Upload
dinhkhanh
View
215
Download
0
Embed Size (px)
Citation preview
1
59798
REQUEST FOR PROPOSAL
For
Auditing Services
Owner:
Sports & Exhibition Authority of Pittsburgh & Allegheny County
171 10th Street, 2
nd Floor
Pittsburgh, PA 15222
(412) 393-0200
2
TABLE OF CONTENTS
Introduction
A) General Information 3
B) Scope of Professional Services 3
C) Standard Consultant Engagement Letter 4
D) Special Conditions 4
E) Consultant Selection Process 4
F) Inquiries 5
G) Proposal Content and Requirements 5
H) Proposal Submittal 10
I) Estimated Time Frame 10
Exhibit A
A) Scope of Professional Services 12
Exhibit B
A) Minority and Women Business Enterprise Participation 18
Exhibit C
A) Workforce Diversity 26
3
INTRODUCTION
A. GENERAL INFORMATION
The Sports & Exhibition Authority of Pittsburgh and Allegheny County (the Authority) was
incorporated on February 3, 1954 pursuant to the Public Auditorium Law Act of July 29,
1953 as a joint authority organized by the City of Pittsburgh (City) and Allegheny County
(County) with the mission to provide venues for sporting, educational, cultural, civic, and
social events for the benefit of the general public. The Authority currently owns PNC Park,
Heinz Field, the David L. Lawrence Convention Center (including the parking garage),
CONSOL Energy Center, North Shore Garage, North Shore Riverfront Park, the Benedum
Center, and the Heinz History Center. The Authority is currently working on the
development of the Lower Hill.
The Authority leases PNC Park, Heinz Field and CONSOL Energy Center to Pittsburgh
Associates (holder of the Pittsburgh Pirates Major League Baseball Franchise), PSSI Stadium
Corp. (a related entity to the holder of the Pittsburgh Steelers National Football League
Franchise) and the Lemieux Group LP, (the holder of the Pittsburgh Penguins National
Hockey League Franchise), which are each responsible for their stadia’s operations and
management. The Authority oversees management of the David L. Lawrence Convention
Center (SMG), Convention Center Garage (Alco), North Shore Garage (Alco Parking), and
North Shore Riverfront Park. The Authority’s ownership of the Benedum Center and the
Heinz History Center is for financing purposes only; the Authority has no significant
operating or management responsibility with respect to those facilities.
The Board of Directors (Board) of the Authority, a seven member group, is appointed by the
City and County. The Board is responsible for the overall activities and operations of the
Authority. The Authority receives financing from the City and County, however, the
Authority is not included in any other governmental reporting entity. The Board members
have decision making authority, the power to designate management, the responsibility to
significantly influence operations and primary accountability for fiscal matters.
B. SCOPE OF PROFESSIONAL SERVICES
The Authority is requesting proposals from qualified certified public accounting firms to
audit its financial statements for the fiscal year ended December 31, 2016. The Authority
contemplates a three-year contract, subject to an annual review. The Authority reserves the
right to extend the agreement for 2 additional one year terms and to negotiate rates, terms and
conditions based on changes of circumstances or as may be in the Authority’s best interests.
The Scope of Work is outlined in the attached Exhibit “A”. Said Exhibit will become a part
of the final contract. Auditors are encouraged to recommend changes to the Scope of Work
requirements to eliminate items they feel would be expensive and unnecessary based on
4
current conditions, or to include items they feel would be beneficial to the Authority but not
listed in the scope of work. The Authority reserves the right to accept or reject any suggested
changes.
C. STANDARD CONSULTANT ENGAGEMENT LETTER
Auditors are asked to provide a copy of their form of engagement letter. The Authority will
review and comment on the engagement letter if necessary.
D. SPECIAL CONDITIONS
Reservations:
1) This RFP does not commit the Authority to award a contract, to defray any costs
incurred in the preparation of a proposal pursuant to this RFP, or to procure contract
for work.
2) Right to Cancel:
The Authority reserves the right to cancel this RFP in part or in its entirety. If the
Authority cancels or revises the RFP, the Authority will notify in writing all those
that have requested a copy of the RFP.
3) Right to Reject Proposals or Request Revisions:
The Authority reserves the right to reject any and all proposals in whole or in part
and/or to request revisions in order to enable the Authority to obtain the best service
at the best price. The Authority further reserves the right to retain all responses
submitted and to use any ideas in a proposal regardless of whether that proposal is
selected.
