Request For Proposals - BidNet


Jun 30, 2015 - ...

0 downloads 167 Views 270KB Size

DeKalb County Board of Education Operations Division Sam A. Moss Service Center 1780 Montreal Road Tucker, GA 30084-6705

Request for Proposals (RFP) No. 15-752-086 For School Bus Safety Camera Enforcement System Owner:

DeKalb County Board of Education (the “Board”) Design and Construction Department Sam A. Moss Service Center 1780 Montreal Road Tucker, GA 30084-6705

Solicitation Timeline Summary EVENT

DATE(S)

TIME

LOCATION

Solicitation Opens

June 18, 2015

Mandatory Pre- Proposal Conference

June 30, 2015

10:00 AM

Site Visits

Not Applicable

TBA

Final Questions Due

July 20, 2015

2:00 PM

[email protected]

Final Addendum

July 23, 2015

2:00 PM

http://www.dekalb.k12.ga.us/solicitations

Proposal Due Date & Time

July 28, 2015

2:00 PM

Sam A. Moss Center, 1780 Montreal Road Tucker, GA 30084

Selection Committee Evaluation

July 29-31, 2015

Anticipated Board Review and Approval Anticipated Notice of Award Anticipated Notice to Proceed

http://www.dekalb.k12.ga.us/solicitations

September 14, 2015 September 15, 2015 September 28, 2015

1

Sam A. Moss Center, 1780 Montreal Road Tucker, GA 30084 Contact Drexal Paulk to arrange: 678-676-1455 or [email protected]

Owner’s Standard Forms: Attachment A:

Owner’s Criteria and Narrative Scope (2 pages)

Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Attachment G: Attachment H: Attachment I: Attachment J: Attachment K: Attachment L: Attachment M:

Service Contractor Fixed Price Proposal Form (Not applicable) Corporate Certificate (1 page) Partnership Certificates (1 page) Entity Certificate (1 page) Illegal Immigration Reform and Enforcement Act of 2011 (6 pages) Acknowledgement of Addendum (1 page) Conflict of Interest Disclosure Form (2 pages) Consent to Release Information (1 Page) Standard Form of Contract for Services (Non-State Capital Outlay Projects) Offeror’s and Individuals’ Affidavit of NonCollusion (2 pages) Subcontractor Affidavit of NonCollusion (1 page) Subcontractor Listing (1 page)

Attachment N: Attachment O: Attachment P:

RFP Checklist (1 page) Proposal Delivery Label (1 page) No Submittal Response Form (1 page)

2

I.

DEFINITION OF TERMS Addendum - Written or graphic instruments issued prior to the date for opening of proposals, which modify or interpret the Proposal Documents by additions, deletions, corrections or clarifications. Collusion - A secret agreement among bidders/offerors to circumvent laws and regulation when submitting bids and offers in an attempt to win contracts by illegal means or methods. Contract - A formal written agreement between the owner and a vendor for providing goods and services. DCSD – For the purposes of this proposal, DCSD shall mean “DeKalb County School District” and “The District”. Lobbying – Lobbying is defined as any action taken by an individual, respondent, association, joint venture, partnership, corporation, and all other groups who seek to influence the decision of a Board Member or District Personnel, as it relates to formal solicitations. Notice of Award – The written notice of the acceptance of the Proposal from DCSD to the awarded respondent. Notice to Proceed – The written notice issued by DCSD to the awarded respondent authorizing them to proceed with the work and establishing the date of commencement of the contract time. Owner – For the purposes of this proposal, Owner shall mean DeKalb County Board of Education. Proposal – An executed offer submitted by a Respondent in response to a request for proposals and intended to be used as a basis for negotiations of a contract. Request for Proposals (RFP) – The solicitation for services, including all supporting documents and attachments, used to obtain statements of qualifications from contractors or consultants and which provides for negotiation of all terms of the proposal, including price, prior to award. Respondent – For the purposes of this proposal, any person, respondent, corporation or agency submitting a response to this Request for Proposal or their duly authorized representative. The word Respondent, proposer or offeror may be used interchangeably within the Request for Proposal. Responsible Respondent – Respondent who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance. Responsive Respondent – Respondent that has submitted a proposal that conforms in all material respects to the solicitation. Scope of Work – Includes the Work, as the term herein defined, as well as the responsibility of the performing and complying with all incidental matters pertaining thereto, as set out in the Contract Documents. Specifications – A description of what the Owner seeks to buy and what a Proposer must be responsive to in order to be considered for an award of a contract.

