Sei sulla pagina 1di 80

REQU UEST FOR PR F ROPOS SALS

RF 11-02 FP 2

MUNI ICIPAL GOV L VERNM MENT S SERVI ICES PROC CUREM MENT

Iss Date: sue Proposal Due Date:

A April 12, 201 11 M 23, 2011 May 1

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

REQUES FOR PROPOSA (RFP) 11-02 ST P ALS ) MUNICI IPAL GOV VERNME ENT SERV VICES PR ROCUREM MENT
The City of Dunwoody (hereinafte called the City) wel o y er lcomes seale proposals for Purchas ed s sing RFP 11-02 Mun nicipal Gove ernment Serv vices Procur rement. The City will c e consider serv vice provide whose ers proposals meet the criteria established in the Request for Proposals. The City m directly n m r may negotiate final terms with the selected serv s s vice provide er(s). The C City reserve the right to reject an or all es ny nformation from any responding responses for any reaso The City may also request clarif f on. y r fication of in Contractor rs. Work is to commence on or about January 1, 2012. 2 rs o s plete and co oncise propo osals in a se ealed packag which ge, Contractor wishing to bid must submit comp shall be cle early marked Chris Pik Director of Finance CONFID d ke, r e DENTIAL RFP 11-02 Within . the propos package, Bidders sh submit separately s sal hall s sealed techn nical proposa and cost proposal al prepared according to the instructi ions provide in this RF The City must receiv proposal p ed FP. y ve packages han m onday, May 23, 2011 at which tim all technic proposal will be me cal ls no later th 2:00 pm EST, Mo publicly op pened. Prop posals will not be accep n pted if sent by facsimi or e-mail. The City will not ile consider pr roposals received after the time and date specif t d fied for the o opening; the City will re e eturn late proposals unopened. Fu u urthermore, proposals ar legal and binding whe submitted re en d. w P al nce 0 on , e The City will hold a Pre-Proposa Conferen at 10:00 am EST o April 29, 2011 at the City of Dunwoody Courtroom 41 Perimet Center East, First Fl y m, ter E loor, Dunwo oody, GA 30 0346. The co onference will includ a review of the propos documen and a que de o sal nts estion and an answer sessio Attendan at the on. nce Pre-Propos Conferen is stron sal nce ngly encoura aged, but it is not requ uired. Prior to the Pre-Proposal conference the City will post a meeting agen on the P e, w m nda Purchasing p page of the Citys webs site. The City expec Contracto to be fam cts ors miliar with the proposal requiremen and to p t l nts provide the C with City any questio regardin the proposal documen at the Pre ons ng nts e-Proposal c conference o by the dea or adline for Contractor questions. r ors ubmit all questions re q egarding Pu urchasing R RFP 11-02 via email only to Contracto shall su RNR@dun nwoodyga.g no later than May 5, 2011 at 2 gov r 2:00 pm EST The City will post an T. y nswers to submitted questions pe q ertaining to this RFP on the Purchasi page of t Citys website. t t ing the Proposals should be cl s learly marke on the out ed tside packag ging with C Chris Pike, D Director of Finance f CONFID DENTIAL RFP 11-02 and address as follow R sed ws: Chris Pike, Director of Finance f CONFIDENTIAL RF 11-02 FP City of Dunwoo ody 41 Perimeter Center East Suite 250 4 r t, Dunwo oody, GA 30 0346 Contractor may not withdraw thei proposal for a period o one hund rs w ir f of dred and eig ghty (180) d days after the time an date sched nd duled (or sub bsequently rescheduled) for proposa opening. al

Pa 2 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

The Citys staff will re eview all pro oposals subm mitted befor the require deadline. The City, a its sole re ed . at discretion, may short t-list firms that the City deems best meet the requirements, tak C king into considerati all crite ion eria listed in the RFP. The City m n may, at its sole discret tion, ask fo formal or presentatio from all of the resp ons ponsive and responsible Bidders, or only from those firms that are r s short-listed d. To support a non-biase evaluation of submitted proposals the City i requesting Bidders to submit t ed n s, is o their prop posals in two (2) clearly labeled sep o y parate enve elopes. The first envelo shall inc ope clude the technical proposal, co p ontaining one (1) prin o nted and sig gned origina six (6) p al, printed, and one (1) d electronic copy in sea archable PD The sec DF. cond sealed envelope s d shall include the cost p e proposal, g nted and si igned by a n authorize represen ed ntative and one (1) d containing one (1) original prin electronic copy. l hould only contain the B c Bidders tech hnical respon the City will not nse; y The technical proposal envelope sh a nal de envelope mu be clear labeled with the ust rly evaluate any addition material. The outsid of this e Bidders or rganization name, address, contac informati and labe n ct ion eled (RFP) 11-02 MUN NICIPAL GOVERN NMENT SER RVICES PR ROCUREM MENT TECH HNICAL PR ROPOSAL. The cost proposal enve elope should only conta the Bidde cost pro d ain ers oposal; the C will not evaluate City t any additio onal materia The outsi of the co proposal envelope m al. ide ost l must be clea labeled with the arly Bidders or rganization name, address, contac informati and labe n ct ion eled (RFP) 11-02 MUN NICIPAL GOVERN NMENT SER RVICES PR ROCUREM MENT COST PROPOS T SAL. All proposals may be subject to pu s ublic inspecti under Ge ion eorgia law. The City will score al technical proposals fi before e w ll irst evaluating th cost prop he posals. Follo owing the review of the technical proposals, the City will review Bi t idders cost proposals an calculate the final nd score for each proposi Bidder. The City re e ing eserves the r right to revie only the cost propos from ew e sals the highest ranked ven t ndors who demonstrated in the City option, th best abili to meet t needs d, ys he ity the of the City. The City will negotiate with the hi w e ighest-rankin vendor fo each serv area. N ng for vice Negotiations m take may place in pe erson or via telephone with the mo qualified firm as ide a w ost d entified by t City, or if shortthe listing occu the City may negotiate with all of the shor urs, y l rt-listed Bidd ders. The Ci may give Bidders ity e an opportu unity to subm their best and final offers. The C of Dunw mit t o City woody requir pricing t remain res to firm for the duration of the contrac Failure to hold firm p e f ct. pricing for th duration o the contrac will be he of ct sufficient cause for the City to decl a proposal non-resp c e lare ponsive. The Bidde awarded the Contract must prov er t vide proof o liability i of insurance in the amoun of one n nt million dollars ($1,000,000.00), along with any other re a a equired insur rance coverage and evi idence of business or occupation license, as outlined in the RFP. r nal n The City reserves the right to waive any informalities or irregul e w i s larities of p proposals, to request o clarificatio or inform on mation subm mitted in any proposal, t request a y to additional in nformation f from any Bidder, or to reject an or all prop ny posals and to re-adverti for propo t ise osals. The C also reserves the City tend the date or time sch e heduled for the opening of proposal Award, if made, will be to the t ls. f right to ext responsible and respon e nsive Bidder submitting the proposa deemed by the City, i the sole di r al, y in iscretion, to be the most advantag m geous to the City, price and other fa ctors consid dered.

Pa 3 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

To ensure the proper and fair evaluation of proposal the City prohibits a commu e r e ls, any unication except as expressly au e uthorized he erein regard ding this solicitation in nitiated by a Bidder or its agent to an emp ployee of th City evaluating or considering the propo he g osal during the period of time d following the issuance of the RFP, the open t e ning of prop posals and p prior to the time a deci ision has been made with respect to the Contract aw e C ward. An em mployee or r representativ of the Cit who is ve ty not a mem mber of the selection te eam may ini itiate comm munication w with a Bidde in order t obtain er to information or clarification needed to develop a proper an accurate evaluation o the propo n d p nd of osal. Any itation durin evaluatio period sh communica ation initiated by Bidd regarding this solici der g ng on hould be submitted in writing, marked CON i m NFIDENTIA and delive AL ered to Chri Pike, Dire is ector of Fina ance, City of Dunwoody, 41 Per rimeter Cen nter East, Su 250, Du uite unwoody, G Georgia 303 346, or by e e-mail to RNR@dun nwoodyga.go or facsim ov mile to (67 533-079 Unautho 78) 97. orized com mmunication by the n Bidder sha disqualif the Bidde from consideration. all fy er

Pa 4 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Table of Conte e ents


1 GENE ERAL INFOR RMATION .. .................... .................... .................... .................... .................... ................. 6 1.1 Background ........................................... B ...................... .......................................... ...................... .................. 6 1.2 Purpose of Pr P rocurement ....................... ...................... .......................................... ...................... .................. 6 1.3 Term of Cont T tract .................................. ...................... .......................................... ...................... .................. 7 1.4 Anticipated Schedule of Events ........... A E ...................... .......................................... ...................... .................. 7

SCOP OF WORK ................. PE K .................... .................... .................... .................... .................... ................. 8 2.1 Scope Of Req quired Servic ................. ces ...................... .......................................... ...................... .................. 8 P s ...................... .......................................... ...................... ................ 11 2.2 Public Works ......................................... 2.3 Finance And Administrati Services ...................... F A ive . .......................................... ...................... ................ 16 2.4 Planning And Zoning............................ P d ...................... .......................................... ...................... ................ 26 2.5 In nformation Technology ....................... T ...................... .......................................... ...................... ................ 30 2.6 Building Perm And Insp B mits pections ....... ...................... .......................................... ...................... ................ 33 2.7 Parks And Re P ecreation........................... ...................... .......................................... ...................... ................ 36 2.8 Public Relatio And Mar P ons rketing ......... ...................... .......................................... ...................... ................ 39

PROP POSAL FORM ........... MAT .................... .................... .................... .................... .................... ............... 42 3.1 Economy of Presentation ...................... E P ...................... .......................................... ...................... ................ 42 3.2 Proposal Subm P mission ............................. ...................... .......................................... ...................... ................ 42 3.3 Proposal Content................................... P ...................... .......................................... ...................... ................ 43

EVAL LUATION CR RITERIA .... .................... .................... .................... .................... .................... ............... 48

PROP POSAL FORM ................ M .................... .................... .................... .................... .................... ............... 49

INSTR RUCTIONS TO BIDDER ................ RS .................... .................... .................... .................... ............... 51 Appen ndix A - No Response to Request for Proposals ..... R R P .......................................... ...................... ................ 58 Appen ndix B - Gene Conditio ................ eral ons ...................... .......................................... ...................... ................ 59 Appen ndix C - Sam mple Affidavit .................... t ...................... .......................................... ...................... ................ 75 Appen ndix D - Infor rmation Tech hnology Inve entory .......... .......................................... ...................... ................ 76 Appen ndix E Cost Table ............................... ...................... .......................................... ...................... ................ 77 Appen ndix F Motor Vehicles Inventory ..... I ...................... .......................................... ...................... ................ 80

Pa 5 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

1 GENE ERAL INF FORMAT TION


1.1 Back kground C nwoody is a newly incor rporated city (2008) on the north side of metro Atlanta y n o The City of Dun ity with a 2010 cens populatio of 46,267 It is a scen communi including many of th metrosus on 7. nic g he areas top dining, shopping, schools, an recreation The City of Dunwoo is settle at the nd n. y ody ed most northern tip of DeKalb County, bor p rdered by Fu ulton County on the north and west, I y h Interstate 285 to the south, and Gwinnett County on the northe t o east. Dunwo oody is hom to a large high-end me shopp ping mall (P Perimeter Ma a signifi all), ficant amoun of Fortune 500 compa nt e anies, and an affluent n reside ential base. The City is fortunate to have str i rong neighborhoods, a variety of p places of worsh and sev hip veral neighb borhood lev shopping centers an office co vel g nd omplexes. T road The netwo and pu ork ublic transit provide easy access to Buckhe t ead, Midtow Downto wn, own, and Harts sfield Jackso Internati on ional Airport. Dunwoo ody is regar rded as a family frien ndly and conve enient locati for busin ion nesses and vi isitors. ons he nce ty anagement o a City of The City functio under th governan of a Cit Council and the ma ager. The City provides municipal services to its citizens and busines C s sses in a un nique and Mana progr ressive mann through a partnershi with priva firms. Fr ner ip ate rom the initi incorpora ial ation, the City has operate as a publ ed licprivate partnership ( p (PPP), with the vast m majority of C City staff nies. The City has dete ermined that the PPP m t model adds v value and employed by private compan bility, prom motes compe etition, build accounta ds ability, and provides t the highest level of flexib custo omer service to the citize of the Cit ens ty. 1.2 Purp pose of Proc curement The existing mu unicipal ser rvices contra acts for pu ublic works, community developm , y ment, and ncial and adm ministrative services are set to expire on Decemb 31, 2011 The purpose of this s e ber 1. finan RFP is to enter into a public cprivate par rtnership wit highly exp th perienced se ervice provid who ders have the capabili and prof ity fessional staf ffing resourc required to provide high quality service ces d y ncreased eff ficiencies of municipal operations. F o Firms shall p provide servi to the Cit for the ice ty and in period of three ye plus one additional year at the C ears e Citys option n. C ching for the Contractor( that will be able to p e (s) provide mun nicipal servic in the ces The City is searc follow wing service areas: Pub Works, Finance an Adminis e blic nd strative Serv vices, Plann ning and Zoning, Informa ation Techn nology, Buil lding Permi and Insp its pections, Pa arks and Re ecreation P M B y one area. and Public Relations and Marketing. Bidders may respond to more than o service a The City seeks Contractor(s to manag the deliv s) ge very of mun nicipal services in a res sponsive, econo omical, and efficient manner. Furt m thermore, th City exp he pects that th Contracto he or(s) will identify any caus of ineffic ses ciencies or un neconomica practices, i al including inadequacies r related to the ty ypes of polic and proc cies cedures with respectiv service are The Cit expects Contactors hin ve eas. ty contin nuously to improve the services de i elivered to th Citys residents by t he tracking perf formance measurements an by providi ongoing professiona developme for contr nd ing al ent racted staff.

Pa 6 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

1.3

Term of Contract m The term of the contract for the delivery of municip services i each servi area will be from t c y pal in ice l Janua 1, 2012 through the following fo ary t f orty-eight (48 succeedin months. 8) ng

1.4

Antic cipated Schedule of Ev vents RFP Issue Date Pre-P Proposal Con nference Last Day for Que D estions Propo Due Da osal ate Writt Proposal Evaluations ten s Oral Interviews for Short Listed Bidders f s Contr Award ract Execu Contrac uted ct (Note: Date are subjec to change) es ct e) April 12, 2011 April 29, 2011 May 5, 2011 y May 23, 2011 e June 7, 2011 June 16, 2011 July 25, 2011 January 1, 2012 y

* * * * * * * EN OF GEN ND NERAL INFO ORMATION * * * * * * * N

Pa 7 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2 SCOPE OF WORK O K
2.1 1 Scope of Required Services f S For the purpose of this RFP, Contractor(s will prov C s) vide all mun nicipal servi ices for the City of e Dunwood the City divided the service area into seven (7) separate functions: dy; as n e 1) 2) 3) 4) 5) 6) 7) Public Wor rks Finance and Administra d ative Service es Planning an Zoning nd Information Technology n y Building Pe ermits and In nspections Parks and Recreation R Public Rela ations and Marketing M

Bidders can submit proposals for provision of municip services in one, mu f n pal s ultiple or al service ll areas. Th here will be no additio e onal points awarded to firms bidd o ding on mo than one service ore e area, an the Cit will eva nd ty aluate each Contracto ors qualifi ications in each servi ice area separate However the City re ely. r, ecognizes th there are potential eco hat onomies of s scale and co saving ost opportun nities related to having one Contractor providing work in mo than one service are In that o g ore e ea. spirit, the City encou e urages propo osing firms to respond to more than one service area, as lon as the t o n e ng respondin firm poss ng sesses the required exper rience and h the capac to prope staff and manage has city erly d the delive of high quality services to our co ery q onstituents. For all work provide to the Cit of Dunwo w ed ty oody, the Co ontractor(s) shall meet th following general he g service delivery requ d uirements: a) Pro ovide services under th direction of the des he signated Cit Official. Such servic shall ty ces enc compass all those duties and functio reasonab and custo t ons bly omarily asso ociated with delivery h of the required services in accordance with local state, and federal law including but not t d n e l, ws g, lim mited to, the City Charte City ordinances, and laws of the United Sta and the State of er, d e ates e Geo orgia. b) Com mply with all OSHA and other applicable f federal and state statu utes, regulations and stan ndards for workplace safety and all applicab laws reg w s ble garding hazardous mate erial and mai intain all req quired Manu ufacturers Sa afety Data S Sheets (MSD forms on site at the C DA) n City. c) Com mply with all local, stat and feder documen a te ral ntation retent tion requirem ments including, but not limited to, the Citys document retention sc r chedules, as adopted an amended by City nd Cou uncil. d) Sup pport the esta ablished cult ture through hout the City and commu y unity of Dun nwoody. e) Pro omote inform mation sharin and collab ng borative wor between a City staff and Contrac rk all f ctors. f) Identify, record and report relevant pe d t erformance measuremen for cont nts tracted servi areas. ice Con ntractor(s) shall submi monthly reports mo it onthly base on estab ed blished perf formance indicators. The City and the selected Contractor e t d r(s) will mu utually agree upon a se of key e et per rformance in ndicators no later than October 1 2011. T o n 15, The Contract shall co tor ommence trac cking relevan metrics in January 2012. nt n
Pa 8 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

g) Dev velop, imple ement, main ntain, and im mprove strat tegies to att tract and re etain highly qualified emp ployees in the appropri t iate number to maintai the requi r in ired level of service an to fill nd vac cancies in sta affing promp ptly. h) Res search curre and relev ent vant trends and laws th might h hat have an imp pact on the City and serv delivery providing communica vice y, ation on the i impact of the events to th City. e he i) Pro ovide the Cit with employees that have the tec ty h chnical know wledge to op perate City-o owned IT infr rastructure and software within their respective departments (Please see Appendix D for the a r s e deta ailed list of City-owned software and hardware) C ). j) Thr roughout the term of the contract, maintain and implement d e e m documented training pro ograms to gua arantee that contracted st member remain at the top of th field thr c taff rs heir roughout the duration e of their specifie assignmen t ed nt(s) with th City. he k) Pre epare an annu documen that outlin educatio and professional deve ual nt nes on elopment pro ovided to staf during the prior year and outline training t ff e r es that will be delivered to the staff p o providing serv vices, and pr rovide said training to th employe t heir ees. l) Thr roughout the term of th contract research an implemen operation improve e he nd nt, nal ements to incr rease efficiencies improv service an reduce op ve nd perating exp penses. m) Rev view all rela ated process procedu ses, ures and pol licies at leas annually f amendm st for ments and imp provements based on circumstances and industry standards c b y changes. ovides to n) Ma aintain and account for all informatio equipme and prop a a on, ent, perty, which the City pro h the Contractor for use durin the period of perform f ng d mance. anage all stor rage, mainte enance, inspe ections and o other necess sary services related to t motor s the o) Ma veh hicles and eq quipment pro ovided to the Contractor by the City. e . p) Pro ovide a detai iled Motor Vehicle Use and Safety Policy for the use of s V e y such vehicle by any es staf of the Co ff ontractor su ufficient to ensure that the City is protected r e regarding th use of he veh hicles. City may utilize any vehicl described in section 5.7 of the General Co e le d onditions (Ap ppendix B) when not in use by the Contractor. w u C q) Obt tain approva of the City Manager on vehicle m al y o make, model and age an adhere to required l, nd branding to the City of Dun e nwoody stan ndards of an additional vehicles fu ny l urnished and used for d serv delivery by the Con vice y ntractor. r) Fur rnish and maintain for the benefit of the City all labor, supervision, and equipm m y , ment not otherwise prov vided, which are necessa and prop for perf h ary per forming the services, du uties, and resp ponsibilities set forth and contemp a plated as ne ecessary to maintain th required level of he serv vice. s) Com mmunicate with the Mayor, City Council, a M and media s services onl through the City ly Ma anager or des signee, unles otherwise authorized. ss t) Ma aintain, for purposes of City busine establish business hours and provide ap p ess, hed s d ppropriate staf to perform any after-h ff m hours require ements. Suc hours are subject to ch ch hange throug ghout the term of the con m ntract. u) Pro ovide the City with a pr rimary contact who sha be availa all able to the C in person or by City tele ephone on a twenty-four (24) hour ba asis, seven ( days per week. (7) v) Use the address of Dunwo e oody City Hall and Dun nwoody e-m addresse for all Cit mail es tyrelated mat tters, includi both inco ing oming and outgoing mai o il.
Pa 9 of 80 age

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

w) Pre epare and provide to the City update reports su e ubmitted mon nthly and w within 48 hou when urs requested by th City. All reports should document details of a subcontr he r t any ractors work and the k cur rrent status of specific pe o erformance indicators es i stablished for each servic area. r ce x) Pre epare and pro ovide to the City annuall (during th budget pro ly he ocess), the s strategic man nagement plan for continu services in the specific service a n ued area managed by the Con d ntractor. y) Ma aintain and update at lea semi-ann u ast nually the sc cope of wor listing sp rk, pecific servic to be ces deli ivered in the service area managed by the Contr actor. e a b In additio the Contr on, ractor(s) sha provide th specific services desc all he cribed in the sections bel low.

Pag 10 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.2 2

PUBLIC WORKS C The Dep partment of Public Wor is respo rks onsible for t managem the ment, devel lopment, saf fety, and maintena ance of the City's roadw ways, parks, and storm mwater systems. Its major functions include s streets maintenance, paving and striping, sid m dewalks, gutt tters, related street areas, traffic sign nals, road sign mai intenance, parks maintenance, storm mwater utili emergen prepared ity, ncy dness as it r relates to public works functio w ons, traffic engineering, and traffic calming. T Public W e , c The Works depar rtment is charged with providi high qua w ing ality and res sponsive serv vice to the r residents and business o d owners of Dunwood includin the on-ca and mai dy, ng all intenance st taffs who st trive to respond to cit tizen and community requests in a profess sional and ti imely manne Currently the Depar er. y, rtment maint tains 185 centerline miles of ro oadway, and 43 linear miles of sidew d m walks, addres ssing issues such as: Repairing da R amaged curb gutters, ca basins, sidewalks an roadway paving bs, atch nd Maintaining traffic lights and signs M Maintaining rights-of-wa by mowin grass and removing t M ay ng d trash and deb bris Working clo W osely with th regional, state, and f he federal agen ncies to assu that road within ure ds Dunwoody are maintained and improved D a

2.2.1 Gen neral Requi irements Con ntractors res sponding to the Public Works sc o c cope of wor shall per rk rform the f following serv vices: 2.2.1.1 2.2.1.2 vide s d the nager or des signee. Prov services under the direction of t City Man Prov vide a Public Works Di irector, appr roved by the City, with full respons e sibility to man nage all staf necessary to perform the services duties, an responsibi ff s, nd ilities set forth The Co h. ontractor sha not repla the app all ace proved Direc ctor withou written ut appr roval of the City; the Cit will not un ty nreasonably withhold ap y pproval. Prov the City with a prim vide y mary contact to act as a liaison betw t ween the City and the y Con ntractor. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Dev velop capital improvement plans for applicable P Public Work service area k as. Prov vide, manag and over ge, rsee ongoing project ma g anagement, engineering design, g, and maintenance for the ope eration as ne eeded to mee the needs o the City. et of Prov vide supervi ision of Con ntractors pro oviding Public Works se ervices to en nsure that Con ntractors mee City perfo et ormance stan ndards. Con nduct all activities necess sary to main ntain a first c class traffic s system, inclu uding but not limited to, conducting necessary st c n tudies and im mplementati of traffic control ion improvements. Con nduct all acti ivities neces ssary to main ntain a stree system pla including but not et an, g limi ited to, the coordination review, an managem n, nd ment of all contracts fo streets, or side ewalks, and related proje r ects.
Pag 11 of 80 ge

2.2.1.3 2.2.1.4 2.2.1.5 2.2.1.6 2.2.1.7 2.2.1.8

2.2.1.9

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.2.1.10

Mai intain the inv ventory of all transporta a ation related assets, wh d hich shall inc clude but not be limited to, traffic si t ignals, street signs, street lights, gu t uard rails, si idewalks, road curbs and gutters, tra ds, d affic calming devices, st g tormwater c catch basins and inlet struc ctures. The City will pro ovide the Co ontractor an asset inven n ntory as of Ja anuary 1, 2012 in a manag 2 geable electr ronic databas format. se ints Resp pond to public requests and complai in a tim mely and prof fessional ma anner and keep logs of the resolution of all such re p e o equests and c complaints. Atte City mee end etings to represent Publi Works as r ic required and directed by the City d y Man nager. Trac maintain and report on key per ck, n, t rformance in ndicators est tablished by the City y for the Public Works in a tim manner t W mely r. Iden ntify and perform oth p her Public Works ass sistance wh here the C Contractor reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.2.1.11 2.2.1.12 2.2.1.13 2.2.1.14

reet nance and Striping S 2.2.2 Str Mainten The Contractor shall provid the follow e r de wing services s: 2.2.2.1 2.2.2.2 2.2.2.3 2.2.2.4 Ove ersee mainte enance and repair of al City Stree including but not li ll ets g imited to poth repair, paving and striping as di hole p s irected by th City Mana he ager. Ove ersee all mai intenance work in comp w pliance with current Ge h eorgia Depar rtment of Tran nsportation (GDOT) spe ( ecifications. Ove ersee unantic cipated and emergency r e road repairs such as was shouts, sinkh holes and dam mage caused by vehicle accidents. a Con nduct all ac ctivities necessary to m maintain a f first class r roadway an bridge nd infra astructure sy ystem in ac ccordance w with Americ National Standards Institute can l (AN NSI) and American So A ociety for T Testing and Materials (ASTM) standards, d inclu uding, but not limited to overseeing necessary m n o, g maintenance of all roadw e ways and brid dges, which shall includ minor re de epairs, clean ning and rep pairs necessitated by storm events. m Coo ordinate eme ergency resp ponses, as th relate to Public Wo hey o orks, to all weatherrelat events. ted Iden ntify and pe erform other street main r ntenance and striping re d esponsibilities where the firm reasona f ably anticipa needs, w ates which are not specifically set forth ab t y bove.

