Request for Proposal Number 5848-RFP-14/15. Auditing Services

Similar documents
Central Unified School District Request for Proposal

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

CONTRACT FOR FINANCIAL AUDIT SERVICES FOR FY2018 AND FY2019

Masconomet Regional School District Audit Services Request for Quote

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

San Mateo County Libraries REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES. Release date: March 14, 2019

REQUEST FOR PROPOSAL FOR AUDIT SERVICES

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

Instructions to Bidders Page 1 of 8

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

Legal Services for Representation to Indigent Parents RFP Laramie County

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

Civil Engineering Services Overflow Parking Lot

REQUEST FOR PROPOSAL Enterprise Asset Management System

MUNICIPALITY OF NORRISTOWN REQUEST FOR PROPOSALS: To Provide Business Privilege Tax Audit Services for the Municipality of Norristown

MEDI-CAL GROUND EMERGENCY MEDICAL TRANSPORTATION SERVICES (GEMT) SUPPLEMENTAL REIMBURSEMENT PROGRAM PROVIDER PARTICIPATION AGREEMENT

Anaheim Stadium & Amtrak Train Station

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

RFP Issued: Tuesday, November 10, Amended December 7, 2015 Pages 2, 10, and 11

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

Instructions to Proposers & Contractors (ITPC): RFP

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

EMC Proven Professional Program

Montana Legislative Lobbyist Services

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

Tulsa Community College

PART I - GENERAL INFORMATION

Independent Audit & Tax Services 15-NWA-004

Heather Gardens Metropolitan District

Request for Proposals for Homeless Outreach Services

SAMPLE SPEAKER CONTRACT (MODIFY AS APPROPROPRIATE - DELETE PROVISIONS THAT DO NOT APPLY)

REQUEST FOR PROPOSAL For Annual Independent Audit Services. Due Date & Time WEDNESDAY March 7, 2018 at 1:00PM

Saddles for Sale RFSB # N

RULES AND REGULATIONS OF THE ALAMEDA COUNTY BAR ASSOCIATION. CRIMINAL COURT APPOINTED ATTORNEYS PROGRAM (Effective May 1, 2013)

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

REQUEST FOR PROPOSAL for the SINGLE AUDIT OF THE STATE OF NEVADA

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

SCOPE OF WORK 1.03 COORDINATION OF SPECIFICATIONS, PLANS, AND SPECIAL PROVISIONS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

REQUEST FOR PROPOSAL AUDIT SERVICE 9/22/2012

DOCUMENT INSTRUCTIONS TO BIDDERS

NASSAU COMMUNITY COLLEGE

REQUEST FOR BID # TIRE DISPOSAL SERVICES

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

BY-LAWS. of the LONG ISLAND POWER AUTHORITY. As amended October 24, 2018

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

Contract Description; Qualifications; Proposal.

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

REQUEST FOR PROPOSAL - TRI-STATE LOTTO COMMISSION

City of Springville Public Defender Request for Proposal

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

1993 Specifications CSJ SPECIAL PROVISION ITEM 2 INSTRUCTIONS TO BIDDERS

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

AGREEMENT FOR PROFESSIONAL SERVICES

CONTRACT STATE OF SOUTH CAROLINA COUNTY OF GEORGETOWN

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR BID CUSTOM CASE FILE FOLDERS RFB NUMBER

SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR FEDERAL & STATE LEGISLATIVE LOBBYIST SERVICES RFP #

MT. SAN ANTONIO COMMUNITY COLLEGE DISTRICT. Addendum No. 1. March 23, 2018 Sewer Line Replacement Student Life 9C Bid No. 3180

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

INSTRUCTIONS TO BIDDERS Medical Center

Proposals shall be submitted in sealed envelopes labeled with the solicitation number, solicitation name, and the name and address of the Proposer.