3

II.

BACKGROUND DeKalb County School District currently enrolls about 101,800 students (October 2014) in 137 schools/programs: 104 neighborhood schools, 23 choice and specialty schools/programs (magnet, theme, special needs, etc.), and 10 DCSD-sponsored charter schools (that are operated by others). The District owns 159 facilities: 127 school facilities, 5 support facilities, 5 stadiums, 14 vacant facilities or sites, and 8 properties leased to charter schools or other organizations; a list of facilities/sites are provided in Exhibit A. With over 15 million square feet, and 13,400 employees, DeKalb is the third largest system in the State of Georgia (in terms of students), but has the most number of school facilities in the State. DeKalb County School District has a fleet in excess of a 1000 buses which transport approximately 101,800 students every day.

III.

PURPOSE The primary purpose of this RFP is to increase the safety of the students who ride DeKalb County School District buses. Safety of DeKalb County School District students is of the upmost importance and creating a safe environment is a core belief of the DeKalb County School District School Board. The DeKalb County School District intends to collaborate with DeKalb County and other local municipalities to enforce existing laws so as to reduce the number of bus stop arm violations that occur while buses are loading and unloading students throughout DeKalb County. The secondary purpose of this RFP is to encourage behavioral changes by motorists and to increase pedestrian safety in DeKalb County. It is anticipated that a single contract will be awarded for School Bus Safety Camera Enforcement System; however the DCSD reserves the right to award multiple contracts if deemed in its best interest to do so.

IV.

CONTACT AND SUBMISSION DEADLINE All questions about this RFP and submission requirements must be directed in writing to Joshua L. Williams, Chief Operations Officer no later than Monday, July 20, 2015 at 2:00 PM, Email: [email protected]. Prospective Respondents must limit their contact regarding this RFP to Joshua L. Williams, Chief Operations Officer, Sam Moss Center, 1780 Montreal Road, Tucker, Georgia 30084 or the assigned contact person for this RFP. Drexal D. Paulk, CPPO, CPPB, Procurement Manager for the Facilities Department is the assigned contact person for this RFP. Drexal D. Paulk can be reached at (678) 676-1455 or by email at [email protected]. Lobbying is prohibited; any contact with any other DCSD personnel or representatives other than Mr. Williams or Mr. Paulk may result in disqualification. One (1) signed original, five (5) identical duplicate copies, and one (1) electronic copy of the proposal must be received at the above address, addressed no later than Thursday July 28, 2015 at 2:00 PM.

V.

GENERAL REQUIREMENTS A. Respondent Performance The successful Respondent is required to perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of this RFP document and any negotiated contract(s). Failure of the Respondent to fully perform these obligations may result in cancellation of the award and contract.

