Loading...
HomeMy WebLinkAboutAgenda_GGAF_10.05.2016Notice of Meeting for the General Gov ernment and Finance Adv isory Board of the City of Georgetown October 5, 2016 at 4:30 PM at Georgetown Communications and Technology Conference Room, located at 510 West 9th Street, Georgetown, TX The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City Sec retary's Office, at leas t three (3) days prior to the sc hed uled meeting d ate, at (512) 930-3652 o r City Hall at 113 Eas t 8th Street fo r add itional info rmation; TTY us ers ro ute through Relay Texas at 711. Legislativ e Regular Agenda A Review minutes fro m the August 31, 2016 General Government and Financ e (GGAF ) Advis o ry Bo ard meeting - Danella Elliott, Exec utive As s is tant B Co nsideration and possible ap p ro val o f annual ap p ro p riations to several Informatio n Tec hno lo gy vend o rs for maintenanc e s ervices d uring FY 2017 -Chris Bryce, Info rmation Tec hno lo gy Directo r C Co nsideration and possible actio n fo r the approval of the annual payment fo r the o p eration of the c o unty wid e radio c o mmunicatio ns s ystem to Williams on Co unty in the amo unt of $178,548.48 - S tan Ho hman, Fleet Servic es Manager D Co nsideration and possible actio n to approve a contrac t in the amount not to exceed $106,690 with Plante Moran for c o ns ulting s ervic es to provide as s is tance in the selec tion of a s o ftware solution(s ) for financ ial management, p ro curement, human res o urc es and p ayroll. – Leigh Wallac e, Financ e Directo r CERTIFICATE OF POSTING I, Shelley No wling, C ity S ecretary fo r the C ity of Geo rgeto wn, Texas , d o hereby c ertify that this Notice of Meeting was p o s ted at City Hall, 113 E. 8th Street, a p lace read ily acc es s ible to the general p ublic at all times , on the ______ d ay o f __________________, 2016, at __________, and remained so p o s ted fo r at leas t 72 c o ntinuo us ho urs p receding the sc heduled time o f s aid meeting. ____________________________________ S helley No wling, City Sec retary Page 1 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 5, 2016 SUBJECT: Review minutes from the Augus t 31, 2016 G eneral Go vernment and Financ e (GGAF) Ad visory Board meeting - Danella Ellio tt, Executive Assistant ITEM SUMMARY: Review minutes from the Augus t 31, 2016 G eneral Go vernment and Financ e (GGAF) Ad visory Board meeting. FINANCIAL IMPACT: N/A SUBMITTED BY: Danella Ellio tt, Exec utive As s is tant ATTACHMENTS: Description Type 8.31.16 Draft Minutes Backup Material Page 2 of 80 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, August 31, 2016 at 4:30 PM The General Government and Finance Advisory Board will met on Wednesday, August 31, 2016 at 4:30 PM at the Georgetown Communications and Technology building (GCAT), located at 510 West 9th Street, Georgetown, Texas. The City of Georgetown is committed to compliance with the Americans with Disabilities Act (ADA). If you require assistance in participating at a public meeting due to a disability, as defined under the ADA, reasonable assistance, adaptations, or accommodations will be provided upon request. Please contact the Board Liaison, at least four (4) days prior to the scheduled meeting date, at (512) 930-3676 or City Hall at 113 East 8th Street for additional information; TTY users route through Relay Texas at 711. Board Members Present City Staff Present Tommy Gonzalez, District 7 David Morgan, City Manager Thomas Bonham Laurie Brewer, Assistant City Manager James Bralski Michel Sorrell, Controller Clay Shell, Assistant. Fire Chief Tadd Phillips, HR Director Board Members Absent Laura Maloy, HR Assistant Director Keith Brainard, Chair Kimberly Garrett, Parks & Rec Director Severine Cushing Trish Long, Facilities Superintendent Eric Nuner, Assistant Director, Parks & Rec Jill Kellum, Administrative Assistant, Parks & Rec John Sullivan, Fire Chief Trina Bickford, Purchasing Manager Nathan Parras, Budget Analyst Stan Hohman, Fleet Supervisor Legislative Regular Agenda Tommy Gonzalez the meeting to order at 4:30 p.m. A Review minutes from the July 27, 2016 General Government and Finance (GGAF) Advisory Board -- Danella Elliott, Executive Assistant Board did not have any comments regarding the minutes from July 27, 2016. Motion to approve the minutes by Thomas Bonham, second by James Bralski. Approved 3-0 B Consideration and possible action to approve the contract renewal for City of Georgetown janitorial and floor cleaning services to Pruitt Building Services of Fort Worth, pending City Council appropriation in the FY2017 budget, for an estimated annual amount of $700,000.00 - Trish Long, Facilities Superintendent and Eric Nuner, Assistant Parks and Recreation Director Staff is requesting renewal of the janitorial and floor cleaning services contract with Pruitt Building Services. Trish Long noted that Pruitt Building Services has been the janitorial and floor cleaning provider for the City for the past two years with great success. The original contract term was for 36 months with the option to renew for two (2) additional one (1) year periods. There are 2 additional one year renewals remaining. Bralski asked if the amount was broken down into specific services. Long noted that services include cleaning, waxing, spot dusting, litter/recycling, kitchens, as well as, day porter services at the Public Safety Facility, Library and Recreation Center. This renewal also includes funding for the addition of the Westside Service Center. Motion to approve the Item B by James Bralski, second by Thomas Bonham. Approved 3-0 Page 3 of 80 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, August 31, 2016 at 4:30 PM C Consideration and possible action to approve the contract renewal for irrigation system services for City owned facilities to American Irrigation of Georgetown, Texas for a period of one year not to exceed the amount of $70,000 - Trish Long, Facilities Superintendent and Eric Nuner, Assistant Parks and Recreation Director Trish Long noted the contract includes inspections, maintenance repairs and minor installations and that this is the final renewal on the original contract approved by Council in September of 2012. This company has provided excellent service. Motion to approve Item C by Thomas Bonham, second by James Bralski. Approved 3-0 D Consideration and possible action to recommend approval of a services agreement with PerfectMIND Inc. to implement a parks and recreation management software - Kimberly Garrett, Parks and Recreation Director Kimberly Garrett presented the item. She explained that this system has come to the end of its useful life and after November 2017, it will no longer be supported through maintenance and upgrades. Two (out of four) proposers gave presentations to the selection committee, The committee recommends PerfectMIND as the new parks and recreation management software. Kimberly answered questions and noted that the fees were locked in for 5 years. There will not be a data conversion charge, as the company recommended starting fresh and not bringing 20 years of files into the system; only balances will be brought forward. Motion to approve Item D by Thomas Bonham, second by James Bralski. Approved 3-0 E Consideration and possible action to approve the purchase of a 3,000 Gallon Water Tender and a Wildland Interface Fire Engine from Siddons-Martian Emergency Group through the BuyBoard Contract #491-15 for a cost not to exceed $750,000.00 – John Sullivan, Fire Chief Chief Sullivan explained that the Water Tender will replace the 1994 International Wildland Interface Engine, which is 22 years old and a 1995 International 1,800 gallon Water Tender, which is 21 years old. It will carry 3,000 gallons of water, almost doubling our current capacity and increasing our capabilities. The new Wildland Interface Engine will carry 400 gallons of water and 20 gallons of foam, and also has off-road capabilities. Discussion followed, including suggestions to put the engines in the surplus auction or donating to a smaller entity within the county. Clay Shell will research this. The useful life expectancy was also reported to be around 15 years. Motion to approve the Item E by James Bralski, second by Thomas Bonham. Approved 3-0 Page 4 of 80 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, August 31, 2016 at 4:30 PM F Consideration and possible action to approve Emergicon as the Emergency Medical Transport Billing vendor for the City of Georgetown – John Sullivan, Fire Chief Chief Sullivan explained that over the past year, they have experienced service related issues with the current provider, Intermedix, thus making the decision “not” to renew their agreement. An RFP peer review panel was established, which included Trina Bickford, Purchasing Manager (acted as the facilitator), Leigh Wallace, Finance Director, Nathan Parras, Budget Analyst, Hank Jones, EMS Chief, Bill Sherek, Logistics Officer, and Chief Sullivan. They reviewed and scored a total of thirteen (13) responses, based on six (6) selected criteria. The top three presented their proposals to the group, and the RFP panel unanimously recommends Emergicon as the Emergency Medical Transport Billing vendor. Motion to approve the Item F by James Bralski, second by Thomas Bonham. Approved 3-0 G Consideration and possible action to approve and award an agreement for Self-Insured Group Dental Benefits to Ameritas, and approval of 2017 HSA contribution model - Tadd Phillips, HR Director Tadd Phillips noted that a total of six (6) proposals were received and evaluated in response to the City’s RFP for Group Dental Benefits, which requested that interested parties bid on both fully insured and self-insured dental models. HR and the City’s benefit consultant, HR, Gallagher and Co., focused on coverage offered, as well as the financial impact. Phillips noted that our current dental provider is MetLife. After evaluating the proposals, staff recommends moving to Ameritas (a self-insured model) which will provide the City and employees with savings for the 2017 plan year. Reference checks with GISD were positive, and Ameritas matched our current structure, provided the lowest rate, and will save about 15%, or $45,998. With the savings, the City recommends offering (as a one-time change) additional H S A contributions for those employees on the HDHP plan for the 2017 plan year. Currently the contribution is $1,000 for all categories. Staff is proposing employee only (EE) - $1,000; EE + child - $1,200; EE + spouse - $1,300; EE + Family - $1,400, for a total additional cost to the City of $45,500. Bralski expressed his appreciation for the data provided. Gonzalez said he is in support of the additional HSA contribution. Motion to approve the Item G by James Bralski, second by Thomas Bonham. Approved 3-0 H Employee Benefits Update (no action) – Tadd Phillips, HR Director Phillips gave a presentation on the current employee benefits, noting that the only vendor changes are the Dental, and the Worksite Products carrier, Allstate will change to Aflac. He stated that this is 100% employee paid. Gonzalez said that EAP #’s were a good trend to watch, sometimes relating to work correlation. Phillips said that they will continue to pay attention to the trends. The Board thanked Phillips for the update. Page 5 of 80 Minutes General Government and Finance Advisory Board City of Georgetown, Texas Wednesday, August 31, 2016 at 4:30 PM Adjournment Motion to adjourn the meeting at 5:46 p.m. by Thomas Bonham, second by James Bralski. Approved 3-0 __________________________________ ____________ Keith Brainard Date Board Chair __________________________________ ____________ Thomas Bonham Date Board Secretary __________________________________ ____________ Danella Elliott Date Board Liaison Page 6 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 5, 2016 SUBJECT: Cons id eration and p o s s ib le approval of annual appropriatio ns to s everal Info rmation Technology vend o rs fo r maintenanc e s ervic es during F Y 2017 -Chris Bryc e, Informatio n Tec hnology Direc tor ITEM SUMMARY: This item is fo r majo r IT s o ftware maintenance agreement renewals for the 2017 fis c al year. All items relate to previous ly purchas ed p ro d uc ts o r maintenance c ontrac ts that are typic ally renewed at the beginning of the fisc al year. 1 . Sungard Public Sector, Inc. (Sungard) in the amount of $159,000 for IT software maintenanc e expens es for the S ungard OS SI CAD/RMS s ys tem (P ublic Safety Co mputer Aided Dis p atc h System). OSSI is a sole-s o urc e s ys tem. 2 . Presidio Networked Solutions, Inc. (Presidio) in the amount of $125,000 for IT hardware/software maintenanc e exp ens e ($60,000) and VOIP Pho ne Sys tem Maintenanc e ($65,000). Presidio is a Dep artment o f Info rmation Res ourc es (DIR) vendor. 3 . SHI Government Solutions (SHI) in the amount of $210,000 for IT s o ftware maintenanc e expens es related to the Mic ro s o ft Enterp ris e Agreement (Microsoft-b rand ed s erver, datab as e and c lient s o ftware lic ens ing and maintenanc e). SHI is a Texas Department of Information R es o urc es (DIR) vend or. 4 . Tyler Technologies (Tyler) in the amount of $135,000 for IT s oftware maintenanc e exp ense for the Incode s ys tem (Financ ial, Court and Utility Billing S ystems ). Incode is a s ole-s ource s ystem. 5 . Infor Public Sector, Inc., (Infor) in the amount of $100,000 fo r IT s oftware maintenance expens e related to the Infor Enterprise As s et Management (EAM) sys tem. Infor is a F ed eral General Servic es Adminis tration S c hed ule 70 vendor. 6 . Electsolve Technology Solutions and Services, Inc. (Electsolve) for the amount of $51,000 for annual s oftware maintenanc e of the City’s Meter Data Management Sys tem. Elec ts olve is a s o le-s o urc e s ystem. 7 . West Monroe Partners for the amount of $60,000 fo r management of the Mic ro s o ft BizTalk enterp ris e servic e bus us ed for integrating and c o nsolidating enterp ris e s oftware s ystems . Existing contrac t. 8 . Suddenlink Communications in the the amount of $55,000 for the annual c o s t of internet s ervic e p ro vision and d ed ic ated fiber network c o nnec tions . S uddenlink is a sole s ourc e p ro vider. 9 . EST Group for the amount of $55,000 for annual hardware s up p o rt on the Dell Co mp ellant s torage area netwo rk, the p rimary s torage devic e for all IT s ystems . EST Group is a Texas DIR vendor. 10. Itineris North America, Inc in the amount of $125,000 for IT software maintenanc e exp enses for the UMAX c us tomer informatio n s ystem (CIS ) s ys tem. Itineris is a sole-so urc e s ys tem. 11. Zeno Imaging in the amount of $100,000 fo r p rinting supplies and printer maintenanc e. This is the continuatio n of a c o ntract approved in 2015. 1 2 . Environmental Research Institute, Inc. (ESRI) in the amount of $50,000 fo r s o ftware maintenance expens es for the ESRI s uite o f geographic informatio n s ys tem s oftware. ESRI is a s ole- s o urc e sys tem. FINANCIAL IMPACT: Page 7 of 80 All items b udgeted for FY 2017. Expens es rec orded in acc o unt 570-5-0641-51-341 (IT Annual Contrac ts ). SUBMITTED BY: Chris Bryce, Direc tor, Informatio n Tec hno logy Direc tor Page 8 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 5, 2016 SUBJECT: Cons id eration and p o s s ib le ac tion for the ap p ro val o f the annual p ayment for the operatio n o f the county wide rad io c ommunic ations sys tem to Williams o n County in the amount of $178,548.48 - Stan Hohman, Fleet Servic es Manager ITEM SUMMARY: In F eb ruary 2008 the City Counc il ap p ro ved entering into an interloc al agreement with Williams o n Co unty fo r the es tablishment, operation and maintenanc e o f the Williams on County Rad io Communic ations Sys tem. This agreement d is s o lved the o ld CWICS group which c o ns isted o f Williams o n Co unty, Geo rgeto wn, Ro und R o ck, Cedar Park and Hutto, and estab lis hed a Williamson Co unty Radio Communic atio n Sys tem. The agreement c reated an o rganizational and management struc ture fo r o n-going ad ministration, o p eratio n and maintenance o f the sys tem; and c reates a bud get proc es s , s trategic p lanning/budget fo rec as ting proc es s , as well as allo catio n o f c o s ts as s oc iated with o p erating, maintaining and up grading the s ys tem. In ac c ordance with the agreement, Williamson County b ills the City q uarterly for o p erations and maintenance at a c os t o f $28.18 per rad io p er month. The C ity currently has 516 radios o n the sys tem and we exp ect to increase next year to a total of 528. In 2015/16 the annual cost was $148,494.00 b as ed up o n the rate of $25.62 p er radio fo r 483 radios. FINANCIAL IMPACT: Total amo unt of the City’s portio n of the Williamson County R SC fo r fisc al year 2016/17 is $178,548.48 b as ed up o n the rate o f $28.18 per rad io for 528 City of Georgetown rad io s . $185,000.00 was b udgeted in acc o unt 520-5-0351-51-310 F leet Contrac ts and Leas es . SUBMITTED BY: Stan Hohman, Fleet S ervic es Manager ATTACHMENTS: Description Type Official Notification Backup Material Page 9 of 80 Williamson County Radio Communications System (RCS) OFFICIAL NOTIFICATION 4-1-16 ____________________________________________________ Members: Judge Dan Gattis, Chairperson, Williamson County John Sneed, Program Manager Catherine Roberts, System Manager Rick White, Round Rock (Primary) Leigh Carrico, Round Rock (Alternate) Patrick Hurley, Georgetown (Primary) Clay Shell, Georgetown (Alternate) Marvin Harris, Cedar Park (Primary) James Mallinger (Alternate) Nate Spraggins, Hutto (Primary) Rob Bocanegra, ESD 3 (Alternate) RE: Radio Subscriber Fee FY 2017 This Official Notification is to allow for preparation of all agencies for the FY 20167 with regards to their budget allowances for radio subscriber fees. In accordance with the ILA drafted in 2008 for the establishment, operation and maintenance of The Williamson County Radio Communications System reference Subsection 14.02 “Cost for RCS Party or Associate to Participate in RCS during First Five Fiscal Years.” Subsection 14.02: Cost for RCS Party or Associate to Participate in RCS During First Five Fiscal Years. For the first five Fiscal Years of this Agreement, beginning October 1, 2007, the only cost chargeable to RCS Parties and Associates is $17.50 per Subscriber Unit per month in order for the RSC Party or Associate to gain and enjoy full participation in the RSC System. All parties expressly acknowledge and agree that the annual Subscriber Unit Fee shall, without exception, be frozen at $17.50 per Subscriber Unit per month for the first five Fiscal Years of this Agreement, beginning October 1, 2007. Please note at this time the County is exercising its right for potential increase set forth in Subsection 14.05. Subsection 14.05: Potential Increases in Subscriber Unit Fees. Following the first five Fiscal Years of this Agreement, during which time the annual Subscriber Unit Fees will have remained frozen at $17.50 per Subscriber Unit per month, the annual Subscriber Unit Fee which is assessed for each Subscriber Unit may be increased by the Program Manager/Williamson County in an amount not to exceed ten percent (10%) per year per Subscriber Unit. In the event that the Program Manager/Williamson County makes a determination that an increase is necessary which exceeds such ten percent (10%) limit, then and in that event the Program Manager/Williamson County shall submit the matter to the Advisory Board. After a hearing, the Advisory Board shall make known in written form its determination as to whether an increase above such ten percent (10%) limit is warranted and, if so, an appropriate percentage of increase to the Subscriber Unit Fee. Following receipt of such determination by the Advisory Board, the Williamson County Commissioner’s Court shall set the actual amount of increase, if any. The Program Manager/Williamson County shall notify the RCS Parties and Associates of same. Subscriber fees set forth for the FY 2017 will be as such: $28.18 per subscribing unit per month. You may direct any questions or concerns regarding this increase to the RCS System Manager Catherine Roberts 512-943-3575 or Julie Kiley at County Auditor’s office 512-943-1552. Page 10 of 80 City of Georgetown, Texas Government and Finance Advisory Board October 5, 2016 SUBJECT: Cons id eration and p o s s ib le ac tion to approve a c o ntract in the amo unt not to exc eed $106,690 with Plante Mo ran fo r c ons ulting s ervices to p ro vide as s is tanc e in the s electio n o f a s oftware s o lutio n(s) fo r financ ial management, proc urement, human resources and payro ll. – Leigh Wallac e, F inance Direc tor ITEM SUMMARY: Background The City’s current financial and p ayroll s ystem is Tyler Tec hno lo gy’s Incod e, which has been in us e since 1993. Due to the tremendous gro wth o f the C ity, modern, full-service financ ial management, human res o urc e proc urement and payro ll sys tems are es s ential. A cons ultant is need ed to as s ist the City with d eveloping a s o ftware s trategy, as s es s ing the C ity’s c urrent financial and human res ources p ro cedures , writing the reques t fo r proposals fo r the s o ftware s o lutio n(s) and evaluating the res p o nses. RFP Process On July 22, the City releas ed this req uest for propos al fo r c o nsulting s ervic es . The s taff c o mmittee that d rafted this req ues t and reviewed the respons es inc luded the F inance Direc to r, C o ntro ller, Human Resources Direc to r, HR As s is tant Direc tor, IT Direc tor, IT Assistant Director, and As s is tant City Manager. Nine proposals were rec eived. The proposals were reviewed and s cored ind ep endently by staff, then reviewed c o llec tively fo r the b es t value and s ervic e match. T he top three sc oring firms were invited to meet with the c o mmittee and p res ent details of their s trategy and best value fo r G eo rgeto wn. Recommendations Bas ed on the res pons es and staff evaluatio ns , Plante Mo ran was s elected as the top firm. S taff will nego tiate a final c o ntract of s ervic es with the firm in amo unt not to exceed the p ro p o s al $106,690. This amo unt inc lud es all p ro p o s ed phas es , inc lud ing the o p tional bus iness p ro ces s review. The p ro p o s al is attac hed. Ad am Rujan, Partner Management Cons ulting fro m P lante Moran, will b e p res ent at the meeting for q uestio ns. FINANCIAL IMPACT: Funds fo r this s ervice are includ ed in the General Government Contrac ts bud get of the General Fund in acc o unt number 100-5-0638-51-349 ONE TIME PR OGRAM. SUBMITTED BY: Leigh Wallace, Financ e Directo r ATTACHMENTS: Description Type City's RFP Backup Material Plante Moran Propos al Backup Material Page 11 of 80 CITY OF GEORGETOWN, TEXAS REQUEST FOR PROPOSALS FOR Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll RFP # 201652 Dated: July 22, 2016 DUE DATE FOR RESPONSES August 23, 2016 2:00 PM Central Standard Time Page 12 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 2 Table of Contents 1.0 Notice to Proposers 3 2.0 Background and Current Circumstances 3 3.0 Project Purpose and Objectives 4 4.0 Key Event Schedule 5 5.0 Proposal Submission Requirements 5 6.0 Proposal Evaluation/Selection Process 7 7.0 Instructions to Proposers; General Conditions and Information 8 8.0 Terms and Conditions 12 9.0 Scope of Work 12 10.0 Minimum Qualifications 13 Exhibit A – Terms and Conditions 14 Page 13 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 3 1.0 Notice to Proposers The City of Georgetown (the “City”) is soliciting sealed proposals for Request for Proposal (RFP) No. 201652 for Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll. All addenda, notices, additional information, etc. will be posted to the City of Georgetown Purchasing Department’s web site, http://purchasing.georgetown.org/bid-information/. 2 printed copies (1 original plus 1 copy) plus 1 digital copy on CD/DVD/thumb drive of proposals must be sealed and returned to the City of Georgetown, Attention: Purchasing Manager, P. O. Box 409, Georgetown, Texas 78627 (mailing address) or 300-1 Industrial Avenue, Georgetown, Texas 78626 (physical address) by 2:00p.m. Central Standard Time, on August 23, 2016. All proposals must be plainly marked with the proposal name and RFP number: “Consulting Services to Provide Assistance in the Selection of a Software Solution for Financial Management, Procurement, Human Resources, and Payroll RFP # 201652“. Proposer is responsible for delivery of response by the date and time set for the closing of the proposal acceptance. Responses received after the date and time set for the closing will not be considered. The information contained in these specifications is confidential and is to be used only in connection with preparing this proposal. The City reserves the right to reject any and all proposals and waive informalities in proposals received. All questions concerning this RFP must be addressed in writing (preferably via email) to the following point of contact: Trina Bickford Purchasing Manager 300-1 Industrial Ave. Georgetown, Texas 78627 Phone: (512) 930-3647 Fax: (512) 930-9027 Email: purchasing@georgetown.org 2.0 Background and Current Circumstances 2.1 City of Georgetown The City, according to the US Census Bureau, is the nation’s fastest growing city with a population 50,000 or more. The City had a population of 63,716 in 2015, and is growing at a rate of almost 8% The City is located on Interstate 35, and is the northern most “gateway” to the Austin metropolitan statistical area. While Georgetown offers the amenities and charm of a small community, it is strategically and centrally located in the middle of the four major metropolitan areas of Texas. As the community grows and changes, the City as an organization needs to be more nimble and efficient and requires resources to support these goals. Within the City, Finance and Human Resources are core internal functions supporting all other City services. These key areas require a robust software system to ensure the accuracy and transparency of all financial and human resource related activities. Page 14 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 4 2.1.1 Current Georgetown Financial and Human Resource Information Systems The City currently utilizes a client-server based packaged software product for its financial applications supplied by Incode, a subsidiary of Tyler Technologies. The software product has been in use since January 1993, and is routinely updated as new versions are provided by Incode. The financial modules currently in use include the general ledger, accounts payable, accounts receivable, payroll, budget, utility billing, centralized cash receipts, municipal court, purchasing, inventory, fixed assets, building permits and human resources. The City does not currently have a full service human resource platform, although Incode does provide some basic Human Resource and payroll functionality. The City has begun the process of replacing the Incode Utility Billing module with a new Customer Information System (CIS). The fixed asset system was replaced in October of 2014. 