ELECTRONIC TRANSACTIONS TRADING PARTNER AGREEMENT BETWEEN DIRECT SUBMITTER AND WELLPOINT, INC

City of Hyattsville RFP

TERMS AND CONDITIONS OF THE INVITATION TO BID

AHEAD Program Agreement

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Request for Proposals: State Lobbying Services RFP-CMUA Proposals are due at 5:00 p.m., local time, Monday, January 22, 2018

INVITATION FOR BID Annual Water Meter Purchase

HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN SAMPLE CONTRACT NO DEVELOPMENT PARTNER

INSTRUCTIONS TO TENDERERS

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

PERSONAL SERVICES CONTRACT

ARBITRATION RULES FOR THE TRANSPORTATION ADR COUNCIL

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

REQUEST FOR PROPOSAL Police Department Roof System Renovation

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL # 2098 FOR CCC COLLEGE CENTER ADMINISTRATION RENOVATION PROJECT

Sunnyside Valley Irrigation District

AMENDED AND RESTATED BYLAWS DXC TECHNOLOGY COMPANY. effective March 15, 2018

City of Portsmouth Portsmouth, New Hampshire Mobile Vending From Municipal Spaces, Bid #33-13 INVITATION TO BID

City of Springville Public Defender Request for Proposal

March 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

Transcription:

Request for Proposal Number 5848-RFP-14/15 Auditing Services Castro Valley Unified School District 4400 Alma Ave. Castro Valley, CA 94546 Issue Date: January 5, 2015 Bid Submittal Date/Time: January 26, 2015 at 3:00 p.m.

REQUEST FOR PROPOSAL NUMBER 5848-RFP-14/15 ISSUE DATE: January 5, 2015 NOTICE IS HEREBY GIVEN that the Castro Valley Unified School District, hereinafter referred to as CVUSD, will receive up to, but no later than 3:00 p.m. on January 26, 2015, sealed proposals for the award of a contract for independent audit services for the year ending June 30, 2015 for the Castro Valley Unified School District (CVUSD). All proposals shall be submitted in the format specified by CVUSD. Proposals shall be received in the Business Services Office, Castro Valley Unified School District, 4400 Alma Avenue, Castro Valley, CA 94546. Each proposal must conform and be responsive to applicable audit and accounting guidelines. I. BACKGROUND The Castro Valley Unified School District is requesting proposals from qualified firms to conduct the annual independent audit of the Castro Valley Unified School District, for a three-year period beginning with the audit of the 2014-2015 fiscal year, with an option to renew for up to three additional years. II. INFORMATION AND GENERAL CONDITIONS A. Preparation of Proposal Documents Interested accounting firms must submit four (4) copies of the proposal no later than 3:00 p.m. on January 26, 2015. 2

B. Accounting firms should submit proposals to: Dr. Candi Clark Assistant Superintendent of Business Services Castro Valley Unified School District 4400 Alma Avenue Castro Valley, CA 94546 C. Review of 2013-2014 Audit Reports Audit firms that are interested in reviewing copies of the 2013-2014 audit reports for CVUSD should visit the district website at http://www.cv.k12.ca.us/district/business-services/budget-information or contact; Dr. Candi Clark Assistant Superintendent of Business Services Castro Valley Unified School District 4400 Alma Avenue Castro Valley, CA 94546 (510) 537-3335 x1212 D. Time Line January 5, 2015 January 26, 2015 January 27-February 4, 2015 February 5-11, 2015 February 26, 2015 Issue RFP RFP DUE Review Audit Proposals Audit Firm Interview and Reference Check Award Contract E. Signature The proposal must be signed in the name of the audit firm and bear the signature of the person authorized to sign proposals on behalf of the audit firm. F. Completion of Proposal Proposals must be completed in all respects as required by the instructions in this RFP. A proposal may be rejected if it is conditional or incomplete, or if it contains alterations of form or other irregularities of any kind. A proposal will be rejected if, in the opinion of the staff of 3

