Word Document PDF Document

Request For Proposal

FOR

Consultant Services

To Perform an Independent Audit of Pacific Gas & Electric's (PG&E)

Vegetation Management Programs

October 11, 2002

Prepared by:

The California Public Utilities Commission

505 Van Ness Avenue

San Francisco, CA 94102

Prepared for:

Pacific Gas & Electric Company

1. Purpose and Description of Services

1.1. INTRODUCTION

In this Request for Proposal (RFP), the California Public Utilities Commission's (CPUC or Commission) Consumer Protection and Safety Division (CPSD), formerly the Consumer Services Division (CSD), solicits qualified bidders for Consultant (or Contractor) services to perform an independent audit of Pacific Gas and Electric's (PG&E) Vegetation Management Programs. The Commission ordered the audit in Decision (D.) 99-07-029, which will be conducted under the direction of the Commission's investigative unit, CPSD. The Decision is available on the Commission website. The contract term is for approximately two (2) years, expiring August 20, 2004. The contract is anticipated to start January 27, 2003 and extend through August 20, 2004.

The Commission invites bidders to estimate the number of hours required to complete each task presented in Section 2. The sealed bid should also detail the number of hours required to complete each task, the cost for each task, and the cost estimate for the entire project. The Commission may amend the contract to meet circumstances that may change during the conduct of the audit. Additional tasks assigned as part of an amended contract would be compensated at the approved base rate.

1.2. BACKGROUND

The Commission investigated PG&E's vegetation management practices, and on

July 20, 1999, D. 99-07-029 was issued on this matter.

D. 99-07-029 required PG&E to fund up to $22.7 million in vegetation management over the next 3 to 5 years. It ordered PG&E to contribute $6 million contribution to the State of California General Fund. PG&E has made this payment. A breakdown of the future expenditures constituting the $22.7 million follows:

This RFP is concerned with the Independent Audit Program listed above.

1.2.1 Process for Evaluating Invoices

The Contractor shall forward invoices for completed work to the Commission's Project Manager. The invoice shall include, but not be limited to, the tasks completed or performed, personnel who completed or worked on the tasks, number of hours personnel worked on the tasks, direct and indirect costs (Refer to Section 5, Attachment 3).

1.2.2 Program Management and Staffing

Unless otherwise stated, the Commission's Project Manager is Zee Wong, who will be the point of contact for the Consultant. The Consultant will report to the Project Manager.

1.3. OBJECTIVES

The independent audit is part of an overall remedy to ensure that PG&E's tree-trimming and Vegetation Management Programs comply with the orders, rules and regulations of the Commission.

The objectives of the independent audit are to provide assurances that PG&E maintains its tree-trimming and Vegetation Management Programs in a manner that is consistent with the Commission's safety and service quality standards thus assuring service reliability.

The funding criteria are listed below to provide guidance in the project evaluation process. The highest funding priority will be accorded to activities that evaluate and audit PG&E's:

The specific objectives are to:

1.4. ORGANIZATION OF THE REMAINDER OF THE RFP

The rest of this RFP is organized as follows:

n Section 2 presents a detailed work scope,

n Section 3 describes the minimum qualifications for proposers/bidders,

n Section 4 details the proposal requirements,

n Section 5 provides the required attachments, and

n Section 6 presents the sample standard agreement (STD 213).

2. Detailed Scope of Work

2.1. OVERVIEW

This section discusses the overall work scope for the independent audit process. Broadly, the independent audit process involves ensuring that PG&E's Vegetation Management programs promote public safety, conform to the terms of the Commission's order and are in compliance with Commission rules and regulations.

2.2. INDEPENDENT AUDIT OBJECTIVES AND TASKS

The specific objectives for the independent audit are as follows:

The specific tasks for the independent audit are the following:

Each of these is described below.

2.3. TASK 1: REFINE THE SCOPE OF WORK

The first task in the independent audit process will be to meet with the Project Manager and refine the independent audit work scope. This will involve having a project initiation meeting to discuss and finalize the audit goals and objectives, specific tasks, the schedule and the budget. The result of this process shall be a detailed final work plan deliverable to the Commission.

2.4. TASK 2: INITIAL MEETING WITH PG&E PERSONNEL

The purpose of this task is to become familiar with and to understand PG&E's Vegetation Management Program. Contractor (or Consultant) shall meet with PG&E personnel to obtain an overview of their Vegetation Management Program and financial records associated with the program. This would include, but not be limited to, understanding and reviewing the electronic database, records (i.e., customer refusal records where customers refuse PG&E access to their property and PG&E is unable to perform vegetation control management activities, pre-and post-inspection records, contract agreements and costs related to the Vegetation Management Program), hotline records (i.e., customers calls to the 1-800 number when a tree is an immediate or potential hazard), financial records. Contractor shall provide a detailed report outlining PG&E's Vegetation Management Program to the Commission.

