53
City and County of San Francisco Department of Emergency Management Request for Proposals for Crisis Information Management System (CIMS) RFP#: DES 17-01 SCHEDULE Date issued: July 31, 2017 Pre-proposal conference: August 3, 2017, 10:00AM PDT Proposal due: September 15, 2017, 12:00 PM PDT

City and County of San Francisco Department of Emergency ...mission.sfgov.org/OCA_BID_ATTACHMENTS/FA50389.pdf · Oral interview with firms selected ... Native mapping component that

Embed Size (px)

Citation preview

City and County of San Francisco

Department of Emergency Management

Request for Proposals for Crisis Information Management System (CIMS)

RFP#: DES 17-01

SCHEDULE Date issued: July 31, 2017 Pre-proposal conference: August 3, 2017, 10:00AM PDT Proposal due: September 15, 2017, 12:00 PM PDT

P-590 (4-17) i July 31, 2017

Request for Proposals for Crisis Information Management System (CIMS)

TABLE OF CONTENTS

Page

I. Introduction and Schedule .....................................................................................................1

II. Scope of Work .......................................................................................................................3

III. Submission Requirements ......................................................................................................4

IV. Evaluation and Selection Criteria ..........................................................................................8

V. Pre-proposal conference and Contract award ........................................................................11

VI. Terms and Conditions for Receipt of Proposals ....................................................................12

VII. Contract Requirements...........................................................................................................16

VIII. Protest Procedures ..................................................................................................................18

Appendices:

A. Standard Forms: Listing and Internet addresses of Forms related to Taxpayer Identification Number and Certification, to Business Tax Declaration, and to Chapters 12B and 12C, and 14B of the S.F. Administrative Code.

B Agreement for Professional Services (form P-600) separate document

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 1 of 18 July 31, 2017

Request for Proposals for

Crisis Information Management System (CIMS)

I. Introduction and Schedule A. General

The City and County of San Francisco (“City” or “San Francisco”) Department of Emergency Management (“Department”) is requesting proposals from qualified proposers to host, maintain, and support, including a pricing schedule, for a Crisis Information Management System (“CIMS”). The CIMS must support emergency management operations, including information sharing for situational awareness, resource tracking, data backup, situation analysis, communication, and dissemination of information during large scale, complex incidents, or exercises that require the activation of our Emergency Operations Center (“EOC”) and/or Department Operations Centers (“DOC”) in the San Francisco Operational Area and San Mateo Operational Area. The City and County of San Francisco will also require support, training, and related services for the City and County of San Francisco and San Mateo County. The contract shall have an original term of five (5) years. In addition, the City shall have two (2) options to extend the term for a period of one (1) year each, which the City may exercise in its sole, absolute discretion. The contract total compensation for the original period is expected to not exceed seven (7) years. Should the contract be extended, the annual compensation will increase at a rate similar to the per year costs of the original term. Proposers may submit proposals with greater or lesser value, and cost and reasonableness of rates will be considered as part of the evaluation. The contract will be funded by the Urban Areas Security Initiative (UASI), a program administered by the federal Department of Homeland Security through its Homeland Security Grant Program within the Federal Emergency Management Agency (FEMA). All proposers must be eligible to receive federal grant funding and comply with the grant requirements.

B. Schedule The anticipated schedule for selecting a consultant is:

Proposal Phase Date

RFP is issued by the City July 31, 2017

Pre-proposal conference August 3, 2017, 10:00AM PDT

Deadline for submission of written questions or requests for clarification August 9, 2017, 12:00PM PDT

Proposals due September 15, 2017, 12:00PM PDT

Oral interview with firms selected for further consideration TBD

Contract award TBD

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 2 of 18 July 31, 2017

C. Contractors Unable to do Business with the City

1. Generally Contractors that do not comply with laws set forth in San Francisco’s Municipal Codes may be unable to enter into a contract with the City. Some of the laws are included in this RFP, or in the sample terms and conditions attached. 2. Companies Headquarted in Certain States This Contract is subject to the requirements of Administrative Code Chapter 12X, which prohibits the City from entering into contracts with companies headquartered in states with laws that perpetuate discrimination against LGBT populations or where any or all of the work on the contract will be performed in any of those states. Proposers are hereby advised that Proposers which have their United States headquarters in a state on the Covered State List, as that term is defined in Administrative Code Section 12X.3, or where any or all of the work on the contract will be performed in a state on the Covered State List may not enter into contracts with the City. A list of states on the Covered State List is available at the website of the City Administrator.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 3 of 18 July 31, 2017

II. Scope of Work The Scope of Work is to be used as a general guide and is not intended to be a complete list of all work necessary to complete the project. The following are work tasks assumed necessary for the purchase, customization, implementation, training, and maintenance of a Crisis Information Management System (CIMS). Proposing teams may suggest a modified scope of work as part of their proposal. Services Required of Successful Proposer: The City is seeking a qualified proposer to provide solution strategies and pricing schedules for a CIMS. Consistent with Incident Command System (“ICS”), California Standardized Emergency Management System (“SEMS”), and National Incident Management System (“NIMS”) principles, the selected system builds a common operating picture of incidents and events, and supports the management, exchange, and sharing of information for situational awareness, as well as supports resource tracking, data backup, situation analysis, communication, and dissemination of information during EOC and/or DOC activations and exercises involving, at a minimum:

• The SF EOC; and • Seventeen (17) City DOCs; and • The San Mateo County EOC; and • Twenty (20) cities and towns that comprise the San Mateo Operational Area.

The primary purpose of the CIMS is to support emergency management operations and to help build a common operating picture. The requirements listed below are assumed to work together to enhance communication and coordination among jurisdictions and across emergency management functions in San Francisco and San Mateo County. The CIMS should enhance emergency management by expediting the collection, analysis, and dissemination of information shared between the EOC, DOCs, cities and partner agencies. To accomplish this, San Francisco and San Mateo County need a flexible software solution that can be used to monitor incidents on a 24/7 basis, that facilitates information sharing, and supports resource management during large scale, complex incidents that may require the activation of the EOC. The selected system/vendor must provide onsite installation and training to ensure connectivity and familiarity with the product for system users, including Administrators, Organization Leaders, Group Leaders, and End Users. Criteria for system requirements are listed below. Number order does not indicate importance. System Requirements:

1. A clean, user-friendly, and intuitive interface. 2. User-friendly administrative interface. 3. Accessibility via a range of devices and from a range of locations, including mobile

platforms. 4. Specific user views based on roles/permissions and varying levels of administration

rights.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 4 of 18 July 31, 2017

5. Real-time situational awareness at both strategic and operations levels. 6. Resource management feature that allows users to coordinate/track intake, approval,

sourcing, and movement. 7. The ability to integrate with other databases and systems to maintain and support the

integrity of information and data. 8. The ability to develop and implement features and/or forms in house, with minimal

support from the vendor. 9. Customizable information forms to reflect changes to processes. 10. Cloud solution with on-site hosting that replicates to the cloud. 11. Prefer to have the ability to connect directly with CalOES/Cal EOC. 12. Have the ability to share information directly with CIMS software being used in other

operational areas in the region.

Preferred Features: 1. Tailored homepage reflecting user’s position and overall status of an incident or

incidents. 2. Watch Center Duty Log to support transition and shift change processes. 3. Data back-up and recovery, including redundancy server location in different regions.

Support:

1. 24 hour support including remote assistance. 2. On-going maintenance and development assistance with an assigned point of contact. 3. Schedule of technical support hours to be included in a future contract or purchased as

needed.

Geospatial Information System (GIS) Integration 1. Native mapping component that is compatible with the City’s GIS platform (i.e., ESRI

ArcGIS). 2. Ability to support publishing map feature services in order to display and analyze data. 3. Ability to support simple export of geo-located incident data from the CIMS that is

compatible with ESRI, KML, KMZ data formats and other common map datum. 4. Ability to incorporate City geocoding services into the system, as well as other geocoders

including Google and assessors data.

III. Submission Requirements A. Time and Place for Submission of Proposals

Proposals must be received by 12:00 p.m. PDT, on September 15, 2017. Postmarks will not be considered in judging the timeliness of submissions. Proposals may be delivered electronically via the City’s PeopleSoft system, or in person and left with Emily Wang 30 Van Ness Avenue, Suite 3300, San Francisco, CA 94102 or mailed to: DEM, RFP# DES17-01, CIMS

Emily Wang City and County of San Francisco Department of Emergency Management

30 Van Ness Avenue, Suite 3300 San Francisco, CA 94102

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 5 of 18 July 31, 2017

For hardcopy deliveries, Proposers shall submit seven (7) copies of the proposal and two copies, separately bound, of required Contract Monitoring Division (CMD) Forms in a sealed envelope clearly marked CRISIS INFORMATION MANAGEMENT SYSTEM (CIMS) to the above location. Proposals that are submitted by fax or email will not be accepted. Late submissions will not be considered.

B. Format Hardcopy Place bind proposals with a binder clip, rubber band, or single staple, or submit it in a

three-ring binder for the review panel. (A three-ring binder is preferred.) Please use three-hole recycled paper, print double-sided to the maximum extent practical, use recycled paper that is comprised of minimum of 30% post-consumer materials. Please do not bind your proposal with a spiral binding, glued binding, or anything similar. You may use tabs or other separators within the document.

For word processing documents, the department prefers that text be unjustified (i.e., with a ragged-right margin) and use a serif font (e.g., Times Roman, and not Arial), and that pages have margins of at least 1” on all sides (excluding headers and footers).

Please include a Table of Contents. Electronic Submit an electronic version of the proposal on a USB stick or via the City’s PeopleSoft

bidding system. For word processing documents, the department prefers that text be unjustified (i.e., with

a ragged-right margin) and use a serif font (e.g., Times Roman, and not Arial), and that pages have margins of at least 1” on all sides (excluding headers and footers).

Please include a Table of Contents. C. Content Firms interested in responding to this RFP must submit the following information, in the

order specified below: Your proposal shall not exceed twenty (20) pages. 1. Introduction and Executive Summary (up to 2 pages)

Submit a letter of introduction and executive summary of the proposal. The letter must be signed by a person authorized by your firm to obligate your firm to perform the commitments contained in the proposal. Submission of the letter will constitute a representation by your firm that your firm is willing and able to perform the commitments contained in the proposal. 2. Project Approach (up to 8 pages)

Describe the services and activities that your firm proposes to provide to the City. Include the following information:

a. Overall scope of work tasks; and

b. Schedule and ability to complete the project within the City’s required time frame; and

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 6 of 18 July 31, 2017

c. Assignment of work within your firm’s work team.

3. Firm Qualifications (up to 3 pages) Provide information on your firm’s background and qualifications which

addresses the following: a. Name, address, and telephone number of a contact person; and

b. A brief description of your firm, as well as how any joint venture or association would be structured; and

c. A description of not more than four projects similar in size and scope prepared by your firm including client, reference and telephone numbers, staff members who worked on each project, budget, schedule and project summary. Descriptions should be limited to one page for each project. If joint consultants or sub-consultants are proposed provide the above information for each.

4. Team Qualifications (up to 2 pages) a. Provide a list identifying: (1) each key person on the project team,

(2) the project manager, (3) the role each will play in the project, and (4) a written assurance that the key individuals listed and identified will be performing the work and will not be substituted with other personnel or reassigned to another project without the City’s prior approval.

b. Provide a description of the experience and qualifications of the project team members, including brief resumes if necessary.

