HomeMy WebLinkAboutPR 24711: REJECT AND REBID AUTITING SERVICES nrt rtfrrtt
!etas
INTEROFFICE MEMORANDUM
Date: 12/18/2025
To: The Honorable Mayor and City Council
Through: Ron Burton, City Manager
From: Lynda Boswell, Director of Finance
RE: P.R. 24711 —Reject and Rebid Auditing Services
Introduction:
The purpose of this memorandum is to request City Council approval to reject all responses
received to Request for Qualifications (RFQ) No. P25-093 for auditing services for the City of
Port Arthur and to authorize the Purchasing Department, in coordination with the Finance
Department, to revise the solicitation and rebid the services as a Request for Proposals (RFP).
Background:
The Finance Department, through the Purchasing Department, issued RFQ No. P25-093 for
professional auditing services for the City of Port Arthur in accordance with applicable
procurement requirements. The solicitation was advertised and on October 23, 2025 an
addendum with revised Request for Qualification, and one (1) response was received.
Following review of the response,the Finance Department determined that the receipt of a single
response does not provide the City with a sufficient competitive basis to evaluate multiple
qualified certified public accounting firms for the City's annual audit services.
Financial Impact:
There is no financial impact associated with the rejection of the RFQ or the rebid of the services.
The rebidding process will not obligate the City to expend funds and is a procedural step to
secure the most qualified and cost-effective auditing services.
Recommendation:
The Finance Department has concluded that it is in the City's best interest to revise the
procurement approach and reissue the solicitation as a Request for Proposals, rather than a
Request for Qualifications. An RFP will allow the City to evaluate firms based on both
qualifications and cost, resulting in a more comprehensive comparison and a more competitive
procurement process.
It is recommended that the City Council:
1. Reject all responses received to RFQ No. P25-093 for auditing services.
2. Authorize the Purchasing Department, in coordination with the Finance Department,
to revise the solicitation method and specifications and rebid the services as a Request for
Proposals.
"Remember,we are here to serve the Citizens of Port Arthur"
P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8101 X FAX 409.982.6743
P. R. NO. 24711
TNR 12/18/2025
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE REJECTION OF ALL
RESPONSES RECEIVED TO THE REQUEST FOR
QUALIFICATIONS NO.P25-093 FOR AUDITING SERVICES
FOR THE CITY OF PORT ARTHUR; AUTHORIZING THE
PURCHASING DEPARTMENT, IN COORDINATION WITH
THE FINANCE DEPARTMENT, TO REVISE THE
SOLICITATION METHOD AND SPECIFICATIONS AND
REISSUE THE PROCUREMENT AS A REQUEST FOR
PROPOSALS
WHEREAS,the Finance Department,through the Purchasing Department,issued Request
for Qualifications No. P25-093 for auditing services for the City of Port Arthur, which was duly
advertised in accordance with applicable procurement requirements attached hereto as Exhibit
"A"; and
WHEREAS, on October 23, 2025, an addendum with a revised Request for Qualification
was posted and only one (1) response was received in response to the revised RFQ (Exhibit"A");
and
WHEREAS, after review of the response received, the Finance Department has
determined that it is in the City's best interest to obtain a broader and more competitive field of
respondents in order to allow meaningful comparison among qualified certified public accounting
firms for the annual audit of the City's financial statements; and
WHEREAS,the Finance Department has further determined that a Request for Proposals
(RFP), rather than a Request for Qualifications, is the more appropriate solicitation method for
these services in order to evaluate firms based on both qualifications and pricing; and
WHEREAS, the City Council has the authority to reject any and all responses when it
determines that rejection is in the best interest of the City; and
WHEREAS, the Purchasing Department has requested authorization to reject the existing
solicitation,revise the specifications and procurement method, and rebid the services accordingly.
P. R.NO. 24711
TNR 12/18/2025
NOW THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF PORT ARTHUR,TEXAS:
Section 1: The facts and opinions of the preamble are true and correct.
Section 2: All responses received to Request for Qualifications No. P25-093 for
auditing services for the City of Port Arthur are hereby rejected
Section 3: The Purchasing Department, in coordination with the,Finance Department,
is hereby authorized and directed to revise the solicitation specifications, change the procurement
method to a Request for Proposals, and rebid the auditing services in accordance with applicable
law and City procurement policies.
Section 4: THAT a copy of the caption and Resolution be spread upon the Minutes of
the City Council.
READ,ADOPTED,AND APPROVED,this_day of January 2026,AD,at a Regular
Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES:
Mayor:
Councilmembers:
NOES:
Charlotte M. Moses, Mayor
ATTEST:
Sherri Bellard, City Secretary
APPROVED AS TO FORM:
Roxann Pais Cotroneo, City Attorney
APPROVED FO' ADMINISTRATION:
gv*-
Ron Burton, City M .ger
n a Boswel , Finance Director
Clifton Williams, Purchasing Manager
EXHIBIT A
PF
CHARLOTTE M.MOSES,MAYOR
*. RONALD BURTON,CPM
HAROLD L.DOUCET,SR., • — - - CITY MANAGER
City ofrSmite
MAYOR PRO TEM �'tr SHERRI BELLARD,TRMC
COUNCIL MEMBERS: CITY SECRETARY
WILLIE BAE LEWIS,JR. �
r t h u/'
TIFFANY L.HAMILTON EVERFIELD t ROXANN PAIS COTRONEO
DONEANE BECKCOM Texas CITY ATTORNEY
THOMAS KINLAW,III
DONALD FRANK,SR.
OCTOBER 22, 2025
REQUEST FOR QUALIFICATIONS (RFQ)
AUDITING SERVICES FOR THE CITY OF PORT ARTHUR
DEADLINE: Sealed Proposal submittal must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, November 5, 2025. (The clock located in the City Secretary's office will be the official
time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, November 5, 2025 in the City
Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE: P25-093
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your proposal to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Proposal or Scope of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams
P.O.Box 1089 1 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
Pr-
The enclosed Request for Qualifications (RFQ) and accompanying General Instructions are for your
convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed
in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFQ submittal arrives at
the above location by the specified deadline regardless of delivery method chosen by the firm. Faxed or
electronically transmitted RFQ submittals will not be accepted.
egotiolf.
Clifton Williams, CPPB
Purchasing Manager
REQUESTS FOR QUALIFICATIONS
AUDITING SERVICES FOR THE CITY OF PORT ARTHUR, TX
(To be Completed ONLY IF YOU DO NOT BID)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN
REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s).
