City and County of San Francisco Airport Commission

Similar documents
City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

City and County of San Francisco. Request for Proposals for Preparing a Business Case for Developing an Accessible, Open Source Voting System

City and County of San Francisco Department of Building Inspection

City and County of San Francisco Request for Proposals for Management and Operation of SFO Medical Clinic

San Francisco Municipal Transportation Agency (SFMTA) Request for Proposals. Maintenance Services for Electronic Card Access Security Systems

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Qualifications. As-Needed Environmental Consulting Services

REQUEST FOR PROPOSALS

Grant Funding Opportunity and Request for Proposal ( RFP ) for. Transgender Safety and Wellness Services

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Proposals #107 for Transition Age Youth Interim Housing and Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

SFERS PERCEPTIVE CONTENT UPGRADE

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

City and County of San Francisco Request for Proposals for

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

Social Media Management System

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

SECTION 2 INSTRUCTIONS TO BIDDERS (IB)

City and County of San Francisco. Request for Proposals for Daggett Open Space Stewardship

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

1 INTERNAL AUDIT SERVICES RFP

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Attention Design Firms

Attention Design Firms

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

All proposals must be received by August 30, 2016 at 2:00 PM EST

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

City and County of San Francisco. Request for Proposals for. San Francisco International Airport. Terminal Management System Upgrade

PIEDMONT TRIAD AIRPORT AUTHORITY

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Public Relations and Media Services (As-Needed)

Legal Aid Workshop Trainer

City of Malibu Request for Proposal

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

RE: Request for Proposal Number GCHP081517

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

LEGAL NOTICE Request for Proposal for Services

Request for Proposals (RFP) RFP NO. E&CD GRANT WRITING AND ADMINISTRATION SERVICES

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

REQUEST FOR PROPOSALS EXECUTIVE SEARCH FIRM January 5, 2018

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

SUSQUEHANNA AREA REGIONAL AIRPORT AUTHORITY

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

Chabot-Las Positas Community College District

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

Request for Proposal PROFESSIONAL AUDIT SERVICES

Notice: Request for Proposals for PRISON RE-ENTRY BEST PRACTICES MODEL

REQUEST FOR PROPOSAL

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

Health-Related Website and Social Media Platform Services

REQUEST FOR PROPOSAL FOR Catering & Event Management Services at Carl M. Levin Public Dock and Terminal

REQUEST FOR PROPOSAL Architectural Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

NOTICE OF REQUEST FOR PROPOSALS

BALTIMORE CITY PUBLIC SCHOOLS MINORITY AND WOMEN BUSINESS ENTERPRISE PROGRAM AND PROCEDURES MANUAL FOR STATE FUNDED PROJECTS

PART V PROPOSAL REQUIREMENTS

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

Small Business Enterprise Program Participation Plan

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

REQUEST FOR PROPOSAL (RFP) Concession Operations for Concession Stand at JOHNSTON HIGH SCHOOL ATHLETIC COMPLEX

Request for Proposals. For RFP # 2011-OOC-KDA-00

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

REQUEST FOR PROPOSALS

Request for Proposals (RFP) to Provide Auditing Services

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

Grant Seeking Grant Writing And Lobbying Services

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

Redevelopment Authority of Allegheny County

Transcription:

City and County of San Francisco Airport Commission Request for Proposals Contract No 10401.41 PROGRAM MANAGEMENT SUPPORT SERVICES FOR The Capital Improvement Program At the San Francisco International Airport Date Issued: March 26, 2015 Pre-Proposal Conference: April 2, 2015, Thursday, 10:00 AM Questions Due: April 9, 2015, Thursday, 2:00 PM Proposals Due: April 29, 2015, Wednesday 2:00 PM Oral Interviews (Tentative): June 2, 2015

Request for Proposals 10401.41 Program Management Support Services For The Capital Improvement Program Table of Contents Page I. Introduction, Project Overview, RFP Schedule and Contract Duration & Budget.. 3 II. Services to be provided... 4 III. Submission Requirements... 4 IV. Evaluation Approach and Criteria... 13 V. Pre-Proposal Conference and Contract Award... 14 VI. Terms and Conditions for Receipt of Proposals... 15 VII. City and Airport Contract Requirements... 21 VIII. Protest Procedures... 23 Appendices: A. Statement of Minimum Qualifications B. Services to be Provided C. Contract Monitoring Division (CMD) Attachment 2: Requirements for Architecture, Engineering and Professional Services Contracts for contracts $50,000 and over. D. 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 San Francisco Administrative Code. E. Agreement for Professional Services (form AIR-500) F. First Source Hiring Agreement G. Strategic Plan 2011-2016 H. Partnering Requirements I. Approved Labor Rates Exhibit: 1. Pre-Proposal Meeting: T2 Partnering Room Directions AIR 590 (11-07) Page 2 of 24

