REQUEST FOR PROPOSALS



Similar documents
Borough of Jamesburg

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

OSWEGO COUNTY PURCHASING DEPARTMENT

1. Provide advice and opinions regarding workers compensation issues, as needed;

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

CITY OF TULSA FINANCE DEPARTMENT. PROFESSIONAL SERVICES FOR Loyalty Rewards Card Program

Robla School District

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

DUE DATE: August 23, :00 p.m.

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

REQUEST FOR PROPOSAL

BOROUGH OF KENILWORTH

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

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

COUNTY OF UNION, NEW JERSEY

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

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

City of Powell Request for Proposals for a Total Compensation Survey

How To Write A Pnetration Testing Rfp

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Center Unified School District

PUTNAM CITY SCHOOLS CAMPUS POLICE DEPARTMENT REQUEST FOR QUOTE FOR ARMED SECURITY GUARDS SCHOOL YEAR

REQUEST FOR PROPOSAL RFP GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Request for Proposal Hewlett Packard Network Switches and Peripherals

APPALCART REQUEST FOR PROPOSAL

INVITATION TO BID EOE

Information Concerning Specifications: Contact: Torri Martin (770)

TOWNSHIP OF BERKELEY HEIGHTS

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

REQUEST FOR QUOTES (RFQ)

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

Independent School District #29 of Cleveland County, OK d/b/a Norman Public Schools Request for Proposal # Cellular Services

Time and Attendance System Request for Proposal

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK (CMAR)

Small Public Work Contract

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Due Date: Tuesday September 8, 2:00 pm

THE RETIREMENT SYSTEMS OF ALABAMA

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

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY Tara Rowley, RMC Municipal Clerk

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

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

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

How To Build A Data Backup System In Town Of Trumbull

Tulsa Community College

REQUEST FOR PROPOSAL FOR SECURITY CAMERA SYSTEM AT CONWAY LAW ENFORCEMENT CENTER CONWAY, SC 29526

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

Township of Manalapan, Monmouth County

NORTHERN VALLEY REGIONAL HIGH SCHOOL DISTRICT 162 KNICKERBOCKER ROAD DEMAREST, NJ BROKER FOR SCHOOLS PROPERTY & CASUALTY INSURANCE PROGRAM

THE OKLAHOMA PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS FOR REAL ESTATE PROPERTY MANAGEMENT SERVICES #

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

General Proposed application must meet or exceed the technical requirements listed below.

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

CARMEL UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSALS - VOIP SYSTEMS

Invitation for Bid Sewer Repair Project

REQUEST FOR PROPOSALS HIGHLAND PARK HOUSING AUTHORITY INSTALLATION AND MONITORING OF A WIRELESS MEDICAL ALERT SYSTEM

REQUEST FOR PROPOSAL

CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS QUOTE #

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

TOWNSHIP OF BERKELEY 627 PINEWALD KESWICK ROAD P.O. BOX B BAYVILLE, NJ (732) (732) (FAX) REQUEST FOR PROPOSAL REBID FOR

INSTRUCTIONS TO BIDDERS

LIVINGSTON COUNTY MICHIGAN

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

All necessary documents can be downloaded from the official Guttenberg website,

CITY OF SHORELINE REQUEST FOR PROPOSAL RFP SharePoint Consulting Submit No Later Than February 11, :00 p.m. Exactly Pacific Local Time

CITY OF JERSEY CITY REQUEST FOR QUALIFICATIONS BOND COUNSEL SERVICES. Contract Term: September 10, 2015 September 9, 2016 SUBMISSION DEADLINE

THE TOWN OF NORTH SMITHFIELD

REQUEST FOR PROPOSALS

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

The CITY OF BAYONNE is soliciting responses/proposals to the City's RFQ/RFP for the provision of the following professional services:

RFP Name: Mobile Broadband for Apple ipad 3G

Transcription:

REQUEST FOR PROPOSALS THE CITY OF ARDMORE FEDERAL ID # 736005072 Sealed proposals will be received by the City of Ardmore, Oklahoma hereinafter referred as the City, for a qualified Contractor(s) to furnish an Employee Timekeeping and Attendance System, through 3:00 P.M. on Wednesday, March 18, 2015. The proposals will be opened and tabulated in the Purchasing Dept., City Hall, at that time. Proposals will be delivered to Kristi McElroy, Purchasing Coordinator in the Purchasing Department, 23 South Washington, or mailed to P.O. Box 249, Ardmore, OK 73402. Proposals are tentatively scheduled for consideration by the City Commission on Monday, April 6, 2015 at 7:00 P.M. in the City Commission Chambers on the third floor of City Hall. No proposal may be withdrawn for at least sixty (60) days after the scheduled closing time of receipt of the proposals. The City of Ardmore reserves the right to change dates the proposal will be considered, reject any or all proposals, waive all formalities and to accept that deemed most advantageous for value received. Kristi McElroy, Purchasing Coordinator Published in The Daily Ardmoreite: Sunday, February 22, 2015 Sunday, March 1, 2015

Organization of Request for Proposal RFP) Page No. Part 1 - Purpose 2 Part 2 - Award 2 Part 3 - RFP Organization Submittal 2-3 Part 4 - Terms & Conditions 3-4 Part 5 - RFP Status 4-5 Part 6 - Non-Collusion Affidavit 6 Part 7 - Business Relationship Affidavit 7 Part 8 Work Status Eligibility Affidavit 8 Part 9 - Notice of Award 9 Part 10 - Notice to Proceed 10 Part 11 Specifications 11-13 Part 12 Proposal 14 Part 13 Project Reference Sheet 15 Purpose: Through a formal Request for Proposal (RFP) process, the intent is to enter into a written contract with the lowest most responsible contractor for a qualified Contractor(s) to furnish an Employee Timekeeping and Attendance System for the Human Resources department of the City. Award: 2.1 The City reserve the right to change dates the proposal will be considered, reject any or all proposals, waive all formalities, to negotiate contract terms with the successful contractor and to accept that deemed most advantageous for value received. 2.2 The City will review responses to the RFP. The vendor meeting the minimum specifications with the lowest, most responsible proposal shall be recommended to the City of Ardmore Commission for approval. 2.3 Discrepancies between the indicated sum of any column of figures and the correct sum thereof shall be resolved in favor of the correct sum. Request for Proposal Organization/Submittal: 3.1 One (1) original and One (1) unbound copies for a total of two (2) proposals shall be submitted in a sealed envelope addressed to or hand delivered no later than the closing date and time to the following location: Kristi McElroy, Purchasing Coordinator P.O. Box 249 23 South Washington Ardmore, Oklahoma 73402 3.2 All proposals shall be in the office of the Purchasing Coordinator for the City of Ardmore before the FINAL CLOSING DATE AND HOUR as shown in this Request for Proposal. Proposals received after the time set for receipt of proposals SHALL NOT BE CONSIDERED. 3.3 All proposals shall be submitted on the form provided and placed in a sealed envelope, plainly marked with proposal number 15-201, Timekeeping and Attendance System, and shall bear on the outside the vendor s name and address. When submitting more than one (1) proposal, they shall be in separate envelopes. All cost associated with responding to this RFP shall be borne by the contractor. 3.4 Proposals shall be original and hard copy. Facsimile proposals shall not be accepted. Proposal shall be filled out in ink or typewritten. Initial any all corrections. 3.5 Failure to provide required data or failure to complete the RFP form(s) may be grounds for rejection. 2