Your assistance in completing and returning this form in an envelope marked with the enclosed bid
would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
City of Port Arthur
Request for Qualifications
Auditing Services for the City of Port Arthur, TX
OBJECTIVE,
The City of Port Arthur (City) is seeking a response to the Request for Qualifications (RFQ) from qualified
firms of certified public accountants to audit its financial statements for the fiscal year ending September 30,
2019 with the option of auditing its fmancial statements for each of the four (4) subsequent fiscal years.
These audits are to be performed in accordance with generally accepted auditing standards as set forth by the
American Institute of Certified Public Accountants, the standards for fmancial audits set forth in the U.S.
General Accounting Office's (GAO) Government Auditing Standards, the provisions of the federal Single
Audit Act (as amended) and the provisions of U.S. Office of Management and Budget (OMB) Uniform
Guidance and State of Texas Uniform Grant Management Standards.
BACKGROUND
1. The City serves an area of 87.96 square miles with a population of 55,498. The City's fiscal year begins
on October 1 and ends on September 30.
2. The City is organized into seventeen (17) departments and provides a full range of municipal services to
its citizens including fire and police protection, water and sanitary sewer utilities, solid waste removal
and disposal, the construction of streets, drainage and other infrastructure, recreational activities, library
and other cultural activities. The accounting and fmancial reporting functions of the City are
centralized. The City has no internal audit function.
3. The City has a total payroll of approximately$44 million covering 758 employees.
4. The City is defined, for financial reporting purposes, in conformity with the Governmental Accounting
Standards Board's Codification of Governmental Accounting and Financial Reporting Standards, Section
2100. Using these criteria, component units are included in the City's financial statements. The
management of the City identifies the following component units for inclusion in the City's financial
statements.
Port Arthur Section 4A Economic Development Corporation (EDC) — an entity legally separate from the
City, governed by a nine-member board of directors appointed by the City Council. The EDC is funded
by a one half cent additional sales tax dedicated to economic development activities. This component
unit maintains a special revenue fund and debt service fund. The budget, fmancial reports, and bonds of
the EDC must be approved by the City Council. Financial services are provided by the City and the EDC
is to be audited as part of the audit of the City's fmancial statements.
5. During fiscal year 2017-2018, the City received financial assistance from the following:
Major Federal Programs
• U.S. Department of Homeland Security
• Special Supplement Program for Women, Infants and Children(WIC)
• Community Development Block Grants (CDBG)
• Federal Transit Operating and Capital Assistance
• HOME
• Federal Emergency Management Agency
• U.S. Department of Commerce
American Reinvestment and Recovery Act
• Federal Transit Operating and Capital Assistance
• Community Development Block Grant
• Homelessness Prevention and Rapid Re-Housing Program
• Justice Assistance Grant
• Energy Efficiency and Conservation Grant
• COPS Hiring Recovery Program
State Assistance
• Medical Assistance Program
• Children's Health Insurance Program
• Community and Rural Health
• CDC Preventive
• Immunizations
• Southeast Texas Auto Theft Task Force
• S.T.E.P.
• Preventive Health
• Texas Department of Housing and Community Affairs
• Texas Water Development Board
• Texas Department of Rural Affairs
6. The City participates in the following pension plans:
• Texas Municipal Retirement System
• Port Arthur Firemen's Relief and Retirement Fund—Actuarial services provided by John Crider
7. The City has a Retiree Health Insurance Program and related OPEB Trust.
8. Additional information on the City and its finances can be found in the September 30, 2018
Comprehensive Annual Financial Report (CAFR) and the 2018-2019 Annual Operating Budget which
are on filed on the City's website at www.portarthurtx.gov and the office of the Director of Finance.
9. Interested persons who wish to review prior year audit reports and working papers should contact Harold
Hankins, Assistant Finance Director-Accounting,Auditing, and Financial Reporting, at 409-983-8106.
Pr
$COPE OF WORK
1. The City desires the auditor to express an opinion on the fair presentation of its general purpose financial
statements in conformity with generally accepted accounting principles. The City also desires the auditor
to express an opinion on the fair presentation of its combining and individual fund and account group
financial statements and schedules in conformity with generally accepted accounting principles.
2. The auditor is not required to audit the introductory or statistical sections, or the supporting schedules
contained in the CAFR. However, the auditor is to provide an "in relation to" opinion on the supporting
schedules based on the auditing procedures applied during the audit of the general purpose fmancial
statements and the combining and individual fund financial statements and schedules.
3. The auditor shall be responsible for performing certain limited procedures involving required
supplementary information required by the Governmental Accounting Standards Board as mandated by
generally accepted auditing standards.
4. The auditor shall issue a report on:
a. Compliance and internal control over financial reporting based on an audit of the financial
statements.
b. Compliance and internal control over compliance applicable to each major federal program.
5. The auditor shall communicate 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. Reportable conditions that
are also material weaknesses shall be identified as such in the report. Non-reportable conditions
discovered by the auditors shall be reported in a separate letter to management, which shall be referred to
in the report on compliance and internal controls. The reports on compliance and internal control shall
include all instances of non-compliance.
6. The Schedule of Expenditures of Federal and State Awards with related auditor's reports, as well as
the reports on compliance and internal controls are not to be included in the CAFR. The auditor is not
required to audit the Schedule of Expenditures of Federal and State Awards. However, the auditor is
to provide an "in-relation to" report on that schedule based on the auditing procedures applied during
the audit of financial statements. The auditor will provide a Single Audit when required.
7. All working papers and reports must be retained, at the auditor's expense, for a minimum of three (3)
years, unless the firm is notified in writing by the City of the need to extend the retention period. The
auditor will be required to make working papers available, upon request, to the City and any required
Federal or State agency. In addition, the firm shall respond to the reasonable inquiries of successor
auditors and allow successor auditors to review working papers relating to matters of continuing
accounting significance.
8. CAFR preparation and editing shall be the responsibility of the auditor. Printing of the document shall be
the responsibility of the City.
9. Firms are encouraged to consider subcontracting portions of the engagement to small audit firms or firms
owned and controlled by socially and economically disadvantaged individuals. Names of proposed
subcontracting firm(s) must be clearly identified in the proposal.
AUDITING STANDARDS TO BE FOLLOWED
To meet the requirements of this request for qualifications, the audit shall be performed in accordance with
generally accepted auditing standards as set forth by the American Institute of Certified Public Accountants,
and if necessary, the standards for financial audits set forth in the U.S. General Accounting Office's
Government Auditing Standards (1994), the provisions of the Single Audit Act of 1984 and the Single Audit
Act Amendments of 1996 and the provisions of U.S. Office of Management and Budget (OMB) Uniform
Guidance,Audits of State, Local Governments and Non-Profit.
