Request for Proposals for Microsoft Project Server 2013 Implementation



Similar documents
Request for Proposals for Enterprise Information Archive System

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

Request for Proposal. Contract Management Software

CITY OF CHILLICOTHE REQUEST FOR PROPOSALS

Request for Proposals IT INFRASTRUCTURE MODERNIZATION

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for PRINT MANAGEMENT SYSTEM FOR PUBLIC COMPUTERS

City of Rolling Meadows

Request for Proposals: Software and Implementation Services for Computer-Assisted Mass Appraisal (CAMA) System

Solicitation Information February 26, 2016

Senior Security Analyst

YMCA OF CENTRAL OHIO. Request for Proposals. To Provide Monitoring Services. Proposal Due Date: September 8, 2015

REQUEST FOR PROPOSAL (RFP)

Senior Business Intelligence Project Manager

STAFF AUGMENTATION REQUEST FOR QUOTE - REPOST

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Enterprise Scheduler Rev. 0 Bid # Scope of Work

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

APPALCART REQUEST FOR PROPOSAL

Pursuant to Competitive Contracting as per State Statute 40A:11-4.1

Request for Proposal Permitting Software

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Solicitation Information 10 May 2012

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR PROPOSAL (RFP) for. Telephone Service (Analog Phone Service)

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

Request for Proposal Environmental Management Software

EFFICIENCY MAINE TRUST REQUEST FOR PROPOSALS FOR CALL CENTER SERVICES RFP EM

REQUEST FOR PROPOSAL RFP # For the Provision of After Hours Answering Services. Proposal Due Date/Time: October 19, 4:00 p.m.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services

REQUEST FOR PROPOSALS. AUDIT SERVICES for MACOMB MONTESSORI ACADEMY. July 31, 2013

Enhance State IT Contract Expertise

Information Technology Project Oversight Framework

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

CITY OF HIGHLAND PARK

Business Intelligence Data Analyst

Request for Proposal (RFP) (P ) City of Sacramento Call Center Software

Request for Proposal For Document Management System

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services.

MANCHESTER WATER WORKS REQUEST FOR PROPOSALS FOR WATER ASSET MANAGEMENT SOFTWARE AND SERVICES RFP #FY

Audit Management Software Solution

STATE OF NEW HAMPSHIRE 2013-EG-03 REQUEST FOR PROPOSALS PLAN MANAGEMENT CONSULTANTS

REQUEST FOR PROPOSAL FOR MAR K E T ING SERVICES FOR. CIT Y AND COUNT Y OF DE NV E R Acting by and thr ough the M ayor s Office

City and County of San Francisco

REQUEST FOR PROPOSALS (RFP) FOR FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS FOR FINANCIAL EDUCATION SERVICES RFP NO. MOSS-0003

Request for Proposals

SOLICITATION NO.: DHCF-HCOA-2009-P-0001 RESPONSES TO SUBMITTED QUESTIONS

RFP ADDENDUM NO. 1

DotNetNuke (DNN) Hosting Environment

Request for Proposal Digital Asset Management October 24, 2014

Issue Date: March 4, Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

SOLICITATION INFORMATION JANUARY 13, 2015 TITLE: INTEGRATED CIVIL DIVISION CASE MANAGEMENT SYSTEM

Request for Proposal for. Marketing Project Management Software

Request for Proposal Brand USA Human Resources Information System December 2015

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

Prosecutorial Case Management System Maintenance/Enhancement Support Services. Request for Proposal: RFP #

Request for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard

Document Management System Request for Proposals April 22, 2013

Request for Proposals DATA CENTER RENOVATION

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR INFORMATION

REQUEST FOR PROPOSAL NO. RFP09502 FOR WEBSITE REFRESH FOR SEATTLE PUBLIC SCHOOLS

Title: Contract Management Software Solutions (CMS) and Procurement Front-End System

RIVER FALLS, WI. Jeff Rixmann, Association President REQUEST FOR PROPOSAL EMS BILLING SERVICES RFP # January 2, 2015

REQUEST FOR PROPOSAL YEARBOOK PUBLISHING & PRINTING RFP # 13PA006P

REQUEST FOR PROPOSAL INFORMATION SECURITY PROGRAM PROVIDER

Request for Proposals For WORKFORCE DIVERSITY PARTICIPATION MONITORING SERVICES CARRIE AVENUE PROJECT PHASE 1

SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY

REQUEST FOR PROPOSAL (RFP) BID# UPGRADE EXISTING NEXTGEN ELECTRONIC MEDICAL RECORDS SYSTEM (EMR/EPM/EDR/KPM)

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)

Request for Proposal Managed IT Services 7 December 2009

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

IT Optimization Consulting Services for Organizational Change Management (OCM)

RFP Q & A for BUDGET DEVELOPMENT SOFTWARE 1. Cover page (page 1): Would SCBE considers a 3 week extension to the July 1st deadline?

