HomeMy WebLinkAbout511833 AQUITAS SOLUTIONS INC - CONTRACT - RFP - 7275 COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEMPROFESSIONAL SERVICES AGREEMENT
WORK ORDER TYPE
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 Aquitas Solutions, Inc., 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 any project Work Orders for Fort Collins Utilities, issued by the City. The overall scope of
services is described in the Contract Framework and attached as Exhibit "A", consisting of three
(3) pages and is incorporated herein by this reference. A blank sample of a Work Order is
attached hereto as Exhibit "C", consisting of one (1) page and is incorporated herein by this
reference, shall include a description of the services to be performed, the location and time for
performance, the amount of payment, any materials to be supplied by the City and any other
special circumstances relating to the performance of services. The only services authorized
under this agreement are those which are performed after receipt of such Work Order, except in
emergency circumstances where oral work requests may be issued. Oral requests for
emergency actions will be confirmed by issuance of a written Work Order within two (2) working
days.
2. The Work Schedule. The services to be performed pursuant to this Agreement
shall be performed in accordance with the Work Schedule stated on each Work Order.
3. Time of Commencement and Completion of Services. The services to be
performed pursuant to this Agreement shall be initiated as specified on each Work Order. Time
is of the essence. Any extensions of any time limit must be agreed upon in writing by the
parties hereto.
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 1 of 14
rather than Fixed -Price, this amount will serve as the foundation for the overall scope of
the Professional Services Agreement. When the Project is complete in its entirety, FCU
expects the cost of delivery for the functional outputs and related professional services,
listed in the sections above (I - IV), to closely correlate with the estimate. Individual
Work Orders and their embedded Scopes of Work will be based upon the rates shown in
the Service Cost table.
VI. FCU has asked the Professional to provide services in addition to the baseline elements
defined in section numbers "I — IV" above:
• Maximo Core Team Immersion Training
• Integration Development and Support
• Material Management module development
• Active Directory Services integration
• Creation of one additional application and database environment
• Maximo System Administrator Technical Training
• Additional general system administrator and user training
• Data Structure Orientation Training for Crystal Report Developers
• SIRE document management integration support
• Project implementation in phases
Specific outcomes and costs of service for each of these additional services will be
defined in a Scope of Work and attached to the first Work Order developed within the
Contract Framework. Costs will be directly derived from the rates shown in the Service
Cost table, contained in the RFP Response Section 9.2, page 47.
FCU agrees the aggregate cost of additional professional services will increase the sum
set forth in the RFP Response. Therefore, the total professional services cost boundary
for this Contract Framework will be the RFP Response sum total plus the cost of the
additional services listed above plus the cost of any future incremental professional
services requests.
VII. Travel and Expenses will be based upon Fort Collins Utilities Expense Guidelines,
attached as Exhibit "B"
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 10 of 14
Exhibit "B"
Fort Collins Utilities Expense Guidelines
Lodging, Per Diem Meals and Incidentals and Other Expenses
Based on:
The Federal GSA guidelines for Fort Collins are $84/day for hotel and $56 for meals and
incidentals (M&IE). (Incidentals are defined as 1) fees and tips given to porters, baggage
carriers, bellhops, hotel maids, stewards or stewardesses , and 2) transportation between
places of lodging or business and places where meals are taken). Hotel taxes (i.e. lodging
taxes) are not covered by per diem and are expensed as a separate line item.
The M&IE is further broken down by:
Breakfast: $9
• Lunch: $13
• Dinner: $29
Incidentals: $5
Federal guidelines also provide for the use of 75% of the M&IE rate for travel days, i.e. $42 for
Fort Collins.
Fort Collins Policv
Lodging:
• Hotels will be reimbursed at $84/day provided the government rate is available. If the
government rate is not available, the best available rate shall be used and a printout of
the available rates at the time of the reservation provided as documentation.
• Hotel taxes do not count to the $84 limit, i.e. the rate is $84 plus applicable taxes.