3.6 All proposals shall be signed and the non-collusion, business relationship and work status eligibility affidavits executed and notarized upon the submission of the RFP. 3.7 Inquiries: Inquiries regarding specifications shall be submitted in writing only by e-mail, mail or fax to: City of Ardmore, Attn: Kristi McElroy, P.O. Box 249, Ardmore, OK 73402, Fax: (580)221-2563, kmcelroy@ardmorecity.org Any interpretations, corrections and changes to this proposal and specifications or extensions to the opening date will be made by addenda. Sole issuing authority of addenda shall be vested in the Purchasing Coordinator. Addenda will be mailed to all who are known to have received a copy of this proposal. Contractors shall acknowledge receipt of all addenda on the proposal sheet. Written requests for interpretation shall be received no later than 4:30 p.m., Tuesday, March 10, 2015. Answers to all questions will be forwarded to all prospective contractors no later than 4:30 p.m., Wednesday, March 11, 2015. 3.8 Schedule of Events: Proposal Issued Friday, February 20, 2015 Inquiry Due Tuesday, March 10, 2015 Addenda/Responses to Inquiries Issued Wednesday, March 11, 2015 Proposal(s) Due Wednesday, March 18, 2015 Anticipated Date of Award April 6, 2015 Terms & Conditions: 4.1 Proposals must comply with all federal, state, county, and local laws and regulations concerning this type of material/item/service. 4.2 Conflict of Interest: In the event there is a potential or actual conflict of interest, the vendor shall provide full disclosure to the City of Ardmore. The City shall determine if the conflict, whether potential or actual, is material. 4.3 Choice of Law and Venue: The resulting contract shall be construed under the laws of the State of Oklahoma and venue in any action and/or litigation commenced to enforce the contract shall be instituted in the appropriate courts in Carter County, in the State of Oklahoma. 4.4 Successful contractor shall defend, indemnify, and save harmless the City and all of their officers, agents and employees from all suits, actions, or other claims of any character, name and description brought for or on account of any injuries or damages received or sustained by any person, persons, or property on account of any negligent act or fault of the successful contractor, or of any agent, employee, subcontractor or supplier in the execution of, or performance under, any contract which may result from proposal award. Successful contractor shall pay any judgment with cost which may be obtained against City growing out of such injury or damages. 4.5 Any variations or exceptions to the specifications must be stated by the contractor. All proposals must meet minimum standards. 4.6 All materials/supplies/items must be new and unused, unless otherwise specified, in first-class condition, and of current/latest manufactured make and model, if applicable. 4.7 Each contractor must provide one copy of the manufacturer's specifications and warranty, if applicable. 4.8 Design, strength, quality of materials, and workmanship must conform to the highest standards of manufacturing and engineering practice. 4.9 Warranty: Successful contractor shall warrant that all materials shall conform to the proposed specifications and/or manufacturer s warranty and be free from all defects in material, workmanship and title. 4.10 Material/Item/Service proposals shall be subject to the City s approval. Materials/Supplies/Items found defective or not meeting specifications shall be picked up by the vendor within one (1) week after notification at no expense to the City. If materials are not picked up within one (1) week after notification, or as agreed, the materials will become a donation to the City for disposition. 3

4.11 Samples: If requested, samples shall be furnished free of expense to the City and shall be returned to the vendor, at vendor s expense. 4.12 Exceptions/Substitutions: All proposals must meet minimum specifications to be considered for award. Vendors contracting substitutions shall state these exceptions by attachment, as part of the proposal. The absence of exceptions shall indicate that the contractor has not taken exceptions and shall hold the contractor responsible to perform in strict accordance with the specifications of the proposal. 4.13 Descriptions: Any reference to model and/or make/manufacturer used in proposal specifications is descriptive, not restrictive. It is used to indicate the type and quality desired. Proposals on materials/items/services of like nature and quality will be considered. 4.14 Silence of Specification: The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 4.15 Minimum Standards for Responsible Prospective Contractors: A prospective contractor must affirmatively demonstrate contractor's responsibility, and shall meet the following requirements: 4.15.1 Have adequate financial resources, or the ability to obtain such resources as required; 4.15.2 Ability to comply with the required or proposed delivery schedule; 4.15.3 Have a satisfactory record of performance; 4.15.4 Have a satisfactory record of integrity and ethics; 4.15.5 Be otherwise qualified and eligible to receive an award. The City may request representation and/or other information sufficient to determine contractor's ability to meet these minimum standards listed above. 4.16 References: The City may request a list of at least three (3) references where like materials/items/services have been supplied. 4.17 Delivery: All proposals are F.O.B. Ardmore, Oklahoma. 4.18 Delivery Time: Proposals shall show number of days required to place materials/items/services at the City's designated location or to complete services. Failure to state delivery time may cause proposal to be rejected. Successful contractor shall notify the Purchasing Department immediately if delivery schedule cannot be met. If delay is foreseen, successful contractor shall give written notice to the Purchasing Coordinator. The City has the right to extend delivery time if reason appears valid. Successful contractor must keep the Purchasing Department advised at all times of the status of the order. RFP Status 5.1 City of Ardmore Rights: 5.1.1 The City of Ardmore and its designees reserve the right to determine whether a proposal is responsive in compliance with the specifications. 5.1.2 The City reserves the right to reject proposals when procedures stated within are not followed. 5.2 Effective Period: Proposals submitted shall remain in effect for a period of sixty (60) days after closing date. 5.3 Withdrawal of Proposal: Proposals may be withdrawn any time prior to the closing date, however, the City reserves the right to withdraw vendor(s) from future proposals/proposals who have withdrawn a proposal after the closing date and prior to the effective period of the RFP without the City s approval. 5.4 Changes: It shall be the contractor s responsibility to bring to the attention of the City any discrepancies in, omissions from, or errors in the documents, or enhancements which would be in the best interest of the City, or if they are in doubt as to the meaning of any part of this RFP. 4

