Upload
ngodieu
View
214
Download
0
Embed Size (px)
Citation preview
CITY OF PHOENIX FINANCE DEPARTMENT – PROCUREMENT DIVISION
REQUEST FOR PROPOSAL RFP 18-288 (KFT)
Public Sector Budgeting Software
Requirements Contract
Procurement Officer
Kelie F. Thomas Finance Department - Procurement Division
251 W. Washington Street, 8th Floor Phoenix, AZ 85003
Phone number: 602-495-6954
Email address: [email protected]
TABLE OF CONTENTS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 2
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION I – INSTRUCTIONS .................................................................................... 4
SECTION II – STANDARD TERMS AND CONDITIONS .......................................... 17
SECTION III – SPECIAL TERMS AND CONDITIONS ............................................. 31
SECTION IV – INSURANCE AND INDEMNIFICATION ........................................... 47
SECTION V – SCOPE ............................................................................................... 52
SECTION VI: SUBMITTALS ..................................................................................... 82
SECTION I - INSTRUCTIONS
Page 3
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Please read before continuing to the offer document.
SOLICITATION RESPONSE CHECK LIST Check off each of the following as the necessary action is completed.
All forms have been completed and signed, including Solicitation Disclosure
form.
All Submittals are included.
Reviewed and verified prices offered.
Checked price extensions and totals.
Included any required drawings or descriptive literature.
If required, checked and included the amount of the offer surety.
Reviewed the insurance requirements, if any, to assure compliance.
Included the specified number of copies of the offer as indicated in Submittal
section.
Included signed addenda, if any.
Addressed the mailing envelope to the Procurement Officer on the solicitation
front page, at the address listed.
The mailing envelope clearly shows your company name and address, the
solicitation number, and the offer opening date.
Mailed the response in time – City must receive offers no later than the date
and time indicated in the Schedule of Events or addenda.
SECTION I - INSTRUCTIONS
Page 4
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION I – INSTRUCTIONS
The City of Phoenix invites sealed offers for Public Sector Budgeting Software for a twelve-year period commencing on or about February 1, 2019, in accordance with the specifications and provisions contained herein.
This solicitation is available through Arizona Relay Service 7-1-1. Please call TTY 800-367-8939 for assistance.
Notwithstanding the foregoing, this Agreement will terminate upon the earliest occurrence of any of the following:
reaching the end of the term and any extensions exercised as set forth above;
or
termination pursuant to the provisions of this Agreement.
1. CITY’S VENDOR SELF-REGISTRATION AND NOTIFICATION: Vendors must be
registered in the City’s eProcurement Self-Registration System at
https://www.phoenix.gov/financesite/Pages/EProc-help.aspx in
2.
3. order to receive solicitation notices, respond to solicitations and access
procurement information. The City may, at its sole discretion, reject any offer from
an Offeror who has not registered in the City’s eProcurement system.
4. SCHEDULE OF EVENTS:
ACTIVITY (All times are local Phoenix time) DATE
Mandatory Pre-Offer Conference Tuesday, July 10, 2018 at 9:00 a.m. (local AZ time)
Pre-Offer Conference Location Calvin Goode Building 251 W. Washington Street, 8th Floor
Conference Room 854 Phoenix, AZ 85003
Written Inquiries Due Date Tuesday, July 17, 2018 at 10:00 a.m. (local AZ time)
Offer Due Date Friday, August 10, 2018 at 2:00 p.m. (local AZ time)
Offer Submittal Location Calvin Goode Building Procurement Division
251 W. Washington Street, 8th Floor
SECTION I - INSTRUCTIONS
Page 5
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Phoenix, AZ 85003
Demonstration/ Interviews (if required) TBD
Demonstration/ Interview Location TBD
The City reserves the right to change dates and/or locations as necessary, and the City does not always hold a Pre-Offer Conference or Site visit. Mandatory Pre-Offer Conference can be attended in person or by teleconference. Notes or minutes of the meeting will not be distributed. The conference bridge information for the MANDATORY Pre-Offer Conference: To join AT&T Connect Conference, click here: https://connect4.uc.att.com/service16/meet/?ExEventID=82847258&CT=M For dialing-in only, dial one of the numbers listed below; when prompted, enter the meeting access code, 2847258#
Caller-Paid number: 216-706-7005
Toll-Free Number (in USA): 866-434-5269
5. OBTAINING A COPY OF THE SOLICITATION AND ADDENDA: Interested
Offerors may download the complete solicitation and addenda from
https://www.phoenix.gov/solicitations. Internet access is available at all public
libraries. Any interested offerors without internet access may obtain this solicitation
by calling the Procurement Officer or picking up a copy during regular business
hours at the City of Phoenix Finance Department, Procurement Division, 251 W.
Washington Street, 8th Floor, Phoenix, AZ. It is the Offeror’s responsibility to check
the website and verify all required information is submitted with their offer.
6. PREPARATION OF OFFER:
4.1. All forms provided in Submittal Section must be completed and submitted with the offer. The signed and completed Solicitation Disclosure form must be included or your offer may be deemed non-responsive.
4.2. It is permissible to copy Submittal forms if necessary. Erasures,
interlineations, or other modifications of the offer must be initialed in original ink by the authorized person signing the offer. No offer will be altered, amended or withdrawn after the specified offer due date and time. The City is not responsible for Offeror’s errors or omissions.
4.3. All time periods stated as a number of days will be calendar days.
SECTION I - INSTRUCTIONS
Page 6
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
4.4. It is the responsibility of all Offerors to examine the entire solicitation and
seek clarification of any requirement that may not be clear and to check
all responses for accuracy before submitting an offer. Negligence in
preparing an offer confers no right of withdrawal after due date and time.
Offerors are strongly encouraged to:
4.4.1. Consider applicable laws and/or economic conditions that may
affect cost, progress, performance, or furnishing of the products or
services.
4.4.2. Study and carefully correlate Offeror’s knowledge and
observations with the solicitation and other related data.
4.4.3. Promptly notify the City of all conflicts, errors, ambiguities, or
discrepancies that Offeror has discovered in or between the
solicitation and other related documents.
4.4.4. The City does not reimburse the cost of developing, presenting or
providing any response to this solicitation. Offers submitted for
consideration should be prepared simply and economically,
providing adequate information in a straightforward and concise
manner. The Offeror is responsible for all costs incurred in
responding to this solicitation. All materials and documents
submitted in response to this solicitation become the property of
the City and will not be returned.
4.4.5. Offerors are reminded that the specifications stated in the
solicitation are the minimum level required and that offers
submitted must be for products or services that meet or exceed
the minimum level of all features specifically listed in this
solicitation. Offers offering less than any minimum specifications
or criteria specified are not responsive and should not be
submitted.
4.4.6. Offer responses submitted for products considered by the seller to
be acceptable alternates to the brand names or manufacturer’s
catalog references specified herein must be submitted with
technical literature and/or detailed product brochures for the City’s
use to evaluate the products offered. Offers submitted without this
product information may be considered as non-responsive and
rejected. The City will be the sole judge as to the acceptability of
alternate products offered.
4.4.7. Prices will be submitted on a per unit basis by line item, when
applicable. In the event of a disparity between the unit price and
extended price, the unit price will prevail unless obviously in error.
SECTION I - INSTRUCTIONS
Page 7
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
7. EXCEPTIONS: Offerors must conform to all of the requirements specified in the solicitation. The City encourages Offerors to send inquiries to the procurement officer rather than including exceptions in their Offer.
7.1. Notwithstanding the foregoing, proposers may submit their standard end-user
license agreements and license agreements for component third-party software (collectively, “EULAs”) and/or source code escrow agreements (“SCEAs”) as supplements to their offer. However, by submitting an offer in response to this RFP such proposers acknowledge and agree as follows: (i) where any conflict exists between the terms set forth in this RFP (including but not limited to Section III hereof) and the terms of the EULA or SCEA, the terms set forth in this RFP will supersede the conflicting EULA or SCEA terms; and (ii) notwithstanding any terms or conditions contained in the EULA or SCEA, no terms or conditions of such EULA or SCEA shall be applied or enforced in a manner that conflicts with or would cause violation of any provision of the Phoenix City Code or Charter (including but not limited to Section 42-18 of the Phoenix City Code).
Maintenance agreement templates may be submitted as set forth in the Scope of Work. Acceptance by the City of offers submitted with EULAs, SCEAs, or maintenance agreement templates does not constitute the City’s agreement to the terms of such agreements; instead, the City reserves the right to negotiate with the successful proposer the terms of any EULA, SCEA, or maintenance agreement submitted by such proposer.
8. INQUIRIES: All questions that arise relating to this solicitation should be directed
via email to the Procurement Officer and must be received by the due date indicated
in the Schedule of Events. The City will not consider questions received after the
deadline.
No informal contact initiated by Offerors on the proposed service will be allowed
with members of City’s staff from date of distribution of this solicitation until after the
closing date and time for the submission of offers. All questions concerning or
issues related to this solicitation must be presented in writing.
The Procurement Officer will answer written inquiries in an addendum and publish
any addendums on the Procurement Website.
9. ADDENDA: The City of Phoenix will not be responsible for any oral instructions
made by any employees or officers of the City of Phoenix in regard to the offering
instructions, plans, drawings, specifications, or contract documents. Any changes
to the plans, drawings and specifications will be in the form of an addendum. The
SECTION I - INSTRUCTIONS
Page 8
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Offeror must acknowledge receipt of any/all addenda by signing and returning the
document with the offer submittal.
10. LICENSES: If required by law for the operation of the business or work related to
this Offer, Offeror must possess all valid certifications and/or licenses as required
by federal, state or local laws at the time of submittal.
11. CERTIFICATION: By signature in the offer section of the Offer and Acceptance
page, Offeror certifies:
The submission of the offer did not involve collusion or other anti-competitive practices.
The Offeror must not discriminate against any employee, or applicant for employment in violation of Federal or State Law.
The Offeror has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted offer.
12. SUBMISSION OF OFFER: Offers must be in possession of the Department on or
prior to the exact time and date indicated in the Schedule of Events. Late offers will
not be considered. The prevailing clock will be the City Department’s clock.
Offers must be submitted in a sealed envelope and the following information should be noted on the outside of the envelope:
Offeror’s Name Offeror’s Address (as shown on the Certification Page) Solicitation Number Solicitation Title
All offers must be completed in ink or typewritten. Include the number of copies that are required as indicated in the Submittal section.
13. WITHDRAWAL OF OFFER: At any time prior to the solicitation due date and time,
an Offeror (or designated representative) may withdraw the offer by submitting a
request in writing and signed by a duly authorized representative.
14. OFFER RESULTS: Offers will be opened on the offer due date, time and location
indicated in the Schedule of Events at which time the name of each Offeror will be
read. Offers and other information received in response to the solicitation will be
shown only to authorized City personnel having a legitimate interest in them or
persons assisting the City in the evaluation. Offers are not available for public
SECTION I - INSTRUCTIONS
Page 9
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
inspection until after the City has posted the award recommendation on the City’s
website.
The City will post a preliminary offer tabulation on the City’s website, https://www.phoenix.gov/solicitations within five calendar days of the offer opening. The City will post the information on the preliminary tabulation as it was read during the offer opening. The City makes no guarantee as to the accuracy of any information on the preliminary tabulation. Once the City has evaluated the offers, the City will post an award recommendation on the website. The City will not provide any further notification to unsuccessful Offerors.
15. AWARD OF CONTRACT: Unless otherwise indicated, award(s) will be made to the
highest scored responsive, responsible Offeror(s) who are regularly established in
the service contained in this solicitation and who have demonstrated the ability to
perform the required service in an acceptable manner.
Notwithstanding any other provision of this solicitation, the City reserves the right to: (1) waive any immaterial defect or informality; or (2) reject any or all offers or portions thereof; or (3) reissue a solicitation. A response to a solicitation is an offer to contract with the City based upon the
terms, conditions, and specifications contained in the City’s solicitation. Offers do
not become contracts until they are executed by the Deputy Finance Director or
Department Director. A contract has its inception in the award, eliminating a formal
signing of a separate contract. For that reason, all of the terms, conditions and
specifications of the procurement contract are contained in the solicitation, and in
any addendum or contract amendment.
16. SOLICITATION TRANSPARENCY POLICY:
16.1. Commencing on the date and time a solicitation is published, potential
or actual offerors or respondents(including their representatives) shall
only discuss matters associated with the solicitation with the Mayor, any
members of City Council, the City Manager, any Deputy City Manager,
or any department director directly associated with the solicitation
(including in each case their assigned staff, except for the designated
procurement officer) at a public meeting, posted under Arizona
Statutes, until the resulting contract(s) are awarded to all offers or
responses are rejected and the solicitation is cancelled without any
announcement by the Procurement Officer of the City’s intent to reissue
the same or similar solicitation.
SECTION I - INSTRUCTIONS
Page 10
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
16.2. As long as the solicitation is not discussed, Offerors may continue to
conduct business with the City and discuss business that is unrelated to
the solicitation with the City staff. Offerors may not discuss the
solicitation with any City employees or evaluation panel members,
except the procurement officer.
16.3. Offerors may discuss their proposal or the solicitation with the Mayor or
one or more members of the Phoenix City Council, provided such
meetings are scheduled through the Procurement Officer, and are
posted as open meetings with the City Clerk at least 24 hours prior to
the scheduled meetings. The City Clerk will be responsible for posting
the meetings. The posted notice shall identify the participants and the
subject matter, as well as invite the public to participate.
16.4. With respect to the selection of the successful Offerors, the City
Manager and/or City Manager's Office will continue the past practice of
exerting no undue influence on the process. In all solicitations of bids
and proposals, any direction on the selection from the City Manager
and/or City Manager's Office and Department Head (or representative)
to the proposal review panel or selecting authority must be provided in
writing to all prospective Offerors.
16.5. This policy is intended to create a level playing field for all Offerors,
assure that contracts are awarded in public, and protect the integrity of
the selection process. PROPOSERS THAT VIOLATE THIS POLICY
SHALL BE DISQUALIFIED. After official Notice is received by the City
for disqualification, the Proposer may follow the Protest process, unless
the Solicitation is cancelled without notice of intent to re-issue.
16.6. “To discuss” means any contact by the proposer, regardless of whether
the City responds to the contact. Offerors that violate this policy shall be
disqualified until the resulting contract(s) are awarded, or all offers or
responses are rejected and the solicitation is cancelled without any
announcement by the Procurement Officer of the City’s intent to reissue
the same or a similar solicitation. The City interprets the policy as
continuing through a cancellation of a solicitation until Council award of
the contract, as long as the City cancels with a statement that the City
will rebid the solicitation.
SECTION I - INSTRUCTIONS
Page 11
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
17. PROTEST PROCESS 17.1. Offeror may protest the contents of a solicitation no later than seven days
before the solicitation deadline when the protest is based on an apparent
alleged mistake, impropriety or defect in the solicitation. Protests filed
regarding the solicitation may be addressed by an amendment to the
solicitation or denied by the City. If denied, the opening and award will
proceed unless the City determines that it is in the City’s best interests to
set new deadlines, amend the solicitation, cancel or re-bid.
17.2. Therefore, unless otherwise notified by a formal amendment, the
Protester must adhere to all solicitation dates and deadlines, including
timely filing of an offer, regardless of filing a protest.
17.3. Offeror may protest an adverse determination issued by the City
regarding responsibility and responsiveness, within seven days of the
date the Offeror was notified of the adverse determination.
17.4. Offeror may protest an award recommendation if the Offeror can
establish that it had a substantial chance of being awarded the contract
and will be harmed by the recommended award. The City will post
recommendations to award the contract(s) to a particular Offeror on the
City’s website. Offeror must submit award protests within seven days
after the posting of the award recommendation, with exceptions only for
good cause shown, within the City’s full and final discretion
17.5. All protests will be in writing, filed with the Procurement Officer identified
in the solicitation and include the following:
Identification of the solicitation number;
The name, address and telephone number of the protester;
A detailed statement describing the legal and factual grounds for the
protest, including copies of relevant documents;
The form of relief requested; and
The signature of the protester or its authorized representative.
17.6. The Procurement Officer will render a written decision within a
reasonable period of time after the protest is filed. The City will not
request City Council authorization to award the contract until the protest
process is complete. All protests and appeals must be submitted in
accordance with the City’s Procurement Code, (Phoenix City Code, Ch.
43), and administrative regulation 3.10 and any protests or appeals not
SECTION I - INSTRUCTIONS
Page 12
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
submitted within the time requirements will not be considered. Protests
must be filed with the Procurement Officer.
18. PUBLIC RECORD: All Offers submitted in response to this solicitation will become the property of the City and become a matter of public record available for review pursuant to Arizona State law. If an Offeror believes that a specific section of its Offer response is confidential, the Offeror will isolate the pages marked confidential in a specific and clearly labeled section of its Offer response. An Offeror may request specific information contained within its Offer is treated by the Procurement Officer as confidential provided the Offeror clearly labels the information “confidential.” To the extent necessary for the evaluation process, information marked as “confidential” will not be treated as confidential. Once the procurement file becomes available for public inspection, the Procurement Officer will not make any information identified by the Offerors as “confidential” available to the public unless necessary to support the evaluation process or if specifically requested in accordance with applicable public records law. When a public records request for such information is received, the Procurement Officer will notify the Offeror in writing of any request to view any portion of its Offer marked “confidential.” The Offeror will have the time set forth in the notice to obtain a court order enjoining such disclosure. If the Offeror does not provide the Procurement Officer with a court order enjoining release of the information during the designated time, the Procurement Officer will make the information requested available for inspection.
19. LATE OFFERS: Late Offers must be rejected, except for good cause. If a late Offer
is submitted, the Department will document the date and time of the submittal of the late Offer, keep the Offer and notify the Offeror that its Offer was disqualified for being a late Offer.
20. RIGHT TO DISQUALIFY: The City reserves the right to disqualify any Offeror who fails to provide information or data requested or who provides materially inaccurate or misleading information or data. The City further reserves the right to disqualify any Offeror on the basis of any real or apparent conflict of interest that is disclosed by the Offeror submitted or any other data or information available to the City. This disqualification is at the sole discretion of the City. By submission of a solicitation response, the Offeror waives any right to object now or at any future time, before any agency or body including, but not limited to, the City Council of the City or any court as to the exercise by the City of such right to disqualify or as to any disqualification by reason of real or apparent conflict of interest determined by the City. The City reserves the right to replace the disqualified Offeror.
