Active SLED Opportunity · CONNECTICUT · CITY OF SHELTON
AI Summary
The City of Shelton seeks qualified CPA firms to audit its financial statements for fiscal years 2026-2030, including preparation of the Comprehensive Annual Financial Report. Firms must have municipal audit experience in Connecticut and comply with government auditing standards. Proposals are due by May 14, 2026.
The City of Shelton (“City”) is requesting proposals from qualified firms of certified public accountants, in accordance with the provisions of the General Statutes, to conduct an examination and to render an opinion on the comprehensive annual financial statements of the City of Shelton for fiscal years ended June 30, 2026-2030.
I. INTRODUCTION
A. General Information
The City of Shelton (the City) is requesting proposals from qualified firms of certified public accounts to audit its financial statements for the fiscal years ending June 30, 2026, 2027, 2028, 2029, 2030.
Bids will be received up to but not later than 11:00 am on Thursday, May 14, 2026 via the City e-Procurement Portal located at https://procurement.opengov.com/portal/cityofshelton. The City e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes (11:00 am on Thursday, May 14, 2026). Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. The City of Shelton strongly recommends completing your response well ahead of the deadline.
The Municipality reserves its right to consider informal any response not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all responses, at its discretion. Any response may be withdrawn prior to the above scheduled time for the opening of responses or the authorized postponement thereof. Any response received after the time and date specified shall not be considered or accepted. No respondent may withdraw a response within 90 days after the actual date of the opening thereof. The Municipality may accept or reject any or all responses or any portions thereof and take any action deemed to be in the best interest of the City.
All questions related to this solicitation must be submitted in writing through the City’s OpenGov e-Procurement Question/Answer Tab. Bidders are required to register for an account via the City e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/cityofshelton. It is the sole responsibility of the bidder to submit via the City’s e-Procurement portal. Late bids will not be accepted and will be rejected.
Please include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly. Bidders must clearly understand that the only official answer or position of the City shall be the one stated in writing and posted on the City’s procurement portal. When asking questions, please enter each question separately.
Verbal requests for information will not be accepted. Failure to comply with these conditions will result in the bidder waiving the right to dispute bid specifications and conditions, no exceptions. A response in the form of an addendum will be posted to the City’s e-Procurement portal no later than 5:30 pm on Thursday, May 7, 2026; it is the bidder’s sole responsibility to monitor the website for updated information about this bid.
Any contact about this bid between a Bidder and any other City official and/or department manager and/or City of Shelton employee, other than as set forth above, may be grounds for disqualification of that Bidder. No questions or clarifications shall be answered by phone, in person, or in any other manner other than specified above.
The successful bidder will be required to furnish a Certificate of Insurance naming the City of Shelton as the additional insured. The insurance is to be suitable Contractor’s Liability and Worker’s Compensation, thereby making the City of Shelton harmless from all eventualities that may occur relative to this Bid and the resulting purchase order or contract.
The Contractor shall not commence any work under the Contract until all insurance required by this section has been obtained and certificates of insurance and any other evidence of required coverage requested by the City, including a copy of the policy itself, have been received and approved by the City. Such policies shall stipulate that no coverage can be changed or canceled, including for non-payment of premium, unless the City has had thirty (30) days prior notice in writing. Certificates of renewal or changes in policies shall be delivered to the City at least thirty (30) days prior to the expiration of the policy. The City always reserves the right to reject insurance companies; if approved insurance policies cannot be provided, the contract shall be terminated. The insurance requirements set forth are minimum limits of coverage only and in no way limit the Contractor’s liability. The following insurance is required to be maintained in full force until all work required by the contract has been fully completed, except that products / completed operations coverage shall be maintained for five (5) years. Insurance will be primary and non-contributory with a 30-day notice of cancelation in favor of the City of Shelton. Insurance carriers will be no less than A-rated and admitted carrier or subject to review by the City of Shelton.
Worker’s Compensation Insurance: The Contractor shall carry Worker’s Compensation and Employer’s Liability Insurance in the form and in such amounts as may be currently required to comply with the labor laws of the State of Connecticut.