2.2.2.5 2.2.2.6

2.2.3 Tra affic Signals Street Sig and Stre Lights s, gns eet The Contractor shall provid the follow e r de wing services s: 2.2.3.1 2.2.3.2 Mai intain the pr roper opera ation of all traffic signa and stre als eetlights at all times with the City of Dunwood hin o dy. Traf signals shall be oper ffic s rational cont tinuously and Contractor shall be res d r sponsible for providing em p mergency res sponse to sig gnal outages or malfunct s tions.
Pag 12 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.2.3.3 2.2.3.4 2.2.3.5 2.2.3.6

Adju and/or al ust lign signal heads for pro h oper pedestrian and vehic cular traffic. Insp signal timing and make adjustm pect m ments as requ uired. Ove ersee and manage the inspection a m i and cleaning of traffic signal cabi g inets and equi ipment at lea once per year. ast Iden ntify and perform ot ther traffic signals, street sign c ns, and str reetlights onably anti resp ponsibilities where the firm reaso icipates nee eds, which are not spec cifically set forth above. f

2.2.4 Sid dewalks, Gu utters and Related Stree Areas R et The Contractor shall provid the follow e r de wing services s: 2.2.4.1 Ove ersee the of any new sid dewalks and curbing sh be comp d hall pleted in ac ccordance with (GDOT) as well as ap h pplicable AN and AST standard and as dir NSI TM ds rected by the City Manage C er. Mai intain first class sidewa c alks, gutters, and related street area including but not , d as g, limi ited to, ove erseeing all necessary m maintenance and clean e ning of the same as directed by the City Manage C er. Mai intain and clear the Cit Rights-o c ty's of-Way (RO OW), perform ming landsc caping of med dian areas, and mainten nance and upkeep of the City's s streets and drainage syst tems consiste with the standards of the Departm ent f ment. Iden ntify and perform other sidew walks, gutte ers, and re elated stree areas et resp ponsibilities where the firm reaso onably anti icipates nee eds, which are not spec cifically set forth above. f

2.2.4.2

2.2.4.3

2.2.4.4

2.2.5 Tra affic and Tr ransportatio Engineer on ring The Contractor shall provid the follow e r de wing services s: 2.2.5.1 2.2.5.2 2.2.5.3 2.2.5.4 2.2.5.5 2.2.5.6 2.2.5.7 Rev view and upd the inve date entory of the City's exis e sting road co onditions an review nd the re-paving plan, the longr -term schedu and the associated a ule, annual costs. Rev view and re evise the ex xisting stripi ing plan an the associated sched nd dule and projected yearly costs. y Mon nitor the ex xisting traffic signal sys c stem and cr reate an ann nual schedul for all le requ uired updates s. Mai intain comm munications with the Pe erimeter Com mmunity Im mprovement Districts (PCID) in accor rdance with their Memor t randum of U Understandin ng. Wor with the community and the P rk y PCID to set public spa standard for all t ace ds Dun nwoody com mmercial area as. Con ntinuously ex xplore metho of impro ods oving traffic flow in a no on-grid envir ronment. Rev view, revise, and devel lop recomm mendations f Street S for Smart regar rding the esta ablishment of a grid syste in the rev f em vitalized com mmercial are eas.
Pag 13 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.2.5.8 2.2.5.9 2.2.5.10 2.2.5.11 2.2.5.12 2.2.5.13

Con ntinuously explore the use of und e der/ over pa asses (grade separation at key e n) bott tleneck point ts. Rev view and, if applicable, revise plan to provide appropri f , ns iate infrastru ucture to incr rease and enh hance the tra affic flow of pedestrians and cyclists f s. Rev view and up pdate the in nventory of neighborho f oods that n need traffic calming projects and stre eamlining of the current traffic calm f ming requirem ments and pr rocess. st pment and t technology t review an update ro maps to nd oad Utilize the lates GIS equip ondition data. and pavement co Ana alyze, evalua and syn ate, nthesize all the above t transportatio elements into the on exis sting Compre ehensive Tra ansportation Plan as app propriate. Iden ntify and pe erform other traffic and transportat r d tion enginee ering respon nsibilities whe the firm reasonably anticipates needs, whic are not s ere ch specifically set forth abov ve.

ormwater 2.2.6 Sto The Contractor shall provid the follow e r de wing services s: 2.2.6.1 Prov vide ongoing engineerin design, a mainten g ng, and nance of sto ormwater sys stems, as need ded, to mee the needs of the City in accorda et y ance with a ANSI and ASTM all d stan ndards and as directed by the City M s y Manager. Rev view, update and imp e, plement all necessary policies, pr rotocols, ru ules, and regu ulations nece essary to me or excee the City's stormwater requiremen under eet ed s r nts appl licable, fede eral, state, an local laws including, but not lim nd s, , mited to, fede clean eral wate requireme er ents. Integrate activi ities when applicable with Plan nning and Zoning an other nd artments as necessary. n depa Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Iden ntify, docum ment and, if deemed ap f pplicable by the City M y Manager, im mplement wate conservation practices and method er s ds. Crea maintain store, and retrieve available docu ate, n, d uments that a necessar for the are ry effective implem mentation an operation of the Citys stormwate requiremen under nd er nts appl licable, local state, and federal laws l, s. Iden ntify and perform other stormwater responsibil r lities where the firm re easonably antic cipates need which are not specific ds, e cally set fort above. th

2.2.6.2

2.2.6.3 2.2.6.4 2.2.6.5 2.2.6.6

2.2.6.7

2.2.7 Em mergency Pr reparedness As it relates to Public Work functions, the Contrac shall pro ks , ctor ovide the fol llowing serv vices: 2.2.7.1 Rev view, revise and implem ment policies and guideli ines, and coo ordinate, ope erate and main ntain the City's emerg C gency prepa aredness pr rogram in a accordance with all
Pag 14 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

appl licable, fede eral, state, and local la a aws, as wel as pruden local gov ll nt vernment prac ctices. 2.2.7.2 Integrate and co oordinate all emergency preparednes operations in conjunc ss s ction with Hom meland Secu urity, Emerg gency 911, F FEMA, GEM and N MA, NIMS as it r relates to Public Works ac ctivities. Assi the Police Departmen with chain or other t ist nt ns traction devi ices in the e event of a snow or ice stor which may impair th traction of Police or other City veh w rm, m he f hicles. Iden ntify and pe erform other emergency preparedne responsib r y ess bilities, as r related to Public Works, where the firm reas e sonably anti icipates nee eds, which are not spec cifically set forth above. f

2.2.7.3 2.2.7.4

Pag 15 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3 FINANCE AND ADMINISTRA 3 ATIVE SER RVICES The City of Dunwoo ody Finance and Admi e inistration D Department is responsible for all financial operations contract administrati s, ion, adminis strative and facility ser d rvices. Curr rently the C City bills around 2,400 occupat tion and exc taxpaye businesses annually. The Departm cise er s ments miss sion is to provide all stakehold a ders in a tra ansparent an efficient manner wi professio nd ith onal, courte eous, and reliable se ervices that are timely an accurate. a nd The servic provided by the Fina ces d ance and Adm ministration Department include: t Adm ministrative Assistance and Receptio a on Acc counting Bud dgeting Serv vices Rev venue Control Pur rchasing Serv vices Hum Resources man Ris Managem sk ment

neral Requi irements 2.3.1 Gen Con ntractors res sponding to the Finance and Admi e inistrative sc cope of wor shall per rk rform the foll lowing servi ices: 2.3.1.1 2.3.1.2 2.3.1.3 Iden ntify and perform Fin p nance and A Administrati ive assistan nce where the firm reas sonably antic cipates needs which are not specific s, cally set forth below. h Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Prov vide superv vision of Contractor(s ) providing Finance and Admin C g nistrative Serv vices to ensu that all contractual requirement are perfor ure ts rmed effecti ively and effic ciently. The City Fi inance Dire ector will p provide day y-to-day op perational supe ervision for department staff. d s Prov addition staffing resources on an as neede basis to su vide nal r n ed upport the C City, such as during financ audits. d cial Prov vide employ yees that are proficient w the softw with ware utilized by the Fin d nance and Adm ministrative Department This, at a minimum, includes the Microsoft Office t. , Suit te. Prov vide services under the direction of the City Fi f inance Direc or desig ctor gnee. The Fina ance Directo is a City em or mployee. Adh to all est here tablished int ternal contro and proce ols edures. Perf form roles related to fa r acility manag gement incl luding, but n limited to, small not repa at City Hall, mainten airs H nance of bui ilding equipm ment such a door locks and key as s assig gnments and coordinatio with prop d on perty manage ement.
Pag 16 of 80 ge

2.3.1.4 2.3.1.5

2.3.1.6 2.3.1.7 2.3.1.8

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.1.9

As it relates to Finance and General Administr o a l rative Servic function track, ces ns, main ntain and report on ke performa r ey ance indicat tors establis shed by the City in e cons sultation wit the Contra th actor in a tim mely manner r. Iden ntify and perform other Finance an Administr nd rative assist tance where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.3.1.10

2.3.2 Administrative Assistance and Recep e e ption The Contractor shall provid the follow e r de wing services s: 2.3.2.1 Prov vide dedicat clerical and admini ted istrative sup pport for the office of the City Man nager, as we as clerical and admini ell l istrative sup pport for elec cted officials and the City Finance Di y irector. Receive and scr reen visitors and telepho calls at th reception station to b staffed one the n be by the firm at all times du t a uring the Cit tys business hours (cur s rrently 8 am 5 pm m exce for holid ept days), provid ding first-tier responses t customer i r to inquiries. Ascertain the need of visi n itors and ca allers, and d direct the p person to th proper he depa artment or person within the municip n pality to meet his/her ne eeds. Coll lect and sig for all in gn ncoming an outgoing mail or ex nd xpress packa ages and main ntain a log of packages, monetary re o eceipts, carri sender, a recipient ier, and t. Mai intain and po calendars and agend for the C Clerk, C Manage Mayor ost das City City er, and City Counci as well as other City b il boards, comm missions and teams. d Coo ordinate trav arrangem vel ments as requ uired under the Citys travel policy for the y City Manager, Mayor, City Council, and other staff as necessary y M d f y. Prov vide dedicat adminis ted strative supp port and se ervices to th City Ma he anager to prov vide relief from the man fr nagement of administra ative details. Screen vis . sitors and calle to minim unprodu ers mize uctive and/or unnecessar interruptio r ry ons. Com mpose corres spondences and respond to general inquires on behalf of the City d l Man nager. Typ proofrea pe, ad, edit an format meeting tra nd anscriptions and other formal r corr respondence. Atte all City Council me end eetings and h hearings and other mee d etings, as dir rected by the City Manage or designe C er ee. Resp pond to all in nquiries as directed. d Prov and mai vide intain access to data to o s other City co ontract provi iders as nece essary. Iden ntify and per rform other administrati assistanc and recep ive ce ption where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.3.2.2

2.3.2.3 2.3.2.4 2.3.2.5 2.3.2.6 2.3.2.7

2.3.2.8 2.3.2.9 2.3.2.10 2.3.2.11 2.3.2.12 2.3.2.13

e e y 2.3.3 Administrative Assistance to the City Clerk 2.3.3.1 Prov vide dedicat ted, full-tim on-site c me, clerical and administrative support for the d t offic of the Cit Clerk. ce ty
Pag 17 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.3.2

Mai intain and administer th Citys sy a he ystem of arc chiving docu uments, reco ords, and cont tracts for all City depart l tments at th direction o the City Clerk, prote he of ecting the integ grity of all public records in accor rdance as se forth in t Official Code of et the Geo orgia Annota (OCGA) ated ). Mai intain and ad dminister the Citys docu e ument imag ging system a records retention and man nagement. Form print, ro and stor ordinance and resolu mat, oute re es, utions for the City Clerk k. Resp pond approp priately to op records requests on behalf of th City as dir pen he rected by the City Clerk. C Dup plicate and distribute mat d terials for C ity meetings s. Organize and sto City con ore ntracts as dir rected by the City Clerk. e t ces ted. Post public notic as direct Ensu compliance with all open record and open meeting law as set for in the ure ds n ws rth OCG and assist the Cit Clerk du GA ty uring meeti ings by tak king attenda ance and reco ording motio and vote The dedi ons es. icated staff f the City Clerk is exp for pected to atten all City Council meet nd C tings. Perf form City Cl lerks respon nsibilities up the City Clerks abse pon ence. Assi in the coordinatio of mun ist on nicipal and special e d elections, d disclosure requ uirements, and qualifica ations, includ ding, but no limited to addressing polling ot o, g stati issues, preparation of ballot qu ion p uestions, or any other r related issue arising es from election matters. m m

2.3.3.3 2.3.3.4 2.3.3.5 2.3.3.6 2.3.3.7 2.3.3.8 2.3.3.9

2.3.3.10 2.3.3.11

2.3.4 Acc counting The Contractor shall provid the follow e r de wing services s: 2.3.4.1 vide a full-time, on-site Accounting Manager, approved by the City, with full e g Prov resp ponsibility to manage all Accountin staff nece o ng essary and p proper to per rform the serv vices, duties, and respon , nsibilities set forth. The Contractor shall not rep t place the appr roved Manag without written appr ger roval of the City, which approval w not be h will unre easonably withheld. Mai intain all fina ancial record for the Ci and comp ds ity ponent units and joint ve entures of the City in accordance with applicable l C laws, guideli ines, standar and best practices rds for municipal accounting, including, but not limited to, General A , , Accepted Acc counting Prin nciples (GA AAP), pronou uncements o the Gover of rnmental Ac ccounting Stan ndards Boar (GASB), best pract rd , tices and a advisories of the Gove f ernmental Fina ance Officers Associatio (GFOA) a the City accounting manual. on and s g Prod duce and de eliver to the City Financ Director in a timely manner any and all ce y financial inform mation and re eports as requ uested by th City Finan Director. he nce Assi in develo ist oping and im mplementing the policie and proce g es edures establ lished by the City Financ Director for the wit ce thdrawal/tran nsfer and d disbursement of City t ds, on l nd n. fund promotio of internal controls an reporting of financial information Proc cess all invoices presen nted with p proper appro oval for pay yment; proc cess only
Pag 18 of 80 ge

2.3.4.2

2.3.4.3 2.3.4.4

2.3.4.5

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

invo oices present with prop approval ted per l. 2.3.4.6 2.3.4.7 2.3.4.8 2.3.4.9 2.3.4.10 2.3.4.11 2.3.4.12 2.3.4.13 2.3.4.14 2.3.4.15 2.3.4.16 2.3.4.17 2.3.4.18 2.3.4.19 Prom mptly identi and pay all City b ify y bills and ob bligations, in ncluding pa ayroll, in acco ordance with Georgia law and sound business pr h w d ractices. Prop perly code and record al financial tr ll ransactions o the City u of under the dir rection of the City Finance Director. C e Prep and revi journal entries, direc pays and w transfer pare iew e ct wire rs. Mai intain capital asset record l ds. Mai intain accoun nting subsidi iary ledgers and support ting schedule to suppor account es rt bala ances in the general ledger. g Mai intain cash and investm a ments in acc cordance wit approved investment policies th d t and applicable laws. ntify and maintain record and accou ds unting for all grants and capital proje l ects. Iden Prep pare respons for surve for othe governme ses eys er ental agencie and autho es orities as directed by the City Finance Director. C e Assi the City Finance Director and C Clerk w contrac administra ist City with ct ation and supe ervision of contracts and agreements c d s. Assi the City Finance Dire ist F ector with ob btaining fina ancing when necessary. n Prep monthly financial reports for th City Finan Director review in order to pare y he nce rs n distr ribute to City Council by the end of the followin month. y y ng Iden ntify and an nalyze financial trends and varianc and repo them to the City ces ort Fina ance Directo or. Com mpile operat ting and fina ancial data t assist wit the prepa to th aration of th annual he budg get. Prep pare all requ uired annua reports in al ncluding the Citys Com e mprehensive Annual e Fina ance Report (CAFR) to be delivere to the D o ed Department o Audits w of within the requ uirements an deadlines established in OCGA. nd Prep pare a Popu Annual Financial R ular Report (PAF under th requirem FR) he ments and guid delines publi ished by GFO and inte OA ernal deadlin requireme ne ents. Coo ordinate and cooperate with external auditors an provide re w l nd equested inf formation and reports for year-end and interim rep y d porting. operate and assist grant coordinator as needed in fulfilling all obligat rs d g tions that Coo acco ompany gran from vari nts ious funding sources. g Doc cument all accounting procedures a processe as well a perform tests and a p and es as walk k-throughs to ensure sou accounti procedur and proce und ing res esses. Iden ntify and dev velop a staff Super Use of the Ci f er itys financia accountin system al ng to tr and instr City sta on the pro rain ruct aff oper use of th software and process the ses. Mai intain a tickler file of all reports and deadlines co ompleted by the City reg y gularly. Iden ntify and pe erform other accounting responsibil r g lities where the firm re easonably antic cipates need which are not specific ds, e cally set fort above. th
Pag 19 of 80 ge

2.3.4.20 2.3.4.21 2.3.4.22 2.3.4.23 2.3.4.24 2.3.4.25 2.3.4.26

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.5 Bud dgeting Ser rvices The Contractor shall provid the follow e r de wing services s: 2.3.5.1 2.3.5.2 Com mply with al requireme ll ents of the C Charter specifying the require City r ements of budg geting for th City, inclu he uding, but no limited to, Sections 5. ot .02, 5.03 and 5.04. d Com mply with al requirements of the b ll budget policy as approved or amend from y ded time to time by the Mayor and City C e y r Council and recommend amendmen to the d nts policy as needed and identif d fied. Assi the City Finance Director an d City Man ist y D anager as d directed with budget h prep paration and preparation of reports a schedule and es. Mon nitor City ex xpenditures and prepare a a eviews as dir rected. analytical re Mee with depar et rtment heads when direc cted and rev view prelimin nary budgets prior to deve eloping the final City bu f udget. Assi departme througho the year in managin budgetary thresholds. Prepare, ist ents out r ng y with assistance from Marke h eting and Pub Relation an attractive and pro blic ns, ofessional annu budget book for subm ual b mission to G GFOAs awa program. The docum shall ard ment inclu all requi ude ired and suggested comp ponents indic cated by GF FOA. Rev view, maintai and upda the 5-yea Capital Im in, ate ar mprovement P Program bud dget. Prep pare ongoing cash flow analysis, fi g w inancial repo orts, plannin models a trend ng and anal lysis to assis in short, and long term financial planning as directed by the City st a m y Fina ance Directo or. Serv as a li ve iaison with all City department on budg preparat ts get tion and adm ministration. Prov vide materia schedules, and oth documen als, her ntation for a budget m all meetings, hear rings and pu ublic meeting gs. Iden ntify and perform othe budget r er responsibiliti where t ies the firm re easonably antic cipates need which are not specific ds, e cally set fort above. th

2.3.5.3 2.3.5.4 2.3.5.5 2.3.5.6

2.3.5.7 2.3.5.8

2.3.5.9 2.3.5.10 2.3.5.11

2.3.6 Rev venue Control The Contractor shall provid the follow e r de wing services s: 2.3.6.1 2.3.6.2 Mai intain and im mprove, wh here possible the Citys processes and proced e, s dures that iden ntify record and secure all City reven a a nues. Mai intain all rev venue control records f the City and compo for onent units a joint and vent tures of the City in acco ordance with applicable laws, guide h elines, standards, and best practices for municip accountin includin but not limited to, General t f pal ng, ng, Acc cepted Accounting Princ ciples (GAA AP), pronou uncements o the Gove of ernmental Acc counting Sta andards Boa (GASB) and best p ard ) practices an advisorie of the nd es Gov vernmental Finance Offic Associa F cers ation (GFOA A). Prod duce and del liver to the City Finance Director in a timely m C e n manner any a or all and reve enue control information and reports as requeste by the City Finance D n s ed y Director.
Pag 20 of 80 ge

2.3.6.3

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.6.4 2.3.6.5

Bill and collect business oc t ccupation ta axes and rev view the cal lculation of fees and char rges for accu uracy. Coo operate with contractors auditing C s City revenue sources to provide rep ports and supp porting docu uments necessary for eff ficient reven audit pro nue ograms. Dev velop and implement prog grams to id dentify busi inesses and improve c compliance with the colle ection of occ cupation tax xes. Ensu no reven is lost du to missing a deadline. ure nue ue g . Coo ordinate with local, sta and fed h ate, deral agencie charged with collec es ction and disb bursement of taxes, asse f essments, fee charges and other im es, mpositions t ensure to full and timely collection of all monies d to the C c f due City. Proc cess applica ations, issue designated licenses an permits a calculat related nd and te fees and charges appropriate s s ely. Coll lect and rec cord revenue payments from custo omers for v various City revenue y sour rces while en nsuring the customers a c account is pr roperly credi ited. Gree public and answer rou et d utine questio associat with coll ons ted lection of tax fees, xes, asse essments or other charge during esta o es ablished bus siness hours. . Coll excise taxes from commercial s lect sources and prepare reports for man nagement review. Mai intain and up pdate the Citys databa of busine ase esses within the Citys financial n repo orting system m. Coo ordinate colle ection of all City-collect fees rece ted eived by othe departmen er nts. Reconcile cash receipts coll r lected daily a prepare daily deposi for the ba and its ank. Iden ntify record and report re a elevant accou unting perfo ormance mea asurements. Doc cument all re evenue contr procedure and proce rol es esses as well as perform tests and l walk k-throughs to ensure sou revenue control proc und cedures and processes. Iden ntify and dev velop a staff Super Use of the Cit f er tys revenue control pro e ocesses to train and instruc City staff on the prope use of the software an processes. n ct o er nd . Rev view all rel lated proces sses, proced dures and policies at least annu ually for ame endments an improvem nd ments based on circum d mstances an industry standard nd chan nges. Iden ntify and perform oth revenue control re p her e esponsibiliti ies where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.3.6.6 2.3.6.7

2.3.6.8 2.3.6.9 2.3.6.10 2.3.6.11 2.3.6.12 2.3.6.13 2.3.6.14 2.3.6.15 2.3.6.16 2.3.6.17 2.3.6.18

2.3.6.19

rchasing Se ervices 2.3.7 Pur The Contractor shall provid the follow e r de wing services s: 2.3.7.1 Com mply with al requireme ll ents of the C Charter specifying the require City r ements of proc curement of the City, inc cluding, but not limited t Sections 5.05 and 5.0 to, 06.

Pag 21 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.7.2

Com mply with al requireme ll ents of the P Purchasing P Policy as ap pproved or amended from time to time by th Mayor a m he and City C Council as w well as rec commend ame endments to the policy as needed and identified. s d Man nage and ma aintain the requisition a purchas r and sing process in complia ance with appl licable laws and the adop purchas pted sing policy. Mon nitor departm mental expen nditures agai availabl budget for purchases. inst le r Mai intain all pur rchasing reco for the City and com ords mponent units and joint ventures of the City in accordance with appli cable laws, guidelines, standards and best t , prac ctices for mu unicipal acco ounting, incl luding, but n limited t General A not to, Accepted Acc counting Prin nciples (GA AAP), pronou uncements o the Gover of rnmental Ac ccounting Stan ndards Board (GASB) and best pra a actices and advisories o the Gove of ernmental Fina ance Office ers Associ iation (GFO OA) and/o the Na or ational Inst titute of Gov vernmental Purchasing (N P NGIP.) Prod duce and de eliver to the City Financ Director in a timely manner any and all ce y purc chasing infor rmation and reports as re equested by the City Fin nance Direct tor. Iden ntify and ta ake advanta age of all available d discounts th hrough purchases or com mpetitive con ntracts with other govern o nments for C purchase City es. Prep pare and ma aintain contra and con acts ntract files, w while also c coordinating with the City Clerk for properly main y ntenance of City contrac cts. Man nage and maintain ven m ndor inform mation and registration within th Citys n he financial reporti system. ing Evaluate vendor performanc addressin vendor p r ce, ng performance issues and r removing vend from eligible list wh issues ar not resolv dors hen re ved. Man nage and ma aintain the Ci itys procure ement. Prep pare solicitat tions and ov versee the co ompetitive p procurement process for projects t r fund through the City. ded Coo ordinate, as needed, with the City A n h Attorney on issues that m arise du may uring the proc curement pro ocess. Prep pare, manag and ov ge, versee comp petitive pro ocurement p processes, i including coor rdination wit other City department th y ts. Reconcile encum mbrances to the general ledger as req quested by a accounting. Mai intain invent tory of all furniture, fix f xtures, supp plies, and eq quipment tha do not at qual as capita assets. lify al Doc cument all purchasing procedures a processe as well a perform tests and p p and es as esses. walk k-throughs to ensure sou purchasi procedur and proce und ing res Iden ntify and perform oth purchasi p her ing respons sibilities wh here the C Contractor reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.3.7.3 2.3.7.4 2.3.7.5

2.3.7.6 2.3.7.7 2.3.7.8 2.3.7.9 2.3.7.10 2.3.7.11 2.3.7.12 2.3.7.13 2.3.7.14 2.3.7.15 2.3.7.16 2.3.7.17 2.3.7.18

Pag 22 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.8 Hu uman Resources The City curre e ently employ 59 full-tim employe and 7 pa ys me ees art-time elec cted employ yees. The Con ntractor sha provide the followin services for City e all ng employees ( (excludes co ontracted ind dividuals): 2.3.8.1 2.3.8.2 ist a with all pro ocesses to ap appoint, emp ploy, and Assi the City Manager as directed w remove employe of the Ci as require by the Ci Charter in Section 3.0 ees ity ed ity n 04. Prov vide a full-ti ime, on-site Human Res sources Man nager, approv by the C ved City, with full responsibility to perform the service duties, an responsib m es, nd bilities set fo orth. The Con ntractor shall not replace the approv Manager without wr l e ved r ritten approv of the val City which approval will no be unreaso y, ot onably withh held. tion classific Design, implem ment, manage and mainta the posit e ain cation and p plans pay as re equired by th City Man he nager in City Charter Sec y ction 3.14. Ensu proper function of recruiting, p ure f r payroll, bene efits and oth City-spe her ecific and gene law prov eral vided by hum resourc es functions for City em man s mployees. Prep all corre pare espondence pertaining to recruitmen and hiring of City emp p o nt ployees. Part ticipate in in nterviews as requested an assist man nd nagement in the hiring p n processes of City employe C ees. Assi new Cit employee in compl ist ty es leting new h hire paperw work and co onducting orientation. Validate emplo oyees ability to work in the US by completing I-9 form, y n erify, and ver identific rify cation provid ded. eVe Mai intain, admin nister, and update the Ci u itys employ handboo and its pr yee ok rovisions, emp phasizing th responsib he bilities of t the staff to be profes o ssional, pati ient, and resp ponsive unde all circum er mstances and other duties as well as the consequ d uences of nonc compliance. Dev velop and maintain all City employ commun m yee nication ma aterials inclu uding the emp ployee handb book, newsle etters, bullet boards, et tin tc. Perf form salary surveys at le annually to establish and valida appropria salary s east y h ate ate leve for positio within th organizat els ons he tion. Crea or updat City empl ate te loyee job de escriptions a the City a as adds, creates deletes, s, or combines pos sitions. Man nage the ann nual review process to e ensure all City employe receive a annual ees an perf formance rev view and me increase if applicabl Create re erit le. eview docum ments and perf formance sta andards as re equired. Dev velop and im mplement pro ograms to en nsure that perf formance rev views are ef ffective and provide man nagement tr raining on th review he proc cess. Ensu the City meets requ ure y uirements of all employm f ment related laws including, but d not limited to, the Health Insurance Po t I ortability an Accounta nd ability Act (HIPAA), Gen netic Informa ation Nondiscrimination Act (GINA OSHA a applicab stands n A), and ble for work place safety and Pa w s atient Protec ction and Aff ffordable Car Act (PPA re ACA). Rep port, manage, and faci ilitate termi ination poli icies and p procedures for City emp ployees.
Pag 23 of 80 ge

2.3.8.3 2.3.8.4 2.3.8.5 2.3.8.6 2.3.8.7

2.3.8.8

2.3.8.9 2.3.8.10 2.3.8.11 2.3.8.12

2.3.8.13

2.3.8.14

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.8.15

Man nage the City employee grievance p y process, inclu uding EEOC complaints filed by C s emp ployees, wo orking with legal repre esentation o all matt on ters of emp ployment litig gation. Mai intain, admin nister, and up pdate the Ci tys employ benefit pl yee lans. Coo ordinate, as needed, with the legal r n h representatio on issues that may a on s arise with emp ployees. Mai intain the Cit wellness and health managemen program. tys h nt Dev velop and deliver an annual train d a ning program to addre employe issues m ess ee inclu uding, but not limited to workplace harassment o, t. Man nage all City HR an medical records in nd ncluding the Human R e Resource Info ormation Sys stems. Resp pond to ext ternal reques for infor sts rmation on current or f former empl loyees in com mpliance wit Georgia Open Recor Act and in coordin th O rds d nation with the City Cler office. rks Coo ordinate, alo ong with Marketing a M and Public Relations, Citywide e employee train ning and oth events. her Iden ntify record and report re a elevant huma resources performanc measurem an s ce ments. Doc cument all human resou h urces procedu dures and pro ocesses as w as perfo tests well form and walk-throug to ensure sound hum resources procedures and proces ghs e man s sses. Iden ntify and perform other human resources r p responsibiliti where the firm ies reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.3.8.16 2.3.8.17 2.3.8.18 2.3.8.19 2.3.8.20 2.3.8.21

2.3.8.22 2.3.8.23 2.3.8.24 2.3.8.25

sk ment 2.3.9 Ris Managem The Contractor shall provid the follow e r de wing services s: 2.3.9.1 2.3.9.2 Design, implem ment, manage document and maint e, t, tain a citywi risk man ide nagement gram. prog Design, implem ment, manage document and maint e, t, tain an orga anized and s scheduled safe ety-training program to assist de o epartments on risk management program proc cesses and ri isk-reduction procedures n s. Design, implem ment, manag documen and main ge, nt, ntain a risk managemen claims nt review process. Recommend and advise the Citys Fina d ance Director of the appr r ropriate amo ounts and type of insuran es nce. Assi in the pro ist ocurement of all necessa insurance f ary e. Proc cess and ass in the investigation o insurance claims, coo sist of e ordinating w legal with repr resentation as needed. a Rev view insuran nce policies and cove s erage amou unts of con ntractors an make nd reco ommendation for chang ns ges.