4) Additional Information:
The Authority reserves the right to request additional information and/or clarifications
with respect to any responses to this RFP.
5) Release of Public Information:
If a contract is awarded, it will be authorized at public Authority Board meeting.
Auditors desiring to release information to the public must receive prior approval
from the Authority.
6) Award of Contract:
The proposer acknowledges that the Authority is not bound to award the contract to
the lowest priced proposer.
E. CONSULTANT SELECTION PROCESS
5
Upon review of the proposals and possible interviews, a selection for this assignment will
consider the following criteria:
1. Fee Proposal;
2. Experience record;
3. Technical Proposal;
4. Resources and capabilities;
5. Organization and management plan;
6. MBE/WBE utilization;
7. Workforce Diversity;
8. Such other criteria as the Authority shall deem prudent
Additional criteria the Authority will consider include:
1. The firm has no conflict of interest with regard to any other work performed for the
Authority;
2. The firm adheres to the instructions in this request for proposal on preparing and
submitting the proposal;
3. The firm’s past experience and performance on comparable engagements;
4. The quality of the firm’s professional personnel to be assigned to the engagement and
the quality of the firm’s management support personnel to be available for technical
consultation.
The consultant will be evaluated based on the experience and qualifications of their entire
team, therefore no changes in the team management will be allowed without prior written
approval of the Authority.
F. INQUIRIES
All inquiries concerning the request for proposals should be addressed in writing to Theresa
Bissell, Controller at [email protected] no later than August 26, 2016.
Submission of a proposal indicates acceptance by the firm of the conditions contained in this
request for proposals, unless the firm’s exceptions are clearly and specifically noted in the
proposal submitted and confirmed in the contract between the Authority and the firm
selected.
It is anticipated that the selection of a firm will be completed by October 13, 2016. Following
the notification of the selected firm it is expected an engagement letter will be executed
between both parties as soon as possible.
G. PROPOSAL CONTENT AND REQUIREMENTS
The consultant should submit a response that CONCISELY addresses the following issues.
6
1. General Information:
a) Legal name and address of company
b) Legal form of company (corp., joint venture, etc.)
c) If company is wholly owned subsidiary of a “parent company”, identify the parent
company
d) Number of professionals who supervise or manage projects and the number of
total employees
e) Business license number; city tax number
f) Name, title, address, email, and telephone number of person to contact concerning
the proposal
g) Describe your relationship management approach. Identify the resources within
your firm currently available to apply to this project
h) Specify key people you would dedicate to this project and include an
organizational chart for the team that would be assigned to the account
i) Describe each key person’s title, qualifications, and their proposed role(s) and
responsibilities for this project
j) Brief resume of applicable experience for each person named
k) Indicate firms understanding of federal, state, and local laws, ordinances,
regulations, policies, requirements, permits, etc.
l) A list of similar projects, which contained requirements that demonstrate your
firm’s capabilities. Specific projects within the Pittsburgh area are of particular
interest
m) Provide a copy of the report on its most recent external quality control review,
with a statement whether that quality control review included a review of specific
government engagements.
n) Provide three (3) references for representative projects, including names, titles,
addresses, emails and telephone numbers for each individual within these client
companies who may be contacted to discuss your relationship and performance
2. Technical Proposal:
The purpose of the technical section of the proposal is to demonstrate the qualifications,
competence, and capacity of the firms seeking to undertake an independent audit of the
7
Authority in conformity with the requirements of the request for proposals. As such, the
substance of the proposals will carry more weight than their form or manner of
presentation. The technical section should demonstrate the qualifications of the firm and
of particular staff to be assigned to this engagement. It should also specify an audit
approach that will meet the request for proposal requirements.
The technical section should address all points outlined in the request for proposals,
excluding any cost information, which should only be addressed in the Fee Proposal
section. The proposal should be prepared simply and economically, providing a
straightforward, concise description of the proposer’s capabilities to satisfy the
requirements of the request for proposals. While additional data may be presented, the
following subjects must be included, as they represent the criteria against which the
proposal will be evaluated:
a) The firm should provide an affirmative statement that it is independent of the
Sports & Exhibition Authority of Pittsburgh and Allegheny County as defined in
Government Auditing Standards.
b) The firm should provide an affirmative statement that the firm and all assigned
key professional staff are properly licensed to practice in the Commonwealth of
Pennsylvania, are members of the American Institute of Certified Public
Accountants, the Pennsylvania Institute of Certified Public Accountants, have
membership in professional organizations relevant to the performance of this
audit, and have a minimum of five years verifiable experience in performing
audits of government funds for organizations with an annual budget comparable
to or larger than that of the Authority.
