Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County

Similar documents
REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

The deadline for submittal of proposals is 4:00 PM, Pacific Time, January 8, 2014.

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY LOWER SAUCON TOWNSHIP

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES CLEARWATER PUBLIC SCHOOLS EWING PUBLIC SCHOOLS NELIGH-OAKDALE PUBLIC SCHOOLS

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS EXECUTIVE SEARCH SERVICES. Issuance Date November 27, 2017

Village of Algonquin Request for Proposals Accounting Services

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

Request for Proposals Professional Audit Services. January 17, 2019

Amity School District 4J

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

REQUEST FOR PROPOSALS. Request for Proposals for Classification Pay and Benefits Study (A )

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSALS: AUDIT AND TAX SERVICES

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

August 31, To Whom It May Concern:

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

Request For Proposal Of Printing and Design Services. Marketing Department

Request for Proposals CONTRACTED LANDSCAPE ARCHITECTURE SERVICES

Request for Qualifications Statements

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

Request for Proposal For: 2018 American Bar Association Temporary Services

Responses to this RFP are due on or before February 23, 2015, as described below in Sections IV and VI.

MARYLAND STADIUM AUTHORITY

SAN MATEO COUNTY FAIR REQUEST FOR PROPOSALS ADVERTISING, MARKETING & PUBLIC RELATION SERVICES RFP #

City of Dawson Creek Request for Proposals No

Request for Proposal for Annual Financial Audit Services

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Ground Transportation Management Services

REQUEST FOR PROPOSALS


The Development of the PASSENGER TRANSPORTATION FUNDING STUDY

MAHASKA COUNTY, IOWA PUBLIC SAFETY RADIO SYSTEM ANALYSIS PROPOSAL

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

Board Chair s Signature: Date Signed: 9/12/2014

All required information must be completed in full, in ink, or typewritten.

City and County of San Francisco

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSALS For AUDIT SERVICES

June 20, 2016 REQUEST FOR PROPOSAL STRATEGIC PLANNING CONSULTANT

REQUEST FOR PROPOSALS Legal Services for the Danville Redevelopment and Housing Authority

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

Long Beach City Auditor s Office

VILLAGE OF GLENDALE, OHIO REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING SERVICES JULY 2015

December 15, 2016 REQUEST FOR PROPOSALS (RFP) FOR AUDIT SERVICES

City of Compton Water Utility Division

State of North Carolina Department of Health and Human Services

REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

REQUEST FOR PROPOSALS FOR Audit and Tax Services

Lincoln City Visitor and Convention Bureau. City of Lincoln City REQUEST FOR QUALIFICATIONS

MARYLAND STADIUM AUTHORITY

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL For Legal Services Bid Number:

ENGINEERING SERVICES Phase III Construction Engineering Services for the Benedictine Parkway Improvement Project

SECTION 6.2: CONTRACT MANAGER

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014

ANNOUNCEMENT REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

2017 Renewable Energy Sale - Request for Offers Solicitation Protocol

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

RFP NO REQUEST FOR PROPOSALS FOR CITY ATTORNEY SERVICES

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Transit Return on Investment (ROI) Study Request for Proposals (RFP)

CITY OF JOHNSTON REQUEST FOR PROPOSALS ANNUAL AUDIT SERVICES

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

FENCING AND FENCE REPAIR

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid

United Planning Organization

Request for Proposals for Enterprise Resource Planning System Replacement Consultants Mariposa County, CA

Town of Brandon, Vermont US Route 7 (Center Street) Bridge 114 Improvements

NHCAC North Hudson Community Action Corporation

REQUEST FOR PROPOSAL Audit and Tax Services ISSUED November 2, 2016 RFP No

May 17, 2017 REQUEST FOR PROPOSALS for SECURITY SERVICES ATTENTION RESPONDENTS

REQUEST FOR QUOTES. for. Pet Licensing Services RFQ #1831 January City of Culver City. Police Department Culver Boulevard

TEXAS BOARD OF NURSING CONTRACT PROCUREMENT AND MANAGEMENT HANDBOOK JULY 2018

REQUEST FOR QUALIFICATIONS CIVIL ENGINEERING PROFESSIONAL SERVICES VILLAGE OF BARTLETT COUNTRY CREEK LIFT STATION PROJECT