SECTION I INTRODUCTION, DELIVERING EXCEPTIONAL PROJECTS, PROJECT OVERVIEW, RFP SCHEDULE AND BUDGET A. INTRODUCTION 1. The City and County of San Francisco ( City ), acting by and through its Airport Commission ( Airport or Commission ) is soliciting Proposals ( Proposals ) from qualified firms, teams, joint ventures, joint associations, or LLCs (hereafter Proposer, Contractor or Team ) to provide Program Management Support Services for the Capital Improvement Program ( CIP ) at the San Francisco International Airport ( SFO ). 2. In addition to having excellent program and project management skills and experience, Proposers must possess a broad knowledge and experience of CIP programs, and must demonstrate a proven ability and expertise to work well in a highly collaborative environment. 3. Proposers are cautioned that California Government Code Section 1090 prohibits government employees, which have been interpreted to include some independent contractors, from being financially interested in any contract that they help create. Proposers selected from the pool list who receive a contract award for professional services will be precluded from participation in future work related to the same project due to conflict of interest. It is the contractor s responsibility to recognize when such a conflict of interest exists. B. PROJECT OVERVIEW The Airport is undergoing a significant investment in its assets, and the Design and Construction Division ( D&C ) will be managing and implementing over $4 billion in capital projects in the coming decade. Specific projects that are currently included in the CIP are described in Appendix B. With such a large program consisting of such complex components, it is important to maintain consistency in project controls, to report project information across all projects within D&C, to develop a programwide master schedule and budget, and to provide for specialized services and augmentation of Staff. Throughout implementation of the CIP, the Consultant will work together with Airport staff and a variety of external project management consultants, construction management consultants, and design and construction teams. The CIP is made up of a large number of projects varying in complexity, size and cost which will be delivered using a variety of project delivery methods including Design-Bid- Build, Design-Build, and Construction Manager/General Contractor. To maintain consistency in reporting and cost controls, it is critical that all project teams track and report costs using a comprehensive, consistent approach. Similarly, it is important that the Airport be able to understand the overall schedule and budget of the CIP in order to plan resources, plan project AIR 590 (11-07) Page 3 of 24

funding, and manage risk. Finally, Airport staff will need to be augmented with variety of specialized studies and services to deliver the CIP. C. RFP SCHEDULE The anticipated schedule for selecting a Consultant for the Contract is: Proposal Phase Date RFP is issued by the City: March 26, 2015 Pre-Proposal Conference: Deadline for submission of written questions or RFIs & Terms & Condition Changes: Proposals Due: April 2, 2015, Thursday, 10:00 AM April 9, 2015, Thursday, 2:00 PM April 29, 2015, Wednesday, 2:00 PM Oral Interviews (Tentative Date): June 2, 2015 D. CONTRACT DURATION AND BUDGET The estimated initial contract amount for the first year of services is $1,500,000. Since the CIP will be a multi-year, phased program, Staff estimates that the overall duration of this Contract will be up to five (5) years and the overall contract amount will be up to $7,500,000. SECTION II SERVICES TO BE PROVIDED The description of the services to be provided is attached as Appendix B to this RFP. Appendix B is a general guide and is not intended to be a complete list of all the tasks necessary to complete the Project. A modified version of Appendix B shall become Appendix A, Services to be provided by the Contractor, in the Agreement between the City and County of San Francisco and the selected Program Management Support Services team ( Consultant ). A. Time and Place for Submission of Proposals SECTION III SUBMISSION REQUIREMENTS Proposals must be received by no later than 2:00 PM on Wednesday, April 29, 2015. Proposals shall be delivered to: Betsy Huigens, Project Manager c/o Geri Rayca San Francisco International Airport Design and Construction 676 N. McDonnell Road San Francisco, CA 94128 AIR 590 (11-07) Page 4 of 24

LATE SUBMITTALS WILL NOT BE ACCEPTED AND SUBMITTALS RECEIVED AT THE INCORRECT ADDRESS WILL NOT BE ACCEPTED PLEASE NOTE THAT U.S. MAIL CANNOT BE RECEIVED AT THE ABOVE ADDRESS Postmarks will not be considered in judging timeliness of submissions. While not advised, proposal packages could be mailed to the following P.O. Box address for general deliveries to the Airport. Be advised that delivery to the P.O. Box address may be delayed by internal handling of incoming mail at SFO. Proposal packages mailed, therefore, Proposal packages mailed, therefore, may not reach Project Manager before the stipulated deadline even if postmarked well in advance: Betsy Huigens C/O Geri Rayca San Francisco International Airport Design and Construction P.O. Box 8097 San Francisco, CA 94128 B. Requests for Information/Clarifications and Terms and Conditions Revisions 1. All written questions, requests for information/clarifications, and requests for changes to the Terms & Conditions of the Agreement (Appendix E) must be received by April 9, 2015, 2:00 PM, and written responses will be available as an addendum to this RFQ/RFP at the Airport s website www.sfoconstruction.com. 2. The Airport will review and consider timely written objections or requests for changes to the Terms & Conditions of the Agreement. Any changes made by the Airport shall be made via Addendum prior to the deadline for proposal submission. No changes will be made to the base Terms and Conditions after the deadline for submission of proposals. 3. Requests for information/clarification, written questions, and requests for changes to the Terms & Conditions of the Agreement shall be in writing and submitted via email. The email subject line shall include, at a minimum, the date of the request, RFQ/RFP Number and Title. Submit your correspondence to: C. Format Betsy Huigens, Project Manager Design and Construction Email: betsy.huigens@flysfo.com The Proposal package is made up of six (6) envelopes listed in this subsection. 1. Envelope 1: One (1) unbound copy of the completed and signed Statement of Minimum Qualifications (Appendix A) in an envelope clearly marked Envelope 1 Statement of Minimum Qualifications for Request for Proposal No. 10401.41, Program Management Support Services for the Capital Improvement Program. AIR 590 (11-07) Page 5 of 24