4

DCSD will look to the Respondent and his/her identified personnel to coordinate and deliver the services described in this RFP. The obligations of the contract shall not be delegated to subcontractors or assigned to any third party. B. Non-Discrimination DCSD does not discriminate on the basis of race, color, religion, sex, national origin, age, or disability in any of its employment practices, education programs, services or activities. DCSD supports an open, fair, and impartial free-market system which maximizes competition and seeks to include all responsible businesses and to provide ample opportunities for business growth and development. Minority businesses are encouraged and given the opportunity to bid on various projects; however, all responses will be evaluated on the same criteria. It is not the intention or desire of DCSD to restrict or impede competition, nor to increase the cost of the work. C. Drug-Free Workplace By submission of a response to this RFP, the Respondent certifies that he/she and his/her employees shall not engage in the unlawful manufacture, sale, distribution, dispensation, possession, or use of controlled substance or drugs during the performance of the contract. D. Smoke-Free Workplace By submission of a response to this RFP, the Respondent certifies that he/she and his/her employees shall not use tobacco products on DCSD property at any time during the performance of this contract. E. Costs Incurred DCSD is not liable for any costs incurred by a Respondent in preparing and/or submitting a response to this RFP or for any interview if requested. Any and all costs incurred by the Respondent in preparing and/or submitting a response to this RFP and interviewing with DCSD (if requested) shall be the sole responsibility of the Respondent and shall not be reimbursed by DCSD. F. Insurance A Certificate of Insurance and/or ACORD form is required with solicitation submittal. Provision of Certificate of Insurance is a mandatory requirement (include with Required Forms). Proposals submitted with certificates of insurance will be considered conditionally responsive to the insurance and indemnification requirement. Final award of this RFP will be contingent upon receipt within five (5) business days of request for insurance documentation complete with the following requirements. In the event the awarded Respondent cannot produce insurance coverage acceptable to the DCSD within the time provided, DCSD reserves the right to award this solicitation to the next highest ranked firm. 1) The Service Contractor and all Subcontractors shall maintain insurance in the types of coverage shown below, which insurance shall provide coverage for Service Contractor during the term of this Contract. On the date the Service Contractor signs this Contract, The Service Contractor shall provide the Owner with (i) an endorsement from the insurer naming the Owner as an additional insured under the liability policies and (ii) certificate(s) verifying that these insurance coverages and limits are in force. Additional certificates of insurance shall be provided whenever individual policies are renewed (or replaced) on their anniversary date and at such other times as the Owner requests. 2) The insurance requirements of this Contract are: Type of Insurance

Coverage Limits

Worker’s Compensation

$1,000,000

Employer’s Compensation

$1,000,000 annual aggregate 5

Comprehensive General Liability Including Contractual Liability Bodily Injury and Property Damage

$2,000,000 annual aggregate $1,000,000 per occurrence

Comprehensive General Liability Bodily Injury and Property Damage Covering Owned, Hired and Non-Owned Autos

$2,000,000 annual aggregate $1,000,000 per occurrence

The Service Contractor waives all rights, including rights of subrogation, against the Owner and its respective directors, officers, partners, Board Members, officials, agents, insurers, subcontractors, consultants and employees for damages covered by any type of insurance during and after the completion of the Work. The DeKalb County School District and The DeKalb County Board of Education shall be included as an additional insured on the coverages specified in subparagraphs F.1. and F.2. above, and shall be indicated as such on certificates of insurance required herein. These certificates shall contain a provision that coverages afforded under the policies will not be canceled, changed or allowed to expire until sixty (60) days after the Owner has received written notice evidence by return receipt of registered letter. G. Indemnification The Service Contractor agrees to hold harmless and indemnify the Owner, its Board, officers, employees and representatives from and against any and all liability, claims, actions, causes of action, losses, damages, demands, suits, judgments, costs and expenses arising out of bodily injury (including death) to persons, damage to property, including, but not limited to, any and all costs, expenses, legal fees and liabilities, incurred in and about investigation, defense or prosecution thereof, to the extent caused in whole or in part by a negligent act, error or omission of the Service Contractor or any subcontractor(s), or as a result of defective Services under this Contract. H. Added Value Bidders are encouraged to describe in detail all added value or additional services or benefits available and offered at no cost to DCSD in their bid responses. Attach and label as “ADDED VALUE”. I.

Illegal Immigration Reform and Enforcement Act of 2011 The Illegal Immigration Reform and Enforcement Act of 2011 applies to and is a requirement for all DeKalb County School District solicitations for physical performance of services (i.e. public works contracts). Proposers must complete and/or have their subcontractors complete the following forms: 1) Immigration and Security Certification 2) Bidder E-Verify Affidavit 3) Contractor Affidavit (Contractor Only) 4) Subcontractor Affidavit (Subcontractor Only) 5) Sub-Contractor Affidavit (Sub-Subcontractor Only) The Immigration Security Certification, the Bidder E-Verify Affidavit, the Contractor Affidavit, the Subcontractor Affidavit and the Sub-Subcontractor Affidavit are identified as Attachment F and included with this solicitation. The Immigration Security Certification, the Bidder E-Verify Affidavit, the Contractor Affidavit, the Subcontractor Affidavit and the Sub-Subcontractor Affidavit must be completed, notarized and submitted with your proposal response. IMPORTANT NOTICE: the omission of any of the required items listed above and identified as Attachment F included in this RFP shall cause the proposal submission to be declared nonresponsive and to be rejected. 6