REPORTS TO BE ISSUED
Following the completion of the audit of the fiscal year's financial statements, the auditor shall issue the
following reports as required by applicable auditing standards:
• A report on the fair presentation of the financial statements in conformity with generally accepted
accounting principles.
• A report on the internal control structure based on the auditor's understanding of the control structure
and assessment of control risk.
• A report on compliance with applicable laws and regulations.
• An"in-relation to"report on the schedule of federal fmancial assistance.
• A report on the internal control structure used in administering federal financial assistance programs.
• A report on compliance with laws and regulations related to major and non-major federal
financial assistance programs.
Irregularities and illegal acts. Auditors shall be required to make an immediate, written report of all
irregularities and illegal acts or indications of illegal acts of which they become aware to the City of Port
Arthur Council Members, the City Manager and the Finance Director.
Auditors shall inform the Council of the following:
1. The auditor's responsibility under generally accepted auditing standards
2. Significant accounting policies
3. Management judgments and accounting estimates
4. Significant audit adjustments
5. Other information in documents containing audited financial statements
6. Disagreements with management
7. Management consultation with other accountants
8. Major issues discussed with management prior to retention
9. Difficulties encountered in performing the audit.
SCHEDULE—FY 2022
The Director of Finance has primary responsibility for audit coordination, or his/her designee, and the
successful proposer shall meet and agree, in writing, on the time frame for completing the audit services
described in the Scope of Work.
SPECIAL CONSIDERATIONS
1. The City may send its comprehensive annual financial report to the Government Finance
Officers Association of the United States and Canada for review in its Certificate of Achievement
for Excellence in Financial Reporting program. It is anticipated that the auditor will be
required to provide special assistance to the City to meet the requirements of that program.
2. If necessary, the schedule of federal fmancial assistance and related auditor's report, as well as
the reports on the internal control structure and compliance are not to be included in the
comprehensive annual financial report,but are to be issued separately.
3. The City may require the auditor's assistance to comply with new reporting requirements as
mandated by GASB.
Page 8 of 24
The City of Port Arthur requires comprehensive responses to every section within this RFQ.
Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will
be considered non-responsive and will result in disqualification. To facilitate the review of the
responses, Firms shall follow the described proposal format. The intent of the proposal format
requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with
regard to content, but to assure that the specific requirements set forth in this RFQ are addressed in a
uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested
may result in the disqualification of the proposal. It is requested that proposals be limited to no more
than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must
contain an organized, paginated table of contents corresponding to the sections and pages of the
proposal.
A.) FIRM QUALIFICATIONS AND EXPERIENCE
1. State the size of the firm, size of the firm's governmental audit staff and the location of the office from
which the work on this engagement is to be performed.
2. If the proposer is a joint venture or consortium, the qualifications of each firm comprising the joint
venture or consortium should be separately identified and the firm that is to serve as the principal auditor
should be noted, if applicable.
3. Please describe in detail the current and historical experience the proposer and its subcontractors have
that would be relevant to this project. Provide descriptions and references for all engagements of
comparable complexity and sensitivity to the requirements of the RFQ that have been conducted within
the past five (5) years. References must contain the name, title, company name, address, phone and
email of organizations that may be contacted to verify qualifying experience. Please indicate whether the
organization is included for the purpose of verifying the proposer's qualifying experience or its
subcontractor.
4. Submit a copy of your most recent external quality control review report, with a statement whether that
quality control review included a review of specific government engagements. Also provide results of
any federal or state desk reviews or field reviews of audits during the past three (3) years. In addition,
provide information on the circumstances and status of any disciplinary action taken or pending against
the firm during the past three (3) years.
B.) PERSONNEL QUALIFICATIONS
1. Please identify all key personnel who are to be part of the proposed team. Identify the principal
supervisory and management staff, including partners, managers, other supervisors and specialists, who
would be assigned to this project. Information should be presented in sufficient detail as to provide the
City an indication that the personnel involved can perform the work specified in this RFQ. The City
reserves the right to approve or reject each member of the team and to request substitutions. For each
person, please provide the following:
a. Full name;
b. Employment history;
c. Education and professional licensing of each person as it relates to this project;
d. Specific description of what role the individual will have in this project; and
e. Any additional helpful information to indicate the individual's ability to aid the proposer in
successfully performing the work involved in this RFQ.
Page 9 of 24
2. Provide information on the government auditing experience of each person, including information on
relevant continuing professional education for the past three (3) years and membership in professional
organizations relevant to the performance of this audit. Indicate how the quality of staff over the term of
the agreement will be assured.
3. Identify any existing or potential conflicts of interest relative to the performance of the requirements of
this RFP. Examples would include, but are not limited to, existing business or personal relationship
between the proposer, its principal, or any affiliate or subcontractor, with the City, EDC or any other
entity or person involved in any way in the project that is the subject of this RFP.
*NOTE —Consultants and firm specialists mentioned in response to this request for proposal can only be
changed with the express prior written permission of the City, which retains the right to approve or reject
replacements. Other audit personnel may be changed at the discretion of the proposer provided that
replacements have substantially the same or better qualifications or experience.
C.) PROJECT APPROACH
1. Provide a detailed work plan that includes an explanation of the audit methodology to be followed. In
development of the work plan, reference should be made to such sources of information as the City's
budget and related materials, organizational charts, manuals and programs, and financial and other
management information systems.
2. Provide the following information on audit approach:
a. Proposed segmentation of the engagement;
b. Level of staff and number of hours to be assigned to each proposed segment of the
engagement;
c. Sample size and the extent to which statistical sampling is to be used in the engagement;
d. Type and extent of analytical procedures to be used in the engagement;
e. Approach to be taken to gain and document an understanding of the City's internal control
structure;
f. Approach to be taken in determining laws and regulations that will be subject to audit test
work;
g. Approach to be taken in drawing audit samples for purposes of tests of compliance.
3. Identify and describe any anticipated potential audit problems, the firm's approach to resolving these
problems and any special assistance that will be requested from the City.
4. Include sample formats for required reports.
D.) QUALITY OF RESPONSE
Completeness of the response to this RFQ including submission of all checklist documents.