2.5.TASK 3: RECORD REVIEW

PG&E has a record of the approximate number of trees associated with a circuit. These records are used to plan pre- and post-inspections, tree-trimming, and quality assurance process. Various independent contractors perform pre-inspections, post-inspections, tree-trimming, and quality assurance in order to ensure the work is conducted properly. Contractor shall review these records in order to ensure that PG&E is completing the field work and maintaining thorough and accurate records. Contractor shall also examine records documenting the process for identification of dead, rotten, and decayed trees, and what identify and confirm what remedial measures are taken with respect to these trees. Contractor will ensure that the pre-inspection notes and post-inspection notes concur with each other.

Contractor shall review documents pertaining to PG&E's Helpline number and their internal Compliance and Ethics Hotline number to confirm that any tree trimming issues or complaints were properly addressed in a timely manner and were consistent with industry standard and the California Public Utilities Commission orders.

Contractor shall review all financial records associated with the vegetation management program to assure that all costs are prudent, necessary, and supported by documentation.

Contractor shall review the work product of PG&E's independent contractors and employees that are directly associated with the Vegetation Management Program to determine the level of efficiency and accuracy of workers' work product, including pre-inspectors, post-inspectors, Quality Assurance Program inspectors, and tree trimmers. The review of the work product will include, but is not limited to, the following: records documenting work performed in the field, up-to-date reports of geographic areas inspected, knowledge of state and Commission laws, rules and regulations with respect to tree line clearance and safety, and general knowledge of tree species and growth patterns. Contractor's review will evaluate whether the field performance of PG&E's contractors and personnel is conducted in a timely manner that promote safety and reliability throughout PG&E's service territory, represents a thorough and accurate review and reporting of compliance with the Commission's tree line clearance orders, rules, and laws.

Random periodic field samples of PG&E's service territory shall be inspected by the Contractor to insure that PG&E's independent contractors and PG&E employees thoroughly and accurately documented the condition of all trees in PG&E's service territory, and reported all existing violations or potential hazards of state law or Commission orders, rules or regulations. Contractor shall develop specifications for determining a reasonable sample of PG&E's entire service territory reflecting a representative geographic and demographic cross-section of PG&E's territory. The representative sample will reflect a statistically significant percentage of the territory, and will be statistically defensible, and subject to review and approval by the Commission. The field review should ensure that the Vegetation Management Program complies with appropriate State laws, as well as all Commission orders, rules and regulations. During field review, if the Consultant finds a noncompliance with General Order 95, Rule 35 and/or the Public Resource Code, Sections 4292 and 4293, the Consultant shall notify the Commission's CPSD, in writing, within 24 hours of finding the noncompliance.

2.8 Task 6: Incident Review

Contractor shall review tree related incidents that are reported to the Commission's CPSD and determine if a correlation exists between the date of the incident and the date of last trim of the tree and of the area.

2.9. Task 7: Planning Review

Contractor shall review PG&E's current plans and recommend any changes to the Vegetation Management Program and database to ensure that the changes will either lower costs and/or promote a greater overall level of compliance by the program. Contractor shall provide documentation of PG&E's analytical process for revising its current program, including the type of changes considered, alternatives considered, expected outcome of any changes to the existing program, and the method for determining what this outcome will be.

2.10. Task 8: Internal Audit Review

Contractor shall review PG&E's internal audits on both the operational side and the financial side of the Vegetation Management Program to determine if PG&E is conducting an adequate level of quality assurance of the program.

2.11. Task 9: Monthly Reports and Briefings

Contractor shall provide a monthly status report to the Project Manager on the status of the audit including, but not limited to, activities that took place the previous month, activities that are planned for the next month, identification of any deficiencies with the programs reviewed and, recommendations to correct any deficiencies. Contractor shall provide verbal briefings as requested by the Project Manager. Contractor shall work with the Project Manager and her designees to develop a structured report form for this monthly report.

2.12. TASK 10: SEMI-ANNUAL AND FINAL REPORTS AND BRIEFINGS

Provide semi-annual reports to document the activities that took place during the year, including deficiencies with the program, recommendations to correct the deficiencies, and implementation of the corrective action. A schedule shall be included to show that the deficiencies identified are corrected in a timely manner. Contractor shall provide semi-annual and final briefings to individuals designated by the Project Manager.

The semi-annual and final reports should analyze the efficacy of PG&E's efforts to comply with the terms of the Commission order, the accuracy of PG&E's records and statements about its compliance with the Commission order, and the overall status of PG&E's Vegetation Management Program.

3. Minimum Qualifications for Proposers/Bidders

3.1. OVERVIEW

This section presents minimum requirements, when using a team approach along with required information, to include in the proposal on team qualifications.

3.2. REQUIREMENTS FOR TEAMS

Bidders may form teams to bid on the scope of work contained within this RFP. However, if a team approach is used, all subcontracting firms must be identified in the bidder's proposal. If a team is selected, substitution of subcontracting firms will be strictly subject to pre-approval of the Program Manager and will necessitate amending the existing contract. The bidder has to act as Prime Contractor. The Commission will require that the Prime Contractor be responsible for a minimum of 30% of the work performed as measured by total hours billed.