J. Interviews DCSD reserves the right to require Respondents to participate in one or more interviews with DCSD staff. Respondents must be prepared to discuss the salient points of their proposal within two (2) normal working days of being asked to participate in interviews. There are to be no presentations, individually or collectively, without such invitation. K. Term of Contract The term of the School Bus Safety Camera Enforcement System contract shall be for one (1) year from date of award with four (1) one-year renewal options with the mutual approval of the proposer and the District under the same terms and conditions of this proposal. L. Cancellations Awards, contracts, and extensions may be cancelled for convenience by DCSD at any time. In the event of termination of this contract by DCSD, the DCSD will be responsible only for those items and or services that have been delivered and accepted according to the bid specifications and will not be responsible for any claims for damages, including but not limited to, claims for list profits. M. Contract Terms Attachment J is DeKalb County School District’s Standard Form of Contract for Services (Non-State Capital Outlay Projects) between the DeKalb County Board of Education and the Service Contractor; Revised Version 3.19.2015, which specifically outlines the contractual responsibilities. All responders should thoroughly review the documents prior to submitting a proposal. Any proposed revisions to the terms or language of this document must be submitted in writing with the responder’s response to the request for proposals. Since proposed revisions may result in a proposal being rejected if the revisions are unacceptable to the DeKalb County School District, responders should review any proposed revisions with an officer of the Firm having authority to execute the contract. No alterations can be made in the contract after award by the DeKalb County School District. N. Permits and Applicable Law Respondents shall at their own expense obtain all necessary permits, certifications, and licenses and shall comply with all applicable local, state, and federal laws, ordinances, rules, and regulations necessary to fully execute the requirements stated herein. Respondents shall maintain all such permits, licenses, certifications, and compliances in a current status throughout the course of the contract. Respondents shall submit copies of permits, licenses, and certifications evidencing proof of the aforementioned immediately upon request of DCSD. Respondents shall be in compliance with registration with the Georgia Secretary of State’s office as applicable. O. Non-Collusion Respondents shall fully certify that they, as individuals or as officials of a business entity, have not entered into any agreement, participated in collusion, or otherwise taken any action in restraint of free and competitive responses to this RFP. Further, Respondents guarantee that their response is not made in conjunction with or on behalf of another party and that they have not been directly or indirectly induced in any manner or taken any action to result in a restriction of trade or in an unfair advantage. P. Conflict of Interest Respondents shall disclose with their proposal the name of any officer, director, or agent who also is a DCSD employee or DeKalb County Board of Education member. Respondents shall also disclose the name of any DCSD employee or board member who owns, directly or indirectly, an interest in five percent or more in the Respondent’s company or any of its branches. Respondents shall certify that their response to this RFP is impartial, at arm’s-length, and free of any conflict of interest, unfair advantage, or personal benefit to any DCSD official.