5. References (up to 2 pages) Provide references for the projects that comprise your minimum

qualifications. Proposer’s references will be used to confirm and verify that proposer has met the minimum qualifications. Provide references for the lead consulting firm, lead project manager, sub-consultants, and size of a past project. The references should include the name, address and telephone number of at least two (2) but no more than four (4) recent clients (preferably other public agencies).

By including these references, proposers are representing that the references are familiar with proposer’s work and experience, and references will be truthful in any representations.

6. Price Proposal The City intends to award this contract to the firm that it considers will provide the best overall program services. The City reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request.

Please provide a fee proposal in a separate electronic folder or sealed envelope that includes the following:

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 7 of 18 July 31, 2017

a. Total fee for each of the disciplines/deliverables identified in the Scope of Work with a not-to- exceed figure; and

b. Hourly rates for all team members. Hourly rates and itemized costs may be used to negotiate changes in the Scope of Work if necessary.

7. Certification of Headquarters in Accordance with Administrative Code Chapter 12X.

Proposals should contain the following statement: “I certify that my company is headquartered at the following address __ ________________________. I will notify the City if my company's headquarters moves.”

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 8 of 18 July 31, 2017

IV. Evaluation and Selection Criteria

A. Minimum Qualifications Proposers must have installed and maintained at least two crisis information management

systems of similar size and scope as that specified in the RFP for local government agencies in the past three years.

Proposals should present examples and experience working with other large and major cities and counties within the Bay Area and with user populations of 500 or more.

Proposals should clearly demonstrate that the qualifications are met. Insufficient or

incomplete information may result in a proposal being considered non-responsive and may not be eligible for award of the contract. If required information is complete, but the department determines that the proposer does not meet minimum qualifications, proposer may be deemed non-responsible.

B. Selection Criteria The proposals may be evaluated by a selection committee comprised of parties with

expertise in emergency management. The City intends to evaluate the proposals generally in accordance with the criteria itemized below. Up to three of the firms with the highest scoring proposals may be interviewed by the committee to make the final selection.

1. Overall Evaluation Process The evaluation process will consists of the phases specified below with the following allocation of points (as more fully outlined below)

Evaluation Phase Maximum Points

Screening of Minimum Qualifications Pass/Fail

Written Proposal 75 points

Price 25 points

Oral Interview 100 points

TOTAL 200 Points

Screening of Minimum Qualifications Each proposal will be reviewed for initial determinations on whether Proposer meets minimum qualifications referenced in Section II of this RFP. Proposals will not be scored during the screening of Minimum Qualifications. This screening is simply a pass or fail determination as to whether the proposer has met the minimum qualifications. A proposal that fails to meet the minimum qualifications will not be eligible for consideration in the evaluation process. The City reserves the right to request clarifications from proposers prior to rejecting a proposal for failure to meet the minimum qualifications. Clarifications are limited exchanges

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 9 of 18 July 31, 2017

between the City and Proposer for the purpose of clarifying certain aspects of the proposal and will not provide a proposer the opportunity to revise or modify its proposals. Only proposals that meet the minimum qualifications can proceed to the next evaluation phases. Written Proposal Evaluation (75 points) The proposals will be evaluated by a selection committee comprised of parties with expertise in the needed services. The City intends to evaluate the proposals generally in accordance with the criteria itemized below.

a. Project Approach (40 points)

i. Understanding of the project and the tasks to be performed, etc.

ii. Reasonableness of work schedule and project approach.

b. Assigned Project Staff (20 points)

i. Recent experience of staff assigned to the project and a description of the tasks to be performed by each staff person; and

ii. Professional qualifications and education; and

iii. Workload, staff availability and accessibility.

c. Experience of Firm and Sub-consultants (15 points)

i. Expertise of the firm and sub-consultants in the fields necessary to complete the tasks; and

ii. Quality of recently completed projects, including adherence to schedules, deadlines and budgets; and

iii. Experience with similar projects; and

Price Proposal (25 points) The City intends to award this contract to the firm that it considers will provide the best overall services. The City reserves the right to accept other than the lowest priced offer and to reject any proposals that are not responsive to this request. The Price Proposal score will be determined by the equation below and will be based on the total price proposal.

Score = (Lowest Proposed price / Proposer’s price) x (max Price points possible)

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 10 of 18 July 31, 2017

Oral Interview (100 points) Following the evaluation of the written proposals, the three proposers receiving the highest scores will be invited to an oral interview. The interview will consist of standard questions asked of each of the three proposers. Following the evaluation of the written proposals and price proposals, both scores will then be tabulated and proposers will be ranked starting with the proposer receiving the highest score, then continuing with the proposer receiving the second highest score, and so on. The three proposers receiving the highest scores will be invited to an oral interview. The City will determine the format and the scoring criteria to be used during the interview. The interview will consist of standard questions asked of each of the proposers, and may include questions of clarification for specific proposals. The selection panel will evaluate each proposer based on their presentation and/or responses. After the oral interview, the City will combine all scores, rank the proposers and select the highest ranked proposer to enter into agreement with.

Evaluation Criteria: 1. Proposers must provide a demonstration of product/solution and run scenarios

to demonstrate functionality of features. 2. Proposers must demonstrate ease of use of the user interface and the

administrative interface. 3. Proposers must demonstrate and run simulations of reporting features. 4. Proposers must demonstrate self-management and user self-management. 5. Proposers must demonstrate geospatial (GIS) capabilities, including GIS

integration features.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 11 of 18 July 31, 2017

V. Pre-proposal Conference and Contract award

A. Pre-Proposal Conference Proposers are encouraged to attend a pre-proposal conference on August 3, 2017, at

10:00 AM PDT to be held at City and County of San Francisco Department of Emergency Management, 30 Van Ness Avenue, Suite 3300, San Francisco, CA 94102. All questions will be addressed at this conference and any available new information will be provided at that time. If you have further questions regarding the RFP, please contact the individual designated in Section VI.B.

Question and Answer Period Proposers shall submit all questions concerning this Request for Proposal in writing by email only during the Question and Answer Period, ending August 9, 2017, no later than 12:00 PM PDT and directed to: [email protected]. Questions and Answers will be posted publically. All questions concerning the RFP or process shall be submitted no later than 72 hours prior to the proposal deadline. Emily Wang City and County of San Francisco Department of Emergency Management 30 Van Ness Avenue, Suite 3300 San Francisco, CA 94102 [email protected] Please reference RFP No. DES17-01. The Pre-Proposal Conference will begin at the time specified, and company representatives are urged to arrive on time. Topics already covered will not be repeated for the benefit of late arrivals. Failure to attend the Pre-bid Conference shall not excuse the successful Proposer from any obligations of the contract. Written Bid Addendum will execute any change or addition to the requirements contained in this RFP, as a result of the Pre-Proposal Conference. It is the responsibility of the Proposer to check for any RFP Addendums, Q&A postings, and other updates which will be posted on the City’s Supplier Portal at:

https://sfsupplierportal.sfgov.org/psp/supplier/SUPPLIER/ERP/h/?tab=DEFAULT

B. Contract Award The Department of Emergency Management (DEM) will select a proposer with whom

Department of Emergency Management (DEM) staff shall commence contract negotiations. The selection of any proposal shall not imply acceptance by the City of all terms of the proposal, which may be subject to further negotiations and approvals before the City may be legally bound thereby. If a satisfactory contract cannot be negotiated in a reasonable time the Department of Emergency Management (DEM), in its sole discretion, may terminate negotiations with the highest ranked proposer and begin contract negotiations with the next highest ranked proposer.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 12 of 18 July 31, 2017

VI. Terms and Conditions for Receipt of Proposals

A. Errors and Omissions in RFP Proposers are responsible for reviewing all portions of this RFP. Proposers are to

promptly notify the Department, in writing, if the proposer discovers any ambiguity, discrepancy, omission, or other error in the RFP. Any such notification should be directed to the Department promptly after discovery, but in no event later than 72 hours prior to the date that proposals are due. Modifications and clarifications will be made by addenda as provided below.

B. Inquiries Regarding RFP Proposers shall submit all questions concerning this Contract Proposal, scope of services

or requirements in writing by email only during the Question and Answer Period, ending August 9, 2017 no later than 12:00 PM PDT and directed to: [email protected]. All Proposer questions concerning the bid process shall be submitted no later than 72 hours prior to the bid deadline. Proposers who fail to do so will waive all further rights to protest, based on these specifications and conditions.

C. Objections to RFP Terms Should a proposer object on any ground to any provision or legal requirement set forth in

this RFP, the proposer must, not less than 72 hours prior to the RFP deadline, provide written notice to the Department setting forth with specificity the grounds for the objection. The failure of a proposer to object in the manner set forth in this paragraph shall constitute a complete and irrevocable waiver of any such objection.

D. Change Notices The Department may modify the RFP, prior to the proposal due date, by issuing an

Addendum to the RFP, which will be posted on the website. The proposer shall be responsible for ensuring that its proposal reflects any and all Bid Addendum(s) issued by the Department prior to the proposal due date regardless of when the proposal is submitted. Therefore, the City recommends that the proposer consult the website frequently, including shortly before the proposal due date, to determine if the proposer has downloaded all Bid Addendum(s). It is the responsibility of the proposer to check for any Addendum, Questions and Answers, and updates, which will be posted on the City’s Supplier Portal at:

https://sfsupplierportal.sfgov.org/psp/supplier/SUPPLIER/ERP/h/?tab=DEFAULT E. Term of Proposal Submission of a proposal signifies that the proposed services and prices are valid for 180

calendar days from the proposal due date and that the quoted prices are genuine and not the result of collusion or any other anti-competitive activity. At Proposer’s election, the proposal may remain valid beyond the 180 day period in the circumstance of extended negotiations.

F. Revision of Proposal A proposer may revise a proposal on the proposer’s own initiative at any time before the

deadline for submission of proposals. The proposer must submit the revised proposal in the same manner as the original. A revised proposal must be received on or before, but no later than the proposal due date and time.

In no case will a statement of intent to submit a revised proposal, or commencement of a revision process, extend the proposal due date for any proposer.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 13 of 18 July 31, 2017

At any time during the proposal evaluation process, the Department may require a proposer to provide oral or written clarification of its proposal. The Department reserves the right to make an award without further clarifications of proposals received.

G. Errors and Omissions in Proposal Failure by the Department to object to an error, omission, or deviation in the proposal

will in no way modify the RFP or excuse the vendor from full compliance with the specifications of the RFP or any contract awarded pursuant to the RFP.

H. Financial Responsibility The City accepts no financial responsibility for any costs incurred by a firm in responding

to this RFP. Submissions of the RFP will become the property of the City and may be used by the City in any way deemed appropriate.

I. Proposer’s Obligations under the Campaign Reform Ordinance Proposers must comply with Section 1.126 of the S.F. Campaign and Governmental

Conduct Code, which states: No person who contracts with the City and County of San Francisco for the rendition of

personal services, for the furnishing of any material, supplies or equipment to the City, or for selling any land or building to the City, whenever such transaction would require approval by a City elective officer, or the board on which that City elective officer serves, shall make any contribution to such an officer, or candidates for such an office, or committee controlled by such officer or candidate at any time between commencement of negotiations and the later of either (1) the termination of negotiations for such contract, or (2) three months have elapsed from the date the contract is approved by the City elective officer or the board on which that City elective officer serves.

