Professional Documents
Culture Documents
Controller’s Office
1 Dr. Carlton B. Goodlett Place, Rm. 316
San Francisco, CA 94102
For the most current information, visit http://www.sfgov.org/controller and “Contract Opportunities”
1. Introduction-------------------------------------------------------- 1
2. Scope of Work---------------------------------------------------- 3
6. Protest Procedures---------------------------------------------11
What are the general terms used in this RFQ? The “Respondent” refers to any entity
submitting a response to this Request for Qualifications (“RFQ”). The “Contractor” refers to the
Respondent(s) selected to provide services under this RFQ.
What is the City seeking? The City and County of San Francisco, California (“City”) seeks
responses from firms with expertise in public sector audit and analysis consulting services,
particularly with municipal general purpose governments. These services will help the Office of
the Controller-City Services Auditor (“CSA”) provide objective, rigorous measurement of City
service levels and effectiveness. The City is interested in expertise in the following project
types:
Should firms partner to cover more services, or focus on an area of expertise and bid
individually? For this RFQ, the City prefers the latter to give the City greater flexibility to
negotiate with Respondents on an as-needed basis for projects of various sizes and scopes.
With whom will Contractors work? Consultants will work with CSA and other Controller’s
Office staff, as well as staff from CSA client departments (other City departments).
What are the Requirements for Firms Responding for Audit Services?
Independence
All firms and staff of firms selected by the City to provide audit services will be expected to
demonstrate, as applicable:
• Independence of the agency for which the work will be performed (see Attachment
IV, Section 59)
• Independence as required by current U.S. Government Accountability Office’s
Government Auditing Standards, known as the Yellow Book
What is the City? San Francisco is the fourth largest city in California. The City and County
of San Francisco established by Charter in 1850, is a legal subdivision of the State of California
with the governmental powers of both a city and a county under California law. The City’s
powers are exercised through a Board of Supervisors serving as the legislative authority, and a
Mayor and other independent elected officials serving as the executive authority.
What are the Roles and Responsibilities of the City Controller’s Office? The City Controller is
the chief accounting officer and auditor for the City and is responsible for all financial
management systems, procedures, internal control processes and reports that disclose the
fiscal condition of the City to managers, policy makers and citizens. The City Controller is also
the auditor for the City performing financial and performance audits of departments, agencies,
concessions and contracts.
Proposition C, passed in November 2003, amended City Charter Section 3.105 to instruct the
City’s Controller to serve as City Services Auditor. This recently enacted role makes the
Controller’s Office responsible for providing objective, rigorous measurement of City service
levels and effectiveness and authorizes it to contract with outside, independent experts for a
variety of consultant services. For more information regarding City Services Auditor roles and
responsibilities, visit http://www.sfgov.org/controller.
Demonstrated expertise is requested, but is not limited to, the following project types:
B. Bond finance and management: Financial audits, compliance reviews, and analysis of
revenue and general obligation program bonds.
D. Actuarial services and audits: Financial audits and analysis of actuarial and claiming
services, including those provided to the City by third-party contractors, to confirm the
validity of the contractors’ assumptions and methodologies.
E. Forensic accounting and audit services: Certified Forensic Accountants or Certified Fraud
Examiners are highly desirable. The City seeks forensic investigative expertise within a
public sector context combining accounting, auditing, and investigative expertise.
Performance audit services may include, but are not limited to: assessment of the economy,
efficiency, and effectiveness of the performance and management of a program against
objective criteria and development of recommendations to improve program operations;
compliance with legal or other requirements; and prospective analyses, guidance, or summary
information.
Analysis services may include, but are not limited to: performance management, organizational
development, strategic planning, and business process analyses. Experience conducting best
practice and benchmarking analyses for municipal general purpose governments is highly
preferred.
Certified Information Systems Auditors are highly desirable. Note that hardware and software
purchase, installation, and maintenance services are not requested through this RFQ.
A. Analysis of the City’s controls and operations: Includes assessment of controls and audit
trails for hardware, software, voice communications, local area network and wide area
network systems.
What if My Firm is Interested in Being Considered for More Than One Project Type? Each
Respondent may submit a response for one or more project types. Respondents submitting
responses for one or more projects must include a separate set of Qualifications and Cost and
Work Effort Estimate for each project type. See Section 4, Submission Requirements, for more
details.
