FACBOND-#FP FY24-02)

expired opportunity(Expired)
From: San Francisco Unified School District(School)

Basic Details

started - 20 Feb, 2024 (2 months ago)

Start Date

20 Feb, 2024 (2 months ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
San Francisco Unified School District

Customer / Agency

San Francisco Unified School District

Attachments (7)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FORPROPOSALSNOTICE SFUSDBONDPROGRAM (RFP SFUSD-FACBOND-#FP FY24-02) SCHOOLYARDSCOMPREHENSIVE PLAN The San Francisco Unified School District (SFUSD) is accepting Proposals for qualified teams to submit a response (the “Proposal) to this Request for Proposals (“RFP”) to prepare the San Francisco Unified School District’s Schoolyards Comprehensive Plan (“the Plan”). The Plan will set the framework for decision-makers in the planning, maintenance, development, and/or rehabilitation of SFUSD’s schoolyards, open space and outdoor recreation or learning facilities for a 15-year horizon. Proposals must be submitted via email to bongolanf@sfusd.edu, according to the stated document formatting requirements of this RFQ, no later than: 2:00 p.m. onMarch 22, 2024 RFQ packages will be available on the District website on February 20, 2024 at:
href="http://www.sfusd.edu/en/doing-business-with-sfusd/current-rfps-rfqs-and-rfis.html" target="_blank">http://www.sfusd.edu/en/doing-business-with-sfusd/current-rfps-rfqs-and-rfis.html http://www.sfusd.edu/en/doing-business-with-sfusd/current-rfps-rfqs-and-rfis.html REQUEST FOR PROPOSALS (RFP) SCHOOLYARDS COMPREHENSIVE PLAN RFP No. SFUSD-FACBOND-#FP FY24-02 FEBRUARY 2024 REQUEST FOR PROPOSALS SFUSD SCHOOLYARDSCOMPREHENSIVE PLAN RFPNo. SFUSD-FACBOND-#FP FY24-02 Table of Contents 1. OVERVIEW 1 1.1. Introduction 1 1.2. Timeline and KeyDates 1 2. BACKGROUND 1 3. RFP PURPOSE 4 4. SCOPEOFWORKANDREQUIREMENTS 4 5. DELIVERABLES 6 6. PROPOSAL FORMAT, CONTENT, AND SUBMISSION 6 6.1. Proposal Format 6 6.1.1. Letter of Interest and Executive Summary (1 page) 7 6.1.2. Proposer Profile (up to 4 pages) 7 6.1.3. Proposal to Address the Scope ofWork (up to 8 pages) 8 6.1.4. Key Personnel and Project Staffing (up to 10 pages) 8 6.1.5. Proposer’s Relevant Experience: (up to 7 pages) 8 6.1.6. MinimumQualifications Certification 8 6.1.7. Fee Proposal 9 6.1.8. Proof of Insurance 9 7. EVALUATION/SELECTIONPROCESS 9 8. CONTRACTAWARD 11 9. TERMS FORRECEIPTOF PROPOSALS 11 9.1. Errors andOmissions in RFP 11 9.2. Questions andObjections Regarding the RFP 11 9.3. Change Notices 11 9.4. Term of Proposal 12 9.5. Revision of Proposals 12 9.6. Errors andOmissions in Bid 12 9.7. Financial Responsibility 12 9.8. Reservation of Rights by the District 12 9.9. NoWaiver 12 10. PROTEST PROCEDURES 13 10.1. Protest of Contract Award 13 10.2. Delivery of Protests 13 RFP APPENDICES 14 1. OVERVIEW 1.1. Introduction The San Francisco Unified School District (“SFUSD” or “the District”) invites experienced qualified teams to submit a response (the “Proposal) to the Request for Proposals (“RFP”)tomanage, facilitate, and prepare the San Francisco Unified School District’s Schoolyards Comprehensive Plan (“the Plan”). The Plan will set the framework for decision-makers in the planning, maintenance, development, and/or rehabilitation of SFUSD’s schoolyards, open space and outdoor recreation or learning facilities for a 15-year horizon. Equally important will be that the Plan provides a prioritized approach to schoolyard capital projects, and include opportunities for active and passive community and volunteer engagement with the District’s schoolyards portfolio. The District is interested in receiving proposals from firms (individual or joint venture) with a minimum 3 years of experience in development of comprehensive plans for California public schoolyards withinmetropolitan school districts or similar projects. The project resulting from this RFPwill be funded fromDistrict funds, andmay include funds from non-profit, governmental, or philanthropic partners. Proposals that provide the scope of work in themost cost-effective manner will be viewedmore favorably. 