3.3. REQUIREMENTS FOR PROPOSAL QUALIFICATIONS

Proposals shall include, but not be limited to, the following:

1. Qualifications and experience by project of all individuals who would perform work (including any subcontractor personnel).

2. Names of all individuals who would perform work (including any subcontractor personnel). No substitution of personnel will be permitted without prior written approval of the Commission's Program Manager.

4. The staffing proposal must include up-to-date, detailed resumes of the proposed staff. These resumes are to include a description of responsibilities in other assignments that are used as examples. Descriptions that are limited to "participated" or "assisted in" are of little value in determining the qualifications and experience of these individuals and will not be considered adequate for evaluation of staff qualifications and proposed assignments.

5. The approximate percentage of time to be devoted by all members of the staff who will be participating.

6. References from clients of previous projects performed by the contractor.

3.4 Conflict of Interest.

3.4.1. Automatic Disqualification The following conditions, for any prospective team member (firm, firm management, project management, or assigned individuals, and any subcontractors), constitute automatic disqualification from the selection process:

3.4.2. Former state employees:

3.4.3. Current State Employees:

3.4.4. Conflict of Interest 1) Provide a statement, signed by the principal of each participating firm, that the conditions specified in Section 3.4.1 (Automatic Disqualification), as resulting in automatic disqualification do not exist for any proposed team member (prime or subcontractor, firm or individual). 2) Other conditions may render a team unable to give impartial, technically sound, objective assistance and advice, otherwise result in a biased work product, or result in an unfair competitive advantage. In order to properly evaluate and judge the proposed team, and avoid termination and/or controversy at a later stage, DISCLOSE for each participating firm and individual:

4. Proposal Requirements

4.1. TIME SCHEDULE FOR SUBMISSION AND REVIEW OF PROPOSALS

It is recognized that time is of the essence. All proposers/bidders are hereby advised of the following schedule and will be expected to adhere to the required dates and times. The following table shows the timetable of events:

Table 4-1: Timetable of Events Tentative Dates

Event

Date

Request for Proposal (RFP) issued and advertised

October 11, 2002

Deadline for written questions regarding this Request for Proposal

October 25, 2002

Proposals are submitted no later than 5:00 p.m.

November 8, 2002

Evaluation of written bids complete

November 22, 2002

Bidder interviews start

December 2, 2002

Bidder interviews end

December 13, 2002

Evaluation of proposals completed

December 27, 2002

Public bid opening held at 505 Van Ness Ave.

January 6, 2003

Proposed award notice will be posted at 505 Van Ness Avenue

January 8, 2003

Contract awarded (if no protest is filed by deadline)

January 15, 2003

Contract approved and signed by the Commission & Consultant (date approximate) and approved by Department of General Services

January 27, 2003

Contract work starts

January 27, 2003

4.2. WORK PLAN AND SCHEDULE REQUIREMENTS

Independent Audit Tasks

The following lists the deliverables and estimated target completion dates for Independent Audit tasks. Note that all dates are tentative.

_ Task 1: Refine the Scope of Work. Finalize the audit goals and objectives, specific tasks, and the schedule and budget, and produce a detailed final audit plan.

_ Task 2: Initial Meeting with PG&E Personnel. The contractor shall acquire a thorough, detailed understanding of PG&E's Vegetation Management Program, including, but not limited to, tree-trimming activities and records, vegetation control activities and records, the electronic database and refusals procedure, and the procedure to responses to calls from the internal and external helpline where calls are received when a tree is a potential or immediate hazard.

4.3. COST DETAIL FORMAT

The proposed work should be broken down into the Work Plan and Work Schedule for the purpose of this proposal. The total costs of all tasks and milestones cannot exceed $1.7 million. Use the Sample Cost Proposal Worksheet (Attachment 3 in Section 5 of this RFP) as a guide in preparing your cost proposal.

4.4. FORMAT OF PROPOSALS

The proposal shall include the following information:

Overview of Proposal

Describe the purpose and objectives of the audit and how the proposal is arranged.

Bidders Business Information

_ State your firm's full name, address, and, if applicable, the branch office and any subcontractors that would perform or assist in performing any of the work.

_ Designate persons authorized to act on behalf of your firm during contract negotiations.

_ State your earliest available starting date.

_ State the names, addresses, and telephone numbers of the key personnel of your firm who would be working as Consultants. Include a copy of each key staff member's resume.

_ Include a management and organization chart of the proposed organization and team, including any Prime Contractor and subcontractor relationships.

_ Show the proposed relationships between the project Coordinator, key personnel, support staff and other resources that are expected to participate in the project, showing which aspects of the work each person will be responsible for performing and the approximate percentage of his/her time devoted to the project.

_ If subcontractors are a part of the bidder's team, the requested information, including current resumes, must be provided for them as well as the Prime Contractor.

_ The proposal should designate the key personnel assigned to this contract with the understanding that the Commission will require that all professional work billed under this contract be performed by the identified personnel, with approximately the same time commitment as indicated in the organization chart.