• Receipts are to be provided.
Actual expense will apply
Meals and Incidentals:
Normal Situations: For normal full day situations, the per diem of $56 for meals and expenses
will apply.
Travel Days: For travel days, the 75% per diem of $42 for meals and expenses will apply.
Meals provided by working lunches. etc.: In situations where the expense for a meal is covered
by some other means such as a team working lunch, etc. the MI&E rate for that meal will be
deducted from the applicable per diem. E.G. lunch provided for a working lunch would be
deducted from a normal full day per diem as $56 — 13 = $43.
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 11 of 14
Vehicle Expenses:
• All costs related to rental vehicles (gas, parking, etc.) must be documented if they are to
be reimbursed. The standard for vehicle size is mid -size to lower.
• If a private vehicle is used, mileage will be reimbursed using the mileage rate set by the
IRS. The most direct route is the standard for determining total mileage.
Receipts
• With the exception of Per Diem expenses, documentation of expenses is required. It is
anticipated that receipts will be provided for all such expenses. There are no provisions
such as exempting $25 or less, etc.
Extra Ordinary Cost
• Prior authorization required.
Expenses Not Allowed
• Liquor, movies, or entertainment (including in -room movies),
• Sporting events;
• Laundry, dry-cleaning or shoe repair;
• Personal phone calls, including connection and long-distance fees;
• Computer connections (unless required for City business);
• Other personal expenses not directly related to City business;
• Convenience charges;
• Rescheduling Airline Charges not related to City requirements.
• Excessive meal tip amounts generally over 20%;
• Delivery fees shall not exceed 10% of the total bill, if not already included;
• Hotel Cleaning Tips;
• Extra Baggage for one day trips;
• Air Travel (when local);
• Items that are supplied by the City.
Time Frame for Reporting
• Per contract (every 30 days).
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 12 of 14
EXHIBIT "C"
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Work:
User Acceptance
Professional agrees to perform the services Professional
identified above and on the attached forms in
accordance with the terms and conditions
contained herein and in the Professional Services By:
Agreement between the parties. In the event of a
conflict between or ambiguity in the terms of the Date:
Professional Services Agreement and this work
order (including the attached forms) the
Professional Services Agreement shall control.
City of Fort Collins
The attached forms consisting of _ (_) pages
are hereby accepted and incorporated herein, by
this reference, and Notice to Proceed is hereby By:
given. James B. O'Neill II, CPPO, FNIGP
Director of Purchasing and Risk Management
(over $60,000.00)
Date:
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 13 of 14
EXHIBIT "D"
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the "City') pursuant to
this Agreement (the "Agreement"), the Professional 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 Professional has agreed to perform, the Professional 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 Professional
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 Professional shall not disclose any such information to any person not having a
legitimate need -to -know for purposes authorized by the City. Further, the Professional 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 Professional 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 Professional 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 Professional ceases to perform services for the City, or the City so requests
for any reason, the Professional 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 Professional understands and agrees that the City's remedies at law for a breach of the
Professional'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.
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 14 of 14
aco/zo CERTIFICATE OF LIABILITY INSURANCE I D022020 JH
ATE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the ccrtiRcate holtler Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cortiOCate does not confer rights to the
certificate holder in lieu of such endoreement(s).
PROnUCER CONTAC
GLG Insurance Professionals .. DENISE PICHARDO _
6620 West Flamingo Rd. 43 jNCC..N E r_(IO2)360-2111(702)998-4405
-X
Las Vegas, NV,89103 ADORESS:_denise@glgins.com
Phone: (702)871-1444 Fax: (702)871.7889 INSURER tsI ePFoaDINGOOYERADE ._ NAICR
-- ,- - INSURER p: HARTFORD COMMERCIAL
10 GLE S SOLUTIONS I
.---_
10 GLENLAKE PARKWAY STE 130 INSURERC. GEMINI INSURANCE COMPANY
INSUREPO __
ATLANTA GA 30328- INSURE. E
-
rnvcoAroo
THIS IS TO CERTIFY THAT THE POLICIES OF
INDICATEU. NOTWITHSTANDING ANY REQUIREMENT,
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
INSRT������ADO
,INTYPE OrIXSVRPHCE
INSURANCE
I3UDR—
f
LISTED BELOW HAVE BEEN
TERM OR CONDITION OF ANY
THE INSURANCE AFFORDED BY
LIMITS SHOWN MAY HAVE BEEN
I PDLICYNUMBER
ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL 111E TERMS,
REDUOEO BY PAID CLAIMS.
