DETROIT TRANSPORTATION CORPORATION REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY SERVICES PROJECT NUMBER: _INF_TECH_SVCS

Similar documents
FEDERAL TRANSIT ADMINISTRATION

1. Buy America Requirements 49 U.S.C. 5323(j) 49 CFR Part 661

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

BOROUGH OF POTTSTOWN POTTSTOWN AREA RAPID TRANSIT MONTGOMERY COUNTY PENNSYLVANIA

APPLICABILTIY OF THIRD PARTY CONTRACT PROVISIONS (excluding micro-purchases, except Davis-Bacon requirements apply to contracts exceeding $2,000)

SMART RFP / IFB ARTICLE 6.0

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

Federal Transit Administration Contract Clauses

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

FEDERAL TRANSIT ADMINISTRATION REQUIRED CLAUSES

Request for Proposal

General Terms and Conditions Associated with FTA Contracts:

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

RFP COMBINED FIXED ROUTE BUS, ADA COMPLIMENTARY PARATRANSIT, AND DEMAND-RESPONSE TRANSPORTATION SERVICES OPERATIONS

FEDERAL TRANSIT ADMINISTRATION 154

Federal Clauses and Certifications for Federal Transit Administration (FTA) Funded Procurements

OWNER: City of Coralville, Iowa. PROJECT LOCATION: 906 Quarry Road Coralville, IA 52241

FLORIDA DEPARTMENT OF TRANSPORTATION. Scrutinized Vendor Form and Special Condition 17 language do not apply to this RFP.

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

CONSTRUCTION LESS THAN $100,000

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

INVITATION TO BID 7678 BUS WRAP FOR TRANSFORT BUSES BID OPENING: 3:00 P.M. (our clock), AUGUST 22, 2014

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

CITY OF SANTA ROSA REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

INVITATION FOR BIDS IFB# GATEWAY PARKING LOT SITE WORK & PAVEMENT STARK AREA REGIONAL TRANSIT AUTHORITY 1600 GATEWAY BLVD SE CANTON, OHIO

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

REQUEST FOR PROPOSAL FINANCIAL AND COMPLIANCE AUDIT

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

PART 1 GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS. Contract # TRIPS-13-MV-FTS

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

City of Fargo Transit Department (MATBUS) Bus Shelter RFP

INVITATION FOR BIDS (IFB) Number

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES CONSTRUCTION SERVICES. Revised: May, 2017 Construction Services

Request for Quotation For Lawn Care Treatment

GREATER ROANOKE TRANSIT COMPANY (GRTC) d/b/a VALLEY METRO 1108 Campbell Avenue, S.E. Roanoke, Virginia 24013

PLEASANTVILLE HOUSING AUTHORITY

PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSALS TO PROVIDE TIRES

APPENDIX C - REQUIRED CLAUSES FOR FTA-ASSISTED CONTRACTS

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

INVITATION FOR BIDS (IFB#16-003) for LIFT TRUCK/FORKLIFT. by SAN LUIS OBISPO REGIONAL TRANSIT AUTHORITY

Invitation for Bids (IFB) Contents

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

STATEMENT OF BIDDER'S QUALIFICATIONS

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

July 20, 2018 at 2:00 p.m

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material

REQUEST FOR PROPOSALS PT-18-1 OHIO RAIL FIXED GUIDEWAY SYSTEM SAFETY AND SECURITY OVERSIGHT PROGRAM

SECTION HISTORY Based on Ord. No. 132,533, Eff Amended by: Ord. No. 147,030, Eff ; Ord. No. 173,186, EfC

Request for Proposal. RFP # Towing Services Inoperable Vehicles

APPENDIX: CONTRACT FOR SERVICES TEMPLATE

Texas Rising Star Assessor Services RFQ. Cover Sheet

Request for Qualifications: Continuing Services For Central Florida Regional Planning Council

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

TABLE OF CONTENTS. I. Purpose of Request II. Project Background and Objective III. Scope of Work and Performance Tasks...