If a proposer is negotiating for a contract that must be approved by an elected local officer or the board on which that officer serves, during the negotiation period the proposer is prohibited from making contributions to:

• the officer’s re-election campaign • a candidate for that officer’s office • a committee controlled by the officer or candidate. The negotiation period begins with the first point of contact, either by telephone, in

person, or in writing, when a contractor approaches any city officer or employee about a particular contract, or a city officer or employee initiates communication with a potential contractor about a contract. The negotiation period ends when a contract is awarded or not awarded to the contractor. Examples of initial contacts include: (1) a vendor contacts a city officer or employee to promote himself or herself as a candidate for a contract; and (2) a city officer or employee contacts a contractor to propose that the contractor apply for a contract. Inquiries for information about a particular contract, requests for documents relating to a Request for Proposal, and requests to be placed on a mailing list do not constitute negotiations.

Violation of Section 1.126 may result in the following criminal, civil, or administrative penalties:

1. Criminal. Any person who knowingly or willfully violates section 1.126 is subject to a fine of up to $5,000 and a jail term of not more than six months, or both.

2. Civil. Any person who intentionally or negligently violates section 1.126 may be held liable in a civil action brought by the civil prosecutor for an amount up to $5,000.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 14 of 18 July 31, 2017

3. Administrative. Any person who intentionally or negligently violates section 1.126 may be held liable in an administrative proceeding before the Ethics Commission held pursuant to the Charter for an amount up to $5,000 for each violation.

For further information, proposers should contact the San Francisco Ethics Commission at (415) 581-2300.

J. Sunshine Ordinance In accordance with S.F. Administrative Code Section 67.24(e), contractors’ bids,

responses to RFPs and all other records of communications between the City and persons or firms seeking contracts shall be open to inspection immediately after a contract has been awarded. Nothing in this provision requires the disclosure of a private person’s or organization’s net worth or other proprietary financial data submitted for qualification for a contract or other benefits until and unless that person or organization is awarded the contract or benefit. Information provided which is covered by this paragraph will be made available to the public upon request.

K. Public Access to Meetings and Records If a proposer is a non-profit entity that receives a cumulative total per year of at least

$250,000 in City funds or City-administered funds and is a non-profit organization as defined in Chapter 12L of the S.F. Administrative Code, the proposer must comply with Chapter 12L. The proposer must include in its proposal (1) a statement describing its efforts to comply with the Chapter 12L provisions regarding public access to proposer’s meetings and records, and (2) a summary of all complaints concerning the proposer’s compliance with Chapter 12L that were filed with the City in the last two years and deemed by the City to be substantiated. The summary shall also describe the disposition of each complaint. If no such complaints were filed, the proposer shall include a statement to that effect. Failure to comply with the reporting requirements of Chapter 12L or material misrepresentation in proposer’s Chapter 12L submissions shall be grounds for rejection of the proposal and/or termination of any subsequent Agreement reached on the basis of the proposal.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 15 of 18 July 31, 2017

L. Reservations of Rights by the City The issuance of this RFP does not constitute an agreement by the City that any contract

will actually be entered into by the City. The City expressly reserves the right at any time to: 1. Waive or correct any defect or informality in any response, proposal, or

proposal procedure;

2. Reject any or all proposals;

3. Reissue a Request for Proposals;

4. Prior to submission deadline for proposals, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the proposals;

5. Procure any materials, equipment or services specified in this RFP by any other means; or

6. Determine that no project will be pursued.

M. No Waiver No waiver by the City of any provision of this RFP shall be implied from any failure by

the City to recognize or take action on account of any failure by a proposer to observe any provision of this RFP.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 16 of 18 July 31, 2017

VII. Contract Requirements

A. Standard Contract Provisions The successful proposer will be required to enter into a contract substantially in the form

of the Agreement for Professional Services, attached hereto as Appendix B. Failure to timely execute the contract, or to furnish any and all insurance certificates and policy endorsement, surety bonds or other materials required in the contract, shall be deemed an abandonment of a contract offer. The City, in its sole discretion, may select another firm and may proceed against the original selectee for damages.

B. Nondiscrimination in Contracts and Benefits The successful proposer will be required to agree to comply fully with and be bound by

the provisions of Chapters 12B and 12C of the San Francisco Administrative Code. Generally, Chapter 12B prohibits the City and County of San Francisco from entering into contracts or leases with any entity that discriminates in the provision of benefits between employees with domestic partners and employees with spouses, and/or between the domestic partners and spouses of employees. Chapter 12C requires nondiscrimination in contracts in public accommodation. Additional information on Chapters 12B and 12C is available on the CMD’s website at http://sfgov.org/cmd/.

C. Minimum Compensation Ordinance (MCO) The successful proposer will be required to agree to comply fully with and be bound by

the provisions of the Minimum Compensation Ordinance (MCO), as set forth in S.F. Administrative Code Chapter 12P. Generally, this Ordinance requires contractors to provide employees covered by the Ordinance who do work funded under the contract with hourly gross compensation and paid and unpaid time off that meet certain minimum requirements. For the amount of hourly gross compensation currently required under the MCO, see www.sfgov.org/olse/mco. Note that this hourly rate may increase on January 1 of each year and that contractors will be required to pay any such increases to covered employees during the term of the contract.

Additional information regarding the MCO is available on the web at www.sfgov.org/olse/mco.

D. Health Care Accountability Ordinance (HCAO) The successful proposer will be required to agree to comply fully with and be bound by

the provisions of the Health Care Accountability Ordinance (HCAO), as set forth in S.F. Administrative Code Chapter 12Q. Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the HCAO is available on the web at www.sfgov.org/olse/hcao.

E. First Source Hiring Program (FSHP) If the contract is for more than $50,000, then the First Source Hiring Program (Admin.

Code Chapter 83) may apply. Generally, this ordinance requires contractors to notify the First Source Hiring Program of available entry-level jobs and provide the Workforce Development System with the first opportunity to refer qualified individuals for employment.

Contractors should consult the San Francisco Administrative Code to determine their compliance obligations under this chapter. Additional information regarding the FSHP is available on the web at http://oewd.org/first-sourceand from the First Source Hiring Administrator, (415) 701-4848.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 17 of 18 July 31, 2017

F. Conflicts of Interest The successful proposer will be required to agree to comply fully with and be bound by

the applicable provisions of state and local laws related to conflicts of interest, including Section 15.103 of the City's Charter, Article III, Chapter 2 of the City’s Campaign and Governmental Conduct Code, and Section 87100 et seq. and Section 1090 et seq. of the Government Code of the State of California. The successful proposer will be required to acknowledge that it is familiar with these laws; certify that it does not know of any facts that constitute a violation of said provisions; and agree to immediately notify the City if it becomes aware of any such fact during the term of the Agreement.

Individuals who will perform work for the City on behalf of the successful proposer might be deemed consultants under state and local conflict of interest laws. If so, such individuals will be required to submit a Statement of Economic Interests, California Fair Political Practices Commission Form 700, to the City within 10 calendar days of the City notifying the successful proposer that the City has selected the proposer.

RFP for DEM - Crisis Information Management System (CIMS)

P-590 (4-17) 18 of 18 July 31, 2017

VIII. Protest Procedures A. Protest of Non-Responsiveness Determination Within five working days of the City's issuance of a notice of non-responsiveness, any

firm that has submitted a proposal and believes that the City has incorrectly determined that its proposal is non-responsive may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day following the City's issuance of the notice of non-responsiveness. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest.

B. Protest of Non-Responsible Determination Within five working days of the City's issuance of a notice of a determination of non-

responsibility, a vendor that would otherwise be the lowest responsive proposer may submit a written notice of protest. The vendor will be notified of any evidence reflecting upon their responsibility received from others or adduced as a result of independent investigation. The vendor will be afforded an opportunity to rebut such adverse evidence, and will be permitted to present evidence that they are qualified to perform the contract. Such notice of protest must be received by the City on or before the fifth working day following the City's issuance of the notice of non-responsibility. The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest.

C. Protest of Contract Award Within five working days of the City's issuance of a notice of intent to award the contract,

any firm that has submitted a responsive proposal and believes that the City has incorrectly selected another proposer for award may submit a written notice of protest. Such notice of protest must be received by the City on or before the fifth working day after the City's issuance of the notice of intent to award.

The notice of protest must include a written statement specifying in detail each and every one of the grounds asserted for the protest. The protest must be signed by an individual authorized to represent the proposer, and must cite the law, rule, local ordinance, procedure or RFP provision on which the protest is based. In addition, the protestor must specify facts and evidence sufficient for the City to determine the validity of the protest.

D. Delivery of Protests All protests must be received by the due date. If a protest is mailed, the protestor bears

the risk of non-delivery within the deadlines specified herein. Protests should be transmitted by a means that will objectively establish the date the City received the protest. Protests or notice of protests made orally (e.g., by telephone) will not be considered. Protests must be delivered to: City and County of San Francisco

Department of Emergency Management Attn: Emily Wang 30 Van Ness Avenue, Suite 3300 San Francisco, CA 94102

RFP for DEM - Crisis Information Management System (CIMS)

Appendix A P-590 (4-17) 1 of 2 [date]

Appendix A

Standard Forms

A. How to become Eligible to Do Business with the City:

Before the City can award any contract to a contractor, all vendors must meet the minimum requirements described below. There may be additional requirements placed upon a vendor depending on the type of good or service to be purchased.

B. Mandatory Forms:

At a minimum, in order to become eligible to do business with the City, a vendor must submit the following documents to the Vendor Support Division via the City’s supplier portal located at https://sfcitypartner.sfgov.org/ :

1. Vendor Application Packet (includes New Vendor Number Request Form and IRS Form W-9) 2. CCSF Vendor - Business Registration (Electronic Submission - you must have a vendor number

to complete) 3. CMD 12B-101 Declaration of Nondiscrimination in Contracts and Benefits

C. Vendor Eligibility and Invoice Payment:

Vendors must have a City-issued vendor number, have all compliance paperwork submitted and approved by the City, and have an executed contract or purchase order before payments can be made. Once a vendor number has been assigned, an email notification will be provided by the City's Vendor File Support Division. This notification will include instructions on how to sign up to receive payments through the City's supplier portal located at https://sfcitypartner.sfgov.org/ .

D. Vendor Eligibility Forms:

Form Purpose/Info Routing

CCSF Vendor - Business Registration (Electronic Submission - you must have a vendor number to complete)

This declaration is required for city vendors to determine if you are required to obtain a Business Registration Certificate.

https://sfcitypartner.sfgov.org/

Declaration of Nondiscrimination in Contracts and Benefits with supporting documentation (Form CMD-12B-101)

This Declaration is used by the City’s Contract Monitoring Division to determine if a vendor offers benefits to employees. When a vendor offers benefits, it must be verified that all benefits, including insurance plans and leaves, are offered equally to employees with spouses and employees with

https://sfcitypartner.sfgov.org/

RFP for DEM - Crisis Information Management System (CIMS)

Appendix A P-590 (4-17) 2 of 2 [date]

domestic partners. For more information and assistance, please visit the City Administrator’s Contract Monitoring Division Equal Benefits web page.