7

Q. Confidentiality and Non-Disclosure Information made available to Respondents by DCSD shall be used only for purposes related to responding to this RFP and shall not be used for any other purpose without the express written permission of DCSD. Respondents to this RFP unequivocally agree to assume responsibility for protecting and safeguarding the confidentiality of DCSD records that are not public information. Such information may include, but is not limited to student and human resource file contents. R. Business License Respondents shall submit with their proposal, a copy of their valid company business license. If the Respondent is a Georgia corporation, Respondent shall submit a valid county or city business license. If the Respondent is not a Georgia corporation, Respondent shall submit a certificate of authority to transact business in the state of Georgia and a copy of their valid business license issued by their home jurisdiction. If Respondent holds a professional certification which is licensed by the state of Georgia, Respondent shall submit a copy of their valid professional license. Any license submitted in response to this requirement shall be maintained by the Respondent for the duration of the contract. Provision of copy of business license is a mandatory requirement (include with Required Forms). S. Rights Reserved DCSD reserves the right to accept or reject any and/or all parts of responsive proposals received and/or to reject all proposals submitted. DCSD reserves the right to award any resulting contract in the manner that is in the best interest of and most advantageous to DCSD. DCSD reserves the right to waive any technicalities or minor irregularities in responses received and to award the contract in the most beneficial manner for DCSD. The decision of DCSD shall be final. DCSD reserves the right to request and negotiate a “best and final” response from Respondents. T. Taxes Purchases made by DCSD are not subject to federal, state, or local sales tax. A Sales Tax Exemption Certificate will be furnished upon request. U. Conditional Proposals Proposals that are conditional and/or in any way qualify or vary the terms of these instructions, conditions, and specifications shall be considered non-responsive and disqualified. V. Respondent Failure In the event services to be furnished by the successful Respondent should for any reason fail to conform to the scope of work contained herein, DCSD reserves the right to reject the services and further reserves the right to terminate the contract. Failure of the successful Respondent to perform contracted services may also result in the removal of that Respondent from doing business with DCSD for a period of not less than one year. W. Georgia Open Records Act Without regard to any designation made by the person or entity making a submission, DeKalb County School District considers all information submitted in response to this invitation or request to be a public record that may be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. 50-1870 et seq., without consulting or contracting the person or entity making the submission, unless a court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission.

8

X. No Assignment of Award The successful Respondent may not assign the award or contract to or subcontract with another party without the express written permission of DCSD. Y. The Laws of the State of Georgia This RFP and subsequent agreements are subject to the laws of the State of Georgia. Z. Proposal Duration Proposals submitted in response to this RFP must be valid for a period of one hundred and twenty (120) days from proposal submission deadline, as indicated by submission of the Fixed Price Proposal Form. VI.

SCOPE OF SERVICES The DCSD is seeking a qualified vendor to provide “turnkey services” for a school bus safety camera enforcement system to assist the District with providing additional safety to our students that ride the buses. Task 1. Draft and establish local ordinances for school bus safety cameras with DeKalb County and other local municipalities: A. The Offeror will be responsible for all actions necessary to establish local ordinances for school bus safety cameras. B. These ordinances shall comply with the Official Code of Georgia Annotated, including but not limited to, the provisions of O.C.G.A. 40-6-1, et seq. . C. Any citations issued as well as any payment options or fees will be consistent with the O. C.G.A. 40-6-1, et seq. . D. The Offeror will provide DCSD with specific PSA materials and assist with distribution of those materials at no cost to the DCSD. E. The Offeror will act as primary liaison to work with the court system or other county offices to meet their requirements at no cost to the District for the duration of the agreement. F. As requested by DCSD, the Offeror will provide assistance at the state or local level for initial startup and ongoing issues for the duration of the agreement. G. The Offeror will assist with setting up payment accounts for funds to be collected, as needed. H. All services noted above will be provided at no cost to the DCSD Task 2. Work with the DeKalb County Police Department on a procedure for validation and issuance of citations. A. The Offeror will act as primary liaison to work with the DeKalb County Police Department to implement citation review and issuance procedures and to resolve any technical issues that arise. The Offeror will provide all required training to meet the requirements of the DeKalb County Police Department in a timely manner prior to installing any equipment. These and other related services will be at no cost to the DCSD.