Page 10 of 24
EVALUATION AND SELECTION PROCESS
The submitted proposals will be reviewed and ranked by a selection committee. Members of the selection
committee will not be revealed. The City reserves the right to select a firm directly from the RFQ submittals
or to short list several firms to prepare a presentation for the selection committee and select a firm from the
presenting firms. The City also reserves the right to:
• Make the selection based on its sole discretion;
• Reject any and all proposals;
• Issue subsequent Requests for Proposals;
• Postpone opening proposals for its own convenience;
• Remedy errors in the Request for Proposals process;
• Approve or disapprove the use of particular sub-consultants;
• Negotiate with any, all or none of the Proposers;
g p
• Waive informalities and irregularities in the Proposals; and/or
• Enter into an agreement with another Proposer in the event the originally selected Proposer defaults
or fails to execute an agreement with the City
The City's process is as follows:
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
EVALUATION AND SELECTION PROCESS
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
1. Firm Qualifications and Experience (Maximum Points 45)
a. Size of the firm and size of firms governmental audit staff. 10
b. Firm's Current and historical experience and performance on comparable
audits of Texas Cities 25
c. References 10
2. Personnel Qualifications (Maximum Points 25)
a. The number of key personnel assigned to the team, including supervisory
and management staff. 10
b. The experience of the firm's professional personnel to be assigned to the team. 10
c. The governmental audit experience of staff assigned to the team. 5
3. Project Approach(Maximum Points 25)
a. Adequacy of work plan details. 5
b. Adequacy of proposed staffing plan for various segments of the engagement. 5
c. Adequacy of sampling techniques and analytical procedures. 5
d. Adherence to timeline in the event of potential audit problems. 10
4. Quality of Response(Maximum Points 5)
a. Completeness of response and presentation
The City reserves the right to use all pertinent information (also learned from sources other than disclosed in
the RFQ process) that might affect the City's judgment as to the appropriateness of an award to the best
evaluated proposer. This information may be appended to the proposal evaluation process results.
Page 11 of 24
GENERAL INFORMATION:
Interested auditing firms should submit Request for Qualifications with the following information:
• Firm name, address, phone number, email and company website address
• Type of organization(LLC, etc.)
• Names of Principals
• Personnel to be assigned the project
• Identified sub-consultants
• Experience and background of personnel and sub-consultants
• Five references from previous projects completed with contact information(names, titles, contact
numbers)
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form
CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons
doing business or seeking to do business with the City of Port Arthur, including affiliations and business and
financial relationships such persons may have with City of Port Arthur officers. The form can be can be
located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response to
this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas
Local Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the
manner in which you must comply,you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access
to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such
a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement
organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow the City's
Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty service
required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
Page 12 of 24
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Finance, P.O. Box 1089,
Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or
services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Chapter
2251 of Texas Government Code, as amended. The City's standard payment terms are net 30, i.e. payment is
due 30 days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules,
orders, regulations and codes of the federal, state and local governments relating to performance of work
herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection with the
planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this
Contract; and, the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments
or any money to the City until such debts are paid or until satisfactory arrangements for payment has been
made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price.
It is further understood that the contractor shall not have any claim against the City of Port Arthur for
quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by
law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and
enforced as though each were included herein. If, through mistake or otherwise, any such provision is not
inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by
either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform
all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
Page 13 of 24
Frf
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under
any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract
by giving written notice to the Contractor of such termination and specifying the effective date thereof, at
least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the
Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any
breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the
purpose of set-off until such time as the exact amount of damages due the City from the Contractor is
determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least
thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided
herein, the Contractor will be paid for the service that it has performed up to the termination date. If this
contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination
shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to
protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs
as a result of his fault or negligence in connection with the work performed until completion and final
acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any
sub-contractor to perform any work included in this Contract until he has received from the City of Port
Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, purchase, maintain
and keep in force insurance that will protect against injury and/or damages which may arise out of or result
from operations under this contract, whether the operations be by himself or by any subcontractor or by
Page 14 of 24
anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be
liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers,
agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or,Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles
coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per
occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required
(including names of insurance agency, contractor and insurance companies, and policy numbers, effective
dates and expiration dates) and to date and sign and do all other things necessary to complete and make into
valid certificates of insurance and pertaining to the above listed items, and before commencing any of the
work and within the time otherwise specified, Contractor shall file completed certificates of insurance with
the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except as
herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that
coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days
prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port
Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the
Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any
event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
Page 15 of 24
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday
through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor.
Page 16 of 24
APPENDICES
SUBMIT WITH RFQ
A. Letter of Interest
B. Non-Collusion Affidavit
C. Affidavit
D. Conflict of Interest Questionnaire
E. House Bill 89 Verification
F. SB 252 Chapter 2252 Certification
Page 17 of 24
APPENDIX A
LETTER OF INTEREST
RFQ — Auditing Services for the City of Port Arthur, TX
Deadline: November 5, 2025
The undersigned firm submits the following information (this RFQ submittal) in response to the Request for
Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to
supply Auditing Services for the City of Port Arthur, TX. Enclosed, and by this reference incorporated
herein and made a part of this RFQ, are the following:
❖ Completed RFQ Letter of Interest Form
❖ Non-Collusion Affidavit
❖ Completed Affidavit
❖ Completed Conflict of Interest Form
❖ House Bill 89 Verification
❖ SB 252 Chapter 2252 Certification
Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject
any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in
this process will be borne solely by the firm, and that the required materials to be submitted will become the
property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete
statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest
and making the RFQ submittal.
This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
Page 18 of 24
APPENDIX B
CITY OF PORT ARTHUR, TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
§
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the firm
bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq.,
Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or
indirectly the bid made to any competitor or any other person engaged in the same line of
business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a
bid committed any other act of collusion related to the development and submission of this bid
proposal.
Signature:
Printed Name:
Title:
Company:
Date:
SUBSCRIBED and sworn to before me by the above named on this the
day of , 20
Notary Public in and for the
State of Texas
My commission expires:
Page 19 of 24
APPENDIX C
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized
officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to
pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into
an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 20
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL
Page 20 of 24
APPENDIX D
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176,006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176,006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
J FiCheck this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
?.1 Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Ti Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income.from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes n No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director; or holds an
ownership interest of one percent or more.
17 Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
Signature of vendor doing business with the governmental entity Data
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130.'2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 22 of 24
APPENDIX E
House Bill 89 Verification
(Person name), the undersigned representative
(hereafter referred to as "Representative") of
(company or business
name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18)
years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the
following:
1. That Representative is authorized to execute this verification on behalf of Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the term of
any contract that will be entered into between Business Entity and the City of Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business activities
with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in Israel or in
an Israeli-controlled territory, but does not include an action made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
day of , 20
Notary Public
Page 23 of 24
APPENDIX F
SB 252
CHAPTER 2252 CERTIFICATION
1, , the undersigned n
representative of
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government
Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company
named above is not listed on the website of the Comptroller of the State of Texas concerning
the listing of companies that are identified under Section 806.051, Section 807.051 or Section
2253.153. I further certify that should the above-named company enter into a contract that is
on said listing of companies on the website of the Comptroller of the State of Texas which do
business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify
the City of Port Arthur Purchasing Department.