c) The firm should state the size of their organization, size of the firm and the size of
the firm’s governmental audit staff, the location of the office from which the work
on this engagement is to be performed and the number and nature of the
professional staff to be employed on this engagement on a full-time basis and the
number and nature of the staff to be assigned on a part-time basis.
d) The firm shall also provide any information on the circumstances and status of
any disciplinary action taken or pending against the firm during the past three (3)
years with state regulatory bodies or professional organizations, or any known
incidence of restatement of financial statements by successor auditors for
correction of errors on which the proposer had previously opined.
e) The firm shall identify the principal supervisory and management staff, including
engagement partners, managers, other supervisors and specialists, who would be
assigned to the engagement. Provide information on the government auditing
experience and construction 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. Please indicate how the quality and continuity of staff over the term of this
8
engagement will be assured. Engagement partners, managers, other supervisory
staff and specialists may be changed if those personnel leave the firm, are
promoted or are assigned to another office or changed for other reasons.
However, the Authority retains the right to approve or reject replacements who
would be assigned to the engagement.
f) The firm’s office that will be assigned responsibility for the audit should list the
engagements, similar to this request for proposal. Please limit the number of
engagements listed to five (5). These engagements should be ranked on the basis
of total staff hours. Indicate the scope of work, date, engagement partners, total
hours, and the name and telephone number of the principal client contact.
g) The proposer should set forth a work plan to perform the services required in
previous sections of the request for proposals. Include an explanation of the audit
methodology to be followed. Proposers will be required to provide their proposed
segmentation of the engagement and the level of staff and number of hours to be
assigned to each proposed segment of the engagement.
h) The proposer should identify and describe any anticipated potential audit
problems, the firm’s approach to resolving these problems and any special
assistance that will be required from the Authority.
i) The proposer should include sample report formats for required reports. The
Authority realizes that certain changes in governmental reporting requirements
could result in changes in overall presentation compared to prior years.
3. MBE/WBE Participation and Workforce Diversity:
a) The Authority has adopted a goal of 25% minority participation and 10%
women’s participation in its contract work and the Authority wishes to achieve
this level of significant MBE/WBE participation in its professional services
contracts. The consultant will be required to follow the Authority’s Minority and
Women-Owned Business Enterprise Participation Policy. A copy of this policy is
attached as Exhibit “B”.
b) The Authority values a diverse workforce at its facilities and desires its
contractors to promote diversity in their workforces, particularly in regard to the
personnel assigned to perform under the proposed contract. Please provide
information describing diversity in your workforce and more specific information
regarding the workforce to provide the services described in this RFP. See
Exhibit “D”.
4. Insurance and Indemnification:
If given the engagement to perform the audit, the Auditor agrees to indemnify, protect,
defend and hold harmless the Authority, the City of Pittsburgh, the County of Allegheny,
9
the Commonwealth of Pennsylvania and their successors, assigns, members, directors,
officers, attorneys, employees and agents from and against any and all claims,
counterclaims, demands, damages, losses, liabilities, actions and causes of action, costs
and expenses, whatsoever, including but not limited to attorney's fees ("Claims")
sustained by the indemnified persons or parties and resulting from or arising out of the
negligent acts, errors, or omissions of the Auditor in its performance of the services
rendered under this Agreement. Unless waived in writing by the Authority, the Auditor
will maintain liability insurance, including automobile liability insurance, related to its
activities under this Agreement in an amount not less than Two Million Dollars
($2,000,000) per occurrence and in the aggregate together with an umbrella policy in the
amount of Five Million Dollars ($5,000,000). The Auditor will further maintain workers’
compensation insurance, with respect to any employees of Consultant performing work
related to this Agreement. In addition, the Auditor shall obtain insurance covering claims
arising out of the performance of professional services under this agreement and caused
by errors, omissions, or negligent acts for which the Auditor is legally liable. Professional
liability insurance shall be maintained in force by the Auditor for three (3) years after the
date of substantial completion of the Work or issuance of the final report. Limit of
coverage shall be at least Two Million Dollar ($2,000,000) per claim and annual
aggregate limit. The Auditor will, upon the request of the Authority, deliver certificates
of insurance to the person(s) identified in Section 1F above, which certificates will
evidence required coverage, will further name the Authority, the City of Pittsburgh,
Allegheny County, the Commonwealth of Pennsylvania, and SMG or any other party
designated by the Authority, as an additional insured parties on general liability (but not
professional liability) coverage, and will provide that actual Notice of Cancellation
endorsements be provided for required coverages. The Authority requires at a minimum
AM Best rating requirement for insurers of “A” or higher. All insurance other than
professional liability insurance and employment practices liability insurance shall be
pursuant to an occurrence basis policy (rather than claims made policy).