2. Envelope 2: One (1) unbound copy of Contract Monitoring Division (CMD) Forms (Appendix C) in an envelope clearly marked "Envelope 2 - CMD Documents for Request for Proposal No. 10401.41, Program Management Support Services for the Capital Improvement Program. 3. Envelope 3: One (1) unbound copy of First Source Hiring Agreement (Appendix F) in an envelope clearly marked "Envelope 3 First Source Hiring Agreement for Request for Proposal No. 10401.41, Program Management Support Services for the Capital Improvement Program. 4. Envelope 4: Five (5) spiral-bound copies of the proposal in an envelope clearly marked Envelope 4 - Proposal for Request for Proposal No. 10401.41, Program Management Support Services for the Capital Improvement Program. Do not submit proposals in three-ring binders. a. Use recycled paper; print double-sided to the maximum extent practical and spiral bind the contents of Envelope 2. Please do not bind the contents of Envelopes 1, 2, 5 and 6 in any way. You may use tabs or other separators within the document. b. Pages shall be no larger than letter size (8 ½ by 11 inches) or, if folded to that dimension, twice letter size (11 by 17 inches). Attachment pages shall also be no larger than letter size (8 ½ by 11 inches) or, if folded to that dimension, twice letter size (11 by 17 inches). c. For word processing documents, use justified text, 11point serif font (e.g., Times New Roman), and use pages with margins of at least 1 on all sides (excluding headers and footers). 5. Envelope 5: Two (2) unbound copies of the rate schedule in a separate envelope clearly marked Envelope 5 - Rate Schedule for Request for Proposal No. 10401.41, Program Management Support Services for the Capital Improvement Program. 6. Envelope 6: One (1) CD or USB flash drive containing all of the Proposal documents from envelopes 1 through 5 as stated above. The envelope should be clearly marked Envelope 6 - Electronic Copy - Request for Proposal No.10401.41, Program Management Support Services for the Capital Improvement Program. D. Content of the Proposal Proposer will be responsible for providing the services detailed in Appendix B of this RFP and must demonstrate that it is able to provide all services necessary to support the Program. The Proposal should also demonstrate the Proposer s understanding and commitment to support or implement the following: SFO Strategic Plan 2011-2016. Appendix F of this RFP will become Appendix C of the Agreement. Exceptional Project Outcome (EPO) and can be found at www.sfoconstruction.com Principles of REACH. The Principles of REACH can be found at http://www.flysfo.com/businessat-sfo Partnering Requirements: Appendix H of this RFP will become Appendix D of the Agreement. Stakeholder Engagement Process and can be found at www.sfoconstruction.com Sustainability Principles. SFO Sustainable Planning, Design and Construction Guidelines can be found at: http://www.flysfo.com/community-environment/environmental-sustainability-reports AIR 590 (11-07) Page 6 of 24

Proposers must submit the following information in the order specified. Proposers should use tabs to help organize the Proposal in the same format as this RFP. It is recommended that the Proposal be concise. Do not include generic marketing materials. The Total Page Count shall be no more than 30 double-sided pieces of paper 1. Introduction and Executive Summary a. Provide a cover letter presenting Proposer s vision for delivering the Services as detailed in this RFP. Provide comments or suggestions to the Airport for generating the coordination, synergy and teamwork to run the CIP wisely and efficiently. The cover letter must be signed by a person authorized by Proposer to obligate Proposer to perform the commitments contained in the Proposal. Submission of the letter will constitute a representation by Proposer that Proposer is willing and able to perform the commitments contained in the proposal. b. Indicate whether Proposer is a single entity, partnership, corporation, joint venture, or other legal entity recognized in the State of California. If Proposer is a joint venture, provide a copy of the joint venture agreement in Envelope 2, CMD Forms. c. Identify the name of the contact person, his or her title, telephone number, facsimile number, email address, and a brief description of his or her role on the Program. The contact person must be a key personnel person. d. By submission and signature of the Proposal, Proposer affirms: 1) Proposer agrees to commit and assign the Project Manager identified in the Proposal to manage the Contract. 2) If any substitution of the Project Manager as submitted with the Proposal is required, Proposer shall propose a replacement in writing to the Airport Project Manager for approval. 3) Proposer shall replace the Project Manager departing from the Contract or departing from his/her assigned role in the Contract with an individual of comparable experience thirty (30) calendar days prior to the departure of the assigned Project Manager. Failure to replace the Project Manager or key personnel shall not relieve Proposer of its obligation for full performance of the services to be provided as a result of any unfilled position. 4) Proposer understands that selection of its Proposal will be based, in part, on the prospective Project Manager as submitted in the response to this RFP. Therefore, the Airport will not approve any requests for substitution of the Project Manager within nine (9) months after the issuance of the Notice to Proceed, until it has thoroughly and fully investigated the causes and reasons for such requests. 2. Proposers Experience and Qualifications Relevant to this Project a. Proposer must possess verifiable experience that demonstrates the capability to provide the full range of technical and managerial disciplines and capabilities associated with providing Program Management Support Services for relevant capital programs similar in size and complexity to the Airport s CIP. Proposer must either individually, or Proposer s Team must AIR 590 (11-07) Page 7 of 24