2.1.2 Future Needs for Financial Management, Procurement, Human Resource, and Payroll Software Due to the tremendous growth of the City, modern, full-service financial management, human resource and payroll systems are essential. The City’s goal is to procure a solution, either in the form of a single software suite or combination of two systems, which provides advanced capabilities in each of these areas: Financial Management and Procurement – providing integrated fund accounting and budgeting, highly flexible budgeting capabilities, performance measure tracking and analysis, centralized and decentralized access to information and reporting, purchasing management, contract management, project accounting, grant management, and adherence to Governmental Accounting, Auditing and Financial Reporting (GAAFR), Generally Accepted Accounting Principles (GAAP), and Governmental Accounting Standards Board (GASB) standards. Human Resource and Payroll – an integrated system that takes an employee record from hiring of a new employee through the life of an employee to retirement/termination including the following: recruiting and onboarding of new hires, position control, compensation planning, benefit administration/open enrollment capabilities, Family and Medical Leave Act (FMLA) tracking, Affordable Care Act (ACA) compliance reporting, performance appraisal management, payroll, easy data extractions and reporting, exiting and retiring of employee. Additionally, the system must provide easy time keeping capabilities, user-friendly employee and supervisory access and reporting, Workers’ Compensation tracking and employee training/development tracking capabilities. The City also requires assistance in determining whether an onsite hosted solution or a cloud based solution would be most advantageous. 3.0 Project Purpose and Objectives 3.1 Scope of Procurement The City requires assistance in selection of a solution - a single software suite versus two separate products; onsite hosted versus cloud based - to perform all required functions as detailed above. Page 15 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 5 3.2 Anticipated Approach 3.2.1 Included Services The City requires the successful Proposer to provide services appropriate to successful development of a plan for selection of a system as described in the RFP, and anticipates specific services include, but are not limited to: evaluation of available software systems, assistance in determination of system requirements in order to ensure selection of all of the City’s immediate and future requirements are met, assistance in evaluation of proposals and selection of a suitable software system(s). The City also requests proposals for an optional assessment of the City’s current financial and human resources processes. If proposing this optional service, Proposer must include a detailed proposal for the assessment including separate pricing. As a part of the evaluation and award process, the City will make the decision on award of the assessment process as a part of this project. 3.2.2 Excluded Services The procurement of the service under this RFP will not include the solicitation process, actual procurement of the software system(s), or contract drafting/negotiation for award of the procurement. Separate RFPs will be used for the acquisition of the system(s) and for any required implementation consulting services after system is selected. 3.2.3 Ability to combine vendors The City will consider combinations of vendors to achieve all requirements of this RFP. As a result, it is possible for a vendor to propose portions of the services and specify partners for the remaining requirements. If this approach is taken, the City will evaluate the number, strength and relationship of the vendors proposed to determine if that approach provides the best value for the City. 4.0 RFP Key Events Schedule Issue RFP July 22, 2016 Deadline for questions on RFP August 8, 2016, 5PM CST Proposals due August 23, 2016, 2PM CST City evaluation of proposals completed (approx.) September 26, 2016 Selection of successful Proposer (approx.) September 27, 2016 Recommendation for award to Board (approx.) September 28, 2016 Council approval of Award (approx.) October 11, 2016 The City anticipates issuing the RFP for procurement of the required software system(s) no later than March 1, 2017. 5.0 Proposal Submission Requirements 5.1 Proposal Submission Format The Purchasing Department will not accept oral proposals, or proposals received by telephone or FAX machine. Proposals must be prepared simply and economically, providing a straightforward, concise description of Proposer’s ability to meet all requirements and specifications of this RFP. Emphasis should Page 16 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 6 be focused on focused on completeness, clarity of content and responsiveness to all requirements and specifications of this RFP. The proposal must be submitted in hard copy. Proposer shall submit 1 original and 1 copy of the entire proposal, plus 1 digital copy (on CD, DVD or thumb drive) consisting of: • Signed cover letter; • A detailed description of proposing firm’s history, structure, qualifications and experience, including documentation of compliance with the minimum qualifications as indicated in Section 10; • Detailed proposal for services specified in this RFP including detailed cost, including optional assessment described in Section 3.2.1; • Resumes of key staff proposed to provide services; • References – a minimum of three references for consulting jobs similar in size and scope to the project described in this RFP. References must include the name of the client, point of contact, all contact information, description of project, project dates. References must be for projects successfully completed within the past three years; and • Any other information necessary for the City to evaluate Proposer’s ability to successfully provide the specified services as detailed in this RFP. Proposer may also provide supplemental marketing or technical materials, to be packaged separately from the Proposal. No materials provided by Proposer will be returned at any time during or following this procurement. 5.2 Proposal Time Stamp The time proposals are received shall be determined by the time clock stamp in the Purchasing Department. Purchasing Department personnel will promptly timestamp submissions as they are received. Proposers are responsible for insuring that their proposals are received and stamped by Purchasing Department personnel by the deadline indicated. 5.3 Proposer Representations and Responsibilities By submitting a proposal in response to this RFP, Proposer represents that it has carefully read and understands all elements of this RFP; has familiarized itself with all federal, state, and local laws, ordinances, and rules and regulations that in any manner may affect the cost, progress, or performance of the contract work; and has full knowledge of the scope, nature, quality and quantity of services to be performed. By submitting a proposal in response to this RFP, the Proposer represents that is has not relied exclusively upon any technical details in place or under consideration for implementation by the City, but has supplemented this information through due diligence research and that the Proposer sufficiently understands the issues relative to the indicated requirements. The failure or omission of Proposer to receive or examine any form, instrument, addendum, or other documents or to acquaint itself with conditions existing at the site or other details shall in no way relieve any Proposer from any obligations with respect to its proposal or to the contract. Page 17 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 7 5.4 Proposal Withdrawal A proposal may be modified or withdrawn by the Proposer any time prior to the time and date set for the receipt of proposals in accordance with the following guidelines. 1. Proposer shall notify the Purchasing Department in writing of its intention to withdraw a previously submitted proposal. 2. If a change in the proposal is requested, the modification must be worded by the Proposer as to not reveal the original amount of the proposal. 3. Proposals withdrawn and modified must be resubmitted to the Purchasing Department no later than the time and date set for the receipt of proposals. 4. No proposal can be withdrawn after the time set for the receipt of proposals and for a minimum of sixty (60) days thereafter. 5.5 Late Proposals All proposals received in the Purchasing Department on time shall be accepted. All late proposals received by the Purchasing Department shall be returned upon request to the Proposer unopened. Proposals shall be open to public inspection only after award of the contract. 5.6 Proposer Questions Proposers may contact the individual listed in Section 1 with any questions regarding this RFP. Proposers shall not attempt to contact City Council members, the City staff or management directly during the pre-proposal or post proposal period. The City intends to respond to all appropriate questions and concerns; however, the City reserves the right to decline to respond to any question or concern. All material questions/responses, clarifications, modifications and/or interpretations will be incorporated into an addendum which will be publically posted. All addenda issued prior to the due date/time for responses are incorporated into this RFP and must be acknowledged in proposal. Only information provided in written addenda shall be binding – oral or other interpretations shall not be binding and are held without legal effect. 6.0 Proposal Evaluation/Selection Process The City has attempted to provide a comprehensive statement of requirements through this RFP for the consulting engagement. Written proposals must present Proposer's qualifications and understanding of the work to be performed. Proposers are asked to address each evaluation criteria and to be specific in presenting their qualifications. Proposals must be as thorough and detailed as possible so that the City may properly evaluate capabilities to provide the required goods/services. Selection may be made of one or more Proposers deemed to be fully qualified and best suited among those submitting proposals. Demonstrations and possible site visits may be conducted for the Proposers so selected. The City reserves the right to award based on the responses received or to negotiate with any or all of the Proposers so selected. Price shall be considered, but shall not be the sole determining factor. The City may also award to other than the highest ranked proposer in the event the best and final price submitted by Proposer is more than the budget available for the project. The City shall select the Proposer which, in the City’s opinion, has made the proposal most beneficial to the City for award. Should the City determine in writing and in its sole discretion that only one Proposer is fully qualified or that one Proposer is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that Proposer. The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the Proposer's proposal as negotiated. Page 18 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 8 For purposes of evaluation, the City may establish, after an initial review of proposals, a competitive range of acceptable or potentially acceptable proposals composed of the highest rated proposals, and defer action on proposals outside of the competitive range pending selection of a successful Proposer; however, the City reserves the right to include additional proposals in the competitive range if deemed to be in the City’s best interest. The City may permit revision of proposal(s) prior to final selection of a successful Proposer; such revisions, including pricing, shall become binding. Proposers within the competitive range may be provided an opportunity for discussion and revision of its proposal. The City is not obligated to select the Proposer offering the most attractive economic terms if such Proposer is not the most advantageous to the City overall, as solely determined by the City. By submission of a proposal, Proposer acknowledges acceptance of the evaluation process, the evaluation criteria, all specification, terms and conditions and all other requirements and specifications set forth in this RFP, and recognition that some subjective judgments must be made by the City during the process. The City makes no guarantees or representations that any award will be made and reserves the right to cancel this solicitation for any reason. Proposer shall be solely responsible and accept all risk for any costs associated with preparation of a response to this RFP, or subsequent evaluation related activities such as onsite interviews, demonstrations or presentations. 6.1 Evaluation Criteria The City has established specific, weighted criteria for selection. This section presents the evaluation criteria, description, and relative weight assigned to each (100 points maximum). The City will evaluate each Proposer’s responses to the requirements contained in this RFP. 6.1.1 Quality of proposal 30 points 6.1.2 Qualifications and experience 25 points Evaluation will be based on detailed description of Proposer’s qualifications and experience as well as resumes of key staff proposed for assignment to the project. 6.1.3 Recent experience with comparable projects 25 points 6.1.4 Total cost 20 points 6.2 Proposal Evaluation Process Each proposal will be reviewed, evaluated, and scored as part of the formal selection process. Each proposal will be reviewed independently based solely on the merits of the proposal. The proposals will then be scored and, if necessary, a short list of Proposers will be selected for additional evaluation, Proposer presentations, demonstrations, and reference checks. 7.0 Instructions to Proposers; General Conditions and Information A. The City is soliciting competitive sealed proposals from Proposers having suitable qualifications and experience in providing services in accordance with all terms, conditions, specifications and requirements of this RFP. This RFP is intended to describe the requirements and response format in sufficient detail to secure comparable proposals. Page 19 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 9 B. The City adheres to all statutes, court decisions and the opinions of the Texas Attorney General with respect to disclosure of public information. C. The City, in its sole discretion, expressly reserves the right to request and/or require any additional information from Proposer(s) deemed relevant with respect to this RFP. D. Pursuant to Texas Local Government Code Section 262.030, proposals shall be opened so as to avoid disclosure of the contents to competing offers. Details will not be released until all ensuing negotiations have been completed and contractual agreements have been executed. All information submitted on this RFP will be public record. E. All proposals become the property of the City and will not be returned to Proposer. F. Award of the contract, if any, shall be made to the responsible Proposer whose proposal is determined to be the best evaluated offer from negotiation, taking into consideration the relative importance of price and other evaluation factors set forth in this RFP. All proposals must be valid for a minimum of 90 days from the date of submission. G. The City expressly reserves the right to: i. Waive any defect, irregularity or informality in any proposal; ii. Reject or cancel any or all proposals, or part(s) of any proposal; iii. Accept proposals from one or more Proposers; iv. Procure services by other means; v. Select the acceptable Proposer(s) who will offer contractual terms and conditions most favorable to the City; and/or vi. Modify the specifications of the RFP contract for segments of this RFP, and/or negotiate the price and any other terms with Proposers, as needed. H. Any contract awarded based on this RFP shall be governed by and construed in accordance with the laws of the State of Texas, is fully performable in Georgetown, Texas, and venue for any action related to this contract will be Georgetown, Texas. I. The implied warranties of merchantability and fitness for a particular purpose shall not be waived under this RFP or any contract awarded from this RFP except as expressly authorized in writing by the City granting the waiver. J. Proposal and, as necessary, all associated documents must be signed by an individual authorized to contractually commit Proposer. K. Proposers must include the following information as a part of proposal. Failure to any information requested in this RFP may result in the disqualification of the proposal. 1. Proposer shall furnish a complete name, mailing address and telephone number. 2. Proposal must designate individual(s), along with respective telephone numbers, responsible for answering technical and contractual questions with respect to proposal. Page 20 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 10 3. Proposals should not contain promotional or display materials, except as such materials may directly answer, in whole or in part, questions contained in the RFP. Such exhibits shall be clearly marked with the applicable reference number of the questions in the RFP. L. By submission of a response to this RFP, Proposer acknowledges and/or certifies the following: 1. Cost for developing proposals is entirely the responsibility of the Proposer and shall not be chargeable to the City. 2. Requirements stated in the RFP shall become part of any award to successful Proposer(s), and any deviations from these requirements must be specifically defined in proposal, request for clarification and/or counter proposal which, if accepted, shall also become part of any contract resulting from this RFP. The contents of the proposal and any clarification or counter proposal thereto submitted by the successful Proposer shall become part of the contractual obligation and incorporated by reference into the ensuing contract. 3. Products and services not specifically mentioned in this RFP, but which are necessary to provide the functional capabilities described by the Proposer shall be included in the proposal. 4. Proposer may withdraw their proposal by submitting a written request for withdrawal signed by an authorized individual to the Purchasing Manager any time prior to the submission deadline. Proposer may thereafter submit a new proposal prior to the deadline. Modifications offered in any manner will not be considered if submitted after the deadline. 5. Successful Proposer may be required to provide an affidavit that they have not conspired with other potential suppliers in any manner to attempt to control competitive pricing. This paragraph does not, however, preclude two or more suppliers of certain parts of the requirements from presenting a combined or joint proposal for the purpose of providing a complete proposal. 6. Proposer certifies that they are a duly qualified, capable and otherwise bondable business entity not in receivership or contemplating same, and have not filed for bankruptcy. 7. Proposer shall not discriminate against any employee or applicant for employment because of race, religion, sex, sexual preference, color or national origin and shall make efforts to ensure that employment is offered to applicants without regard to race, religion, sexual preference, color and national origin. 8. Proposer, its employees, subcontractors, and agents shall comply with all applicable federal and state laws, the charter and ordinances of the City of Georgetown, Texas, and all applicable rules and regulations promulgated by all local, state, and national boards, bureaus, and agencies. Successful Proposer shall further obtain and maintain all permits and licenses required, if any, for the performance of any services required hereunder. 9. Proposals submitted in accordance with the requirements of this RFP shall be considered offers to contract on the terms contained in the proposals and in this RFP and at the price offered by the successful Proposer. If the City awards a contract to the successful Proposer, such award will constitute an acceptance of that offer and a contract between the City and the successful Proposer embodying the terms of this RFP and the proposal will become effective on the date of such award. 10. Any award under this RFP, or any part of the work to be provided under this RFP, shall not be assignable by Proposer without the express written permission of the City. Page 21 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 11 M. The following insurance coverages are considered appropriate for the services required by the City – Proposer must provide information in proposal indicating compliance with these limits. Alternatively, Proposer may indicate their proposed coverage levels appropriate for the required services and in accordance with all applicable laws, rules, guidelines, regulations and statutory requirements, and the City will consider that information in the evaluation process: a. Workers’ Compensation Insurance at statutory limits, including employer’s liability coverage at minimum limits. In addition to these, Proposer must meet each stipulation required by the Texas Workers Compensation Commission; (Note: questions concerning these requirements should be directed to the TWCC at (512) 440-3789). b. Commercial General Liability Insurance at minimum combined single limits of $500,000 per occurrence and $1,000,000 general aggregate for bodily injury and property damage, which coverage shall include products/completed operations, independent contractors, and contractual liability each at $500,000 per occurrence. Coverage must be written on an occurrence form. c. Auto Liability Insurance shall be no less than $500,000 combined single limit each accident for bodily injury and property damage, including owned, non-owned, and hired vehicle coverage. d. Policies shall be endorsed to provide the City of Georgetown a thirty-(30) day notice of cancellation, material change in coverage, or non-renewal of coverage. Applicable policies shall also be endorsed to name the City of Georgetown as an additional insured on General Liability and Auto. e. Waiver of Subrogation in favor of the City with respect to General Liability, Auto and Workers’ Compensation. f. Noncompliance may result in the contract being awarded to the next lowest responsive and responsible Proposer. g. After award, successful Proposer shall procure and maintain, at its sole cost and expense for the duration of the contract, all contractually agreed upon coverages. Proof of required insurance must be provided to the City. N. Successful Proposer shall perform the work in accordance with applicable laws, codes, ordinances, and regulations of the state of Texas and the United States and in compliance with Occupational Safety and Health Administration (OSHA) regulations and other laws as they apply to its employees. Successful Proposer shall be responsible for instructing employees with regard to safe working habits. O. Successful Proposer shall be responsible for conducting criminal background checks and verifying employment eligibility on all custodial employees that will have access to City property in accordance with the state and federal laws. P. Identification must be worn or available for display upon request by employees of the successful Proposer while fulfilling duties at City sites. Page 22 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 12 8.0 Terms and Conditions The City expects the successful Proposer to agree to the standard terms and conditions that would be extended by the City for the purchase of comparable products and services. The City’s standard terms and conditions are attached for reference. Any required contracts must be submitted with proposal for review by the City. 9.0 Scope of Work This Scope of Work specifies services that the City expects to acquire from the successful Proposer as a result of this solicitation. 9.1 Development and documentation of a project vision, strategic objective and project plan for software system selection process. 