Loading...
HomeMy WebLinkAboutStaff Report 378-06City of Palo Alto C ty Manager’s Report TO:CITY COUNCIL FROM: DATE: SUBJECT: CITY MANAGER DEPARTMENT: POLICE OCTOBER 23, 2006 CMR:378:06 APPROVAL OF A CONTRACT WITH THE CITY OF INGLEWOOD IN AN AMOUNT NOT TO EXCEED $104,500 FOR THE HANDLING AND PROCESSING OF PARKING CITATIONS AND CONTRACT EXTENSIONS FOR FOUR ADDITIONAL YEARS RECOMMENDATION Staff recommends that Council: Authorize the City Manager or his or her designee to execute the attached agreement with the City of Inglewood in the amount of $95,000 for the handling and processing of parking citations; Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with the City of Inglewood for related additional, but unforeseen services which may be required, the total value of which shall not exceed $9,500 per year; o Authorize the City Manager or his designee to exercise the option to renew the contract for the second through the fifth year, in his or her discretion, not to exceed the Bay Area Consumer Price Index percentage, provided the contractor is responsive to the City’s needs and the quality of the contractors’ work/product is acceptable during the prior year of the contract. BACKGROUND Since 1992, the City has contracted with the City of Inglewood for the handling and processing of parking citations. In 2001, the City renewed a five-year agreement with the City of Inglewood that expired in August 2006. A request for proposal (RFP) was developed and staff had planned on completing this process prior to the contract expiration date. However, due to workload issues in the City Purchasing Division, there was a delay in the distribution of the RFP. As a result, staff recommended and Council authorized a 60-day extension to the current agreement. Staff recommended the extension of the agreement to allow potential vendors enough time to develop and submit proposals and to allow staff adequate time to evaluate the proposals. CMR:378:06 Page 1 of 3 DISCUSSION Proiect Description The vendor accepts over 50,000 annual citations, enters and stores them into a database, identifies the registered owner and sends out notices outlining payment options. The vendor also provides detailed reports on a monthly basis or as needed. The City does not have the appropriate hardware, software or staffing to effectively manage this program. Summary of the Bid Process Staff from the Police Department and Administrative Services prepared an RFP for the processing of parking citations. The RFP requested vendors to submit proposals for services that included accepting and maintaining a citation database, identifying registered owners, providing courtesy notices, identifying delinquent parking violations and the placement and removal of vehicle registration holds. Bid Name/Number Proposed Length of Project Number of Proposals Mailed Total Days to Respond to Bid Pre-Bid Meeting Number of Bids Received Bid Pricing Parking Citation Processing/#118158 1 year with the option to renew yearly for 4 additional years 4 32 None 4 $.68/citation to $1.40/citation Four potential vendors were identified. Requests for proposals were sent to these vendors on July 21, 2006. Vendors were given three weeks to respond to the RFP. The RFP was extended one week in order to answer additional questions from the vendors. Staff received proposals from each of the four vendors. An evaluation committee comprised of representatives from the City’s Purchasing Division and Police Department reviewed and ranked the proposals. Staff recommends that the bid of $1.40/citation submitted by the City of Inglewood be accepted and that the City of Inglewood be declared the lowest responsible bidder. The recommendation is based on the contractor’s experience and relationship with the City, their excellent customer service; adaptable and user-friendly software; ability to provide urgent software support; 24-hour-a-day technical service from the data center; on-site and timely training; and the lack of any transitional costs for a new program. Several of the other vendors also had additional costs as part of the contract for any services that went beyond the basic package. The City of Inglewood provides those services at no additional charge. CMR:378:06 Page 2 of 3 In July 2007, the City of Inglewood will be making some internal software and hardware changes which should not affect the service it provides to the City. However, the City has negotiated a 60- day, two-way opt-out clause to the contract in case there are changes to the costs or services. RESOURCE IMPACT The funds for the agreement in the amount of $95,000 are in the Police Department 2006-2007 budget. POLICY IMPLICATIONS This report does not represent any change to existing City policies. ATTACHMENTS Attachment A: Attachment B: Contract Bid Matrix PREPARED BY: BOB BEACOM ~’~ Lieutenant DEPARTMENT HEAD: JOHNSON Police Chief CITY MANAGER APPROVAL Assistant City Manager CMR:378:06 Page 3 of 3 ATTACHMENT A City of Palo Alto Contract