Technical Issues

Discuss the technical issues involved in conducting this independent audit, including those presented in this RFP.

Work Tasks

Submit a detailed work plan for accomplishing the tasks outlined in this RFP. A detailed work plan should include the following:

n Describe the management process by which the deliverables specified in the Scope of Work will be accomplished.

n Describe your firm's management procedures for planning, scheduling, and budgeting, as well as the procedures to be used in controlling time used, dollars spent, and quality control over deliverables.

n Describe the specific steps your firm intends to complete in performing the project tasks.

n Describe prospective arrangements to remain in contact and to coordinate with the Commission's Program Manager and consultant team.

Project Schedule

Submit a schedule for accomplishing the tasks and delivering work products. The proposer/bidder should provide a conservative project timeline that estimates the number of days to complete each task element identified in the workplan, identifies and accounts for all possible delays, and meets the target deadlines with a high degree of certainty.

Staffing Plan

The proposal should include the personnel assigned to each task and the number of hours for each staffing type or staff level needed to complete each deliverable.

Qualifications

The proposal should also include the following supporting documentation:

n Describe all applicable qualifications and provide detailed explanation of special capabilities directly related to conducting the independent audit.

n Fully describe all previous experience performing audits of the type required under this RFP, and provide examples of previous deliverables.

n Fully describe all previous contract work done with any of the investor owned or municipal utilities in California in the past five years.

n Provide the Commission with two to five examples of previous work products. The examples of the work products should include, at the minimum, vegetation control performance (includes tree-trimming) in the field, including the electronic database to monitor a customer's refusal to allow PG&E on the property to perform vegetation control activities; vegetation control management; and recorded vegetation control costs.

n__ Provide a list of similar previous audits and list of references.

Forms and Attachments

Attachments to be submitted with the proposal are provided in Section 5.

4.5. SUBMISSION PROCEDURES

Submission Requirements

Proposers/bidders must comply with the following submission requirements:

1. Proposals should provide straightforward and concise descriptions of the proposer's/bidder's ability to satisfy the requirements of this RFP. The proposal must be complete and accurate. Omissions, inaccuracies, or misstatements will be sufficient cause for rejection of a proposal.

2. Due to limited storage space, the proposal package should be prepared in the least expensive method (i.e., cover page with staple in upper left-hand corner, no fancy bindings).

3. All proposals must be submitted under sealed cover and received at the Commission by November 8, 2002 by 5pm. Proposals received after this date and time will not be considered.

4. A minimum of four (4) copies of the proposal must be submitted.

5. The original proposal must be marked "ORIGINAL COPY." All documents contained in the original proposal package must have original signatures and must be signed by a person who is authorized to bind the proposing firm. All additional proposal sets may contain photocopies of the original package.


6. The proposal package must be plainly marked with the RFP number and title and your firm name and address, and must be marked with "DO NOT OPEN", as shown in the following example:


RFP (02-08-001-PG&E)
Independent Audit of PG&E's Vegetation Management Programs

Firm XYZ
Pawtucket, California 92111

DO NOT OPEN


If the proposal is made under a fictitious name or business title, the actual legal name of proposer/bidder must be provided.

The bid price and all cost information must be submitted in a separate sealed envelope. The envelope should be affixed to the outside of the proposal package and marked "Sealed Cost Proposal-DO NOT OPEN." Proposals not submitted under sealed cover and marked as indicated may be rejected.

7. All proposals shall include the documents identified in Section 5, Attachment 1, Checklist. Documents in your proposal must appear in the order that they are listed in Section 5, Attachment 1.

8. Proposals must be mailed or delivered to the following address:

9. Proposals must be submitted for the performance of all the services described herein. Any deviation from the work specifications will not be considered and will cause a proposal to be rejected.

10. A proposal may be rejected if it is conditional or incomplete, or if it contains any alterations of form or other irregularities of any kind. The State may reject any or all proposals and may waive any immaterial deviation in a proposal. The State's waiver of immaterial defect shall in no way modify the RFP document or excuse the proposer/bidder from full compliance with all requirements if awarded the agreement.

11. Costs for developing proposals are entirely the responsibility of the proposer/bidder and shall not be charged to the State of California.

12. An individual who is authorized to bind the proposing firm contractually shall sign the Attachment 2 Proposal/Proposer/Bidder Certification Sheet (Section 5). The signature must indicate the title or position that the individual holds in the firm. An unsigned proposal may be rejected.

13. A proposer/bidder may modify a proposal after its submission by withdrawing its original proposal and resubmitting a new proposal prior to the proposal submission deadline. Proposal modifications offered in any other manner, oral or written, will not be considered.

14. A proposer/bidder may withdraw its proposal by submitting a written withdrawal request to the State, signed by the proposer/bidder or an agent authorized in accordance with number 8 above. A proposer/bidder may thereafter submit a new proposal prior to the proposal submission deadline. Proposals may not be withdrawn without cause subsequent to proposal submission deadline.