9.2 High level formulation of a simple “back office” application strategy or enterprise resource planning (ERP) strategy which evaluates whether a single suite ERP solution, or separate applications addressing financial management activities (finance, accounting, procurement) and human resource activities (human resources, payroll) would be most advantageous, resulting in a brief outline of the ERP strategy. Additionally, outline must address strategy for evaluation of on site hosting versus cloud systems. 9.3 Facilitation of onsite meetings/workshops with decision makers, key stakeholders and subject matter experts to determine business needs. 9.4 Facilitation and ongoing coordination of a selection team comprised of key stakeholders. 9.5 Development and documentation of a high level listing of primary business processes, both current and desired, for financial management, human resources and payroll 9.6 Development and documentation of high level categories for evaluation criteria/software requirements including at a minimum criteria for assessing product functionality, technology, costs, service quality, product vision and viability of successful implementation. 9.7 Development and documentation of detailed criteria/requirements in each high level category, including provision of typical criteria for this type of product, for review by the selection team. 9.8 Assistance in ranking and prioritizing of each detailed criteria as “mandatory” or “optional”, resulting in a detailed prioritized requirements list. 9.9 Develop and document a market overview of software systems which best meet the City’s requirements, including a description of any tradeoffs among available systems, operational benefits resulting from various capabilities/functionalities and general pricing information, resulting in a written overview and summary document along with a suggested project budget. 9.10 Development and documentation of a decision making methodology for assessing different systems and implementation approaches, resulting in a recommended decision making process. 9.11 Assist in development of Request for Proposals for the required software system and any necessary implementation services, collaborating with City staff to develop a draft RFP. Page 23 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 13 9.12 Facilitate in proposer evaluation process including, but not limited to, coordination of proposer demonstrations and reference checks. 9.13 Facilitate proposer evaluation process, collaborating with the selection committee, to make and document a recommendation for award. 9.14 Assist in initial review of contract scope, verifying all required products and services as detailed in the Request for Proposals, proposal, presentations, discussions, negotiations and proposer’s best and final offer are incorporated into the contract scope, and provide written comments/feedback on draft contract. City staff will handle legal review and negotiation of final contact. 10.0 Minimum Qualifications Proposer must have documented experience in selection of financial management, human resource and payroll software systems for organizations similar in size and complexity to the City. Additionally Proposer must be familiar with business operations of Texas municipal governments including those operating water and electric utilities. The City prefers Proposer be familiar with related software systems currently in use, such as Infor EAM, Tyler Technologies’ Incode and Itineris UMAX. Proposals must include documentation that Proposer meets all minimum qualifications. Page 24 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 14 EXHIBIT A CITY OF GEORGETOWN Standard Terms and Conditions By acceptance of a purchase order or agreement, or response to a solicitation, Vendor agrees the following terms and conditions, without modification, will govern: I. DEFINITIONS The following definitions shall be used to identify terms throughout procurement documents: A. AGREEMENT/CONTRACT – A mutually binding legal document obligating the Vendor to furnish the goods, equipment or services specified within the solicitation and obligating the City to pay for the goods, equipment, or services specified. . B. BID/PROPOSAL /RESPONSE/OFFER/QUOTATION– A complete, properly signed response to a solicitation that, if accepted, would bind the Respondent to perform the resulting contract. C. BIDDER/PROPOSER/RESPONDENT/OFFERER – The Respondent identified throughout the solicitation that they consider themselves qualified to provide the goods, equipment or services specified herein, and are interested in making an offer to provide the goods, equipment or services to the City. D. CITY – The City of Georgetown, located in Williamson County, Texas. E. GOODS –Materials, supplies, commodities and/or equipment. F. PIGGYBACK CONTRACT – A contract or agreement that has been competitively bid in accordance with State of Texas statutes, rules, policies and procedures and has been extended for the use of state and local agencies and active State of Texas CO-OP entities. G. PURCHASE ORDER – An order placed by the City for the purchase of goods or services issued on the City’s standard purchase order form and which, when accepted by the Vendor, becomes a contract. The purchase order is the Vendor’s authority to deliver and invoice the City for goods or services specified, and the City’s commitment to accept the goods or services for an agreed upon price. H. SERVICES – Work performed to meet the requirements and demand of the purchase order. The furnishing of labor, time, or effort by the Vendor and their ability to comply with promised delivery dates, specification and technical assistance specified. I. SOLICITATION/INVITATION TO BID/REQUEST FOR PROPOSALS/REQUEST FOR QUOTES – The solicitation document issued by the City containing terms, conditions and specifications for the service or commodity to be procured. J. SUBCONTRACTOR – Any person or business enterprise providing goods, labor, and/or services to a Vendor if such goods, equipment, labor, and/or services are procured or used in fulfillment of the Vendor’s obligations arising from a contract with the City. K. VENDOR/CONTRACTOR – Person or business enterprise providing goods, equipment, labor and/or services to the City as fulfillment of obligations arising from an agreement or purchase order. II. SOLICITATIONS A. CONFLICT OF INTEREST: Effective January 1, 2006, Chapter 176 of the Texas Local Government Code (HB 914) requires an entity contracting or seeking to contract for the sale or purchase of property, goods, or services with a local governmental entity to disclose any affiliation or business relationship which might create a conflict of interest with a local government entity. The Conflict of Interest Questionnaire is available from the Texas Ethics Commission at www.ethics.state.tx.us, and completed forms must be submitted to the appropriate records administrator of the City not later than the seventh business day after the date the entity begins contract discussions or negotiations with the local governmental entity, or submits to the local governmental entity an application, response to a Request for Proposals or Bids, correspondence, or another writing related to a potential Agreement with the local governmental entity. If responding to a Solicitation, the Conflict of Interest Form may be submitted with the Response. The completed forms may be mailed or hand delivered to the City Secretary at the following address: The City of Georgetown, Office of the City Secretary, City Hall, 113 East 8th Street, Georgetown, TX 78626. This legislation is subject to change and each entity should consult its own attorney regarding the current law. Any attempt to intentionally or unintentionally conceal a conflict of interest may result in disqualification of any response to a solicitation. The validity of the Contract is not affected solely because of failure to comply with the conflict of interest disclosure requirements. B. COMMUNICATIONS WITH THE CITY: To insure the proper and fair evaluation of a Solicitation, the City prohibits ex parte communication (e.g., unsolicited) initiated by the Offeror to the City Official or Employee evaluating or considering the Responses prior to the time an award has been made. Communication between Offeror and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the Solicitation. Ex parte communication may be grounds for disqualifying the offending Offeror from consideration or award of the Solicitation then in evaluation, or any future Solicitation. Unless otherwise specified, all requests for clarification or questions regarding a Solicitation must be directed to the City of Georgetown Purchasing Department, Attn.: Purchasing Manager, PO Box 409, 300-1 Industrial Avenue, Georgetown, TX 78627, 512-930-3647, FAX: 512-930-9027, purchasing@georgetown.org. Page 25 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 15 C. DISCLOSURE OF PENDING LITIGATION: Each Respondent shall include in its proposal a complete disclosure of any material civil or criminal litigation or pending investigation which involves the Respondent or in which the Respondent has been judged guilty. D. CONFIDENTIALITY OF RESPONSES, PUBLIC INFORMATION ACT: All Responses are subject to release as public information unless the Response or specific parts of the Response can be shown to be exempt from the Texas Public Information Act. Respondents are advised to consult with their legal counsel regarding disclosure issues and take the appropriate precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation or responsibility for asserting legal arguments on behalf of potential Respondents. If a Respondent believes that a Response or parts of a Response are confidential, then the Respondent shall so specify. The Respondent shall stamp in bold red letters the term "CONFIDENTIAL" on that part of the Response, which the Respondent believes to be confidential. Vague and general claims as to confidentiality shall not be accepted. All Responses and parts of Responses that are not marked as confidential will be automatically considered public information. Notwithstanding, responses to Requests for Proposals shall be opened in a manner that avoids disclosure of the contents to competing offeror and keeps the proposals secret during negotiations as provided for in Section 252.049 of the Local Government Code. E. CLARIFICATIONS, WAIVER OF MINOR TECHNICALITIES OR DISCREPANCIES: The City reserves the right to request clarification or additional information specific to any response after all Responses have been received and the Solicitation due date has passed. Additionally, the City reserves the right to accept or reject all or part of any Response, waive any formalities or technical inconsistencies, delete any requirement or specification from the Solicitation, or terminate the Solicitation when deemed to be in City’s best interest. F. COST OF PREPARATION OF RESPONSE: All costs directly or indirectly related to preparation of a Response to this Solicitation or any oral presentation required to supplement and/or clarify a Response which may be required by the City shall be the sole responsibility of the Respondent. G. RESPONSES BECOME PROPERTY OF THE CITY: Submissions received in response to a Solicitation become the sole property of the City. H. WITHDRAWAL OF A RESPONSE: A Response may be withdrawn prior to the submission deadline by submitting a written request for its withdrawal to the Purchasing Manager. A new Response may be submitted and must be received prior to the submission deadline to be considered. Modifications offered in any manner will not be considered if submitted after the submission deadline. I. DETERMINATION OF AWARD, RESULTING AGREEMENT: In determining award, the City reserves the right to select the acceptable Respondent who will offer contractual terms and conditions most favorable to the City. All requirements stated in the Solicitation shall become a part of any Contract, Agreement or Purchase Order awarded as a result of the Solicitation, and any deviations from these requirements must be specifically stated and defined by the Respondent in their Response. Requests for clarification and the responses(s) shall also become a part of any Contract, Agreement or Purchase Order resulting from the Solicitation. J. AFFIRMATIONS AND CERTIFICATIONS: By signature on and submission of a Response, Respondent certifies they have not conspired with any other potential supplier in any manner to attempt to control competitive pricing. By signature on and submission of a Response, Respondent certifies they are duly qualified, capable and a bondable business entity not in receivership or contemplating same, and has not filed for bankruptcy. By signature on and submission of a Response, Respondent affirms that they will not discriminate against any employee or applicant as prohibited by law. K. REQUIREMENTS FOR SUBMISSION OF RESPONSE: 1. All Responses must be submitted on the form provided by the City, and accompanied by all required attachments. Each Response shall be placed in a separate envelope and properly identified with Solicitation Number and Opening Date. Responses must be time-stamped at the Purchasing Department, 300-1 Industrial Avenue, PO Box 409, Georgetown, TX 78626, on or before due date and time shown on the Solicitation form. Late Responses will not be considered. 2. If applicable, Respondent will show exact cost to deliver. Responses must specify unit price on the quantity specified, extend and show total. Unit prices shall govern, including in case of errors. Pricing will be considered firm for acceptance for a minimum of 60 days after the due date unless otherwise specified in the Solicitation. The validity period may be extended beyond that date on agreement of parties. Cash discounts will not be considered in determining award; all cash discounts offered will be taken if earned. Respondent will list and deduct all discounts not based on early payment from prices quoted. 3. The City is exempt from all federal excise, state and local taxes unless otherwise stated. The City claims exemption from under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon request. Do not include taxes in Response to any Solicitation. 4. Unless stated otherwise, any catalog, brand name or manufacturer's reference used in the Solicitation is descriptive (not restrictive), and is used to indicate type and quality desired. Responses on brands of like nature and quality will be considered. If quoting on other than referenced specifications, the Response MUST show manufacturer brand or trade name and description of product offered. Illustrations and complete descriptions of product offered should be Page 26 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 16 made part of the Response. If Respondent does not identify exceptions to the specifications shown in this Invitation, Respondent will be required to furnish brand names, numbers, etc., as shown in the Solicitation. 5. Response must show the number of days required to deliver items or provide services to the City’s designated location under normal conditions. Unrealistically short or long delivery promises may cause Response to be disregarded. Failure to state delivery time obligates Respondent to complete delivery in 14 calendar days. III. PURCHASE ORDERS A. GENERAL TERMS AND CONDITIONS 1. ACCEPTANCE: A Purchase Order is the City’s commitment to make procurement and is subject to Vendor’s acceptance of the City’s terms and conditions 2. ABSENCES OF PURCHASE ORDER OR AGREEMENT: The City is not responsible for delivery of any materials or services without a proper Purchase Order 3. VENDOR’S OBLIGATIONS: The Vendor shall fully and timely provide all deliverables described in the Solicitation and in the Vendor’s Offer in strict accordance with the terms, covenants, and conditions of the Agreement and all applicable Federal, State, and local laws, rules, and regulations. 4. EFFECTIVE DATE/TERM: Unless otherwise specified in the Solicitation, this Agreement shall be effective as of the date the City issues and signs the Purchase Order, and shall continue in effect until all obligations are performed in accordance with the Agreement. 5. SUBCONTRACTORS: If the Vendor utilizes Subcontractors in providing the goods and/or services under this Purchase Order, the Vendor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Vendor is responsible for the Vendor’s own acts and omissions. The Vendor shall: a. Require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Agreement; b. Prohibit the Subcontractor from further subcontracting any portion of the Agreement without the prior written consent of the City and the Vendor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and amount acceptable to the City; c. Require Subcontractors to submit all invoices and applications for payments, including any claims for additional payments, damages or otherwise, to the Vendor in sufficient time to enable the Vendor to include same with its invoice or application for payment to the City in accordance with the terms of the Agreement; d. Require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Vendor, with the City being a named insured as its interest shall appear; e. Require that the Subcontractor indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify the City; and f. Shall pay each Subcontractor its appropriate share of payments made to the Vendor not later than ten (10) calendar days after receipt of payment from the City. 6. DELAYS: The City may delay scheduled delivery or other due dates by written notice to the Vendor if the City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Agreement, the City and the Vendor shall negotiate an equitable adjustment for costs incurred by the Vendor in the Agreement price and execute an amendment to the Agreement. The Vendor must assert its right to an adjustment within ten (10) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution Process specified in Section Z. However, nothing in this provision shall excuse the Vendor from delaying the delivery as notified. 7. FORCE MAJEURE: Neither party shall be liable for any default or delay in the performance of its obligations under this Agreement if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, sabotage, sovereign conduct, or any other cause beyond reasonable control. In the event of default or delay in performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held within three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform. 8. INSURANCE REQUIREMENTS: Unless specific insurance requirements are noted, Vendor shall maintain insurance coverage appropriate for the fulfillment of the Purchase Order. In the event the Vendor, its employees, agents or subcontractors enter premises occupied by or under the control of the City, the Vendor agrees to maintain public liability and property damage insurance in reasonable limits covering the obligations set forth in this Purchase Order, and will maintain Workers’ Compensation coverage (either by insurance or if qualified pursuant to law, through a self-insurance program) covering all employees performing on premises occupied by or under control of the City. Upon request, Vendor shall provide a copy of its insurance policies to the City. Page 27 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 17 9. EXCEPTIONS TO SPECIFICATIONS: Any deviation from the specifications must be clearly indicated in the Response to the Solicitation or promptly documented in writing at or before the time of the award. Any deviations or exceptions are subject to review by the City and may be grounds for rejection. 10. TRAVEL EXPENSES: All travel, lodging and/or per diem expenses associated with providing the materials, equipment or services specified must be included in the original Quotation and/or the resulting Purchase Order or Agreement. All travel expenses are subject to review by the City and documentation of actual itemized expenses may be requested. No reimbursement will be made without prior authorization, or for expenses not actually incurred. Airline fares in excess of coach or economy will not be reimbursed. 11. HUB REQUIREMENTS: The City complies with the requirements of the State of Texas Local Government Code, Chapter 252, Section 252.0215. 12. SPECIAL TOOLS AND EQUIPMENT: If the price stated in the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Vendor to fulfill the Agreement, such special tooling and/or equipment and all process sheets associated thereto shall become the property of the City and shall be identified by the Vendor as such. B. SERVICES 1. PLACE AND CONDITIONS OF WORK, ACCESS TO SITE: If Services are to be performed principally on the City’s premises or in public rights of way, the City shall provide the Vendor access to the sites where the Vendor is to perform the Services as required in order for the Vendor to perform in a timely and efficient manner, in accordance with and subject to applicable security laws, rules and regulations. The Vendor acknowledges that it has satisfied itself as to the nature of the City’s service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of the materials, equipment, labor and facilities necessary to perform the Services and any other conditions or states of fact which could, in any way, affect performance of the Vendor’s obligations under the Agreement. The Vendor shall promptly notify the City if the actual site or service conditions differ from the expected conditions and failing to do so, hereby releases and holds the City harmless from and against any liability or claim for damages of any kind or nature. 2. VENDOR TO PROVIDE ALL MATERIAL, EQUIPMENT, LABOR: Vendor shall provide all goods and labor necessary to perform Services. All material must be new and all equipment utilized must be in good safe working condition and suitable for Services. Vendor shall employ all personnel for Services in accordance with the requirements of applicable local, state, and federal law. 3. WORKFORCE: If Services are to be performed principally on the City’s premises or on public right-of-ways: a. Vendor shall employee only orderly and competent workers, skilled in the performance of the Services which they will perform under the Agreement. b. Vendor, its employees, subcontractors and subcontractor’s employees while engaged in participating in a Solicitation or while in the course and scope of delivering goods and services under City Purchase Order or Agreement may not: i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the Agreement; or ii. use or posses alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be intoxicated or under the influence of alcohol or drugs while on the job. c. If the City or the City’s representative notifies the Vendor that any work is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Vendor shall immediately remove such worker from Agreement Services and may not employ such worker again on Agreement Services without the City’s prior consent. 4. COMPLIANCE WITH ALL SAFETY AND ENVIRONMENTAL REQUIREMENTS: If Services are to be performed principally on the City’s premises or on public rights of way, the Vendor, its subcontractors and their respective employees, shall comply fully with all applicable federal, state and local health, safety and environmental laws, ordinances, rules and regulations in the performance of the Services, including but not limited to those promulgated with the City and the Occupational Safety and Health Administration (OSHA). In the case of conflict, the most stringent safety requirement shall govern. The Vendor shall defend, indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liabilities of any kind or nature arising from the breach of the Vendor’s obligations under this paragraph. 5. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Vendor is observed performing in a manner that is in violation of Federal, State or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Vendor shall cease all work until notified by the City that the violation or unsafe condition has been corrected. The Vendor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. Page 28 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 18 6. WARRANTY OF SERVICES: Vendor warrants and represents that all Services to be provided to the City under the Agreement will be fully and timely performed in good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions and covenants of the Agreement and all applicable Federal, State and local laws, rules or regulations. This warranty may not be limited, excluded or disclaimed and any attempt to do so will be without force or effect. Unless otherwise specified, the warranty period shall be a minimum of one year from acceptance by the City of Services. In the event any applicable warranty is breached, the Vendor shall promptly upon receipt of demand of performance, perform the Services again in accordance with the above standard at no additional costs to the City. All costs incidental to such additional performance shall be borne solely by the Vendor. The City shall endeavor to give the Vendor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City’s rights under this section. In the event the Vendor is unable or unwilling to perform the Services in accordance with the above standards as required by the City, then in addition to any other available remedy, the City may reduce the amount of Services originally required to purchase from the Vendor under the Agreement and procure conforming Services from other sources. In such event, the Vendor shall pay the City upon demand the increased cost, if any, incurred by the city to procure such services from an alternative source. C. COMMODITIES/EQUIPMENT 1. MATERIAL SAFETY DATA SHEETS: Under the “Hazardous Communication Act,” commonly known as the “Texas Right to Know Act,” a Vendor must provide to the City WITH EACH DELIVERY Material Safety Data Sheets, which are applicable to hazardous substances as defined in the Act. 2. GOODS: Goods furnished shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The Vendor represents that all goods and equipment offered shall be new. Unless otherwise specified, used, shopworn, demonstrator, prototype or discontinued models are not acceptable. 