Vendor Profile Application Includes New Vendor Number Request Form and IRS Form W-9.

https://sfcitypartner.sfgov.org/

E. Supplemental Forms:

Form: Required If:

Minimum Compensation Ordinance (MCO) Declaration ( pdf)

You have at least $25,000 ($50,000 for non-profit organizations) in cumulative annual business with a City department or departments and have more than 5 employees, including employees of any parent, subsidiaries and subcontractors.

Health Care Accountability Ordinance (HCAO) Declaration ( pdf)

You have at least $25,000 ($50,000 for non-profit organizations) in cumulative annual business with a City department or departments and have more than 20 employees (more than 50 employees for nonprofit organizations), including employees of any parent, subsidiaries or subcontractors.

Insurance Requirements (pdf) The solicitation requires the successful proposer to demonstrate proof of insurance.

Payment (Labor and Material) Bond (pdf)

The solicitation requires the awarded vendor to post a Payment (Labor and Material) bond.

Performance Bond (pdf) The solicitation requires the awarded vendor to post a Performance bond.

Local Business Enterprise Program Application (Contract Monitoring Division)

You desire to participate in the City’s Local Business Enterprise Program which helps certain financially disadvantaged businesses increase their ability to compete effectively for City contracts

For further guidance, refer to the City’s supplier training videos that are located online at: https://sfcitypartner.sfgov.org/ .

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 1 of 18 [agreement date]

Appendix B – SAMPLE CONTRACT

City and County of San Francisco Office of Contract Administration

Purchasing Division City Hall, Room 430

1 Dr. Carlton B. Goodlett Place San Francisco, California 94102-4685

SOFTWARE LICENSE AGREEMENT

BETWEEN THE CITY AND COUNTY OF SAN FRANCISCO AND

[Insert name of contractor]

This agreement (the “Agreement”) is made this ___________ day of ___________, 20_____, in the City and County of San Francisco, State of California, by and between: [insert name and address of Contractor], hereinafter referred to as “Contractor,” and the City and County of San Francisco, a municipal corporation, hereinafter referred to as “City,” acting by and through its Director of the Office of Contract Administration, hereinafter referred to as “Purchasing.”

Recitals WHEREAS, the Department of Emergency Management wishes to license certain software from Contractor; and, WHEREAS, Contractor represents and warrants that it is qualified to provide such software and services required by City as set forth under this Agreement. Now, THEREFORE, the parties agree as follows:

1. Definitions. Where any word or phrase defined below, or a pronoun used in place thereof, is used in any part of this Agreement, it shall have the meaning herein set forth.

Acceptance Notice from the City to Contractor that the Licensed Software meets the specifications contained in the Documentation. City’s Acceptance of the Licensed Software shall be governed by the procedures set forth in Section 7.

Agreement This document and any attached appendices and exhibits, including any future written and executed amendments.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 2 of 18 [agreement date]

Authorization; Authorization document

This Agreement, a Blanket Purchase Order, Contract Order, or Purchase Order of the City, properly executed by Department of Emergency Management and Purchasing, and certified by the Controller for the specific funding of this Agreement or any modification thereof.

Designated CPU Any central processing unit or attached processor complex, including its peripheral units, described in the Authorization Document. The Authorization Document may designate more than one CPU.

Designated site The facility or facilities specified in Appendix A, attached hereto and incorporated by reference as though fully set forth herein, or any other facility as the parties may designate from time to time in writing, where the Designated CPU is located.

Documentation The technical publications relating to the use of the Licensed Software, such as reference, installation, administrative and programmer manuals, provided by Contractor to City.

Licensed software One or more of the proprietary computer software programs identified in the Authorization Document, all related materials, Documentation, all corrections, patches or updates thereto, and other written information received by City from Contractor, whether in machine-readable or printed form. The Authorization Document may identify more than one software product or more than one copy of any product.

Object code Machine readable compiled form of Licensed Software provided by Contractor.

Source code The human readable compliable form of the Licensed Software to be provided by Contractor.

Specifications The functional and operational characteristics of the Licensed Software as described in Contractor’s current published product descriptions and technical manuals

Whenever the words “as directed,” “as required,” “as permitted,” or words of like effect are used, it shall be understood as the direction, requirement, or permission of the Department of Emergency Management. The words “sufficient,” “necessary,” or “proper,” and the like, mean sufficient, necessary or proper in the judgment of the Department of Emergency Management, unless otherwise indicated by the context.

2. Certification of Funds; Budget and Fiscal Provisions; Termination in the Event of Non-Appropriation. This Agreement is subject to the budget and fiscal provisions of the City’s Charter. Charges will accrue only after prior written authorization certified by the Controller,

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 3 of 18 [agreement date]

and the amount of City’s obligation hereunder shall not at any time exceed the amount certified for the purpose and period stated in such advance authorization. This Agreement will terminate without penalty, liability or expense of any kind to City at the end of any fiscal year if funds are not appropriated for the next succeeding fiscal year. If funds are appropriated for a portion of the fiscal year, this Agreement will terminate, without penalty, liability or expense of any kind at the end of the term for which funds are appropriated. City has no obligation to make appropriations for this Agreement in lieu of appropriations for new or other agreements. City budget decisions are subject to the discretion of the Mayor and the Board of Supervisors. Contractor’s assumption of risk of possible non-appropriation is part of the consideration of this Agreement.

THIS SECTION CONTROLS AGAINST ANY AND ALL OTHER PROVISIONS OF THIS AGREEMENT.

3. Term of the Agreement. Subject to Section 5, the license granted under this Agreement shall commence upon acceptance of the Licensed Software and shall continue in perpetuity unless sooner terminated in accordance with the provisions of this Agreement.

4. Effective Date of the Agreement. This Agreement shall become effective when the Controller has certified to the availability of funds and Contractor has been notified in writing.

5. License a. Grant of License. Subject to the terms and conditions of this Agreement,

Contractor grants City a non-exclusive and non-transferable [specify perpetual or limited term] license to use the Licensed Software. City acknowledges and agrees that the Licensed Software is the proprietary information of Contractor and that this Agreement grants City no title or right of ownership in the Licensed Software.

Contractor agrees that in the event it discontinues its obligations under the terms of this Agreement, except as expressly provided for in Section 30(Termination), or ceases to market and/or provide maintenance and support for the Licensed Software, and there is no successor in interest by merger, operation of law, assignment, purchase, or otherwise, it will provide City, without charge, one (1) copy of the then-current Source Code for all of the programs and all supporting Documentation for the Licensed Software then operating and installed at City’s locations. If City should obtain the Source Code and the Documentation pursuant to this section, the only use made of the Source Code and the Documentation will be for the proper maintenance of the Licensed Software in connection with City’s use of the Licensed Software as provided for, and limited by, the provisions of this Agreement.

In furtherance of its obligations as stated above, Contractor will provide to City a copy of the Source Code which corresponds to the most current version of the Licensed Software. Contractor agrees to update, enhance or otherwise modify such Source Code promptly upon its release of a new version of the Licensed Software to its other Licensees such that the Source Code is maintained as corresponding to the newest released version of the Licensed Software. City’s right to possession of the Source Code will be governed by Appendix A.

b. Restrictions on Use. City is authorized to use the Licensed Software only for City’s internal purposes and only on the Designated CPU or the Designated Site specified in the Authorization Document. City agrees that it will, through its best efforts, not use or permit the Licensed Software to be used in any manner, whether directly or indirectly, that would enable

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 4 of 18 [agreement date]

any other person or entity to use the Licensed Software on other than the Designated CPU or Site.

c. Use on other than Designated CPU or Site. A single back-up or replacement CPU may be used as a substitute for a Designated CPU at any time, provided that City provides Contractor with written notice of such hardware substitution, including information regarding the replacement hardware as required for the Designated CPU pursuant to this Agreement, that City refrain from using the Licensed Software simultaneously on both the Designated CPU and the substitute CPU, and that the Licensed Software be removed from or rendered inoperable on the Designated CPU by the City in a timely manner subsequent to installation of the Licensed Software upon the substitute CPU.

For the purpose of any bona fide City disaster recovery plan or with respect to the use of computer software in its municipal operations, City may make one copy of the Licensed Software for archival purposes and use such archival copy on a CPU other than the Designated CPU, or at a site other than the Designated Site, so long as such alternative CPU or site is owned or controlled by City. The use of such archival copy shall be limited to (1) the purpose of conducting limited testing of the disaster recovery plan’s procedures and effectiveness and (2) during any period subsequent to the occurrence of an actual disaster during which the City cannot operate the Licensed Software on the Designated CPU or at the Designated Site. City agrees to furnish evidence of its disaster recovery plan and procedures upon Contractor’s request.

d. Transfer of Products. City may move the Licensed Software and supporting materials to another City site which physically replaces the original installation site upon prior written notice to Contractor.

e. Documentation. Contractor shall provide City with the Licensed Software specified in the Authorization Document, and a minimum of two copies of the Documentation per installation. Contractor grants to City permission to duplicate all printed Documentation for City’s internal use.

f. Proprietary Markings. City agrees not to remove or destroy any proprietary markings or proprietary legends placed upon or contained within the Licensed Software or any related materials or Documentation.

g. Authorized Modification. City shall also be permitted to develop, use and modify Application Program Interfaces (API’s), macros and user interfaces. For purposes of this Agreement, such development shall be deemed an authorized modification. Any such APIs, macros or other interfaces developed by the City shall become the property of the City.

6. Delivery a. Delivery. One copy of each of the Licensed Software products in computer

readable form shall be shipped to the City not later than [insert date, or the date specified in Appendix A]. Program storage media (magnetic tapes, disks and the like) and shipping shall be provided at no charge by Contractor.

b. Installation. Contractor shall install the programs by [insert date]. c. Risk of Loss. If any of the Licensed Software products are lost or damaged

during shipment or before installation is completed, Contractor shall promptly replace such products, including the replacement of program storage media if necessary, at no additional

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 5 of 18 [agreement date]

charge to the City. If any of the Licensed Software products are lost or damaged while in the possession of the City, Contractor will promptly replace such products without charge, except for program storage 7. Acceptance Testing. After Contractor has installed the Licensed Software, the City shall have a period of [insert number] days (“Acceptance Testing Period”) from the date of installation to verify that the licensed software substantially performs to the specifications contained in the Documentation. In the event that the City determines that the Licensed Software does not meet such specifications, the City shall notify the Contractor in writing, and Contractor shall modify or correct the Licensed Software so that it satisfies the Acceptance criteria. The date of Acceptance will be that date upon which City provides Contractor with written notice of satisfactory completion of Acceptance testing. If City notifies Contractor after the Acceptance Testing Period that the Licensed Software does not meet the Acceptance criteria of this section, then City shall be entitled to terminate this License in accordance with the procedures specified in Section 30(b) herein, and shall be entitled to a full refund of the license fee.

8. Training. Contractor will provide up to [insert number] days of training in the use and operation of the Licensed Software at [specify location for training, probably City’s or contractor’s premises]. Upon request by the City, Contractor will provide additional training at its current best government rates.

9. Contractor’s Default. Failure or refusal of Contractor to perform or do any act herein required shall constitute a default. In the event of any default, in addition to any other remedy available to City, this Contract may be terminated by City upon ten days written notice. Such termination does not waive any other legal remedies available to City.

