Loading...
HomeMy WebLinkAboutRFP - P1047 JD EDWARDS REMOTE CNC SUPPORT (3)Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com REQUEST FOR PROPOSAL P1047 JD Edwards Remote CNC Support The City of Fort Collins wants to create a partnership with a qualified company to provide Oracle JD Edwards EnterpriseOne remote CNC (Configurable Network Computing) support. This partnership will augment and work in conjunction with the City’s current staff. The vision of this partnership is to have an experienced and capable organization assist with the on-going maintenance and support of EnterpriseOne. The selected firm must be a JDE/Oracle Business Partner. Written proposals, four (4) will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 3:00 p.m. (our clock), October 13, 2006. Proposal No. P1047. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Questions concerning the scope of the project should be directed to Project Manager Michelle McDonough (970) 221-6369. Questions regarding proposals submittal or process should be directed to Ed Bonnette CPPB, C.P.M. Buyer (970) 416-2247. A copy of the Proposal may be obtained as follows: 1. Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.jsp 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the RFP. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision- making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management Request for Proposal P1047 JD Edwards Remote CNC Support GENERAL DESCRIPTION The City of Fort Collins wants to create a partnership with a qualified company to provide Oracle JD Edwards EnterpriseOne remote CNC (Configurable Network Computing) support. This partnership will augment and work in conjunction with the City’s current staff. The vision of this partnership is to have an experienced and capable organization assist with the on-going maintenance and support of EnterpriseOne. The selected firm must be a JDE/Oracle Business Partner. BACKGROUND The City of Fort Collins Management Information Services (MIS) Department is looking to outsource JD Edwards CNC Support duties previously handled by a full-time employee that has left the organization. Budgetary Constraints are such that the City would like to award an annual Contract not to exceed $50,000/year to a firm that can submit a successful proposal for Remote Configurable Network Computing (CNC). The City is looking for creative proposals for flexible Pricing Models that can provide the necessary project requirements underneath the “salary cap”. Incentives to the interested Proposer are the possibility of additional work with the City as a result of this partnership arrangement and the resulting renewable Professional Services Agreement. In addition, The City of Fort Collins allows other Public Agencies the opportunity to purchase off the Award for this Bid, at the option of the Awarded Vendor. Other public agencies that are members of the Colorado Multiple Assembly of Procurement Officials (MAPO) cooperative purchasing group that are JD Edwards users and have indicated a desire to participate in any resulting awards as a potential cooperative user include: Jefferson County PROPOSAL SUBMITTAL The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. Firms submitting proposals shall submit four (4) copies of the proposal with the following information: • Attach a brief history of your firm’s experience in this type of business, including name, location, and resume(s) of key person(s) who will be directly involved with this contract. Please include a summary of your firm’s experience in JDE Consulting and Remote Support, in particular. • Please provide 3 municipal/public sector references (including contact information – Company Name, Address, Company Representative, Phone #) that used your company for remote CNC services in a contract of a year or more in the last 2 years. • Pricing Options: Preference will be given to proposals offering pricing under $50,000/year. Preference will also be given to proposals that provide a flexible pricing structure that enables the City to fit the most service value under the $50,000 annual project budget. Possible pricing options include: 1) One time system audit and documentation costs 2) Package • Flat number of hours per month/year. 3) Services • Hourly rate with a fixed number of hours per month. Does hourly rate change based on the service required? • Hourly rate with a fixed number of hours per year • Hourly rate with no fixed level • Monthly “Cell-Phone Type” Rollover Hours Plan; to address the issue that some months will have more “demand” than others 4) Cafeteria Plan • Pick and choose services as needed/requested. Pay as you go – hourly rate.Pick and choose services as needed/requested. Retention fee and hourly rate. • Proposals are to address the following Service Level issues: 1) Hours of normal coverage 2) Is there an extra charge for off-hours support? 3) Response time during normal business hours 4) Response time during non-business hours 5) Response time for production critical issues (normal business hours or off-hours) 6) Escalation procedure • Other questions to Address: 1) Is there an over hours charge? Is it by the month or by the year? 2) How is Training/Knowledge transfer conducted? 3) How are Status Communications done? Please include report formats and frequency. 4) How are actions/tasks that are pending/started/completed communicated? 