REQUEST FOR PROPOSALS

Similar documents
BOARD OF COMMISSIONERS PORT OF NEW ORLEANS

REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners. Port of New Orleans REQUEST FOR QUALIFICATIONS

Board of Commissioners of the Port of New Orleans

REQUEST FOR PROPOSALS FOR AS-NEEDED CONTAINER CRANE ENGINEERING SERVICES FOR FISCAL YEARS 2016 & 2017

REQUEST FOR PROPOSALS FOR AS-NEEDED EMERGENCY DAMAGE ASSESSMENT AND ENGINEERING SERVICES FOR FISCAL YEARS 2016 THRU 2018

REQUEST FOR PROPOSALS. Janitorial Services

Board of Commissioners of the Port of New Orleans. April 25, 2018

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Request For Proposal (RFP) for

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

Requests For Proposals

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF:

Invitation To Bid. for

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQEST F0R PROPOSALS

WEST VALLEY SANITATION DISTRICT

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

OFFICE OF THE SUMMIT COUNTY SHERIFF

Warner Robins Housing Authority

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Alabama State Port Authority

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

Request for Qualifications- Financial and Analytical Services for Wilbur-Cook Portfolio

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR PROPOSALS

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Administrative Policy for Procurement, Bidding, Bid Specifications, Consulting, Request For Qualifications (RFQ), and Evaluation Criteria

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

SAN DIEGO CONVENTION CENTER CORPORATION

ADVERTISEMENT FOR BID

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*)

REQUEST FOR PROPOSALS

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

REQUEST FOR PROPOSALS

ADVERTISEMENT FOR REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL COST ESTIMATING AND SCHEDULING SERVICES FOR THE MIAMI DADE AVIATION DEPARTMENT RFQ NO

REQUEST FOR PROPOSALS. Service Contract Act Administration. February 21, Jason Carlin CNB Purchasing

INVITATION TO BID RFP #

REQUEST FOR PROPOSALS

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Warner Robins Housing Authority

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

Proposal No:

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Request for Proposal. For Financial and Accounting Services

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

Mobile and Stationary Security Patrol Services

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Warner Robins Housing Authority

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

LEGAL NOTICE REQUEST FOR QUALIFICATIONS RFQ For CONSULTANT SERVICES CMAQ-5414(632) ST. CHARLES COUNTY GOVERNMENT ST.

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

REQUEST FOR PROPOSAL (RFP) Legal Services for Xenia Community City School District

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request for Proposal

REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) HOUSING REHABILITATION CONSTRUCTION MANAGEMENT

Request for Qualifications for Consulting Services

N. SAMPLE FINANCIAL AUDIT REQUEST FOR PROPOSAL (RFP)

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

TOWN OF MOUNTAIN VILLAGE COLORADO CABLE AND BROADBAND DEPARTMENT REQUEST FOR PROPOSAL Broadband Assessment and Feasibility Study

BERRIEN COUNTY ROAD DEPARTMENT

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

Request For Proposal. for

Request for Qualifications (RFQ)

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

REQUEST FOR QUALIFICATIONS STATEMENTS

PROJECT DESCRIPTION SCOPE OF SERVICES

Transcription:

BOARD OF COMMISSIONERS PORT OF NEW ORLEANS Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FIELD CAMERAS ASSESSMENT June 7, 2017 Deadline for proposals is no later than Wednesday, June 21, 2017 by 11 a.m. Central Time NEW ORLEANS, LOUISIANA Page 1 of 13

Table of Contents Table of Contents... 2 PART I. SUMMARY...3 NOTICE OF REQUEST FOR PROPOSAL... 3 PART II. GENERAL INFORMATION...4 INTRODUCTION... 4 SCOPE OF WORK... 5 INSURANCE... 7 SELECTION PROCESS AND CRITERIA... 8 DBE/SBE PARTICIPATION... 8 COMPENSATION... 9 AUDIT REQUIREMENTS... 9 TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS... 9 AFFIDAVITS... 9 PART III. REQUIREMENTS TO RESPOND TO THIS RFQ... 10 SUBMITTAL REQUIREMENTS... 10 SUBMITTAL FORM... 10 EVALUATION CRITERIA OF THE RFP... 13 PART IV. REQUIREMENTS TO RESPOND TO AN RFP... 13 INVITATION TO RESPOND TO RFP... 13 Page 2 of 13