To ensure fair and equal access to information about this RFQ, no questions or requests for
interpretation will be accepted after the Questions deadline. Any requests for information
concerning the RFQ must be in writing and addressed to Esther Reyes at
Esther.Reyes@sfgov.org or by fax at (415) 554-7872.
Questions
In lieu of a pre-response conference, fax or e-mail your questions to Esther Reyes at
415.554.7872 or Esther.Reyes@sfgov.org. Advance questions must be received before 12:00
pm PST on Monday, October 30, 2006.
The following is a summary of key dates related to this response and Respondent pre-
qualification process:
Phase Date*
Responses and all related materials must be received by 12:00 pm on Monday, November 17,
2006. Responses may be delivered to the Reception Desk at City Hall, Room 316:
Esther Reyes
Office of the Controller
City Hall, Room 316
1 Dr. Carlton B. Goodlett Place
San Francisco, CA 94102
The following items must be included in your response and packaged in a box or envelope
clearly marked RFQ#CON2006-6 CSA Services. Ensure that your all of your documents
include page numbers.
• Original printed response (with original signatures) - One (1) copy labeled as
“Original.”
• Complete printed copies of the response - Five (5) copies
• CD-ROM containing entire contents of response - One (1) CD-ROM. All electronic
files must clearly identify the Respondent’s name.
Interested parties are advised to review Attachments I through IV before beginning work on
responses to ensure they can meet the City’s requirements.
Submit the following information in the order specified. Three-hole binders, with a table of
contents, tabbed sections, adherence to the following format, and complete, but concise responses,
are recommended for ease of review by the evaluation team. Responses should provide a
straightforward, concise description of the Respondent’s capabilities to satisfy the requirements of
the RFQ. Marketing and sales type information should be excluded. The page maximums are
intended to encourage focused responses. All parts, pages, figures, and tables should be numbered
and clearly labeled.
Responses for more than one project type may be submitted under cover of a single Executive
Summary. However, a separate set of Qualifications and Cost and Work Effort Estimate should
be submitted for each project type.
2. Project Type(s) Identification Clearly identify the project types for which response is
intended (as discussed in Section 2, Scope of Work).
a. Identify the lead firm. How long has the lead firm been in business?
b. Describe the lead firm’s size and organizational structure.
c. How long has the lead firm been providing public sector audit and consulting
services? If specifically responding to audit services, describe relevant
certifications for each project type and information demonstrating the
Respondent’s understanding of government audit requirements, as outlined in
the RFQ Introduction section (independence, standards, continuing professional
education).
d. Statement of the lead firm’s total staff size, as well as the staff size of the local or
regional office proposing to perform services.
e. Briefly describe any pending litigation.
f. Provide a list of lead firm’s clients where the contractual relationship was not
completed and was severed for reasons other than convenience. A brief
description of why the relationship was severed and the name of the client and
the client’s project manager are also required.
g. If applicable, the results of the most recent quality assurance (peer) review.
4. RFQ Contact Clearly identify the person that will serve as the overall RFQ contact. All
contact information should include a name, title, firm affiliation, e-mail address, fax
number, and telephone number.
Each Respondent must demonstrate that it satisfies the requirements below for each project
type for which it would like to be considered (see Section 2) to enable the City to determine that
each Respondent is sufficiently qualified to perform similar services in such areas for the City.
The lead staff proposed by the Respondent to be assigned to the City’s project(s) under this
RFQ should be the same Respondent’s staff utilized in similar roles for the client projects
included in the response.
1. Minimum Qualifications
Respondents not meeting these minimum qualifications will not be considered and their
RFQ responses will not be evaluated. Be sure to complete this section, as described.
List each client’s name and location (city, county, state), reference contact person,
phone number, dates of the engagement, nature of services provided, key service
deliverables/outcomes (may include the amount of cost savings or revenues
collected either on behalf of the client or as a result of services provided, if
applicable), and the names and roles of Respondent’s lead staff who worked on
these engagements.
For each lead staff person, list each client’s name and location (city, county, state),
reference contact person, phone number, dates of the engagement, nature of
services provided by, and roles of the Respondent’s staff, and key service
deliverables/outcomes provided by the Respondent’s staff person (may include the
amount of cost savings or revenues collected either on behalf of the client or as a
result of services provided, if applicable).