10. Maintenance and Support a. Maintenance and Support Services. After Acceptance of the Licensed Software and

subject to the terms, conditions, and charges set forth in this Section, Contractor will provide City with maintenance and support services for the Licensed Software as follows: (i) Contractor will provide such assistance as necessary to cause the Licensed Software to perform in accordance with the Specifications as set forth in the Documentation; (ii) Contractor will provide, for City’s use, whatever improvements, enhancements, extensions and other changes to the Licensed Software Contractor may develop, and (iii) Contractor will update the Licensed Software, as required, to cause it to operate under new versions or releases of the operating system specified in the Authorization Document so long as such updates are made generally available to Contractor’s other Licensees.

b. Changes in Operating System. If City desires to obtain a version of the Licensed Software that operates under an operating system not specified in the Authorization Document, Contractor will provide City with the appropriate version of the Licensed Software, if available, on a 90-day trial basis without additional charge, provided City has paid all maintenance and support charges then due. At the end of the 90-day trial period, City must elect one of the following three options: (i) City may retain and continue the old version of the Licensed Software, return the new version to Contractor and continue to pay the applicable rental or license fee and maintenance charges for the old version; (ii) City may retain and use the new version of the Licensed Software and return the old version to Contractor, provided City pays Contractor the applicable rental or license fee and maintenance charges for the new version of

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 6 of 18 [agreement date]

the Licensed Software; or (iii) City may retain and use both versions of the Products, provided City pays Contractor the applicable rental or license fee and maintenance charges for both versions of the Licensed Software. City will promptly issue the necessary Authorization Document(s) to accomplish the above.

c. Charges 1) Limited Term License. When the license term specified in the Authorization

Document is less than perpetual, all charges for maintenance and support are included in the periodic license or rental fee.

2) Perpetual License. Where the license term specified in the Authorization Document is perpetual, all charges for maintenance and support are as follows:

(a) Periodic Payment License. If the license fee specified in the Authorization Document is payable in periodic payments, there will be no additional charge for maintenance and support during the period for which such periodic payments are payable or the first year of the term, whichever is longer.

(b) Lump Sum Payment Licenses. If the license fee specified in the Authorization Document is payable in one lump sum, there will be no additional charge for the maintenance and support during the first year of the term.

d. Charges for Subsequent Years. For each year after the period for which periodic payments are payable, or each year after the first year of the lump sum payment license, as the case may be, Contractor will continue to provide City with the maintenance and support services as described in subsection A above, provided City issues a purchase order or modification to this License Agreement and pays Contractor in advance the annual maintenance and support charges then in effect. If there is an increase in annual maintenance and support charges, Contractor shall give City written notice of such increase at least thirty (30) days prior to the expiration of the applicable maintenance period. Annual maintenance and support charges shall not increase more than [insert percentage] % of the rate of the year immediately prior to such increase. Contractor will make maintenance and support services available to City for a minimum of [insert number] years.

11. Warranties: Right to Grant License. Contractor hereby warrants that it has title to and/or the authority to grant a license of the Licensed Software to the City.

12. Warranties: Conformity to Specifications. Contractor warrants that when the Licensed Software specified in the Authorization Document and all updates and improvements to the Licensed Software are delivered to City, they will be free from defects as to design, material, and workmanship and will perform on the Designated CPU in accordance with the Contractor’s published specifications for the Licensed Software for a period of [insert number] days from City’s Acceptance of such Licensed Software.

13. Infringement Indemnification. If notified promptly in writing of any judicial action brought against City based on an allegation that City’s use of the Licensed Software infringes a patent, copyright, or any right of a third party or constitutes misuse or misappropriation of a trade secret or any other right in intellectual property (Infringement), Contractor will hold City harmless and defend such action at its own expense. Contractor will pay the costs and damages awarded in any such action or the cost of settling such action, provided that Contractor shall have

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 7 of 18 [agreement date]

sole control of the defense of any such action and all negotiations or its settlement or compromise. If notified promptly in writing of any informal claim (other than a judicial action) brought against City based on an allegation that City’s use of the Licensed Software constitutes Infringement, Contractor will pay the costs associated with resolving such claim and will pay the settlement amount (if any), provided that Contractor shall have sole control of the resolution of any such claim and all negotiations for its settlement.

In the event a final injunction is obtained against City’s use of the Licensed Software by reason of Infringement, or in Contractor’s opinion City’s use of the Licensed Software is likely to become the subject of Infringement, Contractor may at its option and expense: (a) procure for City the right to continue to use the Licensed Software as contemplated hereunder, (b) replace the Licensed Software with a non-infringing, functionally equivalent substitute Licensed Software, or (c) suitably modify the Licensed Software to make its use hereunder non-infringing while retaining functional equivalency to the unmodified version of the Licensed Software. If none of these options is reasonably available to Contractor, then the applicable Authorization Document or relevant part of such Authorization Document may be terminated at the option of either party hereto and Contractor shall refund to City all amounts paid under this Agreement for the license of such infringing Licensed Software. Any unauthorized modification or attempted modification of the Licensed Software by City or any failure by City to implement any improvements or updates to the Licensed Software, as supplied by Contractor, shall void this indemnity unless City has obtained prior written authorization from Contractor permitting such modification, attempted modification or failure to implement. Contractor shall have no liability for any claim of Infringement based on City’s use or combination of the Licensed Software with products or data of the type for which the Licensed Software was neither designed nor intended to be used.

14. Payment. Compensation shall be due and payable within 45 days of the date of invoice. In no event shall the amount of this Agreement exceed [give dollar amount in number and words – no pennies and no “.00”]. The breakdown of costs associated with this Agreement is provided for in Appendix A. No charges shall be incurred under this Agreement nor shall any payments become due to Contractor until Licensed Software, [insert “and services” if appropriate] required under this Agreement are received from Contractor and approved by [insert name of department] as being in accordance with this Agreement.

In no event shall City be liable for interest or late charges for any late payments.

15. Guaranteed Maximum Costs. The City’s obligation hereunder shall not at any time exceed the amount certified by the Controller for the purpose and period stated in such certification. Except as may be provided by City ordinances governing emergency conditions, the City and its employees and officers are not authorized to request Contractor to perform services or to provide materials, equipment and supplies that would result in Contractor performing services or providing materials, equipment and supplies that are beyond the scope of the services, materials, equipment and supplies agreed upon in the contract unless the agreement is amended in writing and approved as required by law to authorize additional services, materials, equipment or supplies. The City is not required to reimburse Contractor for services, materials, equipment or supplies that are provided by Contractor which are beyond the scope of the services, materials, equipment and supplies agreed upon in the contract and which were not approved by a written amendment to the agreement having been lawfully executed by the City.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 8 of 18 [agreement date]

The City and its employees and officers are not authorized to offer or promise to Contractor additional funding for the contract which would exceed the maximum amount of funding provided for in the contract for Contractor’s performance under the contract. Additional funding for the contract in excess of the maximum provided in the contract shall require lawful approval and certification by the Controller of the City and County of San Francisco. The City is not required to honor any offered or promised additional funding for a contract which exceeds the maximum provided in the contract which requires lawful approval and certification of the Controller when the lawful approval and certification by the Controller has not been obtained. The Controller is not authorized to make payments on any contract for which funds have not been certified as available in the budget or by supplemental appropriation.

16. Invoice Format. Invoices furnished by Contractor under this Agreement must be in a form acceptable to the Controller, and must include a unique identifying number. All amounts paid by City to Contractor shall be subject to audit by City. Payment shall be made by City to Contractor at the address specified in the section entitled “Notices to the Parties.”

17. Submitting False Claims; Monetary Penalties. Pursuant to San Francisco Administrative Code §21.35, any contractor, subcontractor or consultant who submits a false claim shall be liable to the City for the statutory penalties set forth in that section. A contractor, subcontractor or consultant will be deemed to have submitted a false claim to the City if the contractor, subcontractor or consultant: (a) knowingly presents or causes to be presented to an officer or employee of the City a false claim or request for payment or approval; (b) knowingly makes, uses, or causes to be made or used a false record or statement to get a false claim paid or approved by the City; (c) conspires to defraud the City by getting a false claim allowed or paid by the City; (d) knowingly makes, uses, or causes to be made or used a false record or statement to conceal, avoid, or decrease an obligation to pay or transmit money or property to the City; or (e) is a beneficiary of an inadvertent submission of a false claim to the City, subsequently discovers the falsity of the claim, and fails to disclose the false claim to the City within a reasonable time after discovery of the false claim.

18. Taxes. Payment of any taxes, including possessory interest taxes, and California sales and use taxes, levied upon this Agreement, the transaction, or the services delivered pursuant hereto, shall be the obligation of Contractor.

19. Payment Does Not Imply Acceptance of Work. The granting of any payment by City, or the receipt thereof by Contractor, shall in no way lessen the liability of Contractor to replace unsatisfactory work, the Licensed Software, although the unsatisfactory character of such work, or Licensed Software may not have been apparent or detected at the time such payment was made. Software, components, or workmanship that do not conform to the requirements of this Agreement may be rejected by City and in such case must be replaced by Contractor without delay.

20. Qualified Personnel. Work under this Agreement shall be performed only by competent personnel under the supervision of and in the employment of Contractor. Contractor will comply with City's reasonable requests regarding assignment of personnel, but all personnel, including those assigned at City's request, must be supervised by Contractor.

21. Responsibility for Equipment. City shall not be responsible for any damage to persons or property as a result of the use, misuse or failure of any equipment used by Contractor, or by any of its employees, even though such equipment be furnished, rented or loaned to Contractor

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 9 of 18 [agreement date]

by City. The acceptance or use of such equipment by Contractor or any of its employees means that Contractor accepts full responsibility for and agrees to exonerate, indemnify, defend and save harmless City from and against any and all claims for any damage or injury of any type arising from the use, misuse or failure of such equipment, whether such damage be to Contractor, its employees, City employees or third parties, or to property belonging to any of the above.

22. Independent Contractor; Payment of Taxes and Other Expenses a. Independent Contractor. Contractor or any agent or employee of Contractor shall be

deemed at all times to be an independent contractor and is wholly responsible for the manner in which it performs the services and work requested by City under this Agreement. Contractor or any agent or employee of Contractor shall not have employee status with City, nor be entitled to participate in any plans, arrangements, or distributions by City pertaining to or in connection with any retirement, health or other benefits that City may offer its employees. Contractor or any agent or employee of Contractor is liable for the acts and omissions of itself, its employees and its agents. Contractor shall be responsible for all obligations and payments, whether imposed by federal, state or local law, including, but not limited to, FICA, income tax withholdings, unemployment compensation, insurance, and other similar responsibilities related to Contractor's performing services and work, or any agent or employee of Contractor providing same. Nothing in this Agreement shall be construed as creating an employment or agency relationship between City and Contractor or any agent or employee of Contractor. Any terms in this Agreement referring to direction from City shall be construed as providing for direction as to policy and the result of Contractor’s work only, and not as to the means by which such a result is obtained. City does not retain the right to control the means or the method by which Contractor performs work under this Agreement.

b. Payment of Taxes and Other Expenses. Should City, in its discretion, or a relevant taxing authority such as the Internal Revenue Service or the State Employment Development Division, or both, determine that Contractor is an employee for purposes of collection of any employment taxes, the amounts payable under this Agreement shall be reduced by amounts equal to both the employee and employer portions of the tax due (and offsetting any credits for amounts already paid by Contractor which can be applied against this liability). City shall then forward those amounts to the relevant taxing authority. Should a relevant taxing authority determine a liability for past services performed by Contractor for City, upon notification of such fact by City, Contractor shall promptly remit such amount due or arrange with City to have the amount due withheld from future payments to Contractor under this Agreement (again, offsetting any amounts already paid by Contractor which can be applied as a credit against such liability). A determination of employment status pursuant to the preceding two paragraphs shall be solely for the purposes of the particular tax in question, and for all other purposes of this Agreement, Contractor shall not be considered an employee of City. Notwithstanding the foregoing, should any court, arbitrator, or administrative authority determine that Contractor is an employee for any other purpose, then Contractor agrees to a reduction in City’s financial liability so that City’s total expenses under this Agreement are not greater than they would have been had the court, arbitrator, or administrative authority determined that Contractor was not an employee.