PART I. SUMMARY NOTICE OF REQUEST FOR PROPOSAL Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is issuing a Request for Proposals (RFP) from firms licensed to do business in Louisiana that are interested in being considered for award of a contract to perform a complete assessment and necessary repairs if the Port s camera infrastructure and associated systems. The Board maintains several enterprise and departmental camera-based software applications and platforms managed in-house and on premise. The camera infrastructure assessment will identify vulnerabilities and challenges within in its enterprise camera infrastructure, systems, policies and practices. During the assessment development the chosen contractor will develop and execute upon a prioritized set of actions to mitigate the risks and work with Port staff to resolve identified performance challenges and difficulties. Any major repairs requiring additional expenditure(s) will be handled by Port staff on a one-off basis. A response submittal to this RFP shall consist of six bound copies furnished in a sealed envelope or box titled Request for Proposal for Port Camera Infrastructure Assessment and Repair. Submittals shall be mailed or delivered (no facsimile nor email) to the Board of Commissioners of the Port of New Orleans, Mr. Jeffrey Penton, Chief Information Officer, 1350 Port of New Orleans Place (2 nd Floor, Procurement Department) New Orleans, Louisiana 70130 not later than eleven(11) AM, local time, on June 21, 2017. Deliveries are only accepted Monday thru Friday, excluding holidays, from 8 a.m. to 4 p.m. Inquiries regarding this RFP shall be directed to Mr. Jeffrey Penton by email only at penton@portno.com. Page 3 of 13

PART II. GENERAL INFORMATION INTRODUCTION The federal government, starting with the Presidential Executive Order Improving Critical Infrastructure, is taking steps to enhance overall security in U.S. port facilities. This, and other initiatives, will greatly enhance the security and resiliency of the Port security sector. Port security is a top priority for the Coast Guard, which has responsibility for maritime Homeland Security. The Board of Commissioners of the Port of New Orleans (Board) is designated as a political subdivision of the State of Louisiana and is subject to federal and state laws governing public entities, including public records laws and the designation of certain classes of information as Sensitive Security Information (SSI). The Port of New Orleans is a Facility under federal law that must operate in compliance with the MARSEC security requirements of Title 33 Code of Federal Register (CFR) 105. One of the MARSEC security requirements is that Facilities must have a Facility Security Plan (FSP) to protect their Facility at the respective MARSEC levels. The Board s IT systems and security camera system are infrastructure which is included is this FSP. The Information Technology Department of the Board is issuing a Request for Proposal (RFP) from firms licensed to do business in Louisiana that are interested in being considered for award of a contract to perform camera infrastructure assessment and initial low-to-moderate scope repair activities with the intent to identify, mitigate, strengthen weaknesses, and identify any / all failing devices in its critical camera infrastructure. The camera infrastructure assessment will identify vulnerabilities and challenges within in its enterprise camera infrastructure, systems, policies and practices. During the assessment development, the chosen contractor will develop and execute upon a prioritized set of actions to mitigate the risks and work with Port staff to identify and resolve performance challenges and issues. Any major repairs requiring additional expenditure(s) will be handled by Port staff on a one-off basis. NOTE: A Low-to-Moderate in scope issue is defined as a problem which should take no longer than two working days to resolve. For the purposes of this proposal, the proposing service provider shall include 10 working days to address approximately 5 Low-to-Moderate issues. Page 4 of 13