2.3.9.3 2.3.9.4 2.3.9.5 2.3.9.6 2.3.9.7

Pag 24 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.3.9.8 2.3.9.9 2.3.9.10

Doc cument all ri managem isk ment proced dures and pr rocesses as w as perfo tests well form and walk-throug to ensure sound risk managemen procedures and proces ghs e nt sses. Iden ntify record and report performance measuremen relevant t risk mana a nts to agement. Iden ntify and perform othe risk man p er nagement r responsibilities where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

Pag 25 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.4 PLANNIN AND ZONING 4 NG The goal of the Plann o ning and Zon ning Departm is to pr ment romote and p protect the C through planning City and development prac ctices while providing pr rofessional a efficient customer s and t service. The Planning and Zonin Departm ng ment is respo onsible for working wi the citize of Dunw ith ens woody, Boa ards, and Commissi ions, the de evelopment community and the ele ected officia while m als managing cur rrent and long-range planning, land development, eco onomic dev velopment, a and maintain ning the Ci itys GIS technolog gies. 2.4.1 Gen neral Requi irements Con ntractors res sponding to the Planning and Zoning scope of w t g g work shall perform the f following serv vices: 2.4.1.1 2.4.1.2 Prov services under the direction of t City Man vide s d the nager or des signee. Prov vide a full-t time, on-site Planning a Zoning Director, ap e and pproved by the City, with full respon h nsibility to manage all P m Planning and Zoning De d epartment as well as Insp pections and Permitting staff nece d g essary and p proper to perform the services, duties, and responsibilities set forth. Th Contracto shall not replace the a s he or approved Dire ector withou written approval o f the City, which ap ut , pproval will not be l unre easonably withheld. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Dev velop capital improvem l ment plans fo applicabl Planning and Zoning service or le g area as. Prov ongoing engineerin design an maintenan oversigh for the ope vide g ng, nd nce ht eration of all systems, as needed to me the needs of the City. s n eet s Prov vide supervi ision of Con ntractors and consultants providing P d s Planning and Zoning d serv vices to ensu that all contractual requirement are perfor ure c ts rmed effecti ively and effic ciently. Veri and upda all inform ify ate mation provid or obtain from oth sources. ded ned her Atte City mee end etings to rep present Plann ning and Zo oning as requ uired and dir rected by the City Manage C er. Trac maintain and report in a timely manner on key perform ck, n, t y n mance indic cators for Plan nning and Zo oning establi ished by the City in cons sultation wit the Contra th actor. Iden ntify and perform other Planning and Zoni p g ing assistan nce where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.4.1.3 2.4.1.4 2.4.1.5 2.4.1.6

2.4.1.7 2.4.1.8 2.4.1.9 2.4.1.10

Pag 26 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.4.2 Pla anning and Zoning Serv Z vices The Contractor shall provid the follow e r de wing services s: 2.4.2.1 Plan nning and Zo oning service shall inclu establis es ude, shing, staffin (as needed to meet ng d the requirement herein), an maintaini the Plann r ts nd ing ning and Zo oning Depart tment for the City. C Reg gularly prov vide updated informati d ion to build ders and d developers r regarding policies and pro ocedures ado opted by the City related to land use planning w d e within the city. Prov vide informa ation to the public as i relates to all land de it evelopment activities with the City. hin Man nage the dev velopment, maintenance and updatin of land u and zoni maps m e ng use ing as re equired by st and loca agencies. tate al Rev view, revise, and updat policies a , te and procedu ures manual which out l tlines all plan nning and zoning activ z vities, and develops s schedules an time fra nd ames for proc cessing all la developm activiti (includin zoning). and ment ies ng Reg gularly inform key City officials of all relevan and applic m f nt cable zoning and/ or g plan nning issues. Rev view, revise, develop, an impleme in coord nd ent, dination with the City M h Manager, proc cedures for the issuance of certific e cates of use. Contractor shall verify that all . r y busi iness license application meet the C e ns City's zoning codes prior to their iss g r suance by the Finance and Administrat F d tion departm ment. Prov vide support and assistance for the c t comprehens sive re-write of the City zoning s code e. Prov vide the serv vices on an as needed basis of a tra ained and qu ualified Arbo orist. The City would like to express that the Arb y e t borist is not a full-time p position, and may be d on demand as pa of the con d art ntract. Dev velop Reques for Proposals (or othe formal so st er olicitations) w when directe by the ed City Manager. y Prov vide full sup pport for all boards, com mmittees, and advisory g d groups establ lished by Cou uncil includin but not limited to, C ng, Community Council, Co onstruction Board of Adju ustments and Appeals, Design Review A a Advisory Committee, Planning Com mmission, Su ustainability Commissio n, and Zonin Board of Appeals. ng Dev velop recom mmendations on how t improve the operat to tions of all boards, l com mmittees, and advisory gr d roups served by Plannin and Zonin d ng ng. Iden ntify and pe erform other planning a r and zoning responsibili ities where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.4.2.2

2.4.2.3 2.4.2.4 2.4.2.5

2.4.2.6 2.4.2.7

2.4.2.8 2.4.2.9

2.4.2.10 2.4.2.11

2.4.2.12 2.4.2.13

Pag 27 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.4.3 Eco onomic Dev velopment The Contractor shall provid the follow e r de wing services s: 2.4.3.1 Part ticipate in, facilitate, an f nd/or conduc negotiatio with dev ct ons velopers, bu usinesses, and others reg garding the public part ticipation n necessary fo desired e or economic elopment. deve Ana alyze financ cial and market feasib bility data on projects under ne s egotiation inclu uding sourc and use of funds cash flow analysis, security pr ces es s, w rovisions, busi iness profitab bility, under rwriting, and related data d a. Wor with others to assemb cost estim rk ble mates for va arious public actions suc as land c ch acqu uisition, relo ocation, dem molition, and public impro ovements. Rese earch and perform cost compa c arison anal lyses betwe een propos sed City deve elopment sit and altern tes native or com mpeting dev velopment sit tes. Con nduct tax and public bene analyses for econom developm projects d efit s mic ment s. Prep pare detailed written reports and re d ecommendat ations for pr resentation t Mayor to and the City Council, dev C velopers, bu usinesses, ad dvisory boar rds, and co ommunity grou ups. Mak oral prese ke entations to public and pr p rivate group ps. Part ticipate in meetings wit developer businesse citizens, community leaders, m th rs, es, y and City person on econo nnel omic development proje and prog ects grams. ve ral businesses, developers, and contrac ctors who Serv as a centr point of contact for b use City economic devel lopment ser rvices inclu uding financ cial assistan nce, site selection assista ance, urban renewal, and other municipal actions and service related r d s es to a specific pro oject. Iden ntify, define, and solve problems rela , p ated to economic develo opment. Ana alyze opport tunities for promoting private dev velopment a and for secu uring job crea ation and inc creased tax base investm b ments. Iden ntify and per rform other economic d development responsibil t lities where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.4.3.2

2.4.3.3 2.4.3.4 2.4.3.5 2.4.3.6

2.4.3.7 2.4.3.8 2.4.3.9

2.4.3.10 2.4.3.11 2.4.3.12

ographical Information System (G n GIS) 2.4.4 Geo The Contractor shall provid the follow e r de wing services s: 2.4.4.1 2.4.4.2 Man nage the exis sting GIS sy ystem as wel as for the service, upd and mai ll date intenance of th GIS datab he bases on not less than a m monthly basis. ng Rev view data con ntained with the existin GIS syste and coo hin em, ordinate with all other h nece essary City personnel to obtain per o rtinent data to be inclu uded within the GIS. Dete ermine nece essary docu umentation a well as coordinate and implem as ment the physical retrieva reproduct al, tion, and sto orage of the t transferred records.

Pag 28 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.4.4.3

Mai intain one employee av e vailable dur ring business hours ca apable of o operating, prin nting, and ex xtracting inf formation, i including m maps, from th GIS Sys he stem in a time manner as directed by the City M ely a Manager or C departm head. City ment Prov the pub with access to limite City GIS files through the City w vide blic ed h website as directed. Mai intain, deve elop, imple ement, and improve GIS stand dards, policies, and proc cedures. Mai intain all existing and fut ture GIS dat layers. ta Dev velop new da layers an maps requ ata nd uested by th City or its contractors to meet he s s busi iness needs. Prov vide any GIS related inf S formation an nd/or data in response to requests a needs n o and of City personnel as well as any IT Dep C s partment em mployees who may be en ngaged in City of Dunwoo Planning and Zoning projects. y ody g g Iden ntify and per rform other GIS related responsibilities where the firm re d easonably antic cipates need which are not specific ds, e cally set fort above. th

2.4.4.4 2.4.4.5 2.4.4.6 2.4.4.7 2.4.4.8

2.4.4.9

Pag 29 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.5 INFORM 5 MATION TE ECHNOLOGY The Inform mation Tech hnology Dep partment is re esponsible f maintaini for ing, supporti ing, enginee ering, and updating the Citys IT infrastructu and all communicati systems. The City of Dunwoody owns all t T ure ion f y systems and software currently ut a tilized by Ci employe es. The loc area netw ity cal work is TCP/ based /IP and IPV6 compatible The comp 6 e. puter networ is based u rk upon Micro osoft Window servers i ws including Exchange and SQL. Computers are Microso Window based and are loaded with the M e oft ws d d Microsoft Office Pro ofessional suite. The IT Departmen manages the Citys website and the conten within. s T nt d nt Furthermo the IT Department provides 24 troublesh ore, D 4/7 hooting assistance to us sers of the s system as necessary (Police). Se Appendix D for a com ee x mplete list of the hardwa and IT sy f are ystems utilized by the City of Du unwoody. 2.5.1 Gen neral Requi irements Con ntractors responding to the Inform o mation Tech hnology sco ope of work shall perf k form the foll lowing servi ices: 2.5.1.1 2.5.1.2 2.5.1.3 Prov ongoing engineerin design an maintenan oversigh for the ope vide g ng, nd nce ht eration of all systems, as needed to me the needs of the City. s n eet s Prov services under the direction of t City Man vide s d the nager or des signee. Prov vide an Info formation Te echnology M Manager, ap pproved by the City, w with full resp ponsibility to manage all Informati on Technology Departm o ment staff n necessary and proper to perform the services, d e duties, and responsibili ities set for rth. The Con ntractor shall not replace the approv Manager without wr l e ved r ritten approv of the val City which approval will no be unreaso y, ot onably withh held. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in as needed or by telephone on a twenty-f n o four (24) hou basis, sev (7) days a week. ur ven Prov vide supervi ision of subcontractors providing In nformation Technology services y to ensure that subcontracto perform all contractu requirem e s ors ual ments effecti ively and effic ciently. Trac maintain and report in a timely m ck, n, manner on k performa key ance indicato for IT ors serv vices establis shed by the City in consu C ultation with the Contrac h ctor Iden ntify and pe erform othe Informati on Technol er logy assistance where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.5.1.4 2.5.1.5

2.5.1.6 2.5.1.7

formation Technology Infrastructu T I ure 2.5.2 Inf The Contractor shall provid the follow e r de wing services s: 2.5.2.1 2.5.2.2 vide purcha asing assista ance, install configure and main l, e, ntain any a additional Prov hard dware and so oftware requ uired to satisf all Citys operational needs. fy Mai intain and im mprove the content of the Citys w website. Th City will pay for he l majo upgrades separately. or

Pag 30 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.5.2.3

Mai intain and regularly up r pdate hardw ware and sof ftware utiliz by the City for zed effic cient service delivery and administ e a trative funct tions. Hardw ware include but is es, not limited to, desktop co omputers, la aptop comp puters, perip pherals, cell phones, l mob devices, copiers, pri bile inters, scann ners, faxes, p plotters, cam meras, projec ctors, and audi recorders. Software includes, bu is not lim io i ut mited to, syst tems for acc counting, hum man resources, work order trackin public works, cap o ng, pital plannin court ng, man nagement, police force, agenda an documen managem p , nd nt ment, and g geospatial info ormation syst (GIS) in tem ntegration. Prov vide the exp pertise for pl lanning, inst tallation, co onfiguration, and mainte enance of all City IT sys stems to en nsure that sy ystems are interoperable and cont tinuity is main ntained duri turnover of City pe ing r ersonnel and Contractor d rs. Contrac ctor shall deve elop/update an IT Strate egic Plan ann nually durin the budget preparation process ng n (cur rrently mid-y year). Man nage the inv ventory and licensing of all IT assets and report discrepanci to the l f t ies City Finance an Administr y nd ration Direct tor. Mai intain software and har rdware inter roperability among user and syste rs ems. The loca area netwo is TCP/I based and IPV6 comp al ork IP d patible. The computer ne etwork is base upon Mic ed crosoft Wind dows server including Exchange a SQL. Co rs and omputers are Microsoft Windows based and are loade with the Microsof Office ed e ft Prof fessional sui ite. Mai intain an app propriate rep placement pr rogram for al computers and equipm ll s ment. Prov vide all users with ema for intern and exte ail nal ernal comm munications, common cont lists, and scheduling tact d g. Dev velop and im mplement di isaster recov very and IT business c T continuity p plans and ensu that com ure mpliance is pe eriodically v validated. Prov 24/7 tro vide oubleshootin for all City ng ywide IT systems. Dev velop request for proposa when dire t als e ger. ected by the City Manag Arch and retr hive rieve all ema to compl with open records req ails ly n quests. Prov vide for the centralized electronic storage of the City's documents. Provide e d, c f virtu private network conn ual n nectivity for remote user rs. Mai intain all co ommunicatio systems including V ons VOIP, VOIP Fax, and wireless P syst tems. Main ntain local area networ switches cabling, a rk s, and patch c cords for com mmunications networkin and data s s, ng, sharing. Adm minister netw work accou unts and res source level security to systems, services, l o appl lications, dat tabases, ema documen and print ail, nts, ters. Adm minister net twork servic includin but not limited to Active D ces ng, t o, Directory, Dyn namic Host Configurat tion Protoco (DHCP), Domain N ol Name System (DNS), m Rem Procedu Call (RP Internet Information Services (IIS), and Prin mote ure PC), n nt. Prov vide genera software user suppo and coo al ort ordinate sup pport with software prov viders when needed.

2.5.2.4

2.5.2.5 2.5.2.6

2.5.2.7 2.5.2.8 2.5.2.9 2.5.2.10 2.5.2.11 2.5.2.12 2.5.2.13 2.5.2.14

2.5.2.15 2.5.2.16

2.5.2.17

Pag 31 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.5.2.18

Adm minister the Microsoft SQL server a provide connectivity to City app and y plications requ uiring databa storage and service Coordina the procu ase es. ate urement, ins stallation, conf figuration, and mainten a nance of all databases r required of m municipalities in the Stat of Georgia by any gov te a vernmental a agencies. Upo request, provide schema and any database da in a standard SQL fo on p y ata ormat for importation into a non-contr o ractor databa ase. ntify and perform oth IT infra p her astructure r responsibiliti ies where the firm Iden reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.5.2.19 2.5.2.20

2.5.3 Sec curity Comp ponent for Information Technolog I n gy The Contractor shall provid the follow e r de wing services s: 2.5.3.1 Mai intain the numerous se n ecurity comp ponents that must be a t addressed in ncluding: ensu data sec ure curity and in ntegrity with nightly ba h ackups; prov vide anti-vir rus, antimalw ware, anti-s spam, and patch manag p gement; prov vide firewall protection for the n loca area netwo provide a virtual pr al ork; rivate networ connectiv for remo users; rk vity ote and administer network acc counts and r resource lev security to systems, services, vel appl lications, dat tabases, ema documen and print ail, nts, ters. t Prov vide technic solutions such as SS to secure all Internet communic cal SL e cations to prot tect the priv vacy of the citizens of D c Dunwoody a the inte and egrity of its software syst tems. Additionally, the Contractor w be respo C will onsible for e ensuring sec curity for new City softw w ware system including but not limited to, finance, personnel, ms g, mun nicipal court, and public safety. Ensu data sec ure curity and in ntegrity with a nightly b h backup (with offsite stor h rage) and the ability to res a store from a central locat tion. The backup sit does not have to b hot. A reasonable expectation for the te t be n resto oration of do ocuments an emails is two hours a restoratio of services within nd and on four hours. r Prov firewall protection for the local area networ vide l f l rk. Iden ntify and per rform other IT security managemen responsibi nt ilities where the firm e reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.5.3.2

2.5.3.3 2.5.3.4

2.5.3.5 2.5.3.6

Pag 32 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.6 BUILDIN PERMITS AND IN 6 NG NSPECTION NS Providing top quality facilities to live and co g o onduct busin ness is a key goal of the City of Du y e unwoody, which pro ompted the City to creat C ting a standa alone Buildin Permits a Inspecti Departm ng and ion ment. This Departme processes all buildin and spec event pe ent s ng cial ermits, prov viding build ding inspecti ions, and providing code enfor rcement (co ompliance) services. Th City bel he lieves that this combin nation of s ce o while decreas sing expense and time required es services should reduc the number of code offenders, w for correcting code violations. In 2010, the City of Dunwoody conducted 5,868 inspect t D c tions for num merous loca ations includ ding, new buildings, additions, residential work, comm , w mercial work renovation electrica systems, p k, ns, al plumbing systems replacement of water he eaters, water lines and d drains, and H HVAC (heat ting, ventila ating, and air-conditioning systems). In addi ition, the Cit processed 1707 permi for Land Disturbance Permits, ty d its e l, Commerc or Multi cial i-Family Res sidential, Single-Family Residential and Roof Replacemen y f nts. The Citys fee schedule is viewable at: nwoodyga.go ov/Libraries/ /Community y_Developm ment_Docum ments/Fee_Sc chedule.sflb. .ashx http://dun 2.6.1 Gen neral Requi irements Con ntractors res sponding to the Building Permits an Inspectio scope of work shall perform g nd ons f l the following se ervices: 2.6.1.1 Prov vide a Build ding Permits and Inspec s ctions Mana ager, approved by the C City, with full responsibili to manag all Buildin Permits a Inspectio Departm ity ge ng and ons ment staff nece essary and proper to per p rform the se ervices, dutie and resp es, ponsibilities set forth. The Contractor shall not rep place the ap pproved Man nger without written app t proval of the City, which approval wi not be unr C ill reasonably w withheld. Prov vide services under the direction of the City M Manager or designee. D Designee may include the Planning an Zoning D y e nd Director or an nother contra acted positio on. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Ensu that recr ure reational facilities are in good repair and promp notify th City of n r ptly he the need to repa or replace City equipm or the n n air e ment need for faci ility mainten nance. Prov vide supervi ision of Co ontractors pr roviding Bu uilding Perm and Ins mits spections Serv vices to ensu that all Contractors p ure C perform con ntractual requ uirements ef ffectively and efficiently. ify ate mation provid or obtain from oth sources. ded ned her Veri and upda all inform Rev view, update, develop, an implemen in coordi nd nt, ination with the City Manager, a h plan for an on-g n going Code Enforcement department process for the City. E t t r Buil lding Permit and Inspections Depa ts artment will remedy viol lations on C Right City of Ways as well as private and commer W l rcial propert The enfo ty. orcement offi ficer shall be responsible for enforcin ordinance as directe by the Ci Manager Mayor, r f ng es ed ity r, and City Counci il.

2.6.1.2 2.6.1.3 2.6.1.4 2.6.1.5

2.6.1.6 2.6.1.7 2.6.1.8

Pag 33 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.6.1.9

Coo ordinate with City of Dunwoody P h D Planning and Zoning D d Department t ensure to unif form applica ation of code and acqu es uisition of an State and federally m ny d mandated certi ifications. Enfo housing code standards. orce g Issu permits for special events at t ue f the direction of the Pl n lanning and Zoning d Dep partment and collect perm fees. d mit Dev velop a system of standar for taxi a limousin licensing and complia rds and ne ance. Prov vide advice and guid e dance to C City staff, advisory g groups, boar rds, and com mmissions on issues relat to permit and inspec n ted ts ctions. Trac maintain and repor in a time manner on key per ck, n, rt ely rformance in ndicators esta ablished by th City in consultation w the Con he with ntractor for the Building Permits g and Inspections. Iden ntify and per rform other Building Pe ermits and I Inspections assistance w where the firm reasonably anticipates needs, which are not spe m n h ecifically set forth above t e.

2.6.1.10 2.6.1.11 2.6.1.12 2.6.1.13 2.6.1.14

2.6.1.15

ilding Perm mitting and Inspection I 2.6.2 Bui The Contractor shall provid the follow e r de wing services s: 2.6.2.1 2.6.2.2 2.6.2.3 The Building Permitting and Inspec ctions servic shall in ces nclude, esta ablishing, staff fing, and ma aintaining the Inspection and Permi ns itting Depart tments for th City. he Rev view, revise, develop, and implement in coordin t, nation with th City Man he nager, the City existing plan review and permitti process. ys p a ing Mai intain the Cit of Dunwo ty oodys status as Local Is s ssuing Autho ority (LIA) r registered with the State of Georgia. Contractor s h o C shall include a fee sched e dule for the p proposed plan review and permitting process, whi the City could adopt as necessar n d p ich t ry. Rev view, revise develop and implement, in coordina d ation with th City Man he nager, the , City existing building pe ys ermitting pro ocess for th City inclu he uding respo onse time stan ndards. Perf form inspect tions and ac ccurate com mpliance of t City of Dunwoody Building the and City codes to ensure tha every new and renova t at w ated building design do g's ocuments mee the buildin and trade codes. et ng Rev view, revise, develop, and implement in coordin t, nation with th City Man he nager, the outlined plan for the City to condu soil eros f y uct sion and se edimentation control n insp pections for the City in accordance w the Sta of Georgia National Pollutant t a with ate Disc charge Elimi ination Stand dards (NPDE ES). Rev view, revise, update, and develop a system of standards f City sign f for nage and issu all requir Signage permits for temporary and perma ue red r y anent signag at the ge direction of the Planning and Zonin Departme and col ng ent llect permit fees as t appr ropriate.

2.6.2.4

2.6.2.5

2.6.2.6

2.6.2.7

Pag 34 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.6.2.8

Coll lect permit fees and iss all build sue ding, constru uction, plum mbing, electr rical, BV AC, soil erosio land di , on, isturbance p permits and all other related per d rmits; in conj junction with the Plannin and Zoni ng Departm h ng ment. Man nage and ma aintain Perm and Insp mits pection data and integra it into the City of ate Dun nwoody data abase regular rly. Man nage and maintain the web acce ssible datab m e base and fi iling system record m, reten ntion progra and sche am, edule for Per rmits and Ins spections Do ocuments th allows hat perm applicant to check status of Perm and Inspections via the Internet mit ts s mits a t. Rev view, revise, and upda the curr ate rent method used to incorporate Energy ds e Efficient and su ustainable (LEED) standa ards into the permit and inspection p e process. Iden ntify and per rform other building perm b mitting and inspection responsibiliti where ies the firm reasona f ably anticipa needs, w ates which are not specifically set forth ab t y bove.

2.6.2.9 2.6.2.10

2.6.2.11 2.6.2.12

2.6.3 Cod Complia de ance The Contractor shall provid the follow e r de wing services s: 2.6.3.1 2.6.3.2 2.6.3.3 Ensu that the City meets housing code ure C h es. Rev view and rev vise, in coord dination wit the City M th Manager, a p plan for an on-going code compliance process for the City. e r The code compl liance depar rtment shall prevent and remedy vio d olations on C right City w cial es. e nt of ways as well as private and commerc propertie The code enforcemen officer shal be respons ll sible for enfo forcing City and State or rdinances as directed by the City s y Man nager, Mayo and or Cit Council. or, ty Coo ordinate with the Citys Planning a Zoning Departmen to ensure uniform h s and nt appl lication of codes and acquisition of any state and federally m d n mandated certi ifications. Issu permits for special events at t ue f the direction of the Pl n lanning and Zoning d Dep partment, and collect per d rmit fees. Iden ntify and perform other code co p ompliance r responsibiliti where the firm ies reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.6.3.4

2.6.3.5 2.6.3.6

Pag 35 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.7 PARKS AND RECR 7 A REATION The City of Dunwo oody Parks and Recrea ation Depar rtment strives to provi ide the resi idents of Dunwood with the highest qua dy ality parks, recreational services, a green sp l and pace to enh hance the quality of life to our community The City of Dunwood manages six major p f y. o dy parks with c combined land space of over 15 acres. Th 56 hese parks are home to several maj events each year an offer a a jor nd f ncluding skat teboarding, tennis, and m t more. variety of activities in 2.7.1 Gen neral Requi irements n Con ntractors res sponding to the Parks an Recreation scope of w t nd work shall perform the f following serv vices: 2.7.1.1 Prov vide a Park and Rec ks creation Ma anager, app proved by the City, w with full resp ponsibility to manage al Parks and Recreation Department staff neces o ll t ssary and prop to perfor the servic duties, a responsib per rm ces, and bilities set fo forth. The C Contractor shal not replace the approv Manager without wr ll e ved r ritten approv of the Cit which val ty, appr roval will no be unreaso ot onably withh held. Prov services under the direction of t City Man vide s d the nager or des signee. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Prov vide off-hou emergenc service an support o a twentyurs cy nd on -four (24) ho basis, our seve (7) days a week. en Ensu that recr ure reational facilities are in good repair and promp notify th City of n r ptly he the need to repa or replace City equipm or the n n air e ment need for faci ility mainten nance. Prov vide supervi ision of Co ontractors pr roviding Pa arks and Recreation Ser rvices to ensu that all Contractor perform contractual requireme ure l rs l ents effectiv vely and effic ciently. Veri and upda all inform ify ate mation provid or obtain from oth sources. ded ned her Com mply with all local, state and federa regulation applicable to perform e, al ns e ming work with a City pa or recreat hin ark tional facilit ty. As it relates to Parks and Recreation the Contra o n, actor shall track, maint tain, and repo on key performance indicators e ort p established b the City in consultat by tion with the Contractor in a timely manner. C n m Iden ntify and perform other Parks an Recreati p nd ion assistan nce where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.7.1.2 2.7.1.3 2.7.1.4 2.7.1.5 2.7.1.6

2.7.1.7 2.7.1.8 2.7.1.9

2.7.1.10

rks nance 2.7.2 Par Mainten The Contractor shall provid the follow e r de wing services s: 2.7.2.1 Plan implemen and coord n, nt dinate staffin and contr ng ract adminis stration for the daily main ntenance and use of all public parks and recreati d p ional facilities.