collectively, demonstrate relevant expertise to successfully perform Proposer s role and responsibilities described in Appendix B of this RFP. Relevant experience must include: 1) Experience with managing and/or overseeing a Airport Capital Program using a multi-year, multi-project phased approach. 2) Experience developing Program-level coordination plans based on program requirements and the needs of each individual project. 3) Experience working with a fully-integrated and collaborative team on Programs comparable to this Program. 4) Experience and proven ability to develop accurate and flexible Program-level cost estimates. 5) Experience and proven ability to develop Program budgets and forecasts. 6) Experience and the proven ability to develop Program-level schedules and strategies or options for incorporating various and multiple contracting procurement types into the Program. 7) Experience and proven ability to develop strategies to deliver the CIP utilizing a variety of contracting methods, including traditional design-bid-bid, lump-sum design-build, progressive design-build and Construction Manager/General Contractor. 8) Experience in managing a Program delivered using a variety of team members including consultants and in-house staff. 9) Experience and proven ability in assisting clients with the preparation of procurement and bid documents including: request for qualifications, request for proposals, and bid calls in accordance with client regulations. b. Provide a description of a minimum of two (2) projects where Proposer and/or its key personnel performed Program Management Support Services duties, as described above in Section III.D.2.a above and in Appendix B. At least one (1) project shall be a large, complex program with multiple projects of varying delivery type 1) Identify which firm is submitting the program 2) Name of the program 3) Client contact information telephone number and current email address 4) The scope of services provided 5) Total dollar value of the program 6) The program start and end dates 7) Identify the various project and each project s delivery method 3. Identification Proposer s Team Proposer s Team consists of the Proposer, all joint venture members, and subcontractors, including Key Personnel. "Key Personnel" is defined as those individuals of the Proposer s Team who will AIR 590 (11-07) Page 8 of 24

have direct, hands-on responsibility within their respective disciplines for the provided professional services. a. Clearly identify the Prime Contractor and subcontractors that make up the Proposer s Team and provide a matrix describing all of the services available from the Proposer and each joint venture member and subcontractor firm, clearly delineated as to which firm is providing the service. b. Provide a proposed Program staffing plan and a proposed organization chart illustrating the Proposer s Team with all proposed positions. Describe how the staffing plan will evolve as the Program progresses through its lifecycle, i.e. Programming, Design, Construction, Activation & Commissioning, and Closeout. Describe the duties and responsibilities of all key management, technical and support personnel, and all direct reports to the Project Manager/Construction Manager. c. Provide a maximum two-page (double-sided) resume for the proposed Team Leader. In addition to the basic information described below, the resume shall detail the leadership qualities and qualifications of the Team Leader on Programs of similar size, scope and complexity. The resume shall include a description of any/all advanced training and experience, including education, professional licensing and work experience over the last ten years. Of particular note, the work experience shall focus on other Program Management assignments lead by the Team Leader. Indicate whether or not the Team Leader worked before as part of a Program team that included any of the firms on the proposed team or on any of the referenced Programs submitted. 1) Qualifications, experience, and relevance on Programs of similar size, scope and complexity 2) First name and last name 3) Business contact information 4) Position with firm 5) Years of Experience 6) Years of Experience with the current Firm 7) Education 8) Current Professional registration (as applicable) 9) Role on the Project with estimated percentage of time during each phase outlined in Appendix B 10) Provide up to three (3) relevant references with the following information: Client Name Phone Number Email Address 11) Provide up to three (3) relevant projects completed and provide the following information: Title and location of project (City and State) Year completed for professional services Year completed for construction services Brief description of project and specific role as it relates to this project State if work was completed with current firm AIR 590 (11-07) Page 9 of 24