1.2. Timeline and KeyDates Dates and/or the process in this timelinemay be changed by the District if deemed necessary. The District will make every effort to adhere to the following anticipated schedule: Event Date Document Posting (SFUSDWebsite) Tuesday, February 20, 2024 Advertising Date Deadline for Respondents to Submit RFP Questions March 1, 2024 @ 2:00 PM Question and Answer Posting (via Addendum on SFUSDWebsite) March 8, 2024 Proposal Due Date March 22, 2024 @ 12:00 PM Intent to Award Notice (Anticipated) April 2024 Protest Deadline Early May 2024 District Board Meeting - Contract Award (Anticipated) May 2024 Term of Contract (Anticipated) May 2024 - November 2024 2. BACKGROUND The San Francisco Unified School District (SFUSD) SFUSD is the primary and secondary public school entity for the City and County of San Francisco. The District is the seventh largest school district in California, withmore than 50,000 enrolled students and nearly 9,200 employees (as of 1 October 2021). San Francisco is both a city and a county, so the District administers both the school district and the San Francisco CountyOffice of Education (COE), making it a single-district county. Themajority of SFUSD’s properties are 120 schools (excluding charters), which account for 77 percent of all sites and 85 percent of the District’s building square footage portfolio. The remaining balance consists of 12 administrative buildings, 14 leased properties, 7 charter facilities, and 2 parcels of undeveloped land. The District has no vacant properties in its portfolio aside from the two undeveloped parcels. SFUSDmanages 16.7million square feet of exterior area (equivalent to 289 American football fields), much of which are student-activated schoolyards. Themaps below show SFUSDDistrict facilities by use and by school type. These maps are excerpted from SFUSD’s 2023 FacilitiesMaster Plan, which all Proposers should review in detail. Figure 1. Location of District Facilities by Use Figure 2. Location of District Facilities by School Type At present, the District opens 36 schoolyards to the public on weekends as part of a shared schoolyards partnership with the City and County of San Francisco. By the end of the 2024-2025 school year, 25more locations are planned for a total of 61 schoolyards that providemore accessible and safe spaces for children and families to play. Historically, SFUSD’s schoolyards were designed to be large hardtop expanses appropriate for Physical Education classes and large assemblies. Schoolyards remain 75% hardtopwith limited 2 https://go.boarddocs.com/ca/sfusd/Board.nsf/files/CQP5P3111C0E/$file/2023-04-25%20SFUSD%202023%20FMP%20FINAL.pdf seating, standard play equipment, aging surfacing, andminimal greening. The lack of attention to existing landscape has led tomass tree failure and a rapidly diminishing tree canopy. As the importance of outdoor exposure to children’s health was recognizedmore widely, designated “Green Schoolyards” were designed to provide small areas for garden education. Between 2005 and 2021, the District funded $20million of Green Schoolyard improvement projects across 66 campuses totalling 1.3million sq ft of improved space. Because General Obligation Bonds could not be used for programming, schools were largely left on their own to provide curriculum. As a result, only 30 schools offered a Garden Education Program. Opportunities for community participation in improvement projects remain limited and cumbersomewith complex review processes and limited staff capacity. In 2023, SFUSD adopted its FacilitiesMaster Plan (“FMP”), a policy document that highlights Emerging Priorities to improve our school buildings so they can support amore inclusive and impactful educational experience for all students. Included in the FMP as an Emerging Priority is Inspiring Outdoor Learning Spaces, which recognizes outdoor spaces as key components of safe and supporting learning environments. In addition to a policy vision, the FMP is data-driven and includes condition assessments of 147District properties. The assessments examine the conditions of building systems and the surrounding exterior spaces (pavement, play structures, fields, courts, bleachers, etc). Based on a visual inspection of condition, each systemwas assigned an estimated replacement cost and date. Over the next five years, the cost to replace all exterior systems at school sites due for replacement is estimated at $90.5million. This estimate assumes an in-kind replacement and does not include upgrades or the addition of new features that would create the inspiring outdoor learning spaces envisioned in the plan. The District recently conducted a comprehensive tree inventory and health assessment across all sites, allowing staff to proactively manage the aging canopy.With funding available from the voter-supported Street TreeMaintenance Fund, the District hires licensed tree crews to address maintenance and respond to imminent tree hazards at sites. Staff have adopted best landscape management practices including Integrated PestManagement, the elimination of herbicides, and Bay-Friendly certifications. In 2023, the District was awarded a $9.8million CalFire Grant to increase tree canopy and improve school yards in the City’s Southeast region, which is especially impacted by climate change and the urban heat island effect. SFUSD is also leveraging a partnership with the San Francisco Public Utilities Commission for green infrastructure related to