SCOPE OF WORK The Board will select a qualified consultant on a best value basis using a point-method of award, to undertake a comprehensive camera infrastructure assessment and perform any identified / associated repair activities, thoroughly reviewing the current state of the Port s information technology security, develop a vulnerability mitigation plan, and prioritized road map of activities to enhance the Port s future camera surveillance and analytics position. The assessment is to include, but not be limited to, the following deliverables: (a) Detailed Analysis and Troubleshooting of Known Camera Infrastructure Hot-Spots a. Identify & document affected infrastructure information within the environment i. Perform root-cause-analysis to develop primary issues registry for: 1. Camera Configuration(s) 2. Network Configuration(s) 3. Hardware / Infrastructure Configuration(s) (b) Camera Discovery Documentation a. Detailed Camera OEM Description b. Viewing Controls and Capabilities c. Camera Location / Group d. Network Connection Path(s) and Settings e. Camera Settings (As-Is and To-Be) (c) Detailed Camera Network Infrastructure Discovery & Development a. Overall Network Topology / Design (As-Is and To-Be) b. Firewall Configuration(s) (As-Is and To-Be) c. Router Configuration(s) (As-Is and To-Be) d. Wireless Configuration(s) (As-Is and To-Be) e. Cabling Infrastructure (As-Is and To-Be) f. Video Storage Infrastructure (As-Is and To-Be) Page 5 of 13

(d) Systems Discovery a. Detailed Analysis of Primary Video Software in use b. Detailed Server Hardware Design (As-Is and To-Be) c. Any / All obvious security vulnerabilities, specific configuration anomalies, and / or known exploits need to be identified and documented accordingly. (e) Video-centric policies and procedures review. The chosen consultant shall review and make recommendations for changes and / or additional policy and procedure development. The overall engagement will be managed by the Consultant, with a defined scope, schedule and budget. The Consultant will work in concert with the Port s Information Technology and Harbor Police Teams throughout the entirety of the engagement. Project activities will be appropriately managed, and project risks and task progress will be formally communicated at least on a weekly basis. Page 6 of 13

INSURANCE Before a professional services contract can be executed and become effective, the Consultant and each Sub-Consultant shall furnish to the Board's risk manager certificates evidencing that it has procured the insurance herein required. Current insurance certificates must be provided for the coverages required herein during the entire term of this contract. For a period of three years after termination of this contract, the Prime Consultant and each Sub-Consultant providing professional services, and any other firm as applicable, must carry professional liability insurance as outlined below. All insurance shall be written with insurance companies authorized and licensed to do business in the State of Louisiana and acceptable to the Board (Best's rating A-, VI, or better). Selfinsurance programs authorized by the Commissioner of Insurance of the State of Louisiana for workers' compensation insurance are acceptable with the submission of a certified copy of the Consultant s authority to self-insure. All insurance required herein shall be primary to any similar insurance that may be carried by the Board for its own protection. Except for the workers' compensation insurance and the professional liability insurance, the Board shall be named as an additional insured on all policies required herein. All insurance policies required herein, as well as any other insurance carried by the Consultant for its protection or the protection of its property on the contract shall provide that the insurers waive in favor of the Board any rights of subrogation the said insurers may be entitled to. All policies required herein shall provide for thirty (30) calendar days written notice of cancellation or material change to be sent to the Board at P.O. Box 60046, New Orleans, Louisiana 70160 Attention: Risk Manager. For additional information contact the Board s risk manager at (504) 528-3273. All insurance policies herein required shall remain in full force and effect for the duration of this contract. If any insurance required herein is canceled or materially changed and not immediately replaced during the term of this contract, the Board reserves the right to purchase insurance at the expense of the Consultant to protect the Board's interest. The furnishing of insurance shall not relieve the Consultant of the responsibility for losses not covered by insurance. The Board makes no representation or warranty that the insurance the Board requires will be sufficient to protect the Consultant s interests. The Consultant shall be responsible for the full amount of any deductible associated with any of the insurance policies required herein. A combination of primary and excess insurance may be used to satisfy the insurance requirements. The insurance requirements are as follows: Comprehensive General Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive general liability insurance (on an occurrence basis) with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The aggregate limit for products and completed operations shall be not less than one million dollars ($1,000,000). The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Page 7 of 13