REQUEST FOR PROPOSALS

Federal Acquisition Regulation Subcontract Flowdown Provisions

City of Alexandria Purchasing Department. PO Box 71. Alexandria, Louisiana COVER PAGE. Bid Proposal #2058 ANNUAL WORK UNIFORMS

Federal Acquisition Regulation Subcontract Flowdown Provisions. Clause Title Title Applicability Restrictions on Subcontractor Sales to the

APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

INDEPENDENT CONTRACTOR AGREEMENT

Required Contract Provisions for Airport Improvement Program and for Obligated Sponsors

REQEST F0R PROPOSALS

CITY OF ROMULUS CHAPTER 39: PURCHASING

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

REQUEST STATEMENT OF QUALIFICATIONS GENERAL CONTRACTORS PARK CITY TRANSIT RESIDENTIAL BUILDING

CHATHAM AREA TRANSIT AUTHORITY. Invitation for Bids FOR PROJECT NO City Hall Floating Dock Replacement

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR MUNICIPAL PROFESSIONALS

MANDATORY GENERAL TERMS AND CONDITIONS:

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Maricopa County Policy/Contract Template Reference. Procurement Standards ( )

MIDDLETOWN TRANSIT DISTRICT

Section 7000 Procurement

REQUEST FOR QUOTES. Upgrade from Sage ABRA to Sage HRMS

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

INVITATION FOR BID PROVISION OF SANITATION AND REFUSE COLLECTION SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Proposals Transit Shelter Maintenance

SDUSD Self Certification Checklist

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

Transcription:

DETROIT TRANSPORTATION CORPORATION REQUEST FOR QUALIFICATIONS FOR INFORMATION TECHNOLOGY SERVICES PROJECT NUMBER: 2018-04_INF_TECH_SVCS NAICS CODE: 541519 This Request for Qualifications is issued by the Detroit Transportation Corporation (DTC), located at 535 Griswold St. Suite 400, Detroit, Michigan 48226. The DTC is a quasi-public Corporation, which is responsible for the operation and maintenance of the Detroit People Mover (DPM). The DPM is a fully automated transit system serving the downtown Detroit core. The system consists of a 2.9-mile single-lane elevated concrete guide way loop, twelve (12) rail cars, thirteen (13) passenger stations, and the Maintenance and Control Facility (MCF). The DTC is soliciting Request for Qualifications from qualified Information Technology Service (ITS) providers to supply a broad range of computer-related services, including, but not limited to: Extensive experience with the management of all software programs, to include but not be limited to financial software that includes Microsoft Dynamics, Paychex Payroll, and Sage Fixed Asset; Microsoft Office suite including Outlook, SharePoint; and Access-based inventory systems. Ongoing desktop and network support services. On-site software and hardware installation, troubleshooting, repair and maintenance. Wide and Local Area Network administration. 24/7 emergency callout capabilities and remote assistance. Analysis of user activity, user security, data transfers, bandwidth usage on the network and the internet. Managing the firewall and the inbound and outbound services. Accountable for recommending changes to the telephone system programming (at a low level) and integration with network. Managing PMC, SQL, Solomon, Exchange 2007, providing remedial training to users that require it. Server administration and maintenance, including the protection of all DTC data. Information systems strategic planning and forecasting. ITS project management. System configuration and integration. Special ITS projects and topics as assigned, including offering custom ITS solutions based on individual DTC needs. Assist DTC Procurement with recommendations for identifying cost savings and value added alternates through qualified suppliers for new equipment and systems purchases. Providers with relevant experience and the ability to provide the necessary services in a timely fashion are encouraged to submit their qualifications.

