46
SFMTA P-590 (8-16) i June 22, 2017 n:\ptc\as2017\1000392\01201312.docx REQUEST FOR PROPOSALS FOR AS-NEEDED CONSULTING SERVICES FOR ORACLE PRIMAVERA UNIFIER IMPLEMENTATION AND CONSTRUCTION MANAGEMENT BUSSINESS PROCESS ENHANCEMENTS SFMTA 2017-47 (CCO No.14-440) Date Issued: 22 June, 2017 Pre-Proposal Conference: 29 June 2017 Proposals Due: 10 July, 2017, 1 pm PT

Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) i June 22, 2017

n:\ptc\as2017\1000392\01201312.docx

REQUEST FOR PROPOSALS FOR

AS-NEEDED CONSULTING SERVICES FOR ORACLE PRIMAVERA UNIFIER IMPLEMENTATION AND CONSTRUCTION MANAGEMENT BUSSINESS

PROCESS ENHANCEMENTS

SFMTA 2017-47

(CCO No.14-440)

Date Issued: 22 June, 2017

Pre-Proposal Conference: 29 June 2017

Proposals Due: 10 July, 2017, 1 pm PT

Page 2: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) i June 22, 2017

n:\ptc\as2017\1000392\01201312.docx

SFMTA

Request for Proposals for As-Needed Consulting Services for Oracle Primavera Unifier Implementation and

Construction Management Business Process Enhancements

Page 3: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) i June 22, 2017

n:\ptc\as2017\1000392\01201312.docx

Table of Contents

Page

I. Introduction and Schedule .................................................................................................................... 1

A. General .............................................................................................................................................. 1

B. Schedule ............................................................................................................................................ 1

II. Scope of Services .................................................................................................................................. 3

A. General .............................................................................................................................................. 3

B. Task Order Process ........................................................................................................................... 8

III. Submission Requirements ............................................................................................................... 10

A. Time and Place for Submission of Proposals .................................................................................. 10

B. Proposal Format .............................................................................................................................. 10

C. Part 1 – Written Proposal ................................................................................................................ 10

1. Introduction and Executive Summary (Maximum 2 Pages) ....................................................... 11

2. Project Approach (Maximum 10 Pages) ..................................................................................... 11

3. Proposer Qualifications / References (Maximum 8 Pages) ........................................................ 11

4. Key Personnel Qualifications (Maximum 5 Pages) .................................................................... 12

D. Part 2 – Forms in RFP Appendix A ................................................................................................ 12

E. Part 3 – Rate Schedule .................................................................................................................... 12

IV. Evaluation and Selection Criteria ................................................................................................... 13

A. Selection Process ........................................................................................................................... 13

B. Minimum Qualifications ................................................................................................................. 13

C. Evaluation Criteria .......................................................................................................................... 14

1. Proposal (100 points) .................................................................................................................. 14

2. Oral Interviews (25 points) ......................................................................................................... 15

3. Total Evaluation Score ................................................................................................................ 15

V. Pre-Proposal Conference and Contract award .................................................................................... 17

A. Pre-Proposal Conference................................................................................................................. 17

B. Contract Award ............................................................................................................................... 17

VI. Terms and Conditions for Receipt of Proposals ............................................................................. 18

A. Errors and Omissions in RFP .......................................................................................................... 18

B. Requests for Clarification Regarding RFP ...................................................................................... 18

Page 4: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) i June 22, 2017

n:\ptc\as2017\1000392\01201312.docx

C. Addenda .......................................................................................................................................... 18

D. Term of Proposal ............................................................................................................................. 18

E. Revision of Proposal ....................................................................................................................... 19

F. Errors and Omissions in Proposal ................................................................................................... 19

G. Financial Responsibility .................................................................................................................. 19

H. Proposer’s Obligations under the Campaign Reform Ordinance .................................................... 19

I. Communications Prior to Contract Award ...................................................................................... 20

J. San Francisco Sunshine Ordinance ................................................................................................. 21

K. Public Access to Meetings and Records ......................................................................................... 21

L. Reservations of Rights by the City ................................................................................................. 22

M. No Waiver ....................................................................................................................................... 22

N. Local Business Enterprise Goals and Outreach .............................................................................. 22

1. LBE Subcontracting Participation Goals .................................................................................... 23

2. LBE Participation ........................................................................................................................ 23

3. CMD Forms to be Submitted with Proposal ............................................................................... 24

O. Employment Non-Discrimination and Economically Disadvantaged Workforce Hiring Provisions

24

1. General ........................................................................................................................................ 24

2. Nondiscrimination Provisions ..................................................................................................... 25

3. Non-Compliance with Chapter 12B Prior to Contract Award .................................................... 25

4. Complaints of Discrimination after Contract Award .................................................................. 26

5. Trainees – SFMTA Employment Training Program .................................................................. 26

VII. Contract Requirements .................................................................................................................... 28

A. Standard Contract Provisions .......................................................................................................... 28

B. Nondiscrimination in Contracts and Benefits ................................................................................. 28

C. Minimum Compensation Ordinance (MCO) .................................................................................. 28

D. Health Care Accountability Ordinance (HCAO) ............................................................................ 28

E. First Source Hiring Program (FSHP) .............................................................................................. 29

F. Conflicts of Interest ......................................................................................................................... 29

VIII. Protest Procedures ........................................................................................................................... 30

A. Protest of RFP Terms ...................................................................................................................... 30

Page 5: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) i June 22, 2017

n:\ptc\as2017\1000392\01201312.docx

B. Protest of Non-Responsiveness Determination ............................................................................... 30

C. Protest of Contract Award............................................................................................................... 30

D. Delivery of Protests ......................................................................................................................... 31

Appendices:

Appendix Content Page

A. CMD Attachment 2: Requirements for Architecture, Engineering,

and Professional Services Contracts, for contracts $50,000 and over

(separate document). Proposers must submit the following forms:

Form 2A CMD Contract Participation Form

Form 2B “Good Faith” Outreach Requirements Form

Form 3 CMD Non-discrimination Affidavit

Form 5 CMD Employment Form

Form 4 CMD Joint Venture Form*

*Provide only if submitting proposal as a joint venture

A-1

B. Standard Forms: Listing and Internet addresses of Forms related to

Taxpayer Identification Number and Certification, Business Tax

Declaration, and Chapters 12B and 12C, and 14B of the S.F.

Administrative Code

B-1

C. Sample Agreement for Professional Services (Form P-600) C-1

D. Attestation of Compliance on Communications Prior to Contract

Award

D-1

E. Certification Regarding Debarment, Suspension, and Other

Responsibility Matters

E-1

F. Certification Regarding Lobbying F-1

G. Rate Schedule G-1

Page 6: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 1 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

I. Introduction and Schedule

A. General

The San Francisco Municipal Transportation Agency (SFMTA) is pleased to issue this

request for proposals (RFP) for consulting services for Oracle Primavera Unifier

implementation and construction management (CM) business process enhancements, to be

provided on an as-needed basis (Services).

The SFMTA seeks a highly qualified firm to assist SFMTA in the development of a CM Plan,

implementation of a contract management system/platform using Oracle Primavera Unifier

(i.e., successor to Primavera CM), and development of CM best practices procedures. CM

best practices procedures shall improve the SFMTA’s opportunities in the areas of operational

and financial effectiveness and efficiency, while maintaining compliance with professional

and statutory requirements.

The SFMTA intends to award one contract to provide the Services described in this

RFP. If awarded, the contract will have an initial term of two years, which the SFMTA may

extend at its sole discretion for two additional terms of one year each.

Award of the contract does not guarantee work under the contract . Contractor will

provide the Services as needed, for discrete tasks on a task order basis, as described in

Section II.D.

For additional information regarding this RFP, the SFMTA encourages proposers to

attend the pre-proposal conference described in Section V.B.

B. Schedule

The tentative schedule for this RFP and selecting Contractor is shown below. The SFMTA

reserves the right to change this schedule at any time.

Phase Date

RFP is issued by the SFMTA: 22 June, 2017

Pre-proposal conference:

Location-One South Van Ness, Candlestick Conference

Rm. 6th Floor

Time 9:00 am PST

29 June, 2017

Deadline for submission of written requests for

clarification:

10 July, 2017

Proposal due date: 17 July, 2017, 1:00 pm PT

Page 7: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 2 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

* The SFMTA reserves the right to not conduct oral interviews and select Contractor

based on the written proposals only.

Page 8: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 3 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

II. Scope of Services

A. General

The SFMTA seeks to engage one Contractor to provide the Services described in this RFP. The Services will assist the SFMTA’s Capital Programs & Construction Division (CP&C) to manage effectively and efficiently the agency’s Capital Improvement Program now and in the future. In general, the Services include assisting CP&C to: develop a construction management plan; implement a contract management system or platform, using Oracle Primavera Unifier (the successor of Primavera CM); and develop (or update, if applicable) best-practice processes and procedures to improve operational and financial effectiveness and efficiency on CP&C construction projects, while maintaining compliance with professional and statutory requirements.