Comprehensive Motor Vehicle Liability Insurance Consultant shall procure and maintain at its sole cost and expense comprehensive motor vehicle liability insurance which shall include hired car and non-ownership coverage with limit of liability of not less than one million dollars ($1,000,000) for all injuries or deaths resulting to any one person or from any one occurrence. The limit of liability for property damage shall be not less than one million dollars ($1,000,000) for each occurrence and aggregate. Workers' Compensation Insurance Consultant shall procure and maintain at its sole cost and expense workers compensation insurance which will protect it from claims under the Louisiana Workers Compensation Act (LSA 23:1021, et. seq.). The limits of liability under the employer s liability section of the workers compensation policy, as well as both compensation schemes, shall be not less than one million dollars ($1,000,000). Professional Liability Insurance The Consultant shall procure and maintain errors and omissions / professional liability insurance in the amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) annual aggregate. The insurance shall be in full force and effect for a period of three years after substantial completion of the construction phase of the project. Such insurance shall be issued subject to a deductible not to exceed ten thousand dollars ($10,000.00) that will be for the account of the Consultant. SELECTION PROCESS AND CRITERIA This contract is using a two part process. A short list of the three to five top-ranked prime firms will be developed based on the evaluation of the qualifications submitted for this RFQ. Those Prime Consultants who receive notification of being short-listed will be sent a Request for Proposal (RFP) as described in Part III herein and will be ranked using criteria as described for final recommendation. DBE/SBE PARTICIPATION The Board encourages the participation of DBE/SBE (Small Business Enterprise) firms on the consultant/team. In order to receive points for participation, firms included in the proposal that have any such status must submit with the bound proposals evidence of a current certification from at least one of the following entities that issues such certifications: 1) the SLDBE program run by the City of New Orleans, 2) the State of Louisiana s Department of Economic Development s SBE Hudson Initiative program or 3) the Federal Small Business Enterprise Program. The Board does not have a certification program, but accepts certifications issued only by these public entities. Failure to include such information with proposals will be taken to mean that firms have no such current certification. No later submissions of this information will be allowed after submittal of the proposals. Page 8 of 13

COMPENSATION Compensation for services will be based on all-inclusive hourly rates for various classifications of personnel working on a project. Direct costs and sub-consultant costs will be compensated based on actual invoiced costs with no multipliers. Total contract value will be the final not-to-exceed fee negotiated by PONO staff, after evaluation of the RFPs. AUDIT REQUIREMENTS The selected Prime Consultant, and any of its sub-consultants, shall maintain accounting records, as a condition to the award of this public contract, for the Legislative Auditor of the State of Louisiana and/or the Board s auditors to inspect, examine and/or conduct an audit of all books, accounts and records of firms pertaining to the performance of contractual obligations and the compensation due to be received under this contract. TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS Work within the Board s terminals and at most other properties, such as the Harbor Police building, require Transportation Safety Administration Transportation Worker Identification Credentials (TWIC). Federal regulations require that persons seeking entry to restricted areas of United States ports must present a valid TWIC card and must maintain possession of the TWIC at all times in secure port areas. Without a TWIC or an approved Port of New Orleans authorized TWIC escort, no entry will be allowed into restricted areas. Port personnel will not be responsible for providing escorting services to any Consultants. The Board does not compensate Consultants for obtaining TWIC for its employees and sub-consultants. Processing for a TWIC can take several weeks, and Consultants should ensure that key personnel on the team have applied for TWIC on Notice of Award of a contract. Entry into the Board s administrative headquarters does not require a TWIC card. AFFIDAVITS As required by Louisiana State law, affidavits will be needed to be executed by the person or firm doing business with the Board at the time of entering a contract. Refer to the Port of New Orleans website at www.portno.com under PROCUREMENT under INFORMATIONAL DOCUMENTS under AFFIDAVITS. Sub-consultants do not need to provide affidavits to the Board, only the Prime Consultant. The affidavits submitted by the Prime Consultant to the Board are due at the time of submitting the final contract for execution. Consultants should read the affidavits and be aware that they are a requirement in order to enter into a contract with the Board. Page 9 of 13