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

PIEDMONT TRIAD AIRPORT AUTHORITY

Procurement Under the New Requirements 1

REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

Town of Brandon, Vermont Brandon Union St. Sidewalk STP EH 05 (4) Request for Qualifications Construction Inspection and Testing Services

Ohio Public Employees Retirement System. Request for Proposal

Request for Proposal

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

Transcription:

Request for Proposals Triennial Performance Audit of Public Transit Systems and The Council of Governments in San Joaquin County April 09, 2018 Responses Due Date/Time April 30, 2018 before 4:00 PM Pacific Time San Joaquin Council of Governments 555 E. Weber Ave. Stockton, CA 95202 (209) 235-0600 Page 1

TABLE OF CONTENTS Chapter Page I. Introduction 1 II. Background 1 III. Schedule of Events 1 IV. Proposal Submission Requirements 2 V. Questions/Clarifications 2 VI. Proposal Evaluation and Selections 3 VII. Proposal Content and Organization 4 VIII. Description of Performance Audit Project Requirements 7 IX. Required Products 10 X. Payment Schedule 10 XI. Bid Protest 11 XII. Attachment A: Scope of Work 14 Page 2

I. INTRODUCTION The San Joaquin Council of Governments (SJCOG) is seeking proposals from qualified consultants to conduct performance audits of the SJCOG and of the seven transit operators under the COG's jurisdiction. II. BACKGROUND The SJCOG is statutorily required by Section 99246 of the California Public Utilities Code to designate an entity other than itself, a county transportation commission, a transit development board, or an operator to make a performance audit of its activities and the activities of each operator to whom it allocates funds. The intent of this RFP is to procure performance audits for fiscal years 2015-16 through 2017-18 of the SJCOG and the following transit operators:! San Joaquin Regional Transit District! City of Lodi! City of Ripon! Regional Rail Commission! City of Tracy! City of Manteca! City of Escalon The audits must be conducted during the fiscal year 2018-19 and must be conducted in compliance with relevant sections of the Transportation Development Act (TDA). The SJCOG further expects that the performance audits will be conducted consistent with the "Performance Audit Guidebook for Transit Operators and Regional Transportation Planning Entities" (hereinafter referred to as the "Performance Audit Guidebook") issued by the California Department of Transportation. III. SCHEDULE OF EVENTS Table 1, RFP Schedule of Events, identifies the RFP schedule that will be followed. RFP EVENT DATE/TIME Agency Issues RFP April 09, 2018 Deadline for Proposer Questions April 24, 2018 Deadline for Proposal Submission April 30, 2018, 4:00 PM PT Agency Completes Evaluations May 07, 2018 Conduct interview of finalists (if required) May 14, 2018 Recommendation to COG Board for Selection May 24, 2018 Contract Approval and Notice to Proceed May 28, 2018 Final Reports Due June 07, 2019 Page 3

IV. PROPOSAL SUBMISSION REQUIREMENTS Proposers must submit 4 hard copies of their technical and cost proposal. The technical and cost proposal shall be separately sealed in an envelope or container and include the following statement in the lower left-hand corner: "Technical and Cost Proposal for the Triennial Performance Audit. The container must also be marked clearly with the proposer's name, address, and telephone number, and with a proposer contact person's name. Proposals should be addressed to: San Joaquin Council of Governments Attention: Rebecca Calija/GO 555 E. Weber Ave. Stockton, CA 95202 Email: orosco@sjcog.org (209) 235-0600 All proposals must be received by the SJCOG no later than 4:00 P.M. on April 30, 2018. Proposals and/or modifications received after this exact hour and date will not be reviewed or accepted. No FAXED or Emailed submittals will be accepted. Inquiries shall be directed to Grace Orosco or Steve Dial. All proposals become the property of the SJCOG upon submission. The cost of preparing, submitting and presenting a proposal is the sole expense of the proposer. The SJCOG has the right to reject any or all proposals received as a result of this request, to negotiate with any qualified source, or to cancel in part or its entirety this RFP if it is in the best interests of SJCOG member agencies to do so. The solicitation of proposals in no way obligates SJCOG to contract with any proposer. V. QUESTIONS/CLARIFICATIONS Questions and or clarifications to this RFP must be submitted in an email to orosco@sjcog.org, prior to the deadline specified in Table 1. Proposer questions should clearly identify the relevant section of the RFP and page number(s) related to the question being asked. Questions received after the date and time specified will be answered at the option of the Council of Governments. Please mark all questions/clarifications as Written Questions to Triennial Performance Audit. The Council of Government s responses to the questions received by the date and time will be posted on SJCOG s website at www.sjcog.org. Page 4