Automobile Insurance: The Contractor shall carry and maintain during the life of the Contract a policy with a combined single limit of $1,000,000 and rider CA9948 or equivalent. This policy shall include all liability of the Contractor arising from the operation of all self-owned motor vehicles used in the performance of the Contract, and shall also include a ‘non-ownership’ provision covering the operation of motor vehicles not owned by the Contractor, but used in the performance of the work.
Commercial General Liability:
Bodily injury and property damage: $1,000,000 each occurrence / $2,000,000 aggregate
Products / Completed Operations: $1,000,000 each occurrence / $2,000,000 aggregate.
Professional liability: $1,000,000
An error and omissions protection provision shall be provided.
This policy shall include Subcontractor’s liability coverage, protecting the Contractor and the City against liability arising out of the activities of Subcontractors engaged by the Contractor in the performance of the work.
Umbrella / Excess Policy: An umbrella policy in the amount of $1,000,000 with respect to all operations the Contractor performs, is required.
Pollution Liability Insurance: Where applicable, a policy in the amount of $5,000,000 including coverage for transport and other offsite risks. Such policy must be given to the City for review and determination of acceptability before an award will be made.
Additional Insured and Certificate Holders: The City of Shelton, Shelton Board of Education, its officers, officials, employees, agents, boards and commissions shall be named as Additional Insureds on the Contractor’s and Subcontractor’s Commercial General Liability (for ongoing and completed operations, Automobile and Umbrella policies. The coverage shall be primary and non-contributory and contain no special limitations on the scope of protection afforded to the City of Shelton.
Subcontractor’s Insurance: Each Subcontractor engaged by the Contractor to perform any work under the Contract shall obtain all insurance required of the Contractor in the same amounts and subject to the same provisions specified above for the Contractor, including the additional insured requirement. Certificates of insurance shall be submitted to the Contractor and the City, and approved by the City before commencing any work.
The City reserves the right at all times to increase or decrease the amount of work if deemed in its best interest. Price is to include all labor, materials, tools, equipment, permits, insurances, etc., required to properly complete the project. The City of Shelton reserves the right to award the bid with multiple items:
The Bidder must not discriminate, nor permit discrimination, against any person on the grounds of race, color, national origin, religion, sex, handicap, or veteran status, in their employment practices, in any of their contractual arrangements, in all service and accommodations they offer to the public, and in any of their other business operations. The successful bidder MUST secure all required permits (local, state, federal) prior to commencing work on the site, if applicable.
The City of Shelton desires the auditor to express an opinion on the fair presentation of its basic financial statements, the combining and individual non-major fund financial statements and schedules in conformity with generally accepted accounting principles.
The auditor is not required to audit the supporting schedules, the Management’s Discussion and Analysis and the Budgetary Comparison contained in the Comprehensive Annual Financial Report. However, the auditor is to provide an “in-relation-to” report on the supporting schedules and information based on the auditing procedures applied during the audit of the basic financial statements and the combining and individual fund financial statements and schedules. The auditor is not required to audit the introductory section of the report or the statistical section of the report.
The auditor may also be responsible for the Government-wide Financial Statements.
The auditor will be entirely responsible for printing of 25 CAFRs before December 15th each year for the previous fiscal year. A PDF or similar file of the CAFR that can be posted on the City’s website will be provided to the City at that time.
The successful bidder will be required to furnish a Certificate of Insurance naming the City of Shelton as the additional insured. The insurance is to be suitable Contractor’s Liability and Worker’s Compensation, thereby making the City of Shelton harmless from all eventualities that may occur relative to this Bid and the resulting purchase order or contract.