Name of Company Representative (Print)
Signature of Company Representative
Date
Page 24 of 24
(in. — CITY OF PORT ARTHUR, TEXAS
(ifort rthur''^ ADDENDUM NO. ONE (1)
TFY4I5
OCTOBER 23, 2025
BID FOR: AUDITING SERVICES FOR THE CITY OF PORT ARTHUR
BID: P25-093
The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of
the contract documents and change the original documents only in the manner and to the extent hereinafter stated
and shall be incorporated in the contract documents.
Provisions of this addendum shall take precedence over requirements of the original contract documents and all
BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows
1. Attached is the revised bid package,please disregard the previous bid package.
If you have any questions,please contact the Purchasing Division at 409-983-8160.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
CliY in Williams
Purchasing Manager
Signature of Proposer Date
Company Vendor Name
CHARLOTTE M.MOSES,MAYOR ."""41.t RONALD BURTON,CPM
HAROLD L.DOUCET,SR., City of CITY MANAGER
MAYOR PRO TEM - A
*OW ihW SHERRI BELLARD,TRMC
COUNCIL MEMBERS: CITY SECRETARY
WILLIE BAE LEWIS,JR. u r t r t h u r
TIFFANY L.HAMILTON EVERFIELD ROXANN PAIS COTRONEO
DONEANE BECKCOM h xas CITY ATTORNEY
THOMAS KINLAW,III
DONALD FRANK,SR.
OCTOBER 22, 2025 REVISED
REQUEST FOR QUALIFICATIONS (RFQ)
AUDITING SERVICES FOR THE CITY OF PORT ARTHUR
DEADLINE: Sealed Proposal submittal must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, November 5, 2025. (The clock located in the City Secretary's office will be the official
time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, November 5, 2025 in the City
Council Chambers, City Hall, 5tb Floor, Port Arthur, TX. You are invited to attend.
MARK ENVELOPE:P25-093
DELIVERY ADDRESS: Please submit one (1) original and one (1) copy of your proposal to:
CITY OF PORT ARTHUR CITY OF PORT ARTHUR
CITY SECRETARY or CITY SECRETARY
P.O. BOX 1089 444 4TH STREET, 4th Floor
PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640
POINTS OF CONTACT:
Questions concerning the Invitation to Proposal or Scope of Work should be directed in writing to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams@portarthurtx.gov
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams
P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 !Fax 409.983.8291
The enclosed Request for Qualifications (RFQ) and accompanying General Instructions are for your
convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur.
Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed
in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope.
ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING
DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFQ submittal arrives at
the above location by the specified deadline regardless of delivery method chosen by the firm. Faxed or
electronically transmitted RFQ submittals will not be accepted.
egr&yr,
Clifton Williams, CPPB
Purchasing Manager
REQUESTS FOR QUALIFICATIONS
AUDITING SERVICES FOR THE CITY OF PORT ARTHUR, TX
(To be Completed ONLY IF YOU DO NOT BID)
FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN
REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request.
In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s).
Your assistance in completing and returning this form in an envelope marked with the enclosed bid
would be appreciated.
NO BID is submitted: this time only not this commodity/service only
Yes No
Does your company provide this product or services?
Were the specifications clear?
Were the specifications too restrictive?
Does the City pay its bills on time?
Do you desire to remain on the bid list for this product or service?
Does your present work load permit additional work?
Comments/Other Suggestions:
Company Name:
Person Completing Form: Telephone:
Mailing Address: Email:
City, State, Zip Code: Date:
City of Port Arthur
Request for Qualifications
Auditing Services for the City of Port Arthur, TX
OBJECTIVE
The City of Port Arthur (City) is seeking a response to the Request for Qualifications (RFQ) from qualified
firms of certified public accountants to audit its financial statements for the fiscal year ending September 30,
2026 with the option of auditing its financial statements for each of the four (4) subsequent fiscal years.
These audits are to 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.
General Accounting Office's (GAO) Government Auditing Standards, the provisions of the federal Single
Audit Act (as amended) and the provisions of U.S. Office of Management and Budget (OMB) Uniform
Guidance and State of Texas Uniform Grant Management Standards.
BACKGROUND
1. The City serves an area of 87.96 square miles with a population of 55,498. The City's fiscal year begins
on October 1 and ends on September 30.
2. The City is organized into seventeen (17) departments and provides a full range of municipal services to
its citizens including fire and police protection, water and sanitary sewer utilities, solid waste removal
and disposal, the construction of streets, drainage and other infrastructure, recreational activities, library
and other cultural activities. The accounting and fmancial reporting functions of the City are
centralized. The City has no internal audit function.
3. The City has a total payroll of approximately$44 million covering 758 employees.
4. The City is defined, for fmancial reporting purposes, in conformity with the Governmental Accounting
Standards Board's Codification of Governmental Accounting and Financial Reporting Standards, Section
2100. Using these criteria, component units are included in the City's fmancial statements. The
management of the City identifies the following component units for inclusion in the City's financial
statements.
Port Arthur Section 4A Economic Development Corporation (EDC) — an entity legally separate from the
City, governed by a nine-member board of directors appointed by the City Council. The EDC is funded
by a one half cent additional sales tax dedicated to economic development activities. This component
unit maintains a special revenue fund and debt service fund. The budget, financial reports, and bonds of
the EDC must be approved by the City Council. Financial services are provided by the City and the EDC
is to be audited as part of the audit of the City's financial statements.
5. During fiscal year 2024-2025, the City received financial assistance from the following:
Major Federal Programs
• U.S. Department of Homeland Security
• Special Supplement Program for Women, Infants and Children(WIC)
• Community Development Block Grants (CDBG)
• Federal Transit Operating and Capital Assistance
• HOME
• Federal Emergency Management Agency
• U.S. Department of Commerce
American Reinvestment and Recovery Act
• Federal Transit Operating and Capital Assistance
• Community Development Block Grant
• Homelessness Prevention and Rapid Re-Housing Program
• Justice Assistance Grant
• Energy Efficiency and Conservation Grant
• COPS Hiring Recovery Program
State Assistance
• Medical Assistance Program
• Children's Health Insurance Program
• Community and Rural Health
• CDC Preventive
• Immunizations
• Southeast Texas Auto Theft Task Force
• S.T.E.P.