VI. PROPOSAL EVALUATION AND SELECTION A proposal review panel made up of representatives from the transit operators being audited in this project and SJCOG staff will evaluate the proposals and determine the necessity for oral interviews. The SJCOG reserves the right to select a consultant based solely on written proposals and not convene oral interviews. If oral interviews are deemed necessary, the review panel will decide which proposers will be selected for interviews and will conduct those interview sessions. The panel will evaluate all information presented and make a recommendation to the SJCOG Board. The SJCOG Board will make the final consultant selection. The evaluation criteria that will be used in the selection process are as follows: Understanding of the purpose and requirements of the audit; Approach to be followed and the tasks to be performed, including detailed steps and resources required and proposed project schedule; Relative allocation of resources, in terms of quality and quantity, to key tasks, including the time and skills of personnel assigned to the tasks and the consultant's approach to managing resources and project output; Experience in public transit, performance auditing, and the issues and functional area(s) to be analyzed; Education and specific experience of the project team to be assigned; and Cost of audit services. The proposer must also demonstrate that the prospective contractor: Is an Equal Opportunity Employer with an Affirmative Action Plan; Is qualified and eligible to receive an award under applicable laws and regulations; Has an adequate internal financial management and accounting system; Is not in default to any SJCOG member agency for taxes, licenses or previous agreements; and Has no conflicts of interest in performing the work described in this RFP. Page 5

VII. PROPOSAL CONTENT AND ORGANIZATION Proposals should be limited to specific discussions of the elements outlined in this RFP. The intent of this RFP is to encourage responses which meet the stated requirement, and which propose the best methods to accomplish the work within the stated budget. The organization of proposals should follow the general outline below. Each Proposal should consist of a Technical Proposal (Items 1-8 below), and a Cost Proposal (Item 9 below). 1. Transmittal Letter The transmittal letter should include the name, title, address, and phone number, and original signature of an individual with authority to negotiate on behalf of and to contractually bind the proposer, and who may be contacted during the period of proposal evaluation. Only one transmittal letter need be prepared to accompany all copies of the Technical and Cost Proposal. 2. Table of Contents A listing of the major sections in the proposal and the associated page numbers. 3. Introduction In this section, the Proposer should demonstrate an adequate understanding of the triennial performance audit purpose, the roles and relationships of the SJCOG and the different transit operators, and the local conditions within the San Joaquin County area. 4. Audit Plan and Technical Approach The audit plan should include the items below and in accordance with the proposed Scope of Work (Attachment A): a. A description of the overall audit program being submitted, including an explanation of the basic purpose and general focus of this audit. b. An explanation of the consultant's intended role as auditor, as related to the role of the SJCOG and the operators, including the division of work between the SJCOG staff and the consultant. c. A thorough explanation of the consultant's proposed course of action. Reference should be made to RFP requirements and the consultant's plans for meeting those requirements. If the consultant proposes major changes in the RFP approach, those changes should be specified Page 6

clearly. The consultant should specify, techniques, especially data elements to be sampled, staff to be interviewed, documents to be reviewed, etc. d. An itemized description of the proposed project schedule, and the end products to be produced. 5. Project Management and Quality Control The Proposer must prepare an explanation of the project management system and practices to be used to assure that the project is completed within the scheduled time frame and that the quality of the required products will meet the SJCOG's requirements. 6. Consultant and Subcontractor Staff The proposal must describe the qualifications and experience of each professional who will participate in the project, including a resume for each member of the project team. A project manager must be designated, and an organizational chart showing the manager and all project staff must be included. A matrix must be presented indicating the effort, in person-hours, which will be contributed by each professional during each project phase or task. If a subcontractor will be used, the proposer must include a letter from the subcontractor committing to perform at least the work shown for subcontractor professionals in the matrix described above. 7. Consultant Qualifications and References The proposal must describe the nature and outcome of projects previously conducted by the consultant which are related to the work described in this RFP. Descriptions should include a client contact name, address, phone number, a description of the type of work performed, approximate date on which the work was completed, the total value of services provided, budget and schedule performance, and professional staff involved. If a subcontractor is proposed, two to three similar qualifications and references should be provided for the subcontractor. Up to two samples of the consultant's reports on closely related projects should also be included, if available 8. Other Qualifications a. Disadvantaged Business Enterprise (DBE) It is the policy of the SJCOG that DBEs shall have the opportunity to participate to the maximum extent feasible in all required aspects of Page 7

