PURCHASING PROCEDURES Updated as of November 19, 2015 (Reaffirmed on March 10, 2017) All requests for purchases are to be coordinated through

More information

Northern Oklahoma College Tonkawa, Oklahoma

Northern Oklahoma College Tonkawa, Oklahoma Northern Oklahoma College Tonkawa, Oklahoma Internal Audit Report INTERNAL AUDIT REPORT Table of Contents Section Page Executive Summary of Procedures Performed and Results Thereof... I 1 Expenditures...

More information

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS You are hereby invited to submit a proposal to the McPherson Implementing Local Redevelopment Authority (hereafter referred

More information

LA18-09 STATE OF NEVADA. Performance Audit. Department of Administration Hearings Division Legislative Auditor Carson City, Nevada

LA18-09 STATE OF NEVADA. Performance Audit. Department of Administration Hearings Division Legislative Auditor Carson City, Nevada LA18-09 STATE OF NEVADA Performance Audit Department of Administration Hearings Division 2017 Legislative Auditor Carson City, Nevada Audit Highlights Highlights of performance audit report on the Hearings

More information

Hires assistants at his/her expense to perform all or part of the project. 6 CONTINUING RELATIONSHIP. Services are part of a continuing relationship.

Hires assistants at his/her expense to perform all or part of the project. 6 CONTINUING RELATIONSHIP. Services are part of a continuing relationship. Many Mott Community College (MCC) departments regularly employ the services of individual(s) to perform varying services. These arrangements often raise questions on the status of the individual, such

More information

General Government and Gainesville Regional Utilities Vendor Master File Audit

General Government and Gainesville Regional Utilities Vendor Master File Audit FINAL AUDIT REPORT A Report to the City Commission General Government and Gainesville Regional Utilities Vendor Master File Audit Mayor Lauren Poe Mayor Pro-Tem Adrian Hayes-Santos Commission Members David

More information

EGYPTIAN AREA AGENCY ON AGING Fiscal Monitoring Program

EGYPTIAN AREA AGENCY ON AGING Fiscal Monitoring Program EGYPTIAN AREA AGENCY ON AGING Fiscal Monitoring Program Fiscal Year: Name of Project/Site: (TIN #) Address: (city) (state) (zip code) Project Director/Site Manager: Geographic Area Served: (county) Project/Site

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Amity School District 4J

Amity School District 4J Amity School District 4J Code: DJCA-AR Adopted: 10/11/00 Revised/Readopted: 06/22/05 Personal Services Contracts I. Personal Services Contracts Defined A. Personal services contracts include, but are not

More information

HFTP Hospitality Financial and Technology Professionals

HFTP Hospitality Financial and Technology Professionals About our Sample Accounting Jobs Descriptions for Clubs: The HFTP Americas Research Center, with guidance from members of the HFTP Club Advisory Council, has developed example job descriptions for accounting

More information

INDEPENDENT ACCOUNTANT'S REPORT ON APPLYING AGREED-UPON PROCEDURES BACKGROUND

INDEPENDENT ACCOUNTANT'S REPORT ON APPLYING AGREED-UPON PROCEDURES BACKGROUND INDEPENDENT ACCOUNTANT'S REPORT ON APPLYING AGREED-UPON PROCEDURES Board of County Commissioners and Department Heads Ramsey County BACKGROUND In October 1996, a newspaper article reported that the now

More information

PUBLIC CONTRACT CODE SECTION

PUBLIC CONTRACT CODE SECTION PUBLIC CONTRACT CODE SECTION 22160 22169 22160. (a) The Legislature finds and declares that the design build method of project delivery, using a best value procurement methodology, has been authorized

More information

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair

APPENDIX A - TECHNICAL SPECIFICATIONS. JEA Fleet Services Light Duty Equipment Maintenance and Repair APPENDIX A - TECHNICAL SPECIFICATIONS JEA Fleet Services Light Duty Equipment Maintenance and Repair 1. GENERAL SCOPE OF WORK This scope of work is looking for a Respondent(s) to provide JEA Fleet Services

More information

Pay grade refers to the assigned pay level within the salary schedule (matrix).