The Contractor shall not commence any work under the Contract until all insurance required by this section has been obtained and certificates of insurance and any other evidence of required coverage requested by the City, including a copy of the policy itself, have been received and approved by the City. Such policies shall stipulate that no coverage can be changed or canceled, including for non-payment of premium, unless the City has had thirty (30) days prior notice in writing. Certificates of renewal or changes in policies shall be delivered to the City at least thirty (30) days prior to the expiration of the policy. The City always reserves the right to reject insurance companies; if approved insurance policies cannot be provided, the contract shall be terminated. The insurance requirements set forth are minimum limits of coverage only and in no way limit the Contractor’s liability. The following insurance is required to be maintained in full force until all work required by the contract has been fully completed, except that products / completed operations coverage shall be maintained for five (5) years. Insurance will be primary and non-contributory with a 30-day notice of cancelation in favor of the City of Shelton. Insurance carriers will be no less than A-rated and admitted carrier or subject to review by the City of Shelton.
Worker’s Compensation Insurance: The Contractor shall carry Worker’s Compensation and Employer’s Liability Insurance in the form and in such amounts as may be currently required to comply with the labor laws of the State of Connecticut.
Automobile Insurance: The Contractor shall carry and maintain during the life of the Contract a policy with a combined single limit of $1,000,000 and rider CA9948 or equivalent. This policy shall include all liability of the Contractor arising from the operation of all self-owned motor vehicles used in the performance of the Contract, and shall also include a ‘non-ownership’ provision covering the operation of motor vehicles not owned by the Contractor, but used in the performance of the work.
Commercial General Liability:
Bodily injury and property damage: $500,000 each occurrence / $1,000,000 aggregate
Products / Completed Operations: $500,000 each occurrence / $1,000,000 aggregate.
This policy shall include Subcontractor’s liability coverage, protecting the Contractor and the City against liability arising out of the activities of Subcontractors engaged by the Contractor in the performance of the work.
Umbrella / Excess Policy: An umbrella policy in the amount of $1,000,000 with respect to all operations the Contractor performs, is required.
Pollution Liability Insurance: Where applicable, a policy in the amount of $5,000,000 including coverage for transport and other offsite risks. Such policy must be given to the City for review and determination of acceptability before an award will be made.
Additional Insured and Certificate Holders: The City of Shelton, Shelton Board of Education, its officers, officials, employees, agents, boards and commissions shall be named as Additional Insureds on the Contractor’s and Subcontractor’s Commercial General Liability (for ongoing and completed operations, Automobile and Umbrella policies. The coverage shall be primary and non-contributory and contain no special limitations on the scope of protection afforded to the City of Shelton.
Subcontractor’s Insurance: Each Subcontractor engaged by the Contractor to perform any work under the Contract shall obtain all insurance required of the Contractor in the same amounts and subject to the same provisions specified above for the Contractor, including the additional insured requirement. Certificates of insurance shall be submitted to the Contractor and the City, and approved by the City before commencing any work.
The Mandatory Pre-Bid/Proposal Meeting will be at NO VALUE at NO VALUE on NO VALUE and will comply with Covid-19 restrictions in place at the time.
The City of Shelton (City) is requesting proposals from qualified firms of certified public accountants to audit its financial statements for the fiscal years ending June 30 2026-2030. These audits are to be performed in accordance with generally accepted auditing standards, the standards set forth for financial audits in General accounting Office’s (GAO) Government Auditing Standards (1994) , the provisions of the Federal; Single Audit Act of 1984, as amended in 1996, and U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local Governments and Non-profit Organizations, and the provisions of Sections 4-230 through 4-236 of the Connecticut General Statutes concerning the State Single Audit Act.
The auditor(s) shall state that the primary purpose of the audit is to express an opinion on the general-purpose financial statements taken as a whole and that the audit is subject to the inherent risk that errors or irregularities may occur and not be detected.
There is no expressed or implied obligation for the City of Shelton to reimburse firms for any expenses incurred in preparing proposals in response to this request.
During the evaluation process, the selection personnel and the City of Shelton reserves the right, where it may serve the City of Shelton’s best interest, to request additional information of clarifications from proposers, or to allow corrections of errors of omissions. At the discretion of the City of Shelton of the selection personnel, firms submitting proposals may be requested to make oral presentations as part of the evaluation process.
The City of Shelton reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City of Shelton and the firm selected.