21. STATEMENT OF BONDING ABILITY: Offerors must submit a letter from a bonding
or insurance company stating that the Offeror can qualify for and procure the
performance and/or payment surety required in this solicitation. Submittals received
SECTION I - INSTRUCTIONS
Page 13
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
without the required statement of ability to secure a performance or payment surety
may be considered as non-responsive. Offerors anticipating the submittal of a cash
surety in lieu of a bond should submit a statement notifying the City.
22. PERFORMANCE BOND: A performance surety in the amount of 10% of the total
contract amount shall be provided by the Contractor immediately after notice of
award. The City of Phoenix will not issue a written purchase order or give notice to
proceed in any form until the surety is received by the Procurement Officer. The
performance surety must be in the form of a bond, cashier's check, certified check
or money order. Personal or company checks are not acceptable unless certified.
If surety is in the form of a bond, the company issuing the surety must be authorized
by the Insurance Department of Arizona to transact business in the State of Arizona
or be named on the approved listing of non-admitted companies. A Certificate of
Deposit (CD) issued by a local Phoenix bank may also be used as a form of surety
provided that the CD is issued jointly in the name of the City of Phoenix and the
Contractor, and that the Contractor endorses the CD over to the City at the
beginning of the contract period. Interest earnings from the CD can be retained by
the Contractor.
23. CONTRACT AWARD: The City reserves the right to award a contract by individual line items, by group, all or none, or any other combination most advantageous to the City. The City reserves the right to multiple award.
24. EVALUATION OF COMPETITIVE SEALED OFFERS: The City will use its
discretion in applying the following processes to this solicitation. Any ties in scoring
will be resolved with a best and final price request and the lowest price will prevail.
25. EVALUATION CRITERIA: In accordance with the Administrative Regulation, 3.10,
Competitive Sealed Proposal awards shall be made to the responsible proposer(s)
whose proposal is determined in writing to be the most advantageous to the City
based upon the evaluation criteria listed below. The evaluation factors are listed in
the relative order of importance and more details are provided in Section V – Scope
of Work.
Business Requirements 300 POINTS (30%)
Demonstration and Interviews 250 POINTS (25%)
Qualifications, Experience, and References 250 POINTS (25%)
Product Satisfaction and Solution
Implementation By Key Personnel 140 POINTS
Experience of Key Personnel 80 POINTS
SECTION I - INSTRUCTIONS
Page 14
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Firm Capabilities 30 POINTS
Pricing 100 POINTS (10%)
Method of Approach 100 POINTS (10%)
Project Approach 70 POINTS
Implementation Schedule 30 POINTS
TOTAL AVAILABLE POINTS: 1000 MAXIMUM
26. DETERMINING RESPONSIVENESS AND RESPONSIBILITY:
26.1. Offers will be reviewed for documentation of minimum qualifications,
completeness, and compliance with the Solicitation requirements. The
City reserves sole discretion to determine responsiveness and
responsibility.
26.2. Responsiveness: Nonresponsive Offers will not be considered in the
evaluation process. The solicitation states criteria that determine
responsiveness, and the solicitation includes terms and conditions that if
included or excluded from Offers (as the case may be) will render an
Offer nonresponsive.
26.3. Responsibility: To obtain true economy, the City must conduct
solicitations to minimize the possibility of a subsequent default by the
contractor, late deliveries, or other unsatisfactory performance that may
result in additional administrative costs. It is important that the Offeror be
a responsible contractor. Responsibility includes the Offeror’s integrity,
skill, capacity, experience, and facilities for conducting the work to be
performed.
26.4. The Procurement Officer, will review each Offer to determine if the
Offeror is responsible. The City’s determination as to whether an Offeror
is responsible will be based on the information furnished by the Offeror,
interviews (if any), any information at the City’s request, information in
any best and final offer, and information received from Offeror’s
references, including information about Offeror’s past history,
terminations for convenience or cause, contract breach lawsuits or
notices of claim and any other sources the City deems appropriate.
Award of the Contract resulting from the Solicitation will not be made until
any necessary investigation, which each Offeror agrees to permit by
SECTION I - INSTRUCTIONS
Page 15
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
submitting its Offer, is made by the City as it deems necessary. A review
of responsibility may occur up to contract award.
26.5. The Offeror’s unreasonable failure to promptly supply information in
connection with an inquiry with respect to responsibility may be grounds
for a determination of non-responsibility with respect to such Offeror.
27. DETAILED EVALUATION OF OFFERS AND DETERMINATION OF
COMPETITIVE RANGE: During deliberations, the Evaluation Panel will reach a
consensus score for each evaluation criterion except price. The Procurement
Officer will score the price, which will be added to the overall consensus score. The
overall consensus scores will determine the Offerors’ rankings and which Offers are
within the Competitive Range, when appropriate.
28. OFFERS NOT WITHIN THE COMPETITIVE RANGE: The City may notify Offerors
of Offers that the City determined are not in the Competitive Range.
29. DISCUSSIONS WITH OFFERORS IN THE COMPETITIVE RANGE:
29.1. The City may notify each Offeror whose Offer is in the Competitive Range
and provide in writing any questions or requests for clarification to the
Offeror. Each Offeror so notified may be interviewed by the City and
asked to discuss answers to written or oral questions or provide
clarifications to any facet of its Offer.
29.2. Demonstrations - Offerors in the competitive range will be invited to
construct a hands-on sample or presentation of their solution at the City
of Phoenix. Each finalist will prepare and deliver a presentation of their
proposed solution as more fully described in Section V – Scope of
Workas more fully described in Section V – Scope of Work.
29.3. To the fullest extent permitted by law, the City will not provide any
information, financial or otherwise, to any Offeror about other Offers
received in response to this solicitation. During discussions with Offerors
in the Competitive Range, the City will not give Offerors specific prices or
specific financial requirements that Offerors must meet to qualify for
further consideration. The City may state that proposed prices are too
high with respect to the marketplace or otherwise unacceptable. Offerors
will not be told of their relative rankings before Contract award.
SECTION I - INSTRUCTIONS
Page 16
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
28. BEST AND FINAL OFFERS (BAFO):
28.1. A BAFO is an option available for negotiations. Each Offeror in the Competitive Range, which is determined in the City’s sole discretion, may be afforded the opportunity to amend its Offer and make one BAFO.
28.2. If an Offeror’s BAFO modifies its initial Offer, the modifications must be
identified in the BAFO. The City will evaluate BAFOs based on the same requirements and criteria applicable to initial Offers. The City will adjust appropriately the initial scores for criteria that have been affected by Offer modifications made by a BAFO. Based on the criteria defined in the solicitation as weighted, the City will then perform final scoring and prepare final rankings.
28.3. The Evaluation Panel will recommend the Offer that is the best value and
most advantageous to the City based on the evaluation criteria.
28.4. The City reserves the right to make an award to an Offeror whose Offer
is the highest rated, best value, and most advantageous to the City based on the evaluation criteria, without conducting written or oral discussions with any Offeror, without negotiations, and without soliciting BAFOs.
SECTION II – STANDARD TERMS AND CONDITIONS
Page 17
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION II – STANDARD TERMS AND CONDITIONS
1. DEFINITION OF KEY WORDS USED IN THE SOLICITATION:
Will, Must Indicates a mandatory requirement. Failure to meet these mandatory requirements may result in the rejection of Offer as non-responsive.
Should Indicates something that is recommended but not mandatory. If the Offeror fails to provide recommended information, the City may, at its sole option, ask the Offeror to provide the information or evaluate the offer without the information.
May Indicates something that is not mandatory but permissible.
For purposes of this solicitation, the following definitions will apply: “A.R.S.” Arizona Revised Statute
“Procurement Officer” City of Phoenix staff person responsible for the solicitation.
The City employee or employees who have specifically been designated to act as a contact person or persons to the Offeror, and responsible for monitoring and overseeing the Offeror's performance under this contract.
"City" The City of Phoenix
"Contractor" The individual, partnership, or corporation who, as a result of the competitive process, is awarded a contract by the City of Phoenix.
"Contract” or “Agreement" The legal agreement executed between the City of Phoenix, AZ and the Offeror.
“Days” Means calendar days unless otherwise specified.
“Deputy Finance Director” or “Department Director”
The contracting authority for the City of Phoenix, AZ, authorized to sign contracts and amendments thereto on behalf of the City of Phoenix, AZ.
SECTION II – STANDARD TERMS AND CONDITIONS
Page 18
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
“Employer” Any individual or type of organization that transacts business in this state, that has a license issued by an agency in this state and employs one or more employees in this state. Employer includes this state, any political subdivision of this state and self-employed persons. In the case of an independent Offeror, employer means the independent Offeror and does not mean the person or organization that uses contract labor. (A.R.S. 23-211).
“Offer” Means a response from a supplier, Offeror or service provider to a solicitation request that, if awarded, binds the supplier, Offeror or service provider to perform in accordance with the contract. Same as bid, proposal, quotation or tender.
“Offeror” Any Vendor, Seller or Supplier submitting a competitive offer in response to a solicitation from the City. Same as Bidder or Proposer.
“Solicitation” Means an Invitation for Bid (IFB), Request for Proposal (RFP), Request for Quotations (RFQ), and request for sealed Offers or any other type of formal procurement which the City makes public through advertising, mailings, or some other method of communication. It is the process by which the City seeks information, proposals, Offers or quotes from suppliers.
“Suppliers” Firms, entities or individuals furnishing goods or services to the City.
“Vendor” or “Seller” A seller of goods or services.
2. CONTRACT INTERPRETATION:
2.1. APPLICABLE LAW: This Contract will be governed by the law of the State of Arizona, and suits pertaining to this Contract will be brought only in Federal or State courts in Maricopa County, State of Arizona.
2.2. CONTRACT ORDER OF PRECEDENCE: In the event of a conflict in the
provisions of the Contract, as accepted by the City and as they may be amended, the following will prevail in the order set forth below:
1. Special terms and conditions 2. Standard terms and conditions
SECTION II – STANDARD TERMS AND CONDITIONS
Page 19
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
3. Statement or scope of work 4. Specifications 5. Attachments 6. Submittals 7. Exhibits 8. Instructions to Offerors 9. Other documents referenced or included in the Invitation for Offer
2.3. ORGANIZATION: EMPLOYMENT DISCLAIMER: The Agreement resulting
hereunder is not intended to constitute, create, give rise to or otherwise recognize a joint venture agreement or relationship, partnership or formal business organization of any kind, and the rights and obligations of the parties will be only those expressly set forth in the agreement. The parties agree that no persons supplied by the Contractor in the performance of Contractor’s obligations under the agreement are considered to be City’s employees and that no rights of City civil service, retirement or personnel rules accrue to such persons. The Contractor will have total responsibility for all salaries, wage bonuses, retirement, withholdings, workmen’s compensation, occupational disease compensation, unemployment compensation, other employee benefits and all taxes and premiums appurtenant thereto concerning such persons, and will save and hold the City harmless with respect thereto.
2.4. SEVERABILITY: The provisions of this Contract are severable to the extent
that any provision or application held to be invalid will not affect any other provision or application of the contract which may remain in effect without the invalid provision or application.
2.5. NON-WAIVER OF LIABILITY: The City of Phoenix as a public entity
supported by tax monies, in execution of its public trust, cannot agree to waive any lawful or legitimate right to recover monies lawfully due it. Therefore, any Contractor agrees that it will not insist upon or demand any statement whereby the City agrees to limit in advance or waive any right the City might have to recover actual lawful damages in any court of law under applicable Arizona law.
2.6. PAROL EVIDENCE: This Agreement is intended by the parties as a final
expression of their agreement and is intended also as a complete and exclusive statement of the terms of this agreement. No course of prior dealings between the parties and no usage in the trade will be relevant to supplement or explain any term used in this Contract. Acceptance or acquiescence in a course of performance rendered under this contract will not be relevant to determine the meaning of this Contract even though the
SECTION II – STANDARD TERMS AND CONDITIONS
Page 20
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
accepting or acquiescing party has knowledge of the nature of the performance and opportunity to object.
3. CONTRACT ADMINISTRATION AND OPERATION:
3.1. RECORDS: All books, accounts, reports, files and other records relating to the contract will be subject at all reasonable times to inspection and audit by the City for three years after completion of the contract. Such records will be produced at a City of Phoenix office as designated by the City.
3.2. CONFIDENTIALITY AND DATA SECURITY:
3.2.1. All data, regardless of form, including originals, images and reproductions, prepared by, obtained by, or transmitted to Contractor in connection with this Agreement is confidential, proprietary information owned by the City, unless otherwise agreed upon within this Agreement. Except as specifically provided in this Agreement, the Contractor shall not disclose data generated in the performance of the service to any third person without the prior written consent of the City Manager or his/her designee.
3.2.2. Contractor agrees to abide by all current applicable legal and industry data security and privacy requirements and to notify the City immediately if the scope of work changes or personal identifying information or information subject to Payment Card Industry Standards becomes part of the Agreement.
3.2.3. Contractor agrees to comply with all City information security and technology policies, standards, and procedures when accessing City networks and computerized systems whether onsite or remotely.
3.2.4. A violation of this Section may result in immediate termination of this Agreement without notice.
3.2.5. The obligations of Contractor under this section will survive the termination of this Agreement.
3.3. DISCRIMINATION PROHIBITED: Contractor agrees to abide by the
provisions of the Phoenix City Code Chapter 18, Article V as amended.
3.3.1. Any Contractor, in performing under this contract, will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age or disability nor otherwise commit an unfair employment practice. The supplier and/or lessee will take action to ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, or national origin, age or disability and adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill,
SECTION II – STANDARD TERMS AND CONDITIONS
Page 21
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
effort and responsibility, and that are performed within the same establishment under similar working conditions. Such action will include but not be limited to the following: Employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The supplier further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job- Contractor agreements or subleases of this agreement entered into by supplier/lessee.
3.4. EQUAL EMPLOYMENT OPPORTUNITY AND PAY: In order to do business
with the City, Contractor must comply with Phoenix City Code, 1969, Chapter 18, Article V, as amended, Equal Employment Opportunity Requirements. Contractor will direct any questions in regard to these requirements to the Equal Opportunity Department, (602) 262-6790. 3.4.1. For a Contractor with 35 employees or fewer: Contractor in
performing under this Agreement will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with during employment without regard to their race, color, religion, sex, national origin, age, or disability. Such action will include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts related to this Agreement that involve furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this Agreement. Contractor further agrees that this clause will be incorporated in all subcontracts, Contractor agreements or subleases of this agreement entered into by supplier/lessee.
3.4.2. For a Contractor with more than 35 employees: Contractor in performing under this Agreement will not discriminate against any worker, employee or applicant, or any member of the public, because of race, color, religion, sex, national origin, age, or disability, nor otherwise commit an unfair employment practice. The Contractor will ensure that applicants are employed, and employees are dealt with
SECTION II – STANDARD TERMS AND CONDITIONS
Page 22
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
during employment without regard to their race, color, religion, sex, national origin, age, or disability, and will adhere to a policy to pay equal compensation to men and women who perform jobs that require substantially equal skill, effort, and responsibility, and that are performed within the same establishment under similar working conditions. Such action will include but not be limited to the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training; including apprenticeship. The Contractor further agrees that this clause will be incorporated in all subcontracts with all labor organizations furnishing skilled, unskilled and union labor, or who may perform any such labor or services in connection with this contract. Contractor further agrees that this clause will be incorporated in all subcontracts, job- Contractor agreements or subleases of this Agreement entered into by supplier/lessee. The Contractor further agrees not to discriminate against any worker, employee or applicant, or any member of the public, because of sexual orientation or gender identity or expression and will ensure that applicants are employed, and employees are dealt with during employment without regard to their sexual orientation or gender identity or expression.
3.4.3. Documentation: Suppliers and lessees may be required to provide additional documentation to the Equal Opportunity Department affirming that a nondiscriminatory policy is being utilized.
3.4.4. Monitoring: The Equal Opportunity Department shall monitor the employment policies and practices of suppliers and lessees subject to this article as deemed necessary. The Equal Opportunity Department is authorized to conduct on-site compliance reviews of selected firms, which may include an audit of personnel and payroll records, if necessary.
3.5. LEGAL WORKER REQUIREMENTS: The City of Phoenix is prohibited by
A.R.S. § 41-4401 from awarding a contract to any Contractor who fails, or whose subcontractors fail, to comply with A.R.S. § 23-214(A). Therefore, Contractor agrees that: 3.5.1. Contractor and each subcontractor it uses warrants their compliance
with all federal immigration laws and regulations that relate to their employees and their compliance with A.R.S. § 23-214, subsection A.
3.5.2. A breach of a warranty under paragraph 1 will be deemed a material breach of the contract that is subject to penalties up to and including termination of the contract.
3.5.3. The City of Phoenix retains the legal right to inspect the papers of any Contractor or subcontractor employee who works on the contract to
SECTION II – STANDARD TERMS AND CONDITIONS
Page 23
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
ensure that the Contractor or subcontractor is complying with the warranty under paragraph 1.
3.6. LICENSES AND PERMITS: Contractor will keep current Federal, State, and
local licenses and permits required for the operation of the business conducted by the Contractor as applicable to this contract.
3.7. ADVERTISING: Contractor will not advertise or publish news releases concerning this contract without the prior written consent of the Department Director, and the City will not unreasonably withhold permission.
3.8. HEALTH, ENVIRONMENTAL AND SAFETY REQUIREMENTS: The
Contractor’s products, services and facilities will be in full compliance with all applicable Federal, State and local health, environmental and safety laws, regulations, standards, codes and ordinances, regardless of whether or not they are referred to by the City. At the request of City representatives, the Contractor will provide the City: 3.8.1. Environmental, safety and health regulatory compliance documents
(written safety programs, training records, permits, etc.) applicable to services provided by the Contractor in this contract.
3.8.2. A list of all federal, state, or local (EPA, OSHA, Maricopa County, etc.) citations or notice of violations issued against their firm or their subcontractors including dates, reasons, dispositions and resolutions.
The City will have the right, but not the obligation to inspect the facilities, transportation vehicles or vessels, containers and disposal facilities provided by the Contractor or subcontractor. The City will also have the right to inspect operations conducted by the Contractor or subcontractor in the performance of this agreement. The City further reserves the right to make unannounced inspections of the Contractor’s facilities (during normal business hours).
3.9. COMPLIANCE WITH LAWS: Contractor agrees to fully observe and comply with all applicable Federal, State and local laws, regulations, standards, codes and ordinances when performing under this Contract regardless of whether they are being referred to by the City. Contractor agrees to permit City inspection of Contractor’s business records, including personnel records to verify any such compliance. Because the Contractor will be acting as an independent Contractor, the City assumes no responsibility for the Contractor’s acts.