POLICY EEi POIILY EAP
Mwon MWOgM1YYYI IJMIT3
A I^��..MD.DAFUUTY I X
I 53SBAUS4005
'02/12/2013102112/2014 EACHOCCU RENCE (3 1,000,000
�ICOUMMoCALGEBALI'�A&lh
(
I
ICE 15E5(ENk%•IEO—I_S 3BO OBD
---
CLAIMS -PRIDE �O 1 OCC R
I MEO_XPLY fn 1 (3 10ODD
- —
PERSON 6 ADV JURY (5 1,000,000
_
GENFN LAGGREGATE 3 2 DOO DDO
GE LAOGREGATE L A I X _LLCPFfl;
PRO' IX I
P i0oll(i C01 /)P GG (f 2 DDD DDD
POL GYI LOC
3
q ( AUTOMOBILEu OBIT+
i I
538BAUS4005
IO2/17-/201302/12/2014cO)IeINLDSNGLLLr r
tE. w 1,000 000
_ ANY auto IX
ALL SCHEDULED
113
Hon, TIILIRI Ill I,�ne 1 f 3
N
BE � AUTOS
aUr09 AUTOS
NON ov.ueo
V I
t
I BOUILv IJUfl 1 w'vJmll 3
1
IX MIRED AUI0.5 X AUTOS
ITiOPER1V DA11AGL j -
3
I l
I II_naccacMJ _ __
I
q (X CCSX
I�IUL a IX
X_I O
EXCESS
53SBAUS4005
__
02/121.2013( 02/12/2014 EAC.IOmuRRE_CE 5,000,0-00
uaC_
UDI
I
—la
�XTTe roN510.000
IAGGREGgIk __IS 5.000.ODD
OP E ECOMPE IPHON
f
NDEMPLOYERS LIABILITY YIN
I
'✓VL Si iU Dill
LTORY 4MIr5I ER
Y HOPRIETOW Al NEW, FEUIIVL
OIECEW EMP[flF LIUOEm NIA
_
IEL, I:gMI ACf IDF Ni f
�IIM V nIn NHI
1' E rlu un0
_
EL DI9MSF iAFNI LOYE(l i
DESCRIPTION OFOPERATIONS hlo-n - 1.
El, DISEASE POLICY LIMIT S
C IX PROFESSOINAL LIAR I
VIPLO50413
12/01/201212/01/2013 3,000.000
3.000,000
DESCRIPTON Or OPEP4TON51 LOGTIOH$/VEfPCLES I411a[N aCORO l01, AEEYunal RemvAs $cM1eGule, If mo.e...[al[repuimEl
THOSE USUAL TO THE INSUREDS OPERATIONS.
CERTIFICATE HOT EFIa
CITY OF FORT COLLINS
700 WOOD ST
FORT COLLINS, CO 80521
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
• •._ ..mow— NMNe, arm moo are reglstored marks of ACORD
HOhts
4. Contract Period. This Agreement shall commence February 25, 2013 and shall
continue in full force and effect until February 25, 2016, 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 two (2) 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 Professional and mailed no later than ninety
(90) days prior to contract end.