It is anticipated the selection of a firm will be completed no later than June 11, 2026. Following the notification of the selected firm, it is expected that an engagement letter will be executed between both parties within 30 days of approval.
The Optional Pre-Bid/Proposal Meeting will be at NO VALUE at NO VALUE on NO VALUE and will comply with Covid-19 restrictions in place at the time.
Suspension and Debarment
All individuals assigned to the Project site may be required to undergo a background check by Shelton Police Department (SPD). If required, the name and date of the individual must be furnished to the Contractor at least seven (7) calendar days before the individual is to arrive on site. Individuals who have not been approved by the SPD will not be allowed on site. Individuals who are convicted sex offenders, who have committed crimes against minors, or who have been convicted of a serious felony are not permitted on the Project. Individuals with other offenses will be evaluated by the SPD on a case-by-case basis. NO FIREARMS OR CONTROLLED SUBSTANCES ARE PERMITTED ON CITY PROPERTY, REGARLDESS IF THE INDIVIDUAL HAS A VALID PERMIT TO CARRY / USE.
No Pre-Bid/Proposal Meeting required.
Contract Period – The agreement shall be for a five-year period and shall become effective immediately upon execution by all parties with implementation of all specified services to take place for the audit of fiscal year ending June 30, 2026. The contract entered into between the City and the firm shall extend for a term through and including the audit for the fiscal year ending June 30, 2030. The agreement may be extended at the discretion of the Board of Alderman.
Compensation – Compensation for services shall be a fixed price for each year of the five-year term of the agreement. The fixed fee shall include a minimum number of hours to be allocated to the partner-in-charge, supervising manager, and field staff. Upon request, the firm will provide the City with a statement of chargeable hours to substantiate billings. Any annual optional extensions shall be performed at prices to be negotiated before the option is exercised.
The auditor’s principal contact with the City of Shelton will be Grace Zweig, Finance Director or a designated representative, who will coordinate the assistance to be provided by the City of Shelton.
B. Background Information
The City operates under a Board of Alderman, Representative City Meeting form of government. A City Charter and Code of Ordinances governs the operation of the City. In addition, certain City and Board of Education transactions are governed by the State of Connecticut General Statutes (CGS).
The City serves an area of 31.9 square miles with a population of approximately 40,000. The City of Shelton’s fiscal year begins July 1 and ends on June 30.
The City provides the following services to its citizens:
Parks and Recreation, Police Protection, Animal Control, Street Lights, Road Repair, Snow Removal, Transfer Station, Recycling Services, Library, Human & Leisure Services, Education and General Government Services. Fire Protection and Ambulance Service are provided by volunteer organizations. The City provides a sanitary sewer system.
The City of Shelton is organized into several departments. All funds are under the administrative control of the Finance Department.
C. Fund Structure
The City uses all of the funds included in the budget and the CAFR under general ledger control, and account groups in its financial reporting.
D. Budgetary Basis of Accounting
The City prepares its budgets on a basis consistent with generally accepted accounting principles except that
encumbrances are recognized as a valid and proper charge against an appropriation in the year the purchase order is issued.
E. Pension Plans
The City participates in the following pension plans
1. All full-time City and Board of Education employees, except for those eligible for participation in the State Teacher’s
Retirement System and sworn police officers, participate in a contributory single-employer defined contribution pension
plan.
2. Sworn police personnel participate in the State of Connecticut Municipal Employee Retirement defined benefit plan.
3. Certified teachers employed by the Shelton Board of Education are eligible to participate in the State of Connecticut Teachers’ Retirement System. This system is a cost-sharing multi- employer defined benefit PERS with the State acting as a non-employer contributor, which is administered under the provisions of Chapter 167a of the Connecticut General Statutes.
A. Statements and Schedules and other pertinent Information to be Prepared by the City of Shelton
The City staff will prepare or provide the following statements and schedules for the auditor as follows:
B. General
Work space will be provided in close proximity to the financial records. Telephones and use of a copy and facsimile machines will
be made available as well as internet access during the engagement. The auditor will be required to provide computer
equipment and other office materials as needed.