Pay grade refers to the assigned pay level within the salary schedule (matrix). Presidential Directive 4-2007-1 with Appendix A STAFF - Classification/Compensation Plan 1. General Information. The Director of Human Resources is charged with responsibility for administration of the

More information

Long Beach City Auditor s Office

Long Beach City Auditor s Office Long Beach City Auditor s Office Contract Administration Audit Limited Scope Review Report 7 of 10 Utiliworks Consulting, LLC July 1, 2016 Laura L. Doud City Auditor Audit Team: Deborah K. Ellis Assistant

More information

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL

OAKLAND UNIFIED SCHOOL DISTRICT FOR NON-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT FOR N-LOCAL PRIME CONTRACTORS PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY QUALIFIED FIRMS RENEWAL OAKLAND UNIFIED SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR CURRENTLY

More information

DOCUMENT BID PROPOSAL

DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE Proposals Solicited by: City of Nanticoke 15 East Ridge Street Nanticoke, PA 18634 C:\Users\jim\Desktop\Nanticoke City\07222013professionalengservices\Engineer

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

PURCHASING DEPARTMENT PURCHASING LEGAL COMPLIANCE AUDIT JANUARY 15, 2013

PURCHASING DEPARTMENT PURCHASING LEGAL COMPLIANCE AUDIT JANUARY 15, 2013 PURCHASING DEPARTMENT PURCHASING LEGAL COMPLIANCE AUDIT 12-03 JANUARY 15, 2013 CITY OF TAMPA Bob Buckhorn, Mayor Internal Audit Department Roger Strout, Internal Audit Director January 15, 2013 Honorable

More information

Office of Business and Financial Services Accounting Operations Section

Office of Business and Financial Services Accounting Operations Section 2400.2 SUBJECT: CITY PAYROLL :1 OBJECTIVE: To provide a uniform procedure to be used as the basis for calculating employee paychecks, reporting payroll data, and providing documentation for employee compensation.

More information

San Francisco State University San Francisco, California Seismic Rehabilitation - Administration Building SF-454

San Francisco State University San Francisco, California Seismic Rehabilitation - Administration Building SF-454 San Francisco State University San Francisco, California Seismic Rehabilitation - Administration Building SF-454 GOAL The goal of KPMG, Peat Marwick, LLP s review of the San Francisco State University

More information

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.) The George Washington University Center for Career Services 2018-2019 FEDERAL WORK STUDY PARTICIPATION AGREEMENT Program Dates: August 26, 2018 - May 4, 2019 FOR OFF-CAMPUS ORGANIZATIONS (Not Involved

More information

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805)

SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California (805) SANTA PAULA UNIFIED SCHOOL DISTRICT 201 S. Steckel Drive Santa Paula, California 93060 (805) 933-3908 Annual Pre-Qualification for MEP Contractors per Public Contract Code 20111.6 License Classifications:

More information

Document 2007 Rev 0 December 2005 Page 1 of 8

Document 2007 Rev 0 December 2005 Page 1 of 8 Document 2007 Rev 0 December 2005 Page 1 of 8 1. Scope... 2 2. Definitions... 2 a. LabTest...2 b. Factory Location/ Manufacturer's Premises...2 c. Manufacturer...2 d. Subcontractor...2 e. f. Out-Worker...2

More information

Audit Follow-up. City Parking Contracts (Report #1213 issued July 10, 2012) As of March 31, Report #1314 May 15, 2013.

Audit Follow-up. City Parking Contracts (Report #1213 issued July 10, 2012) As of March 31, Report #1314 May 15, 2013. Audit Follow-up As of March 31, 2013 T. Bert Fletcher, CPA Interim City Auditor City Parking Contracts (Report #1213 issued July 10, 2012) Report #1314 May 15, 2013 Summary Ten of the 11 action plan steps

More information

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.)

Mission Statement/Statement of Purpose (You may also attach a copy of your organization s mission statement.) The George Washington University Center for Career Services 2017-2018 FEDERAL WORK STUDY PARTICIPATION AGREEMENT Program Dates: August 27, 2017 - May 19, 2018 FOR OFF-CAMPUS ORGANIZATIONS (Not Involved

More information

Fresh & Clean Portable Restrooms, Inc.