15. The awarding agency may modify the RFP prior to the date fixed for submission of proposals by the issuance of an addendum to all parties who received a proposal package.

16. The awarding agency reserves the right to reject all proposals for reasonable cause. If all proposals exceed the authorized budget, the agency is not required to award a contract.

17. Proposers/bidders are cautioned to not rely on the State during the evaluation to discover and report to the proposer/bidder any defects and errors in the submitted documents. Proposers/bidders, before submitting their documents, should carefully proof them for errors and adherence to the RFP requirements.

18. More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any proposer/bidder has submitted more than one proposal for the work contemplated herein will cause the rejection of all proposals submitted by that proposer/bidder. If there is reason to believe that collusion exists among proposers/bidders, none of the participants in such collusion will be considered in this or future procurements.

4.6. EVALUATION PROCEDURES

Proposal Evaluation Process

The following process will be used to evaluate the Independent Audit proposals:

a) After the bid deadline, each proposal will be checked for the presence or absence of required information in conformance with the submission requirements of this RFP.

b) The State will put each proposal through a process of evaluation to determine its responsiveness to the State's needs.

c) Proposals that contain false or misleading statements, or which provide references, which do not support an attribute or condition claimed by the proposer/bidder, may be rejected. If, in the opinion of the State, such information was intended to mislead the State in its evaluation of the proposal, and the attribute, condition, or capability is a requirement of this RFP, it will be the basis for rejection of the proposal.

d) Final selection will be based on the most responsive proposal with the lowest cost.

Proposal Evaluation Steps

Step 1

The proposals that meet the minimum qualifications will be evaluated and scored according to the criteria indicated below. A minimum of 80 points must be achieved in this phase to be considered responsive. (A responsive proposal is one that meets or exceeds the requirements stated in this RFP.) The Commission, based on information presented above under Section 4.5.1 Submission Requirements, established these criteria. Below is an example of possible rating categories:

n 20%: Quality of the team: relevant experience and capabilities such as, but not limited to, vegetation control management, financial auditing, and records review.

n 20%: Responsiveness to the RFP: conceptual approach to accomplishing one or more tasks; creativity of proposal.

n 20%: Quality of prior technical reports, financial records and preparation of meeting and administrative documents.

n 20%: Analytical techniques to be employed.

n 10%: Timeliness past record in providing deliverables and services on time and under budget.

n 5%: Response of references.

n 5%: Conflict of Interest.

The maximum possible score in step 1 will be 100. All bidders who score at or above 80% of the total points in step 1 will become finalists and will move on to step 2.

Step 2

This step will consist of interviews and presentations from bidders who have achieved a score of 80 or higher in Step 1. Proposers/bidders will be evaluated on the quality of their presentations and their answers to standard interview questions. The presentations should consist of the proposer's/bidder's proposals to achieve the work tasks identified in this RFP. Presentations will be scored on the basis of a total of 100 possible points, with points distributed as follows:

n 60% Presentation (content, understandability, schedule and budget of the project)

n 40% Answers to Interview Questions

All bidders who score at or above 85% of the total points in step 2 will become finalists and will move on to step 3.

Step 3

This step consists of opening and evaluating the sealed cost proposals. All proposals that enter step 3 will have received 85 points or more in step 2 and are considered fully capable of performing the required services. The sealed envelopes containing the bid price and cost information for the proposals that meet the format requirements and standards shall then be publicly opened and read. The agreement will be awarded to the lowest responsible bidder meeting the requirements outlined in this RFP. If no proposals are received, containing bids offering a price, which in the opinion of the awarding agency is a reasonable price, the awarding agency is not required to award an agreement (Public Contract Code 10344 (d), 10377 (d)).

4.7. AWARD AND PROTEST

Contract awards and protests will be governed by the following terms:

a) Whenever an agreement is awarded under a procedure that provides for competitive bidding, but the agreement is not to be awarded to the finalist who is also the low bidder, the low bidder shall be notified by telegram, electronic facsimile transmission, overnight courier, or personal delivery five (5) working days prior to the award of the agreement.

b) Upon written request by any proposer/bidder, notice of the proposed award shall be posted in a public place in the office of the awarding agency at least five (5) working days prior to awarding the agreement.

c) If any proposer/bidder, prior to the award of agreement, files a protest with the awarding agency on the grounds that the (protesting) proposer/bidder is the lowest responsible proposer/bidder, the agreement shall not be awarded until either the protest has been withdrawn or the Department of General Services has decided the matter.

d) Within five (5) days after filing the initial protest, the protesting proposer/bidder shall file with the Department of General Services and the awarding agency a full and complete written statement specifying the grounds for the protest. The written protest must be sent to the Department of General Services, Office of Legal Services, 707 Third Street, 7th Floor, West Sacramento, California 95605. A copy of the written protest must be mailed to the Commission at the address in Section 4.5.1, paragraph 8. It is suggested that you submit any protest by certified or registered mail.

e) Upon award of the agreement, Contractor must complete and submit to the awarding agency the Payee Data Record (STD 204), to determine if the Contractor is subject to state income tax withholding pursuant to California Revenue and Taxation Code Sections 18662 and 26131. This form can be found on the Internet at www.osp.dgs.ca.gov under the heading FORMS MANAGEMENT CENTER. No payment shall be made unless a completed STD 204 has been returned to the awarding agency.

f) Upon award of the agreement, Contractor must sign and submit to the awarding agency, page one (1) of the Contractor Certification Clauses (CCC), which can be found on the Internet at www.dgs.ca.gov/contracts. This document is only required if the proposer/bidder has not submitted this form to the awarding agency within the last three (3) years.