procurement and contracting. The recipient or its subcontractor agrees to ensure that DBEs have the maximum opportunity to participate in the performance of contracts and subcontracts. Any proposer qualifying as a DBE under these terms should submit information that confirms these qualifications. To be eligible as a DBE firm, that firm must meet current California Department of Transportation standards, as well as those in 49 Code of Federal Regulations Part 23. b. Equal Employment Opportunity The proposer must be able to demonstrate that it is an Equal Opportunity Employer with an Affirmative Action Plan that can be reviewed by SJCOG upon request. c. Title VI of the Civil Rights Act of 1964 9. Cost Proposal The proposer agrees to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964(49 USC 2000d) and regulations of the U.S. Department of Transportation issued thereunder in 49 CFR part 21. In addition to a technical proposal, the prospective contractor shall prepare a detailed cost proposal for the work to be performed. The cost estimate should be based on the person-hours described in number 6. The cost proposal shall encompass all compensation items including personnel, overhead, other direct costs (travel, materials, etc.), subcontractor costs, and contingency costs. Personnel costs shall include hourly rates by position and total cost by position and must include all labor additives such as employee benefits, vacation, sick leave, insurance, retirement. If subcontractors are to be used, no markup will be allowed. The same breakdown of subcontract costs must be provided as is required for contractor costs above. Failure to provide detailed cost breakdowns will be the cause of rejection of the proposal. Cost proposal shall be presented separately from the technical proposal in a sealed envelope or container. VIII. DESCRIPTION OF PERFORMANCE AUDIT PROJECT REQUIREMENTS Performance Audits of Transit Operators: San Joaquin Regional Transit District Page 8

City of Escalon City of Lodi City of Ripon City of Manteca City of Tracy San Joaquin Regional Rail Commission The consultant will be required to perform the following tasks as part of each operator's performance audit: Determine Compliance with Statutory and Regulatory Requirements The consultant will be required to review and determine the operator's compliance with the TDA and related sections of the California Code of Regulations. At a minimum, the Code Sections for which compliance is to be verified are those specified within the "Performance Audit Guidebook," as published by the California Department of Transportation. Should the consultant identify instances of noncompliance, a finding regarding the non-compliance should be made in the audit report. Follow-Up on Prior Performance Audit Recommendations The consultant will review the most recent prior performance audit for the operator and assess the operator's implementation of audit recommendations. The auditor will need to make determinations as to whether recommendations which have not been implemented are (a) no longer applicable, (b) infeasible, or (c) should still be implemented. If a prior audit recommendation has not been implemented but still has merit, the consultant should include the prior audit recommendation in the current audit report. The consultant will evaluate recommendations which have been implemented or are being implemented. For these recommendations, the consultant should assess the benefits provided (or likely to be provided) by the recommendation. Significant accomplishments in implementing prior recommendations should be recognized. Verify Performance Indicators As part of the performance audit, Section 99246 of the Public Utilities Code requires verification of five performance indicators: operating cost per passenger, operating cost per vehicle service hour, passengers per vehicle service hour, passengers per vehicle service mile, and vehicle service hours per employee. The consultant will review and validate the operator's collection of basic data needed to calculate these indicators for each fiscal year in the three-year audit period. The consultant is expected to analyze performance indicators with the intent of identifying potential issues or concerns that may need further examination during the functional review. Page 9