Pag 36 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.7.2.2 2.7.2.3

Mai intain and properly man p nicure City parks. This includes i internal and external clea aning of all facilities dail mulching and playgr f ly, g, rounds. Ensu repairs are complete in a timely manner inc ure a ed y cluding, but not limited t to: Painting ov or remov of graffiti ver val i Re-lining athletic field lines a Repairing or replacing broken wind o dows Repairing or replacing damaged or missing par signs o r rk Repairing or replacing broken toile and other bathroom f o ets r facilities Removing debris o ghting in all recreational and park ar l l reas Repairing or placing lig Removal of trees when necessary n

2.7.2.4 2.7.2.5

Rev view, revise, develop, an recommen to the Ci Manager short, mid, and long nd nd ity rang plans for capital impro ge c ovements. Con nduct all act tivities necessary to ide entify, devel and prep lop pare submissions for any federal, stat or local fu te, unding and g grant progra for improvements to the Park ams o and Recreation system with Dunwoo hin ody, and pro ovide fund o oversight as required by law. ersee the pl lanning, pro ocurement a and executio of capita projects for park on al Ove improvements in ncluding, bu not limited to, bonded capital projects. ut d d Mai intain all Pa arks and Re ecreational f facilities as outlined in the above activities inclu uding: Dunwoody Park (the n y nature center and the base eball fields) The Donald dson-Chesnu Homestea ut ad North DeK Cultural Center Kalb l Windwood Hollow Par d rk Brook Run (includes th n heater and sk park) kate Vernon Spr rings Park Newly acqu uired 16 acr at 4000 D res Dunwoody P Park (George etown) Other recre eational facil lities acquire by the Ci during th term of ed ity he the contrac ct

2.7.2.6 2.7.2.7

2.7.2.8

Iden ntify and perform othe park ma er aintenance r responsibilit ties where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

creation 2.7.3 Rec The Contractor shall provid the follow e r de wing services s: 2.7.3.1 2.7.3.2 Dev velop and rec commend to the Park an Recreatio Director s o nd on short, mid, a longand term plans for capital impro m ovements and implement said plans a directed. d t as Plan recommen impleme and coor n, nd, ent rdinate staff fing and con ntract admin nistration for the daily ma t aintenance an use of pub parks an recreation facilities. nd blic nd nal

Pag 37 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.7.3.3

Plan recommen impleme and coor n, nd, ent, rdinate staff fing for plan nning and pr romoting, of recreational programs an special e nd events spons sored by the City. Thes special e se even may inclu but are not limited t festivals, and 5ks. nts ude n to, Coo ordinate with Park and Recreation s h R staff to ensu dates for events sche ure r eduled in conn nection with facility acti h ivities do no t conflict wi any other City activit ith r ties. Coo ordinate with the City Police D h s Department f traffic c for control and provide d clea anup for all recreational activities up on closure o events. r a of Adm minister all contracts wit private ins c th structors pro ograms. Man nage and adm minister the collection o all fees a revenues from City provided of and s recr reational pro ogramming, devise, and implement a system fo the secur of all or rity reve enues collect ted. Coo ordinate spec cified aspects of utiliza ation of park with eme ks ergency man nagement proc cedures of lo ocal, state, an federal ag nd gencies. Man nage all plan nning, imple ementing an coordinat nd ting of staff fing for the planning and promoting of recreation programs a special e o n and events. Plan implemen and coo n, nt, ordinate staf ffing for th managing coordina he g, ating and sche eduling of City athletic facilities as n f needed. Esta ablish, opera and oversee all aspec of emergency manag ate, cts gement proce edures with local, state, and federal agencies to ensure safe recreationa system. h l o e al Mai intain and update a pr u rogramming and manag gement plan for the c n continued oper ration of the Brook Run Skate Park. Iden ntify and pe erform othe recreation services r er n responsibilit ties where the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

2.7.3.4 2.7.3.5 2.7.3.6 2.7.3.7

2.7.3.8 2.7.3.9 2.7.3.10 2.7.3.11 2.7.3.12 2.7.3.13

Pag 38 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.8 PUBLIC RELATION AND MARKETING 8 NS M The Publ Relations and Mark lic keting Depa artment ma aintains clea channels of commu ar unications between the citizens of Dunwood and City Hall. The D t o dy Department p provides ma aterials to th City to he promote municipal ev m vents, public cations, and promotions In additi d s. ion, the Dep partment wo orks with media ven ndors to purc chase approp priate radio, TV, and prin media. nt 2.8.1 Gen neral Requi irements Con ntractors res sponding to the Public Relations and Marketing scope of wo shall per t R d ork rform the foll lowing servi ices: 2.8.1.1 2.8.1.2 Prov services under the direction of t City Man vide s d the nager or des signee. Prov a Public Relations and Marketi Manager approved b the City, with full vide c a ing r, by resp ponsibility to manage all Public R o a Relations an Marketin Departm nd ng ment staff nece essary and proper to per p rform the se ervices, dutie and resp es, ponsibilities set forth. The Contractor shall not rep place the app proved Man nager withou written app ut proval of the City, which approval wi not be unr C ill reasonably w withheld. Prov the City with a prim vide y mary contact who shall b available to the City i person t be in or by telephone on a twenty y-four (24) ho basis, se our even (7) days per week. s Prov vide superv vision of Co ontractors p providing Public Relati ions and M Marketing Serv vices to ens sure that Co ontractor per rforms cont tractual requ uirements ef ffectively and efficiently. Veri and upda all inform ify ate mation provid or obtain from oth sources. ded ned her Prov vide creativ design services an product developmen for City reports ve s nd nt y inclu uding, but not limited to, Account n ting, Budget ting, and Po olice Annua reports al (e.g. CAFR, Budget, PAFR, and Police Annual Rep , ports). Trac maintain and repor in a time manner on key per ck, n, rt ely rformance in ndicators esta ablished for the Public Relations and Marketing by the City in consulta t R d y ation with the Contractor. C Iden ntify and perform other Public Rela ations and M Marketing re esponsibilities where the firm reasona f ably anticipa needs, w ates which are not specifically set forth ab t y bove.

2.8.1.3 2.8.1.4

2.8.1.5 2.8.1.6

2.8.1.7

2.8.1.8

blic 2.8.2 Pub Relations e r de wing services s: The Contractor shall provid the follow 2.8.2.1 2.8.2.2 mote olicy, progra ams, and ach hievements. Serve as a l liaison with residents Prom City po and other stakeh holders as directed by th e City Mana ager. Prov vide content for and he update th Citys w t elp he website, whic may con ch ntain City cont tact informa ation, statisti ics, history, department and facil descript tal lity tions, the City and comm y munity calend dars, meetin agendas, agenda pack ng kages, minu utes, City code notices, pictures, and multimedia es, p d a.
Pag 39 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.8.2.3 2.8.2.4 2.8.2.5 2.8.2.6 2.8.2.7 2.8.2.8 2.8.2.9 2.8.2.10 2.8.2.11 2.8.2.12 2.8.2.13 2.8.2.14 2.8.2.15 2.8.2.16 2.8.2.17 2.8.2.18

Prov vide inform mation, with timely upd dates, and m maintain con ntinuous dia alog and com mmunication with City re esidents and citizen grou ups. Wor with med vendors in the purc rk dia chase of pri media, r int radio, or TV media. V Publish studies, reports, and analyses fo City staff a public p d or and presentation. Coo ordinate with publishers to produce useful, inf h s e formative, ti imely, and a attractive publ lications. Dev velop a graph hical and the ematic design for the Cit annual r n tys report. Coo ordinate with graphic des h signers, phot tographers, e editors, prin nters and othe in the ers prod duction of th annual rep he port, as need ded. Doc cument impo ortant City ev vents for fut ture use in C develope publicatio City ed ons. Mai intain and pr romote the Citys brand. C Post public notic as direct within. t ces ted Utilize Faceboo Twitter, Flickr, and o ok, F other social m media outlet to post inf ts formation on th Citys act he tivities. Serv as liaison between the City and th citizens of Dunwoody ve e he f y. Resp pond to publ and press inquiries as directed by the City M lic s s y Manager. Prod duce and dis stribute the quarterly Cit newslette (online ve q ty er ersion) as dir rected by the City Manage C er. Doc cument all pu ublic relation procedure and proce ns es esses as well as perform tests and l walk k-throughs to ensure sou public re und elations proc cedures and p processes. Support market ting with pr romoting an informing the public regarding citywide nd g c nts. even Rese earch curren and releva trends an benchmar that migh have an im nt ant nd rks ht mpact on the City and pro C ovide commu unication on the events impact(s) to the City. n o Iden ntify and perform oth public relations re p her esponsibiliti ies where t the firm reas sonably antic cipates needs which are not specific s, cally set forth above. h

arketing ser rvices 2.8.3 Ma The Contractor shall provid the follow e r de wing services s: 2.8.3.1 Prep presenta pare ations to hig ghlight the va community a well as to promote as o alue of the c it to business, while trackin the perce of new b o w ng ent business brou ught into the City of Dun nwoody. Wor in conjun rk nction with the economi developm t ic ment staff to produce ma aterials to assist in attractin prospecti business leaders to th communit ng ive he ty. w oting and in nforming th public re he egarding, Support public relations with promo cityw events. wide Prom the Cit sponsore programs and events. mote tys ed s

2.8.3.2 2.8.3.3 2.8.3.4

Pag 40 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

2.8.3.5 2.8.3.6 2.8.3.7 2.8.3.8 2.8.3.9 2.8.3.10

Crea annual marketing plan, which outlines the approach a specific projects ate m e and c that will be unde ertaken. Doc cument impo ortant City ev vents for fut ture use in C develope publicatio City ed ons. Design media fo use in prin radio, or TV. or nt, Doc cument all marketing procedures a processe as well a perform t m and es as tests and walk k-throughs to ensure sou marketin procedure and proce und ng es esses. Mai intain and pr romote the Citys brand. C Iden ntify and pe erform other marketing responsibilities where the firm re r easonably antic cipates need which are not specific ds, e cally set fort above. th

* * * * * * * END OF SC COPE OF W WORK * * * * * * *

Pag 41 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

3 PROPOS SAL FOR RMAT

3.1 1

Economy of Present y tation oposal shall be prepared simply and economical providin straightfo b d lly, ng forward and concise d Each pro delineatio of Bidde on ers capabil lities to sati isfy the req quirements o this RFP Emphasis in each of P. s proposal must be on completene and clarit of content To expedi the evalu ess ty t. ite uation of pro oposals, it is essenti that Bidd ial ders follow the format and instructi a ions contain herein. The City fa ned actors the proposal itself when considering the Contrac ctors ability to deliver h high quality s services.

3.2 2

Proposal Submissio on To suppo a non-bia ort ased evaluati of subm ion mitted propos sals, the City is requestin Bidders t submit y ng to their proposals in tw (2) indivi wo idually seale envelope one being the technical proposal and the ed es, g l other bei the cost proposal. Bi ing p idders shall submit the t technical and cost propo envelopes in one d osal (1) seale and mark package sent to the designated address. T City wil score all technical ed ked e d The ll proposals first before evaluating the cost tab Appen s e bles ndix E. Once the City ev e valuates all technical and cost proposals, the evaluatio team will calculate th final scor for each p t on l he re proposing B Bidder for each serv area. vice 3.2.1 Te echnical Pro oposal Th technical proposal env he p velope shall contain the following: One (1) printed and sig gned origina al Six (6) cop pies One (1) ele ectronic copy on a flash drive, CD-R ROM or DVD disk in searchable PD D DF Th outside of the technical proposa envelope must be cl he o al learly labele with the Bidders ed or rganization name, addr ress, contact informatio and labe t on eled (RFP) 1 11-02 MUN NICIPAL GO OVERNME ENT SERV VICES PR ROCUREM ENT TEC CHNICAL PROPOSA AL. The tec chnical proposal envelop should on contain th Bidders technical re pe nly the esponse; the City will no evaluate an additiona material. ot ny al If bidding on multiple se ervice areas, Bidders sh hould clearly divide and mark with tabs the y d h res sponses for each service area. e 3.2.2 Co Proposal ost he osal pe ain Th cost propo envelop shall conta only the following: One (1) printed and sig gned origina al ectronic copy on a flash drive, CD-R ROM or DVD disk D One (1) ele Th outside of the cost proposal envelope m he t e must be clea arly labeled with the Bidders d or rganization name, addr ress, contact informatio and labe t on eled (RFP) 1 11-02 MUN NICIPAL GO OVERNME ENT SERVI ICES PROC CUREMEN COST PR NT ROPOSAL L.

Pag 42 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Th cost prop he posal envelo should contain, at the minimu ope um, Append E Cost Table, dix showing the costs associa c ated with pro oviding serv vices for all service area proposed. Bidders as should also provide detaile costing in ed nformation f each serv area for which they respond. for vice r In addition, Bidders shou provide hourly rate s for all tea member for any a B uld am rs additional rel lated service that may be required beyond the scope of th RFP. Alternatively, p es his proposals ma include one single blended rate for all team members. The City w not eval ay o m will luate any ad dditional mat terial submit by the Contractor. tted C 3.3 3 Proposal Content The City expects tha all Bidder respondin to this RF will dev y at rs ng FP velop respon nses that are concise, customiz zed, and exh haustive. Bidders responding in mo than on (1) servic area mus clearly ore ne ce st divide an mark with tabs respon to each service area nd h nses a. y chnical and cost proposa to be wel organized. A table of contents is required c als ll . f The City expects tec in the tec chnical prop posal. The ta able of conte should in ent nclude, at a minimum, a listed item in the all ms sequence indicated below in sec e b ction 3.3.1. In each sect I tion of the p proposal, Bid dders should address d the items in the ord as listed in the RFP Forms pro s der P. ovided in th RFP mus be compl he st leted and included in the appro opriate sectio of the pro on oposal. The techn nical and cost proposals shall includ the follow de wing. 3.3.1 Te echnical Pro oposal Cont tent Be elow is an ou utline of what the Techn nical Proposa should inc al clude. Bidde shall use tabs that ers cle early mark section head dings, and if submitting combined bids for m i g multiple service areas cle early divide separate service areas within each section. Bi h idders shall submit the technical pro oposal in a separately se s ealed envelop as specifi in the sec pe ied ction 3.2.1 o this RFP. of To aid in thoro o ough and consistent revi iew, Contrac ctors shall or rganize and number the proposal to correspond to the pro d oposal outlin provided below, wit particular emphasis given to ne th r ection III. Bi idders should include a table of con ntents. Failur to follow proposal fo re ormat and Se co ontent reques by this RFP may res in propo disqualif sted R sult osal fication. 3.3 3.1.1 Sect tion I - Lett of Trans ter smittal A le etter of transm mittal that provides the f p following in nformation m accomp must pany each prop posal: Identif the submit fy tting organiz zation. Identif the name, title, teleph fy , hone and fax number an an e-mai address x nd il of the contact person of the org ganization. Indicat which of the seven (7) service are te t ) ea(s) the Bid dder is respon nding. Include a statemen acknowle nt edging no Pr roposal may be withdra y awn for a period of one hun ndred and ei ighty (180) days after t time and date of the d propos opening. sal

Pag 43 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

3.3 3.1.2

Sect tion II - Cor rporate Bac ckground an Qualifica nd ations This section sh s hall include informatio on the B e on Bidders corporate organization (hist tory, size, etc.), exper rience, and skills rega arding the Bidders re ecord of acco omplishment reputation, and pas performa t, st ance in pro oviding ser rvices to mun nicipalities of similar size and in o ndicate the capabilities for the su s uccessful com mpletion of th work. Fu his urthermore, B Bidders shal provide in ll nformation p pertaining to th following he g: Descri attributes special cap ibe s, pabilities, te echniques, or resources t make r that your fi uniquely qualified to provide req irm y o quested serv vices. Discus your firm involveme with sim ss s ent milar projects at the feder state, s ral, and/or local govern nment levels s. State whether the Bidder has a pending litigation, a state wh w any g and hether the firm has had any litigation in the last fiv (5) years and the ou h n ve utcome of such li itigation. Descri the back office att ibe k tributes, cap pabilities, an resources that will nd suppor the staff po rt ositioned at the Citys pr remise(s). The City reserves the right t verify Bi C s to idders finan ncial statem ments and inform mation provid to ensu that Bid ded ure dder has the necessary financial e resourc to perfor the contra in a satis ces rm act sfactory man nner.

3.3 3.1.3

Sect tion III - Re esponse to Scope of Wo S ork Bidd shall re ders espond in de etail to the r requirements listed for t service a s the area(s) of their choosing. Bidders sh r hall address each listed item in o s d order as it appears, prov viding separ rate descriptions for ea applicab service area (if bid ach ble dding on multiple scopes of work). Failure to a s F address any item listed below may result in ction of prop posal. rejec ing Clearly state your understandi of the service deliv y very objectiv work ves, activiti and deli ies, iverables req quested by th RFP. Bi his idders shall address l each it tem within the scope of work for a section(s) being prop t f all ) posed. Descri your firm approach and method ibe ms h dology to en nsure deliver of high ry quality services. y Descri your firm methodo ibe ms ology to ensure collabor ration with C staff City to rese earch, evaluate, and, if authorized, implement efficiency a costand saving improveme g ents. ibe rms approa ach to main ntaining app propriate an timely nd Descri your fir commu unication wi the City M ith Manager and City staff r d requests.
Pag 44 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

ibe ms ology for add dressing tran nsition issue at both es Descri your firm methodo the beg ginning and conclusion o this contr of ract. Provid and descri a list of any firm-su de ibe upplied facili ities, equipm ment, and supplie you antici es ipate using f this contr for ract. ibe your fir rms appro ach to sup pport the C Citys enviro onmental Descri sustain nability goals.

3.3 3.1.4

Sect tion IV Pr roposed Per rsonnel The City expect staffing le ts evels within the service areas to rem main flexible to allow e addi itional back office supp when ap port pplicable. Th herefore, the City ackno e owledges that Contractor may occa rs asionally al lter staff. T This section shall only include n y resu umes of proposed depar rtmental Dir rectors and Managers. Please note that the e City has the fina say on any staffing re y al y eplacements and Contrac ctors may no replace ot staff until recei f iving approv from th City. In addition, Bidders shall provide val he l answ to the following: wers f Descri the staffi methodo ibe fing ology and in nclude the a approach tak to fill ken staff positions duri times of vacancy su as vacation, sickness FMLA, ing f uch s, or attri ition. Descri ibe Contrac ctors and any propo osed staffs qualificati ions and experie ence with the delivery of munici t y ipal services particular those s; rly describ for this project. bed p Provid resumes or profession profiles of key personnel (Direc de o nal ctors and Manag gers) already identified that the Co y ontractor wo ould likely a assign to this pro oject. Descri the appro ibe oach to ensu staff is a ure adequately tr rained and u up-to-date at the beginning of the contrac as well as your metho b f ct, s odology for ensuring staff st tays up-to-da througho the term of the contra ate out act. The Ci expects Bidders resp ity B ponding to th RFP to p his provide the C with City a high h-level organ nizational ch hart, which should depi how the Bidders ict organization intend to staff th various de ds he epartments t they are prop posing. If a Bidd is, submi der itting propos for mor than one (1) service a sals re area then the Bid dder must provide an or rganizationa chart for e al each departm ment they are su ubmitting. The orga anizational chart shou uld include on-site, subcon ntracted, and Contractord -provided (b back office) service posit tions.

Pag 45 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

3.3 3.1.5

Sect tion V - Ref ferences Bidd shall su ders ubmit a prefe ferred minim mum three (3 references for similar projects. 3) s Bidd ders must provide a com mplete list o clients fo which ser of or rvices comp parable in scop and size to those requested i this RFP have been rendered, a brief pe e in P , desc cription of th services rendered, th dates of s he he services, and the name, address, d telep phone numb and ema of the p ber ail prospective vendor's co ontact person in that n agen Referen contact must have ag ncy. nce m greed to pro ovide a comp plete and un ncensored testi imony.

3.3 3.1.6

Sect tion VI - Re equired For rms The City reques Bidders to complete sign and r sts e, return as a part of the technical posal forms that are attac ched to this RFP (with t exception of Append E that the n dix prop shou be a part of the Cost Proposal). uld t Tech hnical Propo osal: Execut Proposal Form (Sect ted l tion 5 of this RFP) s Ackno owledgement of any and all Addenda to this RFP t a P Cost Proposal: Appen ndix E Cost Table (to be submitted with Cost Proposal) t e it d oposal rejecti ion. Failure to submi completed and signed forms may result in pro

3.3 3.1.7

Sect tion VII - Appendices A Bidd may att ders tach other materials that they feel m improve the quality of their m at may e y resp ponses. Each Bidder ma but is no required t include a h ay, ot to, additional re eferences, resu umes and an other ma ny aterials deem necessa but not provided o med ary t otherwise (suc as promot ch tional literat ture, etc.). N Note that the materials may or ma not be ese s ay reviewed by all evaluators and shall no be part of the official evaluation e a ot f except to e s nd ce dder. the extent they support qualifications an experienc of the Bid

ost 3.3.2 Co Proposal Content Bi idder shall provide a fix price for all service indicated in this RFP. Pricing sh be 36 p xed r es hall pa ayments plus an optional 12 addition payments The City o Dunwood requires p s l nal s. of dy pricing to rem firm fo the duratio of the con main or on ntract. Failur to hold fir pricing fo the durati of the re rm for ion co ontract will be sufficien cause for the City to declare a proposal non-respon nt nsive. An au uthorized rep presentative of the biddin firm shall sign the cos proposal. o ng l st idders shall complete Ap c ppendix E Cost Table, showing the costs assoc e ciated with p providing Bi ser rvices for all service areas prop posed. Bidd ders should also provi ide detailed costing d inf formation fo each service area for which they re or w espond.
Pag 46 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Ad dditionally, Bidder shou provide hourly rate for all tea member for any a uld es am rs additional rel lated service that may be required beyond the scope of th RFP. Alternatively, p es his proposals ma include one single ble ay ended rate fo all team m or members. Th City wou like to reiterate that the City in he uld r t ntends to re eimburse for all of the costs of ma aintenance and repairs overseen by the Contrac a o ctor(s) separa ately, and th hese costs sh hould not be included in the Cost Pro e oposal figure submitted by the Bidd es d der.

* * * * * * * EN OF PRO ND OPOSAL FO ORMAT * * * * * * *

Pag 47 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

4 EVALUA ATION CRITERIA A


The City, in its discr retion, may award the Contract to the respon o nsible and r responsive B Bidder(s) al C i us, d ors submitting the proposa that the City deems is the most advantageou price and other facto being considered To facilita efficient evaluation sessions, th City ask Bidders to strictly fo d. ate t he ks o ollow the format men ntioned in th RFP Secti III Prop he ion posal Forma at. The Citys staff will re eview all pro oposals subm mitted. After reviewing th proposals the City m at its he s, may, nterview (at Bidders expense) one or more o the Bidde whose p t e e of ers proposals discretion, invite to in appear to best meet the Citys req b quirements. Interview res I sponses alon with the written prop ng posal and samples (if any), will become part of Bidders submission evaluated pu f b ursuant to th evaluation criteria. he n The City re eserves the right to short r t-list Bidders for further consideratio s on. The follow wing are the evaluation criteria the City will con c C nsider in dete ermining wh hich proposa is most al advantageo to the Ci ous ity: A. Propose Managem ed ment Plan and Approa of Work 35% a ach k The Pro oposal shall outline the plan that th Bidder w use to p he will provide for the most effective delivery of the request services put forth by the City. f ted y Q ns B. Firm Qualification 20% The Pro oposal must give a deta ailed report o related ex of xperiences t that will dem monstrate the abil lity of the Bidder to perform req p quested duties and prov vide the ser rvices as outlined in this RFP d P. C. Quality of Staff an Relative Experience 20% y nd E The Pro oposal shall include the resumes of t i r those qualifi personne proposed t fill the ied el to duties of the assignm o ments at the appropriate levels reque ested by this RFP. s D. Clarity and Qualit of Propos 5% ty sal The Pro oposal must be specific and conta t c ain, at a mi inimum, the details req e quired to demons strate an ability to meet or exceed t t those servic outlined within the Scope of ces Work fo each resp or pective servic area. The Proposal m ce e must clearly represent th Bidder he in form and presentation. E. Cost Pr roposal Fee 20% (Submi itted in a sep parate pack kage from th technical proposal) he l The Cost Proposal must be sub bmitted upon the format identified and must in n at nclude all professi ional service levels, inclu e uding those services to b provided by Sub-Con be ntractors.