9

B. The Offeror will describe in step-by-step detail the proposed citation process from identifying and capturing the violation through violation fine collection, including the methodology and logic behind their unique approach and why it is in the best interest of the DCSD to implement this process for the purpose of increasing student safety and enforcing state and local ordinances. C. The Offeror will pre –screen all potential violations in order to deliver quality data to the DeKalb County Police Department for evaluation and issuance of citations. This service will be at no cost to the DCSD. Task 3. Provide a turn-key camera system to be installed on school buses for the purpose of enhancing school bus safety and recording stop arm violations. A. The Offeror will bear the cost of all equipment, maintenance, repair, replacements and/or upgrades of any kind to the entire school bus fleet throughout the duration of the contract term. B. The Offeror will be responsible for diagnosis, repair and maintenance of the equipment in a timely manner at no additional cost to the DCSD for the duration of the agreement. Unless otherwise specified in the Offeror’s proposal, repair is expected to be completed with ten (10) business days of request. No penalties will be imposed on the DCSD for days in which the camera system is inoperative. C. The Offeror will disclose the full assessed value of the equipment as installed for insurance purposes. D. The Offeror will provide a list of parts and equipment included in the camera system and the replacement cost for each, inclusive of labor, travel and any other related costs. E. The Offeror will be responsible for any damage to school buses due to the installation, use of removal of the camera system equipment. F. The Offeror will demonstrate installation methods to District’s Fleet Services Department, verify that installation will not compromise the integrity, reliability, functionality, use or safety of the bus in any way and verify that these methods and equipment are consistent with all state and local regulations. G. The equipment will not in any way impede bus use by any passenger, driver or other staff member or affect the loading, transport, or unloading of passengers, and will be consistent with all state and local regulations. H. If at any time during this contract the Offeror chooses or is directed by Owner to remove a camera from one bus and install it on another bus, the Offeror will bear the relocation cost. I.

The Offeror’s camera system will not prematurely trigger a violation capture, will allow sufficient time for the deployment of the bus stop warning system and will allow sufficient time for the motorist to react and respond, in accordance with all state and local ordinances. The camera system will in good faith accurately capture only real, clearly visible violations, DCSD, DeKalb County Government and the DeKalb County Police Department must approve of the timing intervals and methods used to determine that a violation has occurred. No adjustments to any of the determining factors employed by the system will be made without written approval by DCSD, DeKalb County Government and the DeKalb County Police Department.

10

VII.

CONSULTATION SERVICES The Contractor’s staff must be available for consultation with DCSD staff on an as-needed basis between the hours of 8: 00 A. M. and 5:00 P.M. EST, Monday through Friday. PROPOSAL INSTRUCTIONS AND PRICING SCHEDULE: A. This School Bus Safety Camera Enforcement System program will be at no cost to the DCSD at any time during or at termination of the agreement. Any and all financial risk will be the sole responsibility of the Offeror. The DCSD will not be charged fines, penalties or fees based on performance or lack thereof, or any other criteria including, but not limited to, a minimum number of citations per bus per day, week or month. The DCSD will not be responsible for operation costs, monitor fees, or any other expenses the Offeror incurs as the result of being awarded a contract with the DCSD. B. The Offeror’s sole compensation will be a negotiated percentage of the paid citations from the first paid citation to the last paid citation for the duration of this agreement. While a negotiated distribution of shared cost of collection efforts are acceptable for unpaid citations, The DCSD will not be held responsible for or make the Offeror responsible for those unpaid or uncollected citations in any way. C. The Offeror will detail the proposed program revenue distribution rates between the Offeror and the DCSD for the citation revenue collected. The rates will be mutually agreed upon prior to contract execution. D. The Offeror agrees that any camera systems that are installed and in place on any school buses at the end of the anticipated five-year contract term will become the property of the DCSD at no cost to the District.

VIII.

TRADE SECRETS/PROPRIETARY INFORMATION: A. Trade secrets or proprietary information submitted by an Offeror in connection with a procurement transaction shall not be subject to public disclosure under the Open Records Act; however, Offerors must invoke the protections of this section prior to or upon submission of the data or other materials. B. The Offeror must identify the data or other materials to be protected and state the reasons why protection is necessary. Disposition of materials after award(s) should be stated by the Offeror.

IX.

PROPOSAL SUBMISSION REQUIREMENTS A. A mandatory pre-proposal conference will be held on Tuesday, June 30, 2015 at 10:00 a.m. at the Sam A. Moss Service Center, 1780 Montreal Road, Tucker, Georgia 30084. Attendance is required to submit a proposal for this project. B. All Proposals shall be signed by an authorized principal of the company. By submitting a proposal, the Respondent certifies that all information provided in response to this RFP is true and accurate. Failure to provide information required by this RFP could result in rejection of the proposal. C. Proposals should be prepared simply and economically, providing a straightforward, concise description of the firm’s or individual’s capabilities for satisfying the requirements of the RFP. Emphasis should be on completeness and clarity of content. D. The Respondent’s proposal to DeKalb County School District shall include one (1) signed original, five (5) identical duplicate copies, and one (1) electronic copy. Each copy of the proposal shall be bound in a separate three (3) ring binder.