5. Early Termination by City/Notice. Notwithstanding the time periods contained
herein, 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 address:
Professional: City: With Copy to:
Aquitas Solutions, Inc. Fort Collins Utilities City of Fort Collins
Attn: Ed Morris Attn: Chris Parton Attn: Purchasing
10 Glenlake Parkway, Suite 130 700 Wood Street PO Box 580
Atlanta, GA 30328 Fort Collins, CO 80521 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.
6. Design, Proiect Insurance 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
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 2 of 14
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 attorney's fees arising directly or indirectly out of the Professional's
negligent 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 $1,000,000.
7. Compensation. In consideration of services to be performed pursuant to this
Agreement, the City agrees to pay Professional on a time and reimbursable direct cost basis
designated in Exhibit "C", consisting of one (1) page, attached hereto and incorporated herein
by this reference. At the election of the City, each Work Order may contain a maximum fee,
which shall be negotiated by the parties hereto for each such Work Order. 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 to the Work Order and upon
approval of the Professional's direct reimbursable expenses. 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.
8. 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
orders, and other clarification or instruction shall be directed to the City Representative.
9. Monthly Report. Commencing thirty (30) days after Notice to Proceed is given on
any Work Order and every thirty days thereafter, Professional is required to provide the City
Representative with a written report of the status of the work with respect to the Work Order,
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 3 of 14
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
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
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 4 of 14
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. Pursuant to Section 8-17.5-101,
C.R.S., et. seq., Professional represents and agrees that:
a. As of the date of this Agreement:
1. Professional does not knowingly employ or contract with an illegal alien
who will perform work under this Agreement; and
2. Professional will participate in either the e-Verify 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 "e-Verify Program") or the Department Program (the
"Department Program"), an employment verification program established
pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment
eligibility of all newly hired employees to perform work under this Agreement.
b. Professional shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform work
under this Agreement.
C. Professional is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre -employment screening of job applicants while this
Agreement is being performed.
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 5 of 14
d. If Professional obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, Professional
shall:
1. Notify such subcontractor and the City within three days that Professional
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 Professional
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.
e. Professional 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.
f. If Professional 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, Professional shall be liable for actual and consequential
damages to the City arising out of Professional's violation of Subsection 8-17.5-102,
C. R. S.
g. The City will notify the Office of the Secretary of State if Professional violates this
provision of this Agreement and the City terminates the Agreement for such breach.
18. Red Flags Rules. Professional must implement reasonable policies and
procedures to detect, prevent and mitigate the risk of identity theft in compliance with the
Identity Theft Red Flags Rules found at 16 Code of Federal Regulations part 681. Further,
Professional must take appropriate steps to mitigate identity theft if it occurs with one or more of
the City's covered accounts.
19. Special Provisions. Special provisions or conditions relating to the services to
be performed pursuant to this Agreement are set forth in Exhibit "D", consisting of one (1) page,
attached hereto and incorporated herein by this reference.
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 6 of 14
THE CITY OF FORT COLLINS, COLORADO
By: CA�= Q / ` l %° ,
James B. O'Neill II, CPPO, FNIGP
director of Purchasing & Risk Management
A
ATTEST:
;r
:2
City Clerk n •, Co
A
AP VE '�A AS TO FORM: `O'gD0•••
Aquitas Solul
By:
Title:
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: TI I�
ATTEST:
(Corporate Seal)
Corporate Secretary
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 7 of 14
EXHIBIT "A"
CONTRACT FRAMEWORK
FCU has committed to transforming existing business processes and integrating existing asset
management information into one comprehensive system. The system, referred to as the
Enterprise Asset Management solution, previously referred to as a Computerized Maintenance
Management System (CMMS), will serve the maintenance needs of its Water, Wastewater,
Storm Water, and Electric utility departments. The Utilities Strategic Financial Planning
Department will gain visibility and control over all aspects of asset lifecycle management and
will acquire the data needed to perform risk management modeling and capital projects
planning.
The Professional has committed to achieving the FCU transformation through implementation of
the EAM solution. Utilizing a combination of products and services, the Professional will install
and configure on FCU computer infrastructure the Maximo Enterprise Asset Management
version 7.5 product suite.