4.8. DISPOSITION OF PROPOSALS

Upon proposal opening, all documents submitted in response to this RFP will become the property of the State of California, and will be regarded as public records under the California Public Records Act (Government Code Section 6250 et seq.) and subject to review by the public. The State cannot prevent the disclosure of public documents. However, the contents of all proposals, draft proposals, correspondence, agenda, memoranda, working papers, or any other medium that discloses any aspect of a proposer's/bidder's proposal, shall be held in the strictest confidence until the "Letter of Intent" (contract award) is posted.

Proposal packages may be returned only at the proposer's/bidder's expense, unless such expense is waived by the awarding agency.

4.9. STANDARD CONDITIONS OF SERVICE

The following standard conditions of service will be enforced:

a) Service shall be available not later than January 27, 2003, after all approvals have been obtained and the agreement is fully executed. Should the Contractor fail to commence work at the agreed upon time, the awarding agency, upon five (5) days written notice to the Contractor, reserves the right to terminate the agreement. In addition, the Contractor shall be liable to the State for the difference between Contractor's Proposal price and the actual cost of performing work by the second lowest proposer/bidder or by another contractor.

b) All performance under the agreement shall be completed on or before the termination date of the agreement.

c) The State does not accept alternate contract language from a prospective contractor. A proposal with such language will be considered a counter proposal and will be rejected. The State's General Terms and Conditions (GTC) are not negotiable. The GTC may be viewed at Internet site www.dgs.ca.gov/contracts.

d) No oral understanding or agreement shall be binding on either party.

4.10. PREFERENCE PROGRAMS

The standard contract language for the preference programs can be found at the Internet web sites listed below:

1. Small Business Enterprise (SBE)

2. Target Area Contract Preference Act (TACPA)

3. Local Agency Military Base Recovery Area (LAMBRA) Act

4. Enterprise Zone Act (EZA)

5. Standard contract language for the Disabled Veteran Enterprise Program (DVBE)

4.11. DISABLED VETERAN BUSINESS ENTERPRISE PARTICIPATION PROGRAM REQUIREMENTS

Public Contract Code Section 10115 et seq. establishes a contract participation goal of at least three percent (3%) for disabled veteran business enterprise (DVBE). This goal applies to a state agency's overall contracting program. State agencies have the discretion to apply the DVBE participation goal to individual contracts. DVBE participation requirements are included for this contract. This solicitation attachment provides program information and bidder responsibilities for the DVBE Participation Program. Bidders must meet DVBE Participation Program requirements to be viewed as a responsive bidder and considered for contract award. Failure to submit a complete response may result in a non-responsive determination, in which case the bid will be rejected.

For bid response assistance, regarding DVBE, please contact the contracting official below:

The Office of Small Business Certification and Resources (OSBCR) offers program information and may be reached at:

4.12. REQUIRED ATTACHMENTS

A complete proposal or proposal package will consist of the items identified below. For your proposal to be responsive, all required attachments must be returned. If an attachment is not applicable to your firm, you must indicate "Not Applicable" on the form, sign it, and return it with your proposal. Attachments 1 through 6 are applicable to all bidders.

n Attachment 1: Attachment Check List

n Attachment 2: Proposal/Proposer/Bidder Certification Sheet

n Attachment 3: Cost Sheet (submitted under separate cover)

n Attachment 4: Disabled Veteran Business Enterprise Participation Forms and Instructions

n Attachment 5: Payee Data Record (STD 204) (if currently not on file) (may be found at www.osp.dgs.ca.gov)

Section 5 contains copies of Required Attachments 1 through 3 that are a part of this agreement. Attachments 4 through 9 must be downloaded from the Department of General Services web site. If you would like a paper copy of Attachments 4 through 9, please contact Ivan Jen at email address ivn@cpuc.ca.gov or phone number (415) 355-4994.

5. Required Attachments

 

Attachment

 

Attachment Name/Description

____

Attachment 1

 

Required Attachment Check List

____

Attachment 2

 

Proposal/Proposer/Bidder Certification Sheet

____

Attachment 3

 

Cost Sheet (Reminder: This sheet must be submitted under separate cover as described in Section 4.5.1 of the RFP)

____

Attachment 4

 

Disabled Veteran Business Enterprise Participation Forms and Instructions. The standard contract language for the Disabled Veteran Enterprise Program (DVBE) can be found at the Internet web site http://www.pd.dgs.ca.gov/dvbe/default.htm. To view the DVBE package and obtain the required submittal forms go to this web site.