* * * * * * * END OF EVAL D LUATION C CRITERIA * * * * * * *


Pag 48 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

5 PROPOS SAL FOR RM


PROPO OSAL FORM M CITY OF DUNWOODY GA D Y, RFP 11-02 MUNICIPAL GOVER 2 RNMENT SE ERVICES PR ROCUREME ENT he , s cts ubmitted in g good faith Th undersigned, as Bidder, hereby declares that this Proposal is in all respec fair and su wit thout collusio or fraud. Bidder represe and warra to the Ci that: (i) ex on B ents ants ity xcept as may be disclosed in writing to t City with its Proposal, no officer, employee or agent of the C has any i the h , e a City interest, either directly or i indirectly, in t business of the Bidder, and that no such person shall have any such interes at any time during the te of the the o s y st e erm Co ontract should it be awarde the Contra and (ii) no gift, gratui promise, favor or anyt d ed act; n ity, thing else of value has bee given or will be given to any emp en w n ployee or off ficial of the C City in conn nection with t submissio of this the on Pro oposal or the Citys evalua ation or consid deration there eof. Th Bidder furt he ther represents that it has examined or investigated the site con r d nditions if ne ecessary, and informed itse fully in regard to all co elf onditions pert taining to the place where the work is t be done; th it has exam to hat mined the Co ontract Docum ments and has read all Add s dendum(s) fu urnished by th City prior to the openin of the Pro he ng oposals, as ack knowledged below, and th it has othe b hat erwise fully in nformed itsel regarding t nature, ex lf the xtent, scope a details and of t services to be furnished under the Contract. the C Th Bidder agr he rees, if this Proposal is ac P ccepted, to enter into the written Con e e ntract with th City in the form of he e Co ontract attache (properly completed in accordance with said Pro ed c w oposal Docum ments), and th Contract D he Documents for RFP 11-02 Municipal Government Services Pro r 2 ocurement, a the City o Dunwood and to fu at of dy, urnish the pre escribed evid dence of a va business license, insu alid urance, and a other docu all uments requi ired by these Contract e Do ocuments. The Bidder furth agrees to commence work and to pe e her w erform the wo specified herein within the time ork d n lim set forth in the Contrac Documents which time limits Bidder acknowledg are reason mits i ct s, r ges nable. Th undersigned further agre that, in th case of fail he d ees he lure or refusal on its part t execute the said contrac provide l to e ct, evi idence of specified insuran a copy of a valid busin or occup nce, f ness pational licen and all oth documents required nse her by these Contra Documents within ten (10) business days after be act ( eing provided with Notice of Intent to A d Award the con ntract (or such earlier time as may be st h e tated elsewhe in these Pr ere roposal Docu uments), the P Proposal awar may be rd off fered by the City to the nex ranked Bid C xt dder, or the ci may re-ad ity dvertise for Pr roposals, and in either cas the City d se sha have the ri all ight to recove from the Bi er idder the City costs and d ys damages inclu uding, withou limitation, attorneys ut fee to the sam extent that the City cou recover its costs and ex es, me uld s xpenses from the Bidder u m under section 10 of the Ins structions to Bidder if the Bidder withdr or attemp to withdr its Propos B B rew pted raw sal. Th Bidder furth agrees, if it fails to com he her f mplete the scope of work according to the provision within the scheduled ns tim or any aut me thorized exte ension thereof, that the City may dedu damages from the Co uct ontract price otherwise pay yable to the Bidder. B Ac cknowledgem ment is hereb made of the followin Addendum by ng m(s) received since issu d uance of the Contract Do ocuments (ide entified by num mber) Ad ddendum No. Date ___ __________ _______ ___ __________ _______ Addendum No Date A o. ____________ _______ _ _ ____________ _ _ _______ Addendum N Date No. __________ ___ _____ __________ ___ _____

It s shall be the responsibility of each Bidd to visit th City Purch r der he hasing Depart rtments webs to determ site mine if the Cit issued addendum(s) and if so, to ob ty d, btain such add dendum(s). F ailure to ackn nowledge an addendum ab bove shall not relieve the Bidder from its obligatio to comply with the pro t on ovisions of th addendum not ackn he m(s) nowledged abo ove.

Pag 49 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Wo excluding transitional requirements is to commence on or ab ork, g s, bout January 1 2012. 1, Th City of Dun he nwoody requ uires pricing to remain firm for the dura t m ation of the t term of the co ontract. Failu to hold ure firm pricing for the term of th contract will be sufficie cause for t City to de m he w ent the eclare bid non n-responsive. Co ompany Name _________ e: ____________ ___________ ____________ ___________ ___________ ____________ _____ Ter rmination for Cause: The City may ter r rminate this agreement for cause upon ten days prio written not to the a r or tice Co onsultant of th Consultant default in the performa he ts ance of any te of this ag erm greement. Suc terminatio shall be ch on wit thout prejudic to any of th Citys righ or remedie by law. ce he hts es Ter rmination for Convenience The City may terminate this agreeme for its con r e: m e ent nvenience at any time upo 30 days on wri itten notice to the Consu t ultant. In the event of the Citys term e mination of th agreement for conveni his t ience, the Co onsultant will be paid for those service actually pe es erformed. Par rtially comple eted perform mance of the a agreement wil be compen ll nsated based upon a signed statement of completion to be submi u d o n itted by the C Consultant, w which shall item each ele mize ement of perfo ormance. Ter rmination for fund approp r priation: The City may unil C laterally term minate this Ag greement due to a lack of f funding at any time by wr y ritten notice to the Consu ultant. In the event of the City's termi e ination of thi Agreement for fund is t app propriation, th Consultant will be paid for those ser he t d rvices actually performed. Partially com y mpleted perfor rmance of the Agreement will be comp e pensated base upon a sig ed gned statemen of complet nt tion to be sub bmitted by th Service he Pro ovider, which shall itemize each elemen of performa h e nt ance. Th Contractor agrees to pro he ovide all work to complete the project d k e described in t documen for the amo this nt ount listed in t Cost Prop the posal (submitt in a separate package). ted Leg Business Name gal Fed deral Tax ID Ad ddress __________ ____________ ___________ ____________ ___________ ___________ ____________ ______

Do your comp oes pany currently have a locat y tion within th City of Dun he nwoody? Ye es No _

Wi your company accept th Citys proc ill he curement card for payment from the Ci of Dunwoody? d ts ity Ye es No _

Representative Signature S Pri inted Name Tel lephone Num mber Fax Number x Em Address mail _______ _ ____ ____________ __ ___ ___

Pag 50 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

6 INSTRU UCTIONS TO BIDD DERS


1. INTENT T It is the intent of these Instructions to establish guidelines for t proper com the mpletion of the Proposal For e rms. These Instructions to Bidders provide guid s dance and expl lanation for su ubsequent Prop posal Forms a Contract D and Documents. Please re all Instruct ead tion paragraphs s. 2. GENER RAL 2.1 The City goal is that all the terms and conditions stated in the Proposal Doc ys t s cuments will co onstitute the te erms of the final Co ontract between the City and the successfu Bidder, with n d ul hout significan or material change to suc terms or nt ch condition Exceptions to any of the terms of the agreement to which a Bidd will not or does not agre must be ns. s e der r ee presente prior to the deadline for submitting qu ed e uestions by th Bidder in w he writing as prov vided in this se ection and directed to RNR@du d unwoodyga.gov Such except v. tions must be specific, and t Bidder must state a reaso for each the on exceptio and propose alternative lan on e nguage, if appr ropriate. The p purpose of the exception proc cess is to perm the City mit to correc prior to the opening of th proposals, any technical or contractual requirement, provision, am ct, e he l mbiguity, or conflict in the RFP and related docum d ments, which may be unlawf improviden unduly restr m ful, nt, rictive of comp petition, or otherwis inappropriat Any correc se te. ctions will be made via an addendum iss sued prior to t submission deadline. the n Unless timely submitte as an excep t ed ption and amended with an addendum, an such ambigu ny uity, conflict o problem or shall be resolved in fav of the City of Dunwoody Bidders shall not substitute entire agreem vor y y. l e ments or sets of terms and f condition but discuss separately each term or cond ns h dition that they take exception to or desire to change. n o 2.2 The Con ntract work sha not be divis all sible, and shall be awarded, i an award is m if made, to a sing Bidder. Th City will gle he award on one contract for the servi nly ices required under this Requ for Propos u uest sals. If the suc ccessful Bidder intends to r provide any services th hrough anothe company, the successful B er Bidder must ser as the City prime Contractor and rve ys shall hav full responsi ve ibility to the City for all oblig gations under t Contract. the 2.3 A Bidde Proposal prices shall remain firm for the duration of the initial term of the C ers p Contract. Any anticipated increases in Bidders costs during the initial term of the Contract m be reflect in its prices set forth in its Proposal. e f must ted s The City shall not be obligated to ren y o negotiate or inc crease any pric for any work during the in ce k nitial term of th Contract he based on a Bidder's mistake or miscalculation of prices, underes n m p stimation of co osts, or for any other reason. All of the y Bidders overhead costs, including, but not limited to, costs of tr s b d ravel and the r required bonds and insurance coverage, s e shall be included in suc Bidders pri ch ices listed in its Proposal. 2.4 The Con ntract, if award shall not be construed to create unto th Contractor a exclusive r ded, b o he any rights with resp to any pect of the Citys requirem C ments. The City may in its so discretion a y ole award any add ditional or sim milar services to any third o party, or if the Contrac is for the pro r ct ovision of servi ices, the City m elect to pe may erform all or a p portion of the s services by its own employees. e 2.5 There sh be no reim hall mbursable or tra expenses associated with this project re avel a h egarding any c category or term Without m. limiting the generality of the foregoi ing, all of the Bidders overh head costs rela ated to travel s shall be includ in such ded s P Bidders prices in its Proposal. 2.6 The City will contract with the successful Bidder to provide serv y vices indicated in the Scope of Work thro d e oughout the duration of the Contrac at the price submitted. The City will not p ct s price a contrac for hourly rat ct tes. 3. ONMENTAL SUSTAINAB L BILITY ENVIRO The City of Dunwoody is committed to environme y y d ental sustainabi ility. The City believes we h have a unique o opportunity to expan our leadersh in the area of environmen nd hip ntally preferabl purchasing, and through o actions, elic changes le our cit in the marketplace. By further inc m B corporating en nvironmental c considerations into public p purchasing, th City of he operations, Dunwoo will positiv impact hum health and the environm ody vely man d ment, remove u unnecessary haz zards from its o reduce costs and liabil c lities, and imp prove the envir ronmental qua ality of the reg gion. As such, the City enco ourages the incorpor ration of enviro onmental sustai inability into proposals. p

Pag 51 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

4. EXAMI INATION OF PROPOSAL/CONTRACT DOCUMEN T NTS All prosp pective Bidder shall thoroughly examine and become fa rs familiar with th Proposal pa he ackage and car refully note the items, which must be submitted with the Propo osal. (These In nstructions to B Bidders, the R Request for Pro oposals, the Proposal Forms, the Contract, the Ge l C eneral Conditions, and the S Scope of Work are referred to herein as the "Proposal k o e Docume ents" or the "C Contract Docum ments.") Subm mission of a Pr roposal shall c constitute an a acknowledgme that the ent Bidder has read and un h nderstands the Proposal Docu uments. The fa ailure or neglec of a Bidder t receive or ex ct to xamine any Proposal Document sh in no way relieve it from any obligatio under its P l hall m ons Proposal or the Contract. No claim for o additiona compensatio will be allo al on owed which is based upon a lack of know s wledge or und derstanding of any of the Contract Documents or the scope of work. t r w 5. ADDEN NDUM(S)-CHA ANGES WHI ILE PROPOSING Other th during the Pre-Proposal Conference, the City shal not be requ han e l ll uired to provid to any Bid de dder verbal interpret tations as to the meaning of any portion of the Proposal D e a t Documents. Req quests for inter rpretation, clari ification or correctio of Proposal Documents, forms or other material in th Proposal Package should be made in w on l f r his d writing and delivered to Chris Pik Director of Finance, City of Dunwood 41 Perimete Center East Suite 250, D d ke, f y dy, er t, Dunwoody, Georgia 30346 or by e-mail to RNR e R@dunwoodyg ga.gov or facsim to (678) 5 mile 533-0797 no la than May 5, 2011 at ater 2:00 pm EST. Any resp ponse by City to a request by a Bidder for c y clarification or correction wi be made in t form of r ill the a written Addendum. All parties to whom the Pro n A oposal package have been is es ssued will be sent a notifica ation of the issuance of an Addend e dum either by e-mail and/or by facsimile. T Addendum may be elect e b The m tronically down nloaded by at visiting either the City Purchasi ing De epartments website http://ww ww.dunwoodyga.gov/Govern nment/Docume ent/RFP_RFQ. aspx or by visiting Georgias Depa artment of Adminis strative Service (DOAS) web site at http es p://ssl.doas.stat te.ga.us/PRSap pp/GPR_P_star rt.jsp. Howeve prior to er, submittin its response it shall be th responsibilit of each Bidd to visit the City Purchasi Departmen website ng e, he ty der ing nts . to determ if addendu mine um(s) were iss sued and, if so, to obtain such addendum(s). h 6. PREPARATION OF PROPOSALS S ls mitted on repro oduced copies of the attached Proposal For including any revised or additional d rms r 6.1 Proposal shall be subm Proposal Forms suppli by Addend l ied dum(s). If an aw ward is made, the completed Proposal Form shall const d ms titute a part of the Contract Docum ments and will be incorporate in the final C ed Contract betwe the City an the successful Bidder. een nd All blank spaces in the Proposal Form should be fi k e ms illed in legibly and correctly in ink or type. 6.2 All Prop posals shall con ntain the name and business address of the individual, firm corporation or other busi a m, n, iness entity submittin the Proposa and shall be subscribed by either the in ng al e y ndividual, a ge eneral partner, a member of a membermanaged LLC, a mana d ager of a mana ager-managed LLC, or an aut L thorized office or agent of a Corporation o business er or entity, an should be properly witnes nd p ssed or attested If any office or agent oth than the sig d. er her gnatories descr ribed in the precedin sentence sh sign any Contract Docum ng hall C ment on beha of the Bidd the City s alf der, should be furn nished with satisfacto evidence of such officers or agent's au ory o uthority to bind the Bidder wi respect to th contents of the subject d ith he Proposal Documents so signed by hi or her. If th Bidder is an LLC, the Bid l im he n dder should sub bmit with its P Proposal its Articles of Organizatio or other evid on dence satisfact tory to the City indicating w y, whether the LLC is member-m C managed or manager r-managed, and indicating tha the person ex d at xecuting the Pr roposal is auth horized to bind the LLC. 6.3 If the Bi idder is a partn nership, joint venture, or sole proprietorship the City, res v e p, serves the righ to require the Bidder to ht e submit to the City at any time the name and busi t n iness address o each owner principal, pa of r, artner, or mem mber of the Bidder having an owne h ership or mana agement positio with the Bid on dder. 6.4 If the Bidder is a corpo oration or other state-chartere business ent r ed tity, the City re eserves the righ to require the Bidder to ht e submit to the City at any time, the na and busin o a ame ness address of each officer, director, and h f holder of 10% or more of the stock or other own k nership interest of such corp ts poration or oth business en her ntity. If the Bid dder is a corpo oration, the Proposal should have the corporate seal affixed and include the n l t s d name of the St in which it was incorporated. If the tate t Bidder is a foreign cor rporation or oth state-charte her ered business e entity and is th successful B he Bidder, the Bid dder will be required to submit evi idence prior to the execution of the Contr o n ract, if awarde that the co ed, orporation or o other statechartered business enti is authorize to do busine in the State of Georgia an the City. If t Bidder elec to use a d ity ed ess nd the cts fictitious name in its Pr s roposal, a copy of the Bidder fictitious nam registration should be pro y r's me n ovided to City.

Pag 52 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

7. PROPO OSAL GUARA ANTY A Proposal Guaranty shall not be req quired for this Contract. C 8. ERY OF PRO OPOSALS DELIVE 8.1 All Prop posals shall be submitted in se ealed envelope marked on th outside according to the r es the requirements st tated in the RFP. Ea Proposal shall consist of an executed copy of the Proposal Form along with all other doc ach s o d m, h cuments or informat tion required to be submitted pursuant to th terms of the Proposal Doc o d he e cuments (toget ther, the "Propo osal"). The documen comprising the Proposa must be com nts g al mpleted and s signed on the forms provid herein, or on exact e ded r reproduc ctions thereof. 8.2 All Prop posals shall be submitted pursuant to the terms outline in these In e e ed nstructions to Bidders. Any Proposals y received after the time and date specified in the Request for Pro d e R oposals for the opening of t Proposals w not be e the will consider but will be returned unop red, e pened. 8.3 Each Bidders respons to the Requ for Propos shall be a the sole cos and expense of the Bidder and such se uest sals at st e Bidder shall have no right or claim against the City for costs, damages, los of profits, o to recover s s m C ss or such costs, damages or expenses in the event the City exerc s, t cises its right t reject any o all Proposal or to cancel an award to or ls l pursuant to a provision hereof for any reason. t n y 8.4 Submiss sion of a Propo shall cons osal stitute authoriz zation for the C and its re City epresentatives a agents to make such and copies of the Proposal or portions th o hereof and to distribute such copies as may be necessary or desirable to carry out d y o the City's objectives or requirements. r . 9. COMM MUNICATION REGARDIN EVALUA NS NG ATION OF PR ROPOSALS To ensu the proper and fair evalu ure uation of Prop posals, the Cit prohibits an oral comm ty ny munication rela ated to this contract and initiated by a Bidder or its agent to an employee of th City evalua b the ating or conside ering the Propo during osal the perio of time following the ope od ening of Propos and prior to the time a d sals decision has be made with respect to een h the Cont tract award. An employee or representative of the City wh is not a me mber of the se n e ho election team m initiate may commun nication with a Bidder in ord to obtain in der nformation or c clarification ne eeded to develop a proper an accurate nd evaluatio of the Proposal. Any com on mmunication in nitiated by Bidd during eva der aluation should be submitted in writing d d and deliv vered via e-ma to RNR@du ail unwoodyga.go or facsimile to (678) 533-0797. Unautho ov orized commun nication by the Bidd shall disqua der alify the Bidder from consideration. r 10. . WITHD DRAWAL OF PROPOSALS S No Prop posal may be withdrawn after it is submitte unless the B w r ed Bidder makes a request in wr riting and such request is h confirme as received prior to the time set for opening of Pr ed d roposals. No P Proposal may be withdrawn after the n schedule Proposal op ed pening time for a period of one hundre eighty (180 days. Any Bidder withd f o ed 0) drawing or attemptin to withdraw its Proposa prior to the expiration of the one hund ng w al f dred eighty (180) day perio shall be od obligated to reimburse the City for all its costs inc d e a curred in conne ection with suc withdrawal or attempted w ch withdrawal or including without limi g, itation, any inc creased costs for procuring th goods or se f he ervices from an nother Bidder o all costs of adver rtising and re-p procuring the goods or services, and all att g ttorneys fees, in addition to payment of C Citys other cknowledgmen of an agreem damages A Bidders submission of a Proposal sha be deemed t Bidders ac s. s all the nt ment to the provision of this Secti ns ion. 11. . DISQUA ALIFICATIO OF BIDDE ON ERS 11.1 Any of the following causes may be considered as sufficient fo the disquali t c e a or ification of a B Bidder and the rejection e of its Pr roposal: 11.1.1 Submission of more than one Proposal for the same work, or part o o ticipation in m more than one Proposal e for the same work as a partner or pr e p rincipal of the Bidder, by an individua firm, partn e al, nership or corporation, under the sam or differen names, or b y Bidders whi are affiliat either at t time of me nt ich tes, the submittal, or at the time of award. Thi is not inten ded to preven subcontrac r o is nt ctors or indivi idual team members fro negotiated with the pr om d rimary Contr ractor to prov vide services. For purpos of this ses Pag 53 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

section, the term affiliate means firm partnersh t es ms, hips, corporati ions or other entities under common r control; 11.1.2 Evidence of collusion bet tween or amo ong Bidders i including, bu not limited to, agreemen not to ut nts compete for contracts with the City; c h Evidence, in the opinion of the City, of Bidder(s) atte empting to ma anipulate the Proposal pric cing for its own benefit (e.g. pricing re ( esulting in a fa ailure of the C Citys ability t enforce the Contract or i to impose the remedies inte ended followin breach by Contractor); ng C Being in arre ears on any of its existing contracts with the City or in litigation w o h with the City or having defaulted on a previous contract with th City; he Poor, defecti or otherwise unsatisfac ive ctory perform mance of work for the City or any other party on k y r prior project which, in th City's judg ts he gment and sole discretion, r e raises doubts as to Bidder's ability to s properly perf form the work or k; Any other cause which, in the Cit , ty's judgmen and sole discretion, i sufficient to justify nt is disqualificati of Bidder or the rejectio of its Propo ion o on osal. Evidence of improper com i mmunication as described in section 9 abo n ove.

11.1.3

11.1.4

11.1.5

11.1.6

11.1.7

11.2 The City has adopted a policy, whi addresses, among other t y ich things, the obligations of th City's emplo he oyees with respect to interest in business entitie unauthorize compensatio and accepta t b es, ed on, ance of gifts. P Please be aware that any act by a Bidder that co ould cause a City employee to violate the p t policy is suffic cient cause for the denial of t right of the the Bidd to propose on any contrac or sell any materials, suppl der o ct m lies, equipmen or services t the City for a period of nt, to time that is determined by the City Manager. t d M 12. . REJECT TION OF IRR REGULAR PR ROPOSALS A Propo may be con osal nsidered irregu and may be rejected if it is improperly executed, shows omissions, alterations ular b of form, additions not called for, una authorized con nditions, or lim mitations, or un nauthorized alt ternate Proposa fails to als, include the proper Pro oposal Guaran Contract references, oth er certificates, affidavits, sta nty, , atements, or in nformation required to be included with Proposals, including, but not limited to, the Bidder's prices, or contains other irr d b regularities of any ki ind. . 13. NOTICE OF INTENT TO AWARD CONTRAC E T CT Unless all Proposals are rejected, a Notice of Inte to Award i anticipated t be provided within ninety (90) days a a ent is to d y from the opening of Proposals to the responsible and responsive Bidder subm e P e a e mitting the Prop posal deemed to be most advantag geous to the Ci price and other factors be ity, o eing considere For all proc ed. curements, the City reserves t right to the reject an or all Propos and to canc the procure ny sals cel ement or to sol icit new Propo osals. . 14. RESPONSIBILITY OF BIDDERS O S erves the right, to aid it in det , termining a Bi idder's respons ibility, to requ a Bidder to submit such e uire o evidence of 14.1 City rese Bidder's qualifications as the City may deem nece m essary, and ma consider any evidence ava ay y ailable to the C of the City financial technical, and other qualific l, cations and abilities of a Bidd including past performan (experienc with the der, nce ce) City and others. The City shall be the final authority in the award of any and all Proposals. d e y 14.2 All Bidd ders shall furn nish the City with the com mpany name, address, conta person, an telephone n act nd number of preferably three (3) en ntities (firms ot ther than the City) for which they have su C h upplied similar services as re r equested in this Prop posal. The info ormation should be submitted on the provid Contract Re d d ded eferences page with the know e wledge that the City will use the data for referen purposes. The City does c nce T check all refer rences and requ uires the Bidde to notify er the refer rence, verify co ontract informa ation, and obtai permission f in from the refere ence before com mpleting the fo orm. 14.3 For a Bidder to meet the minimum responsibili criteria for this Contract, the Bidder must provide verifiable B t m ity r e evidence through refe e, erences or othe erwise, that the Bidder is an individual, a f e firm, a corpora ation, or other entity that Pag 54 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

has expe erience or is en ngaged in prov viding such serv vices and, takin into accoun the activities of a related pr ng nt s redecessor, affiliate, or principal of Bidder, has been actively en f b ngaged in such activity for at least three (3) years. h t ) . 15. GUARA ANTY OF FAI ITHFUL PER RFORMANCE E A Perfor rmance Bond shall not be req s quired for this Contract. C . 16. POWER OF ATTOR R RNEY AND CO OUNTERSIG GNATURE Not appl licable. . 17. EXECU UTION OF CO ONTRACT 17.1 The Bid dder to whom the Notice of Intent to Awa is given sh t ard hall, within ten (10) business days of the d n s date of the Notice of Intent to Aw o ward, execute and/or deliver the following t the City: the Contract, a co of the Bid a t to e opy dders valid business or occupation license, and all other docu s nal d uments and inf formation requ uired by the Co ontract Docume ents. All of the abov documents and information must be furnished and the Contract Documents e ve f executed by B Bidder, and delivered to the City, before the Cont d b tract will be ex xecuted by the City. 17.2 A Bidde failure to tim fulfill its obligations un er's mely nder this sectio shall be just cause for with on hdrawal of such Notice of h Intent to Award. In su case, a Notice of Inten to Award m then be issued to the ne ranked Bid o uch N nt may ext dder or all Proposal may be reje ls ected and the Contract re-ad dvertised. In s such event, th City shall b entitled to receive its he be damages and costs, inc s cluding, but no limited to, it attorneys fe caused by o in connectio with a Bidders failure ot ts ees or on to fulfill its obligations under this pa l aragraph. A Bi idder's liability for failing to timely fulfill the obligation stated in y o ns this para agraph shall be the same as fo withdrawing its Proposal (s Section 10). or g see 17.3 The Con ntract shall no be binding upon the City until it has b ot u been executed by the City a a copy of such fully and executed Contract is delivered to the Contractor. The City reser d d e T rves the right t cancel the a to award without liability to any Bidder at any tim before the Contract has been fully exe me b ecuted by the City and deli ivered to the C Contractor. Accordin ngly, the Contr ractor is hereb warned that it should not c by commence per rformance or in ncur costs or e expenses in connecti with the Co ion ontract obligati ions until it has been delivere a final, fully executed copy of the Contra s ed y y act. . 18. GEORG SALES TAX GIA T The City is a governm y mental agency and a political subdivision u l under Georgia law. Purchase by the City under this es Contract are exempt fr t rom sales tax: A City tax-exe empt number i not required for a municip is d pality. No purc chase made by any entity is qualifi to be exemp other than th e ied pt hose made dire ectly by the Ci The City's sales tax exem ity. mption does not apply to goods or services purch hased or consu umed by a Con ntractor for wh hich the Contra actor is deemed to be the d c h nt act liability for ultimate consumer in connection with the fulfillmen of its Contra obligations, and the City shall have no l such taxes. . 19. SUBCO ONTRACTS 19.1 The Con ntractor's right to subcontract shall be gover t rned by the pro ovisions of Sect General Condi itions. tion 17 of the G 19.2 Nothing contained in these Contract Documents shall be constru as creating any contract t t ued g tual relationshi between ip any subc contractor and the City. 19.3 The Con ntractor shall be fully respon b nsible to the City for the ac and omissions of a subcontractor and of persons C cts employe by said subc ed contractor to th same exten that the Cont he nt tractor is liable to the City f acts and om for missions of persons directly emplo oyed by it.