California Health Benefit Exchange HBEX 24: Project Management Oversight, Small Business Health Options Program (SHOP)

CITY OF RIVERSIDE, MISSOURI REQUEST FOR PROPOSALS PAYROLL SOLUTIONS AND SERVICES

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

Request for Proposal. Retail Consulting Services Date issued: Monday November 24, 2014 Close date: Wednesday December 10, 2014 at 12:00 pm MST

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Request for Proposal Insurance Product Broker No June 16, 2014

How to File a Workers Compensation Request For Proposal

REQUEST FOR PROPOSALS DATABASE AND SOFTWARE DEVELOPERS TO ASSIST IN IMPLEMENTING A MULTIFAMILY HOUSING SOFTWARE SUITE REQUIRED BY

ADDENDUM NO. 2. Animal Care and Adoption Case Management Software-Service (NSM) Date Of Addendum: January 14, 2014

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For. Integrated Marketing Communications Services

TAHOE REGIONAL PLANNING AGENCY REQUEST FOR PROPOSAL FOR SOFTWARE CONSULTANT

INTRODUCTION. Page 1 of 16

Offers received without the entire completed three-page RIVP Generated Bidder Certification Form attached may result in disqualification.

Submission Deadline: 28 Dec 11:30 AM (Eastern Time)

Independent IT Quality Assurance (QA) Services for Project and Portfolio Management Information System (PROMIS)

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

Request for Proposal and Qualifications for Audit and Tax Preparation Services October 2015

SEALED BID REQUEST FOR INFORMATION

Transcription:

Request for Proposals for Microsoft Project Server 2013 Implementation SOLICITATION SA005797 DUE APRIL 2, 2015 @ 11:00 A.M. Gary R. Cavin, CIO Deliver Proposals To: City of Columbus Purchasing Office 77 North Front St-5 th Floor Columbus, OH 43215

Table of Contents 1 INTRODUCTION...3 1.1 About the Department of Technology...3 2 SCOPE AND CLASSIFICATION...3 2.1 Scope of Work...3 2.2 Key Success Measures...4 2.3 Critical Activities...5 2.4 Classification...5 2.5 Size & Budget...5 3 REQUIREMENTS...5 3.1 General Requirements...5 3.2 Bidder Requirements...6 4 RFP PROCESS OVERVIEW...7 4.1 Proposal packets...7 4.2 RFP Questions and Answers...7 4.3 RFP Schedule of Events...8 5 PROPOSAL SUBMISSION REQUIREMENTS...8 5.1 Section One: Transmittal Letter and Offer...8 5.2 Section Two: Competence...8 5.3 Section Three: Quality and Feasibility...9 5.4 Section Four: Ability...9 5.5 Section Five: Past Performance...10 5.6 Section Six: Cost & Payment Terms...10 6 EVALUATION CRITERIA AND PROCESS...10 6.1 Step One of Evaluation...10 6.2 Step Two of Evaluation Process...11

1 INTRODUCTION The City of Columbus, Department of Technology is implementing the Microsoft Project Server 2013 application in order to streamline and integrate internal work streams. The City intends to enter into a contract with a vendor who will provide consultation, documentation, training and configuration for this initiative. 1.1 About the Department of Technology The City of Columbus Department of Technology is an insourced service-delivery department, providing information technology consulting, infrastructure and support and application development for approximately 8,000 city employees in 16 City agencies. 2 SCOPE AND CLASSIFICATION 2.1 Scope of Work The successful bidder will need to perform tasks within the following areas: 2.1.1 Provide guidance on best practices for collaborative project management using Microsoft Project Server 2013, Project Web Access and SharePoint Services 2.1.2 Conduct interviews and/or workshops with project managers, resource managers and fiscal managers to formalize requirements 2.1.3 Develop and provide Change Management, Quality Assurance and System Configuration Plans according our business needs 2.1.4 Oversee the Microsoft Project Server 2013 installation and implementation to production (software, licenses and hardware will be provided) 2.1.5 Provide hardware resource requirements to include virtual system requirements 2.1.6 Configure Microsoft Project Server 2013 to meet all requirements and key success measures according to our business needs 2.1.7 Document best-practices processes, procedures and work flows for using Microsoft Project Server 2013 to select, manage and execute projects according to our business needs 2.1.8 Conduct training session(s) for administrators, end-users including project managers, resource managers and technical staff according to our business needs 2.1.9 Support administrators, managers and employees through the initial implementation period of at least one billing cycle 2.1.10 Provide recommendation on how to integrate or replace current time tracking/billing tool with MSPE 2.1.11 Provide recommendation on how to make annual rate changes for departmental billable resources to include same resource with multiple rates during the same time period Page 3 of 12