• Preventive Health
• Texas Department of Housing and Community Affairs
• Texas Water Development Board
• Texas Department of Rural Affairs
6. The City participates in the following pension plans:
• Texas Municipal Retirement System
• Port Arthur Firemen's Relief and Retirement Fund—Actuarial services provided by John Crider
7. The City has a Retiree Health Insurance Program and related OPEB Trust.
8. Additional information on the City and its finances can be found in the June 30, 2025
Annual Comprehensive Financial Report (ACFR) and the 2025-2026 Annual Operating Budget which
are on filed on the City's website at www.portarthurtx.gov and the office of the Director of Finance.
9. Interested persons who wish to review prior year audit reports and working papers should contact Lynda
Boswell, Director of Finance, at 409-983-8186 or the past audits on its website.
SCOPE OF WORD
1. The City desires the auditor to express an opinion on the fair presentation of its general purpose financial
statements in conformity with generally accepted accounting principles. The City also desires the auditor
to express an opinion on the fair presentation of its combining and individual fund and account group
financial statements and schedules in conformity with generally accepted accounting principles.
2. The auditor is not required to audit the introductory or statistical sections, or the supporting schedules
contained in the ACFR. However, the auditor is to provide an "in relation to" opinion on the supporting
schedules based on the auditing procedures applied during the audit of the general purpose financial
statements and the combining and individual fund financial statements and schedules.
3. The auditor shall be responsible for performing certain limited procedures involving required
supplementary information required by the Governmental Accounting Standards Board as mandated by
generally accepted auditing standards.
4. The auditor shall issue a report on:
a. Compliance and internal control over financial reporting based on an audit of the financial
statements.
b. Compliance and internal control over compliance applicable to each major federal program.
5. The auditor shall communicate 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. Reportable conditions that
are also material weaknesses shall be identified as such in the report. Non-reportable conditions
discovered by the auditors shall be reported in a separate letter to management, which shall be referred to
in the report on compliance and internal controls. The reports on compliance and internal control shall
include all instances of non-compliance.
6. The Schedule of Expenditures of Federal and State Awards with related auditor's reports, as well as
the reports on compliance and internal controls are not to be included in the ACFR. The auditor is not
required to audit the Schedule of Expenditures of Federal and State Awards. However, the auditor is
to provide an "in-relation to" report on that schedule based on the auditing procedures applied during
the audit of financial statements. The auditor will provide a Single Audit when required.
7. All working papers and reports must be retained, at the auditor's expense, for a minimum of three (3)
years, unless the firm is notified in writing by the City of the need to extend the retention period. The
auditor will be required to make working papers available, upon request, to the City and any required
Federal or State agency. In addition, the firm shall respond to the reasonable inquiries of successor
auditors and allow successor auditors to review working papers relating to matters of continuing
accounting significance.
8. ACFR preparation and editing shall be the responsibility of the auditor. Printing of the document shall be
the responsibility of the City.
9. Firms are encouraged to consider subcontracting portions of the engagement to small audit firms or firms
owned and controlled by socially and economically disadvantaged individuals. Names of proposed
subcontracting firm(s) must be clearly identified in the proposal.
AUDITING STANDARDS TO BE FOLLOWED
To meet the requirements of this request for qualifications, the audit shall be performed in accordance with
generally accepted auditing standards as set forth by the American Institute of Certified Public Accountants,
and if necessary, the standards for financial audits set forth in the U.S. General Accounting Office's
Government Auditing Standards (1994), the provisions of the Single Audit Act of 1984 and the Single Audit
Act Amendments of 1996 and the provisions of U.S. Office of Management and Budget (OMB) Uniform
Guidance,Audits of State, Local Governments and Non-Profit.
REPORTS TO BE ISSUED
Following the completion of the audit of the fiscal year's financial statements, the auditor shall issue the
following reports as required by applicable auditing standards:
• A report on the fair presentation of the financial statements in conformity with generally accepted
accounting principles.
• A report on the internal control structure based on the auditor's understanding of the control structure
and assessment of control risk.
• A report on compliance with applicable laws and regulations.
• An"in-relation to"report on the schedule of federal financial assistance.
• A report on the internal control structure used in administering federal financial assistance programs.
• A report on compliance with laws and regulations related to major and non-major federal
financial assistance programs.
Irregularities and illegal acts. Auditors shall be required to make an immediate, written report of all
irregularities and illegal acts or indications of illegal acts of which they become aware to the City of Port
Arthur Council Members, the City Manager and the Finance Director.
Auditors shall inform the Council of the following:
1. The auditor's responsibility under generally accepted auditing standards
2. Significant accounting policies
3. Management judgments and accounting estimates
4. Significant audit adjustments
5. Other information in documents containing audited financial statements
6. Disagreements with management
7. Management consultation with other accountants
8. Major issues discussed with management prior to retention
9. Difficulties encountered in performing the audit.
SCHEDULE—FY 2026
The Director of Finance has primary responsibility for audit coordination, or his/her designee, and the
successful proposer shall meet and agree, in writing, on the time frame for completing the audit services
described in the Scope of Work.
SPECIAL CONSIDERATIONS
1. The City may send its annual comprehensive fmancial report to the Government Finance
Officers Association of the United States and Canada for review in its Certificate of Achievement
for Excellence in Financial Reporting program. It is anticipated that the auditor will be
required to provide special assistance to the City to meet the requirements of that program.
2. If necessary, the schedule of federal financial assistance and related auditor's report, as well as
the reports on the internal control structure and compliance are not to be included in the
comprehensive annual financial report, but are to be issued separately.
3. The City may require the auditor's assistance to comply with new reporting requirements as
mandated by GASB.
Page 8 of 24
The City of Port Arthur requires comprehensive responses to every section within this RFQ.
Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will
be considered non-responsive and will result in disqualification. To facilitate the review of the
responses, Firms shall follow the described proposal format. The intent of the proposal format
requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with
regard to content, but to assure that the specific requirements set forth in this RFQ are addressed in a
uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested
may result in the disqualification of the proposal. It is requested that proposals be limited to no more
than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must
contain an organized, paginated table of contents corresponding to the sections and pages of the
proposal.
A.) FIRM QUALIFICATIONS AND EXPERIENCE
1. State the size of the firm, size of the firm's governmental audit staff and the location of the office from
which the work on this engagement is to be performed.
2. If the proposer is a joint venture or consortium, the qualifications of each firm comprising the joint
venture or consortium should be separately identified and the firm that is to serve as the principal auditor
should be noted, if applicable.