CVUSD, the information in the proposal was intended to erroneously and fallaciously mislead in the evaluation of the proposal. G. Evaluation Process All proposals will be reviewed by a team composed of representatives of the CVUSD. The evaluation will consist of the following components: a review and analysis of the written proposal, qualifications of assigned staff, previous experience, fee schedule, and an oral interview (as necessary) and reference checks. Only those firms receiving the highest scores on the evaluation will be interviewed. The CVUSD reserve the right to request additional information of any audit firm and to reject any and all proposals and waive any irregularities. The CVUSD maintains the sole right to determine whether or not the audit firm can perform the work as outlined in this RFP. H. Award of Contract The CVUSD evaluation team will recommend the award of the contract based on the final determination of the audit selection team. The award of the contract will be to the responsible auditing firm whose proposal is deemed to be the best proposal and whose proposal best meets the needs of the CVUSD. I. Errors in Proposals The audit firm selected will be bound by the terms and conditions of its proposal, notwithstanding the fact that errors are contained therein. However, if material errors are found in a proposal, the evaluation team may notify the audit firm that the proposal, as submitted, appears to contain errors and may require the audit firm to correct the errors. J. Assignment The audit contract or any interest therein, may not be assigned without the prior written consent of CVUSD. Any attempted reassignment will render the contract void at the option of the CVUSD. 4

K. Withdrawal CVUSD reserves the right to withdraw from the RFP within thirty (30) days of the date that it is notified of the audit costs. Further, CVUSD may withdraw from the agreement in the second and/or third years of the contract. In the event that CVUSD withdraws, the total contract amount will be reduced by the dollar amount shown in the proposal for CVUSD. L. Rights of CVUSD CVUSD will have the right, once the award of the audit contract has been made, to negotiate minor changes in the agreement. CVUSD will enter into a contract with the successful audit firm. Any changes must meet with the approval of the successful audit firm and in no case will such result in an audit that does not comply with State and Federal guidelines. M. Cost of Preparing Proposals The cost for developing responses to this RFP are entirely the responsibility of the audit firms and will not be included in the audit fees or charged to the CVUSD. N. Disposition of Proposals All materials submitted in response to this RFP will become the property of the CVUSD, and will be returned only at the discretion of the CVUSD, and at the proposer s expense. III. STATEMENT OF WORK A. Scope of the Audit Services Audit firms must submit a proposal to provide the CVUSD with independent audit services for a three-year period, with an option to renew for up to three additional years. 5

B. Technical Standards Auditors must perform the audits of the CVUSD in accordance with the provisions of: Government Auditing Standards, issued by the Controller General of the United States, often referred to as generally accepted government auditing standards (GAGAS); U.S. generally accepted auditing standards (GAAS); Office of Management and Budget Circular (OMB) A- 133, Audits of States, Local Governments and Non-Profit Organizations; and Standards and Procedures for Audits of California K-12 Local Educational Agencies (K-12 Audit Guide), published by the State of California Controller s Office. C. Work to Be Done 1. Conduct an annual single audit (unless not required) of all funds and account groups under the jurisdiction of the CVUSD. 2. Conduct a pre-audit conference to discuss the timelines for the audit and an exit conference to review the draft audit report. The auditor should schedule the exit conference at least three weeks prior to the issuance of the final report. 3. Complete and file the audit report no later than November 30 of each year, unless arranged for at an earlier date by CVUSD. The auditor is responsible for filing all copies of the audit with the CVUSD as listed in the State Controller s audit guide. The auditor is responsible for filing the audit with the Federal Audit Clearinghouse, California Department of Education and State Controller s Office. 4. A manager or partner of the firm will present the audit report to the governing board of CVUSD no later than December 15 of each year. 5. Management Letter At the completion of the interim work, the auditors will provide a management letter to the Superintendent (or his or her designee) detailing all findings and recommendations noted as of the date of the completion of the interim work. The auditor may substitute a copy of all written findings for the management letter. 6