2.1.12 Provide reporting dashboards according to best-practice processes for Project Managers, Resource Managers, Project Sponsors, and any others deemed necessary to meet business needs. This should include critical path slippage notifications 2.1.13 Provide recommendation for Role based administration 2.2 Key Success Measures Key outcomes of this engagement should include but are not limited to: 2.2.1 System will improve project managers ability to plan according to resource availability and to resolve contention caused by overlapping project schedules 2.2.2 System will allow resource managers to quickly review what project, production support and administrative allocations their employees have and adjust employee schedules and percent available 2.2.3 System will allow technical staff to view assigned tasks and update status 2.2.4 System will export key criteria and performance measures to facilitate oversight functions by stakeholders and decision makers 2.2.5 System will replace existing manual systems for project status reporting, portfolio management and resource leveling 2.2.6 System will minimize the amount of double-entry and duplicated data related to project selection & management, resource management and time entry 2.2.7 System will provide a single go-to location for reviewing project status & priorities and resource leveling 2.2.8 System will improve the quality of data by enforcing integrity of data entry and by sending reminders when data needs to be refreshed 2.2.9 System will provide project site templates using SharePoint services to organize and store standard project artifacts 2.2.10 All users (ex. Resource Managers, Administrators, Project Manager, Project Resources) of the system have received adequate documentation of and training in the policies and procedures of project management and execution 2.2.11 System is stable, responsive and available 24/7, excluding departmental maintenance windows 2.2.12 System will integrate with the departmental billing system Page 4 of 12

2.3 Critical Activities The Department of Technology will use Microsoft Project Server 2013 in support of the following activities: 2.3.1 Project Portfolio Management and Governance Identify priorities and resource requirements for projects individually and as a portfolio in order to determine the optimum mix; monitor and control the execution of projects. 2.3.2 Resource Leveling Track availability and workload for employees across projects and functional areas in a matrixed environment. 2.3.3 Fiscal Projections Project future internal billings and expenditures necessary for project execution. 2.3.4 Internal Billing Capture and bill for employee time spent on internal customer projects. 2.4 Classification Qualified suppliers must submit (as described within the specifications) documentation of a minimum of three (3) Microsoft Project Server 2013 engagements that involved multiple workgroups and workflows over the past three (3) years. Respondents are required to provide samples as described below. Qualified vendors must have experience incorporating best practices in adult learning in the delivery of training services and in Project Management Institute best practices. 2.5 Size & Budget The estimated budget for this engagement is $150,000. That said, the City is interested in lower cost proposals and will consider higher cost proposals that meet the requirements detailed in this RFP. There are approximately nine (9) project managers, five (5) resource managers, thirty (30) technical staff members and three (3) fiscal analysts who will need to be consulted to compile requirements and who will require some level of training. 3 REQUIREMENTS 3.1 General Requirements 3.1.1 Term The complete scope, as defined by a negotiated Statement of Work, must be completed within one year of a purchase order certified by the City of Columbus Auditor. 3.1.2 Pricing Respondents to this RFP are required to propose hourly rates for the staff offered in their proposal. Hourly rates must include out-of-pocket expenses, including travel expenses. Price proposals that do not offer comprehensive hourly rates (including all out-of-pocket and travel expenses) will not be considered. Page 5 of 12