11

E. Include one copy of the firm’s Financial Statement as described in Section IX Item G 4.a. Clearly label this envelope: “Financial Statement.” F. A Delivery Label (Attachment O) is provided. Cut this label as indicated and affix it to the outside of your sealed RFP package. Be sure to include the name and address of the firm submitting the RFP where requested. The package must be sealed and opaque. G. The Offeror’s sealed proposal shall be submitted in the following format: 0. Cover Letter 1. Firms Overview (15%) a. Provide a full and complete company profile to include, but not limited to Firm name, address of firm headquarters and branch office handling this project as well as related telephone and fax numbers. b. State how many years in business under the name stated above. Describe firm ownership, structure and history. Include type of legal entity (e.g., corporation, Limited Liability Company, etc.). State or commonwealth of formation (i.e., where incorporated) and year of formation or organization. In case of a joint venture, provide the same information for each partner in the joint venture. c. List the number of permanent employees and provide an organization chart of the firm. Also, for each management-level employee you intend to assign to the project, include a paragraph which outlines their role and responsibility, past relevant experience with similar type projects. d. If a joint venture, list each firm, rationale for joint venture, and previous similar experience as a joint venture. 2. Scope of Services (40%) a. Please provide your company’s comprehensive and proposed strategy for providing the School Bus Safety Camera Enforcement System to DCSD. Please be very detailed and specific in your response to each requirement. 3. Firm’s Relevant Experience and Expertise (25%) a.

Similar Service History Briefly describe project experience specific to master planning that the firm has provided for various clients similar to those identified in this RFP within the last three (3) years. If you include services(s) managed by the firm’s employees or subcontractors while employed by other entities, clearly indicate the name of the entity that was responsible for the services. Include the following information for each description: Client Information: Name of owner, type of entity (K-12 schools, university, office building, etc.), and location (city, state). Service Dates: Year services started/ended. Detailed Listing of Services Provided: Type of services, quantities, etc. 12

Comments: Comment on any special features, services, conditions, etc. References: Provide the names and contact phone numbers of the current clients, preferably clients comparable to DCSD, for whom the Offeror is providing or has provided similar services as requested in this RFP. 4. Financial Information (10%): a. The Firm’s financial capability is to be expressed in the financial statement (audited financial information current within the past twelve months, such as a balance sheet and statement of operations) and should indicate the resources and the necessary working capital to assure financial stability through the completion of the projects. A certified audit is preferred; however, the Firm’s most recent tax return and balance sheet will be accepted. The statement can be labeled Confidential. Disclose any material changes in the business operations of the Firm, including without limitation any pending bankruptcy proceedings, bankruptcies, receiverships, mergers, acquisitions, stock acquisitions or spin-offs which have occurred within the last three (3) years and any material, pending, or threatened litigation. If appropriate, discuss the impact of these changes on the Firm’s financial or managerial ability to perform the noted tasks under this Contract. Provide the name, title, address and phone number of the financial officer of the Firm responsible for providing this information. All Offeror’s shall certify and provide a statement that they are financially stable and have the necessary resources, human and financial, to provide the services at the level required by the DeKalb County School District. Include this statement in a separate sealed envelope. b. Provide two bank references including bank names, addresses, bank contacts and telephone numbers. 5. Litigation Information (5%): a. Describe any claims, mediation, litigation, arbitration or other form of dispute resolution filed by or against your company (and, in the case of a joint venture, by or against any partner in the joint venture) in the past five (5) years, including case name, number, location of court or arbitration, and, if an arbitration, the name and telephone number of at least one arbiter. If there are no claims, mediation, litigation, arbitration or other form of dispute resolution filed by or against your company (and, in the case of a joint venture, by or against any partner in the joint venture) in the past five (5) years, please include a statement that the Firm has no claims, mediation, litigation, arbitration or other form of dispute resolution. This list shall also disclose any failure or failures to complete a contract, or contracts, and any instances of having defaulted or having been declared to be in default, on any contract or contracts, and any penalties imposed by reason of any contract undertaken and determined to be in noncompliance with pertinent statutes within the past five (5) years, and all such items shall be explained in detail, including without limitation, identification of the project by name and the name, address and telephone number of the owner of each such project. If there is no failure or failures to complete a contract, please include a statement that the Firm has never failed to complete a contract or contracts or have defaulted or have been declared in default on any contract.