RFQ# 2018-04_INF_TECH_SVCS Page 2 of 47 April 17, 2018 All Qualifications and proposals must be submitted to the DTC Procurement Manager, Ron Hostinsky, at rhostinsky@thepeoplemover.com on or before 5:00 PM (EST) Tuesday, May 29, 2018. Qualifications and proposals received after this time will not be accepted. The successful proposer will comply with all federal, state and local laws and regulations. The DTC reserves the right to postpone, accept or reject any and all proposals, in whole or in part, on such basis as it deems necessary and in its best interest to do so. The DTC affirmatively assures that no proposer will be discriminated against on the basis of race, color, sex, age, disability, religion, ancestry, marital status, national origin, place of birth or sexual preference. Scope of Work 1. The DTC expects that the ITS provider ( Contractor ) will designate a Support Manager to serve as a primary point of contact for all support requests. The Support Manager is responsible for responding to or dispatching appropriate resources in a timely manner to ensure that resolution expectations are met. 2. Depending on the nature of the problem, support may be provided on site or remotely via telephone, fax or e-mail. 3. The types of ITS support needed can be broken down into two (2) types of service categories: Desktop Technician/Generalist and Network Specialist. The Desktop Technician/Generalist is typically utilized for the following types of support: Workstation hardware and software additions, moves or changes. General help desk or problem solving support. Workstation, peripheral or single network device centric problem resolution, diagnostic and research. New software testing. General planning, consultation and meetings. Project research and cost estimation. Hardware diagnostics and repair (includes server hardware). Outside vendor and consultation coordination. Back-up, restoration and set-up assistance of the DTC s back-up solution. Transfer and /or deletion of data and programs from surplus equipment. Installation of upgrades, support packs and patches for existing hardware or software. Regular virus scanning maintenance and updating of DAT files and virus programs on client workstations, portable computers and servers. Maintenance of the DTC s e-mail system. Response to client level viruses, worms and other breaches of security. Multi-user or multi-device problem resolution research. Bi-Monthly (once every two (2) months) network check and system status reporting. Documentation of procedures, installation processes, workarounds or other problem-solving information. Long-range planning and special project management.

RFQ# 2018-04_INF_TECH_SVCS Page 3 of 47 April 17, 2018 The Network Specialist is utilized for the following types of support: Network operating systems and shared network resources. Integration of different client operating systems / platforms on the DTC network. Local and wide area networking, including wireless configurations, diagnostics and repair. Network application specific support (network operating system, Web hosting, etc.). Security, including installation, maintenance and configuration of firewall settings and virus protection. Response to network-level viruses, hacking, denial of service, spam and other breaches of security. Post-mortem analysis and reporting of security breaches. Diagnostics, repair or replacement of existing network hardware components or systems including servers, routers, switches, firewalls, hubs and other network devices. Support Response Levels The service provider shall have adequate staff available to provide the following support to the DTC. Support can be separated into four (4) types of response levels as follows: Standard Daily Response: Includes all scheduled work performed during normal business hours defined as Monday through Friday, 8:00 AM EST to 6:00 PM EST, not including holidays. This work should be scheduled in advance if possible. The Support Request will be responded to within 24 hours, any delay in response will be compensated at a reduced rate. Emergency Daily Response: Includes unscheduled same business day emergency callout support performed on site Monday through Friday, 8:00 AM EST to 6:00 PM EST, not including holidays. The Support Request will be responded to within four (4) hours, based on the ITS provider s current schedule. Scheduled Off-hours Response: Includes all scheduled support performed Monday through Friday between 6:00 PM EST and 8:00 AM EST, and all hours from 6:00 PM EST on Friday to 8:00 AM EST on Monday, defined as weekend work and holidays as well. This work will typically be performed within a 48-hour prior notice for scheduling. Emergency Off-hours Response: Includes unscheduled emergency call-out support performed on site Monday through Friday between 6:00 PM EST and 8:00 AM EST, and all hours from 6:00 PM EST on Friday to 8:00 AM EST on Monday, defined as weekend work, and holidays as well. The Support Request will be responded to within eight (8) hours, based on the ITS provider s staff availability. Security Clearances The DTC reserves the right to perform background checks on individuals needing security clearance. Designated individuals with appropriate clearances will be provided with the necessary security clearances to perform the required services. The ITS provider shall not divulge or use passwords and /or user ID s for the purpose other than to perform authorized work on the DTC s computer systems. The DTC may, at any time and for any reasonable cause, refuse security clearance to employees or consultants of the ITS provider.