5. Fee Proposal:
a. Total All-Inclusive Maximum Price
The first page of the fee section should include the firm’s name, certification
that the person signing the proposal is entitled to represent the firm,
empowered to submit the proposal, and authorized to sign a contract with the
Authority, as well as the total all-inclusive maximum price for each year of
the engagement.
The proposal should contain all pricing information relative to performing the
audit engagement as described in this request for proposals, including
assumptions with AND without any OMB Circular A-133 requirements. The
total all-inclusive maximum price to be proposed is to contain all direct and
indirect costs including all out-of-pocket expenses.
10
The proposal should contain all pricing information relative to providing the
audit report for the Allegheny Regional Asset District as described in Exhibit
“A”. The total all-inclusive maximum price to be proposed is to contain all
direct and indirect costs including all out-of-pocket expenses.
The proposal should contain all pricing information relative to providing a
letter addressing compliance with the requirements of Pennsylvania Gaming
and Economic Development and Tourism Fund Section 3(2)(I)(C) of Act 53
of 2007. The total all-inclusive maximum price to be proposed is to contain all
direct and indirect costs including all out-of-pocket expenses.
b. The dollar cost section should also include rates by partner, manager, supervisory
and staff level and hours anticipated for each with a total dollar anticipated for
each year.
c. Out-of-pocket expenses for the firm should be presented within the dollar cost
section of the proposal. All expense reimbursements will be charged against the
total all-inclusive price submitted by the firm for each year of the engagement.
d. From time to time, the Authority requires some assistance from the auditor to
render additional services to either supplement the services requested in the
request for proposal or to perform additional work as a result of specific
recommendations included in any report issued on this engagement or at the
bequest of the Authority. Any such additional work shall be performed only if set
forth in an addendum to the contract between the Authority and the firm, or at a
minimum, a separate engagement letter specifying the work to be performed, the
staff performing the work, and anticipating billing rates and hours of that staff.
Any such additional work agreed to between the Authority and the firm shall be
performed at the same rates set forth in the schedule of fees and expenses
included in the audit proposal submitted, unless the parties should otherwise agree
upon a fixed separate project rate.
NO ‘ADDITIONAL’ WORK SHOULD BE PERFORMED WITHOUT SPECIFIC
WRITTEN CONSENT OF THE AUTHORITY.
e. Progress payments will be made on the basis of hours of work completed during
the course of the engagement and out-of-pocket expenses incurred in accordance
with the firm’s dollar cost section of their proposal. Interim billing shall cover a
period of not less than a calendar month.
H. PROPOSAL SUBMITTAL
1) Five (5) hard copies and an electronic copy of the proposal along with the name
and address of the individual submitting the proposal shall be submitted to SEA
by 4:30 pm, September 9, 2016.
11
2) An individual or individuals authorized to execute legal documents on behalf of
the consultant shall sign Exhibit “B-1” and it shall be included as part of the
proposal.
3) Proposals should be directed to:
Theresa Bissel, Controller
171 Tenth Street, 2nd
Floor
Pittsburgh, PA 15222
4) Proposals will not be returned.
I. ESTIMATED TIME FRAME
1. Proposal available August 17, 2016
2. Final date for submission of Inquiries by Proposers to Theresa Bissell: (see above)
August 26, 2016
3. Posting of Final Addendum to RFP and answers to questions by Project Manager:
August 31, 2016
4. Final date for submission of Proposal: 4:30pm September 9, 2016
5. Review of proposals and developing short list of finalists: Week of September 12,
2016
6. Interviews if necessary: Week of September 19, 2016
7. Presentation for Board approval and award of contract: October 13, 2016
13
EXHIBIT A
SCOPE OF PROFESSIONAL SERVICES
Scope of Work to be Performed
The Authority is soliciting the services of qualified firms of certified public accountants to audit
its financial statements for the fiscal year ending December 31, 2016. The Authority
contemplates a three-year contract, subject to an annual review. The Authority reserves the right
to extend the agreement for 2 additional one year terms and to negotiate rates, terms and
conditions based on changes of circumstances or as may be in the Authority’s best interests.