PART III. REQUIREMENTS TO RESPOND TO THIS RFQ SUBMITTAL REQUIREMENTS Any Prime Consultant/Team failing to submit any of the information required will be considered non-responsive. Facsimiles and email submittals will not be accepted. Name(s) of the Prime Consultant and sub-consultant firms listed must precisely match the name(s) filed with the Louisiana Secretary of State, Corporation Division. SUBMITTAL FORM 1. Contract Name: Port Camera Infrastructure Assessment and Repair 2. Announcement Date: Wednesday, May 3, 2017 3a. Firm (as registered with LA Secretary of State) 3b. Name, Title, Telephone number and email address of the signing authority 3c. Name, title, telephone number, and e-mail address of full-time professional in charge 4. List the number and type of full-time professional personnel on firm s payroll who are likely to work under the contract. 5. Do you presently have sufficient staff to perform the services to undertake this work in the next 5 months? (Yes/No) 6. (For use by the prime consultant only) Do you intend to use a sub-consultant(s) for services? (Yes/No) If yes in box 6, Identify the element of work and the percent of the contract scope of work to be performed by each sub-consultant, and if sub-consultant is a certified SBE. Name and Address of Consultant Element of Work to be performed % SBE Page 10 of 13

Element of Work to be performed % SBE Element of Work to be performed % SBE 7. Staffing Plan A Diagram showing all key personnel that would be available for assignment. The Staffing Plan should also include the same information for subconsultants (if applicable). Page 11 of 13

8. Brief resume of key persons anticipated to work on project (repeat as necessary) a. Name & domicile b. Job Title: c. Name of firm by which employed full time d. Years experience: With this firm With other firms e. Education: Degree(s) / Years / Specialization f. Certifications 9. Work by firm which best demonstrates the Port s Camera Infrastructure Assessment and Repair RFP relevant to this contract as shown in Box 1 (List no more than 5 projects) a Project name & location b. Project description c. Nature of firm s responsibility & key personnel involved d. Owner s name, address, and telephone number e. Contract Completion Date 10. This is to certify that all information contained herein is accurate and true. Signature of Authorized Representative (same as 3b) Date Page 12 of 13

EVALUATION CRITERIA OF THE RFP The general criteria to be used by the Consultant Evaluation Committee in evaluating responses for the selection of three to five Consultants/Teams to receive an RFP for the contract are: 1. The described approach and methodology to be used by the respondent 2. The corporate background, experience, and financial stability 3. Staffing and support personnel qualifications 4. Small Business Enterprise (SBE) participation 5. Cost of proposal The evaluation will be by means of a point-based rating system of the Prime Consultant/Team as a whole. The Consultant Evaluation Committee will be responsible for performing the above described evaluation, and presenting a short-list of three to five of the highest rated Prime Consultants to the Board s Chief Executive Officer. These short-listed firms will receive an RFP. PART IV. REQUIREMENTS TO RESPOND TO AN RFP INVITATION TO RESPOND TO RFP All RFP respondents will be required to submit their response as stipulated in the RFP. There are three components that will be required to respond to the RFP: 1) A written project proposal which includes a technical description of the procedures to be used for the project and a description of the deliverables; 2) A Certification Statement; and a 3) Price Proposal in a separate, sealed envelope. The Consultant s written project proposal, certification statement, fee proposal and any and all other forms required in the RFP shall be submitted as stated therein. Any Consultant/Team failing to submit any of the required information will be considered non-responsive. Facsimiles and email submittals of the Project Proposal or Fee Proposal will not be accepted. The following information is required to respond to the RFP, if invited: 1) Written Project Proposal: Six Bound sets plus one original. The information should correspond to the criteria upon which the evaluations will be scored and indicated herein. 2) Certification Statement: Certifies that the proposer has read and understands all requirements and specifications of the RFP 3) Price Proposal: A schedule based on all-inclusive hourly rates for various classifications of personnel working on a project. Direct costs and sub-consultant costs will be compensated based on actual invoiced costs with no multipliers. The contract will be issued on a not-to-exceed basis. Page 13 of 13