stormwater management, which has brought over $5million to SFUSD schoolyard projects, with the promise of muchmore funding into the future. In addition, SFUSD has recently created the SchoolyardOutdoor Learning (SOL) program, which includes a holistic view of yard renovations with special consideration for outdoor learning and stormwater management. The SOL program is amenu-based program comprising a range of scope components from standalone shade structures and outdoor learning furnishing through comprehensive schoolyard improvements. The District recognizes that regular exposure to the outdoors and opportunities for physical activity enriches students’ academic, social, emotional, and physical health—key components of a safe and supportive learning environment. Outdoor areas also provide opportunities tomitigate the effects of climate change by increasing tree canopy coverage, increasing biodiversity, combating heat islands, andmanaging stormwater runoff. 3 3. RFP PURPOSE TheDistrict’s existing schoolyard infrastructure needs rehabilitation or redesign to better meet current and future school needs.While the District has data on schoolyard conditions and needs at all sites, it lacks a comprehensive plan that looks at the range of factors and full context that would shape a strategy to reimagine schoolyards as living, inspiring spaces that benefit human and non-human life in San Francisco. The Plan is intended to be a tool to be used in guiding District decision-making related to schoolyard planning, programming, and funding for near-term maintenance, small-scale improvements (including volunteer efforts), student engagement and capital projects.When complete, the Plan will support planning and programming by achieving the following results: ● Names the Plan’s Vision, Goals &Objectives to create a Plan and is viable for at least 15 years ● Clearly layers all policy context that informs schoolyard design ● Considers schoolyards in the context of the broader city landscape, creating cohesive corridors and engaging with local initiatives ● Evaluates existing conditions and documents needs of all District schoolyards ● Establishes design principles to inform schoolyard planning and programming, including science and environmental curriculum for students ● Documents prioritization principles, andmaps the District’s project implementation processes by project type ● Creates a plan for maintenance and stewardship of schoolyards, including howwork could be performed by employees, contractors, or volunteers 4. SCOPEOFWORKANDREQUIREMENTS The following general description of the scope of services is not exhaustive and is intended to illustrateminimum project requirements. Consultants are encouraged to present their own concepts to produce a comprehensive Plan. The Proposal to Address the Scope ofWork (Section 6.1.3) should reflect the Proposer’s original ideas for a highly visual, superior quality comprehensive planning document that clearly lays out the scope items below. Proposers should also recommend additional scope items if, in the Proposer’s professional judgment, the District has overlooked essential items, and state them clearly in the Proposal. I. Establish Plan Vision, Goals &ObjectivesA. Incorporate themes of sustainability, inclusion, environmental stewardship, fire safety, preservation, and historical and cultural character B. Consider future trends and planning best practices for use of public space for recreation, wellness, and community building C. Establish futuremaintenance standards with consideration based on current resources II. Applicable Plans + Policy Context A. Review and synthesize all pertinent District, City and County of San Francisco, regional, and other applicable land use plans, strategies, maps, watersheds, 4 microclimates, and other policy mapping projects that inform schoolyard and landscape design B. Reference relevant curriculum in place at SFUSD and outline opportunities for integrating schoolyard projects with student learning III. Existing Conditions Analysis A. ReviewDistrict’s existing plans and policies including greening and sustainability initiatives, design standards, and the District’s Vision, Values, Goals and Guardrails B. Compile an inventory and assessment of the existing schoolyards including student-activated areas, athletic fields, courts, and open spaces. The analysis should consider the capacity of each amenity as well as their functionality, accessibility, condition, comfort, and convenience C. Evaluate opportunities to leverage or connect with adjacent park and open space agencies and to build ecological connectivity betweenDistrict sites and City parks and other open spaces IV. Needs Assessment A. Gather and synthesize programming supported at each site including