3. PACKAGING OF DELIVERABLES: Vendor must package deliverables in accordance with good commercial practice and shall include a packing list showing the description of each item, the quantity and the unit price. Unless otherwise provided in writing by the City, each shipping container shall be clearly and permanently marked with the Vendor’s name and address, and the City’s name, address and Purchase Order number. Vendor shall bear all costs of packaging. Deliverables must be suitably packed to secure lowest transportation cost, conform with requirements of common carriers and ensure safe delivery. The City’s count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. WARRANTY: The goods or equipment specified shall be warranted against defects in material or workmanship for a period of not less than twelve (12) months from date of acceptance by the City. If the manufacturer’s warranty exceeds twelve (12) months, then the manufacturer’s warranty shall be in effect. Vendor shall furnish a copy of the manufacturer’s warranty at the time of delivery. 5. NO LIMITATION OF MANUFACTURERS’ WARRANTIES: Vendor may no limit, exclude or disclaim any warranty provided by manufacturer. D. DELIVERY 1. DELIVERY TERMS, TRANSPORTATION CHARGES, FOB: Deliverables shall be shipped FOB point of delivery unless otherwise specified on the Purchase Order or in the Solicitation. The Vendor’s price shall be deemed to include all delivery and transportation charges. The City shall have the right to designate what method of transportation shall be used to ship deliverables. The place of delivery shall be specified in the Purchase Order. 2. NO SUBSTITUTIONS OR CANCELLATIONS: Unless specifically permitted in writing by the City, no substitutions or cancellations shall be acceptable. 3. NOTICE OF DELAY IN DELIVERY: If a delay in delivery is anticipated, Vendor shall give written notice to the City. The City has the right to extend the delivery time/service date, or to cancel the Purchase Order or Agreement. Vendor shall keep the City advised at all times of the status of the order. Default in promised delivery, service or failure to meet specifications authorizes the City to procure the goods or services from an alternate source and charge the full increase, if any, in cost and handling to defaulting Vendor. Default on delivery may result in legal action and recourse. 4. DELIVERY LOCATION, HOURS, DAYS, HOLIDAYS: Unless otherwise specified, all deliveries must be made to City of Georgetown, Central Receiving, 300-1 Industrial Avenue, Georgetown, TX, between the hours of 8AM and 4PM (CST), Monday through Friday except regularly observed state and federal holidays (see http://georgetown.org/contact-us/holiday-schedule/ for schedule). Receipt of goods or materials does not signify acceptance. 5. NO SHIPMENT UNDER RESERVATION: Vendor is not authorized to ship deliverables under reservation and no tender of bill of lading will operate as a tender of deliverables. 6. TITLE/RISK OF LOSS: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables (no delivery, no sale). Page 29 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 19 7. RIGHT OF INSPECTION AND REJECTION: The City expressly reserves all rights under law, including but not limited to, the Uniform Commercial Code, to inspect the deliverables at delivery or at a reasonable time subsequent to delivery, and to reject defective or non- conforming deliverables. If the City has the right to inspect the Vendor’s or the Vendor’s subcontractors facilities, or the deliverables at the Vendor’s or the Vendor’s subcontractors premises, the Vendor shall furnish or shall cause to be furnished without additional charge all reasonable facilities and assistance to the City to facilitate such inspection. 8. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING GOODS: If, instead of requiring immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to accept such deliverables, the City may do so. The Vendor shall pay all claims, losses and damages attributable to the City’s evaluation of and determination to accept such defective or non-conforming deliverables. If any such acceptance occurs prior to final payment, the City may deduct such amounts as are necessary to compensate the City for the diminished value of the defective or non-conforming deliverables. If discovery that the deliverables are defective or non-conforming occurs after final payment, Vendor may be required to refund such amounts to the City. E. PAYMENT 1. TAX EXEMPT STATUS: The City is exempt from all federal excise, state and local taxes unless otherwise stated in this document. The City claims exemption from all sales and/or use taxes under Texas Tax Code §151.309, as amended. Texas Limited Sales Tax Exemption Certificates are furnished upon request. Vendor will not charge for such taxes. If billed, the City will not remit payment until a corrected invoice is received. 2. INVOICING REQUIREMENTS: Unless otherwise specified, all invoices shall be submitted to City of Georgetown, Accounts Payable, PO Box 409, Georgetown, TX 78627, and issued as required by the Purchase Order or Agreement. Each invoice must reference the unique Purchase Order number, and include the Vendor’s complete name and remit to address. If applicable, transportation and delivery charges must be itemized on the each invoice. A copy of the bill of lading and the freight waybill must be submitted with the invoice if applicable. Invoices for labor must include a copy of all time sheets with labor rate and Purchase Order or Agreement number clearly identified. Invoices for labor shall also include a tabulation of hours worked at the appropriate rates and grouped by work order number, if applicable. Time billed for labor shall be limited to hours actually worked at the work site. 3. PAYMENT TERMS: All payments will be processed in accordance with Texas Prompt Payment Act, Texas Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after acceptance of goods, supplies, materials, equipment or the day of performance of services was completed, or the day of receipt of a correct invoice for goods, supplies, materials, equipment or services, whichever is later. The Vendor may charge a late fee (fee shall not be greater than that permitted under the Texas Prompt Payment Act) for payments not made in accordance with this prompt payment policy; however, the policy does not apply to payments made by the City in the event: (a) there is a bona fide dispute between the City and Vendor concerning the goods, supplies, materials, equipment delivered, or the services performed, that causes the payment to be late; (b) the terms of a federal agreement, grant, regulation or statute prevents the City from making a timely payment with Federal funds; (c) there is a bona fide dispute between the Vendor and a subcontractor and its suppliers concerning goods, supplies, material or equipment delivered, or the services performed, which caused the payment to be late; or (d) the invoice is not mailed to the City in strict accordance with instructions on the Purchase Order or Agreement, or other such contractual agreement. 4. RIGHT TO AUDIT: The Vendor agrees that the representatives of the City shall have access to, and the rights to audit, examine, or reproduce, any and all records of the Vendor related to the performance under this Agreement. The Vendor shall retain all such records for a period of four (4) years after final payment on this Agreement or until all audit and litigation matters that the City has brought to the attention of the Vendor are resolved, whichever is longer. The Vendor agrees to refund to the City any overpayments disclosed by any such audit. 5. FIRM PRICING: The price shall remain firm for the duration of the Purchase Order or Contract, or extension periods. No separate line item charges shall be permitted for either bidding or invoice purposes, which shall include equipment rental, demurrage, fuel surcharges, delivery charges, and cost associated with obtaining permits or any other extraneous charges. Vendor further certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor. 6. PRICE WARRANTY: The Vendor warrants the prices quoted are not materially higher than the Vendors current prices on orders by others for like deliverables under similar terms of purchase. In addition to any other remedy available, the City may deduct from any amounts owed to the Vendor, or otherwise recover, any amounts paid for items materially in excess of the Vendor’s current prices on orders by others for like deliverables under similar terms of purchase. 7. VENDOR OWING TAXES OR FEES TO THE CITY: Payment will not be made to any person, firm or in arrears in taxes or fees to the City. Page 30 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 20 IV. TERMS, CONDITIONS AND ADDITIONAL REQUIREMENTS A. VENDOR’S OBLIGATION: Vendor shall fully and timely provide all deliverables described in Solicitation, Vendor’s Offer in strict accordance with the terms, covenants and conditions of the Agreement and all applicable federal, state and local laws, rules and regulations. B. DEFAULT: Vendor shall be in default under the Agreement if the Vendor (a) fails to fully, timely and faithfully perform any of its material obligations under the Agreement, (b) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (c) makes a material misrepresentation in Vendor’s Offer, or in any report or deliverable required to be submitted by Vendor to the City. C. ABANDONMENT OR DEFAULT: A Vendor who abandons or defaults the work on the Agreement and causes the City to purchase the services elsewhere may be charged the difference in service if any and may not be considered in the re-advertisement of the service and may be rejected as an irresponsible bidder and not considered in future Solicitations for the same type of service unless the scope of work is significantly modified. D. TERMINATION/CANCELLATION: 1. TERMINATION FOR CAUSE: In the event of default by the Vendor, the City shall have the right to terminate the Agreement for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Vendor, within such ten (10) day period cures such default, or provides evidence sufficient to prove to the City’s satisfaction that such default does not, in fact, exist. In addition to any other remedies available under law or in equity, the City shall be entitled to recover all actual damages, costs, losses and expenses incurred by the City as a result of the Vendor’s default, including without limitation, cost of cover, reasonable attorneys’ fees, court costs and prejudgment and post-judgment interest at the maximum lawful rate. Additionally, in the event of default by the Vendor, the City may remove the Vendor from the City’s Vendor List and any Offer submitted by the Vendor may be disqualified for up to three (3) years. All rights and remedies under the Agreement are cumulative and not exclusive of any other right or remedy provided by law. 2. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Agreement, in whole or in part, without cause any time upon thirty (30) calendar days’ prior written notice. Upon receipt of a notice of termination, the Vendor shall promptly cease all further work pursuant to the Agreement, with such exceptions, if any, specified in the notice of termination. The City shall pay the Vendor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof. 3. NON-APPROPRIATION: The resulting Agreement is a commitment of the City’s current revenues only. It is understood and agreed that the City shall have the right to terminate the Agreement at the end of any City FMScal year (September 30th) if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as determined by the City’s budget for the FMScal year in question. The City may effect such termination by giving the Vendor a written notice of termination at the end of its then current FMScal year. 4. CANCELLATION: The City reserves the right to cancel the Agreement for default all or any part of the delivered portion of the deliverables if the Vendor breaches any term hereof including warranties, or becomes insolvent or commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any remedies which the City may have in law or in equity. E. FRAUD: Fraudulent statements by the Vendor on any Offer or in any report or deliverable required to be submitted by the Vendor to the city shall be grounds for termination of the Agreement for cause by the City and may result in legal action. F. INDEMNITY: VENDOR SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LEGAL PROCEEDINGS, CAUSES OF ACTION, CLAIMS, DEMANDS, DAMAGES, JUDGMENTS, LOSSES, LIENS, COSTS, EXPENSES, ATTORNEYS’ FEES AND ANY AND ALL OTHER COSTS, FEES AND/OR CLAIMS OF ANY KIND OR DESCRIPTION ARISING OUT OF, IN CONNECTION WITH OR RESULTING FROM THE AGREEMENT OR THE GOODS OR SERVICES PROVIDED UNDER THE AGREEMENT. IF THE VENDOR AND THE CITY ARE CONCURRENTLY NEGLIGENT, EACH PARTY’S LIABILITY SHALL BE LIMITED TO THAT PORTION OF NEGLIGENCE ATTRIBUTABLE TO IT AS DETERMINED UNDER THE APPLICABLE PROPORTIONATE RESPONSIBILITY RULES OF THE STATE OF TEXAS. G. LIABILITY: Any person, firm or corporation performing services pursuant to this Agreement or Purchase Order shall be liable for all damages incurred while in the performance of such services. Vendor assumes full responsibility for the work to be performed hereunder and hereby releases, relinquishes, and discharges the City, its officers, agents and employees from all claims, demands and causes of action of any nature including the cost of defense thereof, for any injury to, including death of, any person whether that person be a third party, supplier or an employee of either of the parties hereto, and any loss of or damage to property, whether the same be that of either of the parties, caused by or alleged to have been caused by, arising out of or in connection with the issuance of the Agreement or Purchase Order to the Vendor and the negligence of the Vendor, whether or not said claims, demands and causes of action in whole or in part are covered by Page 31 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 21 insurance. Certificates of insurance may be required for, but not limited to, Commercial General Liability, Business Auto Liability, Workers Compensation and Professional Liability Insurance. H. INFRINGEMENT: Vendor represents and warrants to the City that: (a) Vendor shall provide the City good and indefeasible title to the deliverables and (b) the deliverables supplied by the Vendor in accordance with the specifications of the Agreement shall not infringe, directly or contributory, any patent, trademark, copyright, trade secret or any other intellectual property right of any kind of any third party; that no claims have been made by an person or entity with respect to the ownership or operation of the deliverables and the Vendor does not know of any basis for any such claims. Vendor shall, at its sole expense, defend, indemnify and hold the City harmless from and against all liability, damages and costs (including court costs and reasonable fees of attorneys and other professionals) arising out of or resulting from: (a) any claim that the City’s exercise anywhere in the world of the rights associated with the City’s ownership, and if applicable, license rights, and its use of the deliverable infringes the intellectual property rights of any third party; or (b) Vendor’s breach of any of the Vendor’s representations or warranties stated in this Agreement. In the event of any such claim, the City shall have the right to monitor such claim or, at its option, engage its own separate counsel to act as co-counsel on the City’s behalf. Further, Vendor agrees that the City’s specifications regarding the deliverables shall in no way diminish Vendor’s warranties or obligations under the Section, and the City makes no warranty that the products, development or delivery of such deliverables will not impact such warranties of Vendor. I. DAMAGE TO CITY PROPERTY: Vendor shall be responsible for any and all damage to the City’s equipment and/or property, the workplace and its contents, by its work, negligence in work, its personnel and equipment. Vendor shall be responsible and liable for the safety, injury and health of its working personnel while its employees are performing service work. J. OVERCHARGES: Vendor hereby assigns to the City any and all claims for overcharges associated with this Agreement which arise under the antitrust laws of the United States, 15 USCA Section 1 et seq., and/or which arise under the antitrust laws of the State of Texas, Business and Commerce Code Ann., Section 15.01, et seq. K. CONFIDENTIALITY: In order to provide the deliverables to the City, Vendor may require access to certain of the City’s and/or its licensors’ confidential information (including, but not limited to, inventions, employee information, trade secrets, confidential know-how, confidential business information and other information which the City or its licensors consider confidential)(collectively, “Confidential Information”). Vendor acknowledges and agrees that the Confidential Information is the valuable property of the City and/or its licensors, and any unauthorized use, disclosure, dissemination or other release of the Confidential Information will substantially injure the City and/or its licensors. The Vendor (including its employees, subcontractors, agents or representatives) agrees that it will maintain the Confidential Information in strict confident and shall not disclose, disseminate, copy, divulge, recreate or otherwise use the Confidential Information without the prior written consent of the City, or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or as a result of an order of any court or other governmental authority with proper jurisdiction, provided the Vendor promptly notifies the City prior to disclosing such information so as to permit the City reasonable time to seek an appropriate protective order. The Vendor agrees to use protective measures no less stringent than the Vendor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reasonable measures to ensure the continued confidentiality of the Confidential Information. L. CODES, PERMITS, LICENSES: Vendor shall comply with all federal, state and local standards, codes and ordinances and the terms and conditions of the services of the electric utility, as well as other authorities that have jurisdiction pertaining to equipment and materials used and their application. None of the terms or provisions of the specification shall be construed as waiving any rules, regulations or requirements of these authorities. Vendor shall be responsible for obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations to the City. M. ADVERTISING/PUBLICITY: Vendor shall not advertise or otherwise publicize, without the City’s prior written consent, the fact that the City has entered into the Agreement, except to the extent required by applicable law. N. INDEPENDENT CONTRACTOR: The Agreement shall not be construed as creating an employer/employee relationship, a partnership or joint venture. The Vendor’s services shall be those of an independent contractor. The Vendor agrees and understands that the Agreement does not grant any rights or privileges established for employees of the City. Vendor shall not be within protection or coverage of the City’s Worker Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City, from time to time, may have in force. O. LIENS: Vendor shall defend, indemnify and hold the City harmless from and against any and all liens and encumbrances for all labor, goods and services provided under this Agreement. At the City’s request, the Vendor or its subcontractors shall provide a proper release of all liens or satisfactory evidence of freedom from liens shall be delivered to the City. P. ASSIGNMENT/DELEGATION: The Agreement shall be binding upon and endure to the benefit of the City and the Vendor, and their respective successors and assignees, provided however, that no right or interest in the Agreement shall be assigned and no obligation shall be delegated by the Vendor without the prior written consent of the City. Any attempted assignment or delegation by the Vendor shall be void unless made in conformity with this Section. The Agreement is not intended to Page 32 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 22 confer any rights or benefits on any person, firm or entity not a party hereto; it being the intention of the parties that there be no third party beneficiaries to the Agreement. Q. INTERPRETATION: The Agreement is intended by both parties as the final, complete and exclusive statement of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of the trade shall be relevant to supplement or explain any term used in the Agreement. Although the Agreement may have been substantially drafted by one party, it is the intent of the parties that all provisions be construed in a manner fair to both parties, reading no provision more strictly against one party of the other. Whenever a term defined by the Uniform Commercial Code (the “UCC”), as enacted by the State of Texas, is used in the Agreement, the UCC definition shall control unless otherwise defined in the Agreement. R. GOVERNING LAW AND VENUE: This Agreement is made under and shall be governed by the laws of the State of Texas, including when applicable, the UCC as adopted in Texas, VTCA, Business & Commerce Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. This Agreement is fully performable in Georgetown, TX, and the venue for any action related to this Agreement shall be Georgetown, TX. All issues arising from this Agreement shall be resolved in the courts of Williamson County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or the ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein and does not waive the city’s defense of sovereign immunity. S. INTERLOCAL COOPERATIVE PURCHASING/PIGGYBACK CONTRACTS: Other governmental entities may be extended the opportunity to purchase from Solicitations of the City, with the consent and agreement of the awarded Vendor(s) and the City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in Vendor’s Response. However, all parties indicate their understanding and all parties hereby expressly agree that the City is not an agent of, partner to or representative of those outside agencies or entities and that the City is not obligated or liable for any action or debts that arise out of such independently negotiated piggyback procurements. T. SURVIVABILITY OF OBLIGATIONS: All provisions of the Agreement that impose continuing obligations on the parties, including but not limited to the warranty, indemnity and confidentiality obligations of the parties, shall survive the expiration or termination of the Agreement. U. CLAIMS: If a claim, demand, suit or other action is asserted against the Vendor which arises under or concerns the Agreement, or which could have a material adverse effect on the Vendor’s ability to perform thereunder, the Vendor shall give written notice to the City within ten (10) calendar days after receipt of notice by the Vendor. Such notice to the City shall state the date of notification of any such claim, demand, suit or other action; the names and address of the claimant(s); the basis thereof; and the name of each person against whom such claim is asserted. Such notice shall be delivered to the Purchasing Department as set forth below and to the City Attorney at PO Box 409, Georgetown, TX 78627. V. NOTICES: Unless otherwise specified, all notices, requests or other communications required or appropriate to be given under the Agreement shall be in writing and deemed delivered three (3) business days after postmarked if sent by US Postal Service Certified or Registered Mail, Return Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, fax, or other commercially accepted means. Notices to the Vendor shall be sent to the address specified in the Vendor’s Offer or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to: City of Georgetown, Purchasing Department, PO Box 409, Georgetown, TX 78627 and marked to the attention of the Purchasing Manager. W. GRATUITIES: The City may, by written notice to the Vendor, cancel the Agreement without liability if it is determined by the City that gratuities were offered or give by the Vendor or any agent or representative of the Vendor to any officer or employee of the City with the intent of securing the Agreement or securing favorable treatment with respect to awarding or amending or the making of any determinations with respect to performing of the Agreement. In the event the Agreement is cancelled by the City pursuant to this Section, the City shall be entitled, in addition to any other rights and remedies, to recover the benefits or payments to the Vendor, as a result of the gratuities. X. PERSONAL INTEREST PROHIBITED: No officer, employee, independent consultant or elected official of the City who is involved in the development, evaluation or decision-making process of the performance of the any Solicitation shall have a financial interest, direct or indirect, in the resulting Agreement. Any willful violation of this Section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. In the event a member of the governing body or an appointed board or commission of the City belongs to a cooperative association, the City may purchase equipment or supplies for the association only if no member of the governing body, board or commission will receive pecuniary benefit from the purchase, other than as reflected as in increase in dividends distributed generally to members of the association. Any violation of this provision with the knowledge, expressed or implied, by the Vendor shall render the Agreement voidable by the City. Nevertheless, the City may obtain the equipment or service if a conflict of interest affidavit is filed and the Council member recuses his/herself. Y. WAIVER: No claim or right arising out of a breach of the Agreement can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed Page 33 of 80 City of Georgetown RFP 201652 - Consulting Services to Provide Assistance in the Selection of a Software Solution(s) for Financial Management, Procurement, Human Resources, and Payroll 23 by the aggrieved party. No waiver by either the Vendor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Agreement, or an express or implied acceptance of any other existing or future default(s), whether of similar or different character. Z. DISPUTE RESOLUTION: If either the Vendor or the City has a claim, dispute or other matter in question for breach of duty, obligations, services rendered or any warranty that arises under this Agreement, the parties shall first attempt to resolve the matter through this dispute resolution process. The disputing party shall notify the other party in writing as soon as practicable after discovering the claim, dispute or breach. The notice shall state the nature of the dispute and list the party’s specific reasons for such dispute. Within ten (10) business days of receipt of the notice, both parties shall make a good faith effort, in person or through generally accepted means, to resolve any claim, dispute, breach or other matter in question that may arise out of, or in connection with, this Agreement. If the parties fail to resolve the dispute within sixty (60) days of the date of receipt of the notice of the dispute, then the parties may submit the matter to non-binding mediation upon written consent of authorized representatives of both parties in accordance with the Arbitration Rules of the American Arbitration Association or other applicable rules governing mediation than in effect. If the parties cannot resolve the dispute through mediation, then either party shall have the right to exercise any and all remedies available under law regarding the dispute. AA. INVALIDITY: The invalidity, illegality or unenforceability of any provision of this Agreement shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace the stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Agreement from being void should a provision which is the essence of the Agreement be determined to be void. BB. RIGHT TO ASSURANCES: In the event the City, in good faith, has reason to question the intent of the Vendor to perform, the City may demand written assurances of the intent to perform. In the event no written assurance is given within the time specified, the City may treat this failure as an anticipatory repudiation of the Agreement. Page 34 of 80 {Solutions that work.