As part of the functional review described below, the consultant will be expected to select, calculate and analyze additional performance indicators which are appropriate to identify, quantify, and/or resolve performance problems and potential areas for improvement. Review Operator Functions The consultant will review each operator function, consistent with the "Performance Audit Guidebook." The functional review is expected to include interviews with the operator s management, staff, and governing board, as well as with selected SJCOG staff. Concerns over inefficient or ineffective operator performance may be raised by: Operator and SJCOG interviews concerning operator functions; Documents, such as productivity committee reports, user surveys, or shortrange transit plans; Review and analysis of TDA-required performance indicators; Follow-up of prior performance audits; and Review of operator compliance with statutory and regulatory requirements. Concerns of inefficient or ineffective operator performance should lead to a further investigation which may include the verification and calculation of additional performance indicators. The detailed investigation of functional concerns, problems, and potential improvements should make up the basis of most findings in the audit report. Determine Compliance with Legal and Regulatory Requirements The consultant will be required to review and determine the SJCOG's compliance with the TDA and related sections of the California Administrative Code. The specific code sections for which compliance is to be verified are those specified within the "Performance Audit Guidebook." Should the consultant identify instances of non-compliance, a finding regarding the non-compliance should be made in the audit report. Follow-Up on Prior Performance Audit Recommendations The consultant will review the most recent prior performance audit for the SJCOG Page 10

and assess the SJCOG's implementation of audit recommendations. The auditor will need to make determinations as to whether recommendations which have not been implemented are (a) no longer applicable, (b) infeasible, or (c) should still be implemented. If a prior audit recommendation has not been implemented but still has merit, the consultant should include the prior audit recommendation in the current audit report. The consultant will evaluate recommendations which have been implemented or are being implemented. For these recommendations, the consultant should assess the benefits provided (or likely to be provided) by the recommendation. Significant accomplishments in implementing prior recommendations should be recognized. Review COG Functions The consultant will review each SJCOG TDA-related function, consistent with the "Performance Audit Guidebook." The functional review is expected to include interviews with the SJCOG's management, staff, and governing board, as well as with operators under the SJCOG's jurisdiction. Supplemental interviews with other regional agencies and local, State or federal agencies may be appropriate to gather more detailed information about areas of concern. Concerns over inefficient or ineffective SJCOG performance may be raised by: SJCOG and operator interviews concerning SJCOG functions; Documents, such as the regional transportation plan, and adopted policies and procedures for evaluating TDA claims; Follow-up of prior performance audits; and Review of SJCOG compliance with statutory and regulatory requirements Concerns of inefficient or ineffective performance should lead to further investigation. The detailed investigation of functional concerns, problems, and potential improvements should make up the basis of most findings in the audit report. IX. REQUIRED PRODUCT The consultant must provide electronic copies of each draft audit report to the SJCOG Executive Director for review and comment prior to finalization. After SJCOG and the operator's review and comment upon the draft, the consultant must deliver ten (10) copies of each final written report to the Director. In addition, electronic Page 11

copies of each final report will be sent to SJCOG in the event that additional copies are needed at a later time. The final report must address each of the performance audit project requirements outlined above and must be delivered no later than June 07, 2019. The consultant may be requested to make an oral presentation of the audit findings to each operator's governing board and the SJCOG's governing board. X. PAYMENT SCHEDULE The consultant will be paid based on work performed. A payment schedule will be agreed upon between the SJCOG and the successful proposer at the time of contract negotiation. Payments will be tied to the successful completion of the project and the specified deliverable end products. SJCOG will retain 10 percent of the reimbursable amount from each billing pending receipt of an acceptable final product. XI. BID PROTEST A. Bid Protest. Any bid protest must be in writing and received by SJCOG at 555 East Weber Avenue, Stockton, CA 95202 before 5:00 p.m. no later than five (5) business days following bid opening (the Bid Protest Deadline ) and must comply with the following requirements: B. 1.1. General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder but must timely pursue its own protest. If required by SJCOG, the protesting bidder must submit a nonrefundable fee in the amount specified by SJCOG, based upon SJCOG s reasonable costs to administer the bid protest. Any such fee must be submitted to SJCOG no later than the Bid Protest Deadline unless otherwise specified. For purposes of this Section, a business day means a day that SJCOG is open for normal business, and excludes weekends and holidays observed by SJCOG. 1.2. Protest Contents. The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting bidder if different from the protesting bidder. 1.3. Copy to Protested Bidder. A copy of the protest and all supporting documents must be concurrently transmitted by fax or by email, by or Page 12