5.5 Examinations: Before submitting a proposal, the contractor shall thoroughly examine the RFP and otherwise be fully informed as to all existing conditions and limitations. 5.6 Modifications of RFP: Oral modifications will not be considered. Any contractor may modify their proposal before closing. Only modifications received in sealed envelopes with the RFP number, item description and closing date clearly marked on outside shall be accepted. Written confirmation must be received under the same signature as prior submitted proposal. All modifications are to be clearly numbered and dated as to determine the final one. 5.7 Sales Tax Exemption: All proposals shall be submitted excluding Federal Excise Tax and Oklahoma State Tax. The City of Ardmore is exempt from Federal Excise Tax and Oklahoma State Tax by state statute. When proof of a tax exempt status is required, a notation should be made on the proposal and an exemption letter shall be furnished. Proposal tabulation may be requested by sending a self-addressed stamped envelope along with vendor s proposal. Requested tabulation will be mailed after proposal opening. If you have questions concerning the specifications for the Timekeeping and Attendance System, please contact Mr. Kevin Boatright, Assistant City Manager, at (580) 221-2529, between the hours of 8:00 a.m. and 4:00 p.m., Monday-Friday. If you have questions concerning the proposal process, please contact Kristi McElroy, Purchasing Coordinator, at (580) 221-2548, between the hours of 7:30 a.m. and 4:30 p.m., Monday-Friday. Equal Employment Opportunity Plan Statement: It is the continuing policy of the City, Oklahoma to employ, retain, promote, terminate, and otherwise treat all employees and job applicants on the basis of merit, qualifications and competence. This policy shall be applied without regard to any individual s sex, race, color, ancestry, religious creed, national origin, pregnancy, childbirth or related medical condition, age, marital status, disability, or any other legally protected status, so long as bona fide occupational qualifications are met. The City recognizes that its commitment to equal employment opportunity entails the responsibility to ensure that every reasonable effort is made to obtain a proportional representation of minorities, women and the disabled among City employees by taking affirmative action to increase the representation of minorities, women and the disabled in the City work force as appropriate. The City is an Equal Opportunity Employer. 5

NON-COLLUSION AFFIDAVIT The following affidavit is submitted by contractor as a part of this proposal and proposal: STATE OF ) OUNTY OF ) ) The undersigned deponent, of lawful age, being duly sworn, upon his oath, deposes and says: That he has lawful authority to execute the within and foregoing proposal; that he has executed the same by subscribing his name hereto under oath for and on behalf of said contractor; that contractor has not, directly or indirectly, entered into an agreement, expressed or implied, with any contractor or contractors, having for its object controlling of the price or amount of such proposal or proposals, the limiting of the proposals or the contractors, the parceling or farming out to any contractor or contractors or other persons of any part of the contract or any part of the subject matter of the proposal or proposals or of the profits thereof, and that he has not and will not divulge the sealed proposal to any person whomsoever, except those having a partnership or other financial interest with him in said proposal or proposals, until after the said sealed proposal or proposals are opened. Deponent further states that the contractor has not been a party to any collusion among contractors or prospective contractors in restraint of freedom of competition by agreement to proposal at a fixed price, or to refrain from contracting; or with any City official or employee as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussions between contractors and any City official concerning exchange of money or other thing of value for special consideration in the letting of a contract; that the contractor has not paid, given or donated or agreed to pay, give or donate to any officer of the City any money or other thing of value, either directly or indirectly, in the procuring of the award of contract pursuant to this proposal. NON-KICKBACK AFFIDAVIT The undersigned person, of lawful age, being dly sworn, on oath, says this invoice is true and correct and that he/she is authorized to submit the invoice pursuant to a contract or purchase order. Affidavit further states the (work, services, or materials) as shown by the invoice have been (completed or supplied) in accordance with the plans, specifications, orders, requests, or contract furnished or executed by the affidavit. Affidavit further states that he/she has made no payment directly or indirectly to any elected official, officer, or employee of the (county, municipality, or school district) or money or any other thing of value to obtain payment of the invoice to procure the contract or purchase order pursuant to which an invoice is submitted. Name of Contractor Signature of Contractor Title Subscribed and sworn before me, this day of,20. Notary Public My Commission Expires Note: This affidavit shall be executed and submitted with proposal. 6