These audits are to be performed in accordance with the provisions contained in this request for
proposals
The Authority desires the auditor to express an opinion on the fair presentation of its basic
financial statements in conformity with generally accepted accounting principles and the
standards applicable to financial audits contained in Government Auditing Standards issued by
the Comptroller General of the United States.
AUDITING STANDARDS TO BE FOLLOWED
To meet the requirements of this request for proposals, the audit shall be performed in
accordance with generally accepted auditing standards as set forth by the American Institute of
Certified Public Accountants and Government Auditing Standards as issued by the Comptroller
General of the United States. In addition, depending on funding each year, we may require an
audit in accordance with the Single Audit Act amendments of 1996 and the provisions of OMB
Circular A-133, Audits of States, Local Governments and Non-Profit Organizations.
REPORTS TO BE ISSUED
• A report on the fair presentation of the basic financial statements in conformity with the
generally accepted accounting principles.
• A letter to management identifying any reportable deficiencies in internal controls found
during the audit and any instances of noncompliance or other matters. Any significant
deficiencies that are material weaknesses shall also be identified in the report. Control
deficiencies discovered by the auditors or other internal control observations which may
need to be communicated to management, will be done so via an internal memo from the
auditors to the executive management.
• A debt compliance letter completed in accordance with our support agreements with the
Allegheny Regional Asset District (RAD) to assure compliance of Section 3 of the 2010
amended and restated cooperation and support agreement (2005 and 2010 Bonds) and
Section 4 of the 2014 Cooperation and Support Agreement (2014 Bonds) indicating
whether the Authority is in compliance with all the terms and conditions of the
agreement.
14
• If applicable, a report on federal funding compliance applicable to each major program
and internal controls over compliance with U.S. Office of Management and Budget
(OMB) Circular A-133. The reporting package should include the financial statements,
Schedule of Expenditures of Federal Awards, Summary Schedule of Prior Audit Findings
(if any) and a Corrective Action Plan (if Appropriate).
• A condensed audit to be published in a newspaper of general circulation. (Submission of
report to the newspaper will be the responsibility of the Authority).
• A letter addressing compliance with the requirements of Pennsylvania Gaming and
Economic Development and Tourism Fund Section 3(2)(I)(C) of Act 53 of 2007.
• Supplemental reports as required or requested
Auditors shall be required to make an immediate written report to the Board of all irregularities
and illegal acts or any indication of illegal acts discovered during the course of the audit.
DATE AUDIT MAY COMMENCE:
The Authority will have all records ready for audit and all management personnel available to
meet with the firm’s personnel on or about February 27, 2017. This date is NOT intended to
preclude the auditor from performing planning and preliminary or interim work prior to this date.
1. Interim Work
The auditor is encouraged to propose a schedule that includes some interim work which is
designed to facilitate the timely completion of the audit.
2. Detailed Audit Plan
By January 31, 2017, the auditor shall provide the Authority a detailed audit plan and a list of
schedules to be prepared or provided by the Authority.
3. Fieldwork
The auditor shall complete all fieldwork and have final drafts of the audit report and
recommendations to management available for review by the Controller and the Chief
Financial Officer on or before March 31, 2017. The Authority is required to issue, and
present to the SEA’s board members, a final report no later than April 5, 2017. This date is
subject to some acceleration based on board meeting scheduling. The auditor may be
required to present the audit and any findings to the Board. Upon Board approval, Auditor
will be notified to release bound copies within a week.
4. Progress Meetings
The auditor shall be prepared to meet on a weekly basis after the commencement of
fieldwork to present the progress of the audit to the Controller and Chief Financial Officer.
15
REPORTING TO THE BOARD OF DIRECTORS:
Auditors shall assure themselves that the Authority’s Board of Directors is informed of each
of the following:
1. The auditor’s responsibility under generally accepted auditing standards.
2. Significant accounting policies.
3. Any management judgments and accounting estimates.
4. Disagreements with management.
5. Major issues discussed with management prior to retention.
6. Difficulties encountered performing the audit.
In addition, the auditors should be prepared to present budgeted vs. actual hours expended by
category if requested. This information must be presented to management and be available
for the Board of Directors should they choose to view this information.
WORKING PAPER RETENTION AND ACCESS TO WORKING PAPERS
All working papers and reports must be retained, at the auditors’ expense, for a minimum of
three (3) years or any limits required by government agencies, unless the firm is notified in
writing by the Authority of a need to extend the retention period.