3. Please describe in detail the current and historical experience the proposer and its subcontractors have
that would be relevant to this project. Provide descriptions and references for all engagements of
comparable complexity and sensitivity to the requirements of the RFQ that have been conducted within
the past five (5) years. References must contain the name, title, company name, address, phone and
email of organizations that may be contacted to verify qualifying experience. Please indicate whether the
organization is included for the purpose of verifying the proposer's qualifying experience or its
subcontractor.
4. Submit a copy of your most recent external quality control review report, with a statement whether that
quality control review included a review of specific government engagements. Also provide results of
any federal or state desk reviews or field reviews of audits during the past three (3) years. In addition,
provide information on the circumstances and status of any disciplinary action taken or pending against
the firm during the past three (3) years.
B.) PERSONNEL QUALIFICATIONS
1. Please identify all key personnel who are to be part of the proposed team. Identify the principal
supervisory and management staff, including partners, managers, other supervisors and specialists, who
would be assigned to this project. Information should be presented in sufficient detail as to provide the
City an indication that the personnel involved can perform the work specified in this RFQ. The City
reserves the right to approve or reject each member of the team and to request substitutions. For each
person, please provide the following:
a. Full name;
b. Employment history;
c. Education and professional licensing of each person as it relates to this project;
d. Specific description of what role the individual will have in this project; and
e. Any additional helpful information to indicate the individual's ability to aid the proposer in
successfully performing the work involved in this RFQ.
Page 9 of 24
nr.
2. Provide information on the government auditing experience of each person, including information on
relevant continuing professional education for the past three (3) years and membership in professional
organizations relevant to the performance of this audit. Indicate how the quality of staff over the term of
the agreement will be assured.
3. Identify any existing or potential conflicts of interest relative to the performance of the requirements of
this RFP. Examples would include, but are not limited to, existing business or personal relationship
between the proposer, its principal, or any affiliate or subcontractor, with the City, EDC or any other
entity or person involved in any way in the project that is the subject of this RFP.
*NOTE —Consultants and firm specialists mentioned in response to this request for proposal can only be
changed with the express prior written permission of the City, which retains the right to approve or reject
replacements. Other audit personnel may be changed at the discretion of the proposer provided that
replacements have substantially the same or better qualifications or experience.
C.) PROJECT APPROACH
1. Provide a detailed work plan that includes an explanation of the audit methodology to be followed. In
development of the work plan, reference should be made to such sources of information as the City's
budget and related materials, organizational charts, manuals and programs, and financial and other
management information systems.
2. Provide the following information on audit approach:
a. Proposed segmentation of the engagement;
b. Level of staff and number of hours to be assigned to each proposed segment of the
engagement;
c. Sample size and the extent to which statistical sampling is to be used in the engagement;
d. Type and extent of analytical procedures to be used in the engagement;
e. Approach to be taken to gain and document an understanding of the City's internal control
structure;
f. Approach to be taken in determining laws and regulations that will be subject to audit test
work;
g. Approach to be taken in drawing audit samples for purposes of tests of compliance.
3. Identify and describe any anticipated potential audit problems, the firm's approach to resolving these
problems and any special assistance that will be requested from the City.
4. Include sample formats for required reports.
D.) QUALITY OF RESPONSE
Completeness of the response to this RFQ including submission of all checklist documents.
Page 10 of 24
EVALUATION AND SELECTION PROCESS
The submitted proposals will be reviewed and ranked by a selection committee. Members of the selection
committee will not be revealed. The City reserves the right to select a firm directly from the RFQ submittals
or to short list several firms to prepare a presentation for the selection committee and select a firm from the
presenting firms. The City also reserves the right to:
• Make the selection based on its sole discretion;
• Reject any and all proposals;
• Issue subsequent Requests for Proposals;
• Postpone opening proposals for its own convenience;
• Remedy errors in the Request for Proposals process;
• Approve or disapprove the use of particular sub-consultants;
• Negotiate with any, all or none of the Proposers;
• Waive informalities and irregularities in the Proposals; and/or
• Enter into an agreement with another Proposer in the event the originally selected Proposer defaults
or fails to execute an agreement with the City
The City's process is as follows:
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
EVALUATION AND SELECTION PROCESS
Evaluation ratings will be on a 100 point scale and shall be based on the following criteria:
1. Firm Qualifications and Experience (Maximum Points 45)
a. Size of the firm and size of firms governmental audit staff 10
b. Firm's Current and historical experience and performance on comparable
audits of Texas Cities 25
c. References 10
2. Personnel Qualifications (Maximum Points 25)
a. The number of key personnel assigned to the team, including supervisory
and management staff. 10
b. The experience of the firm's professional personnel to be assigned to the team. 10
c. The governmental audit experience of staff assigned to the team. 5
3. Project Approach (Maximum Points 25)
a. Adequacy of work plan details. 5
b. Adequacy of proposed staffing plan for various segments of the engagement. 5
c. Adequacy of sampling techniques and analytical procedures. 5
d. Adherence to timeline in the event of potential audit problems. 10
4. Quality of Response(Maximum Points 5)
a. Completeness of response and presentation
The City reserves the right to use all pertinent information (also learned from sources other than disclosed in
the RFQ process) that might affect the City's judgment as to the appropriateness of an award to the best
evaluated proposer. This information may be appended to the proposal evaluation process results.
Page 11 of 24
GENERAL INFORMATION:
Interested auditing firms should submit Request for Qualifications with the following information:
• Firm name, address,phone number, email and company website address
• Type of organization(LLC, etc.)
• Names of Principals
• Personnel to be assigned the project
• Identified sub-consultants
• Experience and background of personnel and sub-consultants
• Five references from previous projects completed with contact information(names, titles, contact
numbers)
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form
CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local
Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons
doing business or seeking to do business with the City of Port Arthur, including affiliations and business and
financial relationships such persons may have with City of Port Arthur officers. The form can be can be
located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm
By doing business or seeking to do business with the City of Port Arthur including submitting a response to
this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas
Local Government Code and you are representing that you in compliance with them.
Any information provided by the City of Port Arthur is for information purposes only. If you have
concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the
manner in which you must comply, you should consult an attorney.
ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access
to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such
a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement
organization.
Any employee that makes purchases for the City is an agent of the City and is required to follow the City's
Code of Ethics.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder
must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following
requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or warranty service
required.
6. The City Council shall not award a contract to a company that is in arrears in its
obligations to the City.