2. Staff Qualifications
a. Names of Respondent’s proposed project manager for City’s project(s) and team
members who will be assigned to project.
b. Organization chart identifying each key person on the proposed project team with
titles, including Human Rights Commission-certified Local Business Enterprise (LBE)
firm staff (see Attachment II).
c. Brief narrative descriptions of the roles each person will have in the project.
d. Descriptions of the experience and qualifications of the project team members,
including brief resumes.
e. A written assurance that the key individuals listed and identified will be performing
the work and will not be substituted with other personnel or reassigned to another
project without the City’s prior approval.
Reference Checks The client information submitted by the Respondent in the Qualifications
section may be used by the City to conduct reference checks. The City will not inform
Respondents when references will be contacted. The Respondent should ensure that client
contact information listed in the Qualifications response is up-to-date and should notify clients
that the City will be contacting them.
C. Cost and Work Effort Estimate (1 page maximum for each project type submitted)
Cost/Work Effort Estimate Spreadsheet or Table Separate rates and hours, if different for
more than one project type, should be submitted by Respondents responding to more than one
project type. Respondents should provide standard hourly billing rates by staff name/role, the
estimated percentage of overall team effort each staff person would allocate to the project, and
the estimated number of hours typically spent on a project of the type the City is requesting,
along with an estimated total amount for travel and miscellaneous project expenses. A
The City recognizes that estimating costs is difficult without a specific scope of services and is asking
Respondents to state their assumptions. Respondents should estimate staff hours and levels of
effort based on previous experience with projects similar in size and scope to that of this RFQ. To
help with the travel expense estimate, generally for projects of this type, consultants can expect an
introductory meeting, four project meetings, and regular monthly meetings.
Blended Hourly Rate Respondents should blend the cost of hours, travel, and miscellaneous
project expenses together to present an overall blended hourly rate. The rate is intended to
fully compensate Respondents for all services. No additional expenses are allowed, including
lodging, meals, reproduction costs, and any other expenses related to the completion of
services.
Based on the hourly rate, the City will work with Respondent(s) selected for contract negotiation
to determine costs on a “not-to-exceed” basis for deliverables. "Not-to-exceed" means that
Contractor will perform its obligations under the Agreement with the City even if it is required to
expend more than the number of hours used to determine the cost. The "not-to-exceed" price
will be inclusive of all work and services needed to deliver the City's requirements.
The City intends to select a Respondent(s) that will provide the best overall services, and
reserves the right to accept other than the lowest-hourly-rate offer.
Firms may submit up to two (2) sample reports related to the project types herein that were
developed by the Respondent’s proposed project manager and team members who will be
assigned to projects under this RFQ. Any sample reports submitted should be part of each
copy of the response.
City representatives will serve as the Evaluation Team responsible for evaluating Respondents.
Specifically, the team will be responsible for the evaluation and rating of the responses for pre-
qualification and for conducting interviews, if desired by the City. Subject matter experts from
City departments who have knowledge of specific business processes may support the
Evaluation Team during the pre-qualification selection and contract negotiation process.
Each RFQ response will be evaluated in accordance with the criteria itemized below. If a
Respondent does not receive a score of 71 points or above out of the 100 total possible points,
the Respondent will not be pre-qualified.
• Does the response clearly and specifically demonstrate expertise and experience
substantially similar to what is requested for the services in this RFQ?
• Are the proposed staff appropriately qualified?
• Is the proposed Cost and Work Effort Estimate appropriate and reasonable?
• Did the Respondent adhere to the submission requirements set forth in the RFQ?
Reference checks will be used to determine the applicability of Respondent experience to the
services the City is requesting and the quality of services and staffing provided to prior clients,
as well as adherence to schedules/budgets and Respondent’s problem-solving, project
management, and communication abilities, as well as performance on deliverables, and
effectiveness in getting recommendations implemented.
On an as-needed basis through December 31, 2008 and at the City’s sole and absolute
discretion, pre-qualified Respondents may be invited to interviews with the Evaluation Team.
Interviews will consist of standard questions asked of selected Respondents, and specific
questions regarding individual responses.
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 Respondent, and must cite the law, rule, local ordinance, procedure or RFQ
provision on which the protest is based. In addition, the protestor must specify facts and
evidence sufficient for the City to determine the validity of the protest.