d. The Team Leader shall provide a narrative detailing his/her understanding and definition of a team leader and how that would relate to supporting the Deputy Airport Director in delivering the CIP and how the Team Leader would measure success. e. For all Key Personnel positions provide a maximum two-page (double-sided) resume for each individual that demonstrates the following: 1) Qualifications, experience, and relevance on Programs of similar size, scope and complexity 2) First name and last name 3) Business contact information 4) Position with firm 5) Years of Experience 6) Years of Experience with the current Firm 7) Education 8) Current Professional registration (as applicable) 9) Role on the Project with estimated percentage of time during each phase outlined in Appendix B 10) Provide up to three (3) relevant references with the following information: Client Name Phone Number Email Address 11) Provide up to three (3) relevant projects completed and provide the following information: Title and location of project (City and State) Year completed for professional services Year completed for construction services Brief description of project and specific role as it relates to this project State if work was completed with current firm 4. Project Approach Using Section III.D.2.a above and Appendix B as a guide, describe the Proposer s approach to development and execution of the Program. Describe how, as a PMSS Team, Proposer would provide experience and the depth of technical and support services required for the Program while integrating the Airport s Strategic Plan and Core Values throughout the CIP. Proposer s approach should, at a minimum, address the following: a. Approach to Delivering Exceptional Projects at the San Francisco International Airport and what measurable elements would comprise your approach. b. Describe the goals, objectives, and work approach for the first 120-days after Notice to Proceed. c. Approach to providing the following services: 1) Programming and Planning Services 2) Program-Level Cost and Schedule Controls 3) Maintenance and Enhancement of the Airport s Project Management System 4) Procurement and Implementation of an enterprise deployment of Primavera P6 EPPM AIR 590 (11-07) Page 10 of 24

5) Project Budget and Estimating Services 6) Administration of Partnering and Stakeholder Engagement Services d. Approach to managing the major issues involved in managing a Capital Program. e. Approach to managing and overseeing multi-year, project-by-project activities. f. Describe the Proposer s understanding and knowledge of Program Management versus Project Management and describe the differences. g. Approach to how and why the Proposer s unique value in helping the Airport deliver the CIP. h. Approach to working with the teams responsible for delivering the individual projects that form the CIP. i. Describe any lessons learned from past experience as Program Managers and how, or if, they would apply to the CIP. j. Identify the office location from which the Proposer will work directly with the Commission. Indicate all former names, if any, under which the Proposer has conducted business and the years of operation under each name. k. Discuss any other elements that set your Team apart and explain why your Team should be selected for this Program Management Support Services contract. E. Rate Schedules Provide a rate schedule that supports the proposed staffing plan described above in a sealed envelope, and on a CD or USB flash drive, that includes the following: a. Direct Labor Rates: For each position proposed on the staffing plan, provide a range of rates for each position. Direct labor rates will be subject to negotiation prior to contract award. The direct labor rate shall not exceed what is provided in the Labor Rate Sheet, included as Attachment I. b. Overhead Rates: For each member of Proposer s team, provide a proposed overhead rate; if available, provide an overhead rate for home office work and an overhead rate for field office work. The highest ranked Proposer, including all team members, will be required to submit a current FAR reviewed audit report or a current reviewed audit report from a certified public accountant or a current reviewed audit report from another Municipal Agency that supports the proposed overhead rates. If no current audit report is available or provided, the proposed overhead rate will be subject to negotiation prior to contract award. c. Fee/Profit Percentage Rate: Provide a proposed fee/profit percentage rate for the Contractor s direct labor work effort. The cumulative fee of all subcontractors at any tier shall not exceed ten percent (10%) of the total direct labor of all subcontractors at any tier. There shall be no additional fee markup on indirect costs of the Contractor or any subcontractor at any tier or on any other direct costs (ODCs). This fee will remain consistent throughout all phases of the Project. d. The Prime Contractor or Joint Venture will be allowed a two percent (2%) markup on first tier subcontractors invoices. AIR 590 (11-07) Page 11 of 24

e. Unless authorized by the Commission, the Commission will not reimburse the Contractor for the costs of business travel, contractor meals, and accommodations, this includes specialists that are based out of town and not assigned to the jobsite office. Travel and per diem expenses for the project team s management, jobsite personnel, or staff that commute to or from other offices or residences is not allowed. The Commission will also not reimburse the Contractor for deliveries, and facsimiles (FAX), long distance, and cellular telephone charges. Regional (remote) executive s travel expenses to visit the local job office are not reimbursable and part-time jobsite personnel who are shared with other out-of-town clients are not reimbursed for travel expenses. F. Oral Interview Oral interviews will be conducted by the evaluation panel and will be sixty (60) minutes in length. 1. The proposed Project Manager and the key personnel that will be assigned to the Project must be present at the oral interview. No other staff such as sales, marketing, or management shall be allowed to participate in the oral interview. 2. The Proposers may prepare a brief presentation to introduce the team members (5 minutes maximum). 3. There will be a problem solving or situation activity where the Proposer will be given a problem or situation and will have ten (10) minutes to develop a strategy, options or approach to addressing the problem or situation. The Proposer will then have five (5) minutes to present their findings to the evaluation panel. There will be up to three (3) standard problems or situations given to each team. Each team will be given the same problems. After the first problem solution is presented, the Proposing team will be given the next problem and the process will be the same until all problems have been analyzed and presented to the evaluation panel; then the Proposing team will have five (5) minutes to present their presentation wrap-up. The types of problems or situations will be project-level based such as design, phasing, implementation, budget, or stakeholder related. 4. The Project Manager will be made available to the Proposing team during the ten (10) minute strategy exercises and may be called upon by the Proposing team to answer questions or supply information but cannot lead the discussion or offer suggestions for the response. Airport staff will moderate and time the proceedings. 5. The evaluation panel will remain in the oral interview room during each problem solving exercise to observe how the Proposing team approaches problem solving, collaboration and team integration. 6. Oral interview scoring will be based on the problem solving exercises. Proposers will be evaluated on the following categories. The following category descriptions are provided as a general guide to assist proposers in preparing for the interview: a. Approach to Problem Solving: Proposer s approach to understanding the problem and methodology of how they approach and solve the problem. b. Communication/Collaboration: How clearly the Proposer s team communicates with one another and how well the team works together in a collaborative way to solve problems. AIR 590 (11-07) Page 12 of 24