5) How are updates to system documentation for configuration changes and updates handled? SCOPE OF WORK The following inclusive list is intended to define the scope of the services that could potentially be requested during the length of the contract. There could be other, unidentified Enterprise One services required. The focus of the services during this initial phase will be on routine JDE tasks or tasks that are performed infrequently. Additionally, the transfer of technical expertise for tasks we are executing, but need mentoring on, could be required. This would include phone support. The selected vendor would access the City’s JDE system via a VPN (Virtual Private Network) connection. Focused Services These services are the priority functions that are identified as the most likely to be requested: ¾ Tools Release (Multi-Foundation) / Service Pack Installs ¾ OCM ¾ ESU/ASU deployment ¾ Package Builds & Deployment ¾ Data Dictionary Management ¾ WebSphere Management ¾ Transfer of Technical Expertise Other Potential Service Requests ¾ Security ¾ Environment / Path Code Maintenance ¾ Data Refreshes ¾ Printer / Job Queue Maintenance ¾ Vacation Coverage ¾ System Monitoring – Mitigate potential problems, make recommendations ¾ WebSphere Management ¾ Vertex Management and upgrades ¾ JDE JAS Server Management ¾ Production Critical issues ¾ Performance Tuning ¾ Cleanup / Purge / Archive logs ¾ Best Practices ¾ Ad-hoc questions and inquiries Current Environment Servers Enterprise Server Host Name: jde-ent1 HP 9000/rp5740 2 CPUs 750 MHz 8 GB RAM 558 GB Disk Space (mirrored – actual disk space 1016 GB) HP-UX 11i 64 bit Oracle 9.2.0.5 Standard Edition Deployment Server Host Name: erp-deploy Dual Processor 3.5 GB RAM MS Windows Server 2003 Standard Edition, Service Pack 1 Intel(R) Xeon(TM) CPU 3.4 GHz Web Server Host Name: jde-winweb HP DL580 G4 server 4 - Intel dual core 2.8 GHZ processors 8 GB RAM MS Windows Server 2003 Standard Edition, Service Pack 1 EnterpriseOne Environments We are on JDE EnterpriseOne 8.11 SP1 with tools release 8.95_F1. We currently have the following E8.11 SP1 environments: ¾ PD811 Production ¾ PY811 Prototype ¾ DV811 Development ¾ PS811 Pristine ¾ JPD811 Web Production ¾ JPY811 Web Prototype ¾ JDV811 Web Development Users ¾ Total – 2200 ¾ Concurrent – 50 – Note: This will change with the implementation of self service later this year. Modules Financial Modules including: ¾ General Ledger ¾ Accounts Payable ¾ Accounts receivable ¾ Fixed Assets ¾ Job Cost ¾ Budget Human Capital Management Modules including: ¾ Human Resources ¾ Benefits ¾ Payroll ¾ Time and Labor ¾ Applicant Tracking ¾ Position Control ¾ Training Tracking ¾ Employee Self Service ¾ Manager Self Service Enterprise Asset Management EVALUATION AND ASSESSMENT OF PROPOSAL An evaluation committee shall rank the interested firms based on their written proposals using the ranking system set forth below. Firms shall be evaluated on the following criteria. These criteria shall be the basis for review of the written proposals and any required oral interviews. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. Recommended weighing factors for the criteria are listed adjacent to the qualification. Evaluation Criteria: WEIGHT FACTOR QUALIFICATIONS STANDARD 2.0 Scope of Proposal Does the proposal show an understanding of the contract objective, methodology to be used, and results that are desired from the contract? Is the proposal complete, with all requested information? 2.0 Assigned Personnel Do the persons who will be working on the contract have the necessary skills? Are sufficient people of the requisite skills assigned to the project? 1.0 Availability Are the response times reasonable? Can the work be completed in a realistic timeframe? Are other qualified personnel available to help meet the project schedule(s) if required? Is the project team available to attend meetings as the needs of the application require? 1.0 Motivation Is the firm interested and are they capable of doing the work in an expeditious timeframe? 3.0 Cost and Work Hours Are the cost and work hours proposed reasonable for the effort required? Is it within the stated Project Budget of $50,000? 2.0 Firm Capability Has the firm executed other contracts of this type? REFERENCE EVALUATION (TOP RANKED FIRM): The project Manager will check references using the following criteria. The evaluation rankings will be labeled Satisfactory/Unsatisfactory. QUALIFICATION STANDARD Overall Performance Would you hire this Professional again? Did they show the skills required? Timetable Was the work completed within the specified and agreed upon time? Were interim deadlines met in a timely manner? Completeness Was the Professional responsive to client needs? Did the Professional anticipate problems? Were problems solved quickly and effectively? Budget Was the work completed within the project budget? Were there any extra charges that were not anticipated? Job Knowledge Does the organization have a comprehensive knowledge of Oracle JDE EnterpriseOne? After completing activities, was the application functional upon completion and did it operate properly? Were problems corrected quickly and effectively? Knowledge transfer? PROPOSAL ACCEPTANCE All proposals shall remain subject to initial acceptance 90 days after the day of submittal. The City shall issue a letter notifying the successful firm of the acceptance of their proposal. 1. The selected Contractor shall be expected to sign the City’s standard Professional Services Agreement prior to commencing Services (see sample attached to this Proposal). 2. The contract will be awarded for one year with annual reviews and potential one-year extensions up to a maximum five-year period. 3. The City reserves the right to award directly as a result of the written proposals. The City may or may not opt to conduct oral interviews. 