attendance, audience, and demand on the space. Programs can include afterschool programs, rentals, and the Shared Schoolyard Program B. Evaluate opportunities in currently underutilized or proposed schoolyards and open space areas using limited, quantifiable criteria agreed upon byDistrict and schoolyard stakeholders C. Consolidate findings into a Needs Assessment summary and site specific appendix V. Design Principles A. Document goals and criteria for evaluating and prioritizing recommended projects to achieve stated goals B. Identify and prioritize modifications to existing schoolyards , incorporating the existing conditions and costs of all recommendedmodifications C. Identify and prioritize implementation of programs to engage communities with schoolyards D. Identify new ormodified policies related to schoolyard design, maintenance and engagement E. Recommend implementation action plan F. Name plant palettes and preferred plant lists by implementation zone VI. Prioritization Principles A. Establish a detailed, prioritized implementation program for achieving the Plan’s vision B. Provide estimates of annual costs (capital, operating, maintenance, and replacement) and funding sources VII. Maintenance + Stewardship A. Recordmaintenance best practices for landscape features including trees, athletic fields, green infrastructure and student gardens. B. Createmaintenance prioritization list for trees, athletic fields, green infrastructure, and student gardens aligned based on health and safety assessments, District equity goals, and plant health needs. 5 VIII. Appendix A. Include a site by site appendix with a high level site plan and existing condition/needs assessment summary, relevant policy areas, and other plan alignment details that can inform project development for the project type recommended in the Plan. 5. DELIVERABLES The anticipated work products include, at a minimum, the following: ● A timeline withmilestones for the completion of the Plan ● Periodic status reports to the District, whichmay include interactions with District leadership ● Technical memorandumswhich summarize existing conditions and needs assessments ● A detailed outline of the Plan document ● One copy of the Administrative Draft, incorporating revisions fromDistrict comments on the outline ● One copy of the Final Draft, incorporating revisions fromDistrict comments on the draft Below is the District’s proposed schedule , exemplifying its expectations regardingmeetings and presentations. Respondents shall take this schedule into consideration when responding to this RFP. The selected consultant shall assume a series of meetings as follows over the 6month contract period. ● One (1) kick-off meeting with staff ● Up to eight (8) project managementmeetings ● Three (3) focused engagementmeetings with non-profit/philanthropic partners ● Three (3) public workshops The selected respondent andDistrict will finalize themeeting schedule prior to execution of any contract for service). 6. PROPOSAL FORMAT, CONTENT, AND SUBMISSION Proposers shall abide by these format, content, and submission requirements and procedures. The District reserves the right to reject any Proposals that fail to meet these requirements and procedures. Proposals must be submitted as PDF attachments to an email addressed to bongolanf@sfusd.edu. The email must be a direct email to the address with the following subject line: RFPNo. SFUSD-FACBOND-#FP FY24-02. Proposals received other than via email or after the due date shall not be accepted. 6.1. Proposal Format The information below is required for each responsive Proposal, in the order of the sections given below. Proposals will be carefully reviewed and assigned evaluation points based on the information providedwith amaximum score of 100 points. All information requestedmust be provided, including sections that do not carry points. Failure to provide all information requested 6 mailto:bongolanf@sfusd.edu may be deemed non-responsive. Proposals shall have a 30-page limit andmust be complete with a table of contents and respondents shall adhere to the following order and content for proposal sections. Each section should be labeled for ease of reference. Proposals must be consecutively numbered on each page. Different sections of the proposal must be properly namedwith a section heading. Proposers should not include any pre-printed advertising or marketingmaterials. Suchmaterials will not be reviewed or evaluated but may count towardmaximum page counts. Proposers shall provide the information requested below in the order shown. 