In performing the Services, Contractor will work collaboratively with CP&C’s construction managers, project managers, and other management and staff. Contractor will work collaboratively with these professioanls to verify Contractor’s findings, validate its recommendations for improved efficiencies and enhancements to CP&C’s business processes and procedures, receive comments on draft reports and other submittals, and prepare final recommendations that consider the SFMTA’s unique situation.

The specific scope of Services consists of assisting CP&C staff in the following five tasks:

1. Develop CP&C Construction Management (CM) Plan 2. Develop CP&C CM Business Processes 3. Develop CP&C CM Procedures 4. Develop CP&C CM Staffing Plan and Budget Allocation 5. Procure, Implement, and Administer UNIFIER Project Controls Licenses

Each task and its corresponding subtasks are described below. The actual Services, however, may include additional subtasks.

Task 1: CP&C - CM Plan

1. Assist CP&C to develop a CP&C CM Plan that defines the overall organizational structure and approach to managing CP&C construction projects, including the processes and policies for CP&C’s CM staff to utilize traditional design-bid –build and other, alternative project delivery methods such as construction manager/general contractor (CM/GC).

2. Assist CP&C to develop program-, project-, and facility-level guidelines that set forth the SFMTA’s requirements for various CM functions, including the rolesand responsibilities of SFMTA staff, other City staff, and other CM consultants.

Page 9: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 4 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

3. Establish general guidelines for a consistent CP&C CM approach to all CP&C construction projects.

The CM Plan must cover the following topics:

a. Summary of CM contracting strategy.

b. General organizational charts of program, facility, and project CM organizations showing typical SFMTA staff and CM consultants positions.

1. Roles and responsibilities of typical CM staff positions including responsibilities for alternative project delivery methods.

c. Roles and responsibilities of CM consultants.

d. Summary descriptions of general approach to all of the major CM functions and elements and its application to CP&C, including pre-construction functions.

e. Identification of software programs and their use in CM functions for management of information, as well as cost and schedule control of the construction phase of CP&C.

Deliverables for Task 1:

1. Draft CP&C CM Plan

2. Final CP&C CM Plan

Task 2: CP&C - CM Business Processes

Assist CP&C to develop or update, as applicable, and document the CM business processes, listed below. CP&C will use these CM business processes to establish, process, control, track, log, and store all contract and other documents for CP&C’s construction projects utilizing Primavera Unifier. CP&C plans to begin implementation of the Primavera Unifier software on a trial basis beginning in August 2017. CP&C’s CM team will assist Consultant in the development of CM business processes that will adapt to the Primavera Unifier platform.

The CP&C CM business processes include:

1. Project Set-up, Access Authority, and Help Desk Introduction

2. Submittals and Request for Information (RFI)

3. Request for Substitution (RFS)

4. Value Engineering Change Proposal (VECP)

5. Meeting Minutes and Daily Quality Assurance Inspection Reports

Page 10: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 5 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

6. Document Control & Management and Correspondence

7. Contract and Change Management

8. Drawing Control

9. Punch List and Non-compliance Notices (NCN)

10. Environmental Compliance Field Reporting

11. Applications for Payment

Deliverables for Task 2:

1. Draft CP&C CM Business Processes

2. Final CP&C CM Business Processes

Task 3: CP&C - CM Procedures

Assist CP&C to develop or update, as applicable, and document the CM business procedures, listed below. These CM business procedures will be used by personnel working on CP&C’s CM team. Every major CM activity must have a procedure, and each procedure must describe its implementation process, process controls, and desired results. These CM Procedures may be incorporated into the SFMTA’s resident engineer’s manual and in other procedures manuals.

The CP&C CM procedures to be developed or updated include:

General Construction Procedures

1. Preparation, Revision and Control of CP&C CM Procedures

2. Request for Information (RFI)

3. Value Engineering Change Proposal (VECP)

4. Submittals

5. Meeting Minutes

6. Project Document and Correspondence Control

7. Quality Assurance Daily Inspection Reports

8. Pre-Construction Conference

9. Non-Compliance Notices - Quality

10. Applications for Payment

11. Construction Quality Management

12. Safety Reporting Procedures

13. Construction Claims Management

Page 11: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 6 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

14. Drawing Control

15. Construction Schedule Management

16. Construction Change Management

17. City Furnished Materials and Equipment

18. Pre-Construction and Post-Construction Site Surveys

19. Dispute Review Advisor/Board (DRB)

20. Monthly Project Construction Progress Reports

21. Request for Substitution

22. System Shutdowns

23. CMIS Unifier Access and Help Requests Procedure

24. Formal Partnering

25. Emergency Response

26. Supplier Quality Surveillance (SQS) Plan and Surveillance Process

27. Public Outreach

28. Weekly Project Construction Reports

29. Project History /Lessons Learned

30. Dispute Resolution Advisor (DRA)

31. Contract Closeout

32. Record Documents Maintenance and Submittal

33. Risk Management Plan Preparation

34. Certified Payroll Reports

35. Administration of Force Accounts (T&M)

36. Daily Inspection Reports

37. Site Security

38. System Testing and Start-Up

39. Project Labor Agreement

40. Informal Partnering

Environmental Procedures

1. Environmental Requirements Table

Page 12: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 7 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

2. Environmental Inspection and Specialty Environmental Monitoring

3. Environmental Non-Compliance Notice

4. Environmental Minor Project Deviation (MPD)

5. Monthly Environmental Compliance Report

6. Environmental Quarterly Compliance Reporting Table

7. Daily Monitoring Log - Environmental

8. Environmental Daily Inspection Reports

Processing Procedures

1. Manual Timesheets and Invoice Processing

2. New and Revised Task Orders Processing

3. CM Services Monitoring and Reporting

4. CM Project Quarterly Review Meeting

Deliverables for Subtask 3:

1. Draft CP&C CM Procedures

2. Final CP&C CM Procedures

Task 4: CP&C - CM Staffing Plan and Budget Allocation

Assist CP&C to develop a CM staffing plan that defines the overall organizational structure, staffing approach, and budget allocations to manage CM staff during the construction phases for CP&C projects.

Deliverables for Task 4:

1. CP&C Construction Management Staffing Plan Spreadsheet – fully functional

2. CP&C Construction Management Staffing Plan Spreadsheet Updates – As-needed

Task 5: UNIFIER Procurement, Implementation, and Administration

Assist CP&C to procure the initial 40 software licenses for Oracle’s Primavera Unifier Project Controls and any associated licenses for viewing P6 XER files and DWG files (e.g. Primavera Oracle AutoVue 2D Support licenses and Autocad TrueView). Contractor may need to implement and administer additional licenses procured separately by SFMTA.

Specific assistance includes:

1. Prepare implementation plan for Unifier rollout in support of CP&C construction phase activities.

2. Install and configure Unifier Project Controls beginning with Accelerator Program to replicate out-of-the-box CM processes with minor changes and

Page 13: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 8 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

prepare and import data tables comprising information relating to existing project staffing and project lists.

3. Prepare customized reporting templets for new business processes;

4. Customize reports to meet the objectives of CP&C CM business processes.

5. Assist the CMIS administrator to develop Unifier workflows for all required CP&C CM business processes.

6. Assist CP&C to adapt its CM business processes to the Unifier software platform with the use of Business Intelligence (BI) Publisher software.

7. Assist CP&C to develop Unifier training manuals and materials, and provide Unifier training to CM staff, consultants, and contractors. The number of staff to be trained has not been determined, but will include approximately 100-200 persons in multiple sessions as needed (estimated to be approximately 5 to 10 sessions) on a training schedule acceptable to SFMTA.

8. Respond to “Help Desk” queries and respond to users regarding Unifier software issues.

9. Run periodic reports to monitor, track, and manage Unifier “high alerts”, daily reports, monthly cost status, outstanding items, issues, and trends as required by CP&C Construction.

10. Create, add, and/or modify Unifier user accounts and settings.

11. Maintain a log and database of Unifier user information and project cost account settings.

12. Document and log solutions to problems encountered while using Unifier and create “How To” documents for future training purposes.

13. Assist CP&C teams with quality control and forensic analysis on project and program fiscal data.

14. Assist CP&C teams in the monitoring execution and integration of UNIFIER with other bureaus databases to ensure consistent data across systems such as P6, BIM, etc.

B. Task Order Process

Following execution of the contract, the SFMTA will issue task orders on an as-needed

basis for discrete tasks as follows:

1. Task Order (TO) Request. The SFMTA provides Contractor a TO Request that

includes the following: the scope of Services, including specific deliverables; the

deadline to respond to the TO Request; and the expected timeline (including key

milestones) to complete the task.

Page 14: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 9 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

2. Contractor Request for Information. Upon receiving and reviewing a TO Request,

Contractor requests in writing from SFMTA any information or data it requires to

perform the applicable task.