before the Bid Protest Deadline, to the protested bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 1.4. Response to Protest. The protested bidder may submit a written response to the protest provided the response is received by SJCOG before 5:00 p.m., within seven (7) business days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the Response Deadline ). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested bidder if different from the protested bidder. 1.5. Copy to Protesting Bidder. A copy of the response and all supporting documents must be concurrently transmitted by fax or by email, by or before the Response Deadline, to the protesting bidder and other bidder who has a reasonable prospect of receiving an award depending on the outcome of the protest. 1.6. SJCOG Action. The Executive Director will designate staff to investigate disputed factual allegations, if any, contained in the protest. 1.6.1. The designated staff will prepare a Proposed Decision with assistance from SJCOG General Counsel as soon as possible. The Proposed Decision should contain a summary of the protest and any responses received an evaluation of the protest and a recommendation as to whether the protest should be allowed or denied. The Proposed Decision will only address the issues raised in the protest. The Proposed Decision shall be submitted to the Executive Director for approval. 1.6.2. If the Proposed Decision is approved by the Executive Director, the Proposed Decision is then transmitted to the SJCOG Board Members. 1.6.3. If a Member of the Board does not request full Board consideration of the protest within ten days of the mailing of the Proposed Decision, the Proposed Decision becomes the Final decision of SJCOG and is mailed to the protestor and the protested bidder to whom Award was authorized. Page 13

1.7. Exclusive Remedy. The procedure and time limits set forth in this Section are mandatory and are the bidder s sole and exclusive remedy in the event of a bid protest. A bidder s failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 1.8. Right to Reject all Bids. The bidder s filing of a protest shall not preclude SJCOG from rejecting all bids or proposals and re-advertising a contract. Rejecting all bids or proposals shall render a protest moot and terminate all protest proceedings. 1.9. Right to an Award. The SJCOG Board of Directors reserves the right to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid and to issue a notice to proceed with the Work notwithstanding any pending or continuing challenge to its determination. Page 14

ATTACHMENT A Scope of Work This audit is to be performed in accordance with the guidelines outlined in the Performance Audit Guidebook for Transit Operators and Regional Transportation Planning Entities distributed by the California Department of Transportation. http://www.dot.ca.gov/hq/masstrans/docs-pdfs/pagbookfinalpub.pdf Task 1. Project Management & Review of Compliance Requirements The consultant is responsible for managing the Audit; preparing & scheduling visits and interviews with agencies involved in the audit. Including compiling and preparing all materials. The selected consultant will provide on-going support related to project management, oversight and the process of the audit. As discussed above, the consultant is responsible for reviewing the guidelines for a Triennial Performance Audit issued by the California Department of Transportation to gain knowledge of the compliance requirements for such an audit. Deliverables: Initial Kick-Off meeting with SJCOG staff/provide Project schedule detailing timeline and staff assigned to tasks Summary table of relevant compliance sections to be analyzed Ongoing communication with SJCOG staff Task 2. Follow-Up of Prior Performance Audit Recommendations The Auditors will review the previous performance audits to discern each auditee s review and implementation of any prior audit recommendations. The consultant will discuss the implementation of recommendations with each Operator and establish if the implementations are: Implemented and completed In progress-if underway, discuss and address an initiation date, current status, timeline, and difficulties or costs of implementation Implemented-If not implemented, discuss circumstances, reasonableness/appropriateness, negligence or intentional rejection of finding. If a prior recommendation has not been implemented but still has merit, the consultant should include the prior recommendation(s) or a modified version in the current audit report. The consultant will also identify recommendations already implemented or in progress. For those, the consultant should assess the benefits already achieved by follow up to the prior recommendations. Page 15