All non-resident construction contractors are required to post a Guaranty Bond (Form AU-766) or Cash Bond (Form-Au-72) in the amount required by the State of Connecticut. This bond will secure payment for applicable taxes payable to the State with regard to the project.
Qualifying Requirements
Qualified Firm:
Firms submitting proposals must be qualified to perform independent audits of municipalities of the State of Connecticut. The
firm must have been engaged during the fiscal year ending June 30, 2025; as independent auditors for the purpose of rendering
an opinion on the financial statements of a Connecticut municipality with a population of at least 35,000.
Location:
The auditors must have an office located within the State of Connecticut, and resident staff must be able to offer the full range of
auditing services required by this Request for Proposals.
Reports:
Each proposer shall submit copies of at least two Comprehensive Annual Financial Reports issued by Connecticut municipalities
in which their opinion is contained.
Other:
Supervisory members of the audit team, including the “in charge” field auditor, should be Certified Public Accountants and have
a minimum of three (3) years of municipal audit experiencer in the State of Connecticut. The selection personnel intend to
strongly consider municipal audit experience and certification in evaluating the proposer’s audit team. It is the City’s desire to
maintain a consistently qualified team during the term of the engagement.
List the current Connecticut municipal clients and the Connecticut clients lost and gained during the calendar year 2025.
The auditor will be entirely responsible for the printing of the 25 CAFRs before December 15th each year for the previous fiscal
Year. A PDF or similar file of the CAFR that is able to be posted on the City’s Website will be provided to the City at that time.
Unless stated otherwise, the City intends to award the contract to the lowest responsible firm meeting the City’s specifications, based on the combination of fee, experience, qualifications, and demonstrated ability to perform the work safely and in conformance with all applicable laws and regulations. The City reserves the right to reject any and all bids, or to waive any informality to technicalities of proposals, or to accept any proposal deemed to be in the best interest of the City of Shelton.
The agreement may not be assigned, transferred or sublet in any manner or portion without the specific prior knowledge and consent to do so by the City.
To meet the requirements of this request form proposals, the audit shall be performed in accordance with generally accepted
auditing standards as set forth by the American Institute of Certified Public Accountants, the standards for financial audits set
forth in the U.S. Comptroller General’s Government Auditing Standards, the provisions of the Single Audit Act of 1984, as
amended in 1996, the provisions of the U.S. Office of Management and Budget (OMB) Circular A-133, Audits of States, Local
Governments and Non-profit Organizations, and in conjunction and conformity with the Connecticut Single Audit Act.
A. Reports to be Issued
Following the completion of the audit of the fiscal year’s financial statements, the auditor shall issue, as required by generally
accepted auditing standards, and Government Auditing standards, OMB Circular a-133 and the Connecticut Single Audit Act,
including but not limited to the following:
The auditor shall communicate in a letter to the Board of Alderman any reportable conditions found during the audit. A
reportable condition shall be defined as a significant deficiency in the design or operation of the internal control structure, which
could adversely affect the organization’s ability to record, process, summarize, and report financial data consistent with the
assertions of management in the financial statements.
B. Working Paper Retention and Access to Working Papers
All working papers and reports must be retained, at the auditor’s expense, for a minimum of (3) three years, unless the firm is
notified in writing by the City of Shelton of the need to extend the retention period. The auditor will be required to make working
papers available, upon request by the City of Shelton. In accordance with the requirements of Government Auditing Standards
and of the Single Audit Act Amendments of 1996, the auditor is required to provide access to the working papers and
photocopies thereof to a federal agency of the Comptroller General of the United States upon their request for their regulatory
oversight purposes. If such a request is made, the auditor will inform the Finance Director prior to providing such access. In
addition, the firm shall respond to reasonable inquiries of successor auditors and allow successor auditors to review working
papers relating to matters of continuing accounting significance.