RFQ# 2018-04_INF_TECH_SVCS Page 4 of 47 April 17, 2018 Statement of Qualifications Statements of Qualifications must be submitted using the following form: 1. Company Information A B C D E F G H I Company Name Street Address City, State, Zip Code Telephone Facsimile E-mail Name of Contact Years in Business Describe the type of work in which your company specializes J Describe the experience of performing similar services to those described herein

RFQ# 2018-04_INF_TECH_SVCS Page 5 of 47 April 17, 2018 2. Personnel Experience Please identify and provide resumes of the personnel to be directly involved with providing support services. Support Manager: Please identify a Support Manager. The Support Manager will serve as the single point of contact for the DTC and may also serve as the Network Specialist and/or Desktop Technician. Network Specialist: Please list all relevant experience and qualifications of the Network Specialist proposed to provide support services to the DTC. Desktop Technician: Please list all relevant experience and qualifications of the Desktop Technician proposed to provide desktop support services to the DTC. Other Personnel: Please list all relevant experience and qualifications of other personnel within your company that might be expected to provide services to the DTC. Sub-consultants: Please list all relevant experience and qualifications of any known Sub-consultants that might be expected to provide services to the DTC in partnership with your company. 3. Approach and Availability Please provide a detailed description of your basis understanding of the services to be provided and the approach to be used to provide those services. Provide a statement of the ability of your firm to provide the services described herein within a timely fashion on a 24-hour / 7-days-a-week basis. 4. References Please provide a minimum of five (5) recent (within the last three (3) years) client references for which your company has performed services of similar type and complexity. References should include: Contact name and title Organization or agency name Contact telephone number E-mail address A brief description of the project or ongoing services 5. Other Requirements It is preferred that the ITS provider maintain a local office and key staff residency within forty (40) miles of the DTC. Prior to making payments for services, the DTC requires full documentation of each service call to describe the nature of the call and the specific response to address the issue.

RFQ# 2018-04_INF_TECH_SVCS Page 6 of 47 April 17, 2018 6. Screening Criteria and Rating This Request for Qualifications will be assessed based on the following criteria: Pertinent experience, qualifications and past performance of proposed Support Manager, Network Specialist, Desktop Technician and other personnel to be directly involved in providing services, including subconsultants. Availability of the ITS provider to provide timely on site or remote services and problem resolution. Level, quality, depth and type of support that the ITS provider will provide. Hourly rates and other charges or expenses. Reference checks. General impression of provider s ability to successfully provide the necessary services. The DTC staff will evaluate, rate and select the top firms based on the written information provide in this Request for Qualifications & Proposal. The top-rated firm will be invited to participate in a presentation and interview process whereby the DTC staff will further inquire about the firm s qualifications and experience. The toprated firm will also be asked to provide a brief overview of their company, key personnel and how they would approach providing services to the DTC. If the DTC is unable to successfully negotiate and execute a contract for IT services with the top-rated firm, the DTC may interview the next highest rated provider until such time that a contract for services is executed. The DTC reserves the right, at its sole discretion, to reject all providers and proposals and re-initiate the RFQ process.

RFQ# 2018-04_INF_TECH_SVCS Page 7 of 47 April 17, 2018 Supplemental Questionnaire Company Name: History of Services: Provide a rough percentage breakdown of the following types of ITS work your company typically performed over the last three (3) years. Type of Services % 1. On site desktop service and support including software and hardware installation, troubleshooting, repair, administration, and maintenance. 2. On site network support services including software and hardware installation, troubleshooting, repair, administration, and maintenance. 3. Information systems strategic planning, forecasting, project management, cost estimation and other consulting. 4. Systems configuration and integration. 5. Other (please specify). General Questions 1. How can your company assure the DTC that timely and appropriate levels of on site support will be provided on a consistent basis? 2. Please briefly describe the number and availability of your staff to respond to various on site service requests. 3. How do you maintain your staff s proficiency in providing quality IT services?