Fresh & Clean Portable Restrooms, Inc. Performance Audit Fresh & Clean Portable Restrooms, Inc. Citywide Contract Audit City Report Report No. 18-104 PERFORMANCE AUDIT REPORT FRESH & CLEAN PORTABLE RESTROOMS, INC. CITY REPORT REPORT NO. 18-104

More information

REQUEST FOR FINAL ACTION AUDIT OVERSIGHT AUDIT OF DISTRIBUTOR COMPLIANCE GROUP

REQUEST FOR FINAL ACTION AUDIT OVERSIGHT AUDIT OF DISTRIBUTOR COMPLIANCE GROUP Memorandum from the Office of the Inspector General August 28, 2013 Robert B. Wells, WT 9B-K C REQUEST FOR FINAL ACTION AUDIT 2013-14966 OVERSIGHT AUDIT OF DISTRIBUTOR COMPLIANCE GROUP Attached is the

More information

Generator for Maintenance/Police Complex

Generator for Maintenance/Police Complex NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

March 22, Internal Audit Report Municipal Payroll Review Finance Department

March 22, Internal Audit Report Municipal Payroll Review Finance Department Internal Audit Report 2005-3 Introduction. The Municipality of Anchorage has a complex payroll system that includes nine unions, a wide variety of work schedules and leave plans, and serves about 2,900

More information

HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES

HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES HOUSING OPPORTUNITIES COMMISSION OF MONTGOMERY COUNTY DAVIS BACON ACT GUIDELINES The purpose of this Davis Bacon Act Guideline ( Guideline ) is to implement the applicable provisions of the Davis Bacon

More information

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES

SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SAN FRANCISCO PUBLIC UTILITIES COMMISSION WATER SYSTEM IMPROVEMENT PROGRAM CONSTRUCTION MANAGEMENT PROCEDURES SECTION: WSIP CONSTRUCTION MANAGEMENT PROCEDURE NO.: 010 TITLE: APPLICATIONS FOR PAYMENT APPROVED:

More information

AUDITING INVOICES 101

AUDITING INVOICES 101 AUDITING INVOICES 101 AUDITING CONSULTANT INVOICES Definitions MCA: Master Consulting Agreement parent agreement that contains general terms and conditions by which consultants provide services CSA: Consultant

More information

SECTION CONTRACTOR QUALITY CONTROL

SECTION CONTRACTOR QUALITY CONTROL SECTION 01 40 00 PART 1 - GENERAL 1.1 SUMMARY A. This section covers the establishment and operation of the Contractor s Quality Control (CQC) system as specified by the General Conditions of the Contract.

More information

Christopher Newport University

Christopher Newport University Christopher Newport University Policy: Cell Phone Allowances Policy Policy Number: 3025 Executive Oversight: Executive Vice President Contact Office: Business Office Frequency of Review: Biennially Date

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

December 28, Ms. Vita Rabinowitz Interim Chancellor City University of New York 205 East 42nd Street New York, NY 10017

December 28, Ms. Vita Rabinowitz Interim Chancellor City University of New York 205 East 42nd Street New York, NY 10017 December 28, 2018 Ms. Vita Rabinowitz Interim Chancellor City University of New York 205 East 42nd Street New York, NY 10017 Re: York College Time and Attendance Practices for Public Safety Staff Report

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS

Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS Morgan Hill Unified SCHOOL DISTRICT SEMI-ANNUAL PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS The Morgan Hill Unified School District ( District ) has determined that contractors on future projects

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT

ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT ALLAN HANCOCK JOINT COMMUNITY COLLEGE DISTRICT BUSINESS SERVICES PURCHASING AND CONTRACT GUIDE PURCHASING AND CONTRACT GUIDE BUSINESS SERVICES TABLE OF CONTENTS Purchasing of Supplies. Equipment and Services....1

More information

STATE OF NEVADA DEPARTMENT OF PUBLIC SAFETY CAPITOL POLICE DIVISION

STATE OF NEVADA DEPARTMENT OF PUBLIC SAFETY CAPITOL POLICE DIVISION STATE OF NEVADA DEPARTMENT OF PUBLIC SAFETY CAPITOL POLICE DIVISION AUDIT REPORT Table of Contents Page Executive Summary... 1 Introduction... 4 Background... 4 Staff and Budget... 4 Scope and Objective...