3. Contractor Proposal. Upon receiving any information or data it requests from

SFMTA, Contractor submits to SFMTA by the established deadline a proposal to

perform the applicable task. Proposals must include, at a minimum, the following

information:

a. Work plan, by subtask, including Contractor’s approach to completing the task;

b. Schedule, by subtask, including key milestones and deliverables;

c. All personnel, including Subcontractors, assigned to each subtask;

d. Cost estimate for each task and subtask showing:

i. Estimated hours, by position or classification, for all personnel included in

the proposal, except that labor rates shall not include: costs to prepare

monthly invoices, including required LBE forms, which will be

compensable as overhead; Subcontractors’ labor for program or project

management, which shall be not-compensable because prime Contractor

must oversee all work performed by Subcontractors; and overtime labor

hours, which will be compensable only with prior written approval from the

SFMTA; and

ii. Contractor’s and Subcontractors’ fully burdened hourly labor rates, which

shall be extracted from the Rate Schedule in Appendix G.

e. Estimated reasonable reimbursable out-of-pocket expenses.

4. Negotiation of Cost and Profit. The SFMTA reviews Contractor’s proposal and

negotiates for the applicable task order a lump sum, not-to-exceed cost (including profit)

for the entire task, or specific deliverables or subtasks.

5. Notice to Proceed. Upon the SFMTA’s approval of the negotiated task order, the

SFMTA will notify Contractor in writing by issuing a notice to proceed to perform the

Services under the task order.

Page 15: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 10 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

III. Submission Requirements

A. Time and Place for Submission of Proposals

Proposals must be received by 1:00 pm PT on 10 July 17, 2017. Proposers must submit

their proposals in an electronic format, either by email to [email protected], or on a

USB drive to:

Geoffrey Diggs

SFMTA Contracts & Procurement

One South Van Ness Ave., 6th Floor

San Francisco, CA 94103-5417

B. Proposal Format

Proposers shall ensure that all electronic documents are legible and may be easily viewed

on a computer monitor, laptop, or electronic tablet. Use 11-point font or larger for all text.

All electronic files must include scanned portable document file (PDF) copies of all

documents that require signature. Signatures must be made by an official from a firm on

proposer’s team who is authorized to submit the proposal on behalf of the proposer team.

Proposals shall be submitted in three separate electronic files, as listed below. Each such

electronic file shall be clearly marked “SFMTA-2017-47” and, as applicable, “Part 1,” “Part 2,”

or “Part 3.”

Part 1 – One electronic copy of the entire written proposal (see Section III.C for content

and organization requirements for written proposals), including completed and signed

forms provided in Appendices D, E and F. (Submit the forms in Appendices A and G as

separate files, as stated below.)

Part 2 – One electronic copy of the completed and signed forms provided in

Appendix A forms (see Section VI.O and Appendix A) as a separate file on your

electronic media submission.

Part 3 – One electronic copy of the completed Appendix G (Fee or Cost Proposal

Form) as a separate file on the electronic media submission.

The required contents of Part 1, Part 2, and Part 3 are described in detail in Sections III.C,

III.D, and III.E, respectively; firms interested in responding to this RFP must submit proposals

that include these required contents in the order specified therein.

C. Part 1 – Written Proposal

Written proposals must include a table of contents showing the applicable section headings

and sub-headings, section numbering, and page numbers. Written proposals shall not exceed

25 total pages.

Page 16: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 11 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

1. Introduction and Executive Summary (Maximum 2 Pages)

Submit a letter of introduction with an executive summary of the proposal. The letter

of introduction must confirm that proposer is willing and able to perform the Services described

in the RFP, and must be signed by an authorized representative of the proposer. The authorized

representative must have authority to obligate your proposer team to perform the commitments

made in the proposal.

2. Project Approach (Maximum 10 Pages)

Describe the Services proposer will provide to the SFMTA. Include the following

information:

a. Scope of Services – Overall scope of Services by task and sub-task;

b. Interdependency – Interdependencies among the tasks, deliverables, and timelines

necessary for successful performance of the Services; and

c. Work Assignment – Assignment of work (i.e., to various firms and personnel)

within the proposer’s team.

3. Proposer Qualifications / References (Maximum 8 Pages)

Provide the following information about the background and qualifications of

proposer’s team:

a. Proposer Contact – Name, address, telephone number, and email address of

proposer’s contact person;

b. Proposer Team – Brief descriptions of proposer’s lead firm(s) (including a

description of any relevant joint venture or partnership agreement, if applicable)

and other team members (e.g., subcontractors) identified in the proposal; and

c. Relevant Experience – Relevant experience on no more than four projects or

service contracts for which proposer performed services similar in scope to the

Services described in this RFP. For each project or service contract provide the

following:

i. Name of project or service contract;

ii. Detailed description of project or service contract, including scope of services

performed; for each project or service contract expressly state the following:

a. Whether proposer installed Unifer and, if so, the version number

(e.g., version 15);

b. Whether proposer configured and installed Oracle Process Accelerator

for engineering and construction processes;

c. Whether proposer trained owner’s construction management staff in

use of Unifier;

Page 17: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 12 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

d. Whether proposer has relevant Unifier certification from Oracle; and

e. Whether proposer phased the rollout of Unifier following installation

and, if so, whether the rollout addressed clients existing and future

projects.

iii. Name, address, telephone number, and email address of client organization

and client contact or reference;

iv. List of proposer’s team members (e.g., firms, individuals) that worked on the

project or service contract;

v. Proposer’s (or team member’s) initial and final budgets (in $US);

vi. Proposer’s (or team member’s) initial and final schedule (in calendar days);.

Limit project descriptions to one page(s) for each project. If joint contractors

or subcontractors are proposed, provide the past project information and

references for each of them.

4. Key Personnel Qualifications (Maximum 5 Pages)

Provide the following:

a. List of all key personnel, including the project manager, on proposer team;

b. A description of the role each key personnel will play in the project;

c. A description of the relevant professional experience and qualifications of each

key personnel, including brief résumés if necessary; and

d. A written assurance from proposer’s lead firm that the key personnel listed and

identified will perform the role(s) indicated in the proposal if proposer is awarded

a contract under this procurement. This written assurance shall affirm that key

personnel will not be substituted or reassigned to another project without the

SFMTA’s prior approval.

D. Part 2 – Forms in RFP Appendix A

Provide completed and signed forms in RFP Appendix A, CMD Attachment 2:

Requirements for Architecture, Engineering and Professional Services Contracts, to document

compliance with the LBE requirements described in Section VI.O of this RFP.

E. Part 3 – Rate Schedule

Proposals shall include a Rate Schedule similar to the form provided in Appendix G of this

RFP. The Rate Schedule will be used for cost proposals following the selection of successful

proposer.

The SFMTA intends to award this contract to the proposer that the SFMTA determines will

provide the best overall program services to the SFMTA. The SFMTA reserves the right to

accept other than the lowest-priced proposal.

Page 18: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 13 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

IV. Evaluation and Selection Criteria

A. Selection Process

A selection committee comprised of members with expertise in construction management

will evaluate proposals. The contractor selection process will consist of three steps as follows:

1. Evaluation of Proposals – The selection committee will evaluate and score each

proposal based on the criteria described in Section IV.B (Evaluation Criteria).

2. Oral Interviews – Following the evaluation and scoring of the proposals, the SFMTA

may invite all proposers that have a statistical chance of being awarded the contract

(based on proposal scores and total points possible the oral interviews) to an oral

interview that will be conducted by the selection committee. Proposer teams invited

for oral interviews will appear (in no particular order) before the selection committee

and present the various elements of their respective proposals. Presentations made at

the oral interviews must be made by the key personnel who will be assigned to the

contract if awarded. These key personnel must actively participate during the oral

interviews. Oral interviews may consist of standard questions directed to the

proposer team as a whole, as well as questions directed to specific members of the

team. Proposer teams invited for oral interviews may be required to furnish additional

information prior to or at the interview.

3. Tabulation of final evaluation scores. The selection committee will tabulate the

scores of the proposals and the oral interviews. The SFMTA will issue a letter of

intent to award to proposer team with the highest combined scores for the proposal

and oral interview. The SFMTA, however, also reserves the right to refrain from

extending a letter of intent to award to any proposer team.

B. Minimum Qualifications

Proposer will be evaluated on a pass/fail basis against the minimum qualifications criteria

listed below. Any Proposal that does not demonstrate that the proposer team meets these

minimum qualifications by the proposal due date may be deemed non-responsive and ineligible

for award of the contract(s).

1. Four prior installations of Unifier version 15 or higher and the Oracle accelerator for

engineering and construction, including and the configuration of the software.

2. Experience in training of construction management staff in Unifier on at least one

project or service contract. Relevant certification from Oracle is preferred.

3. Experience in phasing of the rollout of Unifier following the installation to address a

project portfolio of both existing and future projects.