} CITY OF GEORGETOWN | AUGUST 23, 2016 PR O P O S A L T O P R O V I D E SO F T W A R E SE L E C T I O N A S S I S T A N C E FO R F I N A N C I A L M A N A G E ME N T , P R O C U R E M E N T , H UM A N R E S O U R C E S , A N D PA Y R O L L Page 35 of 80 1 | P a g e Cover Letter August 23, 2016 Ms. Trina Bickford City of Georgetown Purchasing Department 300-1 Industrial Avenue P.O. Box 409 Georgetown, TX 78626 Dear Ms. Bickford: Plante Moran, PLLC (Plante Moran) is pleased to submit this proposal to provide Enterprise Resource Planning (ERP) consulting services to the City of Georgetown. We are excited about the possibility of working with the City on this important project! Similar to other well managed municipalities we have worked with on similar engagements, we understand that the City of Georgetown intends to replace its current legacy Tyler Incode system and desires to identify the most effective selection and deployment strategy for a future enterprise system environment. As a region with one of the fastest rates of population growth in the United States, the City is in need of modernizing its enterprise resource planning platform so that it can be scalable to meet increasing citizen demands. Overall, Plante Moran is uniquely qualified to act as the City’s trusted advisor on this exciting project. We have vast experience assessing Finance, Procurement, Human Resources and Payroll Enterprise Resource Planning (ERP) solutions, including the evaluation of unmet automation needs in critical areas (e.g. business intelligence, workflow, unautomated manual processes, etc.). Additionally, Plante Moran’s government consulting team brings extensive knowledge and experience gained from working with public sector clients in conducting enterprise system needs assessments, facilitating solution selections and managing implementations. Over 200 current public sector clients have established Plante Moran as a leader in this industry. We offer the following benefits:  Proven methodology and approach, based on over 30 years of enterprise software program management including system needs assessment, solution selection, contract negotiation, planning and implementation management experience with public sector c lients.  Complete independence from all public sector software providers, which allows us to assist in assessments, selections and business process design that best meet the needs of the City.  Significant and recent experience in performing ERP system selection and implementation projects involving all aspects of local government operations for clients including: o Broward County, FL o City of Long Beach, CA o City/Parish of Baton Rouge, LA o Horry County, SC o City of Bend, OR o City of Corpus Christi, TX o Milwaukee County, WI o Marin County, CA o City of Longview, TX o County of St. Louis, MO Page 36 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 2 | P a g e o City of Mesa, AZ o City of Palo Alto, CA o City of Round Rock, TX o Gwinnett County, GA  Strong knowledge of the ERP vendor community gained through direct visits by these vendors, ongoing participation in association activities and continual involvement in similar work for other public sector clients.  A strong project team, blending public sector systems, best practices and re-engineering expertise with significant experience implementing technology and redesigning business processes. o Specific expertise regarding aligning software solutions with various public sector operations including: administration, finance, accounting, human resources, budgeting, purchasing, work order management, inventory management, customer service, fixed assets, permitting and payroll. o Experts in information security, IT infrastructure, IT management (including policies and procedures) and enterprise/line of business applications. o Certified project management professionals and members of national and local organizations dedicated to improving the financial and technology operations of local government including Government Finance Officers Association (GFOA), International City/County Management Association (ICMA), Public Technology Institute (PTI) and Government Management Information Sciences (GMIS).  A high level of client satisfaction reflected by performing initial software assessment and solution selection projects for clients who request subsequent implementation management assistance. We believe that based upon these benefits and the quality of our team, we are well qualified to provide objective and comprehensive ERP consulting services for the City. If you have any questions concerning this proposal, please contact me at 1-800-544-0203. Sincerely, PLANTE & MORAN, PLLC Adam Rujan, Partner 27400 Northwestern Highway Southfield, MI 48037 1-800-544-0203 1-248-233-8587 (fax) adam.rujan@plantemoran.com Page 37 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 3 | P a g e Table of Contents Cover Letter ........................................................................................................ 1 Qualifications & Experience .............................................................................. 4 Project Approach .............................................................................................. 10 Overview of Project Approach .................................................................................................... 10 Detailed Project Approach Proposed ......................................................................................... 10 Change Management Approach ................................................................................................ 21 Team Resumes ................................................................................................. 23 Project Team Overview .............................................................................................................. 23 Project Organizational Chart ...................................................................................................... 24 Project Team Resumes .............................................................................................................. 25 References ........................................................................................................ 32 Client References ....................................................................................................................... 32 Other References ....................................................................................................................... 35 Price Proposal .................................................................................................. 40 Forms ................................................................................................................ 41 Page 38 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 4 | P a g e Qualifications & Experience A detailed description of proposing firm including qualifications and experience Summary Plante Moran Background and Experience Founded in 1924, Plante Moran, PLLC (Plante Moran) is the thirteenth largest management consulting and public accounting firm in the United States. Plante Moran operates as a partnership. Plante Moran's staff of over 2,000 persons is organized into four major service areas: Management Consulting, Accounting and Auditing, Tax Consulting, and Personal Financial Planning Services. Over the past several years, Plante Moran has continually expanded the scope and experience of its Management Consulting Services Group. The firm is committed to continuing this growth by retaining and attracting qualified professionals to provide the broad range of management and technical services that are necessary to effectively serve the needs of our clients. Plante Moran takes great pride in the quality of services it provides to its clients. We have a rigorous set of quality controls designed to provide assurance that professional standards are followed and our clients receive a high quality product. Plante Moran takes equal pride in our people and our professional work environment. Some of the facts about our firm that we are proud of include:  Our partnership group is comprised of 19% women, which is the highest percentage of female equity partners among the nation's largest public accounting firms, according to CPA Personnel Report, a national public accounting trade publication.  Staff turnover rate below 15% which is significantly lower than that of other national public accounting firms.  The firm has been named to Fortune Magazine’s “100 Best Companies to Work for in America” for the last sixteen years.  The firm is ranked 55th on list of Training magazine’s “Top 100 Training Organizations” Page 39 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 5 | P a g e  Plante Moran's Management Consulting Group, consisting of over 125 dedicated consultants, is a versatile, full service consulting organization with a proven track record for providing quality professional services. Our emphasis and commitment to management consulting has resulted in the extension of the consulting practice into all major aspects of government and education addressing our clients’ unique needs related to information technology, security, compliance, and policy. Plante Moran has become a leader in providing services to governmental organizations. At present, we work with well over 200 local governments. Our professionals have made substantial commitments to working with local, county and state government agencies. Our extensive experience with governmental clients has enabled us to assemble a project team that we believe is uniquely qualified to perform the proposed project. Government Consulting Services Organization Plante Moran has assumed a leadership role in providing consulting services to governmental entities. The range of services we provide includes the following:  Information Technology Consulting  Communications & Networking Services  Project Management and Oversight  Operations Analysis  Consolidation Studies  Organizational Planning and Development  Financial Management Services  Human Capital Management and Development  Market Research Services  Business Planning and Feasibility Analysis  Employee Benefits Analysis  Assurance Services  Real-estate, Design and Construction Consulting Industry Commitment Because of our broad governmental client base, we are able to devote the necessary time to specialize and thus provide maximum service. Our consultants have a variety of professional designations and are active participants in state and national government organizations. In addition, our consultants are very active in making presentations to a variety of governmental organizations on current issues. To assist us in this specialization, we are also members of numerous local government professional associations that have a partial or major focus on the application of technology for government including:  International City/County Management Association (ICMA), an organization that develops and advances professional local government management to create sustainable communities that improve lives worldwide.  Public Technology Institute (PTI), a Non-Profit organization created by and for cities and counties that works with a core network of leading government officials to: identify opportunities for technology research, share best practices, offer consultancies and pilot demonstrations, promote technology development initiatives, and develop educational programming.  Government Management and Information Sciences (GMIS), an organization composed of municipal information technology directors with a primary goal to foster a unified effort among government entities to integrate and disseminate their respective research and design efforts in the area of automated information sciences. We are very involved with all of these organizations contributing our talents and expertise through speaking engagements, articles for their publications and involvement in conferences at the national level. Page 40 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 6 | P a g e As a result of our continuing involvement with government organizations at all levels, we have acquired in-depth knowledge and experience in dealing with relevant technical, operational and procedural issues. This experience and knowledge, and our commitment to assure objectivity and a high level of independence, are fundamental to our proven and consistent ability to meet the needs of our governmental clients. Information Technology Consulting Plante Moran’s management consultants have made a significant commitment to assist governmental clients develop and implement appropriate technology. We are among the few accounting and consulting firms that are completely vendor independent with respect to the offering of hardware or application software for our governmental clients. This enables our consultants to select the most appropriate solution for our clients based on the client’s current situation and future goals and objectives. The services we offer address virtually all aspects of information systems including the following with those services relevant and proposed on this project highlighted:  ERP Needs Assessment  Project Budgeting and Return on Investment (ROI) Analysis  Preparation of ERP System Requirements  Request for Proposal Development  System Selection Assistance  Contract Review and Negotiations  Systems Implementation Planning  Systems Implementation Assistance  User Procedure Development and Documentation  Quality Assurance  Project Management  Strategic Information Technology Planning  Information Technology Assessments  e-Government Strategy and Development  Conversion Planning Assistance  Systems Development  Technology Management  Systems Control Review  Information Security Experience Providing Similar Services Through our 30 years of conducting enterprise system selection projects, we have developed a useful repository of tools, templates and methods that provide significant value and stream -lining to a selection project while ensuring that the integrity and thoroughness of the process is maintained. We have extensive knowledge of software selection best practices by enabling our local government clients to navigate numerous software selection and implementation projects. In addition, our robust and thorough selection process has resulted in the ability to significantly minimize the client’s risk in the implementation phase of the project. Additionally, the thoroughness and self-documented nature of our process has translated to outcomes which are not challenged by the vendors through a formal protest process. This level of thoroughness has led to minimal change order activity during the implementation resulting in the achievement of project budgets and timeframes for implemen tation. In summary, Plante Moran has a number of characteristics that makes us uniquely qualified to assist the City in this effort as follows:  Longevity of IT Practice: As a firm, we have over thirty years’ experience in assisting clients in conducting IT full lifecycle projects for all areas of governmental operations including Human Resources / Payroll, Time and Attendance, Finance, Utility Billing, Community Services, Tax and Public Safety. Page 41 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 7 | P a g e  Experienced Project Team: Our project team has significant and recent experience in performing similar work for other governmental clients. We generally have approximately 25 – 30 ERP projects going on at any one time which allows our consultants to maintain currency related to all facets and phases of a software initiative and the ERP software marketplace in general.  Industry Recognition: A recent independent study of the ERP Procurement marketplace in Federal, State and Local Government conducted by Onvia in mid-2014 ranked Plante Moran as the #1 solution provider for ERP procurement services in the country in terms of volume of work performed.  Involvement in Complex Software Procurement Transactions: We have significant experience in working with ERP software solution providers whose solution set involves a complexity of software solutions to meet the entire needs of a large organization. This has translated to involvement in working with clients and the selected vendor in negotiating complex contracts and statements of work. More recently, this has included involvement with clients who are intending to have their entire ERP Solution provided via Managed Services in which Managed Services options have significant variability in what can be provided.  Full Software Lifecycle Involvement: We have significant experience in leading clients through the complete transition to a new ERP software environment including involvement in providing ERP needs assessment, software selection, contract negotiations, implementation planning and implementation management assistance. As a result of our significant ERP software implementation experience, we are able to identify lessons learned that translate to activities to be performed during the up-front phases of the project.  Completeness of Software Expertise: As a full-service consulting and accounting firm, we have both depth and breadth in the types of services that we can provide within a single firm . In addition to traditional ERP software selection services, we are able to provide the following set of complementary services that are frequently viewed by our clients as value-add: o Business process redesign o Internal controls o Security o IT staff assessments to assist clients in understanding the degree to which their IT organizations have the needed skills and certifications to support a new HRIS software environment o Organizational assessments to assist clients in restructuring their organization including staff roles and responsibilities o Change management services to assist client staff in the transition from legacy technologies and business processes to more current technology and redesigned business processes o Application controls reviews o Disaster recovery planning  Vendor ERP Software Marketplace Knowledge: We have extensive knowledge of the ERP software vendor marketplace and system integrator marketplace for those vendors that will be likely providers of software and services to the City. This experience has been gained through a number of activities including work with other clients in selecting and implementing ERP software solutions, participation in conferences in which ERP software vendors are participating (e.g., GFOA annual conference) and proactive meetings with software vendors to understand their latest product and service offerings to governmental clients. The additional Page 42 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 8 | P a g e benefit to the City is that the vendors are familiar and comfortable with how we manage our system selection projects and are confident that they will receive fair treatment in the process . This should lead to more responsive proposals for the City to consider.  ERP Software Tools, Templates and Methods: Through our 30 years of conducting ERP software selection projects, we have developed a vast repository of tools, templates and methods that provide significant value and stream-lining to an ERP software selection project while ensuring that the integrity and thoroughness of the process is maintained.  Independence: We are completely independent from all providers of ERP software solutions and system integrators. As a result, we will be working with the City to select a Solution that provides the best overall value to the County and its stakeholders.  ERP Software Best Practice Identification: We have extensive knowledge of ERP software-related best practices through involvement in numerous software selection and implementation projects for other governmental clients . Through these projects and through our involvement in governmental operations reviews, we have developed a set of best practices related to execution of the various ERP areas.  Risk Mitigation: Our robust and thorough Solution selection process has resulted in the ability to significantly minimize the client’s risk in the implementation phase of the project.  Client Retention: The biggest testament to our capabilities and project staff is the desire for our clients to continue using our services after initial software needs assessment/selection or other technology-related project. In our client references section, we will highlight such clients including those that have used our services in multiple instances due to the high degree of satisfaction with the quality of our services and our staff. Project Management Methodology Our firm has extensive experience in using a project management methodology based on the principles in the Project Management Body of Knowledge (PMBOK). PMBOK, a theory and set of principles developed by the Project Management Institute (PMI), provides a project management framework that can be used on projects of any size, type, complexity and industry to enhance the ability to complete projects on-time, within budget, within scope and meet the objectives desired by the client while managing change that frequently occurs on any project. Our consultants have received extensive project management training, have conducted seminars and training in project management theory for clients and have developed an extensive toolset of project management templates, tools and lessons learned for managing projects. In fact, many of these too ls and templates have been adopted by our clients to manage their own internal projects. Elements of our approach to managing projects are as follows:  Assign personnel to areas of the project where their expertise is required  Ensure that project expectations and scope are clearly defined up-front through development of a project charter  Ensure frequent communications with the client  Identify and anticipate potential project risks to minimize their occurrence and impact  Closely monitor project timelines and budgets Governmental Accounting Practice Area Plante Moran’s governmental practice has been in existence for nearly 50 years serving all levels of local, county and State governmental entities. As a firm, we currently audit approximately 200 governmental units and special purpose governmental entities , over 100 public and private school Page 43 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 9 | P a g e districts and 400 nonprofit organizations. The Firm has partners and senior associates with deep specialization and expertise in the various areas of need. At Plante Moran, we are more committed than ever to providing accounting and consulting services to local governments. Our commitment is evidenced by the significance investment that we have made by participating in the following activities:  AICPA Governmental Technical Standards Subcommittee: Three of our partners have served on this committee, which was formed to process ethics complaints related to governmental audits. In addition, one of these is a member of the Professional Ethics Executive Committee of the AICPA Professional Ethics Division and the AICPA Task For ce on the Quality of Audits of Federal Funds.  