c. Technical/Management Expertise: How the exercises presents each team member s technical and/or management expertise and strengths. A. Evaluation Process SECTION IV EVALUATION APPROACH AND CRITERIA 1. Step One: Envelope 1 Airport staff will determine whether the Statement of Minimum Qualifications (Appendix A) meets the minimum required qualifications, whether Proposer is responsible, and whether Proposer is responsive. a. The Airport reserves the right to verify from any other available sources (including past performance record at the Airport), the information provided by the Proposer in the any part of the Proposal package and to rely upon such information gathered during the verification process. The Airport reserves the right to adjust, increase, decrease, limit, suspend, or rescind any or all determination(s) based on subsequently learned information. 2. Step Two: Envelopes 2, 3, 5 & 6 Airport staff will review the Contract Monitoring Division (CMD) forms, the First Source Hiring agreement, rate schedule and electronic submission to ensure that all required files have been submitted. Airport staff will forward the forms to CMD for evaluation. 3. Step Three: Envelope 4 The Evaluation Panel will review and score the Written Proposals. a. Evaluation Panel: The Airport will establish a panel to evaluate and score Proposals and oral interviews. The evaluation panel will score the Proposals, taking into account responsiveness, demonstrated competence, and experience. Members of the panel will be impartial, have technical knowledge and experience in the subject matter of the Project, and will reflect the diversity of the City and County of San Francisco. b. Allocation of Points: Each evaluation panel member will individually evaluate and assign rating points to the proposals as described in Part III, D Content of the Proposal and oral interviews as follows: Introduction and Executive Summary Proposers Experience & Qualifications Degree to which the experience of the firm demonstrates the capability to provide the full range of technical and managerial disciplines associated with providing PMSS for this Program. Relevance of verifiable experience and expertise in managing and/or overseeing CIP programs using multi-year, multi-project phased approaches; developing Program-level coordination plans; developing Program-level schedules, budgets, forecasts and cost estimates; and expertise in managing a Program delivered using a variety of team members Identification of Proposer s Team Professional qualifications and experience of key personnel in providing similar services. Evidence that the staffing plan and organization chart sufficiently addresses Program needs. 10 points 40 points 100 points AIR 590 (11-07) Page 13 of 24

Relevance of recent projects completed by key personnel. Relevance and Quality of Project Approach: Description of goals, objectives and work approach for the first 120-days after Notice to Proceed. Approach to providing programming and planning services; programlevel cost and schedule controls; approach to maintenance and enhancement of the Airport s Project Management System; approach to procurement and implementation of an enterprise deployment of Primavera P6 EPPM, approach to budget and estimating services; and approach to partnering and stakeholder engagement services. Approach to managing major issues associated with managing a CIP Approach to managing and overseeing multi-year, project-by-project activities. A description of the Proposer s understanding and knowledge of Program Management versus Project Management and a description of the differences. TOTAL AVAILABLE POINTS 100 points 250 points c. Following the evaluation of the Written Proposals, the Airport will notify the Proposers of proposal ranking and up to three (3) Proposers receiving the highest scores will be invited to an oral interview. In the event of a tie for the third place position, the Airport may invite all tied proposers even if it results in more than three proposers being invited to interview. The Airport reserves the right to select a Contractor without conducting oral interviews. 4. Step Four: The Evaluation Panel will conduct Oral Interviews. a. Oral Interview (250 points) Approach to problem solving Communication and collaboration Technical and Management expertise b. Following the Oral Interviews, the Airport will combine the scores achieved from the Written Proposal and the oral interviews to determine the final ranking. Total Available Points: 500 A. Pre-proposal Conference SECTION V PRE-PROPOSAL CONFERENCE AND CONTRACT AWARD A Pre-proposal meeting will be held on Wednesday, April 2, 2015 at 10:00 AM, local time at the San Francisco International Airport, Terminal 2 Partnering Room which is located in Terminal 2, Departure Level, Pre-Security (See Exhibit 1 for Map), San Francisco, CA 94128 to answer questions or requests for clarification on any items in the RFP. Additional written questions are due by 2:00 PM on April 9, 2015 and responses, if any, will be issued with addenda and published on the sfoconstruction.com website. AIR 590 (11-07) Page 14 of 24