Page 19: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 14 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

C. Evaluation Criteria

The selection committee will evaluate and, as applicable, score proposers against the

evaluation criteria described in this section IV.C only if their proposals are responsive to the RFP

requirements, satisfy the minimum qualifications set forth in Section IV.B and comply with the

City’s contracting requirements, as determined by the SFMTA

1. Proposal (100 points)

a. Project Approach (20 points) – The Project Approach section of the written

proposal will be evaluated and scored using the following evaluation criteria:

i. Scope of Services – The extent to which proposer demonstrates a clear and

thorough understanding of scope of Services to be performed, including the

tasks and sub-tasks and typical timeline associated with each of the activities.

ii. Interdependency – Clear understanding of tasks, recognizing

interdependencies of the tasks, deliverables and timelines necessary for a

successful completion of the project.

iii. Work Assignment – Ability of the contractor’s proposed team to efficiently

perform the tasks outlined in RFP. Ability of the sub-consultants to perform

independently for all assigned tasks.

b. Key Personnel (35 points) -- The Key Personnel section of the written proposal

will be evaluated and scored using the following evaluation criteria:

i. The extent to which the key personnel cover the scope of Services (e.g., tasks

and sub-takes) described in this RFP, as determined by the proposed roles,

experience, and qualifications of the key personnel.

ii. Staff availability, accessibility, knowledge and relevant experience to their

assigned roles.

c. Experience of Project Team (Lead Firm and Subcontractors) (45 points) –

The Proposer Qualifications / References section of the written proposal will be

evaluated and scored using the following evaluation criteria:

i. Proposer’s expertise in the subject areas necessary to complete the Services

described in this RFP, as determined by the projects or service contracts

referenced and the similarity of their scopes of services to the scope of

Services described in the RFP.

ii. The extent to which proposer’s team members (e.g., firms, individuals)

worked on the projects or service contracts referenced.

iii. The extent to which proposer and team members adhered to budget and

schedule constraints on the projects or service contracts referenced.

d. Forms in RFP Appendix A (pass/fail) – The forms provided in Appendix A will

be evaluated on a pass/fail basis for responsiveness to the instructions on the forms.

Page 20: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 15 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

e. Rate Schedule (pass/fail) – The SFMTA intends to award this contract (if at all)

to the proposer it considers will provide the best value to the SFMTA, which is the

proposal that provides the most comprehensive program services with a reasonable

hourly rate. In reviewing proposer’s Rate Schedule, the SFMTA will consider

whether:

i. The proposed fully burdened hourly rates are within a reasonable range for

this type of work;

ii. The overhead rates are within reasonable range for this type of work.

2. Oral Interviews (25 points)

Each member of the selection committee will separately evaluate and score each

proposer’s oral interview and presentation. Oral interviews will be scored on the basis of each

firm’s preparation, professionalism, understanding of the scope of Services, the quality of its

presentation, and the quality of its responses to any interview questions.

Individual evaluation scores from all selection committee members will be added

together and then divided by the number of selection committee members to obtain an average

interview evaluation score per proposer (oral interview score).

The SFMTA reserves the right not to hold oral interviews and select a proposal

based only on the proposal score.

3. Total Evaluation Score

The maximum total evaluation score possible for each proposer is 125 points, broken

down as shown below.

ELEMENT: MAXIMUM

POINTS

PROPOSAL

a) Project Approach 20

b) Key Personnel 35

c) Experience of Proposer Team 45

PROPOSAL SCORE 100

ORAL INTERVIEW SCORE (if applicable) 25

TOTAL EVALUATION SCORE 125

Page 21: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 16 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

For each proposer, as applicable, the SFMTA will add the proposal score to the oral

interview score. The proposer with the highest total evaluation score will be eligible for selection

and contract award. If SFMTA elects not to have oral interviews, the proposer with the highest

proposal score will be eligible for selection and contract award.

Page 22: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 17 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

V. Pre-Proposal Conference and Contract award

A. Pre-Proposal Conference

The SFMTA encourages proposers to attend a pre-proposal conference on June 29, 2017, at

9:00 am PT, to be held at Sixth Floor, Candlestick Conference Room, One South Van Ness, San

Francisco, CA. 94103. The SFMTA will address proposers’ questions and will provide any new

or additional information concerning this RFP or selection process at the pre-proposal

conference. If a proposer has further questions regarding the RFP, the proposer should submit

these in writing to the SFMTA representative designated in Section VI.B.

B. Contract Award

The SFMTA will evaluate and rank proposers as described herein, and intends to invite the

proposer with the highest total evaluation score to commence contract negotiations. The

SFMTA’s ranking of any proposer or invitation to any proposer to commence contract

negotiations shall not imply acceptance by the SFMTA of all terms of the corresponding

proposal, which shall be subject to further negotiations and approvals before the SFMTA may be

legally bound thereby. If the SFMTA and any proposer do not negotiate a mutually satisfactory

contract within a reasonable time, as determined by the SFMTA, the SFMTA, in its sole

discretion, may terminate negotiations with that proposer and begin contract negotiations with

the next highest-ranked proposer based on its total evaluation score.

Page 23: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 18 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

VI. Terms and Conditions for Receipt of Proposals

A. Errors and Omissions in RFP

Proposers are responsible for reviewing all parts of this RFP and complying with all

proposal submission requirements. Proposers must promptly send the SFMTA a written request

for clarification if proposers discover any ambiguity, discrepancy, omission, or other error in the

RFP. Proposers shall send such requests for clarification promptly after discovery, but in no

event later than five working days prior to the proposal due date. The SFMTA will issue

modifications and clarifications to the RFP as addenda as provided below.

B. Requests for Clarification Regarding RFP

All requests for clarifications and other communications regarding the RFP must be

directed in writing to:

[email protected]

Please include “SFMTA 2017-17 Construction Audit and Project Consulting” in the subject

line of your email. It is the responsibility of the proposer to ensure that the transmission was sent

properly and received.

The SFMTA will determine in its sole discretion whether responses are necessary. If

responses are determined to be necessary and can be sent out in a timely manner, the SFMTA

will send responses in writing, along with the questions received, to all proposers. Absent further

written responses or instructions (addenda) from the SFMTA, proposers shall proceed with the

RFP and any addenda already issued. Proposers shall not rely upon verbal communications with

SFMTA’s contact person as an official response or direction from the SFMTA.

C. Addenda

The SFMTA may modify the RFP, prior to the proposal due date, by issuing addenda,

which will be posted on the Office of Contract Administration’s (OCA) Bids & Contracts Listing

website. Proposer is responsible for ensuring that its proposal reflects any and all addenda issued

by the SFMTA prior to the proposal due date, regardless of when the proposal is submitted.

Therefore, the SFMTA recommends that proposer consult the OCA Bids & Contracts Listing

website frequently, including shortly before the proposal due date, to confirm that the proposer is

aware of and its proposal is responsive to all addenda.

D. Term of Proposal

By submitting a proposal, proposer warrants that its proposal, including the quoted pricing

(i.e., Rate Schedule) and availability of personnel proposed to perform the Services described are

valid for 120 calendar days from the proposal due date, and that the quoted pricing is genuine

and not the result of collusion or any other anti-competitive activity.

Page 24: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 19 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

E. Revision of Proposal

Proposer may revise its proposal at any time before the proposal due date. Proposer must

submit any revised proposal in the same manner as the original. Revised proposal must be

received on or before the proposal due date.

In no case will a statement of intent to submit a revised proposal, or commencement of a

revision process, extend the proposal due date for any proposer.

At any time during the proposal evaluation process, the SFMTA may require a proposer to

provide oral or written clarification of its proposal. The SFMTA reserves the right to make an

award without requesting such further clarification.

F. Errors and Omissions in Proposal

Failure by the SFMTA to object to an error, omission, or deviation in a proposal will in no

way modify the RFP or excuse the selected proposer from full compliance with the RFP or any

contract awarded pursuant to the RFP.

G. Financial Responsibility

The SFMTA shall have no financial responsibility for any costs incurred by a proposer or

any of its member firms or individuals in responding to this RFP. Proposals are the property of

the SFMTA and may be used by the SFMTA in any way it deems appropriate.

H. Proposer’s Obligations under the Campaign Reform Ordinance

Proposers must comply with Section 1.126 of the S.F. Campaign and Governmental

Conduct Code, which states:

No person who contracts with the City and County of San Francisco for the

rendition of personal services, for the furnishing of any material, supplies or

equipment to the City, or for selling any land or building to the City, whenever such

transaction would require approval by a City elective officer, or the board on which

that City elective officer serves, shall make any contribution to such an officer, or

candidates for such an office, or committee controlled by such officer or candidate at

any time between commencement of negotiations and the later of either (1) the

termination of negotiations for such contract, or (2) three months have elapsed from

the date the contract is approved by the City elective officer or the board on which

that City elective officer serves.