(A)(1) The contractor agrees and warrants that in the performance of the contract such contractor will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved, in any manner prohibited by the laws of the United States or of the State of Connecticut; and the contractor further agrees to take affirmative action to ensure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, status as a veteran, intellectual disability, mental disability or physical disability, including, but not limited to, blindness, unless it is shown by such contractor that such disability prevents performance of the work involved;
(2) The contractor agrees, in all solicitations or advertisements for employees placed by or on behalf of the contractor, to state that it is an “affirmative action-equal opportunity employer” in accordance with regulations adopted by the Commission on Human Rights and Opportunities;
(3) The contractor agrees to provide each labor union or representative of workers with which such contractor has a collective bargaining agreement or other contract or understanding and each vendor with which such contractor has a contract or understanding, a notice to be provided by the Commission on Human Rights and Opportunities advising the labor union or workers' representative of the contractor's commitments under this section, and to post copies of the notice in conspicuous places available to employees and applicants for employment;
(4) The contractor agrees to comply with each provision of this section and sections 46a-68e and 46a-68f and with each regulation or relevant order issued by said commission pursuant to sections 46a-56, 46a-68e, 46a-68f and 46a-86; and
(5) The contractor agrees to provide the Commission on Human Rights and Opportunities with such information requested by the commission, and permit access to pertinent books, records and accounts, concerning the employment practices and procedures of the contractor as relate to the provisions of this section and section 46a-56.
(B) For the purposes of this section, “contract” includes any extension or modification of the contract, “contractor” includes any successors or assigns of the contractor, “marital status” means being single, married as recognized by the state of Connecticut, widowed, separated or divorced, and “mental disability” means one or more mental disorders, as defined in the most recent edition of the American Psychiatric Association's “Diagnostic and Statistical Manual of Mental Disorders”, or a record of or regarding a person as having one or more such disorders. For the purposes of this section, “contract” does not include a contract where each contractor is (1) a political subdivision of the state, including, but not limited to, a municipality, unless the contract is a municipal public works contract or quasi-public agency project contract, (2) any other state, as defined in section 1-267, (3) the federal government, (4) a foreign government, or (5) an agency of a subdivision, state or government described in subdivision (1), (2), (3) or (4) of this subsection.
(C) For the purposes of this section, “minority business enterprise” means any small contractor or supplier of materials fifty-one per cent or more of the capital stock, if any, or assets of which is owned by a person or persons: (1) Who are active in the daily affairs of the enterprise, (2) who have the power to direct the management and policies of the enterprise, and (3) who are members of a REV. 20220808 minority, as such term is defined in subsection (a) of section 32-9n of the Connecticut General Statutes; and “good faith” means that degree of diligence which a reasonable person would exercise in the performance of legal duties and obligations. “Good faith efforts” shall include, but not be limited to, those reasonable initial efforts necessary to comply with statutory or regulatory requirements and additional or substituted efforts when it is determined that such initial efforts will not be sufficient to comply with such requirements.
(D) The contractor shall develop and maintain adequate documentation, in a manner prescribed by the Commission on Human Rights and Opportunities, of its good faith efforts.
(E) The contractor shall include the provisions of subsections (a) and (b) of this section in every subcontract or purchase order entered into in order to fulfill any obligation of a contract with the state, and in every subcontract entered into in order to fulfill any obligation of a municipal public works contract or contract for a quasi-public agency project, and such provisions shall be binding on a subcontractor, vendor or manufacturer, unless exempted by regulations or orders of the Commission on Human Rights and Opportunities. The contractor shall take such action with respect to any such subcontract or purchase order as the commission may direct as a means of enforcing such provisions, including sanctions for noncompliance in accordance with section 46a56; provided, if such contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the commission regarding a state contract, the contractor may request the state of Connecticut to enter into any such litigation or negotiation prior thereto to protect the interests of the state and the state may so enter.
Prices shall remain in effect for five (5) years (2026, 2027, 2028, 2029, 2030) following the award of the bid. The City reserves the right to extend this contract an additional two years upon mutual written agreement with the successful bidder.
A. Schedule for Annual Audit and Pension Plan Audit
Each of the following should be completed by the auditor no later than the dates indicated.