6.1.1. Letter of Interest and Executive Summary (1 page) Each Proposer must submit information regarding the size of the firm and services provided and a summary narrative of its proposed approach to partnership with SFUSD. Submission of the Letter and Executive Summary represent that the Proposer is willing and able to perform the commitments contained in the Submittal. The letter must be signed by a person authorized to obligate Proposer to perform the commitments contained in the response. In the letter, the Proposer must: ● identify a contact (with contact information including telephone, mailing address, and email address) for future communications regarding the Submittal ● Confirm awareness of any and all addenda to the RP ● Acknowledge having read the draft Contract attached hereto and agree to executive a contract in substantially the same form if selected 6.1.2. Proposer Profile (up to 4 pages) Each Proposer shall provide a profile of its business including but not limited to the following: ● Experience/length of time providing open space comprehensive planning services relevant to the requested services ● A brief description of the firm including a Statement of Purpose. Include a description of typical services to clients of the Project Team, and number of years the firm and Key Personnel have been providing the services requested in this RFQ. ● Firm’s CurrentWork Commitments. Specify the size of the Firm, current and projected workload of Firm, and describe Firm’s ability to complete the Services as required herein. ● Conflicts of Interest. If applicable, provide a statement of any recent, current, or anticipated contractual obligations that relate in any way to similar work, the Project, or the District that may have a potential to conflict with the firm's ability to provide the Services described herein to the District. Firms cannot submit, propose, bid, contract, sub-contract, consult, or have any other economic interests in the Project to which the Firmmay provide Services. The Firm selected to provide the Services and any subsidiary, parent, holding company or affiliate of the selected firm, may not perform any construction work or submit a bid for the Project. ● Provide a reference list of not less than 3 clients of the Firm. This list should include projects which your Firm has provided similar design services during the past four years andmust include one (1) client with a completed project in the Bay Area. This reference list should include the clients’ names, addresses and telephone numbers and a brief description of each project, with a clear focus on related production, distribution, and repair project work. In addition, please include the original budget and the final cost to complete the project. The 7 District may ormay not contact all of those listed on the reference list. 6.1.3. Proposal to Address the Scope ofWork (up to 8 pages) Proposers shall provide information on the proposed approach to the provision of services, including approach to design services required for the Project andmanaging the District’s schedule and budget. The Proposals should include a scope of work that meets the District’s needs in a highly-graphic and digestible format for a competitive fee. 6.1.4. Key Personnel and Project Staffing (up to 10 pages) Please provide a one page organization chart indicating Key Personnel and their roles. Key Personnel are (1) a ContractManager to oversee the success of the contract and the primary point of contact for billing. The ContractManager shall have at least three years of experience with contract management, coordination, and billing; and (2) a Project Leadwhowill be the point person for questions about project deliverables, timelines, outcomes and service to the District. List any proposed engineering/ sub-consultant teammembers and themanagerial relationship of these individuals to each other. This chart should focus on the day to day project team(s) and not firm principals (unless the firm principal(s) will act as the day to day project manager on the project(s). Also, provide resumes of all teammembers shown on the organization chart. Resumes should not exceed one-page per teammember and include relevant project experience. 6.1.5. Proposer’s Relevant Experience: (up to 7 pages) Please demonstrate your Project Team’s experience over the last five (5) years. Proposers shall provide information on relevant architectural and design lead experience, including, but not limited to, the following: ● Proposers and Key Personnel qualifications and comparable project experience, including role of Key Personnel and construction value of prior projects. As a supplement to this information, detailed resumesmay also be included. ● Provide the professional qualifications of Key Personnel including licenses and certifications. ● Describe the Project Firm’s and associated sub consultant Firm’s professional qualifications and experience, including those of any sub consultants, in order to clearly demonstrate