Page 12 of 24
7. No payments shall be made to any person of public monies under any contract by
the City with such person until such person has paid all obligations and debts
owed to the City, or has made satisfactory arrangements to pay the same.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Finance, P.O. Box 1089,
Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or
services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Chapter
2251 of Texas Government Code, as amended. The City's standard payment terms are net 30, i.e. payment is
due 30 days from the date of the invoice with the correct contract number on the invoices.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal
Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This
agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules,
orders, regulations and codes of the federal, state and local governments relating to performance of work
herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other
officer, employee or agent of the City who exercises any functions or responsibilities in connection with the
planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this
Contract; and,the Contractor shall take appropriate steps to assure compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City
from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments
or any money to the City until such debts are paid or until satisfactory arrangements for payment has been
made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price.
It is further understood that the contractor shall not have any claim against the City of Port Arthur for
quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by
law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and
enforced as though each were included herein. If, through mistake or otherwise, any such provision is not
inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by
either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform
all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
Page 13 of 24
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the
option of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under
any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract
by giving written notice to the Contractor of such termination and specifying the effective date thereof, at
least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the
Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any
breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the
purpose of set-off until such time as the exact amount of damages due the City from the Contractor is
determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least
thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided
herein, the Contractor will be paid for the service that it has performed up to the termination date. If this
contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination
shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the
Contractor to furnish releases or receipts for any or all persons performing work and supplying material or
service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to
protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs
as a result of his fault or negligence in connection with the work performed until completion and final
acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any
sub-contractor to perform any work included in this Contract until he has received from the City of Port
Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of
Texas, unless otherwise permitted by Owner. The Contractor shall, at his own expense, purchase, maintain
and keep in force insurance that will protect against injury and/or damages which may arise out of or result
from operations under this contract, whether the operations be by himself or by any subcontractor or by
Page 14 of 24
anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be
liable, of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers,
agents, and employees must be named as an additional insured):
a. Bodily injury$500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury $1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles
coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per
occurrence for bodily injury and$100,000 per occurrence for property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required
(including names of insurance agency, contractor and insurance companies, and policy numbers, effective
dates and expiration dates) and to date and sign and do all other things necessary to complete and make into
valid certificates of insurance and pertaining to the above listed items, and before commencing any of the
work and within the time otherwise specified, Contractor shall file completed certificates of insurance with
the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect except as
herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that
coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days
prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port
Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the
Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any
event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the
Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such
period, the time may be extended by mutual agreement between OWNER and CONTRACTOR.
Page 15 of 24
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday
through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor.
Page 16 of 24
APPENDICES
SUBMIT WITH RFQ
A. Letter of Interest
B. Non-Collusion Affidavit
C. Affidavit
D. Conflict of Interest Questionnaire
E. House Bill 89 Verification
F. SB 252 Chapter 2252 Certification
Page 17 of 24
APPENDIX A
LETTER OF INTEREST
RFQ—Auditing Services for the City of Port Arthur, TX
Deadline: November 5,2025
The undersigned firm submits the following information (this RFQ submittal) in response to the Request for
Qualifications (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to
supply Auditing Services for the City of Port Arthur, TX. Enclosed, and by this reference incorporated
herein and made a part of this RFQ, are the following:
❖ Completed RFQ Letter of Interest Form
❖ Non-Collusion Affidavit
• Completed Affidavit
❖ Completed Conflict of Interest Form
❖ House Bill 89 Verification
❖ SB 252 Chapter 2252 Certification
Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject
any responses submitted.
Firm also understands that all costs and expenses incurred by it in preparing this RFQ and participating in
this process will be borne solely by the firm, and that the required materials to be submitted will become the
property of the City and will not be returned.
Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete
statements in this RFQ. Firm accepts all terms of the RFQ submittal process by signing this letter of interest
and making the RFQ submittal.
This RFQ shall be governed by and construed in all respects according to the laws of the State of Texas.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
1 Page 18 of 24
APPENDIX B
CITY OF PORT ARTHUR, TEXAS
NON-COLLUSION AFFIDAVIT
CITY OF PORT ARTHUR §
STATE OF TEXAS §
By the signature below, the signatory for the bidder certifies that neither he nor the firm,
corporation, partnership or institution represented by the signatory or anyone acting for the firm
bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq.,
Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or
indirectly the bid made to any competitor or any other person engaged in the same line of
business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a
bid committed any other act of collusion related to the development and submission of this bid
proposal.
Signature:
Printed Name:
Title:
Company:
Date:
SUBSCRIBED and sworn to before me by the above named on this the
day of , 20
Notary Public in and for the
State of Texas
My commission expires:
Page 19 of 24
APPENDIX C
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized
officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to
pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said
debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into
an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due.
Firm Name Date
Authorized Signature Title
Name (please print) Telephone
Email
STATE:
COUNTY:
SUBSCRIBED AND SWORN to before me by the above named
on this the day of , 20
Notary Public
RETURN THIS AFFIDAVIT AS PART OF THE PROPOSAL
Page 20 of 24
APPENDIX D
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFRCEUSEONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1). Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
J
I I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated
' I completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
Name of Officer
Describe each employment or other business relationship with the local government officer,or a family member of the
officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIO as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income:
other than investment income, from the vendor?
Ti Yes No
B. Is the vendor receiving or likely to receive taxable income,other than investment income:from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes No
Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
Check this box if the vendor has given the local government officer or afamily member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
Signature of vendor doing business with the governmental entity Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11,30./2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.usi
Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form.
Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by,and reporting to,that agency.
Local Government Code§176.003(a)(2)(A)and(B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds$2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one or more gifts described by Subsection(a);or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
Page 22 of 24
APPENDIX E
House Bill 89 Verification
I, (Person name), the undersigned representative
(hereafter referred to as "Representative") of
_ (company or business
name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18)
years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the
following:
1. That Representative is authorized to execute this verification on behalf of Business Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the term of
any contract that will be entered into between Business Entity and the City of Port Arthur; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business activities
with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in Israel or in
an Israeli-controlled territory, but does not include an action made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
day of , 20
Notary Public
Page 23 of 24
APPENDIX F
SB 252
CHAPTER 2252 CERTIFICATION
I, , the undersigned n
representative of
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government
Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company
named above is not listed on the website of the Comptroller of the State of Texas concerning
the listing of companies that are identified under Section 806.051, Section 807.051 or Section
2253.153. I further certify that should the above-named company enter into a contract that is
on said listing of companies on the website of the Comptroller of the State of Texas which do
business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify
the City of Port Arthur Purchasing Department.
Name of Company Representative (Print)
Signature of Company Representative
Date
Page 24 of 24