Pag 55 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

20. . FAMILIARITY WIT LAWS TH ders p e h serve all Feder State and local laws, ral, All Bidd and the Contractor are presumed to be familiar with and shall obs ordinanc codes, rule and regulatio including, without limita ces, es ons, ation, the City's rules and reg gulations, that m in any may way affe work herein specified. Ign ect n norance on the part of the Co e ontractor shall in no way reli ieve Contracto from any or such resp ponsibility or liability. Contr ractors compliance with req quirements of O O.C.G.A. 13-10-91 and Rule 300-10-1e .02 will be attested. b . 21. SECUR RITY The succ cessful Bidder will be requir to comply with all applic red w cable standards of the City re s elating to secu urity, which may be in effect or cha i anged from tim to time. me . 22. MINOR RITY AND WO OMEN BUSIN NESS ENTER RPRISE ("MW WBE") PART TICIPATION An MWBE participatio goal has not been established for this Co on ontract. Such p participation is encouraged, b will not s but be considered during th evaluation process for awa of this Con he p ard ntract. . 23. LOCAL DEVELOPIN BUSINES ("LDB") PARTICIPATI L NG SS P ION An LDB participation goal has not be established for this Contr B een d ract. Such part ticipation is en ncouraged, but will not be consider during the evaluation proc for award of this Contrac red e cess ct. . 24. INSURA ANCE The Bid dder to whom the Notice of Intent to Aw f ward is given s shall provide a signed Certi ificate of Insu urance. The Certifica of Insuranc shall eviden the insuran coverage r ate ce nce nce required by the City pursuan to Section 1 nt 14.7 of the General Conditions and shall be filed with the City within ten (10 business day of the date of the Notice o Intent to d y 0) ys of Award. The Certificate of Insurance must contain a provision tha the coverage provided unde the policies will not be T e at er cancelled or modified or the limits th d hereunder decr reased unless a least thirty ( at (30) days prior written notic has been r ce given to the City. . 25. PROPO OSAL ERROR RS In the ca of a Bidde error in the extension or addition of Pr ase ers e roposal prices, the unit price will govern. Proposals , es . having erasures or corr e rections should be initialed in ink. d n . 26. COMPL LIANCE WIT OCCUPAT TH TIONAL SAF FETY AND HE EALTH ACT T The Bidd certifies th all materials equipment, chemicals, etc. contained in i Proposal or otherwise to b provided der hat s, c its be or used by the Bidder in its perfor rmance of the Contract wor and includ rk, ding any repla acements or su ubstitutions e, ll ents. therefore shall meet al EPA and OSHA requireme . 27. PERFO ORMANCE ST TANDARD The stan ndards by whic the Contrac ch ctor's performa ance will be ev valuated are se forth in the General Cond et ditions and Scope of Work. The su f uccessful Bidd der's failure to meet these sta andards, after r receipt of writt notice to co ten orrect such deficienc cies, may in ad ddition to the City's other re emedies, in the City's sole di e iscretion, resul in a termina lt ation of the Contract for cause pur t rsuant to the te ermination provisions of the General Cond ditions. Perform mance indicato shall be ors mutually agreed upon between the id y b dentified Contra actor for select service area and the City no later than O ted a October 15, 2011. Th Contractor shall commenc tracking rele he s ce evant metrics in January 2012 n 2. . 28. NO PRO OPOSALS In the event a potenti Bidder elec not to subm a Proposa such potent Bidder is n ial cts mit al, tial nonetheless re equested to respond by advising th City of the re he eason for not su ubmitting a Pr roposal.

Pag 56 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

29. . PUBLIC RECORDS/ C /PUBLIC ME EETINGS Please be aware that al meetings of the Citys Cou ll uncil are duly n noticed public meetings and all documents submitted s to the Ci as a part of or in connecti with a Prop ity f ion posal may cons stitute public r records under G Georgia law regardless of contained ther any pers sons claim that proprietary or trade secret information is c i rein. By submis ssion to the Cit Bidders ty, waive an declaration that their entire response to be proprietary i ny e b information. Pr roposals and a related corre all espondence are subje to the Geor Open Records Act and may be provide to anyone p ect rgia m ed properly reques sting same, aft contract ter award. The City canno protect prop T ot prietary data submitted in v s vendor proposa unless prov als vided for unde the open er records law. In the event, the Bidde deems certai information to be exempt from the disc er in n t closure require ements, the proposal must specify what content is considered exempt and sit the applicab provision o the law to su l e te ble of upport that assessme In the eve such inform ent. ent mation is reque ested under th open records law, the Bid he dders assessme will be ent examine by the City Attorney who will make a determination. The decision to withhold or release the in ed o d nformation will be at the Citys sole discretion. a

* * * * * * * END OF INSTRU UCTIONS TO BIDDERS * * * * * * *

Pag 57 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Appendix A - No Respo onse to Req quest for P Proposals


your compa is unable to submit a Proposal at this time, please prov any e a vide the info ormation requ uested in If y the space provided below and return to e a o: Chris Pike, Director of F C D Finance CONFIDENTIAL RFP 11-02 C P y City of Dunwoody 41 Perimeter Center East, S C Suite 250 Dunwoo GA 303 ody, 346

ur ing sal Ou companys reason for not submitti a Propos is: ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______ ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______ ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______ ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______ ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______ ___ ___________ ___________ __________ ___________ __________ ___________ __________ ___________ _______

____ __________ ___________ __________ ___ Company Na C ame By: Its: ____ __________ ___________ __________ ___ ____ __________ ___________ __________ ___ Name & Title, Typed or Printed d

Pag 58 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Appe endix B - General C G Conditions s


1. SCOPE OF WORK ntract will be to provide to the City in accordance with the Contract Doc o e e cuments. All work shall be pe erformed in The Con accordan with the Sc nce cope of Work attached hereto a o. 2. 2.1 REGUL LATIONS The Contractor sha comply wit all applicabl federal, stat and local la C all th le te, aws, ordinance rules, and r es, regulations perta aining to the pe erformance of the work specif herein. t fied The Contractor shall obtain all pe C ermits, licenses and certificate or any such approvals of plans or specif s es, h fications as may be required by Federal, State and local law ordinances, rules and regu y e ws, ulations, for the proper execu ution of the work specified here k ein. Durin the perform ng mance of this Contract, the Contractor shal keep current and, if reques C C ll t sted by the Cit provide ty, copie of any and all licenses, reg es a gistrations, or permits requir by applicab governing a red ble agencies. The Contractor shall keep a copy of any and all licenses, registrations, and p o permits on the job site while performing th Contract he work k. WORK HOURS 3.1 all erform on-site work during Standard Wor Hours, whic currently ar between rk ch re The Contractor sha normally pe 0 y day, excluding Citys observ holidays. T City may r ved The require the 8:00 a.m. and 5:00 p.m., Monday through Frid ractor to perfo form work on the citys pre emises during Non-standard Work Hours which are o d s, outside the Contr Stand dard Work Hou Non-stand urs. dard Work Hou may be arra urs anged with prio approval of the City. The Contractor or f shall advise the City no less than 48 hours in ad dvance of its pr rojected work schedule. The Contractor sha perform all no work during City observed hol y lidays without the prior writte permission of the City. en In th event an em he mergency cond dition is declared by the Ci Manager o Finance Dir ity or rector or their respective desig gnees, the Cont tractor will per rform work dur ring such hours as requested b the City. s by must be main Work can be perfo k ormed away from the Citys premises, bu in all cases such work m f ut s, ntained and docum mented on the Citys servers (shared drives accessed via a VPN, etc.) s CONTR RACTORS PE ERSONNEL 4.1 The Contractor will abide by all State and Feder regulations on wages and hours of an em C l S ral d mployee dealin with the ng employment relatio onship between the Contracto and its subsi n or idiaries or relat parties and its employees including ted d s, but not limited to th Federal Nati n he ional Labor Re elations Act, th Federal Fair Labor Standar Act, the Fe he r rds ederal Civil Right Act of 1964, as amended, and the Americ ts , a cans with Disa abilities Act. The Contractor sha require all prospective em all mployees to s show proof of citizenship, o proof from the United or ation Service of valid entry p o permits and/or work permits for legal aliens and proof s States Immigration and Naturaliza that such legal ali iens are eligib to be emp ble ployed in the United States. This includ any requir des rement for partic cipation in the DHS e-Verify or SAVE prog y gram. Shou the Contrac engage em uld ctor mployees who are illiterate in English, it wil be the Contr a ll ractor's respons sibility and oblig gation to train such employee to be able to identify and u s es o understand all signs and notices in and/or around the areas that relate to them or the services bein performed b them pursu s o ng by uant to this C Contract. In ad ddition, the Contr ractor will hav someone in attendance at all times who c communica instructions to said emplo ve a a can ate s oyee. The Contractor sha maintain a drug-free workp C all d place within th meaning of the Georgia D he f Drug-free Work kplace Act. No employee shall be hired by a Contractor for work on the C r Citys premise prior to such employee hav es h ving tested negat tive for drugs. In addition, existing empl loyees of the Contractor m must be subject to drug testi by the t ing

2.2

2.3

3.

3.2

3.3

4.

4.2

4.3

4.4

Pag 59 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Contr ractor upon re easonable susp picion of drug use. Results of all such drug tests are to be retain by the g s e ned Contr ractor. Copies shall be provid to the City, if requested. ded 4.5 The Contractor sha transfer pro all omptly from th City any em he mployee or em mployees that the City advis are not ses satisf factory, and replace such per rsonnel with em mployees satis sfactory to the City; but in n event shall t City be no the respo onsible for mon nitoring or asse essing the suita ability of any e employee or ag of the Con gent ntractor. The Contractors employees shall be instructe that no grat e ed tuities shall be solicited or accepted for a reason e any whatsoever from th tenants, cu he ustomers or ot ther persons at the City. Th Contractor shall be respo he onsible for ensur ring that all ar rticles found by its employee on the City s premises ar turned over to the City or the Citys y es re r desig gnated agent in charge of such articles. n h quired of all personnel opera A valid driver licen (Commerci Driver Lice nse ial ense, if applicab will be req able) ating motor vehic or motorized equipment on roadways in or around the City. cles o n e While working on city property all Contractor employees shall wear ne rs eat-appearing business casua attire or al unifo orms with the company nam and/or logo and footwea of a style th complies w all legal and safety me o ar hat with requi irements, inclu uding and witho limitation, the requiremen of OSHA. out t nts Desig gnation of Proj Manager - The Contract shall design ject tor nate a Project Manager acce eptable to the C for all City purpo related to this Contract. oses 4.9.1 The Project Manag shall be full responsible for the Contrac meeting all of its obligat P ger ly ctor tions under this Contract. The Project Manag shall provi the City w an appropriate status rep on the C ger ide with port progr ress of the pro oject every week, as well as conduct week team status review calls or meeting kly s with the Citys CA during the Contract term the day to b mutually d AR m, be determined as p of the part Proje Plan. This report may be delivered b facsimile, e ect b by e-mail, U.S. p postal service, or private carrier, provided it is delivered in a timely mann n ner. The Project Manag shall be ava P ger ailable, as reaso onably require to be on-site during neces ed, e ssary times. Such times shall be discussed bet h e tween the Proje Manager an the City, bu the final requ ect nd ut uired times will be at the Citys discretion. b s In th event that th designated Project Manag terminates employment w the Contra he he P ger with actor, or is reque ested by the City to be remo C oved from the r role of Project Manager (as p t provided in Se ection 4.5), the position shall be assumed by an individ p b dual with equi ivalent qualifications, exper rience, and know wledge. Such re eplacement sha require the C all Citys prior ap pproval. er The Contractor sha not replace the approved P all t Project Manage without writ approval o the City, tten of ch ll sonably withhe eld. whic approval wil not be unreas

4.6

4.7

4.8

4.9

4.9.2

4.9.3

4.9.4

4.10

The process by wh p hich the implem mentation part tner requests th removal of a team memb from the project. If a he f ber Contr ractor replaces a proposed team member, the Contracto shall replace that team m s t or member with a new team mem mber of similar experience. The City reserv the right to accept or rej T ves o ject any propo osed or replace ement team mem mber, with or wi ithout cause, at any time duri the duration of the project. t ing n ITEMS PROVIDED BY THE CIT TY

5. 5.1

k T unwoody shall provide a wo location fo all full-time office-based employees l ork or e Work Location. The City of Du propo osed under this contract. It shall be the sol responsibilit of the Contr s s le ty ractor to provi for other pr ide roject team mem mbers work loc cations. Unin nterruptible Pow Supply (U wer UPS). The City of Dunwoody shall provide a power suppl for all full-ti y ly ime officebased employees proposed under this contract. It shall be th sole respons d r he sibility of the C Contractor to p provide for other project team members pow supplies. r m wer y de -use (shared) printers for a full-time of all ffice-based Printers. The City of Dunwoody shall provid a commonemployees propose under this contract. It sha be the sole responsibility of the Contra ed all y actor to provid for other de Pag 60 of 80 ge

5.2

5.3

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

proje team mem ect mbers printers or printers for employees not using th common-us printers except when f s he se deter rmined by the City a private printer should be provided. C p b 5.4 Offic Space. The City of Dunw ce woody shall pro ovide office spa for all fullace -time office-ba ased employee proposed es under this contract. It shall be the sole responsi r e ibility of the C Contractor to pr rovide for othe project team members er m office spaces. e Utilit Services. The City of Du ty unwoody shall provide utilit services for all full-time office-based employees l ty propo osed under this contract. It shall be the sol responsibilit of the Contr s s le ty ractor to provi for other pr ide roject team mem mbers utility services. Empl loyee Parking. The City of Dunwoody shall provide empl D loyee parking f all full-time office-based employees for e propo osed under this contract as well as other tea members w s w am working at a Ci Work Locat ity tions. It shall be the sole respo onsibility of th Contractor to provide for other project t he t team members parking including, but not limited to s t full-t time employees traveling outs the City. s side Vehicles. On Janua 1, 2012, th City will ow all vehicles currently used by Contractor performing the current ary he wn d rs Publi Works and Community De ic C evelopment con ntracts. The C intends to t City transfer all veh hicles to the Co ontractor(s) awarded the new co ontracts comm mencing Januar 1, 2012. Al costs associa ry ll ated with the ti transfer, m itle maintenance and repairs shall be the responsib r e bility of the Co ontractor. Vehi icles associated with each re espective servic area can ce be fo ound in Append F. As a mi dix inimum standa Contractor shall maintain vehicles in a manner accept ard, n table to the City. Vehicles sha be free of any major defects. Paints, body, and in all nterior shall ha only mino (if any) ave or blem mishes, and the shall be no major mecha ere o anical problem There sha be little or no rust on the vehicles. ms. all Engin compartmen shall remain clean, with no fluid leaks. Tires shall m ne nt n n match and main ntain substantia available al tread wear. Vehicl must have a clean title history. Vehic must pass all required emissions tests. Vehicles d les h cles . shall not have any unsubstantiate mileage at any time. Veh ed a hicles shall be replaced at th Contractors expense at he any time the vehicl does not me the Citys standard, no les often than w ss t le eet s when the age o the vehicle r of reaches six years or 150,000 miles. Replace s m ement vehicles ownership r s reverts to the City at the conclusion of th contract. he Contr ractor allows th City to utili the vehicles when not in u by the Cont he ize s use ntractor. TOOLS AND EQUIP S PMENT The City shall also sup y pply furniture, fixtures, and equipment for all city office and full-tim office-based contractor r es me d employe ees. 7. 7.1 PERFO ORMANCE RE EQUIREMEN NTS The Contractor shall perform all of its obligation and function under the C C o ns ns Contract in acco ordance with th Contract he provi isions, industry standards, an any manufa y nd acturers specif fications. The Contractor sh adjust and coordinate hall its ac ctivities to the needs and re e equirements of the City and perform its activities so a not to anno disturb, f d as oy, endan nger, unreason nably interfere with, or delay the operations or activities of the City. w f The Contractors pe C ersonnel shall perform work in a neat and p p professional m manner as directed by the City Manager, y s and in compliance with all Federa State, and City of Dunwoo regulations and OSHA ru and regula w al, C ody ules ations shall be fo ollowed at all ti imes. Dates for commenc s cement and com mpletion of wo shall be co ork oordinated with the Citys A h Authorized Rep presentative (CAR R). Any work required beyond that which is specifi herein, shal be reported i advance to t City. At no time shall w ied ll in the o work beyond the sc k cope be perform without pr written aut med rior thorization from the City. m The Contractor sha utilize maxi C all imum safety precautions. To p ools and equip pment will be i a good state of repair, in e safe to use, and be used in the manner in wh e hich they were intended. Th Contractor i required to inform all e he is work kers and conce erned persons of the Materia Safety Data on all produ al a ucts being util lized on this p project. No mater rials or equipm will be lef unattended or stored on the project site at any time. ment ft e t

5.5

5.6

5.7

6.

7.2

7.3

7.4

7.5

Pag 61 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

7.6 Any and all materials generated for or received for this proje are propert of the City a shall be given to the f d ect ty and City as soon as reasonable possib Electronic delivery of all documentatio is generally acceptable pro ble. l on ovided it is receiv in its origi format. On the Citys CAR will prov ved inal nly C vide for except tions to this provision. The C Citys CAR will designate a per d rson to collect these materials t s. CONFID DENTIAL IN NFORMATION N 8.1 In th course of performing the Contract wor the Contrac he p e rk, ctor may gain access to sec n curity-sensitive and other e sens sitive informati of the City. ion The Contractor ag grees to hold all City data an information in confidence and to make such informat a nd n e tion known only to its employ y yees and subco ontractors who have a legiti o imate need to know such information and only after d advi ising such pers sons of the Con ntractors non-d disclosure obli igations. The Contractor sh seek the Ci hall itys prior writ tten consent be efore using for any purpose o r other than the fulfillment of th Contractors obligations hereunder, or before releasin disclosing, or otherwise m he h b ng, making such in nformation avai ilable to any ot ther person. The Contractor shall employ such practices and take su s s s uch actions to protect the C Citys informa ation from unau uthorized use or disclosure as the Contracto employs and takes to prote its own info o or d ect formation, but i no event in shal the Contracto use less than reasonable ef ll or n fforts to protect the Citys inf t formation. The provisions of this Section sh survive the expiration or earlier termina hall e ation of the Contract. USE OF PREMISES F During the progress of the work spe t f ecified herein, the Contracto shall keep th premises free from accum or he mulation of waste materials, and other debris res m o sulting from th work. At th completion of each work day, the Contr he he ractor shall e remove daily all waste materials and debris from, and about the premises as well as unnec e d , cessary tools, e equipment, machine and surplus material, and leave the site clean and ready for occupanc by the City. ery c y cy . 10. SAFETY AND PROT Y TECTION The Con ntractor shall be solely and completely responsible for initiating, m d r r maintaining, an supervising all safety nd g precautio and progra ons ams in connec ction with the work. The Co ontractor shall take all neces ssary precautio for the ons safety of and shall pro f, ovide the nece essary protectio to prevent d on damage, injury or loss to all employees on the work y, l n site and other persons including, but not limited to, the general pu i n ublic who may be affected the ereby. . 11. 11.1 COMPE ENSATION - INVOICE AN PAYMEN FOR SERV ND NT VICES The City shall pay the Contract subject to any authorized deductions, t applicable prices set fort for each y tor, d the th serv authorized by the City, and actually de vice d a elivered or per rformed, as the case may be, by the Contra e actor to the satis sfaction and ac cceptance, as ap ppropriate, of the City. The t t timing of such payments shal be as set fort below in ll th this Section. The City shall pay the Contracto the price as set forth within 30 days after completion of the services, or 30 days y or s n r after the Citys re r eceipt of the in nvoice, whiche ever is later. I Invoices shall not be submit tted more frequ quently that mon nthly at the con nclusion of eac months per ch rformance as se forth in this contract. The Contractor sh invoice et e hall the City for the im mplementation services that were complete and accepte under the C w ed ed Contract, accom mpanied by such supporting do h ocumentation and other backu material as the City may r a up reasonably req quire. The Contractor sh invoice with such suppo hall w orting docume entation and o other backup m material as the City may e reas sonably require e. The Contractor sh deliver to the City for app hall t proval and acc ceptance, and b before eligible for final paym ment of any amo ounts due, all documents and material prepa d ared by the Con ntractor for the City under this Contract. e

8.

8.2

8.3

8.4

8.5 9.

11.2

11.3

11.4

Pag 62 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

11.5 The City shall pay the undisp p puted amount of the Cont t tractors invoi ice, as it may be reduced to reflect y unsu ubstantiated or unsatisfactory services. Item in dispute shall be paid upon the resol r y ms lution of the d dispute. No veri ification or pay yment of any amounts invo oiced shall pre eclude the City from recove y ering any mon paid in ney exce of that due under the term of this Contr ess ms ract. The Contractor sh be obligated to pay prom hall mptly all prop charges an costs incurre by the Con per nd ed ntractor for labo and materials used for the work performe hereunder. T City shall h or w ed The have the right, but not the ob bligation, to pay directly to thir parties (inclu rd uding subcontr ractors) all pas due amounts owed by the C st Contractor to th parties hird for labor and mate nd l erials used for the work hereu t under, based on invoices sub n bmitted by such third party, an all such h amo ounts paid by th City shall be applied towa and shall re he ard, educe, amount owed to Con ts ntractor hereund der. The Contractor sh submit all invoices to: City of Dunwood GA, Accou Payable, 4 Perimeter C hall i dy, unts 41 Center East, Suit 250, Dunwoody, GA 30346. te

11.6

11.7

. NCE WITH LAWS AND REGULATION NS 12. COMPLIAN 12.1 The Contractor shall perform its obligations an functions he nd ereunder in com mpliance with t applicable laws of the the Unit States, the State of Georgia, DeKalb County, the City of Dunwood any applica ted C ty dy, able rules, regu ulations, or directives of any agency thereof and the appli a f, icable regulatio of the City OSHA rules and regulatio shall be ons y. s ons follo owed at all tim The City shall have the right (but not the obligation to contest or challenge by any means mes. s n) r wha atsoever any law, regulation rule or dire n, ective which i any way a in affects or othe erwise impacts upon the s Con ntractor's performance of its obligations and functions he ereunder; the C Contractor shal cooperate to the fullest ll exte and take wh ent hatever action (including bec coming a party in any litigati y ion) the City should reasonab request bly in co onnection with any such chal h llenge or conte by the City. est The Contractor sh obtain and keep current all licenses, pe hall a ermits and auth horizations, wh hether municip county, pal, state or federal, required for the performance of its obligati e, r e ions and funct tions hereunder and shall pay promptly r y whe due all fees therefore. en t The Contractor sh abide by all applicable state and fede regulations pertaining to wages and h hall a eral s o hours of an emp ployee; includin but not lim ng mited to the Con ntractors comp mpliance with re equirements of O.C.G.A. 13-10-91 and f Rule 300-10-1-.02 e 2. CONTR RACTOR'S LI IABILITY The Con ntractor shall be responsible for the prompt payment of an fines impose on the City or the Contrac by any f ny ed ctor other fed deral, state or local governme l ental agency as a result of th Contractor's, or its subcon he ntractor's (or th officers, he directors employees or agents of either), failure to comply wi the requirem s, e ith ments of any l or any gov law vernmental agency rule, regulation order or perm The liabilit of the Contr r n, mit. ty ractor under th Section 13 i in addition to and in no his is o way a li imitation upon any other liabilities and responsibilities w n which may be imposed by a e applicable law or by the w indemnif fication provis sions of Section 14 hereof, an such liability shall survive the expiration or earlier term n nd y e n mination of this Con ntract. . 14. 14.1 INDEM MNIFICATION AND INSUR N RANCE The Contractor sh indemnify defend and hold complete harmless t City, and t members (including, hall y, ely the the with hout limitation members of the City's Cou n, uncil, and mem mbers of the c citizens adviso committees of each), ory offic cers, employee and agents of each, from and against an and all liab es o ny bilities (includi statutory li ing iability and ages, costs liability under Wo orkers' Compe ensation Laws) losses, suits, claims, dema ), , ands, judgmen fines, dama nts, and expenses (including all cost for investiga ts ation and defen thereof, inc nse cluding, but no limited to, c ot court costs, para alegal and expe fees and rea ert asonable attorn neys' fees) whi may be inc ich curred by, char rged to or recov vered from any of the foregoin by (i) reaso or on accoun of damage to or destruction or loss of an property of t City, or ng on nt o n ny the any property of, injury to or death of any person resultin from or aris d p ng sing out of or in connection with the r perf formance of th Contract, or the acts or omissions of th Contractor's directors, offi his r he s ficers, agents, e employees, subc contractors, lic censees or invit tees, regardless of where the damage, destr s ruction, injury or death occur rred, unless such liability, loss suit, claim, demand, judgm h s, d ment, fine, dam mage, cost or e expense was pr roximately cau used solely by the City's negl t ligence or by the joint neglig t gence of the C and any p City person other th the Contra han actor or the Pag 63 of 80 ge

12.2

12.3

13. .