3.1.3 Contract Compliance If you do not have a valid City of Columbus Contract Compliance Number, please see the City s procurement site to obtain one: http://vendorservices.columbus.gov/e-proc/. While prospective vendors can respond to this RFP without a contract compliance number, the successful respondent to this RFP must obtain a contract compliance number as a condition of doing business with the City. The City is committed to equal business opportunity, and strongly encourages participation from minority/female business enterprises in this and all City procurement. 3.1.4 Work Hours Any work under this RFP that will be required to be performed, completed, and managed at City of Columbus premises shall be conducted during standard business hours (Monday through Friday, 8:00 a.m. 5:00 p.m. EDT, excepting City holidays) unless otherwise agreed upon in advance. The City will provide work space for the Vendor. At its sole discretion, the City may arrange remote connectivity at Vendor s request. To facilitate knowledge transfer to DoT staff, sufficient onsite work should be planned to enable side-by-side work with consultants and DoT staff. 3.1.5 Supplier Personnel The successful vendor will provide evidence of background checks of employees assigned to the project. Upon request of the City, the Vendor shall withdraw any of the Vendor s employees on assignment to the City who is in the City s reasonable opinion, unsatisfactory for servicing the City s needs. In all such cases, the Vendor agrees to assign a replacement employee who is acceptable to the City, as soon as possible. Vendor shall disclose any subcontractors to be used along with the location of their offices. 3.1.6 Non-disclosure The Vendor agrees that no information will be disclosed to third parties or published in case studies, advertisements, white papers, customer testimonials, etc. without the written consent of the City. 3.2 Bidder Requirements 3.2.1 Company Experience Respondents to this RFP must submit documentation of at least three (3) Microsoft Project Server 2013 engagements that involved multiple workgroups and workflows over the past three (3) years. The bidder must briefly document its capabilities and submit an outline of its experience including information indicating, number of years in business, total number of employees, services offered, and corporate ethics statement. 3.2.2 Staff Experience Respondents to this RFP must submit resumes for the staff proposed to deliver service to the City. Staff must have experience implementing Project Management Institute best practices, in utilizing best practices for adult learning, in using Microsoft Project Server, Enterprise Edition and Microsoft Project Server 2013 and in change management. The winning respondent must guarantee that proposed staff will actually deliver the training services, or where necessary, be substituted for staff with equivalent experience. Personnel with PMP (Project Management Professional) certification are preferred. 3.2.3 References Respondents to this RFP must provide references to verify capabilities, experience, and work history in project management, change management and Microsoft Project Server 2013 implementation for the past three years. A minimum of three (3) references are required. References should consist of projects of a similar scope, complexity, and cost. The reference contact information shall include the customer Page 6 of 12

name, start/end dates of the project, customer e-mail address, street address, telephone number, a description of the services provided and timeframe of project. 3.2.4 Samples Respondents to this RFP must submit a sample Microsoft Project Server 2013 configuration worksheet, sample process workflows, a sample change management plan and documentation of the resulting impact to a previous organization. 4 RFP PROCESS OVERVIEW Selection of the winning proposal shall be in accordance with relevant provisions of Chapter 329 of Columbus City Codes. Any agreement or contract entered into will be in accordance with the provisions of Chapter 329 of Columbus City Codes, the standard agreements for professional services of the Department of Technology, and all other applicable rules and regulations. The Columbus City Codes can be found at http://ordlink.com/codes/columbus/. 4.1 Proposal packets Proposal packages for this solicitation are available on the City of Columbus Vendor Services website @ http://vendorservices.columbus.gov/. When you arrive at the Vendor Services landing page, do the following: Select Solicitation/View Open Sol from the red banner at the top of the page. Enter the Solicitation # in the box at the top right of the Solicitations Filter and click the Filter button. Select the Solicitation hyperlink in the list of filtered solicitations. Click the Continue button at the bottom of the page to see a list of Solicitation Documents. Click the hyperlinks to download solicitation documents. 4.2 RFP Questions and Answers In order to enable accurate communication with respect to this RFP, to provide Vendors the opportunity to seek clarification on matters pertaining to the RFP requirements, and to enhance the Vendors understanding of the City s needs, the City will accept questions from potential Vendors. 4.2.1 Question process Specific questions concerning the RFP requirements should be submitted in writing before the due date and time listed in section 4.3. Written questions should include the Solicitation number and Title in the subject and must be sent via email to: vendorservices@columbus.gov. Questions submitted to other email addresses will be ignored. 4.2.2 Answer Process Written responses to all pertinent questions will be prepared by the City and posted as an Addendum to this RFP @ its Vendor Services website. Responses will be posted as an additional solicitation document by the due date and time listed in section 4.3. Page 7 of 12