your ability to successfully furnish the services described in this Request for Proposals. ○ Prime Architect ○ Open Space Comprehensive Planner ○ Landscape Architect ○ Civil Engineer ● Provide three (3) representative projects for which your Firm has been the Architect of Record and have been completed (constructed) within the last 10 years. Each project may use up to one full page and should contain the following information: ○ Name of project ○ Name of client including contact information ○ Architect of Record (If a Joint Venture, identify your scope of work and percentage of project as well as the specific phase of work for which your Firmwas responsible. ○ Completion (of construction) date ○ Total project budget, and change orders as a percentage of total project budget. ○ Description of services provided by the firm 6.1.6. MinimumQualifications Certification Proposers must submit theMinimumQualifications Certification (Appendix A). Any proposals submitted without a completedMinimumQualifications Certification will be deemed nonresponsive 8 andwill not be accepted. 6.1.7. Fee Proposal This section shall communicate the Proposer’s fixed fee for required services using the Fee Proposal form in Appendix B. Fee shall be provided by task with any assumptions clearly noted. 6.1.8. Proof of Insurance Provide proof of insurancemeeting the requirements of this RFP. 7. EVALUATION/SELECTIONPROCESS 7.1. Overall Evaluation Process This section described the District’s criteria for analyzing and evaluating the Proposals. Submittals received in response to this RFPwill be evaluated in phases. Proposers that pass the initial evaluation phase (MinimumQualifications) will be advanced to the next phase which is the panel review and evaluation of the proposals. The evaluation criteria listed belowwill be utilized in the evaluation of the respondent’s written proposals and/or demonstration/presentation accordingly. The expectation is that those proposals in the competitive rangemay be considered for contract award. This RFP does not in any way limit the District’s right to solicit contracts for similar or identical services if, in the District’s sole and absolute discretion, it determines the Proposer is not fully capable of satisfying its needs. The District intends to evaluate the Submittals in accordance with the criteria detailed below. 7.2. Evaluation Panel The District intends to evaluate the Submittals generally in accordance with the criteria detailed below. The District will convene a panel whosemembership will include people with knowledge of the services requested through this RFP to evaluate and score the Proposals. To do this, the panelists will review the RFP, theQuestions and Answers document, and the Proposals received. 7.3. Evaluation Phases The evaluation process will consist of the phases specified belowwith the following allocation of points: Evaluation Phase Maximum Points Notes Minimum Qualifications Pass/Fail Must pass to be considered responsive Statement of Qualifications 100 Total of all panelists’ scores divided by the number of panelists. Oral Interview (at District’s sole discretion) 25 The Oral Interviewmay be required at the District’s sole discretion. 25 points would be possible for this interview. Total Possible Points 100 (125 if oral interview exercised by District) 9 MinimumQualifications (Pass/Fail) The Proposals will be reviewed for minimum qualifications on a pass/fail basis. Only Proposals that meet theminimum qualifications will be advanced to the next phase of the evaluation. The District has established the following requirements as theminimum qualifications for participating in this RFQ: ● MQ#1: Respondents must have aminimum of three (3) similar comprehensive plan projects completed in the last 10 years. ● MQ#2: At least one (1) of the projects must be within the last three (3) years. ● MQ#3: Key Personnel must have aminimum of three (3) years of experience in directly comparable key roles on at least one (1) of the qualifying projects. ● MQ#4: At least one (1) of the projects must be from the San Francisco Bay Area. Proposers must complete and submit aminimum qualifications certification in the form of Appendix A herewith with their Submittals. In addition to theminimum qualifications certification, Proposers must also submit information and documentation that verifies their responses to the questions in theminimum qualification certification. Proposal Contents (100 Points Possible) The Proposals that meet theminimum qualifications will be advanced to the next phase of the evaluation which is the panel evaluation. The evaluation panel will review the contents of the proposals and evaluate the Proposers based on the information therein. Proposals will be evaluated and scored according to the criteria