D. Working Papers The auditor must retain working papers for a minimum of three years. The audits are subject to review by the Office of the State Controller, the California Department of Education, the Office of the Auditor General, the Castro Valley Unified School District, and other individuals designated by the CVUSD. Accordingly, the audit work papers will be made available upon request. E. Communication The auditor s managing partner in charge of the account will be available throughout the year to provide limited assistance to the CVUSD in explaining audit findings and recommendations and to discuss the items that may impact the audit. F. Copies The auditor will provide an electronic PDF copy of the audit report, one (1) master copy for reproduction, and twenty (20) copies at no additional charge. IV. TECHNICAL REQUIREMENTS OF THE PROPOSAL The proposal must contain the following information: A. Title Page Identify the name of the audit firm, the address, the telephone number, name of the contact person and the date. B. Profile 1. Indicate whether the firm is local, regional, national, or international. 2. Indicate the location of the office from which the work will be performed (this includes the office location for the managing partner and any other assigned staff). For firms with more than one office, indicate the number of professional staff at the office from which the work will be performed. 7

C. Experience 3. Describe the range of activities performed by the local office, such as auditing, consulting or taxes. 4. Describe the size and structure of the firm, including the number of partners and audit staff. 1. Information on the experience of the firm in California Public School District of the same size and type as CVUSD. 2. A list of at least three references that includes: the name and address of each client; the name, title, and telephone number of each client s audit liaison; and the date the work was performed. 3. A list of all staff that will be assigned to the audit. All partners, managers, and supervisors assigned to the audit must have a minimum of three year s experience performing audits of school districts similar to CVUSD. 4. Resumes of the staff members assigned to the engagements. The resumes must include: D. Assurances a. The position of the staff member in the firm. b. The years of experience, specifically in school districts, JPA s and county office audits and consulting. c. Education, including a description of the last two years of continuing education, specifically related to courses in school business. Certify that the auditing firm will assign a California-licensed certified public accountant as the auditor in charge for CVUSD audit. Certify that the auditing firm meets the professional independence standards. E. Disclosure of any audit reports rejected by the Office of the State Controller in the last five years. F. A copy of the most recent peer review s independent report. 8

G. A statement of the audit firms understanding of the work to be performed and proposed calendar of functions. The calendar should identify the key components of the audit and the level of staff that will be assigned to perform the work. Please specify any documentation or assistance needed from the CVUSD critical to meeting your time frame. H. Fee 1. A statement of the proposal fee for 2014-2015, 2015-2016, and 2016-2017 for CVUSD (complete Schedule B). Each audit firm must complete Schedule B as a part of the proposal. The fee shown on Schedule B must be all-inclusive (i.e., including all personnel, travel, per diem, telephone, supplies and other expenses). 2. A statement of the hourly rate for each member of the audit team. The number of hours planned for each phase of the audit for CVUSD. 3. Audit firms are encouraged to include a schedule showing the discounts available to the CVUSD for accepting the proposal, however this step is optional. I. Equal Opportunity A statement that the audit firm is an equal opportunity employer and will certify compliance with the Civil Rights Act of 1964, and all applicable Federal and State laws and regulations relating to equal employment opportunity. J. Sample Contract The auditor must include a sample of the contract that will be executed for the 2014-2015 audit. 9

V. OTHER INFORMATION A. Errors and Omissions If a proposer discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, it shall immediately notify CVUSD in writing and request clarification or modification of the document. Modifications will be made by addenda. These errors or clarifications will be given by written notice to all parties who have been furnished a RFP. If the firm fails to notify the CVUSD, prior to the date fixed for submission of a proposal, of an error in the RFP known to it, or an error that reasonably should have been known to it, it will submit its proposal at its own risk and, if it is awarded the contract, it will not be entitled to additional compensation or time by reason of the error or its later correction. B. Workers Compensation In accordance with the provisions of Section 3700 of the Labor Code of the State California, the proposer must include the following statement in the audit contract: This firm is aware of the provisions of Section 3700 of the Labor Code that requires every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the work of the contract. C. Independent Contractor While performing the audit, the audit staff are independent contractors and not employees of the CVUSD. D. Insurance The proposer awarded the contract must maintain a minimum of $1,000,000 of professional liability insurance. A Certificate of Insurance must be filed with the Superintendent or designee of CVUSD prior to the execution of the contract. The audit firm must maintain this insurance during the entire term of the contract. E. Compliance with Laws 10