B. Contract Award 1. The Airport intends to award this Contract to Proposer that it considers will provide the best overall project services taking into strong consideration Proposer s response to collaboration, integration and commitment to the Delivering Exceptional Projects. 2. The Airport reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request. 3. Following the completion of the RFP evaluation process and notification to Proposers of the final ranking, Airport staff will commence contract negotiations with the highest-ranked Proposer. The selection of any proposal shall not imply acceptance by the Airport of all terms of the proposal, which may be subject to further negotiations and approvals before the Airport may be legally bound thereby, with the exception of the fee term. If a satisfactory contract cannot be negotiated in a reasonable time the Airport, in its sole discretion, may terminate negotiations with the highest ranked Proposer and begin contract negotiations with the next highest ranked Proposer. 4. Upon successful contract negotiations, Airport staff will submit to the Airport Commission for award the negotiated Program Management Support Services contract. Once the contract is certified, Airport staff will issue a Notice to Proceed. A. Errors and Omissions in RFP SECTION VI TERMS AND CONDITIONS FOR RECEIPT OF PROPOSALS Proposers are responsible for reviewing all portions of this RFP. Proposers are to promptly notify the Department, in writing, if Proposer discovers any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be directed to the Department promptly after discovery, but in no event later than five (5) working days prior to the date for receipt of proposals. Modifications and clarifications will be made by addenda as provided below. B. Inquiries Regarding RFP Inquiries regarding the RFP and all oral notifications of intent to request written modification or clarification of this RFP must be directed via email to: Betsy Huigens, Project Manager Design and Construction Email: betsy.huigens@flysfo.com C. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in this RFP, Proposer must, not more than ten (10) calendar days after the RFP is issued, provide written notice to the Airport setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection. AIR 590 (11-07) Page 15 of 24

D. Addenda to RFP The Airport may modify this RFP, prior to the Proposal due date, by issuing written addenda, which will be posted on the website. Proposer shall be responsible for ensuring that its Proposal reflects any and all addenda issued by the Commission prior to the Proposal due date regardless of when the addenda is issued. Therefore, the Commission recommends that Proposer check the San Francisco International Airport website before submitting its Proposal to determine if the firm has downloaded all addenda. E. Term of Proposal Submission of a proposal signifies that the proposed services and prices are valid for one hundred twenty (120) calendar days from the proposal due date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. F. Revision of Proposal 1. A proposer may revise its Proposal on Proposer s own initiative at any time before the deadline for submission of proposals. Proposer must submit the revised proposal in the same manner as the original. A revised proposal must be received on or before the proposal due date to be considered for selection. 2. 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. 3. At any time during the proposal evaluation process, the Airport may require a proposer to provide oral or written clarification of its proposal. The Airport reserves the right to make an award without further clarifications of proposals received. G. Errors and Omissions in Proposal Failure by the Airport to object to an error, omission, or deviation in the proposal will in no way modify the RFP or excuse the vendor from full compliance with the specifications of the RFP or any contract awarded pursuant to the RFP. H. Financial Responsibility The City accepts no financial responsibility for any costs incurred by a firm in responding to this RFP. Submissions of the RFP will become the property of the City and may be used by the City in any way deemed appropriate. I. Proposer s Obligations under the Campaign Reform Ordinance Proposers must comply with Section 1.126 of the San Francisco Campaign and Governmental Conduct Code, which states: 1. 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 AIR 590 (11-07) Page 16 of 24

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. 2. 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 Proposer is prohibited from making contributions to: The officer s re-election campaign A candidate for that officer s office A committee controlled by the officer or candidate. 3. 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 this RFP, and requests to be placed on a mailing list do not constitute negotiations. 4. Violation of Section 1.126 may result in the following criminal, civil, or administrative penalties: 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. 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. 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 should contact the San Francisco Ethics Commission at (415) 581-2300. J. Sunshine Ordinance In accordance with San Francisco Administrative Code Section 67.24(e), contractors bids, responses to RFPs and all other 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 provided which is covered by this paragraph will be made available to the public upon request. K. Public Access to Meetings and Records AIR 590 (11-07) Page 17 of 24

If a proposer is a non-profit entity that 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, Proposer must comply with Chapter 12L. 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 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 disposition of each complaint. If no such complaints were filed, Proposer shall include a statement to that effect. 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 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 actually be entered into by the City. The City expressly reserves the right at any time to: 1. Waive or correct any defect or informality in any response, proposal, or proposal procedure; 2. Reject any or all proposals; 3. Reissue a Request for Proposals; 4. Prior to submission deadline for proposals, 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; 5. Procure any materials, equipment or services specified in this RFP by any other means; or 6. Determine that no project will be pursued. M. No Waiver No waiver by the City of any provision of this RFP shall be implied from any failure by the City 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 1. 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 RFQ/RFP. 2. Proposers are advised that effective July 1, 2013, all prime contractors and subcontractors will be required to upload invoices and enter subcontractor payment information into the City's secure webbased system called the Local Business Enterprise Utilization Tracking system (LBEUTS). This requirement is in addition to any other requirements for requesting payment from the City. The information previously submitted through CMD Forms 7 and 9 will now be entered into the LBEUTS for each invoice or progress payment. Prior to the Notice to Proceed, the prime contractor will be required to enter subcontractor information into LBEUTS. The prime contractor will then be AIR 590 (11-07) Page 18 of 24