American Institute of CPAs: One of our partners chaired the AICPA’s Governmental Accounting Committee that published the Industry Audit Guide for Audits of State and Local Governmental Units. This is the guide used throughout the country on every governmental audit.  Governmental Accounting Standards Board: One of our partners has served on the Governmental Accounting Standards Advisory Council (an advisory board to the GASB). In addition, we actively participate in the GASB’s due process system relative to issuance of new pronouncements.  Government Finance Officers Association: One of our audit managers served on the GFOA Special Review Committee for the Certificate of Achievement for Excellence in Financial Reporting. Our commitment to governmental auditing, accounting and consulting has provided us with a range and depth of experience that we feel is unequaled by any other firm. Because of this commitment to serving governmental clients, we provide specialized training to our professional staff serving governmental units. We regularly attend and frequently provide speakers for training sessions conducted by numerous local government-based organizations. We have also been engaged by the MGFOA to present a series of three, one-day seminars for their “Back to Basics” series on topics such as “Fundamental Elements of Governmental Accounting”, “Governmental Budgeting” and “Public Financial Statements”. Page 44 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 10 | P a g e Project Approach Detailed Project Approach and Workplan for services specified in this RFP OVERVIEW OF PROJECT APPROACH Having performed similar projects for many small, mid-size and large, local units of government over the years, Plante Moran’s seasoned project consultants have develo ped and refined a proven methodology and set of related tools that are intended to mitigate our clients risk during this complex project by leveraging best practices while incorporating the clients unique needs. Though our best practice approach we present the specific tasks to be completed as well as detail the timeline for their completion, highlighting the key project milestones. Additionally, in conjunction with further details presented in our proposal, we present a description as to the roles and resp onsibilities of the City staff on the project activities. Our approach consists of engaging our proposed qualified project team to develop, refine and execute a proven project plan, supported by our mature toolkit, to meet the City’s expressed project objectives. Our methodology, includes the following three key phases to assist the City of Georgetown with the selection and negotiation of a contract with the selected ERP vendor. DETAILED PROJECT APPROACH PROPOSED Phase 0: Project Management Phase Objective and Summary of Activities: The purpose of this phase is to conduct activities that are relevant to managing the project and enhancing its success for the City. The major activities to be performed are as follows:  Develop a Project Organizational Structure that defines staff roles and expectations  Develop a Project Charter that provides a framework from which the project will progress  Develop a detailed Project Plan identifying the activities, responsibilities and timing of tasks necessary to complete the project  Establish a Project Collaboration Environment to act as a repository for project information  Conduct periodic status meetings to monitor project progress Page 45 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 11 | P a g e Measurable Objective Deliverables/Milestones Manage the defined project through to successful completion within budget and on schedule while meeting project goals and objectives Project Organizational Structure Project Plan Project Collaboration Center 1. Project Initiation A project initiation meeting will be conducted to introduce the project team, finalize the project scope, deliverables and timetables. These objectives will be accomplished through the development of a project organizational structure, project charter, detailed project plan and regularly scheduled progress meetings. These steps are described below. A project kick-off meeting will also be held to communicate to City staff the goals, structure and timeline of the project. 2. Define Project Organizational Structure Our approach to each consulting engagement is structured to provide the services and level of professional support required to meet the individual needs of the client. We will work jointly with the key City contacts to design a process that will meet the overall needs of the City of Georgetown. As standard practice in the majority of our engagements, especially those related to technology and process transformation, we have designed a very collaborative approach to ensure a high probability of success. During the early stages of the project we suggest creating a cross-functional group of representatives from essential departments to be involved in the process. We would expect the City to identify the appropriate individual participants. This Committee will be involved in all aspects of defining system needs, selecting a new system and creating an environment of collaboration and communication between critical departments and is referred to as the Project Management Office (PMO). 3. Develop Detailed Project Plan We will work with the City to incorporate the following into a detailed Microsoft Project ™ Plan:  Major phases and milestones  Work tasks and their due dates with assigned responsibility We will work with the PMO during this activity to design a Project Plan for the contracted project phases which is appropriate and meets the City’ overall priorities. 4. Establish Project Collaboration Center Over the last few years, collaboration environments such as Microsoft SharePoint have become increasingly viable tools in which to establish project collaboration environments for small, mid-size and large-scale projects. These environments can serve a variety of purposes including acting as a repository for documentation developed during the course of an engagement. During this activity, we will work with the City to assist in establishing a Project Collaboration Center including design, structure, security and content. Page 46 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 12 | P a g e 5. Schedule and Moderate Project Status Meetings Continuous feedback is the key to a successful project. In this way, problems can either be avoided entirely, or addressed early on, to minimize wasted effort and keep the project on schedule. We will schedule regular conference calls with the City to:  Report on the status of the Project Plan and timeline  Re-schedule tasks as necessary and update Project Plan  Discuss major open issues and develop strategies to address them Phase 1: ERP Needs Assessment Phase Objective and Summary of Activities: The purpose of this phase is to conduct a needs assessment around process areas relevant to the project for the purpose of defining key functional requirements that will be used as part of the process for evaluating proposed ERP solutions. Activities to be included in this phase are as follows:  Obtain and review relevant documents to obtain background information on the current and desired ERP environment  Assess the City’s current technology infrastructure and ERP environment  Conduct interviews with key stakeholders  Develop an Issues and Opportunities Matrix/ Plan of Action  Recommend a selection strategy (fully integrated vs. best-of-breed) and deployment strategy (onsite hosted solution or a cloud based solution) Measurable Objective Deliverables/Milestones  Understanding of current technical environment  Established staff expectations on a future environment with a new ERP system  Knowledge of current system  Interview Schedules  IT Infrastructure Assessment  Issues and Opportunities Matrix  Business Process Mapping and Review (Optional)  Needs Assessment and Selection Strategy Page 47 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 13 | P a g e 1. Review Documents Plante Moran will review any available existing documentation gathered and provided by the City to gain a comprehensive understanding of the City related operations and current technologies. Documents to be reviewed include the following:  Previous studies that are relevant to the project  Relevant process and function descriptions/handbooks, pre-existing workflow documentation/flowcharts, such as those that has already developed  Organizational charts  Billing Rates and Services  Relevant hardware, software and network diagrams, and/or other documents, illustrating the layout, networking, etc.  Listing of existing systems supporting the various business processes that will be evaluated for potential replacement or interfacing to the new ERP system  Listing of additional “shadow systems” and non-integrated systems  Critical systems to be interfaced with the new software  Outstanding enhancement requests on current relevant system  Locations of all sites involved in the project, identification of sites that share commo n property, identification of sites to be visited, and schedules of staff for visits  City standards for hardware, software, network operating systems, configurations and protocols, etc. 2. Assess The City’s Information Technology Infrastructure We will distribute a technical questionnaire for the City’ completion and perform a phone interview with staff directly involved with supporting the City’ current technical environment. The results of reviewing documentation and interviewing staff will allow us to identify and document the legacy technologies, infrastructure, and facilities. The potential implementation and administration of a new software solution will require a thorough and responsive support and communication infrastructure. To this end, we will identify and document the current environment for inclusion in the RFP as well as well as identify and preliminary high level general recommendations related supporting technologies that must be implemented well in advance of obtaining more detailed technical environment requirements from software vendors as part of their proposals. 3. Conduct Interviews After reviewing the documentation collected, Plante Moran will conduct up to three days of interviews with teams representing departments directly involved with the City’ ERP management processes. During the interviews, we will discuss key current business and technological workflows in order to further define the current systems and required system interfaces. These sessions will focus on reviewing any unique requirements that are needed by the City. 4. Develop Issues and Opportunities Matrix We will prepare an Issues and Opportunities Matrix that will reflect the results of our benchmarking the “issues” with our knowledge of Best Practices and experience with other governmental clients. We will recommend how to address the issues that were identified. This matrix will be used as a tool to assist in resolving the issues immediately through post implementation. Page 48 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 14 | P a g e 5. Conduct Detailed Business Process Mapping and Review (Optional) Optionally, as part of the interview session process with the departments, we can assess a select number of business processes for a more detailed review that will encompass the following activities for each designated process:  Document the existing As-Is process including the identification of issues and opportunities with the existing process for re-engineering purposes  Document a high-level To-Be process based on opportunities to redesign the process to achieve overall improved efficiencies and effectiveness in how the process is performed  Potentially include these redesigned process maps in a future ERP RFP to allow vendors to respond as to how they would be able to support these processes with their product and to also use as the basis for vendor demonstration scripts for the finalist vendors Depending on the City’s desired level of refinement of As Is process maps, Plante Moran would be pleased to conduct additional on-site interview sessions to conduct further validation and refinement of the As Is process maps. However, these activities largely depend on the level of detail and intended purpose for the As Is process maps desired by the City. We are happy to discuss various approaches with the City during the Project Initiation step. As these processes can have variability in terms of size and process we have scoped this service out as ‘optional’ and would like to discuss specific work effort required with the City as part of initial project scoping discussions. 6. Finalize Needs Assessment and Options Analysis We will prepare an ERP Needs Assessment Report encompassing each of the process areas identifying potential areas for improvement. The analysis will include:  An executive summary, for the City that details the options available and which option the consultant believes is the best course of action to be followed.  An identification of critical business requirements for each functional area that must be met in a future system environment  A system selection strategy and application migration plan documenting the current systems to be replaced by, considered for replacement by maintained with, or interfaced to the new business system. Plante Moran will include a recommendation on selection approach (fully integrated vs. best of breed) as well as deployment strategy (on-premise vs. off-premise hosted).  A system interface listing documenting necessary interfaces between the existing enterprise systems and new business system.  An ERP Awareness and current ERP Marketplace Overview analysis, including a listing of vendors in the marketplace Page 49 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 15 | P a g e Phase 2: ERP RFP Preparation Phase Objective and Summary of Activities: The purpose of this phase is to develop a Request for Proposal (RFP) for purposes of soliciting responses from vendors who provide ERP implementation services and solutions for entities similar in size and complexity to the City. This will include the following activities:  Define Vendor Selection Criteria and Weighting Factors to evaluate vendor responses  Define a Decision-Making process that will be used to guide the evaluation and ultimate decision on a selected vendor  Develop and finalize Software Specifications with City staff.  Develop and distribute a Request for Proposal (RFP) to providers of ERP software solutions Measurable Objective Deliverables/Milestones Develop a Request for Proposal (RFP) that represents the needs of The City. Vendor Selection Criteria Decision-Making Process ERP Software Specifications Request for Proposal 1. Develop Solution Selection Criteria and Define Decision-Making Process Our selection approach will enable the City to identify the overall finalist, in conjunction with other due diligence tasks (i.e., reference checks, site visits, and successful contract negotiations). Before proceeding with release of the RFP, the PMO should meet to delineate the selection criteria and weighting factors that will be used to analyze Request for Proposal (RFP) responses and additional analysis for the finalist vendors. Some examples of selection criteria ar e software specification compliance, vendor background, costs, professional services contract compliance, and implementation schedule compliance. We typically use a tiered process in which to reach the finalist decision. For example, the City may wish to specify minimum criteria that all responding vendors are required to meet in order for their bid response to be considered (e.g., minimum population size of municipality with installation of the current version of their software, bid response does not exceed a particular dollar figure, etc.). For those vendors meeting the initial criteria, their bid responses will be evaluated against a second level of criteria prior to any formal due diligence activities, vendor demonstrations, etc. This evaluation will be based solely on their RFP response. The top two or three vendors that score the highest on this second round of scoring will be considered the finalist vendors. For the finalist vendors, a more comprehensive scoring process will be used that is based on the following sources of information: Page 50 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 16 | P a g e  Vendor RFP response  Vendor demonstration(s)  Reference checking with comparable sites  Potential site visits  Other due diligence activities (e.g., vendor research, knowledge of vendor in marketplace as noted by other clients or industry analysts) 2. Develop Software Specifications As a basis for the development of software specifications, we will leverage existing best practice ERP software specifications that we have developed for government clients with similar size/complexity along with critical and unique specifications and interfaces that were defined in the assessment phase of the project. These software specifications, when combined with the City’s unique requirements, will form the basis of the City’ technical and functional requirements. The software specifications will then be distributed to the City departments involved in the interview process for review and feedback. A cross functional specification meeting will be held to collect feedback/edits from the departm ents via web meeting. Final edits, additions, and deletions to the specifications will be incorporated for use in the RFP. This activity ensures that feedback is continually sought from the users and entrenches their engagement in the process. Vendors will be asked to review the software specification forms in the RFP and respond accordingly. The vendors’ responses will be entered under an Availability column on the forms as follows: Y If specification/report is available as a standard feature of the software R If functionality is available through reports generated using proposed Reporting Tools. M If functionality is provided through customization to the application, including creation of a new workflow or development of a custom interface, that may have an impact on future upgradability. F If functionality is not available now, but will be available in a future release of the software within 1 year N If functionality is not available A Cost column on the form will be used for “M” or “F” responses to estimate the cost to be incurred by The City to secure the specification/report. A Priority column will include one of the following entries to indicate the importance of the specification/report to The City: H High M Medium L Low 3. Develop Request for Proposal (RFP) Document We will develop a single RFP document to solicit responses in a format that will ease analysis. The RFP will be tailored to the City’s unique purchasing requirements based on the project activities performed, but is minimally expected to include the following:  Background information on the City and the scope of the project, including: o Current environment and Technology standards Page 51 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 17 | P a g e o Operating volumes o Other planned, related City initiatives o Interfaces required  A discussion of the timeline and approach being taken by the City to select a finalist software solution, including: o Intent o Selection criteria o Timeline  Guidelines for ERP software and implementation vendors to submit proposals o Proposal response format o Details of Implementation services requested  Project Management  System and operational procedure development  Hardware and software installation  Data conversion  Report development  Integration and interface development  Training for implementation team and end users  Documentation development  Process redesign  Ongoing support and maintenance services o City contractual terms and conditions o Minimum and recommended hardware  Software specifications  Various forms for the vendors to complete and return, including: o Software and Technical Specifications o Vendor Background Questionnaire o Pricing Summary o Reference Forms  Attachments as appropriate 4. Distribute Request for Proposal (RFP) Document We will distribute the RFP to the City for review and feedback. We will incorporate all feedback and necessary revisions before the City approves, finalizes and distributes all RFP contents. During this activity, we will provide consultation to the City project manager and selection committee regarding the ERP marketplace and appropriate distribution protocols including: advertising, bid services, and other methods to solicit responses. Page 52 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 18 | P a g e Phase 3: ERP Solution Selection / Contract Negotiations Phase Objective and Summary of Activities: The purpose of this phase is to conduct due diligence activities associated with respondents to the RFP, to assist the City in reaching a selected vendor decision and negotiating a contract and statement of work with the selected vendor. This will include the following:  Manage ERP Vendor Q&A prior to the proposal due date  Present Proposal Response Analysis  Conduct additional due diligence activities (i.e., vendor demonstrations, reference checking, site visits, etc.)  Conclude on selected vendor  Develop Statement of Work with selected vendor  Develop Negotiated Contract with selected vendor Measurable Objective Deliverables/Milestones Vendor is selected based on a consensus decision RFP Addendum ERP Proposal Analysis Demonstration Materials Selected ERP Vendor Negotiated Contract Statement of Work 1. Manage ERP Vendor Q&A During Pre-Proposal Due Date Timeframe We anticipate that the City’s procurement policy would, as is common with many municipalities, require that the City’s staff be the formal key point of vendor contact for the RFP. As a primary resource in the detailed development of the RFP, we would anticipate, along with the City’s PMO team, having one of the most detailed comprehensive understandings of the overall requirements of the joint-consultant – City’s project team. As such, and in accordance with typical municipal procurement practices for RFP’s, we would expect that the City’s purchasing staff would act as the first line of vendor communication and interaction for a formal written Q&A and proposal clarification process. Page 53 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 19 | P a g e Plante Moran would support this activity by working to draft the responses to compiled list of vendor questions. We would develop draft responses based on our understanding of the City’s expectations established during prior project activities. We would then work with the City to identify the appropriate City resources for any additional or supplemental, review and clarification. As the draft is completed, the City’s PMO will review the draft responses. Feedback will be captured and revisions will be made before the document is finalized and distributed by the City purchasing staff either directly or via the bid services based upon methods described in the RFP. 2. Analyze Proposals and Select Semi-Finalists Vendors will be instructed to complete the forms in the RFP and return them on CD with their proposals. Through a semi-automated process we have successfully used numerous times, we will then tabulate the responses to the specifications that will be included in the RFP. A percent compliance will be calculated and incorporated into a proposal comparison template we have developed. When combined with a variety of other comparative criteria gathered from the proposals, the template automatically calculates a blind numerical ranking of each. This eliminates any bias from influencing the selection process. The templates will allow the City to measure each vendor on:  Conformance with the specifications  Software licensing costs  Hardware purchase costs  Implementation, training, conversion, and modification services costs  On-going support costs  Contract terms and implementation schedule compliance  General background criteria (e.g., number of installations, historical financial performance, number of support staff, platforms supported, etc.) As part of this initial analysis, we will assess each of the vendors’ solutions and meet with the City to present the comparative proposal analysis. Together, we will use the decision-making process determined above to select the two or three most qualified vendors who may be subjected to the due diligence tasks described in the following work plan tasks. 