The Project is anticipated to extend in partnership with FCU staff for an uncertain length of time
not to exceed 3 years. It will be executed in a series of Work Orders clearly defined in terms of
time, cost, and Scopes of Work (SOW). In aggregate, the individual Work Orders will constitute
the overall effort outlined in the Aquitas Solutions Response to Fort Collins Utilities
Computerized Maintenance Management System Request for Proposal #7275, dated
November 23, 2011 (RFP Response), provided as an attachment to the Professional Services
Agreement, plus additional services, as described in section "VI" below.
Specific descriptions and tables within the RFP Response establish required baseline project
outcomes:
Section 2, pages 6 and 7 states:
The CMMS should be capable of handling both distributed and plant -based assets. The
CMMS should be able to:
• Scheduling and tracking of preventive maintenance activities;
• Recording and tracking of corrective maintenance activities;
• Facilitation of life cycle cost calculations through integration with the City's ERP,
JD Edwards;
• Tracking of asset condition, risk or criticality, and other items related to asset
management;
• Handling of materials management or warehouse applications;
• Reporting on assets, work orders, work history and more;
• Warranty tracking;
• Integration with the City's enterprise document management system to facilitate
retrieval of owner's manuals, record drawings, wiring diagrams, etc.;
• Viewing of distributed assets with similar properties (age, condition, material,
etc.) through integration with the City's enterprise ESRI GIS application.
In addition to the CMMS tool, Aquitas understands that the selected vendor will be
tasked with providing services to support the CMMS system implementation and data
migration from current in-house developed applications to the CMMS. The vendor will be
expected to work collaboratively with FCU and their consultant, MWH, on the following:
Professional Services Agreement - Work Order Type
7275 Computerized Maintenance Management Systems Page 8 of 14
• Provide an implementation methodology and approach,
• Configure and test the solution jointly with FCU staff,
• Facilitate the pilot deployment and roll out,
• Complete configuration adjustments as identified during the pilot phase
• Convert and migrate existing data
Section 2.3, pages 10 and 11 describe the functionality of five (5) Maximo software
modules to be implemented:
• Asset Management
• Material (Inventory) Management
• Work (Maintenance) Management
• Service Management
• Procurement Management
The Contract Management module is not in the scope of this project.
III. Section 3, pages 20-28 contains a table of Technical Requirements. Items associated
with a Vendor Response from the following list will be considered project objectives:
• COB Fully provided Out of the Box
• CON Provided through Configuration
• MOD Provided through technical modification of the software product baseline
• RT Provided through a reporting tool
FCU acknowledges that certain Table items are dependent upon hardware, software
and configuration of components existing outside the scope of overall solution
development. These will not be considered relevant to the achievement of project
objectives. The balance of directly relevant technical and functional requirements will
establish the reference point for application program development as identified in
individual SOWS and a measure of overall solution fit and acceptance.
IV. Baseline professional and technical services will include:
• Project Initiation, Management and Planning
• Maximo 7.5 Base Product Environment Installation
• Maximo Requirements & Business Process Review & Fit/Gap Analysis
• Maximo Interface Design Workshops
• Integration Planning Document Development
• Creation of Functional/Technical Specifications & Application Design
• Maximo Application Development & Configuration
• Legacy FCU Data Mapping & Loading
• ESRI/GIS Integration for Maximo 7.5
• User Acceptance & System Testing
• Maximo BIRT Report Development
• Maximo Custom Training Material Development
• Training Plan Development
• Maximo End User Classroom Training
• Environment Migration Support
• Go -Live Preparations, Support, and System Tuning
• System Configuration Documentation
V. Section 9.2, page 47 describes estimated Implementation Service Cost. While the sum
total of $431,700, exclusive of Travel and Expenses, is based upon Time and Expense
Professional Services Agreement — Work Order Type
7275 Computerized Maintenance Management Systems Page 9 of 14