RFQ# 2018-04_INF_TECH_SVCS Page 8 of 47 April 17, 2018 Support Personnel Checklist (Please check all that apply) Please indicate the experience for various support personnel that would provide services to the DTC. Support Manager Network Specialist Desktop Technician Other Company Staff Sub- Consultant 1. Has successfully deployed and provided support for a Novell Netware network? 2. Has successfully deployed and provided support for a Novell GroupWise and/or Yahoo e-mail system? 3. Has Certified Novell Engineer (CNE) certification? 4. Has deployed and provided support for a server-based tape back-up system? 5. Has successfully configured and provided support for a wireless wide area network? 6. Has successfully configured and provided support routers, bridges and firewalls in wide area or local area network? 7. Has extensive experience in general software application support such as installing programs, diagnosing and resolving software conflicts, removing malware and viruses and resolving other software issues? 8. Has extensive experience in general hardware support such as replacing parts, diagnosing and resolving hardware conflicts, setting up and deploying hardware and providing recommendations for hardware acquisition? 9. Has the ability to successfully deploy, configure and provide cross-platform support for Apple computers and Windows computers running the same network? 10. Has the ability to train and offer administrative support for PMC.

RFQ# 2018-04_INF_TECH_SVCS Page 9 of 47 April 17, 2018 Billing Questions 1. Will mileage or travel charges be assessed to the DTC for on-site service calls? If so, please indicate the round trip rate per call. 2. What are your company s minimum hourly billing increments? 3. How is time spent researching a problem or resolution billed to the DTC? 4. Please indicate your proposed hourly rates for the specified type of support of the following chart: Hourly Rates Desktop Technician/ Generalist Network Specialist Other Sub-Consultant Standard Daily Response Rate Emergency Daily Response Rate Scheduled Off-hours Response Rate Emergency Off-hours Response Rate

RFQ# 2018-04_INF_TECH_SVCS Page 10 of 47 April 17, 2018 INSURANCE The Contractor shall maintain, at their expense, during the term of the Contract the following insurance: INSURANCE REQUIREMENTS Contractor shall maintain the following coverage minimums: POLICY TYPE Worker's Compensation Employer s Liability Commercial General Liability Excess / Umbrella Liability Insurance over Employer s Liability, Commercial General Liability, and Automobile Liability Comprehensive Automobile Liability Combined single limit (covering all owned, hired and nonowned vehicles with property damage each personal and property protection insurance including residual liability insurance under Michigan No Fault Insurance Law) AMOUNT NOT LESS THAN Full Statutory Limits $1,000,000.00 each accident $1,000,000.00 each disease $1,000,000.00 each person $2,000,000.00 each occurrence $2,000,000.00 Personal & Advertising Injury $4,000,000.00 Products & Completed Operations Aggregate $1,000,000.00 Fire and Legal Liability $10,000.00 Medical Payment $4,000,000.00 General Aggregate $5,000,000.00 each occurrence $5,000,000.00 aggregate where applicable $1,000,000.00 If the Contract involves activities covered under the following policy types, Contractor shall maintain the following additional coverage minimums: Professional Liability $3,000,000.00 per claim $3,000,000.00 aggregate Contractor shall maintain, at a minimum and at its expense, during the term of this Contract the insurance identified above. Contractor s commercial general liability insurance policy shall name Detroit Transportation Corporation (DTC) and the City of Detroit as additional insured s and shall state that Contractor's insurance is primary and not excess over any insurance already carried by DTC or the City of Detroit. The commercial general liability insurance shall provide blanket contractual liability insurance for all written contracts or, in the alternative, shall contain a specific endorsement worded substantially as follows: "During the effective period of the policies mentioned herein, it is agreed that this insurance specifically covers liability assumed by the insured under the provision of Contract No., dated and entered into by the insured and DTC."