If a proposer is negotiating for a contract that must be approved by an elected local officer

or the board on which that officer serves, during the negotiation period the Proposer is prohibited

from making contributions to:

the officer’s re-election campaign

Page 25: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 20 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

a candidate for that officer’s office

a committee controlled by the officer or candidate.

The negotiation period begins with the first point of contact, either by telephone, in person,

or in writing, when a contractor approaches any city officer or employee about a particular

contract, or a city officer or employee initiates communication with a potential contractor about a

contract. The negotiation period ends when a contract is awarded or not awarded to the

contractor. Examples of initial contacts include: (1) a vendor contacts a city officer or employee

to promote himself or herself as a candidate for a contract; and (2) a city officer or employee

contacts a contractor to propose that the contractor apply for a contract. Inquiries for information

about a particular contract, requests for documents relating to a request for proposal, and requests

to be placed on a mailing list do not constitute negotiations.

Violation of Section 1.126 may result in the following criminal, civil, or administrative

penalties:

1. Criminal. Any person who knowingly or willfully violates Section 1.126 is subject to

a fine of up to $5,000 and a jail term of not more than six months, or both.

2. Civil. Any person who intentionally or negligently violates Section 1.126 may be

held liable in a civil action brought by the civil prosecutor for an amount up to

$5,000.

3. Administrative. Any person who intentionally or negligently violates Section 1.126

may be held liable in an administrative proceeding before the Ethics Commission

held pursuant to the Charter for an amount up to $5,000 for each violation.

For further information, Proposers shall contact the San Francisco Ethics Commission at

(415) 581-2300.

I. Communications Prior to Contract Award

It is the policy of the SFMTA that proposers and potential proposers may not contact any

SFMTA staff regarding this RFP, except for staff identified in the RFP as contacts for this

competitive procurement. Only such SFMTA contacts are authorized to respond to comments or

inquiries from proposers or potential proposers. This prohibition extends from the date the RFP

is issued until the date when the contractor selection is finally approved by the SFMTA Board of

Directors and, if applicable, by the San Francisco Board of Supervisors.

This prohibition does not apply to communications with SFMTA staff members regarding

normal City business not regarding or related to this RFP. Any written communications sent to

one or more members of the SFMTA Board of Directors concerning a pending contract

solicitation shall be distributed by the SFMTA to all members of the SFMTA Board of Directors

and the designated staff contact person(s) identified in the RFP.

Except as expressly authorized in the RFP, where any person representing a proposer or

potential proposer contacts any SFMTA staff for the purpose of influencing the content of the

Page 26: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 21 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

competitive solicitation or the award of the contract between the date when the RFP is issued and

the date when the final selection is approved by the SFMTA Board of Directors, and, if

applicable, by the San Francisco Board of Supervisors, the proposer or potential proposer shall

be disqualified from the selection process. However, a person who represents a proposer or

potential proposer may contact City elected officials and may contact the Director of

Transportation of the SFMTA if s/he is unable to reach the designated staff contact person(s)

identified in the RFP or wishes to raise concerns about the competitive solicitation.

Additionally, the firms and subcontractor(s) responding to this RFP are prohibited from

providing any gifts, meals, transportation, materials or supplies or any items of value or

donations to or on behalf of any SFMTA staff member from the date the RFP is issued to the

date when the contract award is approved by the SFMTA Board of Directors and, if applicable,

by the San Francisco Board of Supervisors.

All lobbyists or any agents representing the interests of a proposer (including prime

contractors and subcontractor(s)) are also subject to these prohibitions.

Proposer must submit with its proposal an executed Attestation of Compliance (see

Appendix D) certifying compliance with the requirements set forth in this section of the RFP.

The Attestation of Compliance must be signed by all firms and subcontractor(s) named in the

proposal. Any proposal that does not include the executed Attestation of Compliance, as required

by this section, may be deemed non-responsive and ineligible for evaluation and award. Any

Proposer who violates the representations made in the Attestation of Compliance, either directly

or through an agent, lobbyist, or subcontractor, may be disqualified from the selection process.

J. San Francisco Sunshine Ordinance

In accordance with S.F. Administrative Code Section 67.24(e), proposals and all other

documents submitted with proposals, and records of communications between the City and

persons or firms seeking contracts shall be open to inspection immediately after a contract has

been awarded. Nothing in this provision requires the disclosure of a private person’s or

organization’s net worth or other proprietary financial data submitted for qualification for a

contract or other benefits until and unless that person or organization is awarded the contract or

benefit. Information that a Proposer provides that is covered by this section will be made

available to the public upon request.

K. Public Access to Meetings and Records

If a proposer receives a cumulative total per year of at least $250,000 in City funds or City-

administered funds and is a non-profit organization as defined in Chapter 12L of the S.F.

Administrative Code, the proposer must comply with Chapter 12L. The proposer must include in

its proposal: (1) a statement describing its efforts to comply with the Chapter 12L provisions

regarding public access to proposer’s meetings and records; and (2) a summary of all complaints

concerning the proposer’s compliance with Chapter 12L that were filed with the City in the last

two years and deemed by the City to be substantiated. The summary shall also describe the

Page 27: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 22 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

disposition of each complaint. If no such complaints were filed, the proposer shall include a

statement so stating. Failure to comply with the reporting requirements of Chapter 12L or

material misrepresentation in proposer’s Chapter 12L submissions shall be grounds for rejection

of the proposal and/or termination of any subsequent agreement reached or contract executed on

the basis of the proposal.

L. Reservations of Rights by the City

The issuance of this RFP does not constitute an agreement by the City that any contract

will be awarded by the City or the SFMTA. The City and the SFMTA expressly reserves the

right at any time to:

1. Cancel this RFP or this procurement at any time without liability, Waive or correct any

defect or informality in any response, proposal, or selection process;

2. Reject any proposal or all proposals;

3. Accept any proposal in whole or in part;

4. Issue another RFP;

5. Prior to the proposal due date, modify all or any portion of the selection procedures,

including deadlines for accepting responses, the specifications or requirements for any

materials, equipment, or services to be provided under this RFP, or the requirements for

contents or format of the proposals;

6. Procure any materials, equipment or services specified in this RFP by any other means;

or

7. Determine that no project or contract will be pursued.

In submitting a proposal, a proposer acknowledges and agrees that neither the City nor the

SFMTA shall not be liable for any costs or other damages incurred by proposer if the City or the

SFMTA determines not to award a contract, rejects any or all proposals, or exercises any of the

reserved rights described herein.

M. No Waiver

No waiver by the SFMTA of any provision of this RFP shall be implied from any failure by

the SFMTA to recognize or take action on account of any failure by a proposer to observe any

provision of this RFP.

N. Local Business Enterprise Goals and Outreach

The requirements of the Local Business Enterprise and Non-Discrimination in Contracting

Ordinance set forth in Chapter 14B of the San Francisco Administrative Code as it now exists or

as it may be amended in the future (collectively the “LBE Ordinance”) shall apply to this RFP.

Page 28: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 23 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

1. LBE Subcontracting Participation Goals

The LBE subcontracting participation goal for a contract awarded under this

procurement is 30% of the total labor value of the services to be provided. The LBE

subcontracting goal shall also apply to any labor value of any additional services authorized after

issuance of notice to proceed under any task order. Proposers are advised that they may not

discriminate in the selection of subcontractors on the basis of race, gender, or other basis

prohibited by law, and that they shall undertake all required good faith outreach steps in such a

manner as to ensure that neither Minority Business Enterprises (MBEs), Woman Business

Enterprises (WBEs) and Other Business Enterprises (OBEs) are unfairly or arbitrarily excluded

from the required outreach.

Each proposer shall demonstrate, in its proposal, that it either: 1) qualifies for the

good faith efforts exception set forth in Section 14B.8(B), by demonstrating that it exceeds the

established LBE subcontracting participation goal by 35 percent or more, or 2) meets the

established LBE subcontracting participation goal AND used good-faith outreach to select LBE

subcontractors as set forth in S.F. Administrative Code Chapter 14B Section 14B.8 and 14B.9.

For each LBE identified as a subcontractor, the proposal must specify the value of the participation as a

percentage of the total value of the contract (that is, the total value of the goods and/or services to be

procured, the type of work to be performed), and such other information as may reasonably be required

to determine the responsiveness of the proposal. LBEs identified as subcontractors must be certified

with the San Francisco Human Rights Commission as Small or Micro-LBEs at the time the Proposal is

submitted, and must be contacted by the proposer (prime contractor) prior to listing them as

subcontractors in the proposal. If a proposer does not demonstrate in its proposal that it exceeds the

established LBE subcontracting participation goal by at least 35percent, such Proposer must meet the

established LBE subcontracting participation goal AND demonstrate adequate good faith efforts to

meet the LBE subcontracting participation goal. Any Proposal that does not meet the requirements

of this section will be deemed non-responsive.

Proposals that do not comply with the material requirements of S.F.