no. C07118158 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on the 1st day of November, 2006, by and between the CITY OF PALO ALTO (" CITY"), and: (Name)City of Inl~lewood, (Address) One Manchester Blvd. (City) Inglewood (State) CA (Zip) 90301 (Phone) (310) 412-4270 ("CONTRACTOR"). In consideration of their mutual covenants, the parties hereto agree as follows: 2° 3o SERVICES. CONTRACTOR shall provide or furnish the services ("Services") described in the Scope of Services, attached as Exhibit A. EXHIBITS. The following exhibits are attached to and made a part of this Agreement: ~ "A" - Scope of Services ~ "B" - Compensation ~ "C" - Non-Discrimination Form CONTRACT IS NOT COMPLETE UNLESS ALL EXHIBITS ARE ATTACHED. TERM. (a) The term of this Agreement is from November 1, 2006 to October 31, 2007, inclusive, subject to the provisions of subsection 3.(b) and Section Q of the General Terms and Conditions. (b)~ Option to extend. CITY has the right to extend the term of this Agreement for four additional one year periods (the "Additional Terms"), based Upon the same conditions of the initial term, subject to adjustments for compensation as set forth in Section E of the General Terms and Conditions. CITY shall notify CONTRACTOR in writing of its exercise of its option for an Additional Term not less than sixty (60) days prior to the end of the then current term. CITY’s exercise of its right to extend the term of this Agreement is not a waiver of the "time is of the essence" provision in Section 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term of this Agreement in a reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set forth in the Schedule of Performance, attached as Exhibit B. Time is of the essence in this Agreement. COMPENSATION. CITY shall pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Services and reimbursable expenses, if any: The total maximum lump ($.); OR sum compensation of dollars The ($ ($ sum of dollars per hour, not to exceed a total maximum compensation amount of dollars ); OR A sum calculated in accordance with the fee schedule set forth in Exhibit B,; not-to- exceed a total maximum compensation amount of Ninety Five Thousand Dollars ($95,000) per year. CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. The City has set aside the sum of Nine Thousand Five Hundred dollars ($9,500) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the City Manager or designee. CONTRACTOR, at the CITY’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONTRACTOR’s proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based on the hourly rates set forth above or in Exhibit C (whichever is applicable), or if such rates are not applicable, a negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not perform any Additional Services for which payment would exceed the amount set forth above for Additional Services. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. INVOICING. Send all invoices to the CITY, Attention: Project Manager. The Project Manager is: Bob Beacom, Dept.: Police Department Telephone: 650.329.2508. Invoices shall be submitted in arrears for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices within 30 days of receipt. GENERAL TERMS AND CONDITIONS A.ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections 1 through 6 above, these general terms and conditions and the attached exhibits. Bo Co QUALIFICATIONS. CONTRACTOR represents and warrants that it has the expertise and qualifications to complete the services described in Section 1 of this Agreement, entitled "SERVICES," and that every individual charged with the performance of the services under this Agreement has sufficient skill and experience and is duly licensed or certified, to the extent such licensing or certification is required by law, to perform the Services. CITY expressly relies on ¯CONTRACTOR’s representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted business practices and performance standards of the industry, including all federal, state, and local operation and safety regulations. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any person employed by CONTRACTOR shall at all times be considered an independent CONTRACTOR and not an agent or employee of CITY. CONTRACTOR shall be responsible for employing or engaging all persons necessary to complete the work required under this Agreement. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any Services under this Agreement unless CONTRACTOR obtains prior written consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. COMPENSATION DURING ADDITIONAL TERMS. CONTRACTOR’s compensation rates may be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in Exhibit B, may be increased by an amount not to exceed the percentage increase in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San Francisco-Oakland- San Jose area, published by the United States Department of Labor Statistics (CPI) which is published most immediately preceding the commencement of the applicable Additional Term, which shall be compared with the CPI published most immediately preceding the commencement date of the then expiring term. Notwithstanding the foregoing, in no event shall CONTRACTOR’s compensation rates be increased by an amount exceeding five percent of the rates effective during the immediately preceding term. Any adjustment to CONTRACTOR’s compensation rates shall be reflected in a written amendment to this Agreement. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR’s business. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the Services comply with all applicable federal, state and local laws, ordinances, regulations, and orders DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole expense, repair in kind, or as the City Manager or designee shall direct, any damage to punic or private property that occurs in connection with CONTRACTOR’s performance of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied or other damage to the CITY occurring in connection with CONTRACTOR’s performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR’s request. When the grounds described above are removed, payment shall be made for amounts withheld because of them, Oo WARRANTIES. CONTRACTOR will provide standard manufacture warranties on all hardware which it provides. CITY’S PROPERTY. Any reports, information, data or other material (including copyright interests) developed, collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives to audit, at any reasonable time during the term of this Agreement and for three (3) years from the date of final payment, CONTRACTOR’s records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the terms of this Agreement. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial acceptance by CITY shall operate as a waiver on the part of CITY of any of its rights under this Agreement. INSURANCE. The parties hereto acknowledge and agree that Inglewood is self-insured for the first $1,000,000 (one million dollars) for all claims, including but not limited to comprehensive general liability, automobile, professional liability and workers’ compensation. The parties, therefore, agree that Inglewood shall provide the City of Palo Alto with writing, certified by the Inglewood City Clerk, which identifies the limits of Inglewood’s self-insured retention as described herein. The parties furthermore agree that, Inglewood will provide a performance bond in the amount of $50,000 to the City of Palo Alto. The parties hereto agree and acknowledge that the City of Palo Alto is not included as an additional insured pursuant to any other coverage which Inglewood may have at the time of the execution of this Agreement, including but not limited to any provided by the Independent Cities Risk Management Authority. HOLD HARMLESS. A. Neither Palo Alto nor any officer or employee of Palo Alto shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by Inglewood under or in connection with any work, authority or jurisdiction delegated to Inglewood under this Agreement. It is also understood and agreed that, pursuant to. California Government Code Sections 895 through 895.8, Inglewood shall fully indemnify, defend and hold harmless Palo Alto from any liability imposed for injury, as defined by California Government Code Section 810.8, occurring by reason of anything done or omitted to be done by Inglewood under or in connection with any work, authority or jurisdiction delegated to Inglewood under this Agreement. B. Neither Inglewood nor any officer or employee of Inglewood shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by Palo Alto under or in connection with any work, authority or jurisdiction delegated to Palo Alto under this Agreement. It is also understood and agreed that, pursuant to California Government Code Sections 895 through 895.8, Palo Alto shall fully indemnify, defend and hold harmless Inglewood from any liability imposed for injury, as defined by California Government Code Section 810.8, occurring by reason of anything done or omitted to be done by Palo Alto under or in connection with any work, authority or jurisdiction delegated to Palo Alto under this Agreement NON-DISCRIMINATION. In the performance of this Contract, CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONTRACTOR agrees to meet all requirements of Palo Alto Municipal Code, Chapter 2.30 pertaining to nondiscrimination in employment, including completing the Non-Discrimination Compliance Form, attached hereto as Exhibit C, and incorporated herein by this reference. WORKERS’ COMPENSATION. CONTRACTOR, by executing this Agreement, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Qo TERMINATION. The City Manager or Contractor may terminate this Agreement without cause by giving sixty (60) days’ prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreement, in addition to all other remedies provided by law, the City Manager or Contractor may terminate this Agreement immediately upon written notice of termination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily performed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage, if any, sustained by CITY due to Contractor’s failure to perform its material obligations under this Agreement. Upon termination, CONTRACTOR shall immediately deliver to the City Manager any and all copies of studies, sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such materials shall become the property of CITY. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their successors and assigns to all covenants of this Agreement. This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S°CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract. CONTRACTOR further covenants that, in the performance of this Contract, it will not employ any person having such an interest. CONTRACTOR certifies that no City Officer, employee, or authorized representative has any financial interest in the business of CONTRACTOR and that no person associated with contractor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY if any conflict arises. T.GOVERNING LAW. This contract shall be governed and interpreted by the laws of the state of California. Uo ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the entire agreement between the parties with respect to the services that may be the subject of this Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls over any conflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written. V.NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney APPROVED: Director of Administrative Services Assistant City Manager CITY OF INGLEWOOD By: Name: Title: (If corporation: President or Vice-President) By: Name: Title: (If corporation: Secretary or Treasurer) Taxpayer Identification No. (Compliance with Corp. Code § 313 is required if the emity on whose behalf this contract is signed is a corporation. In tlie alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) Chapter 8 - Proposal Costs Sheet and Rates EXHIBIT B PALO ALTO PRICING Citation Processinq Base System DMV Inquirie,s ,,(out-of-state) Notice Generation: Letter Type Notice (Currently) Standard Letter (Includes paper stock, #10 envelope outbound, #9 return envelope, postage, printing and handling could be provided for the same cost if desired) Data Entry of Manual Citations (Optional) Credit Card Processinq (IVR and/or Internet Optional) (Utilizing Inglewood’s Merchant Account) (Utilizing Palo Alto’s Merchant Account) Telecommunication Charqes PTS Traininq (Optional) Conversion Costs Special Collections (Optional) B~i~ed:’On-Per~Citafio~;Pt~bc~ssed . . i:~:~.~,D-l~e~..citation proc~se-~1 .- ...... The System cost will be based on the actual volume of citations issued by the City of Palo Alto. Based on the current volume of citations being issued, the cost will be $1.40 per citation processed. If all citations are issued by the Palo Alto Police Dep~ment (or under the direcl supervision or the Police Department), Inglewood is able to access the Department of Justice CLETS system to obtain R.O. information at no charge. If any of dte enforcement is done outside of tl~e Police Department’s direct supervision, then we can only access 33 state-based DMV organizations, Lookups for the remaining 17 states ,are accomplished from a private- sector service provider at a cost of $ 1.25 to $4.75 per inquiry and/or response, depending on each state. When the United States Postal Service increases postage rates, Inglewood will pass on any and all rate increases as they occur to pulp Alto. Charges of $2.00 per payment processed via the Interact and IVR can be absorbed by Palo Alto, or it can be passed on to the violator as a convenience fee. Charges for payments processed via the lnternet and [VR will be $1.09 ir Oalo Alto utilizes its own merchant account or passes it on to the violator as a convenience fee. Telecommunication charges incurred via use of the IVR, shall be the responsibility of Palo Alto ,and will be billed at Inglewood’s cost. PTS wilI provide four days of onsite training l’or Palo Alto should it be required. Palo Alto will reimburse lnglewood for reasonable travel-related expenses, ground travel, hotel, hnurly rate of employee, etc. Should training be provided in lnglcwood’s training facilities, there would be no cost involved. City of Inglewood Palo Alto RFP 118158 Page 27 10/11/2006 EXHIBIT C Certification of Nondiscrimination ,As suppliers of goods or services to the City of PaiD Alto, the firm and individuals listed below certify that they do not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. 