23. Insurance

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 10 of 18 [agreement date]

a. Without in any way limiting Contractor’s liability pursuant to the “Indemnification” section of this Agreement, Contractor must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverages:

1) Workers’ Compensation, in statutory amounts, with Employers’ Liability Limits not less than $1,000,000 each accident, injury, or illness; and

2) Commercial General Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations; and

3) Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence Combined Single Limit for Bodily Injury and Property Damage, including Owned, Non-Owned and Hired auto coverage, as applicable.

b. Commercial General Liability and Commercial Automobile Liability Insurance policies must be endorsed to provide:

1) Name as Additional Insured the City and County of San Francisco, its Officers, Agents, and Employees.

2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought.

c. Regarding Workers’ Compensation, Contractor hereby agrees to waive subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors.

d. All policies shall provide thirty days’ advance written notice to the City of reduction or nonrenewal of coverages or cancellation of coverages for any reason. Notices shall be sent to the City address in the “Notices to the Parties” section.

e. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of three years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies.

f. Should any of the required insurance be provided under a form of coverage that includes a general annual aggregate limit or provides that claims investigation or legal defense costs be included in such general annual aggregate limit, such general annual aggregate limit shall be double the occurrence or claims limits specified above.

g. Should any required insurance lapse during the term of this Agreement, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this Agreement, effective as of the lapse date. If insurance is not reinstated, the City may, at its sole option, terminate this Agreement effective on the date of such lapse of insurance.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 11 of 18 [agreement date]

h. Before commencing any operations under this Agreement, Contractor shall furnish to City certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VIII or higher, that are authorized to do business in the State of California, and that are satisfactory to City, in form evidencing all coverages set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement.

i. Approval of the insurance by City shall not relieve or decrease the liability of Contractor hereunder.

j. (Reserved)

k. Any of the terms of conditions of this Section 23 may be waived by the City’s Risk Manager in writing, and attached to this Agreement as Appendix C. Such waiver is fully incorporated herein. The waiver shall waive only the requirements that are expressly identified and waived, and under such terms and conditions as stated in the waiver.

24. Indemnification and General Liability. Contractor shall indemnify and save harmless City and its officers, agents and employees from, and, if requested, shall defend them against any and all loss, cost, damage, injury, liability, and claims thereof for injury to or death of a person, including employees of Contractor or loss of or damage to property, arising directly or indirectly from Contractor’s performance of this Agreement, except to the extent that such indemnity is void or otherwise unenforceable under applicable law in effect on or validly retroactive to the date of this Agreement and except where such loss, damage, injury, liability or claim is the result of active negligence or willful misconduct of City and in not contributed to by any act of, or by any omission to perform some duty imposed by law or agreement on Contractor, its subcontractors or either’s agent or employee. The foregoing indemnity shall include, without limitation, reasonable fees of attorneys, consultants and experts and related costs and City’s costs of investigating any claims against the City. In addition to Contractor’s obligation to indemnify City, Contractor specifically acknowledges and agrees that it has an immediate and independent obligation to defend City from any claim which actually or potentially falls within this indemnification provision, even if the allegations are or may be groundless, false or fraudulent, which obligation arises at the time such claim is tendered to Contractor by City and continues at all times thereafter.

25. Incidental and Consequential Damages. Contractor shall be responsible for incidental and consequential damages resulting in whole or in part from Contractor’s acts or omissions. Nothing in this Agreement shall constitute a waiver of limitation of any rights which City may have under applicable law.

26. Liability of City. CITY’S PAYMENT OBLIGATIONS UNDER THIS AGREEMENT SHALL BE LIMITED TO THE PAYMENT OF THE COMPENSATION PROVIDED FOR IN SECTION 14 OF THIS AGREEMENT. NOTWITHSTANDING ANY OTHER PROVISION OF THIS AGREEMENT, IN NO EVENT SHALL CITY BE LIABLE, REGARDLESS OF WHETHER ANY CLAIM IS BASED ON CONTRACT OR TORT, FOR ANY SPECIAL, CONSEQUENTIAL, INDIRECT OR INCIDENTAL DAMAGES, INCLUDING, BUT NOT LIMITED TO, LOST PROFITS, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE SERVICES PERFORMED IN CONNECTION WITH THIS AGREEMENT.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 12 of 18 [agreement date]

27. Nondisclosure. City agrees that it shall treat the Licensed Software with the same degree of care as it treats like information of its own, which it does not wish to disclose to the public, from the date the Licensed Software is accepted by the City until the license is terminated as provided herein. The obligations of the City set forth above, however, shall not apply to the Licensed Software, or any portion thereof, which:

a. is now or hereafter becomes publicly known;

b. is disclosed to the City by a third party which the City has no reason to believe is not legally entitled to disclose such information;

c. is known to the City prior to its receipt of the Licensed Software;

d. is subsequently developed by the City independently of any disclosures made hereunder by Contractor;

e. is disclosed with Contractor’s prior written consent;

f. is disclosed by Contractor to a third party without similar restrictions.

28. Proprietary or Confidential Information of City. Contractor understands and agrees that, in the performance of the work or services under this Agreement or in contemplation thereof, Contractor may have access to private or confidential information which may be owned or controlled by City and that such information may contain proprietary or confidential details, the disclosure of which to third parties may be damaging to City. Contractor agrees that all information disclosed by City to Contractor shall be held in confidence and used only in the performance of the Agreement. Contractor shall exercise the same standard of care to protect such information as a reasonably prudent Contractor would use to protect its own proprietary data.

29. Protection of Private Information. Contractor has read and agrees to the terms set forth in San Francisco Administrative Code Sections 12M.2, “Nondisclosure of Private Information,” and 12M.3, “Enforcement” of Administrative Code Chapter 12M, “Protection of Private Information,” which are incorporated herein as if fully set forth. Contractor agrees that any failure of Contactor to comply with the requirements of Section 12M.2 of this Chapter shall be a material breach of the Contract. In such an event, in addition to any other remedies available to it under equity or law, the City may terminate the Contract, bring a false claim action against the Contractor pursuant to Chapter 6 or Chapter 21 of the Administrative Code, or debar the Contractor.

30. Termination a. Basis for Termination by Contractor. Contractor shall have the right to terminate

this Agreement if City is delinquent in making payments of any sum due under this Agreement and continues to be delinquent for a period of ninety days after the last day payment is due; provided, however, that written notice is given to City by Contractor of the expiration date of the ninety-day delinquency period at least ten days prior to the expiration date or, to terminate this Agreement if City commits any other breach of this Agreement and fails to remedy such breach within thirty days after receipt of written notice by Contractor of such breach.

b. Basis for Termination by City. City shall have the right, without further obligation or liability to Contractor (except as specified in Sections 29 (Protection of Private Information)

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 13 of 18 [agreement date]

and 30(c) (Disposition of Licensed Software on Termination) hereof): (i) to immediately terminate this Agreement or the applicable Authorization Document if Contractor commits any breach of this Agreement and fails to remedy such breach within thirty (30) days after written notice by City of such breach, in which event, Contractor shall reimburse City in the same manner as for the removal of the Licensed Software due to infringement under Section 13; or (ii) to terminate this Agreement or the applicable Authorization Document upon ninety (90) days prior written notice for any reason if the license granted hereunder is for any term other than perpetual. In the event the license granted is perpetual, termination of this Agreement or the applicable Authorization Document by City shall be effective upon receipt by Contractor of written notice of said termination.

c. Disposition of Licensed Software on Termination. Upon the expiration or termination of this Agreement or an applicable Authorization Document for any reason other than as provided for in Section 5(a) (Grant of License), City shall immediately: (i) return the Licensed Software to Contractor together with all Documentation; (ii) purge all copies of the Licensed Software or any portion thereof from all CPU’s and from any computer storage medium or device on which City has placed or permitted others to place the Licensed Software; and (iii) give Contractor written certification that through its best efforts and to the best of its knowledge, City has complied with all of its obligations under Section 30(c).

d. Survival. This section and the following sections of this Agreement shall survive termination of expiration of this Agreement:

13. Infringement Indemnification. 27 Nondisclosure. 17 Submitting False Claims; Monetary

Penalties. 28 Proprietary or Confidential Information of City

18 Taxes 29 Protection of Private Information. 19 Payment Does Not Imply Acceptance of

Work. 39 Non-Waiver of Rights.

21 Responsibility for Equipment 40 Modification of Agreement 22 Independent Contractor; Payment of

Taxes and Other Expenses 41 Administrative Remedy for

Agreement Interpretation 23 Insurance 42 Agreement Made in California;

Venue. 24 Indemnification and General Liability. 43 Construction 25 Incidental and Consequential Damages. 44 Entire Agreement 26 Liability of City 49 Homeland Security Grant

Requirements (Incl, Appendix C)

31. Notice to the Parties. Unless otherwise indicated elsewhere in this Agreement, all written communications sent by the parties may be by U.S. mail, and e-mail, and shall be addressed as follows:

To City: [name and title of department contact person] [name of department] [mailing address] [e-mail address; fax number is optional]

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 14 of 18 [agreement date]

To Contractor: [name of contractor] [mailing address] [e-mail address; fax number is optional] Either party may change the address to which notice is to be sent by giving written notice thereof to the other party. If e-mail notification is used, the sender must specify a Receipt notice. Any notice of default must be sent by registered mail.

32. Bankruptcy. In the event that either party shall cease conducting business in the normal course, become insolvent, make a general assignment for the benefit of creditors, suffer or permit the appointment of a receiver for its business or assets or shall avail itself of, or become subject to, any proceeding under the Federal Bankruptcy Act or any other statute of any state relating to insolvency or the protection of rights of creditors, then at the option of the other party this Agreement shall terminate and be of no further force and effect.

33. Subcontracting. Contractor is prohibited from subcontracting this Agreement or any part of it unless such subcontracting is first approved by City in writing. Neither party shall, on the basis of this Agreement, contract on behalf of or in the name of the other party. An agreement made in violation of this provision shall confer no rights on any party and shall be null and void.

34. Assignment. The services to be performed by Contractor are personal in character and neither this Agreement nor any duties or obligations hereunder may be assigned or delegated by the Contractor unless first approved by City by written instrument executed and approved in the same manner as this Agreement.

35. Compliance with Americans with Disabilities Act. Contractor acknowledges that, pursuant to the Americans with Disabilities Act (ADA), programs, services and other activities provided by a public entity to the public, whether directly or through a contractor, must be accessible to the disabled public. Contractor shall provide the services specified in this Agreement in a manner that complies with the ADA and any and all other applicable federal, state and local disability rights legislation. Contractor agrees not to discriminate against disabled persons in the provision of services, benefits or activities provided under this Agreement and further agrees that any violation of this prohibition on the part of Contractor, its employees, agents or assigns will constitute a material breach of this Agreement.