Administrative Code Section 14B.8 and 14B.9, CMD Attachment 2 and this RFP will be

deemed non-responsive and will be rejected. During the term of any contract awarded under

this procurement, any failure to comply with the level of LBE subcontractor participation

specified in the contract shall be deemed a material breach of contract. Subcontracting goals can

only be met with CMD-certified Small and/or Micro-LBEs located in San Francisco.

2. LBE Participation

The City strongly encourages proposals from qualified LBEs. Pursuant to

Chapter 14B, the “rating discounts” listed below will apply to proposers who are certified by

CMD as an LBE, including joint ventures where the joint venture partners include one or more

certified LBEs with levels of participation identified below. Certification applications may be

obtained by calling CMD at (415) 581-2319. The rating discounts applt at each phase of the

selection process. The application of the rating discounts is as follows:

Page 29: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 24 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

a. A 10 percent discount to any proposal submitted by a Small or Micro- LBE; or a

joint venture among Small and/or Micro-LBE proposers; or

b. A 5 percent discount for each JV which includes at least 35 percent (but less than

40 percent) participation by Small and/or Micro-LBE prime proposers; or

c. A 7.5 percent discount for each JV that includes 40 percent or more in

participation by Small and/or Micro-LBE prime proposers; or

d. A 10 percent discount for certified LBE non-profit agencies; or

e. A 2 percent discount to any proposal from an SBA-LBE, except that the 2 percent

discount shall not be applied at any stage if it would adversely affect a Small or

Micro-LBE proposer or a JV with LBE participation.

As applied to this procurement, the rating discount (if any) for any proposer will be a

percentage bonus applied to the proposer’s total evaluation score based on the level of LBE

participation, as set forth above

If applying for a rating discount as a joint venture: The LBE must be an active partner

in the joint venture and perform work, manage the job and take financial risks in proportion to

the required level of participation stated in the proposal, and must be responsible for a clearly

defined portion of the work to be performed and share in the ownership, control, management

responsibilities, risks, and profits of the joint venture. The portion of the LBE joint venture’s

work shall be set forth in detail separately from the work to be performed by the non-LBE joint

venture partner. The LBE joint venture’s portion of the contract must be assigned a

commercially useful function.

3. CMD Forms to be Submitted with Proposal

a. A Proposal must include the following Contract Monitoring Division (CMD)

Forms contained in the CMD Attachment 2: 1) CMD Contract Participation Form, 2) “Good

Faith Outreach” Requirements Form, 3) CMD Non-Discrimination Affidavit, 4) CMD Joint

Venture Form (if applicable), and 5) CMD Employment Form. If these forms are not submitted

with the Proposal, the Proposal may be determined to be non-responsive and rejected.

b. A Proposer must submit one electronic copy of the above forms with its

Proposal as a separate electronic file on the media that contains the Proposal (see Section III.A).

If you have any questions concerning the CMD Forms, you may call Lome Aseron,

SFMTA Contract Compliance Office at 415.701.5332

O. Employment Non-Discrimination and Economically Disadvantaged Workforce Hiring Provisions

1. General

As a material condition of contract award, proposer and its subcontractors agree to

comply with the nondiscrimination in employment provisions required by Chapter 12B of the

Page 30: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 25 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

San Francisco Administrative Code (Chapter 12B) and the hiring of economically disadvantaged

persons, as required by the City’s First Source Hiring Program, Chapter 83 of the San Francisco

Administrative Code.

2. Nondiscrimination Provisions

As a material condition of the contract, the selected proposer represents and agrees

that:

a. It does and will not, during the term of the contract or any contract amendment,

discriminate in the provision of benefits between its employees with spouses and employees with

domestic partners.

b. The selected proposer and its subcontractors on this contract will not

discriminate against any employee or applicant for employment because of race, color, religion,

ancestry, national origin, age, sex, sexual orientation, gender identity, domestic partner status,

marital status, disability or AIDS/HIV status, weight, height, or association with members of

classes protected under this chapter or in retaliation for opposition to any practices forbidden

under this chapter. Discrimination on the basis of sex includes sexual harassment as defined in

Section 16.9-25(b) of the San Francisco Administrative Code. The consultant, contractor, or

subconsultant/subcontractor will take action to ensure that applicants are employed, and that

employees are treated equally during employment, without regard to the fact or perception of

their race, color, creed, religion, ancestry, national origin, age, sex, sexual orientation, gender

identity, domestic partner status, marital status, disability, weight, height, or AIDS/HIV status.

Such action shall include, but not be limited to, the following: employment, upgrading,

demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rate of pay or

other forms of compensation; and selection for training, including apprenticeship.

3. Non-Compliance with Chapter 12B Prior to Contract Award

As a material condition for award of the contract, the selected proposer and its

subcontractors must be in compliance with the nondiscrimination provisions of Chapter 12B, on

all existing City contracts prior to award of this contract. The SFMTA shall have the authority to

review the selected proposer’s and subcontractors’ prior performance to ensure compliance with

the nondiscrimination provisions of Chapter 12B.

If the SFMTA determines that there is cause to believe that any contractor or

subcontractor is not in compliance with the nondiscrimination provisions of Chapter 12B, the

SFMTA will attempt to resolve the non-compliance through conciliation.

a. If the non-compliance cannot be resolved, the SFMTA will submit to the

contractor or subcontractor a written Finding of Non-compliance.

b. The SFMTA will give the contractor or subcontractor an opportunity to appeal the

Finding.

Page 31: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 26 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

c. The SFMTA may, by written notice, stay the award of any contract to a Proposer

where the Proposer or any subcontractor is the subject of an investigation for a

violation of the City’s non-discrimination ordinance(s).

4. Complaints of Discrimination after Contract Award

a. A complaint of employment discrimination initiated by any party after contract

award shall be processed in accordance with Contract Compliance Office

procedures.

b. A finding of discrimination may result in imposition of appropriate sanctions,

including:

(i) There may be deducted from the amount payable to the contractor or

subcontractor under this contract a penalty of $50 for each person for each

calendar day the person was discriminated against in violation of the

provisions of the contract.

(ii) The contract may be canceled, terminated, or suspended in part by the

SFMTA.

(iii) The consultant, subconsultant, or vendor may be determined ineligible to

perform work or supply products on any City contract for a period not to

exceed two years.

Said sanctions are not the SFMTA’s exclusive remedies, which may be imposed in

combination with additional legal remedies, sanctions, or penalties.

5. Trainees – SFMTA Employment Training Program

a. Trainee Requirements: Contractors shall comply with the City’s First Source

Program, San Francisco Administrative Code Section 83 (see Section V.E below),

which fosters employment opportunities for economically disadvantaged

individuals. Contractors must notify the First Source Program of all open, entry-

level positions and consider all program referrals fairly and equally.

In addition, the SFMTA requires contractors to hire a minimum number of

professional service trainees in the area of the contractor’s expertise. These hires

count toward the First Source Hiring requirements. Trainees may be obtained

through the City’s One Stop Employment Center, which works with various

employment and job training agencies/organizations or other employment referral

source.

Number of Trainees

Project Fees To Be Hired

$0 – $499,999 0

$500,000 – $899,999 1

$900,000 – $1,999,999 2

Page 32: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 27 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

Project Fees To Be Hired

$2,000,000 – $4,999,999 3

$5,000,000 – $7,999,999 4

$8,000,000 – $10,999,999 5

$11,000,000 – $13,999,999 6

(> = $14M, for each additional $3 million in contractor fees, add one additional

trainee)

b. The trainee must be hired by the contractor or by any subcontractor on the project

team.

c. No trainee may be counted towards meeting more than one contract goal.

d. A trainee must meet qualifications for enrollment established under the City’s

First Source Hiring Program as follows:

(i) “Qualified” with reference to an economically disadvantaged individual

shall mean an individual who meets the minimum bona fide occupational

qualifications provided by the prospective employer to the San Francisco

Workforce Development System in the job availability notices required by

the Program, and

(ii) “Economically disadvantaged individual” shall mean an individual who is

either: (1) eligible for services under the Workforce Investment Act of

1988 (WIA) (29 U.S.C.A 2801 et seq.), as determined by the San

Francisco Private Industry Council; or (2) designated “economically

disadvantaged” for the First Source Hiring Administration, as an

individual who is at risk of relying upon, or returning to, public assistance.

e. On-the-job training (to be provided by contractor): contractor shall hire the trainee

on a full-time basis for at least 12 months or on a part-time basis for 24 months,

with prior approval offering him/her on-the-job training which allows the trainee

to progress on a career path.

f. Contractor shall submit for the SFMTA’s approval a description and summary of

training proposed for the trainee, along with the rate of pay for the position.

g. The trainee’s commitment does not require that he/she is used only on this

project; the trainee may also be used on other projects under City’s contract to the

Proposer that may be appropriate for the trainee’s skill development.