The auditor shall respond to the reasonable inquiries of successor auditors and allow
successor auditors to review working papers relating to matters of continuing accounting
significance within a reasonable time period from the date of request.
FUND STRUCTURE
The Authority uses the following fund types in its financial reporting:
FUND TYPE/ACCOUNT GROUP Number of funds
Single Enterprise Fund 1
FEDERAL AND STATE FINANCIAL CONTRIBUTIONS
As part of the Authority’s function of developing and overseeing construction of venues and
infrastructure for sports, entertainment, and educational entities, the Authority receives
certain federal and state contributions. The state will send its own audit review staff to
perform periodic audits in relation to their funding contributions. However, the federal
contributions will require an audit in accordance with the Single Audit Act amendments of
16
1996 and the provisions of OMB Circular A-133, Audits of States, Local Governments and
Non-Profit Organizations. At the time of this request, it is not known if the Authority will
require a Single Audit for the year ending 2016 and the Authority is not certain this will be
needed in future years. Proposals should present the audit fees under both circumstances (i.e.
with and without the A-133 audit).
PENSION PLAN
The Authority has a 401(a) Defined Contribution Plan and a 457 Retirement Savings Plan,
which do not require any external reporting or independent audit.
COMPUTER SYSTEMS/LOGISTICS
The Authority records the accounting transactions in MAS90 accounting software. The
Convention Center operations are recorded and tracked on a separate accounting system,
Solomon, by SMG. This system is available only at the Convention Center and not at the
SEA. Entries are recorded on MAS90 monthly in summary form to capture the Convention
Center operations. These locations are in the same building, but some coordination and
planning is required.
The Authority will provide the auditor with reasonable workspace, desks, chairs, etc. at each
location. The auditor must coordinate their work at the two locations with the Authority’s
Controller to verify working space is available on a particular day. The auditor will have
access to telephone, photocopy, fax and internet at each location.
AVAILABILITY OF PRIOR AUDIT REPORTS AND WORKING PAPERS
To obtain a copy of the Authority’s most recent fiscal year end audits, visit our website at
www.pgh-sea.com/financials.htm
ASSISTANCE TO BE PROVIDED TO THE AUDITOR
The Authority’s Finance Department and its Construction Project Managers will be available
during the audit to assist the firm by providing information, documentation and explanations.
The auditor must make every effort to use the Finance Department’s staff time as efficiently
as possible. The Authority requests that the auditor schedule meetings with the finance staff
and Controller to ask questions and solicit their requests. The Authority will make every
effort to accommodate requests and questions on a timely basis, but due to limited resources,
we request this process be formalized as much as possible.
In addition, the auditor will be given access to all supporting documentation, and copies can
be made at the auditors’ convenience. We do require that the auditor does not remove
original documents from the facility in which they are stored.
17
The preparation of confirmations will be the responsibility of the auditors. However, the
Authority will provide reasonable clerical support for the completion of the confirmations
and other routine letters and memoranda.
The Authority does not have an Internal Audit Department to provide assistance. The
Authority does have a full-time Director of Information Systems, who will be available to
provide reasonable assistance to the auditor. Such assistance shall include documentation and
explanation of systems. The auditor is encouraged to make efficient use of the Authority’s
information technology resources.
19
EXHIBIT B
Minority and Women Business Enterprise Participation
The Authority requires that all contractors and subcontractors1 shall demonstrate a good faith
effort to obtain the participation of Minority and Women Business Enterprises in work to be
performed for the Authority. It is the goal of the Authority that twenty-five percent (25%) of the
contract amount be expended for participation by Minority Business Enterprises and ten percent
(10%) of the contract amount be expended for participation by Women Business Enterprises.
The Minority and Women Business Enterprise participation of the contract shall be subject to the
review of the Equal Opportunity Review Commission of Pittsburgh.
“Minority Business Enterprise” (MBE) and “Women Business Enterprise” (WBE) means
businesses certified as such by Pennsylvania Unified Certification (including Allegheny
County, Port Authority of Allegheny County, Pennsylvania Department of Transportation) or the
U.S. Small Business Administration. The MBE/WBE must be certified for the specific type of
work it will be responsible for in connection with the contract. The certification must be current
throughout the time the MBE/WBE will be doing work under the contract.
The bidder/proposer must demonstrate to the Authority that it has made a diligent good faith
effort to meet the Authority’s goals for MBE and WBE participation in the contract work.