1. Interim work
The auditor shall complete interim fieldwork by June 15th
2. Detailed Audit Plan
The auditor shall provide the City of Shelton by June 15th both a detailed audit plan and a list of all schedules to be prepared by
the City of Shelton.
3. Fieldwork
The auditor shall complete all fieldwork by October 31st.
4. Exit conference and Draft Reports
An exit conference to review all draft CAFR and significant audit findings shall be completed by October 31st.
5. Draft Comments
The City of Shelton shall provide the auditors with comments on the Draft report by November 15th.
6. Final Report
The auditor shall have final audit report completed by December 15th.
Copies of all reports shall be addressed to the Board of Alderman. The successful proposer will also submit copies of reports as
required by state and federal audit requirements.
The submission dates for the various reports to the municipality and the appropriate cognizant agencies as follows:
Comprehensive Annual Financial Report December 15th for the preceding fiscal year
Single Audit Report December 15th for the preceding fiscal year
ED001 Certification Original (September 1), Revised (December 31)
The final report and 25 signed copies should be delivered to:
City of Shelton
Finance Department
54 Hill Srteet
Shelton, CT 06484
Please upload:
Please upload most current Certification of Insurance meeting the specifications of this bid.
Please download the below documents, complete, and upload.
Respondent confirms to provide all documents, provisions, labor, materials, equipment, technical service, insurances, warranties, applicable taxes and licenses, etc., to supply all Items/Services per the specifications of this response, or alternate manufacturers as approved by the City. The Respondent hereby certifies that any and all defects, errors, inconsistencies or omissions of which he/she is aware, either directly or by notification from any sub-bidder or material supplier.
Please download the below documents, complete, and please upload:
Please upload information to demonstrate that your firm is qualified to perform the work requested.
Please upload applicable Licenses and Certificates.
Confirm you have reviewed the City's Sample Agreement.
Will this solicitation be of a construction nature and is it anticipated to cost in excess of $100,000?
Please enter the percentage amount for your Bid Bond requirement:
Please select the appropriate option for Pre-Bid/Proposal Meeting?
Would you like to have bidders respond to an electronic pricing table through OpenGov?
Choose this if:
Will this project use over $150,000 in State funding and be considered a Municipal Public Works Project as defined by the CHRO Commission?
If yes - STOP and use the CHRO template to complete this bid.
If unsure - Bring the question to Purchasing Office for further review.
Is this ITB for the delivery of a product to a City site only? ie: parts delivery. A yes will allow for a slight reduction of insurance requirements.
Do you wish to include a section in Terms & Conditions indicating the expected term? This section includes the following:
Prices shall remain in effect for one (1) year following the award of the bid. The City reserves the right to extend this contract an additional two one-year extensions upon mutual written agreement with the successful bidder.
Q (No subject): Approximately how many journal entries did the auditor propose last year? In what areas?
A: The auditor proposed approximately 35 journal entries last year.The adjustments were proposed in LOCIP, Adult Ed and WPCA.
Q (No subject): What were the total fees charged for the audit last year? For the EFS? Were there other services performed? What were they and what were the approximate fees?
A: The total audit fees charged were $54,500 last year. What is EFS? A financial audit and single audit were performed, included in the total audit fees charged.
Q (No subject): Are there any significant changes in your finances this year from last? (Significant new grants, programs, etc) Are there any significant changes in your finance department this year from last? Are there any significant changes in either of these expected at this time for the next 5 years?
A: No significant changes in finances this year from last. A revaluation was completed in 2025-2026 year. No significant changes in the finance department from last year. The Finance Director retired June 30, 2025 and the new Finance Director started May 7, 2025. The City doesn't anticipate at this time any more changes in the Finance Dept. or in the finances for the next 5 years.
Q (No subject): Relating to the fees, does the $54,500 include the BOE portion of the audit? The EFS (Education Financial System) relates to the agreed upon procedures performed for the BOE's EFS, SEECG and PSIS reporting (this was formerly known as the ED001). Was this a separate fee paid for by the BOE?
A: The $54,500 includes the BOE portion of the audit and EFS agreed upon procedures performed.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.