3. Assist in Developing Vendor Demonstration Materials and Other Due Diligence Templates We will assist the City in the development of material to use during the vendor demonstration and due diligence activities including:  Vendor demonstration agenda  Letters to send to those vendors who are proceeding forward upon receipt of their RFP responses as well as letters to send to those vendors whose solutions are not being considered based on initial review of their RFP responses  Forms to document vendor information during the vendor demonstrations, reference checking and potential site visit processes We can also work with the City in the development of detailed demonstration scripts that are intended to direct the vendor demonstrations towards the needs of the City. These scripts are intended to have the vendors demonstrate their products according to desired financial processes within the City such that staff can understand not only whether the vendor’s product will support their financial processes Page 54 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 20 | P a g e but also how well the product can support their financial processes . Furthermore, these scripts allow for a more standardized process from which to compare the vendors. 4. Schedule and Assist in Vendor Demonstrations On behalf of the City, we will prepare and facilitate the software demonstrations by providing logistic advice, agendas and scripts. The demonstrations will be held at the City and should include a cross - section of staff from the City. Evaluation forms will also be provided as checklist for scoring each vendor’s performance and functionality. We are not planning to attend the demonstration sessions from the vendors. 5. Conduct Additional Due Diligence Activities In addition to vendor demonstrations, ther e are a number of activities that the City can undertake to conduct additional due diligence on the finalist vendors including:  We will provide forms to the City if staff wishes to conduct site visits to comparably sized and complex installations to review the installation of the vendor’s software. We will provide the City with detailed checklists of issues and items to discuss and score during the site visits. Note that as a result of the demonstrations, it may be possible to eliminate one of the vendors, thereby reducing the number of site visits required.  We will provide forms to the City for reference checking to assess how well others have adapted the semifinalists’ systems to their needs, and identify issues to address during contract negotiations. We have found that having the City’s staff contact their peers at the reference sites results in more productive and informative conversations. As such, we will oversee the reference checking and site visit process, but not perform the checking ourselves.  The City may conclude to perform other additional due diligence, as necessary to evaluate and consider the value of specific components of the vendor proposals. 6. Assist in the Selection of a Preferred Vendor In our experience, due diligence activities conducted after vendors have responded to an RFP provide further understanding for the client as to what is being offered by the software vendors as well further understanding by software vendors as to the needs of the client. We would propose that the semi - finalist vendors be requested to provide a clarification response to their original RFP to address specific questions that the City has related to their solution to include a final cost proposal. Together, based on those demonstrations, vendor proposals and other due diligence activities, we will review and discuss the semi-finalist vendors overall solution and facilitate one meeting with the Selection Committee to proceed forward with making a decision on a finalist vendor using the decision-making process developed previously. At the City’ request, we will develop a synopsis of the entire system selection process for the City to present to their City Council along to support the Committee’s finalist recommendation, intending to gain concurrence from Board membe rs to proceed with contract negotiations. 7. Support The City’s Contract Negotiations including Developing Statement of Work (SOW) We will review the license and support agreements provided by the primary finalist vendor and propose recommended changes to the contract. We will participate with the City via phone in planning the negotiations with the primary finalist vendor. Contractual terms, conditions, and costs will be reviewed with the goal in mind of recommending contract language changes designed to pro tect the City’s long-term interests. A draft of the final license and support agreements will be presented to the Page 55 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 21 | P a g e City’s legal counsel for their review. Terms and conditions relating to term and termination of the agreements, purchase and support costs, caps on price increases, recourse for non-performance by the vendor, software acceptance criteria, rights to the source code if vendor declares bankruptcy, warranties and incorporation of the vendor’s response to the RFP, governing law, insurance coverage requirements, rights to major new releases, payment terms tied to major deliverables, controls over expenses, development of an implementation plan, on-going support criteria, etc., will be reviewed. The City will conduct vendor negotiations and make all management decisions. During this activity, the City will need to determine and conclude on the specific scope of software, services and optional items which it will purchase from the finalist vendor(s). As part of this activity we will also review work the Statement of Work (SOW) developed by the selected software vendor and provide input to the City for consideration before finalizing. CHANGE MANAGEMENT APPROACH Nearly all of the ERP projects we are involved with include some element of formal or informal c hange management activities. These activities are more critical with those clients who are migrating from technologies and processes that date back several years or have an organizational culture that is more resistant to change. For a recent client, we started on an ERP selection and implementation project in which the client had embedded technologies and business processes that had been around for a number of years. Overall concern was expressed about the acceptance of a new ERP system and what significa nt changes that were going to entail particularly around the roles and responsibilities of many of the staff members involved in working with the system. During the selection phase of the project, we worked closely with their Readiness team that had responsibilities for Communications, Change Management and Training to strategize on ways in which to facilitate the client’s transition to a new ERP environment. A number of methods were used to include the following:  Educational outreach was provided through the establishment of a Microsoft Office SharePoint site that had an internal focus to client staff involved on the project as well as an external focus to all client staff who would be affected by the new system . The externally focused site allowed any staff person to obtain information about the project that included a glossary of terms, presentations regarding the project, frequently asked questions, project timelines and other pertinent information on the project.  Project teams consisted of both process owners and process end-users from the client departments such that they would take ownership of the new system and the new processes.  A Project Risk Assessment was conducted to identify project risks and mitigation strategies that included a number centered on communications and change management During the implementation phase of the project, the selected ERP vendor provided a change management resource to work with the client’s Project Management Office (PMO) and Readiness Team to facilitate additional change management and communications activities. The Readiness Team included a Readiness Coordinator, a couple of staff to work with the Readiness Coordinator and Readiness Coaches that existed within each of the departments. These Readiness Coaches were assigned specific project responsibilities that also included being the “eyes and ears” within the department and acting as a conduit of information between the project and the departments. Additionally, the functional teams continued with significant invo lvement from process owners and process end-users. As significant decisions were made during the course of the project, existing governance structures were used as a forum for communicating the system and process changes that would be occurring well in advance of the actual implementation and cut-over activities. Page 56 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 22 | P a g e Overall, these activities contributed to acceptance of both the system and process changes that were eventually implemented. The visual below depicts our change management tools and templates that we have incorporated throughout all phases of the ERP consulting project. Page 57 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 23 | P a g e Team Resumes Resumes of key staff proposed to provide services PROJECT TEAM OVERVIEW As a firm with over 2,000 staff members, we have deep resources to bring to the City’s project. The following table summarizes the qualifications of each proposed team member to assist the City on the project including recent relevant clients. Detailed resumes of each team member follows. Staff Role Adam Rujan Partner Plante Moran Engagement Partner W ill have overall responsibility for ensuring that all project tasks are completed within schedule and budget and that all project deliverables meet the required quality standards. Natalie Schwarz Manager Plante Moran Project Manager W ill manage the day-to-day performance of the team, as well as the development of all deliverables. Will participate in the facilitation of departmental review sessions, development of business requirements, development of the RFP, proposal analysis activities, vendor selection, and Statement of Work development. Mike Riffel Principal Plante Moran Technical Advisor Will serve as the technical and subject matter experts on the technology and ERP selection and proposal analysis. Will also participate in interviews and the development and deployment of the RFP. Dale Vanderford Manager Plante Moran Infrastructure Advisor Will serve as the technical and subject matter experts on the technology and IT infrastructure. Will also participate in interviews and the development and deployment of the RFP. Alexandra Colletti Senior Consultant Plante Moran Lead Consultant W ill also participate in the departmental review sessions, development of the RFP, assist in the deployment of the RFP, and proposal analysis activities and the vendor demos. Stephen Morrison Consultant Plante Moran Project Consultant W ill also participate in the departmental review sessions, development of the RFP, assist in the deployment of the RFP, and proposal analysis activities and the vendor demos. Mike Grossman Consultant Plante Moran Project Consultant W ill also participate in the departmental review sessions, development of the RFP, assist in the deployment of the RFP, and proposal analysis activities and the vendor demos. Page 58 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 24 | P a g e PROJECT ORGANIZATIONAL CHART Adam Rujan Project Director City of Georgetown Project Team Natalie Schwarz Project Manager Alexandra Colletti Lead Consultant Stephen Morrison Project Consultant Mike Grossman Project Consultant Dale Vanderford Infrastructure Advisor Mike Riffel Technical Advisor Page 59 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 25 | P a g e PROJECT TEAM RESUMES EDUCATION Master of Business Administration University of Michigan Bachelor of Science Engineering, Wayne State University SELECTED PRESENTATIONS/ PUBLICATIONS Cost Savings in Information Technology: ICMA webinar 2012 Outsourcing IT: ICMA Annual Conference 2011 Improving Performance through IT Governance: Public Technology Institute 2009, 2010 Effectively Capturing Business Intelligence: ICMA Annual Conference 2013 Adam Rujan Partner Management Consulting SUMMARY OF EXPERIENCE Adam has nearly thirty years’ experience consulting to government and public sector organizations. His experience includes assisting governmental units with organizational and operational analyses, IT Assessment, and system selection reviews. He has developed specific expertise in assisting organizations understand and implement new technology, including issues of IT governance and change management. Adam’s clients have included a wide range of local municipalities, counties, agencies and authorities and state government. He is a frequent presenter and has authored numerous articles on improving operational efficiency and effectiveness. He recently authored a chapter on IT Governance for the book CIO Leadership for Cities and Counties, published by the Public Technology Institute. Adam was/is the Partner responsible for all of the referenced public sector client engagements. PROJECT ROLE Adam will serve as the Project Director for management. He will have overall responsibility to ensure that all project tasks are completed within schedule and budget, and that all project deliverables meet the required quality standard. SELECTED KEY CLIENTS  City of Alexandria, VA  Town of Hempstead, NY  City of Asheville, NC  Broward County, FL  City of Augusta, GA  Cook County, IL  City of Detroit, MI  City of Cleveland, OH  Johnson County, KS  City of Corpus Christi, TX  St. Louis County, MO  City of Colorado Springs, CO  City of Flagstaff, AZ  City of Mesa, AZ  City of Seattle, WA  Marin County, CA Page 60 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 26 | P a g e EDUCATION Bachelor of Finance & Accountancy, Illinois State University CERTIFICATIONS AND AFFILIATIONS Certified, Thomson Reuters Indirect Tax OneSource Certified, Vertex O Series Certified, Oracle R12 E-Business Tax Natalie Schwarz Consulting Manager Management Consulting SUMMARY OF EXPERIENCE Natalie has over six years of professional service experience cons ulting and implementing systems for a wide range of clients and industries. Natalie has a rare combination of experience including large scale project management, service line process development, and ERP/tax systems software selections and implementations. She has extensive experience in developing business requirements, business process reviews, and gap analysis along with detailed system analysis, design, development and implementation. In addition, Natalie has successfully guided clients through the vendor selection process, including facilitating workshops and vendor demos, development of requests for proposals (RFP’s), evaluating vendor responses, analyzing costs, identifying best fit solutions, drafting contracts, and conducting post-implementation evaluations. PROJECT ROLES Project Manager Will manage the day-to-day performance of the team, as well as the development of all deliverables. Will participate in the facilitation of departmental review sessions, development of business requirements, development of the RFP, proposal analysis activities, vendor selection, and Statement of Work development. KEY RECENT CLIENTS  Milwaukee County, WI  Montgomery County, TX  Village of Glencoe, IL  St. Louis County, MO  Spotsylvania County, VA Non public sector clients  Avis Budget Group  Equinix  Biogen  Express Scripts  Brown-Forman  First Solar  Catholic Health Initiatives  Kraft  Corn Products International  Motorola Solutions  Cummins  Shell  Dell  Visa  Ecolab Page 61 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 27 | P a g e EDUCATION Master of Public Policy Analysis and Administration (MPA) Michigan State University Bachelor of Science in International Relations Michigan State University PROFESSIONAL TRAINING & AFFILIATIONS Government Finance Officers Association (GFOA) Pi Alpha – National Honor Society in Public Administration SELECTED PUBLICATIONS Riffel, Mike; Bailey, Mike. “Understanding and Mitigating IT Project Risks.” Government Finance Review; June 2010. Riffel, Mike. “Chapter 4 - Overview of the Current ERP Marketplace.” The ERP Book: Financial Management Technology from A to Z. Chicago, GFOA, 2010. Riffel, Mike; Kavanagh, Shayne and Melbye, David. “Mission Critical: Evaluating and Funding Business Application Projects.” IT Budgeting and Decision Making; Maximizing Your Governments Technology Investment. Edited by Shayne Kavanagh. Chicago: GFOA, 2009. Riffel, Mike; Kinney, Anne and Taylor, Paul. “Strategies and Lessons.” Revolutionizing Constituent Relationships: The Promise of CRM for the Public Sector. Chicago: GFOA Mike Riffel Principal Management Consulting SUMMARY OF EXPERIENCE Mike has over ten years of experience in assisting the public sector through the information technology assessment, selection and implementation process. Mike has facilitated the RFP development, proposal analysis and system selection process for dozens of public sector organizations throughout the United States and has extensive knowledge of the functionality provided by public sector focused enterprise solutions. Mike is well versed in conducting information technology assessments as well as working in technology implementation advisory roles, reviewing integrator deliverables, assisting in the design of a post implementation support structure and implementing change management techniques to ensure user acceptance of new business processes and/or technology. PROJECT ROLES Technical Advisor Will serve as the technical and subject matter experts on the technology and ERP selection and proposal analysis. Will also participate in interviews and the development and deployment of the RFP. SELECTED KEY CLIENTS  City of Chandler, AZ  City of Baton Rouge, LA  City of Palo Alto, CA  Sumner County, TN  City of Bend, OR  County of Marin, CA  City of Fayetteville, AR  City of North Miami Beach, FL  City of Alexandria, VA  Town of Nantucket, MA  Hampton Roads Sanitation District, VA  Hampton Roads Transit, VA  Cook County Public Guardian, IL  Village of Elk Grove, IL  Montgomery County, TX  Village of Woodridge, IL  Village of Park Forest, IL  Suffolk County Water Authority, NY  City of Corpus Christi, TX  Town of Hempstead, NY  Milwaukee County, WI Page 62 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 28 | P a g e EDUCATION Bachelor of Science in Communications Technology Eastern Michigan University SELECTED PRESENTATIONS PROFESSIONAL TRAINING & AFFILIATIONS Specialized Training: Effective Communications and Human Relations, Dale Carnegie, Ann Arbor, MI, 2006 Former Board Member, Washtenaw County Homeland Security Local Response Team Member, CIO Council, Public Technology Institute, Washington, D.C. Former Member of Board of Directors, Washtenaw County/EMU Legal Resource Center, Ann Arbor, MI Dale Vanderford Manager Management Consulting SUMMARY OF EXPERIENCE Dale has over fifteen years’ experience assisting public sector clients customers with various technology related needs. He has extensive experience in providing numerous technology services for government including technology assessment, technology planning, needs assessment, selective sourcing, system selection, IT organizational evaluations, infrastructure design, and implementation management. He was Director of Technology and Operations for Washtenaw County, Michigan and spent 2 years implementing and managing the consolidation of the network infrastructure teams and data centers for Washtenaw County and the City of Ann Arbor. During Dale’s tenure in the department, it consistently received national accolades, including several consecutive year appearances on the Digital Counties Survey and two consecutive years on CIO Magazine’s Top 100 IT departm ents list. Recently, Dale spent a year on assignment with the City of Fayetteville, AR, serving as their interim CIO and implementing systems, departmental procedures, controls, and dashboards resulting in exceptionally high customer satisfaction. PROJECT ROLES Will serve as the technical and subject matter experts on the technology and IT infrastructure. Will also participate in interviews and the development and deployment of the RFP. SELECTED KEY CLIENTS  City of Fayetteville, AR  City of Ogden, UT  City of Colorado Springs, CO  Borough of State College, PA  City of Carlsbad, CA  County of Ottawa, MI  County of Muskegon, MI  County of Oakland, MI  City of Peoria, AR  City of Madison Heights, MI  County of Macomb, MI  Circuit Court of Macomb County, MI  County of Broward, FL  City of Colorado Springs, CO  Numerous projects as IT Director for Washtenaw County Page 63 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 29 | P a g e EDUCATION Masters of Science in Accounting, Information Systems Specialization Michigan State University Bachelor of Arts in Accounting and Information Systems Michigan State University SELECTED PRESENTATIONS PROFESSIONAL TRAINING & AFFILIATIONS California Society of Municipal Finance Officers (CSMFO) Conference Participant (2014) International City/County Management Association (ICMA) Conference Participant (2013 and 2014) Alexandra Colletti Senior Consultant Management Consulting SUMMARY OF EXPERIENCE Alexandra has two years’ experience working with financial business processes, miscellaneous receivables, business licensing, contract management and human resources processes. Her experience with public sector IT software solutions specifically enterprise resource planning (ERP) solutions includes identifying opportunities to enhance business processes, targeted benchmarking, implementation budget management, cost of service and staffing needs analysis all with a vested interest in incorporating stakeholder needs. Alexandra specializes working with clients through the software selection processes, including functional requirement development and the preparation of request for proposal (RFP) solicitations. During the selection process she focuses on vendor response evaluation including, specification compliance analysis, one-time and on-going cost analysis, and total cost of ownership (TCO) development. She also has experience managing the vendor evaluation process and vendor demonstration facilitation. PROJECT ROLES Lead Consultant Will also participate in the departmental review sessions, development of the RFP, assist in the deployment of the RFP, and proposal analysis activities and the vendor demos. SELECTED KEY CLIENTS  City of Baton Rouge, LA  City of Detroit, MI  City of Fort Lauderdale, FL  City of Long Beach, CA  City of North Las Vegas, NV  City of Paducah, KY  City of Palo Alto, CA  City of Philadelphia, PA  Village of Elk Grove, IL  San Diego Association of Governments  New York State Teachers Retirement System  Hampton Roads Transit  County of Outagamie, WI  City of Carlsbad, CA  Montgomery County, TX Page 64 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 30 | P a g e EDUCATION A.B. in Chemistry with Secondary in Computer Science Harvard University Stephen Morrison Consultant Management Consulting SUMMARY OF EXPERIENCE Stephen began working with technology in the public sector in 2014, taking on a development and support role with a permitting and lice nsing vendor. In this role, Stephen began to engage with both the technical and business considerations of implementing and supporting solutions for government. Key activities included support of the vendor’s cloud architecture, system configuration, workflow design, data conversion, and report development. Since joining Plante Moran, he has served as a project consultant on a variety of ERP, EAM, Community Development, and Utility Billing procurement and implementation efforts. PROJECT ROLES Project Consultant Will also participate in the departmental review sessions, development of the RFP, assist in the deployment of the RFP, and proposal analysis activities and the vendor demos. SELECTED KEY CLIENTS  City of Grand Rapids, MI  County of Kent, MI  City of St. Charles, IL  City of Stockton, CA  Town of Jupiter, FL  Broward Metropolitan Planning Organization, FL  County of Milwaukee, WI  County of Miami-Dade, FL  City of Carlsbad, CA  City of Bismarck, ND  City of Des Moines, IA  Hampton Roads Transit, VA  City of Sacramento, CA  County of Livingston, MI  City of Hallandale Beach, FL Page 65 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 31 | P a g e EDUCATION Bachelor of Science in Business Administration, Information Systems and Finance specializations The Ohio State University Mike Grossman Consultant Management Consulting SUMMARY OF EXPERIENCE Mike is a recent graduate of The Ohio State University with a Bachelor of Science in Business Administration with Information Systems and Finance Specializations. He has taken classes in requirements analysis, analysis and design of information systems, and information systems planning and management. Mike had an internship at a consumer goods company in their IT department. His work included developing a new incident reporting system, including requirements gathering, interviewing users, user testing, and developing training documents. PROJECT ROLES Project Consultant who will participate in departmental interview sessions, document functional gaps in the current solution, develop business requirements, perform proposal analysis activities, and support other project activities