The audit firm agrees to comply with all applicable Federal, State, and local laws, rules, regulations, ordinances, policies, and procedures in the conduct of the program as specified herein. F. Hold Harmless and Indemnification The audit firm will defend, hold harmless and indemnify the CVUSD, their officers, agents and employees from and against any and all actions, suits, or other proceedings as may arise as a result of performing the work hereunder, except to the extent such actions, suits or other proceedings as arise as a result of the negligence or willful misconduct of the CVUSD, their officers, agents, and employees. G. Compensation CVUSD will pay an annual fixed price to the successful proposer for the total project. Pursuant to Education Code Section 14505, ten percent (10%) of the fee will be withheld until certification by the State Controller that the audit report conforms to the reporting standards of the current audit guide. In addition, fifty percent (50%) of the audit fee will be withheld for any subsequent year of the contract if the prior year s audit report was not certified as conforming to the reporting standards in the State Controller s audit guide. H. Supplemental Compensation and Additional Services If during the audit, the auditors find any unusual items or circumstances that, in the auditor s view, warrant an immediate detailed investigation, the auditor will communicate this situation to the Assistant Superintendent of Business Services in the CVUSD in writing within five business days. If, in the opinion of the Assistant Superintendent of Business Services, a more detailed examination is required than would be required under ordinary circumstances, a written authorization for additional services will be provided to the auditor by the Assistant Superintendent of Business Services. Additional services are not within the scope of the services to be performed pursuant to this agreement. If additional services are required and authorized, an additional contract will be written to reflect the additional services and compensation, based on the fees and expenses set forth in the auditor s proposal. 11

I. Auditor s Obligation to Perform Work in Accordance with Standards If the work performed by the audit firm is not in accordance with the standards in this RFP, or if the reports submitted by the audit firm are not complete, or if the reports are rejected by the Office of the State Controller as incomplete, the audit firm will be obligated to do whatever is required to correct the reports to meet the requirements as specified in the standards or as specified by the State Controller, at no additional cost to the CVUSD. J. Ineligibility to Conduct Audits Audit contract negotiated for services by this RFP will be terminated by the Castro Valley unified School District if the auditor is determined by the State Controller to be ineligible to conduct audits pursuant to Education Code Section 41020.5. K. Proposer Agreement 1. In compliance with this Request For Proposals, the proposer will propose and agree to furnish all labor, materials, transportation, and services for the work described and items listed in this RFP. 2. It is understood and agreed that the proposer has, by careful examination, satisfied itself as to: the nature of the locations of the work; the character, quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the work; the general and local conditions; and all other matters that may impact the work under this contract. No verbal agreement or conversation with any officer, agent, or employee of CVUSD, either before or after execution of this contract, will affect or modify any of the terms of obligations in this RFP. 12

SCHEDULE A Agency Name 2013-2014 K-12 & Adult Ed. P-2 ADA Castro Valley Unified School District 4400 Alma Ave., Castro Valley, CA 94546 2013-2014 General Fund Restricted & Unrestricted No. of Funds 9,064.41 $74.65 million 11 13

SCHEDULE B -1 Annual Audit Proposal Firm: Address: Telephone Number: Fax Number: Contact Person: Audit Contract Cost: Agency Name 2014-2015 2015-2016 2016-2017 Castro Valley Unified School District 14

SCHEDULE B -2 Annual Audit Proposal Firm: Address: Telephone Number: Fax Number: Contact Person: Audit Contract Hours: Agency Name 2014-2015 2015-2016 2016-2017 Castro Valley Unified School District Proposed Hourly Fee for additional services: Partner: Principal: Manager: Supervisor: Senior Accountant: Support Staff: 15