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Con ntractor's direct tors, officers, agents, employ a yees, subcontra actors, licensee or invitees, or (ii) arising o of or in es, out conn nection with th failure of th Contractor to keep, observ or perform any of the cov he he t ve venants or agr reements in this Contract whic are required to be kept, ob ch d bserved or per rformed by the Contractor, or (iii) arising o of or in e r out conn nection with any claim, suit, assessment or judgment pro , r ohibited by Se ection 14.4 belo by or in fa ow avor of any pers described in Section 14.5 below, or (iv) arising out of or in connecti with any ac son i 5 ) f ion ction by Contr ractor or its directors, officers, agents, emplo , oyees, subcontr ractors, license or invitees. The City agre to give the Contractor ees . ees reas sonable notice of any suit or claim for whic indemnificat c ch tion will be sou ught hereunder to allow the Contractor r, or it insurer to co ts ompromise and defend the sa d ame to the ext tent of its inter rests, and to re easonably coop perate with the defense of any such suit or cl d y laim. In carryin out its oblig ng gations under t section, the Contractor sh engage this e hall coun reasonably acceptable to the City. In any suit, action proceeding, claim or dema brought in respect of nsel y o a n, and n which the City may pursue inde m emnity, the Ci shall have the right to re ity etain its own c counsel, but th fees and he expe enses of such counsel shall be at the expe ense of the Ci unless (1) t Contractor and the City shall have ity the r mut tually agreed to the contrary, (2) the Contractor has failed within a reaso o onable time to r retain counsel reasonably satis sfactory to the City, or (3) th City and the Contractor ar both named parties in any such proceed he e re d y ding and, in the sole judgment of the City, representation of both the Cit and the Con t o ty ntractor by the same counsel would be e inap ppropriate due to actual or potential differi interests b etween them. The indemnifi ing ication provisi ions of this Sect tion 14 shall su urvive the expi iration or earlie termination of this Contrac with respect to any acts or omissions er ct t r occu urring during th term of the Contract. he 14.2 In addition to ind a demnification provisions sta ated above, if the Citys us of any serv se vice, software, firmware, prog gramming, or other item prov o vided by or on behalf of the C Contractor is e enjoined due to infringement of another o pers or entitys intellectual pr son roperty rights, the Contractor shall promptl at its sole c and expen modify r ly, cost nse, the infringing item so that it no longer infri m n inges, procure for the City the legal righ to continue using the e ht e infri inging item, or procure for th City a non-in r he nfringing item or procure fo the City a no m, or on-infringing re eplacement item having equal or greater func m ctional capabilities as the infr ringing item. The Contractor sh assume all responsibility for loss ca hall a aused by negle or violatio of any stat federal, ect on te, mun nicipal or agen law, rule, re ncy egulation or or rder. The Cont tractor shall giv to the prope authorities a required ve er all noti ices relating to its performan obtain all official permit and licenses and pay all proper fees an taxes. It o nce, ts s, nd shal promptly undertake proper monetary res ll r stitution with r respect to any injury that ma occur to any building, ay y structure, or utility in consequence of its work. The Contracto will notify th City in writ y or he ting of any clai made or im suit instituted agai the Contrac because of its activities i performance of the Contra inst ctor f in e act. No recourse unde or upon an obligation, covenant or a er ny agreement con ntained in this Contract, or any other s agre eement or docu ument pertainin to the work or services of the Contracto hereunder, a such may fro time to ng k f or as om time be altered or amended in accordance with the provision hereof, or an judgment o e h ns any obtained agains the City, st or by the enforce b ement of any assessment or by any legal or equitable p a proceeding by virtue of any statute or y othe erwise, under or independent of this Contra shall be ha against any member (inclu o t act, ad uding, without limitation, mem mbers of the Ci ity's Council, or members of the citizens ad o dvisory commi ittees of each), any officer, em mployee or agen as such, past, present, or future of the City, either dir nt, C rectly or throu the City or otherwise for any claim ugh r r arisi out of or in connection with this Contra or the work or services conducted pursu ing n w act k uant to it, or fo any sum or that may be due an unpaid by th City. Any and all persona liability of ev nd he a al very nature, whether at comm law or mon in equity, or by sta atute or by con nstitution or ot therwise, of an such membe officer, emp ny er, ployee, or agen as such, nt, to respond by rea ason of any act or omission on his or her part or otherw t wise for any claim arising o of or in out conn nection with th Contract or the work or services condu his r ucted pursuant to it, or for t payment fo or to the t the or City or any receiv therefore or otherwise, of any sum that may remain d and unpaid by the City, is expressly y, ver f due d s waiv and releas as a condi ved sed ition of and in consideration of the execut n n tion of this Co ontract and the promises e mad to the Contra de actor pursuant to this Contrac ct. In any and all claims against the City, or any of their office members, agents, servan or employe by any a ers, nts ees, emp ployee of the Contractor, any subcontractor anyone direc or indirect employed b any of them or anyone C y r, ctly tly by m for whose acts any of them may be liable, the indemnificatio obligation o the Contractor under this Section 14 w y y on of shal not be limite in any way by any limita ll ed y ation on the am mount or type of damages, compensation or benefit e n paya able by or for the Contractor or any subco r ontractor under Workers' Com r mpensation Ac disability b cts, benefit acts or other employee benefit acts. o No provisions of Section 14 her rein shall be co onstrued to ne egate, abridge, or otherwise r reduce any oth right of her inde emnity that the City may have as to any part or person de e ty escribed therein n. Pag 64 of 80 ge

14.3

14.4

14.5

14.6

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

14.7 Insurance 14.7.1 Gene Liability and Automobi Liability. T Contractor shall purchas and maintai in force eral a ile The r se in durin the term of the Contract, at its own cost and expense, to protect the Contractor, the City, and ng a t e the members (inclu m uding, without limitation, al members of the governing Citys Counc and the t ll f g cil citize ens advisory committees of each), officer agents, and employees of each, from a against f rs, d and any and all liabilities arising ou of or in co ut onnection with the Contract h tors performa ance of the Cont tract work: (1) Com mmercial Gener Liability Ins ral surance with c coverage of not less than ON MILLION D t NE DOLLARS ($1,000,00 00.00) combin ned single lim per occurr mit rence, and w with contractua liability cov al verage for Contractor covenants to and indemnif rs o fication of the City under the Contract, and e d (2) Auto omobile Liabil lity Insurance with policy li imits of not l less than ONE MILLION D E DOLLARS ($1,000,00 00.00) combine single limit per accident or occurrence covering each motor vehicl operated ed t h le on City pro operty. 14.7.1 1.1 Self-Insur Retention. Contractors c red commercial ge eneral liability insurance policies shall y not be subject to a self-insured ret e s tention exceed ding $10,000, i the value of the Contract i less than if f is $1,000 0,000, and no be subject to a self-insure retention e ot ed exceeding $100 0,000, if the C Contract is $1,000 0,000 or mor unless app re, proved by the City Manag e ger. Contracto ors automobil liability le insura ance policies sh not be sub hall bject to a self-i insured retentio exceeding $ on $10,000, unless approved by the City Manager e r. 14.7.1 1.2 Additiona Insured Endo al orsement. Cont tractor agrees and shall cause the City thei members ir (inclu uding, without limitation, mem mbers of the C Citys Council and members of the citizens advisory s comm mittees of each) officers, emp ), ployees, and ag gents to be nam as additio med onal insureds u under such policy or policies of commercial general and auto y f omobile liabili insurance. ity 14.7.2 Work kers Compens sation and Emp ployers Liabil lity. If Contrac has any em ctor mployee worki on City ing property, Contracto shall procure and maintain in force durin the term of the Contract (i workers or e n ng i) comp pensation insur rance, and (ii) employers lia ability insuranc The policy limits of the C ce. Contractors empl loyers liability insurance sh not be les than $100,0 for each accident, $500,000 for y hall ss 000 dise ease policy lim mit, and $100, ,000 for disea each emplo ase oyee. If the C Contractor is se elf-insured, the Contractor shal provide proo of self-insur C ll of urance and auth horization to s self-insure as r required by appli icable state law and regulatio ws ons. Profe essional Liability Insurance. The Contracto r shall purchas and maintain in force durin the term se n ng of th Contract, Pro he ofessional Liab bility insuranc e which will p for damage arising out o errors or pay es of omis ssions in the rendering, or failure to rend profession services un r der nal nder the Contr ract in the amou of at least ONE MILLI unt t ION DOLLAR ($1,000,000.00) per claim Such insur RS m. rance must conta nose and tail coverage to include wo performed by the Contr ain ork ractor from the projects incep ption date and until such tim as the Statu of Limitati d me ue ions has run fo the work do on the or one proje ect. Heal Insurance. Not applicable. lth N . Gara Liability In age nsurance. Not applicable. a Gara Keepers Legal Liability Insurance. Not applicable. age L I t Crim Coverage. Not applicable. me N Pollu ution Liability Insurance. Not applicable. t Dedu uctibles. The Contractors po C olicies of insu urance required by this Secti 14.7 may r d ion require the Cont tractors paym ment of a deduc ctible, provide the Contrac ed ctors insurer is required to p claims pay

14.7.3

14.7.4 14.7.5 14.7.6 14.7.7 14.7.8 14.7.9

Pag 65 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

from the first dolla at 100% of th claim value without any r m ar he e requirement th the Contractor pay the hat dedu uctible prior to its insurers pa ayment of the c claim. 14.7.10 Othe Insurance Re er equirements. All insurance po A olicies required by this Sectio 14.7 shall p d on provide that they are primary in nsurance with respect to any other valid in r nsurance the Ci may posses and that ity ss, any other insuranc the City do possess sh ce oes hall be consid dered excess in nsurance only All such y. insur rance shall be carried with a company or companies, w which meet the requirements of Section he 15.2 of these Gene Conditions, and said po eral olicies, shall be in a form sa e atisfactory to th City. A properly completed and executed Certificate o Insurance on a form prov d d of n vided or approv by the ved City (such as a curr ACORD certificate of in rent c nsurance) evid dencing the insu urance coverag required ge by th Section sha be furnished to the City u his all d upon the Contr ractors execut tion of the Con ntract. The Cont tractor shall pr rovide the City with at least thirty (30) day prior writt notice of an adverse y ys ten ny mate erial change in the Contractor has required insurance cov verage except t that ten (10) da ays notice of ca ancellation for non-paymen is required. For purposes of this Sect r nt s tion 5.7.10, an adverse n mate erial change sh mean any reduction in th limits of the insurers liab hall he e bility, any redu uction, nonrenew or cancell wal, lation of any in nsurance cover rage, or any in ncrease in the Contractors s self-insured reten ntion. Prior to the expiration of any such policy, the Contractor sh file with the City a h hall certif ficate of insur rance showing that such insu urance coverag has been re ge enewed. If the insurance e cove erage is cancele or reduced, the Contractor shall, within five (5) days a ed r after such canc cellation or reduc ction in covera age, file with the City a cert t tificate showin that the requ ng uired insuranc has been ce reins stated or provid through an ded nother insuranc company or companies app ce proved by the City. If the Cont tractor fails to obtain or have such insuranc reinstated, th City may, if it so elects, a without e ce he f and waiv ving any other remedy it may have against the Contracto immediately terminate thi Contract y t or, y is upon written notice to the Contra n e actor. The City Manager sha have the rig to alter the monetary y all ght e limit or coverage herein specif ts fied from time to time durin the term o this Contrac and the e ng of ct, Cont tractor shall comply with all reasonable requ r uests of the Ci Manager wi respect ther ity ith reto.

. 15. 15.1 15.2

SURETY BONDS/LE ETTERS OF CREDIT/LIAB C BILITY INSU URANCE urety Bond/Let of Credit is not required for this Contra tter s f act. A su Liab bility Insurance Companies furnishing insu f urance coverag required by these Genera Conditions s ge y al shall (a) be appr roved to issue insurance pol licies in the St tate of Georgi and (b) mu have no les than a "B+" Financial ia, ust ss " Rati and a Finan ing ncial Size Cate egory of "Class VI" or higher according to the most curre edition of A s r ent A.M. Best's Insu urance Reports If the liabilit insurer is ra s. ty ated by A.M. B Bests Insuranc Reports at a A- Financ Rating ce an cial and a Financial Size Category of Class VIII or higher than the City Mana f n ager may waiv the requirem for the ve ment insu to be appro urer oved by the Sta of Georgia. ate CONTR RACT ADJUS STMENTS 16.1 Notw withstanding any provision herein to the co a h ontrary, the Cit reserves the right to modif at any time the nature, ty e fy meth hod, scope, fre equency, or tim ming of the Con ntractor's oblig gations under t Contract (C this Contract Adjus stments) in wha atever manner it determines to be reasonab necessary for the proper completion o the Contrac bly r of ctors work here eunder. Both parties agree that, should any Contract Adju ustments be ma ade, the Contra actor's compen nsation and the amount of the Performance Bond or Letter of Credit requ B uired, will be a adjusted accord dingly, in such amount or amo ounts as will be mutually agr e reed to by mea of good fai negotiation by the City an the Contrac and, to ans ith n nd ctor the extent possibl by referenc to any unit costs already established in the Proposal Without exc le, ce n l. ception, all dele etions to the sco of work will be set forth in a written Am ope mendment to t Contract. this Notw withstanding the foregoing, the City shall have the right to terminate t t this Contract p pursuant to the provisions of Section 18.2 he S erein should the Contractor an the City fail to reach agree e nd l ement on the a adjusted compe ensation, or the amount of the Performance Bond or Lette of Credit, w e er within thirty (3 days after the date of th Contract 30) he Adju ustment. Notw withstanding the foregoing, there shall be no upward adjustment of the compensa t e f ation on accou of any unt esult of the m Con ntract Adjustm ment made nece essary or appr ropriate as a re mismanagement, improper ac or other ct,

. 16.

16.2

16.3

Pag 66 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

failu of the Con ure ntractor, its em mployees, agen or its sub nts, bcontractors to properly perform its oblig o gations and func ctions under th Contract. his 16.4 s Upo the conclus on sion of the con ntract, the City may choose at its sole d e, discretion, to h employees currently hire emp ployed by the Contractor. Th Contractor agrees to hold t employee h C he a the harmless from any action resu ulting from a Ci ity-initiated tra ansfer of emplo oyment to a Cit employee. ty SUBCO ONTRACTOR RS 17.1 The Contractor sh perform all of its obligations and fu hall a functions unde this Contrac by means o its own er ct of emp ployees, or by a duly qualifie subcontract which is ap ed tor, pproved in adv vance by the C City. Such sub bcontractor, which is an affiliat parent, or su te, ubsidiary comp pany; or had pr rincipal owner relatives, ma rs, anagement, or employees com mmon to the Contractor; or any other party that has the ability to sign a y nificantly influ uence the mana agement or daily business operations of the subcontracto must be dis y e or sclosed in wri iting to the Ci Manager. G ity Goods and serv vices provided by subcontra d actors, which are reimburs sed by the Ci must be b ity bona fide arm ms-lengths tran nsactions. In the event a subcontractor is employed the Contra t d, actor shall co ontinuously m monitor the subc contractor's performance, sha remain fully responsible t ensure that the subcontrac performs a required all y to ctor as and itself perform or remedy any obligations or functions, which the su m a s , ubcontractor fa to perform properly. ails m Noth hing contained herein shall be construed to prevent the Co d b ontractor from using the serv m vices of a comm carrier mon for delivering good to the City. d ds This Contract sha be referred to and incorpo s all orated within a contractua arrangement between the Contractor any al t and a subcontracto and, in such contractual ar or h rrangement; th subcontracto shall give its express writt consent he or s ten to th provisions of this Section 17. To the ext feasible, th provisions o this Contrac shall apply t any such he o tent he of ct to subc contractor in th same manner as they apply to the Contr he tractor. Howev such applic ver, cation shall ne either make any subcontractor a party to this Contract, nor make such sub m bcontractor a th party bene hird eficiary hereof. In th event that th Contractor employs a sub he he bcontractor, the the City ma require that copies of invo en ay oices for all wor (including in rk nvoices submitt to the Cont ted tractor for wor performed by a subcontrac rk ctor) shall be su ubmitted to the City by the Contractor and the City sha pay all co C d all ompensation to the Contract o tor. It shall b the sole be resp ponsibility of the Contractor to deal with a subcontracto with respec to the colle t r or ct ecting and submission of invo oices and the payment of com p mpensation. In no event shall the City have any obligation or liability he n ereunder to any subcontractor, including, in particular, any obligations of payment. , p f DEFAU ULT AND TER RMINATION N 18.1 In th event that: he 18.1.1 the Contractor shal repeatedly fa (defined for this purpose as at least thre (3) failures within any C ll ail r ee consecutive twelve (12) month period) to keep perform or o e p p, observe any of the promises, covenants f , or ag greements set forth in this Co f ontract (provid that notice of the first tw (2) failures shall have ded e wo been given to the Contractor, but whether or not the Con n b r ntractor shall h have remedied any such d failur or re); the Contractor shal fail to keep, perform or obs C ll p serve any prom mise, covenant, or agreement set forth in this Contract, and such failure shall continue fo a period of m C s or more than five (5) days after delivery to the Contractor of a written notice of such breach or default; or C h r the Contractor's oc C ccupational or business lice r ense shall term minate or the Contractor sh fail to hall provide the City wi any bond, letter of credit, or evidence o insurance as required by th Contract ith l , of he uments, for any reason; or y Docu C on e eplacement the Contractor fails for any reaso to provide the City with an acceptable renewal or re bond or letter of cre within the time period sp d edit pecified by a pr rovision of this Contract; or s C ll olvent, or shall take the bene of any pres l efit sent or future insolvency the Contractor shal become inso statu or shall ma a general assignment for the benefit of creditors, or fi a voluntary petition in ute, ake ile bank kruptcy or a pet tition or answe seeking an a er arrangement for its reorganiza r ation, or the readjustment Pag 67 of 80 ge

. 17.

17.2

17.3

. 18.

18.1.2

18.1.3

18.1.4

18.1.5

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

of its indebtedness under the Fe s ederal Bankrup ptcy laws, or under any oth law or stat her tute of the Unite States or any State there ed a eof, or shall c consent to the appointment of a receiver, trustee or liquidator of all or substantially all of its propert or rty; 18.1.6 the Contractor sha have a petit C all tion under any part of the F y Federal Bankru uptcy laws, or an action r unde any present or future insolv er o vency laws or s statute filed ag gainst it, which petition is not dismissed h t withi thirty (30) days after the fi in d iling thereof; o or there is any assign e nment by the Contractor of this Contract or any of the Contractors rights and e oblig gations hereund for which the City has no consented in writing; or der t ot the Contractor shal default on an other agreem C ll ny ment entered i into by and bet tween Contractor and the City, then, in its discretion, the City shall have the right to ter , C rminate this Co ontract for defa fault, which termination shall be effective upo delivery of written notice of such termi on f e ination to the C Contractor. In th event that the City term he minates this C ontract for de efault, or the Contractor ab bandons or wron ngfully termina the Contra the Contrac shall be pa for compen ates act, ctor aid nsation earned to the date of te ermination or abandonment (but the City sh have the r a ( hall right to reduce by off-set an amounts e ny owed to the Contra d actor hereunde or under an other Contra or obligation by the amo er ny act ount of the City damages and any amounts owed by the C s d Contractor to th City), but th Contractor s he he shall not be comp pensated for an profits earne or claimed after the receip of the City's notice of term ny ed pt s mination by defau or after ab ult bandonment or wrongful term r mination. The City's electio to terminate or not to on e terminate this Cont tract in part or whole for the Contractor's d r e default shall in no way be co n onstrued to limit the City's righ to pursue an exercise any other right or remedy avail t ht nd y r lable to it purs suant to the terms of the Contra or otherwise provided by l or equity. act e law

18.1.7

18.1.8

18.2

Notw withstanding anything else herein containe the City ma terminate th Contract in whole or in p at any a h ed, may his n part time for its conven e nience by givin the Contract thirty (30) d ng tor days written no otice. In that ev vent, the Contr ractor shall proc ceed to comple any part of the work, as directed by th City, and sh settle all it claims and o ete f he hall ts obligations under the Contract, as directed by the City. Th Contractor s b he shall be compe ensated by the City in accord e dance with the provisions hereof, including in particular Section 2 of the General Co p S ese onditions, prov vided, however that in no r, even shall Contra nt actor be entitle to compensa ed ation for work not performed or for anticip d patory profits. Contractor shal justify its cla ll aims, as request by the City with accurate records and d ted y, e data. Ban nkruptcy and Liquidation - In the event the Contractor (1) makes an ass L n ) signment for th benefit of cr he reditors, or petit tion or apply to any tribunal for the appoin o ntment of a cus stodian, receive or trustee fo all or a subs er, or stantial part of it assets; (2) commences any proceeding under any bank ts y u kruptcy, reorga anization, arran ngement, readj justment of debt dissolution, or liquidation law or statute of any jurisdic t, ction whether now or hereaf in effect; ( has had fter (3) any such petition or application filed or any su proceeding commenced a o uch g against it in wh hich an order f relief is for ente ered or an adjudication or app pointment is made, and which remains und m h dismissed for a period of sixty (60) days y or more; (4) takes any corporate action indicati its consent to, approval o or acquiesce m ing t of, ence in any suc petition, ch appl lication, proce eeding, or order for relief or the appointm o ment of a cus stodian, receiv or trustee for all or ver, o subs stantial part of its assets; or (5) permits any such cus o stodianship, re eceivership, or trusteeship to continue r undischarged for a period of sixt (60) days or more causing the Contracto or any third party, includin without ty r g or ng, limi itation, a truste in bankrupt ee tcy, to be emp powered under state or fede law to rej r eral ject this Contr ract or any agre eement supplem mentary hereto the City shall have the follo o, l owing rights: (i) In th event of a re he ejection of this Contract or an agreement s ny supplementary hereto, the Ci shall be y ity permitted to retain and use any back-up or archival co r e opies of the s software licens hereunder under this sed Agreement fo the purpose of enabling it to mitigate da or amages caused to the City be d ecause of the r rejection of this Contract. The City sha exert reason all nable efforts to mitigate suc damages by use of such b o ch y back-up or archival copie es. (ii) In th event of reje he ection of this Contract or any agreement su C y upplementary h hereto, the City may elect y to retain its ri ights under this Contract or any agreement supplementar hereto as provided in Sect a t ry tion 365(n) of the Bankru uptcy Code. Up written req pon quest of the Ci to, as applic ity cable, the Con ntractor or the b bankruptcy trustee or rece eiver. The Con ntractor or such bankruptcy tr h rustee or receiv shall not in ver nterfere with th rights of he the City as li icensee as provided in this Contract or in any agreeme supplement n ent tary hereto to obtain the

18.3

Pag 68 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Source Mater rial(s) from th bankruptcy trustee and shall, if requ he y uested, cause a copy of su Source uch Material(s) to be available to the City. o (iii) In the vent of reject tion of this Contract or any a agreement supp plementary her reto, the City m elect to may retain its righ under this Contract or any agreement su hts C y upplementary h hereto as provided in section 365(n) of n the Bankruptc Code witho prejudice to any of its rig cy out o ghts of setoff w respect to this Contract under the with o t Bankruptcy Code or applicable non-bank C kruptcy law; or In the event of a rejection of this Contr r n ract or any agreement su upplementary hereto, the Ci may retain its rights u h ity n under this Con ntract or any agreement the supplementary hereto as pro y ovided in secti 365(n) of t Bankruptc Code withou prejudice to any of its ion cy ut o rights under section 503(b) of the Bankrup Code. o ptcy . 19. CITY'S AUTHORIZE REPRESE ED ENTATIVE t s may to ual During the term of this Contract, the City Manager or designee m from time t time designate an individu to serve as the City's Authoriz Representa C zed ative (CAR) and an Assistan CAR desig a ant gnated to serve in that capa e acity in the absence of the CAR, who shall have such authority to act on the City's behalf as the City Manager may fro time to w e y e om time act tually delegate to such perso but in no event shall th CAR have authority to m e on, he modify or term minate this Contract or make fin decisions with respect to amendmen time exten t, nal nts, nsions, assignm ments, cost o payment or adjustme or paymen disputes. ents nt . 20. ASSIGN NMENT Neither this Contract nor any of the Contractor's rights or oblig n e r gations hereund may be ass der signed by the Contractor without the City's prio written consent, which con or nsent may be g granted or with hheld at the City's sole discr retion. Any transfer of this Contra by merger, consolidation or liquidation (unless the s stock of the C act , n n Contractor is tr raded on a national stock exchang or in a gener ge rally recognize over the cou ed unter securities market) any c change in owne ership of or power to vote a major of the outs o rity standing voting stock or own g nership interes of the Cont sts tractor shall co onstitute an assignme of this Con ent ntract for purpo of this Sec oses ction. In the ev vent the Contra actor assigns or subcontracts o attempts r or to assign or subcontrac any right or obligation aris n ct sing under this Contract with hout the City's p prior written consent, the City shall be entitled to terminate this Contract purs o s suant to the pro ovisions of Sec ction 17 hereof f. . 21. 21.1 NOTICE ES Unless otherwise stated herein, all notices or other writings w a o which the City is required or permitted to give to the y r Con ntractor may be hand delivered, mailed vi U.S. Certifi Mail, or se next-day d b ia ied ent delivery by a nationallyreco ognized overnight delivery se ervice to the Contractor's add C dress set forth in the Proposal. Any such n notice shall be deemed to hav been delive d ve ered upon actu delivery, or one (1) day following sub ual r bmission to a nationallyreco ognized overni ight delivery service for ne day delive to the Co ext ery ontractor, or th hree (3) days following subm mission to the Contractor by U.S. Certified Mail. Unless otherwise stated herein, all notices or other writings, which the Con s a o ntractor is requ uired or permit tted to give to th City, may be hand deliver to the City Manager and the City Attor he b red rney, mailed vi U.S. Certifie Mail, or ia ed sent next-day deliv t very by a natio onally recogniz overnight delivery servic Any such n zed ce. notice shall be deemed to have been delivered upon actu delivery, or one (1) da following s e ual o ay submission to a nationally-recognized over rnight delivery service for ne day delivery to City, or th y ext y hree (3) days fo ollowing submission to the C by U.S. City Cert tified Mail. An such notice shall be sent to ny o: City of Dunw woody, GA ATTN: City Manager M 41 Perimeter Center East, Su 250 C uite Dunwoody, GA 30346 G With a copy sent to h o: City of Dunw woody, GA ATTN: City Attorney A 41 Perimeter Center East, Su 250 C uite Dunwoody, GA 30346 G Pag 69 of 80 ge

21.2

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

21.3 . 22. 22.1 Either party may change its notice address by written not to the othe given as prov m tice er vided in this se ection.

NONDISCRIMINAT TION ring the perform mance of this Contract, the Contractor, for itself, its assig C C gnees, and suc ccessors in inte erest agrees Dur as fo ollows: 22.1 1.1 Complia ance with Regu ulations. The Contractor shal comply with the Laws and Regulations a they may C ll h as be amended from time to time (hereafter refe ( erred to as th "Regulatio the ons"), which are herein incorpor rated by referen and made a part of this C nce Contract. Nondisc crimination. Th Contractor, with regard to the work per he o rformed by it d during the Con ntract, shall not discriminate on th grounds of race, color, or national origi in the select he r in tion and retent tion of any subcontr ractor, includin procuremen of materials and leases o equipment. T Contracto shall not ng nt s of The or participa either direc or indirectl in the discrim ate ctly ly mination prohi ibited by the R Regulations. Solicitat tions for Subco ontracts, Inclu uding Procurem ment of Materi and Equip ials pment. In all so olicitations either by competitive proposing or ne y p egotiation mad by the Contr de ractor for work to be perform under a k med subcontr ract, including procurement of materials or leases of equ o r uipment, each p potential subco ontractor or supplier shall be notif r fied by the Con ntractor of the Contractor's o e obligations und this Contra and the der act Regulati ions relative to nondiscrimina o ation on the gr rounds of race, color or nation origin. nal Information and Repo orts. The Contractor shall p provide all inf formation and reports requir by the red Regulati ions or directiv issued purs ves suant thereto an shall permi access to its b nd it books, records accounts, s, other so ources or infor rmation, and its facilities as may be dete i s ermined by the City to be p e pertinent to ascertain compliance with such Reg n w gulations, order and instruc rs, ctions. Where a informatio required any on of the Contractor is in the exclus C sive possessio of another who fails or refuses to fu on r urnish this informat tion, the Contr ractor shall so certify to the C City, as approp priate, and shal set forth wha efforts it ll at has mad to obtain the information. de e Sanction for Nonc ns compliance. In the event of the Co I t ontractor's no oncompliance with the nondiscr rimination provisions of this Contract, the City shall imp pose such Con ntract Sanctions as it may s determin to be approp ne priate, includin but not limit to: ng ted ontractor und the Contra until the Contractor 22.1. .5.1 Withholdi ing of payme ents to the Co der act comp plies, and/or 22.1. .5.2 Cancellati ion, termination or suspension of the Contra in whole o in part. n n act, or 22.1 1.6 Incorpor ration of Provi isions. The Co ontractor shall include the pr rovisions of su ubsections 22.1 through 1.1 22.1.5 in every subcon n ntract, includin procurement of materials a leases of e ng t and equipment, unle exempt ess by the Regulations or directives iss R r sued pursuant thereto. The C Contractor sha take such a all action with respect to any subcon ntract or proc curement as th City may direct as a m he means of enfor rcing such provisio including sanctions for noncompliance. Provided, how ons s . wever, that in the event the Contractor becomes involved in, or is threatened with, litigatio with a subc s o d on contractor or su upplier as a res of such sult direction the Contract may reques the City to e n, tor st enter into such litigation to p h protect the inte erest of the City and in addition, the Contractor may request th United State to enter into such litigation to protect d, t he es o n the inter rests of the Uni States. ited

22.1 1.2

22.1 1.3

22.1 1.4

22.1 1.5

22.2

The Contractor assures the City that it will com mply with the p pertinent statut Executive Orders and su rules as tes, uch are promulgated to assure that no person sha on the grou t all, unds of race, creed, color, n national origin sex, age, n, rital status, or handicap be excluded from participating in any activi conducted with or benef m g ity fiting from mar Federal assistance This provisio shall bind th Contractor f e. on he from the perio beginning w the initial s od with solicitation thro ough the compl letion of the Co ontract.