More information

TEXAS SOUTHERN UNIVERSITY MANUAL OF ADMINISTRATIVE POLICIES AND PROCEDURES. SECTION: Fiscal Affairs NUMBER:

TEXAS SOUTHERN UNIVERSITY MANUAL OF ADMINISTRATIVE POLICIES AND PROCEDURES. SECTION: Fiscal Affairs NUMBER: TEXAS SOUTHERN UNIVERSITY MANUAL OF ADMINISTRATIVE POLICIES AND PROCEDURES SECTION: Fiscal Affairs NUMBER: 03.04.05 AREA: SUBJECT: Payroll Employee Time and Effort Reporting I. PURPOSE AND SCOPE This document

More information

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES SEDA-COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES ENGINEERING, DESIGN, AND BIDDING 119 SOUTH LOCUST STREET DEMOLITION BOROUGH OF MOUNT CARMEL NORTHUMBERLAND COUNTY,

More information

Federal Fiscal Monitoring: Fostering Continuous Improvement

Federal Fiscal Monitoring: Fostering Continuous Improvement Federal Fiscal Monitoring: Fostering Continuous Improvement Title I New Director Training July 20, 2016 Division of School Business The most terrifying words in the English language are: I m from the government

More information

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS JEA Solicitation #146-18 Customer Payment Processing Services - Bank to Bank Payments and Lockbox Payments APPENDIX A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS The scope of Work is for lockbox payment

More information

MAC CONTINUOUS AUDIT REPORT st QUARTER

MAC CONTINUOUS AUDIT REPORT st QUARTER Page 1 of 16 MEMORANDUM TO: Finance and Administration Committee FROM: Scott Zaczkowski, Director-Internal Audit (612-467-0526) SUBJECT: MAC CONTINUOUS AUDIT REPORT 2017 1st QUARTER DATE: July 17, 2017

More information

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC PREPARED BY: Metropolitan Washington Airports Authority Washington Dulles International Airport Engineering

More information

Prevailing Wage Overview

Prevailing Wage Overview City and County of Denver 201 West Colfax Avenue, Dept. 705 Denver, Colorado 80202 Prevailing Wage Overview Why Must Denver Contractors Pay Prevailing Wage? It's the Law. Denver Revised Municipal Code

More information

Internal Audit. Orange County Auditor-Controller. Internal Control Audit: Auditor-Controller Procurement & Contract Administration

Internal Audit. Orange County Auditor-Controller. Internal Control Audit: Auditor-Controller Procurement & Contract Administration Orange County Auditor-Controller Internal Audit Auditor-Controller Procurement & Contract Administration For the Year Ended June 30, 2016 Audit Number 1522 Report Date: September 11, 2017 O R A N G E C

More information

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized Acadiana Metropolitan Planning Organization (MPO) Policy and Procedures Consultant Selection Process When Federal Funds Are Utilized Adopted by TPC 11/2016 Approved: DOTD 03/2013 FHWA 05/2016 CONTENTS

More information

Edmonton Police Service Payroll Audit April 4, 2012

Edmonton Police Service Payroll Audit April 4, 2012 Edmonton Police Service Payroll Audit April 4, 2012 The Office of the City Auditor conducted this project in accordance with the International Standards for the Professional Practice of Internal Auditing

More information

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION

TEXAS DEPARTMENT OF TRANSPORTATION TRASH REMOVAL AND DISPOSAL PUBLICATION TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * REVISED: May 2016 TRASH REMOVAL AND DISPOSAL PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). It is

More information

All American Asphalt Annual Street Improvement Contract Audit

All American Asphalt Annual Street Improvement Contract Audit All American Asphalt Annual Street Improvement Contract Audit The contractor was paid $2.5 million for projects outside of set contract pricing in a nine- month period. Not all of these projects adhered