1.If Proposer is INDIVIDUAL, sign here: Date: Proposer’s Signature Proposer’s typed name and title |If Proposer is PARTNERSHIP or JOINT VENTURE, at least (2) Partners or each of the Joint Venturers shall sign here: Partnership or Joint Venture Name (type or print) Date: Date: Member o! the Partnership or Joint Venture signature Member of the Partnership or Joint Venture signalure 3.If Proposer is a CORPORATION, the duly authorized officer(s) shall sign as follows: The undersigned certify that they are respectively: N/A N/Aand Title Title Of the corporation named below; that they are designated to sign the Proposal Cost Form by resolution (attach a certified copy, with corporate seal, if applicable, notarized as to its authenticity or Secretary’s certificate of authorization) for and on behalf of the below named CORPORATION, and that lhey are authorized to execute same for and on behalf of said CORPORATION. Cit .of Inglewood By: -, ..... Title: Enterprise Services Manager Dale:August 18, 2006 By:Dale: Title: "Any Agreement must be approved by our respective City Council after subsequent negotiations of the terms and conditions. City of Palo Alto - RFP Scope of Services for Parking Citation Processing Exhibit A A) Scope of Work Contractor shall provide the following services. Access to system and training a) On-line terminal availability to the city to input and access information b) Training on an on-going basis by vendor c) Respond immediately to all telephone and electronic mail inquiries d) Update meetings. Vendor manager shall communicate regularly with the Project Manager of the City as required Equipment a) Computer equipment provided to the City to access vendor software program(s) Services a) Collection of citations by transmitting to vendor on a daily basis which are generated in handwriting or by portable mechanical ticket writers b) Reconciliation. Provide a report daily of the number of citations handled by vendor c) Violation screening. The system should screen each citation issued by the City to determine whether the citation contains the information necessary to enter it into the system. If information is missing, a report shall be generated. d) Notice of delinquent parking violation. The system shall generate a notice for each citation, which remains unpaid. e) Identification of registered vehicle owners. The system shall make attempts to obtain the name and address of the registered vehicle owner from the DMV for each vehicle for which a citation has been issued, but payment for which has not been received within the required time period f) Verification of ownership through the DMV g) Send notification to the lessee and/or second reported owner when delinquent and follow the lien process under California law h) Vehicle registration holds. The system shall automatically place a hold with DMV on the registration of vehicles for which citations and fees remain unpaid by the registered owners of such vehicles i)Removal of registration holds j)Handle citations for vehicles with out-of-state registration k)Suspension of procedures. The system shall suspend the handling of any citations issued by the City upon receipt of appropriate notice by the City 1) Assistance with citation design m) Quality control procedures in the system n) Use of approved forms. All forms, delinquency notices, and correspondence sent by vendor shall conform to applicable law and shall be initially approved by the City Reports and Document Storage a) Vendor shall provide on-line access to the City the following monthly reports: 1. 2. 3. 4. 5. Revenue reports and violation tracking reports Violation statistics and officer report Habitual offender report Statistical and year-to-date revenue reports Special reports as requested by the City b) Quarterly closed violation reports c) Maintain computer files in standard format for records of payments, collection efforts, disposition, and any and all other information required to provide an audit trial d) Record retention and storage for a period of twelve months Proposal Evaluation ATTACHMENT B Matrix- Parking Contract PROPOSAL EVALUATION MATRIX File Number: 118158 Rating: 1 is low, 5 is high Date:August 30, 2006 REFERENCES ¯ At least three in number ¯ Recent experiences ° Contract sizes ° Duration of the relationship QUALIFICATIONS OF PRINCIPALS AND STAFF ° Years experience in the industry ° Pertinent education ¯ Work experience in comparable organizations ° Decisions made with data consistent with City’s needs ¯ Proximity to City and availability during project o Organization chart of project team if one needed ° Subcontracting scope FAMILIARITY WITH THE CITY ¯ Prior work with this or other City departments ° Recent acceptable experience ¯ Understands and accepts City organization 5 5 5 5 3 5 5 2 PURCHASING GUIDE - APPENDIX C 4 4 2 PAGE 1 OF 2 CUSTOMER SERVICE ¯ Access to customer service representatives - urgent software support - timely reporting PRICE RANGE * Too high to represent good value? ¯ Too low? COMPLETE PROPOSAL SUBMITTED o Forms omitted or incomplete ¯ Matches scope of work PROPOSAL CLARITY ° Organized to be easily referenced ° Clear language ° Supporting data METHODOLOGY ¯ State-of- the-art techniques ¯ Fastest acceptable method of accomplishing the scope 5 $1.40/cite 3 5 4 4 $1.25+/cite 4 5 5 4 3 $0.70+/cite 4 5 3 5 $0.68+ 5 5 3 35 PAGE 2 OF 2 PROPOSAL EVALUATION MATRIX