3.10. LAWFUL PRESENCE REQUIREMENT: Pursuant to A.R.S. §§ 1-501 and -502, the City of Phoenix is prohibited from awarding a contract to any natural
SECTION II – STANDARD TERMS AND CONDITIONS
Page 24
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
person who cannot establish that he or she is lawfully present in the United States. In order to establish lawful presence, this person must produce qualifying identification and sign a City-provided affidavit affirming that the identification provided is genuine. This requirement will be imposed at the time of contract award. In the event the prevailing responder is unable to satisfy this requirement, the City will offer the award to the next-highest scoring responder. The law does not apply to fictitious entities such as corporations, partnerships and limited liability companies.
3.11. NO ISRAEL BOYCOTT: By entering into this contract, the Contractor certifies that they are not currently engaged in, and agrees for the duration of the contract to not engage in, a boycott of Israel.
3.12. CONTINUATION DURING DISPUTES: Contractor agrees that
notwithstanding the existence of any dispute between the parties, insofar as is possible, under the terms of the contract, the Contractor will continue to perform the obligations required of Contractor during the continuation of any such dispute unless enjoined or prohibited by an Arizona Court of competent jurisdiction.
3.13. EMERGENCY PURCHASES: The City reserves the right to purchase from
other sources those items which are required on an emergency basis and cannot be supplied immediately from stock by the Contractor.
3.14. STRICT PERFORMANCE: Failure of either party to insist upon the strict
performance of any item or condition of the contract or to exercise or delay the exercise of any right or remedy provided in the contract, or by law, or the acceptance of materials or services, obligations imposed by this contract or by law will not be deemed a waiver of any right of either party to insist upon the strict performance of the contract.
4. COSTS AND PAYMENTS:
4.1. GENERAL: Any prompt payment terms offered must be clearly noted by the Contractor on all invoices submitted to the City for the payment of goods or services received. The City will make every effort to process payment for the purchase of material or services within thirty to forty-five calendar days after receipt of a correct invoice, unless a good faith dispute exists to any obligation to pay all or a portion of the account. Payment terms are specified in the Offer.
4.2. PAYMENT DEDUCTION OFFSET PROVISION: Contractor acknowledges
that the City Charter requires that no payment be made to any Contractor as long as there is an outstanding obligation due to the City. Contractor agrees
SECTION II – STANDARD TERMS AND CONDITIONS
Page 25
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
that any obligation it owes to the City will be offset against any payment due to the Contractor from the City.
4.3. LATE SUBMISSION OF CLAIM BY CONTRACTOR: The City will not honor
any invoices or claims which are tendered one year after the last item of the account accrued.
4.4. DISCOUNTS: Payment discounts will be computed from the date of
receiving acceptable products, materials and/or services or correct invoice, whichever is later to the date payment is mailed.
4.5. NO ADVANCE PAYMENTS: Advance payments are not authorized.
Payment will be made only for actual services or commodities that have been received.
4.6. FUND APPROPRIATION CONTINGENCY: The Vendor recognizes that any
agreement entered into will commence upon the day first provided and continue in full force and effect until termination in accordance with its provisions. The Vendor and the City herein recognize that the continuation of any contract after the close of any given fiscal year of the City, which ends on June 30th of each year, will be subject to the approval of the budget of the City providing for or covering such contract item as an expenditure therein. The City does not represent that said budget item will be actually adopted, said determination being the determination of the City Council at the time of the adoption of the budget.
4.7. MAXIMUM PRICES: The City will not be invoiced at prices higher than those
stated in any contract resulting from this Offer. Contractor certifies, by signing this Offer that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. Contractor further agrees that any reductions in the price of the goods or services covered by this Offer and occurring after award will apply to the undelivered balance. The Contractor will promptly notify the City of such price reductions.
5. CONTRACT CHANGES:
5.1. CONTRACT AMENDMENTS: Contracts will be modified only by a written contract amendment signed by persons duly authorized to enter into contracts on behalf of the Contractor. No verbal agreement or conversation with any officer, agent, or employee of the City either before or after execution of the contract, will affect or modify any of the terms or obligations contained or to be contained in the contract. Any such verbal agreements or conversation will be considered as unofficial information and in no way
SECTION II – STANDARD TERMS AND CONDITIONS
Page 26
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
binding upon the City or the Contractor. All agreements will be in writing and contract changes will be by written amendment signed by both parties.
5.2. ASSIGNMENT – DELEGATION: No right or interest in this contract nor monies due hereunder will be assigned in whole or in part without written permission of the City, and no delegation of any duty of Contractor will be made without prior written permission of the City, which may be withheld for good cause. Any assignment or delegation made in violation of this section will be void.
5.3. NON-EXCLUSIVE CONTRACT: Any contract resulting from this solicitation
will be awarded with the understanding and agreement that it is for the sole convenience of the City. The City reserves the right to obtain like goods or services from another source when necessary.
5.4. AUTHORIZED CHANGES: The City reserves the right at any time to make
changes in any one or more of the following: (a) specifications; (b) methods of shipment or packing; (c) place of delivery; (d) time of delivery; and/or (e) quantities. If the change causes an increase or decrease in the cost of or the time required for performance, an equitable adjustment may be made in the price or delivery schedule, or both. Any claim for adjustment will be deemed waived unless asserted in writing within thirty days from the receipt of the change. Price increases or extensions of delivery time will not be binding on the City unless evidenced in writing and approved by the Department Director or delegate prior to the institution of the change.
6. RISK OF LOSS AND LIABILITY:
6.1. TITLE AND RISK OF LOSS: The title and risk of loss of material or service will not pass to the City until the City actually receives the material or service at the point of delivery; and such loss, injury, or destruction will not release seller from any obligation hereunder.
6.2. ACCEPTANCE: All material or service is subject to final inspection and
acceptance by the City. Material or service failing to conform to the specifications of this contract will be held at Contractor's risk and may be returned to the Contractor. If so returned, all costs are the responsibility of the Contractor. Noncompliance will conform to the cancellation clause set forth in this document.
6.3. FORCE MAJEURE: Except for payment of sums due, neither party will be
liable to the other nor deemed in default under this contract if and to the extent that such party's performance of this contract is prevented by reason of force majeure. The term "force majeure" means an occurrence that is
SECTION II – STANDARD TERMS AND CONDITIONS
Page 27
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
beyond the control of the party affected and occurs without its fault or negligence. Force majeure will not include late performance by a subcontractor unless the delay arises out of a force majeure occurrence in accordance with this force majeure term and condition.
If either party is delayed at any time in the progress of the work by force majeure, the delayed party will notify the other party in writing of such delay, as soon as is practical, of the commencement thereof and will specify the causes of such delay in such notice. Such notice will be hand-delivered or mailed certified-return receipt and will make a specific reference to this provision, thereby invoking its provisions. The delayed party will cause such delay to cease as soon as practicable and will notify the other party in writing when it has done so. The time of completion will be extended by contract modification for a period of time equal to the time that results or effects of such delay prevent the delayed party from performing in accordance with this contract.
6.4. LOSS OF MATERIALS: The City does not assume any responsibility, at any time, for the protection of or for loss of materials, from the time that the contract operations have commenced until the final acceptance of the work by the City.
7. CITY’S CONTRACTUAL RIGHTS:
7.1. RIGHT OF ASSURANCE: Whenever one party to this contract in good faith has reason to question the other party's intent to perform, the former party may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made and no written assurance is given within five days, the demanding party may treat this failure as an anticipatory repudiation of this contract.
7.2. NON-EXCLUSIVE REMEDIES: The rights and remedies of the City under this Contract are non-exclusive.
7.3. DEFAULT IN ONE INSTALLMENT TO CONSTITUTE BREACH: Each
installment or lot of the agreement is dependent on every other installment or lot and a delivery of non-conforming goods or a default of any nature under one installment or lot will impair the value of the whole agreement and constitutes a total breach of the agreement as a whole.
7.4. ON TIME DELIVERY: Because the City is providing services which involve health, safety and welfare of the general public, delivery time is of the essence. Delivery must be made in accordance with the delivery schedule promised by the Contractor.
SECTION II – STANDARD TERMS AND CONDITIONS
Page 28
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
7.5. DEFAULT: In case of default by the Contractor, the City may, by written notice, cancel this contract and repurchase from another source and may recover the excess costs by (1) deduction from an unpaid balance due; (2) collection against the Offer and/or performance bond, or (3) a combination of the aforementioned remedies or other remedies as provided by law.
7.6. COVENANT AGAINST CONTINGENT FEES: Seller warrants that no
person or selling agent has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employers or bona fide established commercial or selling agencies maintained by the seller for the purpose of securing business. For breach or violation of this warranty, the City will have the right to annul the contract without liability or in its discretion to deduct from the contract price a consideration, or otherwise recover the full amount of such commission, brokerage or contingent fee.
7.7. COST JUSTIFICATION: In the event only one response is received, the City
may require that the Contractor submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the Offer price is fair and reasonable.
8. CONTRACT TERMINATION:
8.1. GRATUITIES: The City may, by written notice to the Contractor, cancel this contract if it is found that gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any agent or representative of the Contractor, to any officer or employee of the City making any determinations with respect to the performing of such contract. In the event this contract is canceled by the City pursuant to this provision, the City will be entitled, in addition to any other rights and remedies, to recover or withhold from the Contractor the amount of the gratuity.
8.2. CONDITIONS AND CAUSES FOR TERMINATION:
8.2.1 This contract may be terminated at any time by mutual written consent, or by the City, with or without cause, upon giving thirty-day written notice to Contractor. The City at its convenience, by written notice, may terminate this contract, in whole or in part. If this contract is terminated, the City will be liable only for payment under the payment provisions of this contract for services rendered and accepted material received by the City before the effective date of termination. Title to all materials, work-in-process and completed but undeliverable goods, will pass to the City after costs are claimed and allowed. The Seller will submit detailed cost claims in an acceptable
SECTION II – STANDARD TERMS AND CONDITIONS
Page 29
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
manner and will permit the City to examine such books and records as may be necessary in order to verify the reasonableness of any claims.
8.2.2 The City reserves the right to cancel the whole or any part of this contract due to failure of Contractor to carry out any term, promise, or condition of the contract. The City will issue a written notice of default to Contractor for acting or failing to act as in any of the following:
In the opinion of the City, Contractor provides personnel who do not meet the requirements of the contract;
In the opinion of the City, Contractor fails to perform adequately the stipulations, conditions or services/specifications required in this contract;
In the opinion of the City, Contractor attempts to impose on the City personnel or materials, products or workmanship, which is of an unacceptable quality;
Contractor fails to furnish the required service and/or product within the time stipulated in the contract;
In the opinion of the City, Contractor fails to make progress in the performance of the requirements of the contract and/or fails to give the City a positive indication that Contractor will or can perform to the requirements of the contract.
8.3. CONTRACT CANCELLATION: All parties acknowledge that this contract is
subject to cancellation by the City of Phoenix pursuant to the provision of Section 38-511, Arizona Revised Statutes.
9. STATE AND LOCAL TRANSACTION PRIVILEGE TAXES: In accordance with
applicable state and local law, transaction privilege taxes may be applicable to this transaction. The state and local transaction privilege (sales) tax burden is on the person who is conducting business in Arizona and the City of Phoenix. The legal liability to remit the tax is on the person conducting business in Arizona. Any failure by the Contractor to collect applicable taxes from the City will not relieve the Contractor from its obligation to remit taxes. It is the responsibility of the prospective bidder to determine any applicable taxes. The City will look at the price or offer submitted and will not deduct, add or alter pricing based on speculation or application of any taxes, nor will the City provide advice or guidance. If you have questions regarding your tax liability, please seek advice from a tax professional prior to submitting your bid. You may also find information at https://www.phoenix.gov/finance/plt or https://www.azdor.gov/Business.aspx. Once your bid is submitted, the Offer is valid for the time specified in this Solicitation, regardless of mistake or omission of tax liability. If the City finds over payment of a project due to tax consideration that was not due, the Contractor will be liable to the
SECTION II – STANDARD TERMS AND CONDITIONS
Page 30
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
City for that amount, and by contracting with the City agrees to remit any overpayments back to the City for miscalculations on taxes included in a bid price.
10. TAX INDEMNIFICATION: Contractor will, and require the same of all subcontractors,
pay all federal, state and local taxes applicable to its operation and any persons employed by the Contractor. Contractor will, and require the same of all subcontractors, hold the City harmless from any responsibility for taxes, damages and interest, if applicable, contributions required under federal, and/or state and local laws and regulations and any other costs including transaction privilege taxes, unemployment compensation insurance, Social Security and Worker’s Compensation.
11. TAX RESPONSIBILITY QUALIFICATION: Contractor may be required to establish,
to the satisfaction of City, that any and all fees and taxes due to the City or the State of Arizona for any License or Transaction Privilege taxes, Use taxes or similar excise taxes, are currently paid (except for matters under legal protest). Contractor agrees to a waiver of the confidentiality provisions contained in the City Finance Code and any similar confidentiality provisions contained in Arizona statutes relative to State Transaction Privilege Taxes or Use Taxes. Contractor agrees to provide written authorization to the City Finance Department and to the Arizona State Department of Revenue to release tax information relative to Arizona Transaction Privilege Taxes or Arizona Use Taxes in order to assist the Department in evaluating Contractor’s qualifications for and compliance with contract for duration of the term of contract.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 31
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION III – SPECIAL TERMS AND CONDITIONS
1. INTELLECTUAL PROPERTY RIGHTS: Consultant grants to City a nonexclusive,
non-transferable (except to a wholly-owned subsidiary of the City), and royalty-free
right and license to install, use, and maintain the software, application(s), or similar
technology to be provided to the City pursuant to this agreement (collectively, the
“Deliverables”) for the City’s internal or business purposes. The City shall further
have the right to reproduce the Deliverables to the extent reasonably necessary for
such purposes. The City shall not, without the Consultant’s prior written consent,
transfer or sub-license its foregoing license rights (except to a wholly-owned
subsidiary of the City) or reverse engineer, decompile, or otherwise attempt to
derive source code from the Deliverables.
2. STRICT PERFORMANCE: Either party’s failure to insist on strict performance of
any term or condition of the Contract shall not be deemed a waiver of that term or
condition even if the party accepting or acquiescing in the nonconforming
performance knows of the nature of the performance and fails to object to it; except
where enforcement of this provision would be in conflict with the scope or proposal.
3. WARRANTY: Contractor specifically warrants that all Deliverables shall be free of
any condition which could make them fail to perform in material accordance with
this agreement (each such condition to be called an “Error”) for a period of nine
months after actual installation of the software (the “Warranty Period”). If the City
reports to Contractor any errors in the system during the Warranty Period, then
Contractor shall, at its expense, use reasonable commercial efforts to modify,
replace, or otherwise remedy the faulty Deliverable as quickly as reasonably
practicable. Where possible, both parties shall attempt to resolve Errors through
telephone instruction, issuance of updated documentation, corrective code, or
hardware replacement or modification.
4. STANDARDS AND PRACTICES: Deliverables shall conform to the generally
accepted standards and practices of the trade or industry involved. All work shall
be executed by personnel skilled in their respective lines of work.
5. QUALIFICATIONS: Contractor represents that it is fully experienced and properly
qualified; is in compliance with all applicable license requirements; and, is
equipped, organized, and financed to provide and/or perform the goods and/or
services purchased by the City pursuant to this agreement.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 32
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
6. INTELLECTUAL PROPERTY WARRANTIES: Contractor warrants that:
(a) The Deliverables will be free of the rightful claim of any third party for or
by way of infringement or misappropriation of patent, copyright, trade
secret, trademark or other rights arising under the laws of the United
States;
(b) No act or omission of Contractor will result in a third party holding any
other claim that interferes with the City’s enjoyment or use of the
Deliverables;
(c) Contractor owns or possesses all right(s), titles(s) and license(s)
necessary to perform its obligations hereunder; and
7. INDEMNIFICATION – PATENT, COPYRIGHT AND TRADEMARK: In addition to
any other indemnification required by this Agreement, Contractor agrees to defend,
at its own expense, and to indemnify and hold harmless the City and its officers,
agents, and employees from and against all judgments, claims, damages, suits,
liabilities, settlements, costs and demands, including reasonable attorneys’ fees,
suffered or incurred by the City as a result of any claim that the Deliverables infringe
the patents, copyrights, or other intellectual property rights of third parties, provided
that Contractor is notified in writing of such claim. The City will reasonably
cooperate with Contractor, at Contractor’s expense, to facilitate the settlement or
defense of such claim. Without limiting in any way the Contractor obligations set
forth herein, if, as a result of any claim of infringement with respect to the
Deliverables, the City is enjoined from using the Deliverables, or if Contractor
reasonably believes that the Deliverables are likely to become the subject of a claim
of infringement, Contractor may, at Contractor’s option and expense, (1) procure
the right for the City to continue to use the Deliverables, or (2) replace or modify the
Deliverables so as to make them non-infringing and of equal or superior
functionality and capability for the purpose(s) for which the Deliverables were
provided.
The Contractor’s obligation to indemnify, defend, and hold harmless the City
pursuant to this subsection shall be reduced to the extent the applicable
infringement is caused or alleged to be caused by the alteration or modification of
the Deliverablesby the City (including its employees and contractors other than the
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 33
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Contractor and its subcontractors) other than in connection with the ordinary or
expected use of the Deliverables.
8. LICENSES AND PERMITS: Contractor shall keep current all federal, state, and
local licenses and permits required for the operation of the business conducted by
the Contractor as applicable to this contract.
9. ADVERTISING: Except as required by law, Contractor shall not publish, release,
disclose or announce to any member of the public, press, official body, or any other
third party any information or documents concerning this Agreement, the
Deliverables, or any part thereof without the prior written consent of the City. The
name of any City site on which services are performed by the Contractor pursuant
to this Agreement shall not be used in any advertising or other promotional context
by Contractor without the prior written consent of the City.
10. PRICE: The price for each “Work Assignment” identified in the Scope of Work (each
a “Work Assignment”) will be a firm fixed price unless the associated Detailed
Scope of Work explicitly identifies the Work Assignment, or individual tasks under
the Work Assignment, as being on a time-and-materials basis. Work Assignments
and individual tasks that are identified as being on a time-and-materials basis will
also have an identified maximum total cost. While time-and-materials work will be
paid based on actual hours worked and actual costs incurred, with hourly rates
identified in the Work Assignment’s Detailed Scope of Work, if the cost of time-and-
materials work exceeds the maximum total cost, any excess cost will be the
Contractor’s responsibility. Price is inclusive of all applicable transaction privilege
taxes (sales taxes).