 

 

 

Std. 840 Disabled Veteran Business Enterprise Participation Summary (page 1) OR

 

 

 

Good Faith Effort Documentation - Exhibit A

____

Attachment 5

 

Payee Data Record (STD 204) If currently not on file, this form can be found on the Internet at http://www.osp.dgs.ca.gov/ under the heading FORMS MANAGEMENT CENTER.

____

Attachment 6

 

Contractor Certification Clauses (CCC201). The CCC can be found on the Internet at www.dgs.ca.gov/contracts Page one (1) must be signed and submitted prior to the award of the agreement, but is not required if the proposer/bidder has submitted this form to the awarding agency within the last three (3) years.

____

Attachment 7

 

Target Area Contract Preference Act (TACPA). Contract language found at http://www.pd.dgs.ca.gov/edip/tacpa.htm

____

Attachment 8

 

Enterprise Zone Act (EZA). Contract language found at http://www.pd.dgs.ca.gov/edip/eza.htm

____

Attachment 9

 

Local Agency Military Base Recovery Area (LAMBRA ) Act. Contract language found at http://www.pd.dgs.ca.gov/edip/lambra.htm

PROPOSAL/PROPOSER/BIDDER CERTIFICATION SHEET

This Proposal/Proposer/Bidder Certification Sheet must be signed and returned along with all the "required attachments" as an entire package with original signatures. The proposal must be transmitted in a sealed envelope in accordance with the RFP instructions.

Do not return the "Sample Standard Agreement" at the end of this RFP.

A. Our all-inclusive cost proposal is submitted in a sealed envelope marked

"Sealed Cost Proposal - Do Not Open".

B. Place all required attachments behind this certification sheet.

C. I have read and understand the DVBE Participation requirements and have included documentation demonstrating that I have met the participation goals or have made a good faith effort.

D. The signature affixed hereon and dated certifies compliance with all the requirements of this proposal document. The signature below authorizes the verification of this certification.

An Unsigned Proposal/Proposer/Bidder Certification Sheet

May Be Cause For Rejection

1. Company Name

2. Telephone Number

2a. Fax Number

( )

( )

3. Address

Indicate your organization type:

4. Sole Proprietorship

5. Partnership

6. Corporation

Indicate the applicable employee and/or corporation number:

7. Federal Employee ID No. (FEIN)

8. California Corporation No.

Indicate applicable license and/or certification information:

9. Contractor's State Licensing Board Number

10. PUC License Number

11. Required Licenses/Certifications

 

CAL-T-

12. Proposer's/Bidder's Name (Print)

13. Title

14. Signature

15. Date

 

 

16. Are you certified with the Department of General Services, Office of Small Business Certification and Resources (OSBCR) as:

a. Small Business Enterprise Yes No

If yes, enter certification number:

b. Disabled Veteran Business Enterprise Yes No

If yes, enter your service code below:

 

 

 

 

NOTE: A copy of your Certification is required to be included if either of the above items is checked "Yes".

Date application was submitted to OSBCR, if an application is pending:

Completion Instructions for Proposal Proposer/Bidder Certification Sheet

Complete the numbered items on the

Proposal/Proposer/Bidder Certification Sheet by following the instructions below.

Item Numbers

Instructions

1, 2, 2a, 3

Must be completed. These items are self-explanatory.

4

Check if your firm is a sole proprietorship. A sole proprietorship is a form of business in which one person owns all the assets of the business in contrast to a partnership and corporation. The sole proprietor is solely liable for all the debts of the business.

5

Check if your firm is a partnership. A partnership is a voluntary agreement between two or more competent persons to place their money, effects, labor, and skill, or some or all of them in lawful commerce or business, with the understanding that there shall be a proportional sharing of the profits and losses between them. An association of two or more persons to carry on, as co-owners, a business for profit.

6

Check if your firm is a corporation. A corporation is an artificial person or legal entity created by or under the authority of the laws of a state or nation, composed, in some rare instances, of a single person and his successors, being the incumbents of a particular office, but ordinarily consisting of an association of numerous individuals.

7

Enter your federal employee tax identification number.

8

Enter your corporation number assigned by the California Secretary of State's Office. This information is used for checking if a corporation is in good standing and qualified to conduct business in California.

9

Complete if your firm holds a California contractor's license. This information will used to verify possession of a contractor's license for public works agreements.

10

Complete if your firm holds a PUC license. This information will be used to verify possession of a PUC license for public works agreements.

11

Complete, if applicable, by indicating the type of license and/or certification that your firm possesses and that is required for the type of services being procured.

12, 13, 14, 15

Must be completed. These items are self-explanatory.

16

If certified as a Small Business Enterprise, place a check in the "yes" box, and enter your certification number on the line. If certified as a Disabled Veterans Business Enterprise, place a check in the "Yes" box and enter your service code on the line. If you are not certified to one or both, place a check in the "No" box. If your certification is pending, enter the date your application was submitted to OSBCR.