4. The City reserves the right to negotiate with any vendor as meets the needs of the City. The City reserves the right to reject any or all proposals, and to waive any irregularities. PLEASE GO TO www.fcgov.com/purchasing TO REGISTER IN OUR E-PROCUREMENT SYSTEM FOR FUTURE BID OPPORTUNITIES! BE SURE TO SELECT ALL APPROPRIATE COMMODITY CODES! SA 08/22/06 8 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below, by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and _____, [insert either a corporation, a partnership or an individual,doing business as _______________, hereinafter referred to as "Professional". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Professional agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) pages, and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) pages, and incorporated herein by this reference. 3. Contract Period. This Agreement shall commence 2006, and shall continue in full force and effect until 2006, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. . Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 4. Early Termination by City. Notwithstanding the time periods contained herein, SA 08/22/06 9 the City may terminate this Agreement at any time without cause by providing written notice of termination to the Professional. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Professional: City: With Copy to: City of Fort Collins, Purchasing PO Box 580 Fort Collins, CO 80522 In the event of any such early termination by the City, the Professional shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Professional's obligations under this Agreement. Such payment shall be the Professional's sole right and remedy for such termination. 5. Design, Project Indemnity and Insurance Responsibility. The Professional shall be responsible for the professional quality, technical accuracy, timely completion and the coordination of all services rendered by the Professional, including but not limited to designs, plans, reports, specifications, and drawings and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. The Professional shall indemnify, save and hold harmless the City, its officers and employees in accordance with Colorado law, from all damages whatsoever claimed by third parties against the City; and for the City's costs and reasonable attorneys fees, arising directly or indirectly out of the Professional's performance of any of the services furnished under this Agreement. The Professional shall maintain commercial general liability insurance in the amount of $500,000 combined single limits and errors and omissions insurance in the amount of $ . 6. Compensation. [Use this paragraph or Option 1 below.] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional a SA 08/22/06 10 fixed fee in the amount of ($ ) plus reimbursable direct costs. All such fees and costs shall not exceed ($ ). Monthly partial payments based upon the Professional's billings and itemized statements are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's actual reimbursable expenses. [Optional] Insert Subcontractor ClauseFinal payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings, and other services rendered by the Professional shall become the sole property of the City. 6. Compensation. [Option 1] In consideration of the services to be performed pursuant to this Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis according to the following schedule: Hourly billing rates: Reimbursable direct costs: with maximum compensation (for both Professional's time and reimbursable direct costs) not to exceed ($ ). Monthly partial payments based upon the Professional's billings and itemized statements of reimbursable direct costs are permissible. The amounts of all such partial payments shall be based upon the Professional's City-verified progress in completing the services to be performed pursuant hereto and upon the City's approval of the Professional's reimbursable direct costs. Final payment shall be made following acceptance of the work by the City. Upon final payment, all designs, plans, reports, specifications, drawings and other services rendered by the Professional shall become the sole property of the City. 7. City Representative. The City will designate, prior to commencement of work, its project representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change SA 08/22/06 11 orders, and other clarification or instruction shall be directed to the City Representative. 8. Project Drawings. [Optional] Upon conclusion of the project and before final payment, the Professional shall provide the City with reproducible drawings of the project containing accurate information on the project as constructed. Drawings shall be of archival, prepared on stable mylar base material using a non-fading process to provide for long storage and high quality reproduction. "CD" disc of the as-built drawings shall also be submitted to the owner in and AutoCAD version no older then the established city standard. 9. Monthly Report. Commencing thirty (30) days after the date of execution of this Agreement and every thirty (30) days thereafter, Professional is required to provide the City Representative with a written report of the status of the work with respect to the Scope of Services, Work Schedule, and other material information. Failure to provide any required monthly report may, at the option of the City, suspend the processing of any partial payment request. 10. Independent Contractor. The services to be performed by Professional are those of an independent contractor and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Professional's compensation hereunder for the payment of FICA, Workers' Compensation, other taxes or benefits or for any other purpose. 