11. METHOD OF ORDERING (PURCHASE ORDERS): Contractor will deliver items
and/or services only upon receipt of a written purchase order issued by the
Department. All Contractor invoices and packing/delivery tickets must include the
City of Phoenix purchase order number.
12. METHOD OF INVOICING: Invoice must be emailed in .pdf format to
[email protected] and must include the following:
City purchase order number or shopping cart number.
Items listed individually by the written description and part number.
Unit price, extended and totaled.
Quantity ordered, back ordered, and shipped.
Invoice number and date.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 34
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Requesting department name and "ship-to" address.
Payment terms.
FOB terms.
Remit to address.
Completed Work Assignment Acceptance Certificate. 13. METHOD OF PAYMENT: Payment for each Work Assignment will be made
following completion and acceptance by the City, as documented by the City’s
approval of an Acceptance Certificate. Upon completion of tasks associated with
the Work Assignment, the Contractor will provide the City with an invoice not to
exceed the amount of the Work Assignment’s price, an itemization of any completed
time-and-materials work (indicating the hours worked and hourly rate that shall not
exceed the approved hourly rate), and a certification that the Work Assignment is
complete and that payment of the invoice represents settlement of Contractor
claims associated with the Work Assignment.
14. PARTIAL PAYMENTS: Partial payments are authorized on individual written
purchase orders. Payment will be made for partial deliveries made and accepted
by the City. Payment will be made only for the actual amount of items or services
received and accepted by the City.
15. VALUE ENGINEERING CHANGE PROPOSALS: A Value Engineering Change
Proposal (VECP) is defined as a proposal that requires a change to the Contract to
implement, that would result in reducing the overall Contract cost to the City without
impairing essential functions or characteristics, and that does not only involve a
change in deliverable end item quantities. During the course of work, the Contractor
may voluntarily submit VECPs, including an itemization of the projected Contract
cost savings. Should the City, in its sole discretion, accept the VECP, the Contract
cost will be reduced by 50% of the VECP savings amount, allowing the Contractor
to retain 50% of the VECP savings. Projected ongoing operational savings are not
eligible for VECPs.
This provision does not apply to any Contract change that impairs essential
functions/characteristics (e.g., eliminating a business process from the Scope of
Work), or reduces expected gains in business process efficiency, as determined by
the City, or involves a change in deliverable end item quantities only (e.g., reducing
the number of hours of on-call report development support or number of software
licenses) – all savings from such changes will be savings to the City only.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 35
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
16. CONFIDENTIALITY AND DATA SECURITY:
16.1. All data, regardless of form, including originals, images and reproductions,
prepared by, obtained by, or transmitted to Contractor in connection with this
Agreement is confidential, proprietary information owned by the City. Except
as specifically provided in this Agreement, the Contractor shall not disclose
data generated in the performance of the service to any third person without
the prior written consent of the City Manager or his/her designee.
16.2. Personal identifying information, financial account information, protected
health information, or restricted City information, whether electronic format
or hard copy, must be secured and protected at all times to avoid
unauthorized access. At a minimum, Contractor must encrypt and/or
password-protect electronic files. This includes data saved to laptop
computers, computerized devices, handheld devices, networking devices,
removable storage devices, or other electronic media, as well as data in
transit, such as during email or file transfer.
16.3. When personal identifying information, financial account information,
protected health information, or restricted City information, regardless of its
format, is no longer necessary, the information must be redacted or
destroyed through appropriate and secure methods that ensure the
information cannot be viewed, accessed, or reconstructed. Contractor must
properly dispose of such information by taking reasonable measures to
protect against unauthorized access to or use of the information in
connection with its disposal.
16.4. This includes implementing and monitoring compliance with policies and
procedures that require the redaction, destruction, erasure, or other disposal
of paper documents and electronic media containing personal identifying
information, financial account information, protected health information, or
restricted City information so that these types of information cannot
practicably be read or reconstructed. Contractor will provide the City with its
information security policies and procedures regarding the redaction,
destruction, erasure, or other disposal of documents and information.
16.5. In the event that data collected or obtained by the Contractor in connection
with this Agreement is suspected to have been compromised, Contractor
shall notify the contracting City department immediately. Contractor agrees
to reimburse the City for any costs incurred by the City to investigate and
respond to potential breaches of this data, including, where applicable, the
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 36
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
cost of notifying individuals who may be impacted by the breach, attorneys’
fees, and for any monetary damages or penalties the City is assessed. In
case of a breach or critical breach of the City’s information, it will be the City,
not the Contractor that will inform any and all individuals affected by any such
breach. Only upon prior written consent of the City, or at the specific
direction of the City, will the Contractor notify individuals affected by a breach
or critical breach of the City’s information.
16.6. Contractor agrees that the City may assess or test the security of any
applications, web services, or computerized systems created or provided by
the Contractor that process, store, or transmit City information. If the City
finds vulnerabilities that are rated medium or more critical by the Common
Vulnerability Scoring System (CVSS) in these applications, web services, or
computerized systems, the Contractor agrees to remediate the vulnerability
at no cost to the City and within an agreed-upon timeframe not to exceed 90
days. To clarify, the Contractor must remediate found vulnerabilities in
computerized systems they provide; Contractor is not liable for remediating
any vulnerability found in the City’s network or computing infrastructure used
to support the applications, web services, or systems created or provided by
the Contractor.
16.7. Contractor agrees to abide by all current applicable legal and industry data
security and privacy requirements. These may include, to the extent
applicable, Arizona Revised Statutes §44-7501 — Notification of breach of
security system; Arizona Revised Statutes §44-7601 — Discarding and
disposing of records containing personal identifying information; Health
Insurance Portability and Accountability Act of 1996 (HIPAA) Privacy and
Security Rules; Health Information Technology for Economic and Clinical
Health (HITECH) Act, and Payment Card Industry Data Security Standards.
16.8. Contractor agrees to demonstrate that they have adequate controls and
safeguards when they host or process personal identifying information,
financial account information, protected health information, or restricted City
information. This may be accomplished through a third-party audit utilizing
a widely recognized auditing standard, such as Statement on Standards for
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 37
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Attestation Engagements (SSAE) No. 16, or through earning industry
certification, such as ISO/IEC 27001.
16.9. Contractor agrees to comply with all City information security and technology
policies, standards, and procedures when accessing City networks and
computerized systems whether onsite or remotely.
16.10. Contractor agrees that the requirements of this Section shall be incorporated
into all subcontractor agreements entered into by the Contractor. It is further
agreed that a violation of this Section shall be deemed to cause irreparable
harm that justifies injunctive relief in court. A violation of this Section may
result in immediate termination of this Agreement without notice. The
obligations of Contractor under this Section shall survive the termination of
this Agreement.
17. VENDOR PROFILE CHANGES: It is the responsibility of the Contractor to
promptly update their profile in procurePHX. If Contractor’s legal identify has
changed, the Procurement Officer must be notified immediately. Failure to do so
may result in non-payment of invoices and contract termination.
18. AUTHORIZATION OF WORK AND CHANGE CONTROL: The City will authorize
work through a written Notice to Proceed document to be issued by the Budget &
Research Department Director (Director) for each Work Assignment. Performance
of a Work Assignment is to commence only upon receipt of the written Notice to
Proceed. Any work or materials furnished by the Contractor without such written
authorization first being given will be at the Contractor’s own risk, cost, and
expense, and the Contractor agrees to make no claim for compensation for such
work or materials furnished.
The Contractor shall notify the department of any change requested by City staff
that would result in an extension of the delivery date for a Work Assignment, or that
would result in additional cost to the City, or that would materially modify the scope
of a Work Assignment. The Contractor shall not proceed with the requested change
until the Deputy Finance Director issues a written contract amendment.
The City may allow the Contractor variances from the Work Assignment detailed
tasks and deliverables that do not impact the Planned Project Structure, the total
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 38
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Work Assignment fee or delivery date. Such changes shall only require the written
authorization of the City’s Project Manager.
Work Assignments may include “Optional Tasks”, which will be explicitly identified
as such in the Work Assignment Detailed Scope of Work. The Consultant must
obtain a written contract amendment, approved by the Deputy Finance Director
prior to initiating any Optional Task.
19. CONTRACTOR ASSIGNMENTS: The Contractor hereby agrees that any of its
employees who may be assigned to City sites to satisfy obligations under this
contract will be used exclusively for that purpose during the hours when they are
working in areas covered by this Contract and will perform no work at other City of
Phoenix facilities. In the event that other services, in addition to or separate from
the services specified herein, may be deemed necessary by the Deputy Finance
Director or Department Director or his authorized representative, the Contractor
may be requested to perform the additional or special service.
20. POST AWARD CONFERENCE: A post award conference may be held by the
Department prior to commencement of any work on the project. The purpose of this
conference is to discuss critical elements of the work schedule and operational
problems and procedures.
21. SUSPENSIONS OF WORK: The Department reserves the right to suspend work
wholly or in part if deemed necessary for the best interest of the City. This
suspension will be without compensation to the Contractor, other than to adjust the
contract completion/delivery requirements.
22. PERFORMANCE INTERFERENCE: Contractor will notify the City’s department contact immediately of any occurrence and/or condition that interferes with the full performance of the contract, and confirm it in writing within 24 hours.
Department Contact: Christopher Fazio Phone: 602-534-9814
23. TRANSITION OF CONTRACT: At least thirty days prior to the expiration or
termination of this contract vendor must provide all services reasonably necessary
to ensure an orderly and efficient transition of the services, in whole or in part, to
another provider and the City, including a transition plan if required by the scope.
Vendor agrees to provide to the city all files in ASCII format (or other city-
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 39
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
designated and appropriate format), supplies, data, records, and any other
properties or materials of the City, which the City owns or has rights to pursuant to
this contract and which are in the possession of vendor. The provisions of this
section will survive the expiration or termination of this contract. Within the City’s
sole discretion, the vendor agrees to a month-to-month extension at the same
price(s) for continued services or goods deemed as essential by the City.
24. CONTRACTOR AND SUB CONTRACTOR WORKERS BACKGROUND
SCREENING : Contractor agrees that all Contractor and sub Contractors’ workers
(collectively “Contractor’s Worker(s))” that Contractor furnishes to the City pursuant
to this agreement will be subject to background and security checks and screening
(collectively “Background Screening”) at Contractor’s sole cost and expense as set
forth in this section. The background screening provided by Contractor will comply
with all applicable laws, rules and regulations. Contractor further agrees that the
background screening required in this section is necessary to preserve and protect
the public health, safety and welfare. The background screening requirements set
forth in this section are the minimum requirements for the agreement. The City in
no way warrants that these minimum requirements are sufficient to protect
Contractor from any liabilities that may arise out of the Contractor’s services under
this agreement or Contractor’s failure to comply with this section. Therefore, in
addition to the specific measures set forth below, Contractor and its contract
workers will take such other reasonable, prudent and necessary measures to
further preserve and protect public health, safety and welfare when providing
services under this agreement.
25. BACKGROUND SCREENING REQUIREMENTS AND CRITERIA: Because of the
varied types of services performed, the City has established three levels of risk and
associated background screening. The risk level and background screening
required for this agreement is Maximum risk level.
25.1. Minimum Risk Level A minimum risk background screening will be performed when the contract
worker:
will not have direct access to City facilities or information systems; or
will not work with vulnerable adults or children; or
when access to City facilities is escorted by City’s workers.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 40
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
The background screening for minimum risk will consist of the screening
required by A.R.S.§ 41-4401 and following to verify legal Arizona worker
status.
25.2. Standard Risk Level
A standard risk background screening will be performed when the contract
worker’s work assignment will:
require a badge or key for access to City facilities; or
allow any access to sensitive, confidential records, personal identifying
information or restricted City information; or
allow unescorted access to City facilities during normal and non-business
hours.
The background screening for this standard risk level will include the
background screening required for the minimum risk level and a background
check for real identity/legal name, and will include felony and misdemeanor
records from any county in the United States, the state of Arizona, plus any
other jurisdiction where the Contractor worker has lived at any time in the
preceding seven years from the contract worker’s proposed date of hire.
25.3. Maximum Risk Level
A maximum risk background screening will be performed when the contract
worker’s work assignment will:
have any contact with vulnerable people such as children, youth, elderly,
or individuals with disabilities; or
have any responsibility for the receipt of payment of City funds or control
of inventories, assets, or records that are at risk of misappropriation; or
have unescorted access to City data centers, money rooms, or high-
valve equipment rooms; or have access to private residences; or
have access to Homeland Defense Bureau identified critical
infrastructure sites/facilities.
The background screening for this maximum risk level will include the
background screening required for the standard risk level, plus a sexual
offender search, a credit check, and driving record search for the preceding
seven years from the contract worker’s proposed date of hire. Contract
workers who work directly with children or vulnerable adults are also subject
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 41
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
to fingerprint verification through the Arizona Department of Public Safety as
mandated by Phoenix City Code.
25.4. CONTRACTOR CERTIFICATION; CITY APPROVAL OF MAXIMUM RISK
BACKGROUND SCREENING: By executing this agreement, Contractor
certifies and warrants that Contractor has read the background screening
requirements and criteria in this section, understands them and that all
background screening information furnished to the City is accurate and
current. Also, by executing this agreement, Contractor further certifies and
warrants that Contractor has satisfied all such background screening
requirements for the minimum and standard risk background screening as
required. In addition, for maximum risk background screening, Contractor
will furnish to Budget and Research Department for the City’s review and
approval of such background screenings for any contract worker considered
for performing services under this agreement where human safety or facility
security is classified as a maximum risk level. The subject contract worker
will not apply for the appropriate City of Phoenix identification and access
badge or keys until Contractor has received the City’s written acceptance of
the subject contract worker’s maximum risk background screening. The City
may, in its sole discretion, accept or reject any or all the contract workers
proposed by Contractor for performing work under this agreement. A
contract worker rejected for work at a maximum risk level under this
agreement will not be proposed to perform work under other City contracts
or engagements without City’s prior written approval.
25.5. TERMS OF THIS SECTION APPLICABLE TO ALL OF CONTRACTOR’S
CONTRACTS AND SUBCONTRACTS: Contractor will include the terms of
this section for contract worker background screening in all contracts and
subcontracts for services furnished under this agreement including, but not
limited to, supervision and oversight services.
25.6. MATERIALITY OF BACKGROUND SCREENING REQUIREMENTS;
INDEMNITY: The background screening requirements of this section are
material to City’s entry into this agreement and any breach of this section by
Contractor will be deemed a material breach of this contract. In addition to
the indemnity provisions set forth in this agreement, Contractor will defend,
indemnify and hold harmless the City for any and all claims arising out of this
background screening section including, but not limited to, the
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 42
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
disqualifications of a contract worker by Contractor or the City for failure to
satisfy this section.
25.7. CONTINUING DUTY; AUDIT: Contractor’s obligations and requirements
that contract workers satisfy this background screening section will continue
throughout the entire term of this agreement. Contractor will notify the City
immediately of any change to a maximum risk background screening of a
contract worker previously approved by the City. Contractor will maintain all
records and documents related to all background screenings and the City
reserves the right to audit Contractor’s compliance with this section.
25.8. EMPLOYEE IDENTIFICATION AND ACCESS:Contractor’s employees
must have badges and be in uniforms that bear an easily visible company
name or logo on the front and/or back. All employees with the exception of
owners and management (this does not include supervisors) must be in
company uniform while on site. The identification badge will contain
Company’s name, employee’s name, signature and employee’s clearly
identifiable photograph. Identification badges will be visibly worn at all times
while on City premises. If an additional City issued badge is applicable this
must also be worn in a clearly visible location. Uniforms are to be approved
by the Department and are not to be dirty, stained, or torn. Employees will
not expose tattoos, wear colors or clothing associated with gangs. Open-
toed shoes, shorts, skorts, skirts, dresses, and hats are not acceptable. All
Contractor personnel including owners, management, and supervisors must
wear company and/or City badges in a clearly visible area while on-site.
25.8.1. Contractor employees are forbidden access to designated restricted
areas. Access to each building will be as directed by the Department
Director’s authorized representative. Contractor employees are not
authorized access other than during scheduled hours for the
Department. Contractor employees may not leave the premises
during working hours except in cases of emergency and on approval
of the Department Director or his authorized representative.
25.8.2. Only authorized Contractor employees are allowed on the premises
of the City facilities/buildings. Contractor employees are not to be
accompanied in the work area by acquaintances, family members,
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 43
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
assistants or any other person unless said person is an authorized
Contractor employee.
25.9. CONTRACT WORKER ACCESS CONTROLS, BADGE AND KEY
ACCESS REQUIREMENT: A CONTRACT WORKER WILL NOT BE
ALLOWED TO BEGIN WORK IN ANY CITY FACILITY WITHOUT: THE
PRIOR COMPLETION AND CITY’S ACCEPTANCE OF THE REQUIRED
BACKGROUND SCREENING, AND, WHEN REQUIRED, THE CONTRACT
WORKER’S RECEIPT OF A CITY ISSUED BADGE. A BADGE WILL BE
ISSUED TO A CONTRACT WORKER SOLELY FOR ACCESS TO THE
CITY FACILITY(S) TO WHICH THE CONTRACT WORKER IS ASSIGNED.
EACH CONTRACT WORKER WHO ENTERS A CITY FACILITY MUST
USE THE BADGE ISSUED TO THE CONTRACT WORKER.
25.10. KEY ACCESS PROCEDURES: If the Contractor worker’s services require
keyed access to enter a City facility(s), a separate key issue/return form must
be completed and submitted by the Contractor for each key issued. The key
issue/return form is available and the completed form will be submitted to
the badging office.
25.11. STOLEN OR LOST BADGES OR KEYS: Contractor will report lost or stolen
badges or keys to their local police department and must obtain a police
department report (PDR) prior to re-issuance of any lost or stolen badge or
key. A new badge application or key issue form will be completed and
submitted along with payment of the applicable fee listed below prior to
issuance of a new badge or key.
25.12. RETURN OF BADGE OR KEYS: All badges and keys are the property of
the City and must be returned to the City at the badging office within one
business day (excluding weekends and City holidays) of when the contract
worker’s access to a City facility is no longer required to furnish the services
under this agreement. Contractor will collect a contract worker’s badge and
key(s) upon the termination of the contract worker’s employment; when the
Contractor worker’s services are no longer required at a particular City
facility(s); or upon termination, cancellation or expiration of this agreement.