Page 33: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 28 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

VII. Contract Requirements

A. Standard Contract Provisions

The selected Proposer will be required to enter into a contract substantially in the form of

the Agreement for Professional Services, attached hereto as Appendix C. Failure to timely

execute the contract, or to furnish any and all insurance certificates and policy endorsement,

surety bonds or other materials required in the contract, shall be deemed an abandonment of a

contract offer. The SFMTA, in its sole discretion, may select another firm and may proceed

against the original selectee for damages.

B. Nondiscrimination in Contracts and Benefits

As a material requirement of the contract, the selected Proposer shall comply with Chapters

12B and 12C of the San Francisco Administrative Code. Generally, Chapter 12B prohibits the

City and County of San Francisco from entering into contracts or leases with any entity that

discriminates in the provision of benefits between employees with domestic partners and

employees with spouses, and/or between the domestic partners and spouses of employees. The

Chapter 12C requires nondiscrimination in contracts in public accommodation. Additional

information on Chapters 12B and 12C is available on the CMD’s website at

http://sfgsa.org/index.aspx?page=6058.

C. Minimum Compensation Ordinance (MCO)

As a material requirement of the contract, the selected Proposer shall comply with the

Minimum Compensation Ordinance (MCO), as set forth in S.F. Administrative Code Chapter

12P. Generally, this Ordinance requires contractors to provide employees covered by the

Ordinance who do work funded under the contract with hourly gross compensation and paid and

unpaid time off that meet certain minimum requirements.

For additional information about the MCO, and for the amount of hourly gross

compensation currently required under the MCO, see http://sfgov.org/olse/mco. Note that this

hourly rate may increase on January 1 of each year and that contractors will be required to pay

any such increases to covered employees during the term of the contract.

D. Health Care Accountability Ordinance (HCAO)

As a material requirement of the contract, the selected Proposer shall comply with the

Health Care Accountability Ordinance (HCAO), as set forth in S.F. Administrative Code Chapter

12Q. Contractors shall consult the San Francisco Administrative Code to determine their

compliance obligations under this chapter. Additional information regarding the HCAO is

available on the web at http://sfgov.org/olse/hcao.

Page 34: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 29 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

E. First Source Hiring Program (FSHP)

If the contract is for more than $50,000, then the City’s First Source Hiring Program

(Admin. Code Chapter 83) may apply. Generally, this ordinance requires contractors to notify

the First Source Hiring Program of available entry-level jobs and provide the Workforce

Development System with the first opportunity to refer qualified individuals for employment.

Contractors are directed to consult the San Francisco Administrative Code to determine

their compliance obligations under this chapter. Additional information regarding the FSHP is

available on the web at http://www.workforcedevelopmentsf.org/businessservices/ and from the

First Source Hiring Administrator, [email protected] or call (415) 701-4883.

F. Conflicts of Interest

The selected Proposer must agree to comply fully with and be bound by the applicable

provisions of state and local laws related to conflicts of interest, including Section 15.103 of the

City’s Charter, Article III, Chapter 2 of City’s Campaign and Governmental Conduct Code, and

Section 87100 et seq. and Section 1090 et seq. of the Government Code of the State of

California. The selected Proposer will be required to acknowledge that it is familiar with these

laws; certify that it does not know of any facts that constitute a violation of said provisions; and

agree to immediately notify the City if it becomes aware of any such fact during the term of the

Agreement.

Individuals who will perform work for the SFMTA on behalf of the selected Proposer

might be deemed “contractors” under state and local conflict of interest laws. If so, such

individuals will be required to submit a Statement of Economic Interests, California Fair Political

Practices Commission Form 700, to the City within ten calendar days of the SFMTA’s notice of

award of the contract.

Page 35: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 30 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

VIII. Protest Procedures

A. Protest of RFP Terms

If proposer objects on any grounds to any provision or legal requirement in the RFP, then,

no later than ten calendar days after the SFMTA issues the RFP, proposer may provide written

notice of protest to the SFMTA. The notice of protest must (i) include a written statement

specifying in detail each one of the grounds asserted for the protest, including specific facts and

evidence sufficient for the SFMA to determine the validity of the protest, (ii) cite the law, rule,

local ordinance, procedure, or RFP provision, as applicable, on which proposer basis the protest,

and (iii) be signed by an individual authorized to represent proposer,

The SFMTA reserves the right to proceed with this procurement pending the SFMTA’s

determination of the validity of a protest made under this Section VIII.A.

B. Protest of Non-Responsiveness Determination

Within five working days of the SFMTA’s issuance of a notice of non-responsiveness, any

proposer that believes the SFMTA has incorrectly determined that its proposal is non-responsive

may submit a written notice of protest. Such notice of protest must be received by the SFMTA

on or before the fifth working day following the SFMTA’s issuance of the notice of non-

responsiveness.

The notice of protest must include a written statement specifying in detail each one of the

grounds asserted for the protest. The protest must be signed by an individual authorized to

represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision

on which the protest is based. In addition, the protestor must specify facts and evidence sufficient

for the SFMTA to determine the validity of the protest.

The SFMTA reserves the right to proceed with its selection process to evaluate responsive

proposals pending the SFMTA’s determination of the validity of a protest.

C. Protest of Contract Award

Within five working days of the SFMTA’s issuance of a notice of intent to award the

contract, any firm that has submitted a responsive proposal and believes that the SFMTA has

incorrectly selected another proposer for award may submit a written notice of protest. Such

notice of protest must be received by the SFMTA on or before the fifth working day after the

SFMTA’s issuance of the notice of intent to award.

The notice of protest must include a written statement specifying in detail each one of the

grounds asserted for the protest. The protest must be signed by an individual authorized to

represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision

on which the protest is based. In addition, the protestor must specify facts and evidence sufficient

for the SFMTA to determine the validity of the protest.

Page 36: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

San Francisco Municipal Transportation Agency RFP for [Omni Primavera

SFMTA P-590 (8-16) 31 of 38 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

The SFMTA reserves the right to proceed in contract negotiation with the selected proposer

pending the SFMTA’s determination of the validity of a protest.

D. Delivery of Protests

All protests must be received by the due date indicated in the Article VII. The failure of a

proposer to protest in a timely manner consistent with this paragraph shall constitute a waiver of

any such protest or objection. A protestor bears the risk of non-delivery within the deadlines

specified herein. Protests or notice of protests made orally (e.g., by telephone) will not be

considered. Protests must be delivered via email to:

[email protected]

Page 37: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) A-1 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

Appendix A

City and County of San Francisco

Contract Monitoring Division

CMD Attachment 2

Requirements for Architecture, Engineering and Professional Services

Contracts, for contracts $55,000 and over

Appendix A is a separate file to be downloaded from the online posting for this RFP in the San

Francisco Office of Contract Administration’s (OCA) Bids and Contracts Database.

You may access the database at the following link:

http://mission.sfgov.org/OCABidPublication/

Select “Consultants and Professional Services” in the drop-down Category menu and find the

listing for this RFP.

Page 38: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) B-1 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

Appendix B

Standard Forms

The requirements described in this Appendix are separate from those described in Appendix A.

Before the City can award any contract to a contractor, that contractor must file three standard

City forms (items 1-3 on the chart). Because many contractors have already completed these

forms, and because some informational forms are rarely revised, the City has not included them

in the RFP package. Instead, this Appendix describes the forms, where to find them on the

Internet (see bottom of page 2), and where to file them. If a contractor cannot get the documents

off the Internet, the contractor shall call (415) 554-6248 or email Purchasing

([email protected]) and Purchasing will fax, mail or email them to the contractor.

If a contractor has already filled out items 1-3 (see note under item 3) on the chart, the

contractor shall not do so again unless the contractor’s answers have changed. To find out

whether these forms have been submitted, the contractor shall call Vendor File Support in the

Controller’s Office at (415) 554-6702.

If a contractor would like to apply to be certified as a local business enterprise, it must submit

item 4. To find out about item 4 and certification, the contractor shall call the Contract

Monitoring Division at (415) 581-2319.

Item

Form name and

Internet location Form Description

Return the form

to;

For more info.

1.

Request for Taxpayer

Identification Number

and Certification

www.sfgov.org/oca/pu

rchasing/forms.htm

www.irs.gov/pub/irs-

fill/fw9.pdf

W-9 The City needs the contractor’s

taxpayer ID number on this

form. If a contractor has already

done business with the City,

this form is not necessary

because the City already has the

number.

Controller’s Office

Vendor File

Support

City Hall, Room

484

San Francisco,

CA 94102

(415) 554-6702

2.

Business Tax

Declaration

www.sfgov.org/oca/pu

rchasing/forms.htm

P-25 All contractors must sign this

form to determine if they must

register with the Tax Collector,

even if not located in San

Francisco. All businesses that

qualify as “conducting business

in San Francisco” must register

with the Tax Collector.

Controller’s Office

Vendor File

Support

City Hall, Room

484

San Francisco,

CA 94102

(415) 554-6702

Page 39: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) B-2 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

Item

Form name and

Internet location Form Description

Return the form

to;

For more info.