set out in the table below. The total panelists’ scores for each Proposer will be divided by the number of panelists to arrive at the score for that Proposal. Under this formula, if a Proposal receives a total panelists’ score of 200 points and there are five (5) panelists, that proposer’s score will be 40 (200/5 = 40). Themaximum point possible for this phase is 100. Proposal Requirement RFQ Section Max Points Letter of Interest and Executive Summary 6.1.1 5 Proposer Profile 6.1.2 10 Proposal to Address the Scope of Work 6.1.3 25 Key Personnel and Project Staffing 6.1.4 25 Proposer’s Relevant Experience 6.1.5 20 Fee Proposal 6.1.7 15 TOTAL 100 Final Ranking At the conclusion of the evaluation phases, the District will tabulate the scores for Proposers to determine the ranking. Reference Checks 10 District staff will review and check the references for the highest ranked Proposers. The references will be asked to verify the proposer’s experience in providing the requested services, the quality of services and staffing provided to prior clients, as well as adherence to schedules/budgets and project management, communication abilities, performance on deliverables and outcomes, effectiveness in meeting or exceeding project objectives. 8. CONTRACTAWARD TheDistrict will select the highest ranked Proposers who can provide it with high-quality comprehensive planning and design services. The selection of any proposal shall not imply acceptance by the District of all terms of the proposal, whichmay be subject to further negotiations and approvals. If satisfactory terms cannot be negotiated with a Proposer in a reasonable time, the District, in its sole discretion, may terminate negotiations with that Proposer and begin negotiations with the next highest ranked Proposer. 9. TERMS FORRECEIPTOF PROPOSALS 9.1. Errors andOmissions in RFP Proposers are responsible for reviewing all portions of this RFP. Proposers are to promptly notify the District in writing, if they discover any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be sent by email to Bongolanf@sfusd.edu promptly after discovery, but in no event later than 2:00 P.M. (PST) on Friday, March 1, 2024. The email must be a direct email to this address; it cannot be a “reply” or part of a thread. The subject line of the email must state: ERRORS ANDOMISSIONS FORRFPNo. RFPNo. SFUSD-FACBOND-#FP FY24-02.Modifications and clarifications will bemade by addenda as provided below. 9.2. Questions andObjections Regarding the RFP Any questions and/or objections concerning the substance of this RFP including the Scope ofWork, requirements, and evaluation criteria must be submitted, in writing, via email to Bongolanf@sfusd.edu by 2:00 P.M. (PST) on Friday, March 1, 2024. Any questions concerning the RFP process shall be submitted no later than 48 hours prior to the bid due date to the same email address. The email must be a direct email to this address; it cannot be a “reply” or part of a thread. The subject line of the email must state: QUESTIONS FORRFPNo. RFPNo. SFUSD-FACBOND-#FP FY24-02. Proposers who fail to do sowill waive all further rights to protest, based on these specifications and requirements. If necessary, a “Questions and Answers” document will be developed from all submitted questions and posted on the District’s contracts opportunities portal: Current RFPs, RFPs, RFOs & RFIs | SFUSD. It is the responsibility of the Proposers to check the portal for theQuestions and Answers document and any addenda. 9.3. Change Notices TheDistrict maymodify the RFP, prior to the bid due date, by issuing an addendum, which will be posted on the District’s contracts opportunities portal: Current RFPs, RFPs, RFOs & RFIs | SFUSD. Proposer’s shall be responsible for ensuring that their Submittals reflect any and all RFP addenda issued by the District prior to the bid due date regardless of when it is submitted. Therefore, the District recommends that Proposers visit the portal frequently, particularly during the run up to the bid due date, to determine if they have downloaded any and all addendum/addenda and documents. 11 https://www.sfusd.edu/business-with-sfusd/current-rfps-rfqs-rfos-rfis https://www.sfusd.edu/business-with-sfusd/current-rfps-rfqs-rfos-rfis https://www.sfusd.edu/business-with-sfusd/current-rfps-rfqs-rfos-rfis 9.4. Term of Proposal Submission of a Proposal signifies that the proposed services and fees/cost are valid for 120 calendar days from the Proposal due date and that the quoted fees are genuine and not the result of collusion or any other anti-competitive activity. 