MBE and WBE participation may be achieved by any combination of the following:
a. Direct (prime) contract with MBE or WBE. If the direct (prime) contractor is an MBE or
WBE, participation shall be the full amount of the contract.
b. Subcontract for work on the project. If work is subcontracted to Minority and/or Women
Business Enterprises, participation for this element shall be the total amount of
subcontracts with MBE/WBEs for work on the project.
c. It is the intent of the SEA, for all qualified MBE/WBE companies to have an opportunity
on this project in some capacity. Subcontractors who “sub out” more than 50% of the
work assigned will only receive credit for the amount of work self-performed.
d. Supply contracts for the project. If materials are purchased from Minority and/or Women
Business Enterprises, participation for this element shall be 2% of the amount of the
purchase order unless evidence acceptable to the Authority is submitted that the broker or
supplier is acting as a “full service supplier” on this job and in such case the credit shall
be 60% of the dollar value of the purchase order. Evidence to be submitted to qualify as a
“full service supplier” should include warehouse or storage capacity, inventory records,
agreements with manufacturers, ownership of material handling or delivery equipment
and demonstration of fiscal responsibility on previous sales.
1 “Contractor” refers to the contractor under a construction contract or service contract.
20
Whether the contractor undertook the following actions, among others, will be considered in
determining if a good faith effort to obtain participation has been made:
i) attended pre-bid/pre-proposal meetings to inform MBE/WBE’s of subcontracting
opportunities,
ii) advertised in general, trade, and minority focused media,
iii) provided timely written notice to a reasonable number of MBE/WBE’s,
iv) followed up the initial solicitations by contracting MBE/WBE’s to determine
interest,
v) selected or reduced the size of specific contract parts to facilitate MBE/WBE
participation,
vi) provided interested MBE/WBE’s with plans, specifications, and contract
requirements,
vii) negotiated in good faith with interested MBE/WBE’s,
viii) made efforts to provide bonding, line of credit, or insurance assistance to
interested MBE/WBE’s,
ix) utilized the services of available minority community organizations and other
organizations that provide assistance in the recruitment and placement of
MBE/WBE’s,
x) utilized the services of the office of the Equal Opportunity Review Commission
of Pittsburgh to provide assistance in the recruitment and placement of
MBE/WBE’s.
Documentation in the form of letters, meeting notes, copies of advertisements, etc. will be
required to confirm these efforts.
Attention is directed to the following:
a. The bidder/proposer must submit with the bid/proposal the “Certificate of Minority and
Women’s Business Enterprise Participation” form attached hereto as Attachment A
(including Schedule A), properly filled out and signed in ink. Failure to submit this
signed certification as part of the bid/proposal is grounds for rejection of the bid/proposal.
b. Prior to award of the contract but within 24 hours of being notified that it is the apparent
successful bidder/proposer, the chosen contractor shall submit to the Authority its
participation plan (the Minority and Women’s Participation Plan), in the form of
21
Attachment B hereto. The chosen contractor shall meet with the Authority to discuss the
implementation of the plan. The chosen contractor’s Minority and Women’s Participation
Plan must be approved by the Authority before the contract is awarded. Implementation
of the approved plan shall be a contract obligation.
c. During the course of construction (or performance of services under a service contract),
the contractor shall submit monthly reports on the form attached hereto as Attachment C
detailing MBE/WBE participation in the contract compared with the approved plan.
Prior approval by the Authority will be required for any change in the Minority and
Women’s Participation Plan. The contractor’s compliance with the approved Minority
and Women’s Participation Plan shall be monitored by the Authority. The Authority may
consider failure of the contractor to make a good faith effort to fulfill its obligations with
respect to its Minority and Women’s Participation Plan during the term of the contract as
a material breach of the contract.
22
ATTACHMENT A
Certificate of Minority and Women Business Enterprise Participation
The undersigned bidder/proposer certifies that it understands and agrees to actively solicit the
participation of Minority and Women Business Enterprises in all work to be performed
(including the purchasing of goods or equipment) under this contract, and to make a diligent
good faith effort to achieve the minority and women’s participation goals of the Authority.
The bidder/proposer further certifies that the attached Schedule A - “MBE/WBE Solicitation
Statement” details its efforts regarding the solicitation and utilization of Minorities and Women
Business in the work to be performed under this contract.
The bidder/proposer further certifies that it understands that prior to award of this contract a
written Minority and Women’s Participation Plan, using Attachment B - “MBE/WBE
Participation Plan,” must be submitted by bidder/proposer and approved by the Authority.