4.3 RFP Schedule of Events The following RFP schedule of events represents the City s best estimate of the schedule that will be followed. All times are Eastern. Event Date/Time (if applicable) RFP Issued March 9, 2015 Deadline for written questions March 16, 2015 @ 11:00 AM City response to questions issued March 23, 2015 @ 5:00 PM Proposals Due April 2, 2015 @ 11:00 AM Notification of Finalists Finalist Presentations April 13, 2015 April 21-23, 2015 Notice of Award May 1, 2015 City Council Approval July 13, 2015 Project Commencement August 17, 2015 5 PROPOSAL SUBMISSION REQUIREMENTS Vendor s response to this RFP should provide a clear and concise description of the Vendor s proposal and capabilities. Emphasis should be on completeness and clarity of content. Vendor shall provide one (1) original and five (5) copies of their proposal. Proposal should be in clear and succinct language, bound in a flat 8 ½ by 11 inch format, and no longer than fifty (50) pages on twenty-five (25) doublesided sheets. Plastic or ringed binders and non-recyclable paper are discouraged. An electronic copy of the proposal must also be submitted on a CD. Proposals shall be organized in the following sections: 5.1 Section One: Transmittal Letter and Offer A dated letter of transmittal on the Vendor s letterhead must be in each submittal and include, but need not be limited to, the following information: 5.1.1 Offer Period Statement of proposal must be valid for 180 days. 5.1.2 Signature The signature of a person authorized to legally bind the Vendor to the extent of a potential contract agreement with the City. 5.1.3 Identify Materials Identification of all material enclosures submitted in response to the RFP. 5.1.4 Contact Information The name, e-mail address, street address, and telephone number of the individuals to which inquiries relating to this RFP should be directed. 5.2 Section Two: Competence Vendor shall demonstrate through its background and qualifications that it is capable of providing the services described in this RFP by submitting the following information in its response: 5.2.1 Company History/Facts Vendor should give a brief summary of the company s background. Please use this section to include any pertinent facts not otherwise requested. Page 8 of 12

5.2.2 Primary business focus Please include industries served and NAICS codes if applicable. 5.2.3 Qualifications A brief descriptive statement indicating the Vendor s qualifications to deliver the services requested in this RFP. 5.2.4 Organization size Provide a description of the Vendor s organization's size, longevity, and clients. 5.2.5 Related experience Provide information about the Vendor s experience providing project management, change management and Microsoft Project Server 2013 implementation. Successful vendor must have completed at least three (3) similar engagements in the past three years. 5.2.6 Project staff information Vendors must propose specific staff to deliver the services requested in this RFP. For each staff person proposed, a resume must be included documenting education and experience. 5.3 Section Three: Quality and Feasibility 5.3.1 Proposed Services and Deliverables Proposals should include a proposed Statement of Work, with a description of the specific services to be delivered, and a description describing how the approach proposed supports the Key Success Measures above. Descriptions of services and deliverables should use samples as required in section 3.2.4. 5.3.2 Service Delivery Plan Explain your service delivery plan and provide an example project schedule with timelines (assuming the start date listed in section 4.3), milestones, and deliverables. Identify all necessary resources, both vendor-provided and City-provided to successfully produce the deliverables within the timeline proposed. Of particular interest is the amount of City-provided project team time you will need in order to gather requirements, for training and for any other required tasks. Proposals that fail to include a fully resourced example project plan with timelines will be considered non-responsive. 5.4 Section Four: Ability Vendor must demonstrate the ability to complete the project as planned and on schedule. 5.4.1 Workload Vendor shall provide a calendar covering the proposed service delivery time frame indicating periods when the vendor has the resources available to work on the project, and periods when the vendor will not be available to work on the project. Previous commitments do not need to be disclosed specifically, but should be blocked out on the calendar. Preferred times to commence work on the project should be indicated. 5.4.2 Financial Responsibility Vendor shall provide documentation of financial responsibility, financial stability, and sufficient financial resources to provide the scope of services to the City in the volume projected and within the time frames required. This documentation may take the form of: a letter of credit or reference from a bank Page 9 of 12