36. Sunshine Ordinance. In accordance with San Francisco Administrative Code Section 67.24(e), contracts, contractors' bids, responses to requests for proposals and all other records of communications between City and persons or firms seeking contracts, shall be open to inspection immediately after a contract has been awarded. Nothing in this provision requires the disclosure of a private person or organization's net worth or other proprietary financial data submitted for qualification for a contract or other benefit until and unless that person or organization is awarded the contract or benefit. Information provided which is covered by this paragraph will be made available to the public upon request.

37. Limitations on Contributions. Through execution of this Agreement, Contractor acknowledges that it is familiar with section 1.126 of the City’s Campaign and Governmental Conduct Code, which prohibits any person who contracts with the City for the rendition of personal services, for the furnishing of any material, supplies or equipment, for the sale or lease

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 15 of 18 [agreement date]

of any land or building, or for a grant, loan or loan guarantee, from making any campaign contribution to (1) an individual holding a City elective office if the contract must be approved by the individual, a board on which that individual serves, or the board of a state agency on which an appointee of that individual serves, (2) a candidate for the office held by such individual, or (3) a committee controlled by such individual, at any time from the commencement of negotiations for the contract until the later of either the termination of negotiations for such contract or six months after the date the contract is approved. Contractor acknowledges that the foregoing restriction applies only if the contract or a combination or series of contracts approved by the same individual or board in a fiscal year have a total anticipated or actual value of $50,000 or more. Contractor further acknowledges that the prohibition on contributions applies to each prospective party to the contract; each member of Contractor’s board of directors; Contractor’s chairperson, chief executive officer, chief financial officer and chief operating officer; any person with an ownership interest of more than 20 percent in Contractor; any subcontractor listed in the bid or contract; and any committee that is sponsored or controlled by Contractor. Additionally, Contractor acknowledges that Contractor must inform each of the persons described in the preceding sentence of the prohibitions contained in Section 1.126. Contractor further agrees to provide to City the names of each person, entity or committee described above.

38. Conflict of Interest. Through its execution of this Agreement, Contractor acknowledges that it is familiar with the provision of Section 15.103 of the City's Charter, Article III, Chapter 2 of the City's Campaign and Governmental Code, and Section 87100 et seq. and Section 1090 et seq. of the Government Code of the State of California, and certifies that it does not know of any facts which constitutes a violation of said provisions and agrees that it will immediately notify the City if it becomes aware of any such fact during the term of this Agreement.

39. Non-Waiver of Rights. The omission by either party at any time to enforce any default or right reserved to it, or to require performance of any of the terms, covenants, or provisions hereof by the other party at the time designated, shall not be a waiver of any such default or right to which the party is entitled, nor shall it in any way affect the right of the party to enforce such provisions thereafter.

40. Modification of Agreement. This Agreement may not be modified, nor may compliance with any of its terms be waived, except by written instrument executed and approved in the same manner as this Agreement.

41. Administrative Remedy for Agreement Interpretation. Should any question arise as to the meaning and intent of this Agreement, the question shall, prior to any other action or resort to any other legal remedy, be referred to Purchasing who shall decide the true meaning and intent of the Agreement.

42. Agreement Made in California; Venue. The formation, interpretation and performance of this Agreement shall be governed by the laws of the State of California. Venue for all litigation relative to the formation, interpretation and performance of this Agreement shall be in San Francisco.

43. Construction. All paragraph captions are for reference only and shall not be considered in construing this Agreement.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 16 of 18 [agreement date]

44. Entire Agreement. This contract sets forth the entire Agreement between the parties, and supersedes all other oral or written provisions. If any provision of this Agreement is held to be unenforceable, this Agreement shall be construed without such provision.

45. Compliance with Laws. Contractor shall keep itself fully informed of the City’s Charter, codes, ordinances and regulations of the City and of all state, and federal laws in any manner affecting the performance of this Agreement, and must at all times comply with such local codes, ordinances, and regulations and all applicable laws.

46. Graffiti Removal. Reserved.

47. Food Service Waste Reduction Requirements. Contractor agrees to comply fully with and be bound by all of the provisions of the Food Service Waste Reduction Ordinance, as set forth in San Francisco Environment Code Chapter 16, including the remedies provided, and implementing guidelines and rules. The provisions of Chapter 16 are incorporated herein by reference and made a part of this Agreement as though fully set forth. This provision is a material term of this Agreement. By entering into this Agreement, Contractor agrees that if it breaches this provision, City will suffer actual damages that will be impractical or extremely difficult to determine; further, Contractor agrees that the sum of $100 liquidated damages for the first breach, $200 liquidated damages for the second breach in the same year, and $500)liquidated damages for subsequent breaches in the same year is reasonable estimate of the damage that City will incur based on the violation, established in light of the circumstances existing at the time this Agreement was made. Such amount shall not be considered a penalty, but rather agreed monetary damages sustained by City because of Contractor’s failure to comply with this provision.

48. Cooperative Drafting. This Agreement has been drafted through a cooperative effort of both parties, and both parties have had an opportunity to have the Agreement reviewed and revised by legal counsel. No party shall be considered the drafter of this Agreement, and no presumption or rule that an ambiguity shall be construed against the party drafting the clause shall apply to the interpretation or enforcement of this Agreement.

49. Homeland Security Grant Program Requirements. Contractor agrees to be bound by the terms and conditions of the document entitled “U.S. Department of Homeland Security’s Urban Areas Security Initiative Grant Program Requirements for Procurement Contracts.” Attached hereto as Appendix C and fully incorporated herein.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B – Sample Contract P-545 (8-14) 17 of 18 [agreement date]

IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day first mentioned above. CITY Recommended by: ___________________________________ [name] [title] [department] Approved as to Form: Dennis J. Herrera City Attorney By: ________________________________ [name of Deputy City Attorney] Deputy City Attorney Approved: _____________________________________ Jaci Fong Director of the Office of Contract Administration, and Purchaser

CONTRACTOR [company name] By signing this Agreement, I certify that I comply with the requirements of the Minimum Compensation Ordinance, which entitle Covered Employees to certain minimum hourly wages and compensated and uncompensated time off. I have read and understood paragraph 35, the City’s statement urging companies doing business in Northern Ireland to move towards resolving employment inequities, encouraging compliance with the MacBride Principles, and urging San Francisco companies to do business with corporations that abide by the MacBride Principles. _____________________________________ [name of authorized representative] [title] [optional: address] [optional: city, state, ZIP] City vendor number: [vendor number]

Appendices A: Services to be provided by Contractor B: Calculation of Charges C: U.S. Department of Homeland Security’s Urban Areas Security Initiative Grant Program

Requirements for Procurement Contracts C-1: Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-

Lower Tier Covered Transactions C-2: Certification Regarding Lobbying

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) A-1 [agreement date]

Appendix A

Services to be provided by Contractor Description of Services: Designated CPU(s): Designated Site(s): Other license restrictions: City’s Right to Access to Source Code: Delivery: Calculation of Charges:

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) B-1 [agreement date]

Appendix B Calculation of Charges

Personnel or Hourly Rate Flat rate for specified period (e.g., monthly, yearly) Any other applicable rates or charges under the Agreement

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-1 [agreement date]

Appendix C

U.S. Department of Homeland Security’s Urban Areas Security Initiative Grant Program Requirements for Procurement Contracts

I. Definitions

A. Agreement means the agreement between City and Contractor to which this document (Contract Provisions for Non-Federal Entity Contracts under Federal Awards) is attached and incorporated or for which Contractor has submitted a bid or proposal.

B. City means the City and County of San Francisco. C. Contractor means the individual or entity awarded a third party contract financed in

whole or in part with Federal assistance originally derived from the Federal awarding agency.

D. Government means the United States of America and any executive department or agency thereof.

E. Federal awarding agency means the Federal agency that provides a Federal award to a non-Federal entity.

F. Third Party Subcontract means a subcontract at any tier entered into by Contractor or subcontractor, financed in whole or in part with Federal assistance originally derived from the Federal awarding agency.

II. Federal Changes A. Contractor shall at all times comply with all applicable regulations, policies,

procedures and Federal awarding agency directives, including without limitation those listed directly or by reference in the Master Agreement between the City and the Federal awarding agency or in the Grant Program Guidelines, as they may be amended or promulgated from time to time during the term of this Agreement. Contractor's failure to so comply shall constitute a material breach of this contract.

B. The Contractor agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

III. Access to Records A. The Contractor agrees to provide the City, the Federal awarding agency, Inspectors

General, the Comptroller General of the United States or any their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts and transcriptions. The right also includes timely and reasonable access to personnel for the purpose of interview and discussion related to such documents. 2 CFR §200.336.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-2 [agreement date]

B. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

C. The Contractor agrees to maintain all books, records, accounts and reports required under this Agreement for a period of not less than three years after the later of: (a) the date of termination or expiration of this Agreement or (b) the date City makes final payment under this Agreement, except in the event of litigation or settlement of claims arising from the performance of this Agreement, in which case, Contractor agrees to maintain same until the City, the Federal awarding agency, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. The rights of access in this section are not limited to the required retention period but last as long as the records are retained. 2 CFR §200.333 and 2 CFR §200.336.

IV. No Federal Government Obligations to Contractor A. The City and Contractor acknowledge and agree that, notwithstanding any

concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Government, the Government is not a party to this contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

B. The Contractor agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

V. Notice of Reporting Requirements A. Contractor acknowledges that it has read and understands the reporting requirements

of the Office of Management and Budget stated in 2 CFR §200.328, and agrees to comply with any such applicable requirements.

B. The Contractor agrees to include the above clause in each third party subcontract financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

VI. Termination for Convenience of City (applicable to all contracts in excess of $10,000; 2 CFR §200 Appendix II(b))

A. City shall have the option, in its sole discretion, to terminate this Agreement, at any time during the term hereof, for convenience and without cause. City shall exercise this option by giving Contractor written notice of termination. The notice shall specify the date on which termination shall become effective

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-3 [agreement date]

B. Upon receipt of the notice, Contractor shall commence and perform, with diligence, all actions necessary on the part of Contractor to effect the termination of this Agreement on the date specified by City and to minimize the liability of Contractor and City to third parties as a result of termination. All such actions shall be subject to the prior approval of the City. Such actions shall include, without limitation: (1) Halting the performance of all services and other work under this Agreement on

the date(s) and in the manner specified by City. (2) Not placing any further orders or subcontracts for materials, services, equipment

or other items. (3) Terminating all existing orders and subcontracts. (4) At City's direction, assigning to City any or all of Contractor's right, title, and

interest under the orders and subcontracts terminated. Upon such assignment, City shall have the right, in its sole discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts.

(5) Subject to City's approval, settling all outstanding liabilities and all claims arising out of the termination of orders and subcontracts.

(6) Completing performance of any services or work that City designates to be completed prior to the date of termination specified by City.

(7) Taking such action as may be necessary, or as the City may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contractor and in which City has or may acquire an interest.