ATTACHMENT 3

COST PROPOSAL WORKSHEET

(Agency may modify this page to meet their specific needs. This page may also be deleted if not needed)

DIRECT LABOR

DIRECT LABOR

HOURS

 

RATE

 

TOTAL

Program Manager

 

@

 

 

$

Staff Assistant

 

@

 

 

$

Technician

 

@

 

 

$

Clerical

 

@

 

 

$

 

 

 

    $

 

 

SUBCONTRACTOR(S) COST ITEMIZED

 

 

 

$

 

 

 

 

     
 

INDIRECT COSTS (OVERHEAD AND FRINGE BENEFITS)

 

 

 

 

   

Overhead Rate

 

@

Fringe Benefits

 

@

 

 

 

 

 

 

 

 

 

DIRECT COSTS (EXCEPT LABOR)

 

 

     

Travel Costs

 

 

 

 

 

Equipment & Supplies (itemized)

 

 

 

 

 

Other Direct Costs (itemized)

 

 

 

 

 

 

$

 

 

 

 

 

 

FEE (PROFIT)

 

 

 

$

TOTAL COSTS

 

 

 

$

ATTACHMENT 4

Disabled Veteran Business Enterprise Participation Forms and Instructions

ATTACHMENT 5

Payee Data Record (STD 204) (may be found at www.osp.dgs.ca.gov under the heading FORMS MANAGEMENT CENTER)

ATTACHMENT 6

ATTACHMENT 7

ATTACHMENT 8

ATTACHMENT 9

6. Sample Standard Agreement (STD 213)

Section 6 contains a sample Standard Agreement (contract) form and its accompanying exhibits. These documents are provided for your information and will be incorporated into the final agreement for services. The provisions in the Standard Agreement and its exhibits are non-negotiable, and any attempt by a bidder to modify these provisions may result in rejection of the bidder's proposal. Do not return the documents in Section 6 with your proposal.

EXHIBIT A

SCOPE OF WORK

1. Contractor agrees to provide to (agency name and acronym) (type of service) as described herein:

2. The services shall be performed at (location).

3. The services shall be provided during (time frame i.e., working hours, Monday through Friday, except holidays).

4. The project representatives during the term of this agreement will be:

State Agency

Contractor:

Name:

Name:

Phone:

Phone:

Fax:

Fax:

e-mail e-mail

State Agency:

Contractor:

Section/Unit:

Section/Unit:

Attention:

Attention:

Address:

Address:

Phone:

Phone:

Fax:

Fax:

e-mail e-mail

5. Detailed description of work to be performed and duties of all parties. Address the following issues as applicable:

· Specifications, requirements

· Personnel, staffing

· Coordination

· Results, deliverables

· Timelines, progress reports

· Evaluation, acceptance

EXHIBIT B

BUDGET DETAIL AND PAYMENT PROVISIONS

1. Invoicing and Payment

Zee Wong, Program Manager

CPUC, Consumer Protection & Safety Division

505 Van Ness Ave.

San Francisco, CA 94102

2. Budget Contingency Clause

3. Prompt Payment Clause

EXHIBIT C

GENERAL TERMS AND CONDITIONS

PLEASE NOTE: This page will not be included with the final contract. The General Terms and Conditions will be included in the contract by reference to Internet site www.dgs.ca.gov/contracts.

EXHIBIT D

SPECIAL TERMS AND CONDITIONS

1. Excise Tax

2. Settlement of Disputes

3. Evaluation of Contractor

4. Agency Liability

5. Potential Subcontractors

6. Utility Confidential Data

7. Insurance Requirements

8. Contract performance

9. Contract Supervision

10. Ownership of data/ intellectual property

11. Agreement for performing the evaluation

12. Availability of Documents

In order to prepare bids in response to the RFP, prospective bidders may wish to review the following Commission documents:

These documents are available at the Commission's San Francisco Headquarters Office located at the following address. They may also be available on the Commission's web site: www.cpuc.ca.gov.

13. Consultant - Staff Expenses

14. Public Works - Rules/Regulations

Exhibit E

ADDITIONAL PROVISIONS

1. Consultant - Staff Expenses

2. Subcontracts

3. Relationship with Contractor and Subcontractor

4. Commission Staff

5. Use of State Personnel

6. Changes in Time for Performance of Tasks

7. Change of Personnel

8. Ownership of Data

9. Confidentiality of Data/Nondisclosure Agreement

10. Termination-Bankruptcy

11. Termination at State's Option

12. Termination in Event of Breach

13. Waiver

14. Gratuities

15. Conflict of Interest

16. Agreement is Complete

17. Captions

18. Force Majeure

19. Counterparts (OPTIONAL)

1 Subcontractors to current contracts with PG&E, its parent, subsidiaries or affiliates are not automatically disqualified as long as the total value of all such subcontracts does not exceed $25,000. Any such subcontracts must be described in the Conflict of Interest section below. 2 As discussed in footnote 1, if the total value of all such subcontracts exceeds $10,000, then the subcontractor would be automatically disqualified.

Top Of Page