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 44
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
25.13. CONTRACTOR’S DEFAULT; LIQUIDATED DAMAGES; RESERVATION
OF REMEDIES FOR MATERIAL BREACH: Contractor’s default under this
section will include, but is not limited to, the following:
Contract worker gains access to a City facility(s) without the proper
badge or key;
Contract worker uses a badge or key of another to gain access to a City
facility;
Contract worker commences services under this agreement without the
proper badge, key or background screening;
Contract worker or Contractor submits false information or negligently
submits wrong information to the City to obtain a badge, key or applicable
background screening; or
Contractor fails to collect and timely return contract worker’s badge or key upon termination of contract worker’s employment, reassignment of contract worker to another City facility or upon the expiration, cancellation or termination of this agreement.
25.14. Contractor acknowledges and agrees that the access control, badge and key
requirements in this section are necessary to preserve and protect the public
health, safety and welfare. Accordingly, Contractor agrees to properly cure
any default under this section within three business days (excluding
weekends and City holidays) from the date notice of default is sent by the
City. The parties agree that Contractor’s failure to properly cure any default
under this section will constitute a breach of this section. In addition to any
other remedy available to the City at law or in equity, the Contractor will be
liable for and pay to the City the sum of $1,000.00 for each breach by
Contractor in this section. The parties further agree that the sum fixed above
is reasonable and approximates the actual or anticipated loss to the City at
the time and making of this agreement in the event that Contractor breaches
this section. Further, the parties expressly acknowledge and agree to the
fixed sum set forth above because of the difficulty of proving the City’s actual
damages in the event that Contractor breaches this section. The parties
further agree that three breaches by Contractor in this section arising out of
any default within a consecutive period of three months or three breaches
by Contractor in this section arising out of the same default within a period
of 12 consecutive months will constitute a material breach of this agreement
by Contractor and the City expressly reserves all of its rights, remedies and
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 45
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
interests under this agreement, at law and in equity including, but not limited
to, termination of this agreement.
25.15. BADGE AND KEY FEES: The badge and key fee under this Agreement will
be $55.00 whether for initial badge/key or replacements. The City reserves
the right to amend these fees upon a 30-day prior written notice to
Contractor.
26 SECURITY INQUIRIES: Contractor acknowledges that all of the employees that it
provides pursuant to this Contract shall, at Contractor’s expense, be subject to
background and security checks and screening at the request of the City.
Contractor shall perform all such security inquiries and shall make the results
available to the City for all employees considered for performing work (including
supervision and oversight) under this Contract. City may make further security
inquiries. Whether or not further security inquiries are made by the City, City may,
at its sole, absolute and unfettered discretion, accept or reject any or all of the
employees proposed by the Contractor for performing work under this Contract.
Employees rejected by the City for performing services under this Contract may still
be engaged by Contractor for other work not involving the City. An employee
rejected for work under this Contract shall not be proposed to perform work under
other City contracts or engagements without the City’s prior approval.
The City, in its sole discretion, reserves the right, but not the obligation to:
26.1 have an employee/prospective employee of the Contractor be
required to provide fingerprints and execute such other documentation as
may be necessary to obtain criminal justice information pursuant to A.R.S.
41-1750 (G) (4);
26.2 act on newly acquired information whether or not such information
should have been previously discovered;
26.3 unilaterally change its standards and criteria relative to the
acceptability of Contractor’s employees and/or prospective employees; and
26.4 object, at any time and for any reason, to an employee of Contractor
performing work (including supervision and oversight) under this
SECTION III – SPECIAL TERMS AND CONDITIONS
Page 46
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Agreement. Contractor will bear the costs of any and all inquiries requested
by the City.
27 LIQUIDATED DAMAGES: If the Contractor fails to deliver the supplies or perform
the services within the time specified in its contract, or any extension thereof, the
actual damages to the City for the delay will be difficult or impossible to determine.
Therefore, in lieu of actual damages, the Contractor shall pay to the City as fixed,
agreed, and liquidated damages for each calendar day of delay, the amount of
$1,070 per day. Procurement Division may terminate this contract in whole or in
part as provided in the "Default" provision. In that event, the Contractor shall be
liable for such liquidated damages accruing until such time as the City may
reasonably obtain delivery or performance of similar supplies and services. The
Contractor shall not be charged with liquidated damages when the delay arises out
of causes beyond the control and without the fault or negligence. The Deputy
Finance Director or Department Director will be the sole judge in determining the
liquidated damages.
SECTION IV – INSURANCE AND INDEMNIFICATION
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 47
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION IV – INSURANCE AND INDEMNIFICATION GENERAL INDEMNIFICATION: 1. Contractor must indemnify, defend, save and hold harmless the City of Phoenix and
its officers, officials, agents, and employees (“Indemnitee”) from and against any and
all claims, actions, liabilities, damages, losses, or expenses (including court costs,
attorneys’ fees, and costs of claim processing, investigation and litigation) (“Claims”)
caused, or alleged to be caused, in whole or in part, by the wrongful, negligent or
willful acts, or errors or omissions of Contractor or any of its owners, officers, directors,
agents, employees or subcontractors in connection with this Contract. This indemnity
includes any Claims arising out of or recovered under the Workers’ Compensation
Law or arising out of the failure of Contractor to conform to any federal, state or local
law, statute, ordinance, rule, regulation or court decree. Contractor must indemnify
Indemnitee from and against any and all Claims, except those arising solely from
Indemnitee’s own negligent or willful acts or omissions. Contractor will be responsible
for primary loss investigation, defense and judgment costs where this indemnification
applies. In consideration of the award of this Contract, Contractor waives all rights of
subrogation against Indemnitee for losses arising from the work performed by
Contractor for the City. The obligations of Contractor under this provision survive the
termination or expiration of this Contract.
2. INSURANCE REQUIREMENTS:
Contractor and subcontractors must procure insurance against claims that may arise
from or relate to performance of the work hereunder by Contractor and its agents,
representatives, employees and subcontractors. Contractor and subcontractors must
maintain that insurance until all of their obligations have been discharged, including
any warranty periods under this Contract.
These insurance requirements are minimum requirements for this Contract and in no
way limit the indemnity covenants contained in this Contract. The City in no way
warrants that the minimum limits stated in this section are sufficient to protect the
Contractor from liabilities that might arise out of the performance of the work under
this contract by the Contractor, its agents, representatives, employees or
subcontractors and Contractor is free to purchase additional insurance as may be
determined necessary.
2.1. MINIMUM SCOPE AND LIMITS OF INSURANCE: Contractor must provide
coverage with limits of liability not less than those stated below. An excess liability
policy or umbrella liability policy may be used to meet the minimum liability
requirements provided that the coverage is written on a “following form” basis.
SECTION IV – INSURANCE AND INDEMNIFICATION
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 48
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
2.1.1. Commercial General Liability – Occurrence Form
Policy must include bodily injury, property damage and broad form contractual liability coverage.
General Aggregate $2,000,000 Products – Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence $1,000,000
The policy must be endorsed to include the following additional insured language:
“The City of Phoenix is named as an additional insured with respect to liability
arising out of the activities performed by, or on behalf of the Contractor.”
2.1.2. Automobile Liability
Bodily Injury and Property Damage coverage for any owned, hired, and non-owned
vehicles used in the performance of this Contract.
Combined Single Limit (CSL) $1,000,000
The policy must be endorsed to include the following additional insured language:
“The City of Phoenix is named as an additional insured with respect to liability
arising out of the activities performed by, or on behalf of the Contractor, including
automobiles owned, leased, hired or borrowed by the Contractor.”
2.1.3. Worker’s Compensation and Employers’ Liability
Workers’ Compensation Statutory Employers’ Liability Each Accident $100,000 Disease – Each Employee $100,000 Disease – Policy Limit $500,000
Policy must contain a waiver of subrogation against the City of Phoenix.
This requirement does not apply when a contractor or subcontractor is exempt
under A.R.S. §23-902(E), AND when such contractor or subcontractor
executes the appropriate sole proprietor waiver form.
2.1.4. Technology Errors and Omissions Liability
SECTION IV – INSURANCE AND INDEMNIFICATION
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 49
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
The policy must cover errors and omissions or negligent acts in the delivery of
products, services, and/or licensed programs for those services as defined in
the Scope of Services of this contract.
Each Claim $1,000,000 Annual Aggregate $1,000,000
In the event that the professional liability insurance required by this Contract is
written on a claims-made basis, Contractor warrants that any retroactive date
under the policy must precede the effective date of this Contract; and that either
continuous coverage will be maintained or an extended discovery period will
be exercised for a period of two (2) years beginning at the time work under this
Contract is completed.
2.1.5. Network Security and Privacy Liability
The policy must cover but not be limited to (1) coverage for third party claims
and losses with respect to network risks and invasion of privacy, (2) crisis
management and third party identity theft response costs, and (3) cyber
extortion.
Each Claim $1,000,000 Annual Aggregate $1,000,000
In the event that the network security and privacy liability insurance required by
this Contract is written on a claims-made basis, Contractor warrants that any
retroactive date under the policy must precede the effective date of this
Contract; and that either continuous coverage will be maintained or an
extended discovery period will be exercised for a period of two (2) years
beginning at the time work under this Contract is completed.
2.2. ADDITIONAL INSURANCE REQUIREMENTS: The policies must include, or be
endorsed to include, the following provisions:
On insurance policies where the City of Phoenix is named as an additional
insured, the City of Phoenix is an additional insured to the full limits of liability
purchased by the Contractor even if those limits of liability are in excess of
those required by this Contract.
The Contractor’s insurance coverage must be primary insurance and non-
contributory with respect to all other available sources.
SECTION IV – INSURANCE AND INDEMNIFICATION
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 50
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
2.3. NOTICE OF CANCELLATION: For each insurance policy required by the
insurance provisions of this Contract, the Contractor must provide to the City,
within 2 business days of receipt, a notice if a policy is suspended, voided or
cancelled for any reason. Such notice must be mailed, emailed, hand delivered or
sent by facsimile transmission to City of Phoenix Finance Department,
Procurement Division, 251 W. Washington Street, Phoenix, AZ 85003; emailed
2.4. ACCEPTABILITY OF INSURERS: Insurance is to be placed with insurers duly
licensed or authorized to do business in the state of Arizona and with an “A.M.
Best” rating of not less than B+ VI. The City in no way warrants that the above-
required minimum insurer rating is sufficient to protect the Contractor from
potential insurer insolvency.
2.5. VERIFICATION OF COVERAGE: Contractor must furnish the City with
certificates of insurance (ACORD form or equivalent approved by the City) as
required by this Contract. The certificates for each insurance policy are to be
signed by a person authorized by that insurer to bind coverage on its behalf.
All certificates and any required endorsements are to be received and approved
by the City before work commences. Each insurance policy required by this
Contract must be in effect at or prior to commencement of work under this Contract
and remain in effect for the duration of the project. Failure to maintain the insurance
policies as required by this Contract or to provide evidence of renewal is a material
breach of contract.
All certificates required by this Contract must be sent directly to City of Phoenix
Finance Department, Procurement Division, 251 W. Washington Street, Phoenix,
AZ 85003; emailed to: [email protected]. The City
project/contract number and project description must be noted on the certificate of
insurance. The City reserves the right to require complete, certified copies of all
insurance policies required by this Contract at any time. DO NOT SEND
CERTIFICATES OF INSURANCE TO THE CITY’S RISK MANAGEMENT
DIVISION.
2.6. SUBCONTRACTORS: Contractors’ certificate(s) must include all subcontractors
as additional insureds under its policies or Contractor must furnish to the City
separate certificates and endorsements for each subcontractor. All coverages for
subcontractors must be subject to the minimum requirements identified above.
SECTION IV – INSURANCE AND INDEMNIFICATION
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 51
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
2.7. APPROVAL: Any modification or variation from the insurance requirements in this
Contract must be made by the Law Department, whose decision is final. Such
action will not require a formal Contract amendment, but may be made by
administrative action.
2.8. LIMITATION OF LIABILITY: The total aggregate liability of either party for all
Claims arising out of or in connection with this Agreement will not exceed three
times the aggregate amount payable by the City to the Contractor under this
Contract. The limitation of liability in this section will apply to any damages,
however caused, and on any theory of liability, whether for breach of contract, tort
(including, but not limited to negligence), or otherwise, and regardless of whether
the limited remedies available to the parties fail of their essential purpose.
Notwithstanding the foregoing, such limitation of liability shall not be applied or
enforced in a manner that would conflict with or cause violation of Section 42-18
of the Phoenix City Code.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 52
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
SECTION V – SCOPE 1. INTRODUCTION
The City of Phoenix Budget and Research Department currently develops and
manages its budget using 20+ year old BRASS budgeting software, a variety of
departmental and centralized Access databases, and extensive use of spreadsheets.
These systems interface with the City’s SAP ECC financial system and PeopleSoft
human resources system.
The City implemented SAP as its financial system in 1998 and is currently using
version 6.0 (enhancement package 8.0) with over 2,000 users.
The City is currently using PeopleSoft Human Capital Management (version 9.2) for
its personnel management system.
Limitations of BRASS, as it is configured, have led to the prevalence of shadow
systems, both within the Budget and Research Department and in operational
departments, and prohibit the automation of key reports and published schedules. For
example, not all data required to calculate a projected fund balance is currently
entered in BRASS, and is instead tracked on spreadsheets.
2. PROJECT GOALS FOR BUDGET SYSTEM REPLACEMENT
The project that is the subject of this Request for Proposals has the following goals
and objectives:
a. Replace the City’s BRASS system and other centrally-maintained budget
databases with a sustainable, browser-based, commercial off-the-shelf cloud-
hosted system, capable of supporting all of the City’s budgeting requirements, with
a planned service life of 10 to 20 years.
b. Significantly improve the efficiency of budget development, management, and
reporting processes.
c. Reduce risk of errors through automation.
d. Implement an easy to use and robust reporting solution.
e. Produce effective and thorough knowledge transfer materials for system
maintenance, system administration, and user training.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 53
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
3. CURRENT OPERATING BUDGET PROCESS OVERVIEW
The City of Phoenix uses a modified zero-based budget process. Each fall,
departments start from zero and submit an estimate of the costs associated with
providing their City Council approved levels of service for the remainder of the current
fiscal year (the “estimate”) and the following fiscal year (the “base budget”). Budget
and Research staff review these submittals to ensure that only the funding needed to
continue current approved service levels is included in the department’s estimate and
base budget, and submittals are adjusted accordingly. Departments also submit their
estimated fee revenue, which is reviewed by Budget and Research. Revisions to
department submittals are made as a result of these reviews.
Budget and Research conducts a central review of certain expenditures such as fuel
and utilities, and makes citywide adjustments based on that review. City sales tax,
property tax, and state shared revenue are manually forecast by Budget and
Research. Projected interfund transfers are manually tracked by Budget and
Research, based on input from departments.
After Budget and Research has completed its reviews and adjustments are
completed, departments typically are asked to identify five to 10 percent of their
General Fund budget for potential elimination. These proposals are potential
reductions, which can be effective beginning in the current fiscal year or the base year,
and are presented in priority order. Departments also are asked to provide any
requests for new or expanded programs. These are called supplemental budget
requests. Departments can propose reducing or eliminating an existing program in
order to fund the expansion of an existing program or adding a new program.
When base reductions and supplemental requests are proposed, they are ranked
according to their impact on current service levels. These rankings are used by city
management to assist in the development of the City Manager’s Trial Budget.
The Trial Budget is reviewed with the City Council early each spring. The purpose of
the Trial Budget is to enable the community and the City Council to comment on a
balanced budget proposal well before the City Manager is required to submit a
proposed budget in May. Public hearings are conducted throughout the community
during day and evening hours, at which residents are encouraged to provide their
feedback.
The City Manager’s Proposed Budget provided in May reflects changes resulting from
the input received from the community and City Council. The City Council makes final
budget decisions after the City Manager’s Budget is reviewed at the end of May, and
legally adopts the budget in June.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 54
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
4. CURRENT CAPITAL IMPROVEMENT PROGRAM BUDGET PROCESS
OVERVIEW
The Capital Improvement Program (CIP) represents the City’s planned expenditures
for capital projects. The first year of the 5-year CIP is appropriated by City Council;
remaining years are adopted to reflect intent. CIP funding sources include operating
funds (such as the General Fund) as well as capital funds (such as bond funds).
Each year, departments prepare revised estimates of current-year CIP expenditures,
and at least five years of projected CIP Expenditures. In some cases, this planning is
accomplished as part of a separate formal process, such as utility rate-setting.
Departments submit expenditure estimates for the current year and planned 5-year
program to Budget and Research each December, along with revenue estimates for
capital funds. Budget and Research staff review the departments’ submittals for
funding availability, reasonableness, technical accuracy and availability of
appropriation. Project descriptions and related information are additionally updated,
including anticipated operating costs associated with any new facilities. The resultant
Preliminary CIP is presented to the City Council in March.
In April, departments prepare proposed updates to the Preliminary CIP, primarily
limited to the current year and upcoming budget year data. Updates generally reflect
known cost changes, carryover of costs from the current year to the budget year, and
other adjustments. Project descriptions and related information are again refined. The
resultant Final CIP is presented to the City Council for approval in June, at which time
the first year is legally adopted.
5. BUDGET PUBLICATIONS
a. The City publishes the following budget documents:
i. Summary Budget (summarizes operating and CIP budgets)
ii. Detail Budget (additional detail on operating and CIP budgets)
iii. Capital Improvement Program (project level detail on CIP budget)
iv. Inventory of Programs (program level detail on operating budget)
v. Budget Adoption Ordinances (adoption of operating and capital expenditure
appropriations)
vi. State Forms A through G (budget presented in the forms prescribed by the
State of Arizona)
b. These documents are all available on the City’s website:
i. https://www.phoenix.gov/budget/annualbudget
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 55
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
ii. https://www.phoenix.gov/budget/reports/revenue
6. DEFINITIONS
The following definitions are provided for terms used throughout this document:
a. Adopted Budget. The Operating and Capital Improvement Program budgets for
the current year as originally adopted by City Council.
b. Adopted Capital Improvement Program (CIP). The Adopted Budget for the
Capital Improvement Program plus four years of planned budgets adopted by City
Council.
c. Base. For the Operating budget, a forecast of what departments expect to spend
in the following fiscal year assuming they will continue to provide the current
Council adopted level of service.
d. Commitment Item. Character of expenditures or revenues (e.g., Salaries) which
are also known as general ledger accounts.
e. Estimate. An updated forecast of the Operating and Capital Improvement Program
expenditures and revenue for the current fiscal year that is established by
departments in conjunction with Budget and Research, maintained in BRASS
(current budget software), and modified periodically throughout the year. Although
it is not adopted by City Council, once it is developed, the Estimate serves as a
budgetary control – departments’ expenditures are required to be less than or
equal to the Estimate.
f. FTE. Full-time Equivalent (FTE) is used to express authorized part-time positions.