Failure of the bidder/proposer to comply with these conditions or failure to sign and submit this
Certificate and Schedule A with the bid/proposal is grounds for disqualification of the
bid/proposal.
Name of Bidder/Proposer
By (signed)
Title
Date
(Exhibit B) Schedule A to Attachment A
MBE/WBE SOLICITATION STATEMENT Failure to complete this form and submit it proposal shall be sufficient cause for rejection of proposal
NAME OF PROPOSER:
ADDRESS:
TELEPHONE:
CONTACT PERSON:
PROPOSAL PACKAGE/CONTRACT:
List Certified MBE/WBE Companies that you have solicited in reference to this contract.
Company Name
Certification Agency and Certification
Number
MB
E
WB
E
Contact Person Address Phone
Date Contacted Type of Supply
Contract Type of
Subcontract
Potential MBE/WBE Amount ($) by Mail
by Phone
Prepared by: Title: Phone:
IM 50449
(Exhibit B) Attachment B
CONTRACTOR MBE/WBE PARTICIPATION PLAN
PROJECT:
PROPOSAL PACKAGE/CONTRACT:
PRIME CONSULTANT:
PRIME CONTRACT AMOUNT*: $
* Changes to amount of prime contract require amendments to MBE/WBE Participation Plan
Form of Participation
MBE/WBE Company Name and Address
Certification Agency and
Number
Specific Description of
Work to be Provided
MB
E (√
)
WB
E (√
)
MBE/WBE Contract
Amount ($) Prime
(√) Sub (√)
Full Service Supplie
r (√)
Broker Supplie
r (√)
Eligible %
Amount
MBE Credit Amount ($)
WBE Credit Amount ($)
Total Amount ($) $ $ $
Total Percentage (%) % %
IM 50449
(Exhibit B) Attachment C
MONTHLY MBE/WBE UTILIZATION REPORT
PROJECT:
PROPOSAL PACKAGE/CONTRACT:
PRIME CONSULTANT:
AMOUNT OF PRIME CONTRACT COMPLETE TO DATE:
PRIME CONTRACT AMOUNT: ORIGINAL $ $
CHANGES* $ PERCENT OF PRIME CONTRACT COMPLETE TO DATE:
TOTAL $ %
* Changes to original contract amount require amendments to MBE/WBE Participation Plan
MBE/WBE Participation
Form of Participation Paid to Date ($) Contract Amount ($) Completed to Date
Percent (%) of Contract
Completed to Date
MBE/WBE Company Name with Certification
MB
E (
√)
WB
E (
√)
MBE/WBE Contract
Amount ($)
Pri
me (
√)
Su
b (
√)
Fu
ll S
erv
ice
Su
pp
lier
(√)
Bro
ker
Su
pp
lier
(√)
Elig
ible
Am
ou
nt
(%)
MBE WBE MBE WBE MBE WBE
Plan
Actual*
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
TOTALS** $ $ $ $ $ % %
* If actual is less than planned, provide an adequate explanation and detail good faith efforts to meet the plan. ** If more space is needed, use a second page and carry totals forward
Prepared by: Title: Information in this report is as of the above date:
Name of Proposer/Bidder:
Report for Payroll Period 20___:
ClassificationTotal
Minority
Total
Female
Total All
Employee % Minority % Female
Male Female Male Female Male Female Male Female Male Female
Executive/Sr. Officials & Managers
First/Mid Officials & Managers
Professionals
Technicians
Sales Workers
Administrative Support
Other:
Other:
Other:
Other:
Other:
Other:
TOTAL
ClassificationTotal
Minority
Total
Female
Total All
Employee % Minority % Female
Male Female Male Female Male Female Male Female Male Female
Executive/Sr. Officials & Managers
First/Mid Officials & Managers
Professionals
Technicians
Sales Workers
Administrative Support
Other:
Other:
Other:
Other:
Other:
Other:
TOTAL
Report dated _____________________ prepared by ____________________ on behalf of _______________________.
__________________________________________________
Signature
Completed form to be returned with response to RFP or submission of Bid. When completing the form, please add additional categories or strike categories as appropriate for your business.
As of 7/27/16 IM#60027
Native American or
Alaskan Native
Workforce Performing SEA or SA Audit
All EmployeesAsian or Pacific
Islander
Native American or
Alaskan NativeHispanicBlack (Non-Hispanic)
Diversity Information
Asian or Pacific
Islander
Total Workforce
All Employees Black (Non-Hispanic) Hispanic