More information

AUDIT OF: Richmond Pubic Schools PAYROLL

AUDIT OF: Richmond Pubic Schools PAYROLL AUDIT OF: Richmond Pubic Schools PAYROLL Report Issued: Report Number: 2014-02 TABLE OF CONTENTS Executive Summary... ii Comprehensive List of Recommendations...v Introduction and Scope...1 Methodology...2

More information

EXAMINATION OF CERTAIN FINANCIAL PROCESSES AND INTERNAL CONTROLS OF THE KENTUCKY CORRECTIONAL INDUSTRIES

EXAMINATION OF CERTAIN FINANCIAL PROCESSES AND INTERNAL CONTROLS OF THE KENTUCKY CORRECTIONAL INDUSTRIES EXAMINATION OF CERTAIN FINANCIAL PROCESSES AND INTERNAL CONTROLS OF THE KENTUCKY CORRECTIONAL INDUSTRIES CRIT LUALLEN AUDITOR OF PUBLIC ACCOUNTS www.auditor.ky.gov 105 SEA HERO ROAD, SUITE 2 FRANKFORT,

More information

RESPONSES TO QUESTIONS RFP for Security Guard Services at Veterans Memorial Complex RFP #1614

RESPONSES TO QUESTIONS RFP for Security Guard Services at Veterans Memorial Complex RFP #1614 DATE: November 11, 2016 QUESTION 1: Is it only for "as needed" security services and not full time officers assigned continually at the site? RESPONSE 1: Senior Center There are set weekly daytime hours

More information

The School Board of Broward County, Florida Treasurer s Office 7720 West Oakland Park Blvd. Suite 319 Sunrise, FL

The School Board of Broward County, Florida Treasurer s Office 7720 West Oakland Park Blvd. Suite 319 Sunrise, FL Signatures on file The School Board of Broward County, Florida Treasurer s Office 7720 West Oakland Park Blvd. Suite 319 Sunrise, FL 33351 July 15, 2005 TO: FROM: VIA: SUBJECT: Principals Nell Johnson,

More information

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC)

ITN-DOT-15/ PM EXHIBIT A SCOPE OF SERVICES D4 RAPID INCIDENT SCENE CLEARANCE (RISC) EXHIBIT A SCOPE OF SERVICES RAPID INCIDENT SCENE CLEARANCE (RISC) FOR DISTRICT FOUR 1. PROJECT OBJECTIVE 1.1 In an effort to provide the traveling public of the State of Florida a cost effective, high

More information

Employee Expense Audit

Employee Expense Audit Employee Expense Audit June 12, 2018 ISC: Unrestricted THIS PAGE LEFT INTENTIONALLY BLANK ISC: Unrestricted Table of Contents Executive Summary... 5 1.0 Background... 6 2.0 Audit Objectives, Scope and

More information

FAIRCHILD APPLICATION FOR EMPLOYMENT

FAIRCHILD APPLICATION FOR EMPLOYMENT APPLICATION FOR EMPLOYMENT Driver Requirements A driver must meet the following requirements: Be in good health and physically able to perform all duties of a driver. Be at least 21 years of age. Speak

More information

TTC AUDIT COMMITTEE REPORT NO.

TTC AUDIT COMMITTEE REPORT NO. Form Revised: February 2005 TTC AUDIT COMMITTEE REPORT NO. MEETING DATE: January 23, 2011 SUBJECT: INTERNAL AUDIT PLANT MAINTENANCE DEPARTMENT BUILDING EQUIPMENT, FACILITIES, AND PLANT MAINTENANCE ENGINEERING

More information

Report No. AHCA A February Agency Agreements EXECUTIVE SUMMARY

Report No. AHCA A February Agency Agreements EXECUTIVE SUMMARY Report No. AHCA-1617-04-A February 2018 Office of Inspector General Internal Audit Agency Agreements EXECUTIVE SUMMARY As part of the Agency for Health Care Administration (Agency) fiscal year 2016-2017

More information