Significant accomplishments and/or failures in implementing prior recommendations should be recognized and appropriate corrective actions identified in this Task. Such findings and relevant recommendations for corrective actions will be summarized in the audit report with a near-term implementation schedule. The most recent audits are available on the www.sjcog.org website. Deliverables: Summary of prior performance recommendations and outcomes Suggestions or comments regarding the implementation of prior audit recommendations Task 3. Initial Review of Transit Operator Functions The initial review of the transit operator functions should provide the auditor with an understanding of the operator s characteristics. Including areas such as: Mode of Service Type of Service Size of Operator Functions Performed by the Operator In addition, SJCOG staff can provide background information and a copy of SJCOG s Transportation Development Act Guidelines. The Auditor will review and determine each agency s compliance with the Transportation Development Act (TDA) and applicable sections of the California Code of Regulations. The consultant will also take into account any more recent provisions from the updated TDA manual issued by the California Department of Transportation. Should the consultant identify areas of noncompliance, a finding regarding the noncompliance should be made explicitly for each year of noncompliance. Deliverables: Data request document sent to jurisdictions Summary of relevant compliance sections to be analyzed Task 4. Verification and Use of Performance Indicators Performance Indicators are used to quantify and review the efficiency and effectiveness of a transit operator s activities. Through the review of performance indicators, an auditor can gain a better understanding of the performance and interrelationship of the major functions of a transit operator. Many factors can influence a transit operator s performance indicators. These include geography, type of services provided, age and type of vehicles, and other locally specified conditions. It is important to note differences between transit operators such as rail and bus. The following performance to be evaluated include: Page 16

Operating cost per passenger Operating cost per vehicle service hour Passengers per vehicle service mile Vehicle service hours per employee The following activities will be analyzed and reviewed to interpret performance indicators: Deliverables: Assess internal controls Test Data Collection Methods Calculate Performance Indicators Evaluate Performance Indicators Communication with SJCOG staff regarding status and any issues Task 5. Detailed Review of Transit Operator Functions Since the functions of each operator will vary, it is important to structure the audit of each agency accordingly. Transit operator functions can be divided into the following areas: General Management and Organization Service Planning Scheduling, Dispatch, and Operations Personnel Management and Training Administration Marketing and Public Information Maintenance Deliverables: Communication with SJCOG staff regarding status and any issues Task 6. Preparation and Presentation of Draft & Final Audit Reports The auditor will prepare separate draft audit reports for the San Joaquin Council of Governments and Transit Agencies. As outlined in the performance audit guidelines, one objective of the audit is to assist management in improving operations. Thus, the performance audit should strive to present audit findings, observations, conclusions, and recommendations in a positive and straight-forward manner. The content of the audit report may vary depending on the agency, scope, approach, and complexity of the performance audit. The following items illustrate the elements of a performance audit report that may be appropriate. These include: Page 17

1. Letter of Transmittal- A cover letter that transmits the completed performance audit form the auditor to the responsible agency receiving the final report 2. Table of Contents Presents a listing of the chapter headings and major sections in the performance audit report and the associated page numbers 3. Executive Summary A brief summary of the most important findings and recommendations developed during the performance audit 4. Introduction Provides background information that is useful in understanding the entity being audited, as well as the manner in which the audit was conducted. Including, but not limited to: Information regarding the agency s organization, budget, staffing and services provided Identification of any legal requirements that pertain to the audit Description of the scope, approach, and methodology used in conducting the audit and Any limitations regarding how the audit was performed, or the information presented in the report 5. Audit Findings This section of the audit report should present findings for each major area of the performance review such as: Results of the compliance review Results of the review of the implementation of prior audit recommendations Results of the functional review of the agency Other pertinent information 6. Conclusions and Recommendations A summary of major issues or concerns identified in the audit report and the specific strategies and/or recommended solutions to address these issues or concerns. Initial Draft-The San Joaquin Council of Governments staff will review the draft report prepared to ensure the accuracy of the information presented. In addition, the agency being audited will be given the opportunity to review the draft report and comment. The consultant may be asked to make adjustments in response to the review and comments from each agency. The auditor will then incorporate comments into the preparation of the final draft report. Final Draft & Final Report-After final review of the draft is completed; the auditor Page 18

will submit a final draft of the audit to the San Joaquin Council of Governments. Staff will review the final draft report prepared and will provide final comments to the consultant. The consultant will incorporate any final comments and will prepare the final report. The consultant should be available to answer questions on the final audit findings. If necessary, the consultant should be prepared to present the report and findings when the final audit report is presented to the SJCOG Board. Deliverables: Draft reports for SJCOG submitted electronically by April 06, 2019 Final draft reports for SJCOG submitted electronically by April 27, 2019 Final reports for SJCOG submitted electronically along with 3 sets of hard copies for submission to SJCOG and Caltrans by June 07, 2019. The final deadline for completion of all work identified above is June 07, 2019 at which time it is anticipated that the Final Report will be presented to the SJCOG Board of Directors at the June 21, 2019 meeting. Page 19