STATE OF ) COUNTY OF ) BUSINESS RELATIONSHIPS AFFIDAVIT If none of the business relationships mentioned exists, affidavit should so state NONE. ), of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the Contractor to submit the attached proposal. Affidavit further states that the nature of any partnership, joint venture, or other business relationship presently in effect or which existed within one (1) year prior to the date of this statement with the City, architect, engineer, or other party to the project is as follows: Affidavit further states that any such business relationship presently in effect or which existed within one (1) year prior to the date of this statement between any officer or director of the contracting company and any officer or director of the City, architectural or engineering firm or other party to the project is as follows: Affidavit further states that the names of all persons having any such business relationships and the positions they hold with their respective companies or firms are as follows: (If none of the business relationships herein above mentioned exist, affidavit should so state) Name of Contractor Signature of Contractor Title Subscribed and sworn before me, this day of,20. Notary Public My Commission Expires Note: This affidavit shall be executed and submitted with proposal. 7

AFFIDAVIT OF WORK STATUS ELIGIBILITY The following affidavit is submitted by Contractor as a part of this proposal: STATE OF ) COUNTY OF ) ) I,, (print name) as the agent of (print company or business name) located at (address) do hereby swear and affirm that I have verified the legal work status of all the employees who will work on this contract, with the City of Ardmore, Oklahoma, through the federal E-Verify program. I also affirm that all the current and future employees who work under this contract for the City are legally eligible to work in the United States (as defined by the United States Department of Homeland Security). (print deponent s full name), being first duly sworn on oath according to law, deposes and says that he/she has read the foregoing AFFIDAVIT OF WORK STATUS ELIGIBILITY by his/her subscribed and that the matters stated herein are true to the best of his/her information, knowledge and belief. Deponent s Signature Deponent s Printed Name SUBSCRIBED AND SWORN to before me this day of, 2015. Notary Public My Commission Expires Note: This affidavit shall be executed and submitted with proposal. 8

NOTICE OF AWARD Date: To: The City of Ardmore has considered the Proposal 15-201 submitted by in response to its Invitation for Proposal dated March 16, 2015. is hereby notified that your Proposal has been accepted for a timekeeping and attendance system, for the City of Ardmore, Ardmore, Oklahoma, in the amount of $. is required by the Request for Proposal to execute the Agreement and Certificates of Insurance and Oklahoma Worker s Compensation within ten (10) calendar days from the date of this Notice. If you fail to execute said Agreement and to furnish said Certificates of Insurance within ten (10) calendar days from the date of this Notice, the City of Ardmore will be entitled to consider all your rights arising out of the City of Ardmore s acceptance of Proposal. The City of Ardmore shall be entitled to such other rights as may be granted by law. is required to return an acknowledged copy of this Notice of Award to the City of Ardmore. DATED THIS day of, 20. City of Ardmore (Owner) By: Kristine L. McElroy Purchasing Coordinator ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this day of, 2015. (Contractor) By: Title: 9

NOTICE TO PROCEED Date: To: Project Description: Furnish an Employee Timekeeping and Attendance System, for the City of Ardmore, per the minimum specifications of proposal number 15-201and under the direction of Mr. Kevin Boatright, Assistant City Manager. The City of Ardmore have considered the proposal (15-201 ) submitted by for the above described work in response to its Request for Proposal dated February 9, 2015. is hereby notified to commence work in accordance with the Agreement dated, 20. The date of completion of all work is therefore, 2015. DATED THIS day of, 20. City of Ardmore (Owner) By: Kristine L. McElroy Purchasing Coordinator ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of, 2015. (Contractor) By: Title: 10