Pag 70 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

23. . COPYIN DOCUME NG ENTS The Con ntractor hereby grants the City and its age y C ents permissio to copy an distribute an and all ma on nd ny aterials and documen contained in, comprising or which are otherwise su nts g, ubmitted to th City with or in connectio with the he r on Contract tors Proposal or which are contained in th Contract Do c he ocuments (the Submittals). The permissi granted . ion by the Contractor shall be on behalf of the Contrac and any an all other par C l ctor nd rties who claim any rights to any of the m materials or document comprising the Submittals. Such permiss s ts t sion specificall authorizes t City and it agents to ly the ts make an distribute su copies of the Submittals or portions th nd uch t hereof as may b deemed nec be cessary or appr ropriate by the City for its own internal purpo y oses or for res sponding to re equests for co opies from any member of the public y regardless of whether the request is specifically ch haracterized as a public reco s ords request pu ursuant to Geo orgia Code. This provision shall su urvive the expir ration or termin nation of the C Contract. 24. . 24.1 GENER RAL PROVISI IONS The Contract Doc cuments consis of the Contr st ract, the Propo osal Forms, th Instructions to Bidders, R he Request for e Prop posals, all Add dendum(s) issu prior to exe ued ecution of this Contract, these General Con nditions, and th Scope of he Wor Together, these documen comprise the Contract and all the docum rk. t nts d ments are fully a part of the C Contract as if at ttached to the Contract or repeated therein Precedence of the Contra Documents shall be as f n. act s follows: (i) adde endum(s) to th Contract Do he ocuments, (ii) the Contract, ( (iii) the Gener Conditions (iv) the Propo Forms, ral osal (v) the Instructions to Bidders, (v the Scope of Work, and (v the Reques t vi) o vii) st. This Contract rep s presents the en ntire agreement between the parties in rela ubject matter h hereof and ation to the su supe ersedes all prio agreements and understand or a dings between such parties re elating to such subject matter and there r, are no contempora aneous written or oral agreem n ments, terms o representatio made by an party other than those or ons ny cont tained herein. No verbal or written repre r esentations sh hall be relied upon outside the Contract terms and ame endments. With hout exception all deletions or additions to the scope of work will be set forth in a written n, s n ame endment to this Contract. No amendment, modification, o waiver of thi Contract, or any part thereo shall be s m or is of, valid or effective unless in writin signed by th party or par u ng he rties sought to be bound or charged therew with; and no waiv of any brea or conditio of this Cont ver ach on tract shall be d deemed to be a waiver of any other subsequ y uent breach or condition, whet ther of a like or different natu r ure. The Contractor sh hall, during the term of this Contract, repai any damage caused to rea or personal p e C ir e al property of the City and/or its tenants, where ever situated, caused by the i c intentional, rec ckless, or negli igent acts or om missions of the Contractor's of C fficers, agents, or employees, and any subco , ontractors and their officers, agents, or emp ployees, or, at th option of th City, the Co he he ontractor shall reimburse the City for the c e cost of repairs thereto and re eplacement ther reof accomplish by or on be hed ehalf of the Cit ty. The Contractor warrants to the City that no work perform or material purchased p w med ls pursuant to the Contract, e whe ether by, from, or through the Contractor or a subcontract shall cause any claim, li or encumbr e tor, e ien rance to be mad against any property of th City, and th Contractor s de he he shall indemnify and save the City harmless from and y e s agai any and al losses, dama inst ll ages and costs, including atto , orneys fees, w respect th with hereto. If any s such claim, lien or encumbran shall be fil nce led, the Contra actor shall, wit thin thirty (30) days after no ) otice of the filin thereof, ng caus the same to be discharged of record by payment, depos bond, order of a court of competent juri se p sit, r isdiction or Contract. othe erwise. This provision shall su urvive the expiration or term mination of the C The language of th Contract sh be construe according to its fair meani his hall ed o ing, and not str rictly for or aga ainst either the City or the Co ontractor. This Contract shall be deemed to be made, con o nstrued, and pe erformed accor rding to the laws of the State of Georgia. Any suit or pro s A oceeding initia ated for the pu urpose of inter rpreting or enf forcing any prov vision of this Contract or any matter in connection th a herewith shall be brought ex xclusively in a court of com mpetent jurisdic ction in DeKalb County, Geo b orgia, and the C Contractor waiv any venue objection, including, but ves not limited to, an objection th a suit has been brought i an inconven ny hat b in nient forum. T Contractor agrees to The r subm to the juris mit sdiction of the Georgia cour and irrevoca e rts ably agrees to acknowledge service of pro ocess when requ uested by the City C The section headi ings herein are for the conve e enience of the City and the Contractor, an are not to be used to e nd cons strue the inten of this Con nt ntract or any part hereof, or to modify, am p r amplify, or aid in the interp d pretation or cons struction of any of the provis y sions hereof.

24.2

24.3

24.4

24.5

24.6

Pag 71 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

24.7 The use of any gender herein shall include all genders, an the use of any number s g s a nd shall be constr rued as the sing gular or the plu ural, all as the context may req c quire. trict performan of any of t terms, cond The delay or failur of the City at any time to insist upon a st re a i nce the ditions, and cove enants herein shall not be de s eemed a waive of that breac or any subs er ch sequent breach or default in the terms, h n cond ditions, or cov venants of this Contract. The Contractor s s e shall not be re elieved of any obligation her reunder on acco ount of its failu to perform by reason of an strike, locko or other la ure b ny out, abor disturbanc ce. If th City shall, without any fa he w ault, be made a party to any litigation com mmenced betwe the Contra een actor and a third party arising out of the Con d ntractor's opera ations and activ vities at the pre emises, then th Contractor sh pay all he hall cost and reasonab attorney's fees incurred by or imposed u ts ble fe y upon the City in connection w such litiga n with ation for all trial and appellate proceedings. The City shall give prompt n l T notice to the Co ontractor of an claim or sui instituted ny it agai it by such third party. Th provisions of this Section supplement a are not inte inst he o n and ended to be in lieu of the inde emnification pr rovisions of Se ection 5 hereof The provisio of this Sect f. ons tion shall surv vive the accepta ance of the serv vices and paym therefore, and the expirat ment tion or earlier t termination of this Contract. f The City shall ha the right to recover from the Contrac ave m ctor all of the City's costs a expenses i and incurred in enfo orcing the prov visions of this Contract inclu uding, but not l limited to, (1) the cost of adm ministrative investigation and enforcement (including, wit ( thout limitation audit fees an costs, attorn n, nd neys' fees) and (2) the cost o any trial, d of appe ellate or bank kruptcy procee eding (includin without li ng, imitation, inve estigation cost audit fees and costs, ts, attor rneys' fees, court costs, paralegal fees and expert witness fees). This provision shall survive the ex s xpiration or term mination of the Contract. The Contractor sh be required during the term of the Co hall d, ontract, at no a additional cost to the City, to take such o reas sonable securit precautions with respect to its operation at City Hall as the City in its discretion may from ty o ns n n time to time presc e cribe. The Con ntractor shall co omply with all regulations, r l rules, and polic of any gov cies vernmental auth hority, includin the City, rela ng ating to securit issues. ty The City may, but shall not be obligated to, cu at any tim upon five (5 days written notice to the Contractor t o ure, me, 5) n (pro ovided, however, that in any emergency situation the C shall be re y s City equired to giv only such n ve notice as is reas sonable in light of all the circ t cumstances), an default by t Contractor under this Con ny the ntract; whenev the City ver so cures a default by the Contra c actor, all costs and expenses incurred by th City in curin the default, including, he ng but not limited to, reasonable atto orneys' fees, sh be paid by the Contractor to the City on demand. hall y n The Contractor and its subcon a ntractors, if an shall main ny, ntain complete and accurate books and records in e acco ordance with generally accep g pted accounting principles, co g onsistently app plied, and shall be in a form reasonably l acce eptable to the City Manager or designee. The Contractor and its subcon C T r ntractors shall account for al expenses ll of any nature relat to transactions in connect a ted tion with this C Contract in a m manner, which segregates in d detail those tran nsactions from other transactions of the Con ntractor and su ubcontractors a which supp the amoun reported and port nts and/ invoiced to the City. At a minimum, the Contractors a subcontrac /or e and ctors accounting for such ex xpenses and tran nsactions shall include such re ecords in the form of electro f onic media com mpatible with o convertible t a format or to com mpatible with computers utilized by the Cit at its offices a computer run hard copy or legible microfilm or c ty s; y; micr rofiche, togeth with acce to the app her ess plicable reade All such b er. books and rec cords and com mputerized acco ounting system shall upon reasonable noti from the Ci be made av ms, r ice ity vailable in DeK County, G Kalb Georgia, for insp pection, examin nation, audit an copying by the City throu and by its duly authoriz representati nd y ugh s zed ives at any time for up to fou (4) years after the year to which books a records pe e ur and ertain. Such ins spection, exam mination, or audi may include, but is not limited to a review of the general inpu processing, and output c it e ut, controls of info ormation syste ems, using read only access, for all co omputerized a applications u used to record financial d tran nsactions and in nformation. Th Contractor and subcontra he actor shall free lend its ow assistance i a timely ely wn in man nner in makin such inspec ng ction, examina ation, audit, o copying an if such rec or nd, cords are mai intained in elec ctronic and oth machine readable format, shall provide the City and/ its represen her , e /or ntative such as ssistance as may be required to allow comp y t plete access to such records. The City Ma . anager may req quire the Cont tractor and subc contractors to provide other records the Cit Manager, in his or her sole discretion, de p r ty n e eems necessary to enable y the City to perform an accurate inspection, exa C m amination or au of expense incurred in a transactions related to udit es and perf formance of th Contract. Such records sh be provid within thirt (30) days o request ther his S hall ded rty of reof. In the even that expenses incurred or reimbursed are found by s nt r a such inspection examination or audit to have been n, n, over rpaid, the Cont tractor and its subcontractors agree that suc amounts sha be payable t the City. If, p s ch all to prior to the expi iration of the above-stated fo (4) year re a our ecord retention period, any a n audit or investi igation is comm menced by Pag 72 of 80 ge

24.8

24.9

24.10

24.11

24.12

24.13

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

the City, or any cl laim is made or litigation com o mmenced relat ting to this Co ontract by the C City, the Contr ractor, or a third party, the Co d ontractor shall continue to ma c aintain all such records, and t City shall c h the continue to hav the right ve to in nspect such rec cords in the manner stated ab bove, until the inspection, ex xamination, au udit, claim, or l litigation is fina resolved (in ally ncluding the determination of any and all a d o appeals or the expiration of time for an ap ppeal). This prov vision shall sur rvive the expir ration or earlie termination o this Contrac In the event of any confli between er of ct. t ict any provision of this Contract and generally accepted ac y ccounting prin nciples or gen nerally accepte auditing ed stan ndards, the pro ovisions of this Contract sha control even where this C s all n Contract refere ences such pro ovisions or stan ndards. In parti icular, without limitation, the Contractor an subcontract t e and tors shall main ntain all record required ds under this Contrac to the full ex ct xtent required hereunder, eve if some or all such record would not b required en ds be under such gener rally accepted accounting principles or a p auditing standa ards. If as a result of an inspection, exam mination or au udit, it is establ lished that amounts are due from the Cont tractor to the C City, the Contr ractor shall forth hwith, upon wr ritten demand from the City, pay the City s such amount, to ogether with in nterest on the a amount due at th rate of eight he teen (18%) per rcent per annum or if less, th maximum ra of interest a m, he ate allowed by law from the w, n date such additio e onal amounts were overpaid by the City Further if s d y. such inspection examination or audit n, esta ablishes that the Contractor ha over billed such amounts f any Contra period by tw (2%) percen or more, e as s for act wo nt then the entire exp n pense of such in nspection, exam mination or au shall be pai by the Contr udit id ractor. 24.14 e d he on s The City shall, in its discretion, be entitled to deduct from th compensatio to which the Contractor is otherwise entit hereunder an amount eq tled r, qual to any liab bilities of the C Contractor to t City, which are then outstanding. In the h the event that addi itional work be eyond the scop of this Contr is requeste by the City Manager and i results in pe ract ed it e hall the ting of the amo ount of the ext charges. tra any extra charges to the City, the Contractor sh so advise t City in writ The City is not req quired to pay any extra charg for additio a ges onal work unless such work a the charge therefore and es have been approv in advance and have bee confirmed i writing with twenty-fou (24) hours b the City e ved e en in hin ur by Man nager, in his or her exclusive discretion. r The Contractor is an independent contractor and nothing contained her s rein shall be c construed as m making the Con ntractor an em mployee, agent, partner, or le , egal represent tative of the C City for any p purpose whatso oever. The Con ntractor acknow wledges that it does not have any authority to incur any o e y obligations or r responsibilities on behalf s of th City, and ag he grees not to hol itself out as having any su authority. N ld uch Nothing contained in this Con ntract shall be construed to create a joint employer relat c c e tionship betwe the City an the Contra een nd actor with resp pect to any emp ployee of the Contractor or of its subcontrac C f ctors. The Contractor an subcontracto shall prepa and provide the City with all detailed r nd ors are e h reports as requ uired under the Contract on a timely basis. The City reserves the right to modify the reporting pro e ocedures or the form and e cont of any report, as it deems necessary. tent s There are no third party benefic d ciaries to this Contract and n C nothing contain herein sha be construed to create ned all such h. Tim is of the esse me ence for the per rformance of each of the Con e ntractor's oblig gations under th Contract. his In computing any period of tim established under this Con c me u ntract, except a otherwise s as specified herein the word n day when refer ys, rring to a perio of time that is ten (10) day or less mean business day and when r od t ys ns ys, referring to a pe eriod of time that is more th ten (10) days means ca t han d alendar days. T day of the event, from which the The desi ignated period of time begin to run shall not be includ ns ded. A busines day is any d other than Saturday, ss day n Sun nday, or Federa State of Geo al, orgia or City ho olidays. The Contractor ag grees to perform all acts and execute all sup m e pplementary in nstruments or d documents, whi may be ich reas sonably necessa to carry ou or complete the transaction contemplat by this Con ary ut t n(s) ted ntract. The City reserves the right to further develo improve, r s op, repair and alte the facilities and all road er dways, and park king areas, as it may reasonab see fit, free from any and all liability to the Contract for loss of b i bly e d tor business or o dam mages of any na ature whatsoev to the Contr ver ractor occasion during the making of suc improvemen repairs, ned ch nts, alter rations and add ditions, includ ding, but not lim mited to, any damages resul lting from negligence of the City or its emp ployees, agents or contractors s s. The Contractor an the City her nd reby mutually waive any cla against eac other and th respective members, aim ch heir e offic cials, officers, agents and em mployees for da amages (includ ding damages fo loss of antic for cipated profits) caused by ) any suit or proceed dings brought by either of th or by any t hem third party dire ectly or indirec attacking t validity ctly the Pag 73 of 80 ge

24.15

24.16

24.17 24.18 24.19

24.20

24.21

24.22

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

of th Contract or any part there or any add his r eof, dendum or ame endment hereto or the mann in which this Contract o, ner was solicited, awa arded or negoti iated, or arising out of any ju g udgment or aw ward in any suit or proceeding declaring t g this Contract, or any addendum or amendmen hereto, null, void or voida a m nt , able or delayin the same, o any part ng or ther reof, from being carried out. 24.23 At the option of the Contractor the products and/or servic provided u t r, s ces under the Con ntract resulting from this g solic citation may be provided to other governme e o ental agencies, including the State of Georg its agencie political , gia, es, subd divisions, coun nties and cities under the sam terms and conditions, in s me ncluding price, as such produ and/or ucts serv vices are provi ided under thi Contract. Ea governme is ach ental agency a allowed by the Contractor to purchase e o prod ducts and/or services in con s nnection with this Contract shall do so i independent o the City or any other of governmental entity. Each agenc shall be resp cy ponsible for its own purchase and shall be liable only for goods and es r serv vices ordered, received, and accepted by it. The City shall have n liability to the Contract or any d y y no o tor governmental agen resulting from the purch ncy f hase by that ag ency of produc and/or serv cts vices from the Contractor in co onnection with this Contract. h .

* * * * * * * END OF GENERAL CONDI E ITIONS * * * * * * *

Pag 74 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

App pendix C - Sample A Affidavit Veri ifying Stat for Cit Public B tus ty Benefit Ap pplication
By executing this affidavit under oath, as an appli y t t , icant for a C of Dunw City woody, Georg Business License gia s or Occupation Tax Certif n ficate, Alcoh License, Taxi Perm or other public bene as refer hol , mit efit renced in O.C C.G.A. Section 50-36-1, I am sta ating the fol llowing with respect to my applic h o cation for a City of Du unwoody, Bu usiness Lice ense or Geor rgia Occupa ational Tax C Certificate, A Alcohol Lic cense, Taxi P Permit or oth public be her enefit (circle one) for __ e ___________ ___________ ____. [N Name of natu person applying on behalf of individual, business, co ural n orporation, p partnership, or other pri ivate entity] 1) OR R 2) __ ent f er n ______ I am a legal permane resident 18 years of age or olde or I am an otherwise qualified alien or non-im mmigrant un nder the Fed deral Immigr ration and N Nationality A 18 years of age or o Act s older and law wfully presen in the Uni States.* nt ited In making the above repre esentation un nder oath, I understand t u that any pers who kno son owingly and willfully ma akes a false, fictitious, or fraudulen statement or represe nt t entation in a affidavit shall be gu an uilty of a vio olation of Co Section 16-10-20 of the Official Code of Ge ode f eorgia. Sig gnature of Applicant: A __ ___________ __________ _ inted Name: Pri ___ ___________ __________ SU UBSCRIBED AND SWO D ORN BE EFORE ME ON THIS THE T ___ DAY OF _________ ___ F ____, 2011 No otary Public My Commissio Expires: y on Date _______ _______ ______ I am a Un __ nited States citizen c

*_______ ___________ __________ _________ n-citizens Alien Reg gistration nu umber for non

Note: O.C.G. 50-36.A. -1(e)(2) requ uires that ali iens under th federal Im he mmigration and Nationa ality Act, *N Tit 8 U.S.C., as amended provide th alien reg tle , d, heir gistration num mber. Becau legal per use rmanent resi idents are inc cluded in, th federal definition of alien, le he d f egal perman nent resident must also provide th ts o heir alien reg gistration nu umber. Qualified aliens that do not have an ali registrati number may supply another ien ion y ide entifying num mber below: :

Pag 75 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Ap ppendix D - Informa ation Tech hnology In nventory


Th following is an overv he g view of the City of Du unwoody IT workloads (Table 1) a well as th list of as he ser rvers running business ap g pplications (Table 2). (
Table 1. IT Workloa ads

Table 2. Serve and Appl T ers lications


PowerEdge R710 Dell Inc. Dell Inc. IBM Dell Inc. Dell Inc. Wind dows Server 2008 STD Wind dows Storage Server 200 R2 03 Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2003 Enterp prise Wind dows Server 2008 STD Wind dows Server 2008 STD Model PowerEdge 1950 PowerEdge 2950 PowerEdge R300 PowerEdge 1950 PowerEdge 2950 PowerEdge 2950 PowerEdge 2950 PowerEdge 1950 Manufacturer Dell Inc. Dell Inc. Dell Inc. Dell Inc. Dell Inc. Dell Inc. Dell Inc. Dell Inc. Operating System m Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2008 STD Wind dows Server 2003 R2 ST TD Symantec Bac ckup Exec OSSI RMS, M Microsoft SQL Server 20 008, Crime Reports Publisher, IIS s FileZilla FTP S Server, IIS, SIRE Pub W Front End Web OSSI Messag Switch ge Peachtree Qua antum 2009 Active Directo Blackberry Enterprise Server, ory, Microsoft SQ L Server 2005, IIS Exchange Serv 2007, IIS ver Server, Microsoft SQL FileZilla FTP S Server 2005, NetMotion Mobility Con nsole Microsoft SQ L Server 2008, SIRE Mi inutes Plus, SIRE Forms A Administrator, SIRE Wor rkflow Administrator, IIS Microsoft SQ L Server 2005, MailArch Server, hiva Data Protectio Manager 2007, Comm on mVault Simpana 9 Tyler InCode, Microsoft SQL Server 2 , 2005, Apache Tomc 5.0, IIS cat Active Directo ory Fileshare ArcGIS Serve er SIRE Video P Plus XmediusFAX X Applicat tions Purchased 2010 2010 2010 2010 2009 2009 2009 2009 2011 2009 2010 2009 2009 2010 2011 2010 Notes DPD D Data Back Up Serv ver DPD D Records Server DPD D Police Web Server DPD D Message Server for MDTs r Retired Accounting Serve R er Domain Controller, BES Server D E-Mail Server E Virutal VPN Server - PD & Code V D SIRE Server S Mail M Archive Server, Bac ckup Server Tyler Incode - Courts and Fin. T d 2008 Active Directory Se 2 erver 2008 Active Directory Se 2 erver CPL C Support GIS Server r Video Encoder and Web Stream V Fax F Server

PowerVault 500 Sy ystem x3650 M2 PowerEdge R300 PowerEdge R300

VMware Virtual Platform VMware, Inc. V Pr roLiant ML150 G6 HP

VMWare Virtual Platform VMware, Inc. V m

Pag 76 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Appendix E Cost T A x Table


Page I P

Submitted by ________ __________ ___________ _____

Bidders can submit pro n oposals for provision of municipal s p services in o one, multiple or all servi areas. e ice There will be no additi b ional points awarded to firms biddin on more than one se ng ervice area. The City will evaluat the qualifi te ications of th Contracto to provid the reques he ors de sted services in each ser s rvice area separately. However, th City reco he ognizes that there are po otential econ nomies of scale and cost saving opportunitie related to having one contractor providing w es o e work in mor than one service area In that re a. spirit, the City encoura C ages proposi firms to respond to more than one service area, as lon as the ing ng responding firm possesses the requ uired experie ence in all se elected servi areas and has the ca ice apacity to properly sta and mana the delivery of high quality servi aff age q ices for the C City. Pricing may be, but is not required to be, inclu y d uded for eac potential combinatio of service areas in ch on e addition to the individu service areas. For example, B ual Bidder subm mitting a pro oposal for P Parks and Recreation as well as Public Work may inclu a schedu for Parks and Recreation, a schedule for P ks ude ule s Public Work and a sch ks, hedule if awarded for bo service ar oth reas. With s seven service areas, this creates a potential for an excessiv number of alternative pricing opt r ve o e tions. Accord dingly, the C asks eac Bidder City ch to consider limiting the number of alternative schedules to the three most likel or most desirable o e e ly combination of service in addition to the schedule(s) for individu service(s). Contract n es s ual tors may provide add ditional optio but they are not expected or requ ons, y uired. t o act, s pe o Throughout the term of the contra changes to the scop of work may cause the need to include additional staffing to the contract The Con s t t. ntract may be amended to include additional staffing d e l requirement when the scope chan ts e nges. The amount of the amendm ment will be actual cos to the e sts Contractor plus a multi p iplier for ov verhead and profits. Th City will negotiate w the Cont he with tractor to establish a reasonable multiplier if the services are requeste r m t ed.

Pag 77 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Please prov the prop vide posed costs for all applic f cable service areas. If yo organiza e our ation is not p proposing for a specifi service are please in ic ea, ndicate so by marking N/ in the cor y /A rresponding row. Price by Year an Service A e nd Area Service Area
Public Wor rks Finance an nd Administra ative Services s Planning and a Zoning Informatio on Technolog gy Building g Permits an nd Inspection ns* Parks and Recreatio on Public Relat tions and Market ting

20 1 012

2013 1

201 1 14

2015 1

Tota al 2012 2 2015

Total

*The City requests that all Bidders proposing for the Bui r t ilding Permi and Insp its pection servi ices shall provide the City with an additiona alternative method of calculating the contrac cost in lie of the a al, f g ct eu f bove. (The City generat $439,410 and $559, C ted 0 ,356 for the first two lump sum fee listed in the table ab fiscal perio of opera ods ation.) Plea provide the propose percenta of the b ase ed age building per rmits and inspection services reve s enue that the Bidder wo e ould invoice to recover the costs of service del e f livery for Building Pe ermitting and Inspections ________ d s: ________% ncourages Bidders propo osing for th Building Permits and Inspection services to provide he d n o The city en multiple me ethods of ca alculating co ontract costs Alternate methods m include a percentag of fees s. e may ge collected an any hybr approach based partly on fix fees, pa nd rid hes p xed artly on per rcentage of fees and potentially caps on amo c ounts invoice if activity is above a specified th ed y hreshold. Yo may prov ou vide a flat percentage above or att tach an addit tional page to the cost p t proposal desc cribing your pricing for a hybrid r r approach.
1

City sh pay the Contractors in twelve pa hall C i ayments for e each month in accordanc with the C ce Contracts General Con nditions (see Appendix B, section 11.2.) A s

Pag 78 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Appendix E Cost Table x Page III P Submitted by ________ __________ ___________ _____
Alternative Option One Service Area Included ___________ O as _ ___________ ____________ ___________ _______ ___ ____________ ___________ ____________ ___________ ___________ ____________ ___________ _______ Alternative Option Two Service Area Included ___________ O as _ ___________ ____________ ___________ _______ ___ ____________ ___________ ____________ ___________ ___________ ____________ ___________ _______ Alternative Option Three Service Are Included ___________ O eas _ ___________ ____________ ___________ _______ ___ ____________ ___________ ____________ ___________ ___________ ____________ ___________ _______

Alt ternative Pr ricing Optio ons 20 1 012


Alternativ ve Option On ne Alternativ ve Option Tw wo Alternativ ve Option Three

2013 1

201 1 14

2015 1

2012 - 2 2015

Contracts ma present ad ay dditional optio but an ad ons dditional opti ion(s) is not e expected or r required. If s submitted, please use th format prov he vided.
1

City sha pay the contractors in tw all welve payments for each m month in acco ordance with the Contract General s Conditions (s Appendix B, section 11.2.) see x

Representativ Signature ve Printed Nam and Title me Telephone Number N Fax Number Email Addre ess _______ _ ____ ____________ __ ____

Date____ ____________ ________

Pag 79 of 80 ge

REQUEST FOR PROPOSALS (RFP) 11-02 S M MUNICIPAL GO OVERNMENT SE ERVICES PROC CUREMENT

Append F Mo dix otor Vehicl Invent les tory

On January 1, 2012, the City will own all vehi n , icles current used by the Contrac tly ctors perform ming the cur rrent Public Works and Community Developme contracts The City intends to tr y ent s. ransfer all ve ehicles to the Contractor e r(s) awarded the new contracts co d ommencing January 1, 2012. Pr , rovided belo is an ow inv ventory of th motor veh he hicles curren utilized by the City of Dunwoo ntly y ody, listing t make an model, the nd the general con e ndition, and the mileage for each spe ecific vehicle.

Use er Co ommunity De evelopment

De escription 2008 Ford F-150, V6 4 4.2L, Automatic with AC 2008 Ford F-150, V6 4 4.2L, Automatic with AC 2008 Ford F-150, V6 4 4.2L, Automatic with AC 2008 Ford F-150, V6 4 4.2L, Automatic with AC 2008 GMC Sierra 2500 C 0 2008 GMC Sierra 2500 C 0

Gener Condition Mileage ral Good 15334

Co ommunity De evelopment

Good

11736

Co ommunity De evelopment

Good

15610

Co ommunity De evelopment Pu ublic Works Pu ublic Works

Good Good Good

33545 8000 4000

Pag 80 of 80 ge

Potrebbero piacerti anche