C. Within 30 days after the specified termination date, Contractor shall submit to City an invoice, which shall set forth each of the following as a separate line item: (1) The reasonable cost to Contractor, without profit, for all services and other work

City directed Contractor to perform prior to the specified termination date, for which services or work City has not already tendered payment. Reasonable costs may include a reasonable allowance for actual overhead, not to exceed a total of 10% of Contractor's direct costs for services or other work. Any overhead allowance shall be separately itemized. Contractor may also recover the reasonable cost of preparing the invoice. Taking such action as may be necessary, or as the City may direct, for the protection and preservation of any property related to this Agreement which is in the possession of Contractor and in which City has or may acquire an interest.

(2) A reasonable allowance for profit on the cost of the services and other work described in the immediately preceding subsection (1), provided that Contractor can establish, to the satisfaction of City, that Contractor would have made a profit had all services and other work under this Agreement been completed, and provided further, that the profit allowed shall in no event exceed 5% of such cost.

(3) The reasonable cost to Contractor of handling material or equipment returned to vendor, delivered to the City or otherwise disposed of as directed by the City.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-4 [agreement date]

D. In no event shall City be liable for costs incurred by Contractor or any of its subcontractors after the termination date specified by City, except for those costs specifically enumerated and described in the immediately preceding subsection (c). Such non-recoverable costs include, but are not limited to, anticipated profits on this Agreement, post-termination employee salaries, post-termination administrative expenses, post-termination overhead or unabsorbed overhead, attorneys’ fees or other costs related to the prosecution of a claim or lawsuit, prejudgment interest, or any other expense which is not reasonable or authorized under such subsection (c).

E. In arriving at the amount due to Contractor under this Section, City may deduct: (1) All payments previously made by City for work or other services covered by

Contractor’s final invoice; (2) Any claim which City may have against Contractor in connection with this

Agreement; (3) Any invoiced costs or expenses excluded pursuant to the immediately preceding

subsection (d); and (4) In instances in which, in the opinion of the City, the cost of any service or other

work performed under this Agreement is excessively high due to costs incurred to remedy or replace defective or rejected services or other work, the difference between the invoiced amount and City’s estimate of the reasonable cost of performing the invoiced services or other work in compliance with the requirements of this Agreement.

F. City’s payment obligation under this Section shall survive termination of this Agreement.

VII. Termination for Default (applicable to all contracts in excess of $10,000; 2 CFR §200 Appendix II(b)) Contractor’s failure to perform or observe any term, covenant or condition of this document (Contract Provisions for Non-Federal Entity Contracts under Federal Awards) shall constitute an event of default under this Agreement.

A. Each of the following shall also constitute an event of default ("Event of Default") under this Agreement: (1) Contractor fails or refuses to perform or observe any other term, covenant or

condition contained in this Agreement, and such default continues for a period of ten days after written notice thereof from City to Contractor.

(2) Contractor (a) is generally not paying its debts as they become due, (b) files, or consents by answer or otherwise to the filing against it of a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction, (c) makes an assignment for the benefit of its creditors, (d) consents to the appointment of a custodian, receiver, trustee or other officer with similar powers of Contractor or of any substantial part of Contractor's property or (e) takes action for the purpose of any of the foregoing.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-5 [agreement date]

(3) A court or government authority enters an order (a) appointing a custodian, receiver, trustee or other officer with similar powers with respect to Contractor or with respect to any substantial part of Contractor's property, (b) constituting an order for relief or approving a petition for relief or reorganization or arrangement or any other petition in bankruptcy or for liquidation or to take advantage of any bankruptcy, insolvency or other debtors' relief law of any jurisdiction or (c) ordering the dissolution, winding-up or liquidation of Contractor.

B. On and after any Event of Default, City shall have the right to exercise its legal and equitable remedies, including, without limitation, the right to terminate this Agreement or to seek specific performance of all or any part of this Agreement. In addition, City shall have the right (but no obligation) to cure (or cause to be cured) on behalf of Contractor any Event of Default; Contractor shall pay to City on demand all costs and expenses incurred by City in effecting such cure, with interest thereon from the date of incurrence at the maximum rate then permitted by law. City shall have the right to offset from any amounts due to Contractor under this Agreement or any other agreement between City and Contractor all damages, losses, costs or expenses incurred by City as a result of such Event of Default and any liquidated damages due from Contractor pursuant to the terms of this Agreement or any other agreement.

C. All remedies provided for in this Agreement may be exercised individually or in combination with any other remedy available hereunder or under applicable laws, rules and regulations. The exercise of any remedy shall not preclude or in any way be deemed to waive any other remedy.

VIII. Equal Employment Opportunity Compliance (applicable to all construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees; 2 CFR §200 Appendix II(c)) Contractor agrees to comply with Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Part 60).

IX. Davis-Bacon Act Compliance (applicable to construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation; 2 CFR §200 Appendix II(d)) Contractor agrees to comply with the Davis-Bacon Act (40 U.S.C. 3141-3418) as supplemented by Department of Labor regulations (29 CFR Part 5).

X. Copeland Anti-Kickback Act Compliance (applicable to construction contracts in excess of $2,000 awarded by grantees and subgrantees when required by Federal grant program legislation; 2 CFR §200 Appendix II(d)) Contractor agrees to comply with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145) as supplemented in Department of Labor regulations (29 CFR Part 3).

XI. Contract Work Hours and Safety Standards (applicable to all contracts awarded by grantees and subgrantees in excess of $100,000, which involve the employment of mechanics or laborers; 2 CFR §200 Appendix II(e))

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-6 [agreement date]

A. Compliance: Contractor agrees that it shall comply with Sections 3702 and 3704 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701–3708) as supplemented by Department of Labor regulations (29 CFR Part 5), which are incorporated herein.

B. Overtime: No contractor or subcontractor contracting for any part of the work under this Agreement which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

C. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the provisions of Paragraph B, the Contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In additions, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the provisions of paragraph B in the sum of $10 for each calendar day on which such employee was required or permitted to be employed on such work in excess of eight hours or in excess of his standard workweek of forty hours without payment of the overtime wages required by paragraph B.

D. Withholding for unpaid wages and liquidated damages: The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set for in paragraph C of this section.

E. Subcontracts: The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs A through D of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs A through D of this section.

XII. Notice of Requirements Pertaining to Copyrights A. Contractor agrees that the Federal awarding agency shall have a royalty-free,

nonexclusive, and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, for government purposes:

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-7 [agreement date]

(1) The copyright in any work developed with the assistance of funds provided under this Agreement;

(2) Any rights of copyright to which Contractor purchases ownership with the assistance of funds provided under this Agreement. 2 CFR §200.315.

B. The Contractor agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

XIII. Rights to Inventions Made Under a Contract or Agreement (applicable to contracts for

experimental, developmental, or research work projects; 2 CFR §200 Appendix II(f) and 2 CFR §200.315) A. General. If any invention, improvement, or discovery is conceived or first actually

reduced to practice in the course of or under this Agreement, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the City and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the Federal awarding agency.

B. Unless the Government later makes a contrary determination in writing, irrespective of Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the City and Contractor agree to take the necessary actions to provide, through the Federal awarding agency, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” 37 CFR, Part 401.

C. The Contractor agrees to include paragraphs A and B above in each third party subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

XIV. Energy Conservation Requirements

A. The 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.

B. The Contractor agrees to include paragraph A above in each third party subcontract financed in whole or in part with Federal assistance provided by Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-8 [agreement date]

XV. Clean Air and Water Requirements (applicable to all contracts and subcontracts in excess $150,000, including indefinite quantities where the amount is expected to exceed $150,000 in any year; 2 CFR §200 Appendix II(g))

A. Contractor agrees to comply with all applicable standards, orders, or requirements issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387).

B. Contractor agrees to report each violation of these requirements to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal awarding agency and the appropriate EPA regional office.

C. The Contractor agrees to include paragraph A and B above in each third party subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by the Federal awarding agency.

XVI. Debarment and Suspension (applicable to all contracts and subcontracts; 2 CFR §200 Appendix II(h))

A. Contractor represents and warrants that it is not debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549 and 12689, "Debarment and Suspension." Contractor agrees that neither Contractor nor any of its third party subcontractors shall enter into any third party subcontracts for any of the work under this Agreement with a third party subcontractor who is debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549 and 12689. 2 CFR §180.220.

B. Contractor agrees to the provisions of Attachment 1, Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions, attached hereto and incorporated herein. For purposes of this Agreement and Attachment 1, Contractor is the “prospective lower tier participant.”

C. The Contractor agrees to include paragraphs A and B above in each third party subcontract financed in whole or in part with Federal assistance provided by the Federal awarding agency. It is further agreed that the paragraphs shall not be modified, except to identify the subcontractor who will be subject to its provisions.

XVII. Byrd Anti-Lobbying Requirements A. Contractor shall not use or pay any funds received under this Agreement to influence

or attempt 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 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 CFR 200, Appendix II(i).

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C-9 [agreement date]

B. Contractor agrees to the provisions of Attachment 2, Certification Regarding Lobbying, attached hereto and incorporated herein (applicable for contracts or subcontracts in excess of $100,000).

C. Contractor agrees to include paragraphs A and B above in each third party subcontract financed in whole or in part with Federal assistance provided by Federal awarding agency. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

XVIII. Procurement of Recovered Materials (applicable to all contracts and subcontracts for the procurement of recovered materials; 2 CFR §200 Appendix II(h)) Contractor agrees to comply with all applicable standards, orders, or requirements issued pursuant to section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, as supplemented by the Environmental Protection Agency regulations (40 CFR Part 247).

XIX. Incorporation of Uniform Administrative Requirements

The preceding provisions include, in part, certain standard terms and conditions required by the Federal awarding agency, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by the Federal awarding agency, as set forth in 2 CFR Part 200, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all of the Federal awarding agency’s mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. Contractor shall not perform any act, fail to perform any act, or refuse to comply with any City requests that would cause City to be in violation of the Federal awarding agency’s terms and conditions.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C1-1 [agreement date]

Appendix C Attachment 1

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND

VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS (Lower Tier refers to the agency or contractor receiving Federal funds, as well as any subcontractors that the

agency or contractor enters into contract with using those funds)

As required by Executive Order 12549 and 12689, Debarment and Suspension, as defined at 2 CFR 200 Appendix II, City may not enter into contract with any entity that is debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by the Federal Government from participating in transactions involving Federal funds. You are required to sign the certification below which specifies that neither you nor your principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by the Federal agency. It also certifies that you will not use, directly or indirectly, any of these funds to employ, award contracts to, engage the services of, or fund any contractor that is debarred, suspended, or ineligible under 2 CFR 200.

Instruction for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing

the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was

placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definition and Coverage sections of rules implementing Executive Order 12549 and 12689. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by submitting this agreement that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C1-2 [agreement date]

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction originated may pursue available remedies, including suspension and/or debarment.

Certification Regarding Debarment, Suspension, Ineligibility an Voluntary Exclusion – Lower

Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of its proposal, that neither it

nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

________________________________________ ________________________ Contractor Signature Date

RFP for DEM - Crisis Information Management System (CIMS)

Appendix B-Sample Contract P-545 (8-14) C2-1 [agreement date]

Appendix C Attachment 2

CERTIFICATION REGARDING LOBBYING

(Certification for Contracts, Grants, Loans, and Cooperative Agreements) The undersigned 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 influencing or attempting to influence 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.

3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loan, 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 section 1352, title 31, U.S. Code. 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.

________________________________________ ________________________

Contractor Signature Date