One FTE equals 2,080 hours per year. Thus, a part-time position expected to work
1,040 hours per year is equal to 0.5 FTE. A full-time position is always equal to
1.0 FTE.
g. Fund. A grouping of related accounts that is used to maintain control over
resources that have been segregated for specific activities or objectives.
h. Fund Center. An organizational unit (e.g., Directors Office).
i. Lump Sum Pay. Types of pay that cannot be estimated solely by the existence of
a position. For example, overtime pay or sick leave payout upon retirement.
j. Program. A program is any distinct function (a service or set of services) directed
towards achieving a departmental objective (or closely related set of objectives)
for internal and/or external customers.
k. Proposed Budget. The Proposed Operating Budget and the first year of the
Proposed Capital Improvement Program.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 56
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
l. Proposed Capital Improvement Program (CIP). A forecast of CIP expenditures
over the upcoming five-year period; the first year of the final version becomes the
Adopted Budget for the new year. Although not tracked in the central budget
system, some departments maintain 10-year CIP forecasts.
m. Proposed Operating Budget. The Base as modified for any additions or
reductions to current service levels; the final version becomes the Adopted Budget
for the new year.
n. Revised Budget. The Operating and Capital Improvement Program Adopted
Budget for the current year as revised through net-zero adjustments entered in the
SAP financial system.
o. SAP (ECC). The City’s ERP financial system. It is the current version of SAP (6.0
Enhancement package 5.0). Occasionally called out as ECC (Enterprise Central
Core), because the city uses 7 different SAP components, and ECC is
differentiator with those other systems, like SRM (Supplier relationship
Management). ECC has several modules, including Funds Management (FM),
Financial Accounting (FI), and Controlling (CO). References to SAP and ECC
generally refer to the FM module except where otherwise indicated.
p. Service Level Measure. A metric that quantifies a program’s level of service and
helps determine the extent to which a program is achieving its goals. These can
also be referred to as performance measures or key performance indicators.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 57
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
7. OBJECTIVE
The City requests proposals for a cloud-hosted, commercial-off-the-shelf budget
system to replace the City’s BRASS system as well as budget functions accomplished
outside of the BRASS system, and associated implementation, hosting and
maintenance services, consistent with the requirements contained in this document,
and to be accomplished as generally outlined in the Draft Scope of Work. The City
currently owns SAP Business Warehouse/Business Intelligence (version 7.5) with the
Business Objects Suite (version 4.2; enhancement package 5.0), which may be
utilized for the project without need for additional Business Objects licenses, as well
as licenses for Oracle Business Intelligence if Oracle Business Intelligence is
proposed as the reporting tool; alternately, respondents may propose the use of
embedded reporting tools or other third-party reporting tools (the costs of which must
be included in the bid). Respondents must be the proprietors of the proposed budget
system; however, third-party hosting solutions may be proposed, and implementation
services may be subcontracted. Only one proposal may be submitted by each
respondent.
In addition to written responses to this RFP, respondents may optionally provide
product brochures or marketing materials, technical manuals or diagrams,
demonstration videos illustrating desired functionality as described in the RFP,
screenshots, or sample reports, which the City may review as needed.
Offerors must respond to the following requirements. The City will develop a short list
of the most qualified respondents based on the following requirements. Final
evaluations of short-listed responses will be conducted based on responses to these
requirements, product demonstrations and interviews, and price proposals.
The word “form” is used throughout this section and refers to a data entry form
instance. All data entry forms are in effect requests to change existing data, even if
the existing data is zero/non-existent. Each data entry form instance is typically a
package of multiple changes (i.e. changing the values for multiple fund center-fund-
commitment item combinations), and each package of changes has its own workflow
and audit trail. Responses related to systems that are not form based, i.e. do not use
discrete form instances, should identify how the stated requirement is addressed
within the context of the proposed system.
8. PROJECT TEAMS
Except as otherwise agreed to by the City and the Contractor in writing:
a. The Project Executive Team consists of the Budget & Research Department
Director and the Contractor’s Principal.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 58
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
b. The Project Management Team consists of the project managers for the
Contractor and the City, the City’s functional and technical leads, and the
Contractor’s key personnel.
c. The Project Steering Committee consists of the Project Executive Team, the
Project Management Team, the City’s Chief Financial Officer and Chief Information
Officer, and other managers within the City designated by the Director.
d. The Project Functional Team and Project Technical Team consist of the Project
Management Team, the Contractor’s reporting lead, and staff within the City
designated by the Budget & Research Department Director.
e. The Project Team consists of all aforementioned teams.
9. CHANGES TO KEY PERSONNEL
The Contractor’s Project Manager, Functional Lead, Technical Lead, Reporting Lead
and Solution Architect are key personnel. Contractor warrants that key personnel
proposed by the Contractor are anticipated to be assigned to the Project from the
start of work through go-live, and available to the Project for a minimum of 12
months following go-live. In the event that a change to key personnel is required, the
Contractor will provide a substitute of equal or higher qualifications and experience,
which will be subject to the City’s approval, which the City shall not unreasonably
withhold. As changes to key personnel may result in delays, rework and other costs
to the City, the Contractor will make all reasonable efforts to avoid these changes,
except as requested by the City.
10. CITY STAFFING AND RESOURCES
a. The City will assign an IT Project Manager (1/2 time), and one or more Business
Analysts (equivalent of one full-time) to the project. Two Deputy Budget and
Research Directors will act as the City’s functional leads, serve as the primary
business process contacts, provide day-to-day guidance, and one or both will
generally attend all project meetings. Additional City subject matter experts will be
involved in the project as needed, and a broad range of end users will be involved
in solution design input and testing.
This staffing model is intended to incorporate redundancy and continuity in the
event of staff turnover.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 59
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
b. Except for the project manager position, the City has not supplemented staffing for
the project, and some degree of flexibility will be required to ensure routine work
can continue during project implementation.
c. The City has budgeted $2,000,000 for one-time project costs, including
implementation and licensing. Maintenance costs for the City’s current budget
system are $109,000 for the period from July 1, 2018 through June 30, 2019, and
increase by 5% annually. The City anticipates that proposals will be approximately
at or below these figures, plus hosting fees.
d. Assigned City staff will support the Project as a collateral assignment. City staff
availability is typically between the hours of 8:00 AM and 5:00 PM, Arizona Time,
Monday through Friday, excluding City holidays. The Contractor should anticipate
non-availability or reduced availability of City staff during certain times of the year,
as generally represented by the availability percentages below. Additionally, City
staff supporting the Personal Services Forecasting functionality will have erratic
required labor costing assignments during the months of January 2019 through
April 2019, making availability of those staff unpredictable during those months.
Operating
Expenditure Budget
Revenues, Other
Sources & Uses, and
CIP
Personal Services
Forecasting
July 70% 40% 30%
August 60% 60% 30%
September 60% 60% 10%
October 50% 50% 10%
November 20% 30% 10%
December 20% 20% 20%
January 40% 20% 50%
February 30% 10% 60%
March 50% 30% 50%
April 50% 10% 20%
May 50% 10% 10%
June 70% 30% 20%
11. REPORTING AND COMMUNICATIONS
a. Project Administrative Meetings
The Project Management Team will convene weekly to identify items completed
during the previous week, items planned for the current week, time or deliverables
needed from City staff during the coming 30 days, overdue tasks, outstanding
action items, risks, decisions, and a high-level schedule update.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 60
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
If determined to be necessary by the City or the Contractor, the Project
Management Team will hold 15-minute standup meetings, no more frequently than
daily unless otherwise mutually agreed upon. The purpose of these meetings will
be to identify any immediate barriers to progress and actions that need to be taken
to address identified issues.
b. Project Schedule Management
The project managers for the City and the Contractor will meet in advance of the
weekly Project Management Team meeting to update the Project schedule and
identify any overdue tasks. The Project Schedule will be maintained in Microsoft
Project unless otherwise agreed to by the City and the Contractor.
c. Project Status Update Report
The Contractor’s Project Manager shall submit a weekly Project Status Update
Report to the Project Management Team each week by a deadline established by
the City. The report will include tasks/milestones achieved during the past week,
planned tasks for the coming week, and issues or risks that the City’s Project
Management Team need to be aware of.
12. PROJECT DOCUMENTATION
Although the following documents are identified for development in individual Work
Assignments, the Contractor is required to maintain the documents throughout the
Project:
1. Project Management Plan (PMP) – A plan that shows how this project is
executed, monitored and controlled from initiation phase to post-go-live system
support phase. The PMP includes what Project Management Methodology is
used, Project Scope, Communication Management Plan, Project Schedule and
Milestones, Risk, Issues, Constraints, and Change Management.
2. Detailed Scope of Work for each Work Assignment subsequent to Assignment
1.
3. Project Schedule in MS Project for each Work Assignment and the overall
Project.
4. Quality Plan and Test Plan.
5. Project Risks and Mitigation Plan.
6. Functional Specification for development work.
7. Technical Specification for development work.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 61
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
8. Test Scripts or Test Scenarios for reporting testing, graphical user interface
(GUI) testing (if applicable), functional testing, interface testing, integration
testing (end-to-end testing), performance/volume testing per City’s
requirements, security testing, exception handling/error testing and testing of
automated functionality (where applicable).
9. System Training Plan for City’s trainers and system administrators.
10. Cutover/Go-Live Plan.
11. System User Guide Manual.
12. System Administration Manual including backup procedures and disaster
recovery.
13. System Operations and Maintenance Manual.
14. PRODUCT LICENSES, MAINTENANCE, AND HOSTING
The Contractor shall provide all applicable product licenses, maintenance and hosting
services required for Project implementation and 10 years of post-go live support.
15. PLANNED PROJECT STRUCTURE
The planned project structure under this Contract is generally outlined below.
However, if mutually agreed upon by the City and the Contractor in writing by an
amendment to the contract, the structure below may be modified. Performance of
each Work Assignment is to commence only upon receipt of a written Notice to
Proceed issued by the Director.
Work Assignment 1 – Solution Design
Duration – [X days]
Price – [$X]
1. Complete onboarding, planning (including preparing the initial draft PMP,
Project Schedule, Quality and Test Plan, Risk and Mitigation Plan, and System
Training Plan), hold a Project kickoff meeting, and install any required
applications.
2. Gather current state information: review existing City budgeting processes,
interfaces, data and reports.
3. Develop recommended list of pre-go live reports for development by the
Contractor.
4. Provide training to City staff on Product features, functionality and technical
requirements applicable to the City’s budgeting process. This includes a live
demo of the Product.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 62
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
5. Validate Project feasibility and prepare a high-level summary of the proposed
solution.
6. Document the solution design of the Project and develop interfaces from
external systems.
7. Complete a detailed scope of work for Work Assignments 2 through 5 that
includes due dates and responsible parties. Detailed scope of work will need
to be approved by the Project Executive Team.
8. Prepare the final PMP, Project Schedule, Quality and Test Plan, Risk and
Mitigation Plan, and System Training Plan for City review and approval.
Work Assignment 2 – Data Conversion and Initial Build
Duration – [X days]
Price – [$X] (Excluding Optional Tasks)
Price for Optional Task SAP Master Data Interface – [$X]
Price for Optional Task BRASS Data Conversion – [$X]
1. Develop tool to upload master data attributes to the System from an Excel flat
file. Upload and validate data.
2. Develop tool to automatically extract SAP FM actuals that includes current and
historical fiscal years, budget, estimate, and year-end actuals. Upload and
validate data.
3. Develop tool to upload a master data hierarchy to the System from a series of
Excel flat files containing each node ID, node name and parent node ID. Upload
and validate data.
4. OPTIONAL TASK. Develop tool to automatically extract SAP master data and
master data hierarchies, and to load these into the budget system. Upload and
validate data.
5. Develop tool for CIP FM actuals to crosswalk data from the FM commitment
item to an equivalent budgetary commitment item. Upload and validate data.
6. Develop PeopleSoft interface. This may involve working with current City
contractor to develop new PeopleSoft interface file. Upload and validate data.
Build and test reports used for data validation which can also be used post go-
live.
7. Develop a report equivalent to the SAP ZBFI (Budgetary Financial Statement)
report using the uploaded SAP FM master data, SAP FM actuals, and the
uploaded master data hierarchy and attributes, and reconcile the developed
report to the SAP ZBFI report (example attached as sample report).
8. Conduct a trial salary and benefit forecast calculation for a single department,
and reconcile the calculation to the pay and benefits data and an equivalent
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 63
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
BRASS calculation. Reconcile system reported authorized count with Budget
and Research authorized count.
9. Complete development and testing of a single data entry form (form to be
determined by the City, with the Contractor’s input). Build a rudimentary report
to validate functionality of form.
10. OPTIONAL TASK. Extract the most current 10 years of BRASS SS_DATA
table data, for both the Operating and CIP BRASS production databases, as
well as column definitions, for integrated reporting.
Work Assignment 3 – Configuration and Testing
Duration – [X days]
Price – [$X]
1. Develop and test remainder of forms. The Contractor will independently
develop, execute and document unit and integration test scripts, including all
end-to-end budget processes, performance/volume testing per City’s
requirements, security testing, exception handling/error testing and testing of
automated functionality (where applicable). Defects will be resolved prior to
handover of forms to the City for user acceptance testing. Build rudimentary
reports to validate functionality of forms.
2. Complete ad-hoc query/report development and testing.
3. Configure workflow notifications, worklists and dashboards.
4. Configure security and single-sign-on functionality.
5. Conduct a city-wide salary and benefit forecast calculation, and reconcile the
calculation to the pay and benefits data and an equivalent BRASS calculation.
Reconcile system reported authorized count with Budget and Research
authorized count.
6. Support user acceptance testing and correct defects. The Contractor will
correct all functional defects. The Contractor will additionally support a
minimum of 40 hours of cosmetic defect resolution.
7. Prepare technical specifications.
8. Prepare User Guide Manual, System Administration Manual including backup
procedures and disaster recovery, and System Operations and Maintenance
Manual, specific to this implementation.
9. Conduct training on use and maintenance of personal services forecasting
functionality. This includes having staff conduct at least one forecast going from
beginning of process to validation of forecast.
Work Assignment 4 – Reporting and Go-Live
Duration – [X days]
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 64
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Price – [$X]
1. Conduct training on use of reporting tools and report development.
2. Conduct system operation and maintenance training.
3. Develop, test, and validate comprehensive queries/universes to be used in
reporting of budget system financial data, form metadata, audit trail data,
financial data from the SAP interface, personal services forecasting data,
related master data attributes, and aggradations, versions and intersections of
this data, and that incorporate hierarchical structure.
4. Develop, test, and validate a minimum of 50 pre-go-live reports: 5 highly
complex reports per requirement ID RPT.LEVEL_OF_EFFORT.04, 30
moderately complex reports per requirement IDs
RPT.LEVEL_OF_EFFORT.02 and .03, and 15 simple reports per requirement
ID RPT.LEVEL_OF_EFFORT.01.
5. Refresh master data, hierarchies, attributes, and historical BRASS and SAP
data.
6. Conduct cutover to production.
Work Assignment 5 – Post-Production Optional Task Development
Duration – [X days]
Price – [$X]
1. Review the following existing City processes, identify whether efficiencies may
be created by incorporating any or all of the processes within the Project, and
if applicable, develop a detailed Scope of Work and itemized price proposal for
Assignment 6: (a) Inventory of Programs, (b) extraction and transformation of
sales tax actuals from Oracle BI, (c) sales tax forecasting and associated
reporting, (d) extraction and transformation of annual debt service estimates
from the Bonded Debt Forecast System, (e) functionality associated with the
“Water Database” budget shadow system, (f) five-year forecast, (g)
performance measures, (h) transaction-level SAP FM data reporting. If
selected, any optional tasks would come from owner’s contingency if available.
Work Assignment 6 – Post-Production Optional Tasks / Owner’s Contingency
Duration – [X days]
Price – [Amount to be determined by City]
Hourly Rate for Reporting Lead – [$X]
Hourly Rate for Reporting Specialist – [$X]
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 65
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Use of this funding is only authorized by explicit written approval of the Director.
1. Implement scope of work developed under Assignment 6 at City’s discretion, if
applicable.
2. Provide on-call report development assistance for the City by the Project
reporting lead (or by a reporting specialist, at the City’s discretion) to be billed
quarterly on the basis of actual hours worked.
16. PROJECT TASKS AND DELIVERABLES
Detailed tasks and deliverables will be established for each Work Assignment and
approved by the City prior to the City issuing a notice to proceed for the Work
Assignment. The detailed tasks and deliverables for Work Assignment 1 are provided
below.
WORK ASSIGNMENT 1 – SOLUTION DESIGN
Under this Assignment, the Contractor, in collaboration with the City, will prepare a
solution design for the Project and finalize the scope of work and schedule for
subsequent work assignments. The Contractor will conduct and document a detailed
review of current City budgeting processes, systems, data and interfaces; provide
training to City staff on Application features, functionality and technical requirements
applicable to the City’s budgeting process so that City staff can meaningfully
participate in solution design; validate that the City’s processes will be supported by
the Application, document the solution design of the Project; and identify reports to be
developed prior to go-live. Prior to initiating solution design, the Contractor and City
will re-validate the feasibility of the Project.
Task 1 – Onboarding, Planning and Project Kickoff
1.1. The Contractor will obtain badge, network, VPN, BRASS, PeopleSoft, and SAP access necessary for the Project. 1.2. The City will provide the Contractor with copies of City budget books, key manually-produced reports not included in the City budget books, budget instructions, BRASS training materials, and staff contact information. 1.3. The Contractor will work with the City to schedule Contractor and City staff time for the Project kickoff meeting and for information gathering sessions. 1.4. The Contractor will prepare a kickoff meeting presentation and provide content of the presentation to the Project Management Team a minimum of one week prior to the scheduled meeting date. Contractor will incorporate any comments provided
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 66
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
by the Project Management Team. The purpose of the kickoff meeting is to introduce contractor staff, review project process outline, and review key product features. 1.5. The Contractor will conduct a kickoff meeting for the Project Team. 1.6. The Contractor will install any required applications. 1.7. The Contractor will prepare the draft Project Management Plan (PMP) – A plan that shows how this project is executed, monitored and controlled from initiation phase to post-go-live system support phase. The PMP includes what Project Management Methodology is used, Project Scope, Communication Management Plan, Project Schedule and Milestones, Risk, Issues, Constraints, and Change Management. 1.8. The Contractor will prepare the initial Project Schedule in MS Project for each Work Assignment and the overall Project. 1.9. The Contractor will prepare the initial Quality Plan and Test Plan for the Project. 1.10. The Contractor will prepare the initial Project Risks and Mitigation plan. 1.11. The Contractor will prepare the initial System Training Plan for City’s trainers and system administrators.