MINIMUM SPECIFICATIONS Timekeeping and Attendance System A: The Scope The City of Ardmore, Oklahoma, invites qualified vendors to submit responses to its Request for Proposal (RFP) to furnish an Employee Time and Attendance System. Proposals are to include: 1) Pricing for a one time purchase of a turn key software and hardware package; and 2) pricing for a renewable maintenance, support and upgrade contract. At a minimum, a vendor should have been in business as a provider of an automated employee time and attendance system for a minimum of seven years, and meet other requirements explained below. This Request for Proposals (RFP) is part of a procurement process that helps us serve the City of Ardmore s best interests. It provides a formal and unrestrictive opportunity for the City to consider the services of responding vendors. The process being used in this case should not be confused with the process of competitive sealed bidding. The latter process is usually used where the goods and services being procured can be precisely described and price is generally the determining factor. With a Request for Proposal and competitive negotiation, price is not required to be the determining factor, although it may be, and the City of Ardmore has the flexibility to negotiate with one or more vendors to arrive at a mutually beneficial relationship. Questions about this process or the requirements must be in writing and forwarded to Purchasing Coordinator Kristi McElroy via telephone at 580-221-2548 or e-mail to kmcelroy@ardmorecity.org. This RFP is broken into specific sections, which set out various requirements and itemized needs to be addressed by the vendor in its proposal. The specific sections are: I. Preface II. Background Information III. Formal Submission Instructions IV. Format of the Submitted Proposal V. The Cost Proposal VI. Evaluation Criteria VII. Terms and Conditions of the Proposed Contract I. Preface The City of Ardmore is seeking to convert its existing paper form based system of collecting payroll information on time worked and approval of the time submitted to an electronic system. The system shall allow for different methods of collecting time worked information that the organization can implement as it deems necessary including desktop computer entry and biometric time clock. The system shall provide for electronic approvals and interface with (to and from) the existing payroll system, Incode software. The City of Ardmore will hold the selected vendor responsible for supplying the employee time and attendance software, hardware and for developing interfaces with the IT Department. However, the City will provide all computer hardware and hosting services for the employee time and attendance system. The City is not responsible for any cost a vendor incurs in responding to this RFP. II. Background Information The City employs approximately 350 full-time and part-time employees, if licensing is required. Fifty (50) employees would need supervisor level licensing, three (3) administrative level for a total of, 403 licenses. Employees are paid on a bi-weekly basis, and are considered either hourly or salaried. Several different work schedules (5/8, 24/48, rotating, and as needed) are utilized depending on the department. Overtime is accrued in accordance the Fair Labor Standards Act, including the higher thresholds permitted for public safety employees, and as otherwise permitted through City policy 11

(e.g. holidays, sick leave, annual leave, and jury duty leave are treated as hours worked). Employees report to work at 13 facilities scattered throughout the City or upon otherwise going into service (e.g. on-call response from home). Estimates for types of timekeeping technology include nine (9) facilities with time clocks, two (2) facilities with computers and two (2) facilities with phones. The City of Ardmore has a unified voice and data network running to most, but not all, City facilities. External access is firewalled with multiple providers to provide failover. The network is built using VLAN architecture. The City deploys a network with 10/100/1000 to the desktop. The City has standardized its servers with Microsoft Windows 2012 Server & 2008 running in a virtualized environment (vmware). Access by users to network services is managed via Active Directory. Standard network services for Email and Database are run with Microsoft Exchange 2013 Server & Microsoft SQL Server 2008. Financial software is provided through Incode by Tyler Technologies. Clients have been standardized with Windows 7 as the OS & Office 2010 as the productivity suite. III. Formal Submission Instructions Envelopes must be clearly marked on the outside as RFP 15-201 Employee Time and Attendance Proposal. Contractors may submit multiple proposals, each shall be in separate, sealed envelopes. Mail two (2) copies of each proposal to: Ms. Kristi McElroy Purchasing Director City of Ardmore Purchasing Department P.O. Box 249 Ardmore, OK 73402 Telephone: (580) 221-2548 Fax: (580) 221-2563 Proposals are to be received no later than 3:00 P.M. Central Standard Time, Monday, March 16, 2015. IV. Format of the Submitted Proposal The proposal will address your proposed technical approach to furnishing an Employee Time and Attendance system to the City of Ardmore and will address all informational, functional and general requirements of the RFP document. The proposal shall also include an itemized cost proposal for the scope of the services and deliverables required by this RFP. At a minimum, the cost proposal will include itemized cost data for employee time and attendance software, computer software license, installation, consulting, development, documentation, training, services, and time capturing devices. V. The Cost Proposal All costs must be included in your response. 1. A description of the services offered by the firm and the billing rates for these services in accordance with the requested services as described. a. A description of the cost of the software itself. b. A description of the travel schedule and associated travel, lodging, meal, or per diem expenses for any of the firm's staff who will spend time working in Ardmore. c. A description of the training expenses to be held at the City of Ardmore. 12