RFQ# 2018-04_INF_TECH_SVCS Page 11 of 47 April 17, 2018 If the commercial general liability policy does not contain the standard ISO (Insurance Services Office) wording of "definition of insured," which reads essentially as follows: "The insurance afforded applies separately to each insured... except with respect to limits..." then, in the alternative, the public liability insurance policy shall contain the following cross liability endorsement: "It is agreed that the inclusion of more than one (1) insured under this policy shall not affect the rights of any insured as respects any claim, suit or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except nothing herein shall operate to increase the insurer s liability beyond the amount or amounts for which the insurer would have been liable had only one (1) been named." If during the term of this Contract changed conditions or other pertinent factors should, in the reasonable judgment of DTC, render inadequate the insurance limits, Contractor shall furnish on demand such additional coverage or types of coverage as may reasonably be required under the circumstances. All such insurance shall be effected at Contractor's expense, under valid and enforceable policies, issued by insurers of recognized responsibility that are well-rated by national rating organizations and are otherwise acceptable to DTC. All insurance policies shall name Contractor as the insured and shall provide a commitment from the insurer that such policies shall not be canceled or reduced without at least thirty (30) days' prior written notice to DTC. Certificates of insurance evidencing such coverage shall be in a form acceptable to DTC. Certificates of insurance shall be submitted to DTC prior to the commencement of performance under this Contract and at least fifteen (15) days prior to the expiration dates of expiring policies. The original insurance policies, together with receipts evidencing payment of the premiums, must be submitted to DTC immediately upon DTC request. If any work is subcontracted in connection with this Contract, Contractor shall require each Subcontractor to effect and maintain the types and limits of insurance set forth in the requirements and shall require documentation of same, copies of which documentation shall be promptly furnished DTC. Contractor shall be responsible for payment of all deductibles contained in any insurance required under this Contract. The provisions requiring Contractor to carry the insurance required under this Section shall not be construed in any manner as waiving or restricting the liability of Contractor under this Contract. Receipt of insurance and any applicable professional licenses is a part of the process of determining which Bidder may be recommended for Award. Therefore, certificates of insurance and licenses shall be submitted no later than ten (10) working days after Notification of Recommendation of Award. If the award recommendation is changed or if the DTC General Manager does not approve the recommendation, the DTC shall not

RFQ# 2018-04_INF_TECH_SVCS Page 12 of 47 April 17, 2018 be liable for any cost incurred by a Bidder during the Bid process, including the cost of acquiring insurance.

RFQ# 2018-04_INF_TECH_SVCS Page 13 of 47 April 17, 2018 CONTRACTOR QUALIFICATION FORM Identification of Proposer 1. Name of Individual or Legal Name of Entity: 2. Address and Phone Number of Entity: 3. Contractor Identification Number 4. The Individual or Entity is a: an Individual Business Entity Partnership Business Entity a Corporation A Disadvantaged Business Enterprise (DBE) A Joint Venture made up of individuals or other entities (Please provide explanation) Other (Please provide explanation) 5. If the Proposer is an Individual Entity, indicate name; If a Partnership, indicate the names of all general partners in the space provided; If a Corporation, indicate the officers of the corporation and their title in the space provided. 6. DTC will presume, unless otherwise advised, that the General Partners of a partnership or Officers of a corporation listed above are authorized to enter into the Contract in behalf of their firm. If the Contractor desires that additional persons be authorized to execute instruments in behalf of the firm, please indicate their names below and furnish a Power of Attorney or Corporate Resolution which contains this authority. 7. If the firm is a partnership or individual proposing to transact business in the State of Michigan under an assumed name, then the Contractor must furnish DTC a certified copy of their Assumed Name Certificate on file with the County Clerk. Firms residing outside Michigan must file an Assumed Name Certificate with the County Clerk of Wayne County, and furnish DTC a certified copy of that Assumed Name Certificate. 8. How many years has your firm been in business under your present business name? 9. List each address (including County) you or your firm has used as its principal or headquarters office address in the last five years, and the time periods of each. Also indicate if your firm was under a different name at any of these addresses.

RFQ# 2018-04_INF_TECH_SVCS Page 14 of 47 April 17, 2018 10. How many persons are currently employed by your firm? What is the average number of employees employed by your firm over the past two (2) years? 11. Have you or your firm, officer(s), or partner(s) thereof, failed to fulfill a Contract? If yes, provide appropriate information to explain why in the space below: 12. Name and address of your firm s principal financial institution and telephone number of person at financial institution familiar with your account(s) that can be contacted for financial responsibility references. 13. Name and address of the surety company to be used by your firm to provide applicable performance and payment bonds. 14. List four (4) previous or ongoing projects, including dates thereof, on which your firm has provided similar type services as required on this Project. Provide the name of a contact person for each Project, including title, address, telephone, fax number and email address of a person who can be contacted to provide reference information on each Project. 15. Does your firm maintain a drug free work place? Does your firm have a drug and alcohol testing program that complies with 49 CFR Parts 653 and 654? 16. Does your firm have a safety program? Has your firm been cited for any safety violations over the past five (5) years? If yes, provide appropriate information. Signature (Individual, General Partner or Officer of Corporation) Date Printed Name