Deliverable 1.1. – Badge/IT Access
Deliverable 1.2. – Kickoff Meeting
Deliverable 1.3. – Application Installation (if applicable)
Deliverable 1.4. – Initial PMP
Deliverable 1.5. – Initial Project Schedule
Deliverable 1.6. – Initial Quality Plan and Test Plan
Deliverable 1.7. – Initial Project Risks and Mitigation Plan
Deliverable 1.8. – Initial System Training Plan
Task 2 – Current State Information Gathering
2.1. The Contractor will hold small group sessions with Budget & Research staff
and review the following processes; the Contractor will then present an overview
of the current processes to the full Project team to validate understanding.
1. Master Data Maintenance
2. Hierarchical Data Structures
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 67
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
3. Personal Services Forecasting
4. Authorized Count Maintenance
5. Operating Estimate and Base Budget Development
6. Operating Budget Decision Packages
7. Capital Improvement Program Development
8. Capital Project Information
9. Unbudgeted Fund Balance Elements and Fund Balance Projections
10. Inventory of Programs (Limited Review)
11. Sales Tax Forecasting and Reporting (Limited Review)
12. Bonded Debt Forecast System (Limited Review)
13. Department Shadow Systems (Limited Review)
14. Five-Year Forecast (Limited Review)
15. Performance Measures (Limited Review)
16. Transaction-level SAP FM data reporting (Limited Review)
2.2. The Contractor will review existing BRASS configuration, BRASS SBFS
configuration, BRASS reports, the BRASS Automated Spreadsheet View tool, all
schedules in the City’s budget books, and management reports provided by City
staff. The Contractor will document data entry and data versions required to
prepare these reports.
2.3. The Contractor will review existing roles in BRASS and roles implied by the
current state process and identify an inventory of user roles for the Application.
2.4. The Contractor will review the existing BRASS-to-SAP interface, SAP-to-
BRASS interface, and PeopleSoft-to-SBFS interface. Contractor will document
any modifications to BRASS-to-SAP and SAP-to-BRASS interfaces needed for
system compatibility or to support future state needs identified by the City
Contractor will create PeopleSoft-to-Budget interface file specifications such that
only the needed data is included in the interface.
2.5. The Contractor will review existing master data and hierarchies in BRASS,
SAP and PeopleSoft, document gaps, and identify a conceptual approach to filling
these gaps either through maintenance of additional master data/hierarchies in the
budgeting system or in the financial system.
Deliverable 2.1 – Current State Process Synopsis Presentation
Deliverable 2.2.1 – Inventory of Data Capture Needs
Deliverable 2.2.2 – Inventory of Data Versions
Deliverable 2.3 – Inventory of Roles
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 68
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Deliverable 2.4 – Summary of Interface Needs
Deliverable 2.5 – Summary of Master Data/Hierarchy Needs
Task 3 – Report Evaluation
The City currently produces hundreds of reports related to the budget process.
Reports produced directly from BRASS, SAP and Access databases follow a
programming logic. However, many City reports are produced manually in Excel
using a variety of cross-reference tables that are not standardized. The City
anticipates that nearly all existing reports will ultimately be standardized and
produced from the Application, but that only essential reports will be developed
and tested prior to go-live.
The Contractor will review existing City reports to the extent needed to ensure that
the Project will support input of all relevant data and maintenance of necessary
master data and hierarchical structures. Based on experience, the Contractor will
develop a recommended list of pre-go-live essential reports that will allow
departments and Budget & Research to view all aggregated form-submitted data,
compare data between stages, meet all immediate post go-live business process
needs, ensure efficient report development post go-live by building a
representational set of reports pre go-live, and ensure the City’s interim manual
production of remaining reports is at least as efficient as its existing process. The
Contractor will additionally identify the most complex post-go-live reports
anticipated to require development or support from the Contractor. Contractor-
developed reports will serve as templates and starting points for reports developed
by City staff; in formulating the recommended list, the Contractor will consider the
City’s need for a breadth of templates that involves the full range of system data
and a variety of formats. The Contractor will incorporate City edits to the proposed
report lists.
Deliverable 3.1 – Pre-Go-Live Report List
Deliverable 3.2 – Post-Go-Live Reports List for Support
Task 4 – Product Orientation
The Contractor will prepare and provide two separate Product overview sessions
for City staff: one for functional users on the Project team, and the second for
technical staff assigned to the Project. Both sessions will be oriented to the
functional and technical configuration of the Product anticipated based on the
information gathering sessions. Both sessions will be conducted utilizing live
systems for demonstration purposes.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 69
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
The Product Functionality Orientation will cover the following topics at a minimum:
1. General navigation
2. Creation of a new form instance
3. Opening of an existing form instance
4. Form navigation
5. Data entry
6. Export/import
7. Form types
8. Workflow
9. Personal services forecasting functionality
10. Reporting tools
The Product Technical Orientation will cover the following topics at a minimum:
1. System architecture
2. Master data maintenance
3. Interface tools
4. Form design tools
5. User profiles
6. Security
7. Reporting tools
Deliverable 4.1 – Product Functionality Orientation
Deliverable 4.2 – Product Technical Orientation
Task 5 – Feasibility Checkpoint
Evaluating the results of the preceding tasks in this work assignment, the
Contractor will conduct a presentation for the Project Steering Committee
identifying any perceived critical risks to Project on-time completion and a
mitigation plan for those risks, validating that the City’s stated requirements are
materially accurate or identifying any perceived material omissions, identifying any
gaps in product functionality, and conveying a high-level overview of the proposed
solution (i.e., inventory of data entry forms to be utilized) and Project schedule.
Deliverable 5.1 – Project Steering Committee Presentation
Task 6 – Solution Design and Interfaces
The Contractor’s Functional Lead, Technical Lead and Reporting Lead will prepare
a solution design for the Project in collaboration with the City.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 70
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
6.1. Master Data. The Contractor and City will identify master data and associated
hierarchies, hierarchical nodes, and attributes to be directly maintained in the
System, and master data and associated hierarchies, hierarchical nodes, and
attributes that will be imported from other City systems. The Contractor will identify
length and related limitations. Master data design should minimize redundant data
entry and ensure all reports identified by the City can be produced directly from the
System.
6.2. Interfaces. The Contractor will design the following interfaces to be
implemented and tested in Work Assignment 2:
6.2.1. SAP-to-System. Fund, Fund Center and Commitment Item key
figures, short and medium text fields, and other attribute fields identified by
the City (at least daily) (City will evaluate whether anautomated interface is
required, or whether master data will be maintained manually following
initial entry). Fund, Fund Center and Commitment Item master data
hierarchies (at least daily) (City will evaluate whether anautomated interface
is required, or whether master data will be maintained manually following
initial entry). Actuals and commitments (at least daily), and month-end
actuals and commitments (monthly). For reporting purposes, interface must
support the ability to separately report actuals and commitments at the
component level (e.g., expenditures broken out separately from
encumbrances). Beginning fund balance (monthly). Revised Budget (at
least daily). Include load of all SAP historical year-end actuals, revised
budget and final estimate data. The SAP-to-System actuals interface will
require the Contractor to develop at least two data transformations unique
to the City. Recoveries of prior-year budgetary expenditures (i.e.,
liquidations of prior-year encumbrances) must be calculated/derived based
on the commitment item, carryforward level, and value type; these
calculated recoveries must be mapped to a unique commitment item as part
of the SAP-to-System interface so that they can be reported in the System
as resources. Additionally, for CIP forms and reports, budgetary actuals
must be cross-walked from their native commitment item to an associated
CIP budgetary commitment item (the City will provide the one-to-many
crosswalk identifying the CIP budgetary commitment item for each native
commitment item).
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 71
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
6.2.2. System-to-SAP. Planning data (as determined by the City, this will be
either an ad hoc push by System administrator for manual upload to SAP,
or a daily automated interface). The System-to-SAP data file is currently a
text file with each line required to be in the following format: [fiscal
year][tab][version number][tab][fund number][tab][fund center
number][tab][commitment item number][tab][commitment item type (“e” or
“r”)][tab][amount]. The City will provide a sample upload file. Contractor will
work with City staff to identify any modifications needed to the upload file
but should generally anticipate a requirement of matching the existing
interface file format. As a change in current business processes, data
associated with certain funds center nodes will be required to write to unique
data versions in SAP that have limited access.
6.2.3. PeopleSoft-to-System. As more fully described in the position
business requirements section of the Contract, assist City staff to redesign
existing human resource system (PeopleSoft Human Capital Management
9.2) interface file for exporting data from PeopleSoft to be imported into
budget management solution.
6.2.4. Manual Data Interface. The Contractor will identify an Excel file format
for conducting the initial load of any master data and associated hierarchies,
hierarchical nodes, and attributes that are to be maintained directly in the
System (the initial data will not be populated by the City manually in the
System). The master data load file will generally be in the form of [COL 1]
Key Figure, [COL 2] Attribute 1, [COL 3] Attribute 2, etc. The hierarchy load
file will generally be in the format of [COL 1] Node ID, [COL 2] Node Name,
[COL 3] Parent Node ID. The Contractor will design an interface to populate
the System using Excel files in the specified format. Following the initial
load, the interface will support mass uploads by the City’s System
administrator to replace system data.
6.3. Form Functional Specifications and Mockups. The Contractor will identify the
forms necessary to meet the City’s business requirements, provide a visual
mockup of each form, and provide a specification for each form identifying the
following (at a minimum):
6.3.1. Processes Supported by Form.
6.3.2. Header Parameters/Selections.
6.3.3. Data Loads.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 72
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
6.3.4. Data Entry Columns.
6.3.5. Form Stages.
6.3.6. Form Security by Stage.
6.3.7. Support for Text/Narratives.
6.3.8. Data Volume Assumptions and Anticipated Performance Times.
6.3.9. Required Custom Development (if applicable).
6.3.10. Reporting supported by the form design.
The contractor will provide a presentation of the completed mockup forms that
walks through step-by-step how the form will be used in the business process.
6.4. Personal Services Forecasting Configuration. As more fully described in the
positions business requirements section of the Contract, design the personal
services forecasting module and related tables’ configuration to project salary and
benefits for full-time and part-time positions, for lump-sum pay types, and to
maintain the authorized count. Review configuration settings with staff and explain
how it will meet the business requirements.
6.5. Security. The City anticipates that form security and reporting security will be
separate. Reporting will generally be open-access; except, the City requires the
ability to limit access to certain data associated with a particular fund center node.
Form security will be based on a user’s role, and the fund center hierarchical
node(s) to which they have access. The Contractor will identify user roles and
access restrictions associated with each user role, explain how the roles will allow
the City to meet its business requirements, and will provide a demonstration for
the City on the administrative tools used to maintain user security/access.
6.6. Workflow. The Contractor will provide a mockup or demonstration to the City
of the workflow tools and proposed workflow process for form approval/stage
advancement, and explain how the proposed workflow solution will meet the
business requirements
Deliverable 6.1. Master Data, Hierarchy and Attribute Design
Deliverable 6.2. Automated SAP-to-System Interface
Deliverable 6.3. System-to-SAP Interface
Deliverable 6.4. PeopleSoft-to-System Interface
Deliverable 6.5. Manual Data Interface
Deliverable 6.6. Form Functional Specifications and Mockups
Deliverable 6.7. Personal Services Forecasting Configuration
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 73
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Deliverable 6.8. User Roles and Access Restrictions
Deliverable 6.9. Demonstration of User Security Administrative Tools
Deliverable 6.10. Workflow Mockup/Demonstration
Task 7 – Implementation Scope of Work
The Contractor will prepare, for the City’s approval, a detailed scope of work for
assignments two through five. Detailed scopes of work will include dates and
responsible parties.
Deliverable 7.1 – Assignment 2 Detailed Scope of Work: Data Conversion
and Prototype
Deliverable 7.2. – Assignment 3 Detailed Scope of Work: Configuration and
Testing
Deliverable 7.3. – Assignment 4 Detailed Scope of Work: Reporting and Go-
Live
Deliverable 7.4. – Assignment 5 Detailed Scope of Work: Post-Production
Support
Task 8 – Project Management Documents
Prepare the final PMP, Project Schedule, Quality and Test Plan, Risk and
Mitigation Plan, and System Training Plan for City review and approval.
Deliverable 8.1 – Project Management Plan
Deliverable 8.2 – Project Schedule
Deliverable 8.3 – Quality Plan and Test Plan
Deliverable 8.4 – Risk and Mitigation Plan
Deliverable 8.5 – System Training Plan
17. PROPOSAL SUBMITTAL REQUIREMENTS
a. Tab 1: Administrative Documents
Provide the following documents, and any other administrative materials that
may be specified by the City through addenda:
Table of Contents
Authorized Representative
Acknowledgements of Solicitation Addenda
Conflict of Interest and Solicitation Transparency Disclosure Form
Statement of Bonding Ability
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 74
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
b. Tab 2: Executive Summary
Provide an executive summary of the proposal, including the following
information at a minimum:
Name of proposed budget system and version.
Name of proposed reporting tool and version.
Name of proposed cloud-hosting platform.
c. Tab 3: Product Information and Tab 4: Draft Maintenance Agreements
List any software that the City is required to purchase or license under the
proposal for implementation, or that will be required during the 10-year period of
maintenance support. This includes cloud hosting platforms, end-user clients
(other than Microsoft Windows and internet browsers), tools, system
components, databases, cloud management software, and browser plug-ins.
This also includes tools that may be required during the project development but
not for on-going support. The City assumes that procurement of all such items
will be accomplished by the respondent, at a cost integrated in the respondent’s
bid. Any additional cost incurred later that is not included in respondent’s bid will
be at respondent’s own expense. For each such item, the below information must
be provided; except, where components of SAP Business Warehouse/ Business
Intelligence (Version 7.5 with the Business Objects Suite version
4.2/enhancement package 5.0) or Oracle Business Intelligence are proposed,
their license type, term, and restrictions may be noted as N/A:
Name
Version
Purpose/Use
Manufacturer
End of Life (if known)
Respondent’s Relationship with Manufacturer (Manufacturer, Reseller, Partner, etc.)
Number of Licenses. Split by user type, if applicable. Assume the City will have 180 users of the budget system (including 5 administrators) (with a peak load at any one time of 150 users) and 250 users of the reporting tools.
License Type
License Term (Perpetual Preferred)
License Restrictions (If Any)
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 75
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Note whether source code escrow services are available, and at what cost (note: do not incorporate this cost in the price proposal; source code escrow services are optional)
Attach Draft Maintenance Agreement (If Applicable) (including scope of work and supporting hours)
d. Tab 5: Minimum Requirements
Verify the following minimum requirements for submission are met
(affirmative responses are sufficient except where otherwise noted). A
negative response to any of these requirements will remove the proposal
from consideration.
Proposed budget system is an existing commercial-off-the-shelf product.
Proposed solution incorporates a cloud-hosting model.
Firm experience: Respondent and/or respondent’s subcontractor(s) have
implemented (into a production environment) the proposed budget system
(including all modules that are planned to be implemented as part of this
project) for a minimum of two state, county or municipal entities, each with
a combined operating and capital budget greater than $500 million within
the last five years. Indicate the two client entities, the year of go-live, a brief
statement of the scope of services provided, and name and contact
information for a current employee of the client entity who can verify the
information provided.
Proposed solution is compatible with Microsoft Windows version 7 and later
versions.
Proposed solution is compatible with at least one of the following: Microsoft
Internet Explorer release version 11 and later, or Google Chrome release
version 63 and later.
Ability to provide a live demonstration of the product (i.e. not a video) upon
request.
Respondent accepts the Planned Project Structure, and Project Tasks and
Deliverables, sections of this document as drafted, reflects these sections
in the bid proposal, and is willing and able to execute the sections as
drafted. Note: this does not restrict the City and the selected respondent
from mutually agreeing to changes to the Planned Project Structure, and
Project Tasks and Deliverables, sections during the contract award
process.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 76
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
e. Tabs 6: Firm Capabilities (30 Points)
Respondent is an established firm that is capable of completing the project.
Identify the following information regarding the respondent firm. Additionally,
provide this information for any subcontractor that will be conducting more than
50 percent of the work under this Contract.
Number of years performing similar services.
Number of clients and geographic locations the respondent currently
serves.
Names and titles of headquarters and regional office executives who may
supervise the services performed under the contract.
Organizational structure, including any parent companies, headquarters,
regional offices, subsidiaries; location of the product owner within the
organizational structure; and location of the key personnel within the
organizational structure.
f. Tab 7: Product Satisfaction and Solution Implementation History By Key
Personnel (140 Points)
The proposed key personnel (project manager, functional lead, technical
lead, reporting lead, and solution architect) have successfully and recently
implemented the proposed product with several clients like the City.
For at least two public-sector clients with an annual budget of at least $1 billion
and/or 500,000 population that have implemented the proposed product within
the last five years and for which the proposed key personnel were involved
(preferably in their roles as proposed for this RFP), identify the following:
Client organization and reference contact information.
Summary scope of services performed.
Original contract award amount for implementation, excluding licenses,
hosting and maintenance cost.
Final implementation cost, excluding licenses, hosting and maintenance
cost.
Original scheduled go-live date.
Actual go-live date.
Summary of change orders (dollar value, time extension, and summarized
purpose).
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 77
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Percentage of business requirements listed in the original contract that were
successfully achieved.
For proposed key personnel, identify the individual’s role during the
referenced implementation.
Identify any changes that were made to key personnel during the course of
the project.
Note that the information provided above for each implementation will be
provided to the listed reference for validation by the reference and/or other
employees of the reference’s agency. Additionally, references will be consulted
regarding the current satisfaction with the product, and with the implementation.
Identify any public-sector clients that initiated implementation projects for the
proposed product within the last five years, but terminated work prior to
implementation. Provide an explanation for why the implementation was
terminated. Client statements regarding reasons for termination may be
included.
g. Tab 8: Experience of Key Personnel (80 Points)
Proposed key personnel have extensive experience in public-sector
budget system implementation.
Identify the proposed project manager, functional lead, technical lead, reporting
lead, and solution architect for the implementation (roles may overlap), identify
the following:
Name.
Proposed role.
Proposed time commitment as a percentage of full-time.