d. State the cost of any specialized equipment called for in the proposal and the length of time of any warranty on the equipment. Separately state the cost per year of extending the original warranty. DO NOT include the cost of basic, commodity PC workstations or servers. You should assume that these workstations or servers are already in place, or will be provided by the City. Assume 11 standard time capturing devices. Pricing for optional time capturing devices may be included provided the options are clearly marked. e. Separately state any installation costs associated with specialized equipment. f. Identify whether installation by the City of Ardmore is allowed (will self installation void a warranty, state, if so). g. It is anticipated that some proposals will be based on subcontractors. All subcontractors must be approved by the City of Ardmore. Please include the names and addresses of any subcontractors and the portion of your proposal to be assigned to them as part of your cost proposal. (e.g. Training will be performed by xxxx. Time clocks will be acquired through yyyy.) h. A description of any licensing, maintenance, and support fees associated with any software employed in the proposed applications. These fees should be listed as follows: 1. Fees for the first year. 2. Total fees for a 3-year period. Include a list of items included in the maintenance agreement. Any additional costs or constraints on the proposed licenses should be clearly stated. Detail any costs not included in proposal above. Summarize and total costs as follows: 1. Total costs for the first year. This is to include all original one-time costs as well as the first year costs of any ongoing annual costs. 2. Total costs for a 3-year period. This is to include all original onetime costs as well as ongoing annual costs. If there are any ongoing annual costs, describe those costs entirely. VI. Evaluation Criteria After reviewing all submitted proposals, the selection committee, at its option, will consider scheduling your firm for an interview and oral presentation. Information derived from written responses and oral interviews shall be confidential, except as required to be public information pursuant to state or local law. The evaluation of the technical proposals will be made on the basis of the aforementioned requested information, but not necessarily limited thereto. If an acceptable contract cannot be consummated, negotiations will be terminated and the City of Ardmore will proceed with the second-ranked firm. The City of Ardmore reserves the sole right to review the Technical and Cost Proposals submitted, waive any irregularities therein, to select or reject any or all firms that submitted proposals, should it be determined for its best interest. 13

PROPOSAL Please direct comments, questions, and any request for information regarding the request for proposal to: Kristi McElroy, Purchasing Coordinator, City of Ardmore P.O. Box 249 Ardmore, OK 73402 Telephone: (580) 221-2548 E-mail: kmcelroy@ardmorecity.org Fax: (580) 221-2563 Affidavits Enclosed? Exceptions Attached? Yes No Yes No Does Proposal meet all minimum specifications? Original and One (1) Copy of Proposal Enclosed? Yes No Yes No By signing below I agree and will adhere to the specifications and contract: Name of Firm: Address: City: State: Zip: Telephone: Fax: Toll Free Phone No. E-Mail Address: Name of Representative (Print or Type) Signature and Title Date NOTE: Proposals received more than ninety six (96) hours, excluding weekends and holidays, before the time set for opening of proposals, as well as proposals received after the time set for opening of proposals, including those resulting from late delivery of a courier service, will not be considered and will be returned unopened. This office has observed that some courier services are unable to deliver proposals before the opening. Please verify, with your courier, delivery times for the Ardmore area. 14

PROJECT REFERENCE INFORMATION Contractor shall provide a list of project references of similar projects completed within the past three years, minimum of three (3). Project Reference Contact Name: Company: Address: Telephone: Email: Fax: Project Reference Contact Name: Company: Address: Telephone: Email: Fax: Project Reference Contact Name: Company: Address: Telephone: Email: Fax: 15