RFQ# 2018-04_INF_TECH_SVCS Page 15 of 47 April 17, 2018 FTA PROVISIONS The following Federal Transit Administration (FTA) terms and conditions shall be acknowledged, as each will be incorporated into the Contract, wherein applicable and/or as deemed by the Detroit Transportation Corporation (DTC): FLY AMERICA REQUIREMENTS BUY AMERICA REQUIREMENTS CHARTER BUS REQUIREMENTS CARGO PREFERENCE REQUIREMENTS SEISMIC SAFETY REQUIREMENTS ENERGY CONSERVATION REQUIREMENTS CLEAN WATER REQUIREMENTS BUS TESTING REQUIREMENTS PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS LOBBYING ACCESS TO RECORDS AND REPORTS FEDERAL CHANGES BONDING REQUIREMENTS CLEAN AIR RECYCLED PRODUCTS DAVIS-BACON AND COPELAND ANTI-KICKBACK ACTS CONTRACT WORK HOURS AND SAFETY STANDARDS ACT NO GOVERNMENT OBLIGATION TO THIRD PARTIES PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS GOVERNMENT-WIDE DEBARMENT AND SUSPENSION PRIVACY ACT CIVIL RIGHTS REQUIREMENTS PATENT AND RIGHTS IN DATA TRANSIT EMPLOYEE PROTECTIVE AGREEMENTS DISADVANTAGED BUSINESS ENTERPRISE (DBE) DRUG AND ALCOHOL TESTING INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FLY AMERICA REQUIREMENTS Applicability to Contracts: Contractor agrees to comply with 49 U.S.C. 40118 (the Fly America Act) in accordance with the General Services Administration s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. BUY AMERICA REQUIREMENTS Applicability to Contracts: Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers

RFQ# 2018-04_INF_TECH_SVCS Page 16 of 47 April 17, 2018 are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date Signature Company Name Title Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7. Date Signature Company Name Title Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 U.S.C. 5323(j)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date Signature Company Name Title

RFQ# 2018-04_INF_TECH_SVCS Page 17 of 47 April 17, 2018 Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title CHARTER BUS REQUIREMENTS Applicability to Contracts: Contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. CARGO PREFERENCE REQUIREMENTS Applicability to Contracts: Use of United States-Flag Vessels - Contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. SEISMIC SAFETY REQUIREMENTS Applicability to Contracts: Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. Contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. ENERGY CONSERVATION REQUIREMENTS Applicability to Contracts: Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. CLEAN WATER REQUIREMENTS Applicability to Contracts: (1) Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to report each violation to DTC and understands and agrees that DTC will, in turn, report each violation as required to assure notification to FTA and

RFQ# 2018-04_INF_TECH_SVCS Page 18 of 47 April 17, 2018 the appropriate EPA Regional Office. (2) Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. BUS TESTING Applicability to Contracts: Contractor agrees to comply with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following: 1) A manufacturer of a new bus model or a bus produced with a major change in components or configuration shall provide a copy of the final test report to the recipient at a point in the procurement process specified by the recipient which will be prior to the recipient's final acceptance of the first vehicle. 2) A manufacturer who releases a report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public. 3) If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the recipient prior to recipient's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS. The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement complies with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Date: Signature: Company Name: Title: PRE-AWARD AND POST DELIVERY AUDITS REQUIREMENTS Applicability to Contracts: Contractor agrees to comply with 49 U.S.C. 5323(l) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: (1) Buy America Requirements: Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies

RFQ# 2018-04_INF_TECH_SVCS Page 19 of 47 April 17, 2018 compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitation Specification Requirements: Contractor shall submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): Contractor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTSFOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT (To be submitted with a bid or offer exceeding the small purchase threshold for Federal assistance programs, currently set at $100,000.) Certificate of Compliance The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. Section 5323(j)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 C.F.R. 661.11: Date: Signature: Company Name: Title: Certificate of Non-Compliance The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 5323(j)(2)(C) and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 U.S.C. Sections 5323(j)(2)(B) or (j)(2)(d), Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R. 661.7. Date: Signature: Company Name: Title:

RFQ# 2018-04_INF_TECH_SVCS Page 20 of 47 April 17, 2018 LOBBYING Applicability to Contracts: Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

RFQ# 2018-04_INF_TECH_SVCS Page 21 of 47 April 17, 2018 [Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] Contractor,, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date ACCESS TO RECORDS AND REPORTS Applicability to Contracts: The following access to records requirements apply to this Contract: 1. Where the purchaser is not a State but a local government and is the FTA Recipient or a sub grantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), Contractor agrees to provide the purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the purchaser is a State and is the FTA Recipient or a sub grantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. 3. Where the purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other nonprofit organization and is the FTA Recipient or a sub grantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a sub grantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, Contractor shall make available records related to the contract to the purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

RFQ# 2018-04_INF_TECH_SVCS Page 22 of 47 April 17, 2018 6. Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Characteristics Operational Service Contract Turnkey Construction Architectural Engineering Acquisition of Rolling Stock Professional Services I State Grantees a. Contracts below SAT ($100,000) b. Contracts above $100,000/Capi tal Projects II Non State Grantees a. Contracts below SAT ($100,000) b. Contracts above $100,000/Capi tal Projects None None unless noncompetitive award Yes Yes Those imposed on state pass thru to Contract or Those imposed on nonstate Grantee pass thru to Contract or None Yes, if noncompetitive award or if funded thru 5307/5309/5 311 Yes Yes None None unless noncompetitive award Yes Yes None None unless noncompetitive award Yes Yes None None unless noncompetitive award Yes Yes FEDERAL CHANGES Applicability to Contracts: Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.

RFQ# 2018-04_INF_TECH_SVCS Page 23 of 47 April 17, 2018 BONDING REQUIREMENTS - Applicability to Contracts: Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to DTC and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by DTC to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of ninety (90) days subsequent to the opening of bids, without the written consent of DTC. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within ninety (90) days after the bid opening without the written consent of DTC, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by DTC as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense DTC for the damages occasioned by default, then the undersigned bidder agrees to indemnify DTC and pay over to DTC the difference between the bid security and (Recipient's) total damages, so as to make DTC whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) Contractor shall be required to obtain performance and payment bonds as follows: (a) Performance bonds 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless DTC determines that a lesser amount would be adequate for the protection of DTC. 2. DTC may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. DTC may secure additional protection by directing Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (b) Payment bonds 1. The penal amount of the payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million.

RFQ# 2018-04_INF_TECH_SVCS Page 24 of 47 April 17, 2018 (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is more than $5 million. 2. If the original contract price is $5 million or less, DTC may require additional protection as required by subparagraph 1 if the contract price is increased. Performance and Payment Bonding Requirements (Non-Construction) Contractor may be required to obtain performance and payment bonds when necessary to protect the (Recipient's) interest. (a) The following situations may warrant a performance bond: 1. DTC property or funds are to be provided to Contractor for use in performing the contract or as partial compensation (as in retention of salvaged material). 2. A contractor sells assets to or merges with another concern, and DTC, after recognizing the latter concern as the successor in interest, desires assurance that it is financially capable. 3. Substantial progress payments are made before delivery of end items starts. 4. Contracts are for dismantling, demolition, or removal of improvements. (b) When it is determined that a performance bond is required, Contractor shall be required to obtain performance bonds as follows: 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless DTC determines that a lesser amount would be adequate for the protection of DTC. 2. DTC may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. DTC may secure additional protection by directing Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (c) A payment bond is required only when a performance bond is required, and if the use of payment bond is in the (Recipient's) interest. (d) When it is determined that a payment bond is required, Contractor shall be required to obtain payment bonds as follows: 1. The penal amount of payment bonds shall equal: (i) Fifty (50) percent of the contract price if the contract price is not more than $1 million; (ii) Forty (40) percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is increased.