For each project the individual has participated in, identify:
o Client.
o Start and end date.
o System implemented.
o Role.
o Operating budget involvement.
o Capital budget involvement.
o Personal services forecasting involvement.
o Reporting involvement.
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 78
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
o Reference name and contact information (only required for two projects completed within the last five years).
h. Tab 9: Business Requirements and Tab 10: Screenshots (300 Points)
Proposed solution meets the City’s functional and technical requirements.
Respond to each requirement listed in the attached Business Requirements
document. For each requirement, in the cell drop-down, identify whether the
requirement would be accomplished through:
Standard product/configuration. This response indicates that the product
meets the requirement as-is, with or without standard configuration settings
being applied, and the City could apply future patches and updates readily
without modifying the implemented solution.
Minor customization: This response indicates that the requirement would be
met through custom code, but the City could apply future patches and
updates readily without modifying the implemented solution, AND the
customization is anticipated to require no more than 40 hours of work to
develop and unit-test. This response may also be indicated if the
respondent would meet the requirement through an enhancement to the
base product to be distributed to all clients – this should be specifically
identified in the “Response Explanation” field.
Major customization. This response indicates that the requirement would be
met through custom code, and custom code would potentially complicate or
restrict the City’s ability to apply future patches and updates, OR the
customization is anticipated to require more than 40 hours of work to
develop and unit-test. Indicate the estimated development and unit-testing
time.
Alternative solution or approach. If the respondent believes that the
underlying business requirement can be best met through an approach
other than the approach proposed by the City, thoroughly explain the
proposed solution.
Is not offered. The business requirement is not met, or could only be met a
customization to the underlying structure of the product that would prohibit
the City’s ability to apply future product patches or updates.
Completing the “Response Explanation” field is optional, except where
“Explanation Required” is indicated. In the response explanation column, explain
specifically how the proposed product would meet the stated requirement, and
include other amplifying information requested in the business requirement
statement. Do not repeat the requirement in your response. Row heights (only)
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 79
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
may be adjusted to accommodate length of response text. To assist
explanations, respondents may provide numbered screenshots in a separate
document and reference the screenshot numbers in the explanation column.
Each screenshot should be annotated with the corresponding requirement
number(s).
Enter the respondent name in the page header of each Excel worksheet tab.
Do not make any further edits to the Excel template.
i. Tab 11: Project Approach (70 Points)
Respondent understands the City’s stated business requirements and has
a plan to deliver a solution meeting those requirements effectively and
efficiently.
Include the following items in the description of your project plan/approach:
Indicate the respondent’s proposed staffing model for the project. For any
personnel anticipated to have a significant role in the project, that were not
identified as key personnel above, provide a brief summary of relevant
experience. Which personnel are full time employees? Which are contract
employees? Indicate the contract duration for any contract employees. If any of
the proposed personnel are not currently under contract/employment with the
respondent, so indicate.
Indicate involvement and relationships with third party vendors or subconsultants
intended to be associated with the project.
Indicate whether the City’s indicated staff availability will be sufficient to complete
the project, or what additional staff resources are advised.
Explain the proposed project development/delivery methodology (agile, waterfall,
etc.), and why the proposed approach is the best fit for the project.
Changes to key personnel of the City or the respondent pose a risk to project
completion. How will the respondent minimize the risk of changes to the
respondent’s key personnel?
The City’s BRASS system does not contain all budgetary data, master data
attributes, and master data hierarchies included in the City’s budget reports.
Many of the City’s budget reports are developed manually outside of the budget
system using a myriad of spreadsheets and databases. The City anticipates that
nearly all budget reports will be able to be run directly from the budget system in
the future state. How will the respondent assure this objective can be met given
the challenges and business requirements involved?
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 80
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
Indicate any additional critical perceived risks to successful project completion,
and mechanisms that can be implemented to mitigate those risks.
j. Tab 12: Implementation Schedule (30 Points)
Proposed solution can be in production within 24 months of notice-to-
proceed.
For each item below, indicate the estimated completion date, based on the draft
Master Scope of Work and the draft Work Assignment 1 Detailed Scope of Work.
Date should be expressed in days from notice-to-proceed (for example, if the
respondent believes Work Assignment 4 will be completed 365 days from notice-
to-proceed, the respondent would indicate the Work Assignment 4 completion
date is NTP+365).
Work Assignment 1 (Base): Solution Design
Work Assignment 2 (Base): Data Conversion and Initial Build
Work Assignment 2 (Optional Task): SAP Master Data Interface
Work Assignment 2 (Optional Task): BRASS Data Conversion
Work Assignment 3 (Base): Configuration and Testing
Work Assignment 4 (Base): Reporting and Go-Live
Work Assignment 5 (Base): Post-Production Optional Task Development
k. Price Proposal 100 Points
Complete the Pricing Worksheet (Attachment F). Include all one-time and
ongoing costs for implementation, licenses and 10 years of post-production
maintenance and support. For third-party products, reflect the list price (and
include a link), or include documentation from the manufacturer or reseller that
the quoted discount rate will be honored.
Provide separate sealed hard copies and an electronic copy of the Pricing
Worksheet (Attachment F). Do not submit the Price Proposal tab in the Business
Requirements response.
18. ATTACHMENTS:
The following attachments are referenced and incorporated in this RFP:
a. Attachment A - Business Requirements
b. Attachment B - Work Assignment Acceptance Certificate Template
SECTION V – SCOPE OF WORK
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 81
Solicitation Number: RFP 18-288 (KFT) Rev 1 09/2017 (JMK)
c. Attachment C - Sample Reports/Specifications (See business requirement
RFP.LEVEL_OF_EFFORT.01 - .04)
d. Attachment D - Current Decision Package Template Example(See business
requirement OPER.DECISION_PKG.01)
e. Attachment E - Vehicle Replacement List Example (See business requirement
OPER.VEHICLES.01)
f. Attachment F - Pricing Worksheet
g. Attachment G - Product Demonstration Script
19. DEMONSTRATIONS:
Offerors in the competitive range will be required to conduct a product demonstration,
presentation and interview as attached (Attachment G), validating that the City’s
stated business requirements can be met. The demonstration must be conducted on
a live system (but not necessarily a client’s system). Demonstrations will be conducted
in the attached sequence and should specifically illustrate compliance with the
identified Business Requirements.
SECTION VI – SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 82 Offeror Name: _________________________________________ Rev 1 09/2017 (JMK)
SECTION VI: SUBMITTALS
1. COPIES: Please submit one original, and one electronic copy (portable drive or CD) of
the Submittal Section and all other required documentation. RFP responses must include
the name of the organization, contact name, title, address, direct phone number and email
address of the person who is authorized to respond to questions regarding the submittal.
RFP responses must be sealed and clearly marked as “Public Sector Budgeting
Software” and must be received by Friday, August 10, at 2:00 P.M., local Arizona time.
Please submit only the Submittal Section, do not submit a copy of the entire
solicitation document. This offer will remain in effect for a period of 365 calendar days
from the bid opening date and is irrevocable unless it is in the City’s best interest to do
so.
2. OFFER SUBMITTAL FORMAT: The written offer must be signed by an individual
authorized to bind Offeror and should provide the name, title, e-mail address and
telephone number of individuals with authority to contractually bind the company and who
may be contacted during the evaluation period. Offers should be:
Typewritten for ease of evaluation, minimum 12 pt font;
Submitted in a binder, preferably using double-sided copying and at least 30% post
consumer content paper;
Signed by an authorized representative of the Offeror;
Submitted with contact information for the individual(s) authorized to negotiate with
the City;
Submitted with a table of contents and tabbed according to the following major
sections:
Tab 1 – Administrative Documents
Tab 2 – Executive Summary (Maximum 1 page)
Tab 3 – Product Information (Maximum 4 pages)
Tab 4 – Draft Maintenance Agreements
Tab 5 – Minimum Requirements (Maximum 2 pages)
Tab 6 – Firm Capabilities (Maximum 4 pages)
Tab 7 – Product Satisfaction and Solution Implementation History by
Key Personnel (Maximum 12 pages)
Tab 8 – Experience of Key Personnel (Maximum 12 pages)
Tab 9 – Business Requirements (Maximum 120 pages)
o Do not alter formatting or file structure provided in the RFP.
o Electronic copy must be provided in Excel format.
SECTION VI – SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 83 Offeror Name: _________________________________________ Rev 1 09/2017 (JMK)
o Hard copies must be printed in color.
Sec. A. Summary
Sec. B. Technical
Sec. C. Master Data
Sec. D. Interfaces
Sec. E. Security
Sec. F. Data Entry Forms
Sec. G. Performance
Sec. H. Operating Budget
Sec. I. Positions
Sec. J. Central Revenue
Sec. K. CIP Budget
Sec. L. CIP Sandbox
Sec. M. CIP Project Information
Sec. N. Workflow
Sec. O. Reporting
Tab 10 – Screenshots. May be provided in a separate binder if
needed.
Tab 11 – Project Approach (Maximum 8 pages)
Tab 12 – Implementation Schedule (Maximum 1 page)
Separate Sealed Envelope and Excel Spreadsheet – Pricing
Worksheet
3. OFFER: All offers shall be firm and fixed for a period of 365 calendar days from the
solicitation opening date. Pass-through offer adjustments will be accepted after that date
provided said adjustment(s) are submitted in writing with thirty days’ advance notice and
are accompanied by written documentation of a manufacturer's offer increase. Offer
adjustment requests shall be sent to: City of Phoenix City of Phoenix Finance
Department, Procurement Division, 251 W. Washington Street, 8th Floor, Phoenix, AZ.
4. COSTS AND PAYMENTS:
4.1 PAYMENT TERMS & OPTIONS: Vendors must choose an option, if a box is not
checked, the City will default to 0% - net 45 days:
Contractor offers a prompt payment discount of either _______% - 30 days or 0% –
45 days - to apply after receipt of invoice or final acceptance of the products
(invoice approval), whichever date is later, starts the 30 days. If no prompt payment
discount is offered, the default is 0%, net 45 days; effective after receipt of invoice or
final acceptance of the products, whichever is later. Payment terms offering a
discount will not be considered in the price evaluation of your offer.
SECTION VI – SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 84 Offeror Name: _________________________________________ Rev 1 09/2017 (JMK)
Contractor may be paid immediately upon invoice approval, if enrollment is made to
the Single Use Account (SUA) Program, administered by the City’s servicing bank
(“Bank”). By checking this box, the vendor accepts transaction costs charged by
their merchant bank and agrees not to transfer to the City those extra charges. The
City will not pay an increase in our services for the SUA charges; if an audit
uncovers an upcharge for the SUA charges the vendor will owe the City all costs.
The vendor may opt-out of the SUA program once, but then may not rejoin during
the same contract term.
5. BID PRICE SCHEDULE: As instructed in Section V, Scope of Work, the proposer must
complete the Pricing Worksheet submittal.
6. CERTIFICATION REGARDING DEPARTMENT SUSPENSIO, AND OTHER
INELIGIBILITY AND VOLUNTARY EXCLUSION: The prospective participant
(Contractor for a federally funded project) certifies, by submission of this solicitation and
certification, that neither it nor its principals are presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded from participation in this
transaction by any federal department or agency.
Where the prospective participant is unable to certify to any of the statements in this
certification, such participant shall attach an explanation to this solicitation.
THE PARTICIPANT (Contractor for a federally funded project), CERTIFIES OR AFFIRMS
THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS
SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE
PROVISIONS OF 31 U.S.C. 3801 ET SEQ. ARE APPLICABLE THERETO.
Authorized Official: _________________________ Title of Authorized Official: _________________________ Date: _________________________
SECTION VI – SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 85 Offeror Name: _________________________________________ Rev 1 09/2017 (JMK)
OFFER
TO THE CITY OF PHOENIX - The Undersigned hereby offers and agrees to furnish the
material and or service(s) in compliance with all terms, conditions, specifications, and addenda
issued as a result of solicitation and any written exceptions in the offer.
Arizona Sales Tax No.
Use Tax No. for Out-of State Suppliers
City of Phoenix Sales Tax No.
Arizona Corporation Commission File No.
Taxpayer’s Federal Identification No.: If recommended for contract award, Bidder agrees to
provide its federal taxpayer identification number or as applicable its social security number to
the City of Phoenix for the purposes of reporting to appropriate taxing authorities, monies paid
by the City of Phoenix under the awarded contract. If the Bidder provides its social security
number, the City will only share this number with appropriate state and federal officials. This
submission is mandatory under 26 U.S.C. § 6041A.
Enter City’s Registration System ID Number
Located at City’s eProcurement website (see
SECTION I – INSTRUCTIONS - CITY’S
REGISTRATION)
Offeror has read, understands, and will fully and faithfully comply with this solicitation, its
attachments and any referenced documents. Offeror certifies that the prices offered were
independently developed without consultation with any other Offeror or potential Offerors.
__ _____
Authorized Signature Date
___________________________
Verify Name and type of company Printed Name and Title
(LLC, Inc., Sole Proprietor) (Member, Manager, President)
Address
City, State and Zip Code
Telephone Number
Company’s Fax Number
Company’s Toll Free #
Email Address
SECTION VI –SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 86 Offeror Name: _________________________________________ Rev 1 09/2017
(JMK)
ACCEPTANCE OF OFFER
The Offer is hereby accepted.
The Contractor is now bound to sell the material(s) or service(s) listed by the attached
contract and based upon the solicitation, including all terms, conditions, specifications,
amendments, etc. and the Contractor’s Offer as accepted by the City.
This contract shall henceforth be referred to as Contract No. . The
Contractor has been cautioned not to commence any billable work or provide any
material or service under this contract until Contractor receives purchase order, or
contract documentation.
CITY OF PHOENIX
A Municipal Corporation
Ed Zuercher, City Manager
_________________________________ Awarded this _____day of ________________2017
Director or delegate, Department
__________________________________
City Clerk
Approved as to form this 19th day of January 2017. This document has been approved as to
form by the City Attorney and is on file with the City Clerk. It need not be submitted to the City
Attorney for approval unless the form document is altered.
SECTION VI –SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 87 Offeror Name: _________________________________________ Rev 1 09/2017
(JMK)
CONFLICT OF INTEREST AND SOLICITATION TRANSPARENCY FORM. This form must be signed and submitted to the City and all questions must be answered, or indicate N/A, or your Offer may be considered non-responsive.
1. Name of person submitting this disclosure form.
First MI Last Suffix
2. Contract Information
Solicitation # or Name:
3. Name of individual(s) or entity(ies) seeking a contract with the City (i.e. parties to the Contract)
4. List any individuals(s) or entity(ies) that are owners, partners, parent, sublessees, joint venture,
or subsidiaries of the individual or entity listed in Question 3. Please include all Board members,
executive committee members and officers for each entry. If not applicable, indicate N/A.
5. List any individuals or entities that will be subcontractors on this contract or indicate N/A.
Subcontractors may be retained, but not known as of the time of this submission.
List of subcontracts, including the name of the owner(s) and business name:
6. List any attorney, lobbyist, or consultant retained by any individuals listed in Questions 3, 4, or 5
to assist in the proposal or seeking the resulting contract. If none, indicate N/A.
7. Disclosure of conflict of interest:
SECTION VI –SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 88 Offeror Name: _________________________________________ Rev 1 09/2017
(JMK)
Are you aware of any fact(s) with regard to this solicitation or resulting contract that would
raise a “conflict of interest” issue under City Code Section 43-34?
“An elected City official or a City employee shall not represent any person or business for
compensation before the City regarding any part of a procurement, including any resulting
contract, if during the time the elected official is or was in office or the employee is or was
employed by the City such elected official or employee played a material or significant role in
the development of the solicitation, any other part of the procurement, or the contract award.”
I am not aware of any conflict(s) of interest under City Code Section 43-34.
I am aware of the following potential or actual conflict(s) of interest:
8. Notice Regarding Prohibited Interest in Contracts
State law and the Phoenix City Charter and Code prohibit public officers or employees, their close relatives, and any businesses they, or their relatives, own from (1) representing before the City any person or business for compensation, (2) doing business with the City by any means other than through a formal procurement, and (3) doing business with the City without disclosing that the person has an interest in the contract. This prohibition extends to subcontracts on City contracts and also applies to parent, subsidiary, or partner businesses owned by a public officer or employee. See A.R.S. Sections 38-501 through 38-511, for more information (City Charter, Chapter 11, applies the state conflict-of-interest law to City employees). Please note that any contract in place at the time a person becomes a public officer or employee may remain in effect. But the contract may not be amended, extended, modified, or changed in any manner during the officer’s or employee’s city service without following city administrative regulations.
Are you aware of any fact(s) with regard to this contract that would raise a “conflict of
interest” issue under A.R.S. Sections 38-501 through 38-511 (See Arizona Revised
Statutes regarding conflict of interest at www.azleg.gov).
I am not aware of any conflict(s) of interest under Arizona Revised Statutes Sections
38-501 through 38-511. I am aware of the following conflict(s) of interest:
SECTION VI –SUBMITTALS
CITY OF PHOENIX
Finance Department Procurement Division
251 W. Washington St., 8th Flr. Phoenix, AZ 85003
Page 89 Offeror Name: _________________________________________ Rev 1 09/2017
(JMK)
9. Acknowledgements
Solicitation Transparency Policy – No Contact with City Officials or Staff During Evaluation
I understand that a person or entity who seeks or applies for a city contract, or any other
person acting on behalf of that person or entity, is prohibited from contacting city officials and
employees regarding the contract after a solicitation has been posted.
This “no-contact” provision only concludes when the contract is awarded at a City Council
meeting. If contact is required with City official or employees, the contact will take place in
accordance with procedures by the City. Violation of this prohibited contacts provision, set out
in City Code Sections 2-190.4 and 43-36, by respondents, or their agents, will lead to
disqualification.
10. Fraud Prevention and Reporting Policy
I acknowledge that the City has a fraud prevention and reporting policy and takes fraud
seriously. I will report fraud, suspicion of fraud, or any other inappropriate action to:
telephone no. 602-261-8999 or 602-534-5500 (TDD); or [email protected].
The purpose of the fraud policy is to maintain the City's high ethical standards. The policy includes a way for our business partners to report wrongdoing or bad behavior. Suspected fraud should be reported immediately to the Phoenix Integrity Line. The City has adopted a zero-tolerance policy regarding fraud.
OATH I affirm that the statements contained in this form, including any attachments, to the best of my knowledge and belief are true, correct, and complete. Should any of the answers to the above questions change during the course of the contract, particularly as it relates to any changes in ownership, applicant agrees to update this form with the new information within 30 days of such changes. Failure to do so may be deemed a breach of contract.
PRINT NAME TITLE