11. Personal Services. It is understood that the City enters into this Agreement based on the special abilities of the Professional and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Professional shall neither assign any responsibilities nor delegate any duties arising under this Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval of drawings, designs, plans, specifications, reports, and incidental work or materials furnished hereunder shall not in any way relieve the Professional of responsibility for the quality or technical accuracy of the work. The City's approval or acceptance of, or payment for, any of the services shall not be construed to SA 08/22/06 12 operate as a waiver of any rights or benefits provided to the City under this Agreement. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default. 14. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that: SA 08/22/06 13 A. As of the date of this Agreement: 1. Contractor does not knowingly employ or contract with an illegal alien; and 2. Contractor has participated or attempted to participate in the basic pilot employment verification program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “Basic Pilot Program”) in order to verify that Contractor does not employ any illegal aliens. B. Contractor shall not knowingly employ or contract with an illegal alien to perform works under this Agreement or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. C. Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued. D. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. E. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall: 1. Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Contractor shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. F. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. G. If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Contractor shall be liable for SA 08/22/06 14 actual and consequential damages to the City arising out of Contractor’s violation of Subsection 8-17.5-102, C.R.S. H. The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach. 17. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " ", consisting of ( ) pages, attached hereto and incorporated herein by this reference. THE CITY OF FORT COLLINS, COLORADO By: _________________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management DATE: ______________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney [Insert Professional's name] or [Insert Partnership Name] or [Insert individual's name] or Doing business as [insert name of business] By: __________________________________ Title: _______________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date: _______________________________ ATTEST: _________________________________ (Corporate Seal) Corporate Secretary SA 08/22/06 15 [Optional] EXHIBIT “ ” CONFIDENTIALITY IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to this Agreement (the “Agreement”), the Contractor hereby acknowledges that it has been informed that the City has established policies and procedures with regard to the handling of confidential information and other sensitive materials. In consideration of access to certain information, data and material (hereinafter individually and collectively, regardless of nature, referred to as “information”) that are the property of and/or relate to the City or its employees, customers or suppliers, which access is related to the performance of services that the Contractor has agreed to perform, the Contractor hereby acknowledges and agrees as follows: That information that has or will come into its possession or knowledge in connection with the performance of services for the City may be confidential and/or proprietary. The Contractor agrees to treat as confidential (a) all information that is owned by the City, or that relates to the business of the City , or that is used by the City in carrying on business, and (b) all information that is proprietary to a third party (including but not limited to customers and suppliers of the City) . The Contractor shall not disclose any such information to any person not having a legitimate need-to-know for purposes authorized by the City. Further, the Contractor shall not use such information to obtain any economic or other benefit for itself, or any third party, except as specifically authorized by the City. The foregoing to the contrary notwithstanding, the Contractor understands that it shall have no obligation under this Agreement with respect to information and material that (a) becomes generally known to the public by publication or some means other than a breach of duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the request for such disclosure is proper and the disclosure does not exceed that which is required. In the event of any disclosure under (b) above, the Contractor shall furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and shall promptly advise the City in writing of each such disclosure. In the event that the Contractor ceases to perform services for the City, or the City so requests for any reason, the Contractor shall promptly return to the City any and all information described hereinabove, including all copies, notes and/or summaries (handwritten or mechanically produced) thereof, in its possession or control or as to which it otherwise has access. The Contractor understands and agrees that the City’s remedies at law for a breach of the Contractor’s obligations under this Confidentiality Agreement may be inadequate and that the City shall, in the event of any such breach, be entitled to seek equitable relief (including without limitation preliminary and permanent injunctive relief and specific performance) in addition to all other remedies provided hereunder or available at law.