13

b. Include a statement as to whether or not the Firm (and in the case of a joint venture, each of the partners in the joint venture) or any of its officers has within the two (2) years prior to the date of application been convicted or entered a guilty plea (or plea of nolo contendere) in any court for a violation of any state or federal statute concerning competitive bidding or competitive proposals or the restraint of trade. c. Identify and briefly discuss any instances in the past five (5) years where your contract was terminated, with or without cause. Provide Owner name, project name and Owner Project Representative Name and Number. For joint ventures responding to this RFP, provide the above information as it pertains, to the joint venture and for each partner or entity creating said joint venture. 6. Acceptance of Owner’s Service Contract (5%) Indicate your willingness to execute the Form of Agreement included in this RFP. Any proposed revisions to the terms or language of these documents must be submitted in writing with the Service Contractor’s response to the RFP. If submitted or proposed thereafter, such proposed revisions to the terms or language of these documents shall not be considered by the Owner and the Service Contractor’s Proposal may be rejected. A Proposal may be rejected if proposed revisions to any of these documents are unacceptable to the Owner. X.

OWNER’S STANDARD FORMS REQUIRED TO ACCOMPANY PROPOSAL Failure to include these forms may serve as grounds for non-consideration of the entire RFP response. Attachment C: Corporate Certificate Attachment D: Partnership Certificate Attachment E: Entity Certificate Attachment F: Illegal Immigration Reform and Enforcement Act of 2011 Attachment G: Acknowledgement of Addendum Attachment H: Conflict of Interest Disclosure Form Attachment I: Consent to Release Information Attachment K: Offeror’s and Individuals’ Affidavit of NonCollusion Attachment L: Subcontractor Affidavit of NonCollusion Attachment M: Subcontractor Listing Attachment N: RFP Checklist and Certification Attachment O: Proposal Delivery Label Certificate of Insurance Business License

XI.

EVALUATION AND AWARD OF CONTRACT A. Evaluation Criteria: Proposals shall be evaluated by DCSD using the following weighted criteria: 1. Firms Overview (15%) [comprised of: profile of firm (2%); location of firm (3%); and size and resources of firm (10%).] 2. Scope of Services (40 %) [comprised of: scope of services (40%)] 3. Firm’s Relevant Experience & Expertise (25 %) [ comprised of: past experience (15%); current work load (10%)] 4. Financial Information (10%) [comprised of: financial statements (8%); bank references (2%);] 5. Litigation (5%) [comprised of: litigation 5%] 6. Acceptance of Owner’s Form of Agreement for Services (5%) B. Selection Process: A Selection Committee will perform Proposal evaluations and, following completion of the evaluations and subject to DCSD’s right to reject any or all Proposals, the responsible and responsive Contractor whose Proposal is determined to be the most advantageous to DCSD will be 14

selected to perform the services for the Program. The evaluation factors that will be employed, and their relative importance, are identified at Part XI, Section A, above. C. The Contractors submitting a Proposal may be afforded an opportunity for discussion, negotiation and revision of Proposals for the purpose of obtaining best and final offers. In the event DCSD deems it necessary or appropriate, all responsible Contractors found by the Owner to have submitted Proposals reasonably susceptible of being selected for award shall be given an opportunity to participate in such discussions, negotiations and revisions. All blanks shall be filled in, and shall be filled in by typewriter or manually and legibly, in ink. Where so indicated on the Owner’s forms, amounts and sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount or sum written in words shall govern. Interlineations, alterations and erasures must be initialed by the signer of the Proposal.

(END OF RFP – SEE ATTACHMENTS)

15