9.5. Revision of Proposals A Proposer may revise its Proposal on its own initiative at any time before the deadline for submission of bids. The Proposer must submit the revised Proposal in the samemanner as the original. A revised Proposal must be received on or before the bid due date. In no case will a statement of intent to submit a revised Proposal, or commencement of a revision process, extend the bid due date. At any time during the evaluation process, the District may require a Proposer to provide oral or written clarification of its Proposal. The District reserves the right tomake an awardwithout further clarifications of Proposals received. 9.6. Errors andOmissions in Bid Failure by the District to object to an error, omission, or deviation in a Proposal will in nowaymodify the RFP or excuse a Proposer from full compliance with the specifications of the RFP or any contract awarded pursuant to the RFP. 9.7. Financial Responsibility The District accepts no financial responsibility for any costs incurred by any Proposer in responding to this RFP. Proposals will become the property of the District andmay be used by the District in any way deemed appropriate. 9.8. Reservation of Rights by the District The issuance of this RFP does not constitute an agreement by the District that any contract will actually be entered into by the District. The District expressly reserves the right at any time to: ● Waive or correct any defect or informality in any response or procedure. ● Reject any or all Submittals. ● Reissue a Request for Proposals. ● Prior to submission deadline, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for anymaterials, equipment, or services to be provided under this RFP, or the requirements for contents or format of the Submittals. ● Procure anymaterials, equipment or services specified in this RFP by any other means; or ● Determine that no project will be pursued. 9.9. NoWaiver Nowaiver by the District of any provision of this RFP shall be implied from any failure by the District to recognize or take action on account of any failure by a Proposer to observe any provision of this RFP. 10. PROTEST PROCEDURES 12 10.1. Protest of Contract Award Within five (5) working days of the District's issuance of a Notice of Intent to award the contract to the lowest responsive Proposer, the next lowest responsive Proposer may submit a written notice of protest if it believes that the District has incorrectly selected another Proposer for award. Such notice of protest must be received by the District on or before the fifth working day after the District's issuance of the notice of intent to award. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the Proposer, andmust cite the law, rule, local ordinance, procedure, or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the District to determine the validity of the protest. 10.2. Delivery of Protests All protests must be received by their respective due dates. Protests must be delivered via email to Bongolanf@sfusd.edu. The email must be a direct email to this address; it cannot be a “reply” or part of a thread. The subject line of the email must state: RFPNo. SFUSD-FACBOND-#FP FY24-02. Protests sent by anymeans or format other than as specified here or that are not received before their respective due dates will not be considered. 13 RFPAPPENDICES A. MinimumQualifications Certification B. Fee Proposal Template C. District’s Standard Consulting Contract + Exhibits 14 https://docs.google.com/spreadsheets/d/1IMUnYdBPOeNi_4FieVBzMb7WAoTYNBAT/edit?usp=sharing&ouid=108689643717924158904&rtpof=true&sd=true https://drive.google.com/file/d/1mW6X38GZylIQmpruWl__6_50jbd_L-kb/view?usp=drive_link https://drive.google.com/file/d/1O3wj90QoE6ySnOMAB3P8dC8Yw_X7mg6e/view?usp=drive_link APPENDIX A MINIMUMQUALIFICATIONSCERTIFICATION The Submittals will be reviewed by the District for minimum qualifications. The evaluation results at this phase shall be based on pass/fail criteria. Only those Submittals that meet the minimum qualifications will be advanced to the next phases of the evaluation. By checking the boxes below and submitting this formwith the Proposal, the Proposer certifies that the proposing firm and key personnel meet theminimum qualifications. The District has established the following requirements as theminimum qualifications for participating in this solicitation event: ● MQ#1: Respondents must have aminimum of three (3) similar comprehensive plan projects completed in the last 10 years. YES NO ● MQ#2: At least one (1) of the projects must be within the last three (3) years. YES NO ● MQ#3: Key Personnel must have aminimum of three (3) years of experience in directly comparable key roles on at least one (1) of the qualifying projects. YES NO ● MQ#4: At least one (1) of the projects must be from the San Francisco Bay Area. YES NO

555 Franklin Street San Francisco, CA 94102Location

Address: 555 Franklin Street San Francisco, CA 94102

Country : United StatesState : California