3.

S.F. Administrative

Code Chapters 12B &

12C Declaration:

Nondiscrimination in

Contracts and Benefits

http://sfgov.org/cmd/f

orms-resources

In Vendor Profile

Application

CMD-

12B-

101

Contractors tell the City if their

personnel policies meet the

City’s requirements for

nondiscrimination against

protected classes of people, and

in the provision of benefits

between employees with

spouses and employees with

domestic partners. Contract-

by-Contract Compliance

status vendors must fill out an

additional form for each

contract.

Contract

Monitoring

Division

30 Van Ness, Suite

200

San Francisco,

CA 94102

(415) 581-2310

4.

LBE Certification

Application

www.sfgov.org/lbecert

In Vendor Profile

Application

-- Local businesses complete this

form to be certified by CMD as

LBEs. Certified LBEs receive a

bid discount pursuant to

Chapter 14B when bidding on

City contracts. To receive the

bid discount, you must be

certified by CMD by the

Proposal due date.

Contract

Monitoring

Division

30 Van Ness, Suite

200

San Francisco,

CA 94102

(415) 581-2301

Where the forms are on the Internet:

Office of Contract Administration

Homepage: www.sfgov.org/oca/

Purchasing forms: Click on “Required Vendor Forms” under the “Information for

Vendors and Contractors” banner.

City Administrator’s Contract Monitoring Division

Homepage: www.sfgsa.org

Click on “Departments, Divisions, Offices” on the left side, then

click on “Contract Monitoring Division” in the middle of the page.

Equal Benefits forms: Click on “Important Forms and Documents” under the “Equal

Benefits Compliance (12B)” header.

LBE certification form: Click on “Forms and Attachments for Prime Bidding on City

Contracts” under the “LBE Certification and Compliance” header.

Page 40: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) C-1 June 13, 2017

n:\ptc\as2017\1000392\01201312.docx

Appendix C

Sample Agreement for Professional Services (Form P-600)

Appendix C is a separate file to be downloaded from the online posting for this RFP in the San

Francisco Office of Contract Administration’s (OCA) Bids and Contracts Database.

Proposers may access the database at the following link:

http://mission.sfgov.org/OCABidPublication/

Select “Consultants and Professional Services” in the drop-down Category menu and find the

listing for this RFP.

Page 41: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) D-1 June 13, 2017

[Deputy City Attorney’s document ref. no.]

Appendix D

Attestation of Compliance

To be completed by all Proposing Firms and All Individual Subcontractors

(Please check each box, sign this form and submit it with your response.)

Name of individual completing this form:

The form is submitted on behalf of firm:

Name of RFP: SFMTA 2017-47

1. I attest that I and all members of the firm listed above will and have complied to date

with Section VI. J of the above RFP. Yes

2. I understand that if my firm or any members of the firm listed above are found to be in

violation of Section VI.J of the above RFP, this will disqualify my firm and any Proposal

in which my firm is named from further consideration. Yes

I have entered required responses to the above questions to the best of my knowledge and belief.

Signature:

Date:

Page 42: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) E-1 June 13, 2017

[Deputy City Attorney’s document ref. no.]

Appendix E

To be completed by all Proposing Firms and All Individual Subcontractors

Certification Regarding Debarment, Suspension, and Other Responsibility Matters

By signing and submitting its Proposal, the Proposer or proposed subcontractor certifies as follows:

(1) (Proposer or Proposed Subcontractor Business Name)

certifies to the best of its knowledge and belief that it and its principals:

a. Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or

voluntarily excluded from contracting with any federal, state, or local governmental

department or agency;

b. Have not within a three-year period preceding the date of this Proposal been convicted

of or had a civil judgment rendered against them for commission of fraud or a criminal

offense in connection with obtaining, attempting to obtain, or performing a public

(federal, state or local) contract; violation of federal or state antitrust statues or

commission of embezzlement, theft, forgery, bribery, falsification or destruction of

records, making false statements, or receiving stolen property;

c. Are not presently indicted for or otherwise criminally or civilly charged by a

governmental entity (federal, state, or local) with commission of any of the offenses

enumerated in paragraph (1)b of this certification; and

d. Have not within a three-year period preceding the date of this Proposal had one or more

public contracts (federal, state, or local) terminated for cause or default.

(2) Where the firm executing this RFP Appendix E is unable to certify to any of the statements in

this certification, such firm shall attach a detailed explanation of facts that prevent such

certification.

(3) The certification in this clause is a material representation on fact relied upon by the San

Francisco Municipal Transportation Agency (SFMTA).

As the authorized certifying official, I certify that the above-specified certifications are true.

_____________________________________________________

Business Name

____________________________

Authorized Representative Name (print) Authorized Representative Title (print)

____________________________

Authorized Representative Signature Date

Page 43: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) F-1 June 13, 2013

[Deputy City Attorney’s document ref. no.]

Appendix F

To be completed by all Proposing Firms and All Individual Subcontractors

Certification Regarding Lobbying

(Proposer or Proposed Subcontractor Business Name)

Certifies that it will not and has not paid any person or organization for influencing or attempting

to influence a member of the San Francisco Municipal Transportation Agency (“SFMTA”) Board

of Directors, or an officer or employee of the SFMTA in connection with the contract to be

awarded pursuant to this Request for Proposals, except as expressly authorized in this Request for

Proposals. The Proposer or proposed subcontractor submitting this certification shall also disclose

the name of any lobbyist registered under Article II of the San Francisco Campaign and

Governmental Conduct Code who has made lobbying contacts on its behalf with respect to the

contract to be awarded pursuant to this Request for Proposals.

This certification is a material representation of fact upon which reliance was placed for the

purposes of the SFMTA’s evaluation of Proposals and award of a contract pursuant to the Request

for Proposals. Submission of this certification is a prerequisite for submitting a Proposal

responsive to the Request for Proposals.

Following submission of Proposals with this signed certification, any firm who 1) pays any person

or organization for influencing or attempting to influence a member of the San Francisco

Municipal Transportation Agency Board of Directors, or an officer or employee of the SFMTA in

connection with the contract to be awarded pursuant to this Request for Proposals, except as

expressly authorized in the RFP, 2) fails to disclose the name of any lobbyist registered under

Article II of the San Francisco Campaign and Governmental Conduct Code who has made

lobbying contacts on its behalf with respect to the contract to be awarded pursuant to this Request

for Proposals, or 3) pays or agrees to pay to any SFMTA employee or official or to any member

of the selection panel or other person involved in the making of the contract on behalf of the

SFMTA any fee or commission, or any other thing of value contingent on the award of a contract,

will disqualify any Proposal in which that firm is named as a prime contractor, joint venture partner

or subcontractor from the selection process.

Page 44: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) F-2 June 13, 2013

[Deputy City Attorney’s document ref. no.]

By signing and submitting its Proposal, the Proposer or proposed subcontractor also certifies to

the SFMTA that the Proposer or proposed subcontractor has not paid, nor agreed to pay, and will

not pay or agree to pay, any fee or commission, or any other thing of value contingent on the award

of a contract to any SFMTA employee or official or to any member of the selection panel or other

person involved in the making of the contract on behalf of the SFMTA. As the authorized

certifying official, I certify that the above-specified certifications are true.

Business Name

Authorized Representative Name (print) Authorized Representative Title (print)

Authorized Representative Signature Date

Page 45: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) G-1 June 13, 2017

[Deputy City Attorney’s document ref. no.]

Appendix G

To be completed by all Proposing Firms and Submitted as a Separate Electronic File;

Do Not Include the Fee or Cost Proposal in Your Main Proposal Document File

Rate Schedule

Please use a format similar to the table below to present the rate schedule for all work force

classifications required to complete the work associated with this proposal. Additionally submit

audited overhead rates for all team member firms. If audited overhead rates are not available by

proposal due date, submit rate currently used by the contractor/subcontractor, subject to audit

verification at a later time.

Proposer Name:

Task and/or

Scope Topic

Firm Name (Indicate

if Prime or

Subcontractor)

Work Force

Classification

Fully Burdened

Hourly Rate

(includes gross wages

or salaries, fringe

benefits, profit,

overhead, and other

operating costs)

Task 1.

Project Manager

Project Engineer

Civil Engineer/Construction

Manager

Engineer

Technician

Task 2.

Construction Management

SME

Construction Engineering SME

Document Control / Office

Engineering SME

Federal Grant Documentation

SME

Task 3.

Information System Engineer

Program Installer

Trainer/Help Desk

Page 46: Request for Proposals (24-Aug-2016)mission.sfgov.org/OCA_BID_ATTACHMENTS/FA49674.pdf · RFP for [Omni Primavera SFMTA P-590 (8-16) 1 of 38 June 13, 2017 n:\ptc\as2017\1000392\01201312.docx

SFMTA P-590 (8-16) G-2 June 13, 2017

[Deputy City Attorney’s document ref. no.]