or other financial institution; an insurance policy or bond; audited cash flow and balance sheet statements; or a satisfactory credit rating from a reputable credit rating agency. 5.5 Section Five: Past Performance Vendor must be able to demonstrate experience appropriate to the subject of this RFP, by submitting the contact information of three (3) Professional Reference(s). The reference contact information shall include the name, e-mail address, street address, telephone number, fax number, and a description of the contract amount, type of service, software product, and service that was provided. 5.6 Section Six: Cost & Payment Terms 5.6.1 Cost Proposals must identify estimated hours of service to be delivered by each of the staff persons proposed in section 5.2.7, associated hourly rates, and total costs. As described in section 3.1.2, hourly rates must be inclusive of all costs, including travel costs. Proposals identifying separate travel and other out-ofpocket costs will be considered non-responsive. Such costs should be recovered through the hourly rates proposed. 5.6.2 Payment Terms The City prefers a proposed project payment schedule based on milestone and deliverable achievement. Proposals must include an estimated project payment schedule based on the deliverables and/or milestones outlined in section 5.3.2. The City s standard terms are Net 30 days, but will consider early payment incentives as part of its evaluation. Payment terms that include late payment penalties are not acceptable. 6 EVALUATION CRITERIA AND PROCESS Proposal responses shall be reviewed, judged, scored, and ranked by an evaluation committee consisting of managers in the Department of Technology. Evaluation will be a multi-step process consisting first of a complete proposal submission by Vendor prior to the RFP deadline, a review of the proposals by the City evaluation committee, and then two (2) or more of the highest rated Vendors may be selected with which to hold additional discussions. 6.1 Step One of Evaluation Evaluation Committee will study the proposals and rate them according to the following: 6.1.1 Vendor s Competence (Section 5.2) - 25 points total this section To receive points on this criterion, proposals must document completion of three (3) similar projects in the past three years. Up to ten (10) points will be awarded based on the vendor s background and qualifications as described in the proposal. Higher points will be given to respondents demonstrating competence to perform the required service as indicated by its background and qualifications. Up to five (15) points will be awarded based on the qualifications and experience of proposed project staff. Particular focus will be paid to the work experience and any certifications of personnel to be assigned by the vendor to this project, in performing similar projects. Higher points will also be awarded to vendors who can guarantee that equivalent staff will be made available in the event that proposed staff are no longer available. Page 10 of 12

6.1.2 Quality and Feasibility (Section 5.3) 25 points total this section A maximum of fifteen (15) points will be awarded based on the demonstrated understanding of the services needed and deliverables required (section 5.3.1). Higher points will be awarded to proposals that include quality samples of proposed deliverables, based on the judgment of the evaluation committee. A maximum of ten (10) points will be awarded based on the quality and feasibility of the proposed service plan described in section 5.3.2. Higher points will be awarded to proposals that provide deliverables sooner, and clearly identify needed City employee hours and other resources necessary for successful delivery. 6.1.3 Ability (Section 5.4) 10 points this section Higher points will be awarded to proposals demonstrating that personnel can be made available to meet the City s needs at the time services are needed (section 5.4.1). Higher points will be awarded to proposals by vendors with demonstrated financial stability (section 5.4.2). 6.1.4 Past Performance (section 5.5) 25 points this section To receive points on this criterion, proposals must include contact information for at least three (3) professional references, as described in section 5.5. At least one professional reference will be contacted to evaluate such factors as quality of work, success in controlling costs, and success in meeting deadlines (vendors selected for step two evaluations will have all professional references contacted). Up to twenty-five (25) points will be awarded to vendors with a proven track record of success in providing quality services on projects of a similar size and complexity. 6.1.5 Cost & Payment Terms (section 5.6) 15 points this section Ten (10) points will be awarded to the lowest cost proposal that fully addresses the requirements as set forth in this document. Other proposals will be awarded proportionately fewer points. The highest cost proposal will be awarded the fewest points. The remaining five (5) points will be awarded based on the reasonability of proposed payment terms. Higher points will be awarded to proposals that closely tie payments to completion of project deliverables, as described in section 5.6.2. 6.2 Step Two of Evaluation Process Two (2) or more of the highest rated vendors may be selected for holding additional discussions to elaborate upon their qualifications and proposals in follow up interviews with the evaluation committee. 6.2.1 Revisions The committee may permit revisions of proposals so long as all vendors who are selected for additional discussions are given equal opportunity to revise their proposals. 6.2.2 References/Past performance All professional references will be contacted to evaluate such factors as quality of work, success in controlling costs, and success in meeting deadlines. 6.2.3 Award Vendors selected for this phase will be re-evaluated using the same criteria outlined in section 6.1, incorporating additional information obtained in the second round of evaluation. Based on the scoring criteria outlined in this RFP, the evaluation committee will recommend an award to the Director of the Page 11 of 12

Department of Technology. With the Director s concurrence, City Council may approve the final award through an authorizing ordinance. Page 12 of 12