required to enter information before and after each progress payment or invoice. After payment, subcontractors will be required to confirm receipt of payment through LBEUTS. The Contract Monitoring Division (CMD) will use this information to monitor compliance with the 14B LBE Ordinance. 3. It is strongly encouraged that each contractor receive training in LBEUTS prior to the Notice to Proceed. For more information about LBEUTS and upcoming training sessions, please go to www.sfgov.org/lbeuts. 4. LBE Subconsultant Participation Goals a. The LBE subconsultant goal for the project is twenty (20%) of the total value of the goods and/or services to be procured. The LBE subcontracting goal can only be met with CMD certified small or Micro-LBEs. Pursuant to Sec. 14B.9 of the Administrative Code, proposers are hereby advised that the subconsultant goal is based on data indicating availability of nine percent (9%) Minority Business Enterprises ( MBE ), five percent (5%) Woman Business Enterprises ( WBE ) and six percent (6%) Other Business Enterprises ( OBE ) to perform subconsultant work on this project. Proposers are further advised that they may not discriminate in the selection of subconsultants 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 MBEs nor OBEs are unfairly or arbitrarily excluded from the required outreach. b. Each firm responding to this solicitation shall demonstrate in its response that it has used goodfaith outreach to select LBE subcontractors as set forth in San Francisco Administrative Code 14B.8 and 14B.9, and shall identify the particular LBE subcontractors solicited and selected to be used in performing the contract. For each LBE identified as a subcontractor, the response must specify the value of the participation as a percentage of the total value of the goods and/or services to be procured, the type of work to be performed, and such information as may reasonably be required to determine the responsiveness of the proposal. LBEs identified as subcontractors must be certified with the San Francisco CMD at the time the proposal is submitted, and must be contacted by Proposer (prime contractor) prior to listing them as subcontractors in the proposal. Any proposal that does not meet the requirements of this paragraph will be non-responsive. c. In addition to demonstrating that it will achieve the level of subconsultant participation required by the contract, a proposer shall also undertake and document in its submittal the good faith efforts required by Chapter 14B.8 (D) & (E) and CMD Attachment 2, Requirements for Architecture, Engineering and Professional Services Contracts. However, pursuant to 14B.8 (B), if a proposer submits a proposal demonstrating LBE participation that exceeds by 35%, (or twenty-nine point seven percent [29.7%]), of the established LBE subcontracting participation goal for the project, Proposer will not be required to conduct good faith efforts or to file evidence of good faith efforts as required in Sections 14B.8 (D) & (E). A certified Small and/or Micro LBE prime proposer may count its participation towards meeting the good faith outreach exception set forth in 14B.8 (B). d. Proposals which fail to comply with the material requirements of San Francisco Administrative Code 14B.8 and 14B.9, CMD Attachment 2 and this RFQ/RFP will be deemed non-responsive and will be rejected. During the term of the contract, any failure to comply with the level of LBE subcontractor participation specified in the contract shall be deemed a material breach of AIR 590 (11-07) Page 19 of 24

contract. Subconsultant goals can only be met with CMD-certified LBEs located in San Francisco. 5. Certified LBE Bid Discount /Rating Bonus a. Micro LBE and Small LBE Rating Bonus The City strongly encourages proposals from qualified, certified Micro and Small LBEs. Pursuant to Chapter 14B, a rating bonus will be in effect for the award of this project for any proposers who are certified by CMD as a Micro or Small LBE, or joint ventures where the joint venture partners are in the same discipline and have the specific levels of participation as identified below. For joints ventures, the certified Micro and /or Small 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 certified Micro and/or Small 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 certified Micro and/or Small LBE joint venture s portion of the contract must be assigned a commercially useful function. Certification applications may be obtained by calling CMD at (415) 581-2310. b. The rating bonus applies at each phase of the selection process. The application of the rating bonus is as follows: 1) Ten percent (10%) to a certified Micro or Small LBE; or a joint venture between or among certified Micro or Small LBEs; 2) Five percent (5%) to a joint venture with certified Micro and/or Small LBE participation, whose participation is equal to or exceeds 35%, but is under 40% or 3) Seven and one-half percent (7.5%) to a joint venture with certified Micro and/or Small LBE participation, whose participation equals or exceeds 40%; or 4) Ten percent (10%) to a certified non-profit entity. c. The rating bonus will be applied by adding 5%, 7.5%, or 10% (as applicable) to the score of each firm eligible for a bonus for the purposes of determining the highest ranked firm. 6. Small Business Administration (SBA) LBE Rating Bonus Pursuant to Chapter 14B.7(E), a 2% rating bonus will be in effect for proposers who are certified by CMD as a SBA LBE; however, the 2% rating bonus shall not be applied at any stage if it would adversely affect a Micro or Small LBE proposer or a J/V with LBE participation. 7. CMD Forms to be submitted with Proposal a. All proposals submitted must include the following CMD Forms contained in the CMD Attachment 2: i) Form 2A, CMD Contract Participation Form, ii) Form 2B - CMD Good Faith Outreach Requirements Form, iii) Form 3, CMD Compliance Affidavit, iv) Form 4, CMD Joint Venture Form (if applicable), and v) Form 5, CMD Employment Form. If these forms are AIR 590 (11-07) Page 20 of 24