described in the scope of work. SELECTED KEY CLIENTS  Montgomery County, TX Page 66 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 32 | P a g e References A minimum of three references for consulting jobs similar in size and scope to the project described in this RFP. References must include the name of the client, point of contact, all contact information, description of project, project dates. References must be for projects successfully completed within the past three years. CLIENT REFERENCES City-Parish of East Baton Rouge, LA Mr. Eric Romero Director of Information Services City of Baton Rouge, LA 222 Saint Louis Street, Rm. B284 Baton Rouge, LA 70802 225-389-3070 eromero@brgov.com ERP Needs Assessment and System Selection Currently assisting the City-Parish with an assessment of existing ERP systems and selection of a future ERP solution. Incorporated future needs and related services into an ERP request for proposal, formal solicitation and analysis of proposals received. Project Staff: Rujan, Riffel, Cunliffe, Rau, Carrier Project Timeline: Feb. 2014 – Present City of Fayetteville, AR Mr. Paul Becker Finance Director 113 West Mountain Street Fayetteville, AR 72701 479.575.8330 pbecker@ci.fayetteville.ar.us City Population (2013): 79,000 Assessment , Strategic Plan and Implementation Conducted an Information Technology Assessment for the City that included a review of all aspects of organization, administration and use of technology within the City. As part of the engagement we conducted IT departmental interviews, interviews with all City staff departments, an end-user survey of all City staff and a benchmarking survey of peer City organizations from across the country. Specific areas of focus included IT governance, IT organization structure, enterprise resource planning (ERP), line of business applications (e.g., GIS, courts, etc.), cost allocation methodology, IT infrastructure, project management approach, project portfolio management and identifying opportunities for alternative delivery of services. Project Staff: Rujan, Chalasani, Riffel, Vanderford Project Fees: $50,000 and $150,000 Project Timeline: October 2010 – March 2011, January 2013 – June 2015 Page 67 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 33 | P a g e City of Corpus Christi, TX Ms. Margie Rose Deputy City Manager 1201 Leopard Street Corpus Christi, TX 78401 361.826.3220 margier@cctexas.com City Population (2013): 316,381 ERP Needs Assessment and System Selection Conducting a comprehensive Enterprise Resource Planning (ERP) needs assessment and selection project for the City to replace legacy applications within multiple lines of business within the City. This project will include conducting of interviews with process owners and process end-users, development of an ERP RFP, proposal analysis, due diligence assistance and contract negotiations and statement of work development with the selected ERP vendor. Project scope includes needs assessment and selection of a new customer information system (CIS) and utility billing system for gas, water, storm water and sewer utilities. Project Staff: Bagley, Rujan, Riffel, Casler, Zyla Project Fees: $230,000 Project Timeline: July 2012 – April 2013 System Selected: Infor Montgomery County, TX Mr. Ray Armstead Project Manager Montgomery County, TX 501 N Thompson St # 101 Conroe, TX 77301 (936) 539-7820 ERP Needs Assessment and System Selection Currently assisting the County with an assessment of existing ERP systems and selection of a future ERP solution. Incorporated future needs and related services into an ERP request for proposal, formal solicitation and analysis of proposals received. Project Staff: Rujan, Riffel, Schwarz, Colletti, Carrier Project Fees: $150,000 Project Timeline: November 2015 – Present City of Palo Alto, CA Dr. Jonathan Reichental, Ph.D, Chief Information Officer 250 Hamilton Ave. Mail Stop MB Palo Alto, CA 94301 650.329.2121 Jonathan.Reichental@cityofpaloalto.org Enterprise Application Assessments Currently assisting the City with a comprehensive review of both its Enterprise Asset Management System (EAMS) and Enterprise Resource Planning System (ERP). The City objective is to ensure systems that feature robust data integration, in a sustainable and cost effective manner. Project Staff: Rujan, Blough, Baranski, Moshier, Riffel Project Fees: $200,000 Project Timeline: March 2014 – September 2014 Page 68 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 34 | P a g e City of Roswell, GA Mr. Michael Fischer Deputy City Administrator 38 Hill St. Roswell, GA 30075 770.594.6190 mfischer@roswellgov.com ERP System Selection and Implementation Management Assistance Assisted the City in the selection of a new general government ERP software and separate public safety CAD and RMS software selection effort. Activities included conducting of interviews, RFP development, proposal analysis and assistance to the city in the due diligence process of reviewing various solutions, contract negotiations with the selected vendors and development of a statement of work. Provided project management assistance to the City’s project management team associated with deployment of the initial phase of the selected ERP solution. Project Staff: Eiler, Rau, Warner Project Fees: $442,000 Project Timeline: 2010 – 2012 Post ERP Implementation Analysis Conducted a Post ERP Implementation review to assist the City in understanding the status of the General Government (Tyler Munis), Court Services (Tyler Incode) and Public Safety (SunGard OSSI) implementations due to the City’s Project Manager’s departure. Analyzed historical spending on the project and compared it to the City’s established project budget. Then determined preliminary cost estimates for completion. Determined the status of each module of each area. Identified issues that the staff was experiencing and recommended potential solutions. Developed recommendations for steps the City to complete the ERP project. Project Staff: Warner, Rau, Pesis Project Fees: $36,750 Project Timeline: Sept 2014 – March 2015 Page 69 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 35 | P a g e OTHER REFERENCES The following list provides a sampling of the municipal ERP projects that our firm has performed over the last 36 months. Client Name Project Title Project Date County of Monterey, CA ERP Upgrade Implementation Management Assistance July 2016 - Present City of Fernandina Beach, FL ERP Implementation Management Assistance July 2016 - Present Town of Jupiter, FL Post Implementation Project Management Services May 2016 - Present City of Norman, OK ERP Consulting Services May 2016 - Present State of MI Senate ERP Consulting Services Feb 2016 - Present Cuyahoga County, OH ERP Consulting Services Feb 2016 - Present City of Palo Alto, CA ERP Consulting and Selection Services Feb 2016 - Present City of St. Charles, IL Software Planning Feb 2016 - Present City of Hollywood, FL ERP Consulting Services Feb 2016 - Present City of Roswell, GA Post ERP Project Management Activities Feb 2016 - Present City of Stockton, CA ERP Consulting Services Jan 2016 - Present State of Florida, Division of Rehabilitation and Liquidation Financial System Selection Jan 2016 – June 2016 St. Louis County, MO Time and Attendance Implementation Management Assistance Jan 2016 - Present Juvenile Welfare Board of Pinellas County, FL ERP Consulting Services Nov 2015 – May 2016 North Miami Beach, FL Utility Billing/Customer Service Operations Review Nov 2015 – April 2016 Miami-Dade County, FL ERP Integrator Proposal Analysis Oct 2015 - Present Great Lakes Water Authority, MI ERP Consulting Services Oct 2015 - Present Montgomery County, TX Financial System Needs Assessment Oct 2015 - Present Three Rivers Park District Parks & Rec Options Analysis Sept 2015 - Present Pueblo County, CO ERP Feasibility Study Sept 2015 – Apr 2016 Milwaukee County, WI ERP Consulting Services Sept 2015 - Present Broward County Metropolitan Planning Organization (MPO) ERP Selection Sept 2015 - Present Page 70 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 36 | P a g e Client Name Project Title Project Date Town of Jupiter Island, FL ERP Selection Aug 2015 – Jul 2016 Henry County, GA ERP Due Diligence, Contract Negotiations and Statement of Work (SOW) Development Aug 2015 - Present Village Center Community Development District, FL CIS SOW Development and Contract Negotiations Aug 2015 – Oct 2015 Genesee County ERP Implementation Management Assistance July 2015 - Present City of Sacramento, CA Payment Processing Study June 2015 – Dec 2015 City of Coral Springs, FL ERP Options Analysis May 2015 – Aug 2015 City of Bismarck, ND Work Management System (WMS) Study April 2015 – July 2015 Central Ohio Transit Authority, OH Technology Modernization Services April 2015 - Present Michigan Municipal Services Authority FMS Program Management Assistance Mar 2015 - Present City of Grand Rapids, MI ERP Implementation Management Assistance Mar 2015 - Present Kent County, MI ERP Implementation Management Assistance Mar 2015 - Present Miami-Dade County, FL ERP Integrator RFP Consulting Services Mar 2015 – July 2015 Outagamie County, WI HRIS Selection Services Feb 2015 – Jan 2016 City of Appleton, WI ERP Selection Services Feb 2015 - Present City of Winter Park, FL ERP Selection Services Feb 2015 - Present City of Delray Beach, FL ERP Options Analysis Feb 2015 – Aug 2015 Santa Margarita Water District, CA Technology Enterprise Resource Plan Systems Selection and Implementation Management Assistance Jan 2015 - Present Hampton Roads Transit, VA ERP Selection Services Jan 2015 - Present City of Carlsbad, CA ERP Business Process Mapping Jan 2015 – Apr 2016 Cuyahoga County Public Library, OH FMIS Selection Services and Implementation Management Assistance Dec 2014 - Present City of Roswell, GA Post ERP Implementation Review Oct 2014 – Jan 2015 City of Independence, MO CIS Selection and Implementation Management Assistance Services Nov 2014 - Present City of Paducah, KY ERP Selection Services Sep 2014 - Present Town of Longboat Key, FL Software Assessment ERP Selection Aug 2014 – Dec 2014 Mar 2015 - Present Page 71 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 37 | P a g e Client Name Project Title Project Date Central Ohio Transit Authority (COTA), OH HRIS Needs Assessment and Selection June 2014 – Jan 2015 Horry County, SC ERP Implementation Management Assistance June 2014 – Sept 2015 Village of Park Forest, IL ERP System Consulting and Implementation Management Assistance June 2014 – Present City of Palo Alto, CA ERP System Consulting June 2014 – Dec 2014 City of Arvada, CO EAM System Consulting Apr 2014 – Nov 2014 City of Fayetteville, AR ERP Consulting Services Apr 2014 – July 2015 Clarke County, VA ERP Consulting Services Feb 2014 – Jun 2014 City of Long Beach, CA ERP Consulting Services Feb 2014 – Present City of Baton Rouge, LA ERP Consulting Services Feb 2014 – Present City of Palo Alto, CA EAM System Consulting Jan 2014 – Nov 2014 San Diego Association of Governments, CA Contract Management Needs Assessment Jan 2014 – Nov 2014 St. Lucie County, FL ERP Consulting Services Nov 2013 – Present City of Ft. Lauderdale, FL ERP Selection Nov 2013 – Present Village of Elk Grove, IL ERP Selection and Implementation Management Assistance Sept 2013 – Present City of Bend, OR ERP Selection and Implementation Management Assistance Aug 2013 – Present City of Dublin, OH ERP Selection Sep. 2013 – Dec 2014 City of North Las Vegas, NV Enterprise Applications Analysis July 2013 – Oct 2013 Village of Fox Lake, IL ERP Selection July 2013 – July 2015 Detroit Water & Sewerage Department, MI AP Migration Planning Study June 2013 – Oct 2013 City of Pinellas Park, FL ERP Selection and Implementation Management Assistance May 2013 – Present City of Flint, MI ERP Implementation Management Assistance Jan 2013 – Jan 2015 Huron Clinton Metropolitan Authority, MI ERP Selection and Implementation Management Assistance April 2013 – July 2014 City of Detroit, MI ERP Needs Assessment May 2013 – Aug 2013 Village of Woodridge, IL ERP Selection May 2013 – Jan 2015 City of Pueblo, CO ERP Due Diligence and Implementation Management Assistance Mar 2013 – Present Page 72 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 38 | P a g e Client Name Project Title Project Date Village of Northbrook, IL ERP Selection Mar 2013 – Jan 2015 New Braunfels Utilities, TX FMS Needs Assessment, Selection and Implementation Management Assistance Dec 2012 – Present City of Grand Rapids, MI FMS Needs Assessment and Selection Dec 2012 – Mar 2014 Sumner County, TN ERP Needs Assessment and Selection Aug 2012 – Dec 2013 City of Ann Arbor, MI HR/Payroll Software Assessment Jul 2012 – Dec 2012 City of Corpus Christi, TX ERP Selection Jul 2012 – June 2013 Town of Jupiter, FL Utility Billing and Enterprise Assessment Management Software Selection May 2012 – Nov 2012 City of Hallandale Beach, FL ERP Selection and Implementation Management Assistance May 2012 – Mar 2016 City of Columbia, MO ERP Needs Assessment, Selection and Implementation Management Assistance May 2012 – Aug 2016 Livingston County, MI ERP Selection and Implementation Management Assistance May 2012 – Jan 2015 Horry County, SC ERP Needs Assessment and Selection Feb 2012 – Jan 2014 City of Oakland Park, FL ERP Selection Feb 2012 – Jan 2013 City of Cooper City, FL ERP Selection Feb 2012 – Oct 2012 Marin County, CA ERP Operations Review Feb 2012 – Jan 2015 City of Greenville, NC ERP Selection Dec 2011 – Mar 2013 Hampton Roads Sanitation District, VA ERP Needs Assessment, Selection and Implementation Management Assistance Jan 2012 – December 2015 City of East Lansing, MI ERP Needs Assessment Dec 2011 – Aug 2012 Broward County, FL ERP Selection Assistance, Contract Negotiations, Statement of Work Development, 3PA Implementation Services July 2011 – Present City of North Miami Beach, FL ERP Needs Assessment, System Selection and Implementation Management Assistance Apr 2011 – Present City of Chandler, AZ Oracle Upgrade Project Management Services Mar 2011 – Nov 2011 Town of Jupiter, FL Financial Management System Selection and Implementation Management Assistance Mar 2011 – Nov 2012 City of Flagstaff, AZ ERP Due Diligence Assistance Jan 2011 – Aug 2011 Muskegon County, MI FMIS Software Selection and Implementation Management Assistance Jan 2011 – Sep 2013 City of Owensboro, KY ERP Selection Nov 2010 – Dec 2011 Page 73 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 39 | P a g e Client Name Project Title Project Date City of Asheville, NC Development Services Software Selection Oct 2010 – Sep 2011 City of Casper, WY Software System Assessment Aug 2010 – Aug 2011 City of Alexandria, VA ERP Needs Assessment and Selection Aug 2010 – June 2011 Borough of State College, PA ERP Selection, Contract Negotiations and Implementation Management Assistance Jul 2010 – Mar 2014 City of Miramar, FL ERP Selection and Implementation Management Assistance May 2010 – Jul 2012 City of Roswell, GA ERP Selection, Contract Negotiations and Implementation Initiation Assistance Jan 2010 – Jul 2012 Town of Hempstead, NY Tax System Selection and Implementation Mgt. Jun 2009 – Present City of Mesa, AZ ERP Selection and Implementation Management Assistance Apr 2009 – Aug 2012 Cook County Public Guardian, IL System Assessment and Selection Apr 2009 – Apr 2012 Village of Mt. Prospect, IL ERP Selection and Contract Negotiations May 2009 – Dec 2009 Mid-America Regional Council (MARC) ERP Selection and Contract Negotiations Mar 2009 – Dec 2009 City of St. Charles, MO ERP Selection and Contract Negotiations Jan 2009 – Dec 2009 Waukesha County, WI Financial Applications Analysis Study and RFP Development May 2008 – Mar 2011 City of Asheville, NC ERP Selection and Implementation Management Oct 2007 – Dec 2010 St. Louis County, MO ERP Selection and Implementation Management Apr 2007 – Feb 2010 City of Sheboygan, WI ERP Selection and Implementation Management Mar 2007 – Dec 2008 City of St. Clair Shores, MI Time and Attendance Software Selection Jan 2007 – Aug 2007 City of Elgin, IL FMIS Software Selection Assistance Jun 2006 – May 2007 City of Cleveland, OH FMIS Selection and Implementation Management Oct 2006 – Feb 2010 Page 74 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 40 | P a g e Price Proposal Plante Moran provides a fixed fee of $87,890 to complete the tasks as proposed in our work plan. Totals by Phase Hours Fees Phase 0: Project Management 24 $5,640 Phase 1: ERP Needs Assessment and Selection Strategy 140 $32,900 Phase 1: Business Process Mapping and Review (OPTIONAL) 80 $18,800 Phase 2: ERP RFP Preparation 80 $18,800 Phase 3: ERP Solution Selection and Contract Negotiations 130 $30,550 Total: 374 $87,890* *Price does not include optional Business Process Mapping and Redesign Activities. Our fixed fee is based on our blended consulting rate of $235 per hour for the estimated number of hours expected to complete project activities. We would welcome an opportunity to review our expected roles and responsibilities on the project with the City and submit a revised best and final offer proposal. Page 75 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 41 | P a g e Forms Professional Services Agreement – Consulting Services Addendum to Plante & Moran, PLLC Engagement Agreement This Professional Services Agreement is part of the engagement agreement for our consulting services dated <Date> between Plante & Moran, PLLC (referred to herein as “PM”) and City of Georgetown (referred to herein as “the City”). 1. Management Responsibilities – The consulting services PM will provide are inherently advisory in nature. PM has no responsibility for any management decisions or management functions in connection with its engagement to provide these services. Further, you acknowledge that the City is responsible for all such management decisions and management functions; for evaluating the adequacy and results of the servic es PM will provide and accepting responsibility for the results of those services; and for establishing and maintaining internal controls, including monitoring ongoing activities, in connection with PM’s engagement. The City will designate a Project Supervisor to oversee the services PM will provide. 2. Nature of Services – PM’s project activities will be based on information and records provided to PM by the City. PM will rely on such underlying information and records and the project activities will not inc lude audit or verification of the information and records provided to PM in connection with the project activities. The project activities PM will perform will not constitute an examination or audit of any the City financial statements or any other items, including the City’s internal controls. This engagement also will not include preparation or review of any tax returns or consulting regarding tax matters. If the City requires financial statements or other financial information for third-party use, or if the City requires tax preparation or consulting services, a separate engagement letter will be required. Accordingly, the City agrees not to associate or make reference to PM in connection with any financial statements or other financial information of the City. In addition, PM’s engagement is not designed and cannot be relied upon to disclose errors, fraud or illegal acts that may exist. However, PM will inform the City of any such matters that come to PM’s attention. 3. Use of Report – At the conclusion of PM’s project activities, PM will provide the City with a written report as described in this engagement agreement. PM’s report will be restricted solely to use by management of the City and the City agrees that PM’s report will not be distributed to any outside parties for any purpose other than to carry out legal responsibilities of the City. PM will have no responsibility to update PM’s report for any events or circumstances that occur or become known subsequent to the date of that report. 4. Confidentiality, Ownership and Retention of Workpapers – During the course of this engagement, PM and PM staff may have access to proprietary information of the City, including, but not limited to, information regarding trade secrets, business methods, plans, or projects. PM acknowledges that such information, regardless of its form, is confidential and proprietary to the City, and PM will not use such information for any purpose other than its consulting engagement or disclose such information to any other person or enti ty without the prior written consent of the City. In the interest of facilitating PM’s services to the City, PM may communicate or exchange data by internet, e- mail, facsimile transmission or other electronic methods. While PM will use its best efforts to keep such communications and transmissions secure in accordance with PM’s obligations under applicable laws and professional standards, the City recognizes and accepts that PM has no control over the unauthorized interception of these communications or transmissions once they have been sent, and consents to PM’s use of these electronic devices during this engagement. Professional standards require that PM create and retain certain workpapers for engagements of this nature. All workpapers created in the course of this engagement are and shall remain the property of PM. PM will maintain the confidentiality of all such workpapers as long as they remain in PM’s possession. Both the City and PM acknowledge, however, that PM may be required to make its workpapers available to regulatory authorities or by court order or subpoena in a legal, administrative, arbitration, or similar proceeding in which PM is not a party. Disclosure of confidential information in accordance with requirements of regulatory authorities or pursuant to court order or subpoena shall not constitute a breach of the provisions Page 76 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 42 | P a g e of this agreement. In the event that a request for any confidential information or workpapers covered by this agreement is made by regulatory authorities or pursuant to a court order or subpoena, PM agrees to inform the City in a timely manner of such request and to cooperate with the City should the City attempt, at the City’s cost, to limit such access. This provision will survive the termination of this agreement. PM’s e fforts in complying with such requests will be deemed billable to the City as a separate engagement. PM shall be entitled to compensation for its time and reasonable reimbursement of its expenses (including legal fees) in complying with the request. PM reserves the right to destroy, and it is understood that PM will destroy, workpapers created in the course of this engagement in accordance with PM’s record retention and destruction policies, which are designed to meet all relevant regulatory requirements for retention of workpapers. PM has no obligation to maintain workpapers other than for its own purposes or to meet those regulatory requirements. Upon the City’s written request, PM may, at its sole discretion, allow others to view any workpapers remaining in its possession if there is a specific business purpose for such a review. PM will evaluate each written request independently. The City acknowledges and agrees that PM will have no obligation to provide such access or to provide copies of PM’s workpapers, without regard to whether access had been granted with respect to any prior requests. 5. Consent to Disclosures to Service Providers– In some circumstances, PM may use third-party service providers to assist with an engagement. In those circumstances, PM will require any such third-party service provider to: (i) maintain the confidentiality of any information furnished; and (ii) not use any information for any purpose unrelated to assisting with PM’s services for the City. In order to enable these service providers to assist PM in this capacity, the City, by its duly authorized signature on the accompanying engagement letter, consents to PM’s disclosure of all or any portion of the City’s information to such service providers to the extent such information is relevant to the services the third-party service provider may provide and agrees that PM’s disclosure of such information for such purposes shall not constitute a breach of the provisions of this agreement. The City’s consent shall be continuing until the services provided for this engagement agreement are completed. 6. Fee Quotes – In any circumstance where PM has provided estimated fees, fixed fees or not -to-exceed fees (“Fee Quotes”), these Fee Quotes are based on the City personnel providing PM staff the assistance necessary to satisfy the City responsibilities under the scope of services. This assistance includes availability and cooperation of those the City personnel relevant to PM’s project activities and providing needed information to PM in a timely and orderly manner. In the event that undisclosed or unforeseeable facts regarding these matters causes the actual work required for this engagement to vary from PM’s Fee Quotes, those Fee Quotes will be adjusted for the additional time PM incurs as a result. In any circumstance where PM’s work is rescheduled, PM offers no guarantee, express or implied, that PM will be able to meet any previously established deadline related to the completion of PM’s work. Because rescheduling its work imposes additional costs on PM, in any circumstance where PM has provided Fee Quotes, those Fee Quotes may be adjusted for additional time PM incur as a result of rescheduling its work. PM will advise the City in the event these circumstances occur, however it is acknowledged that the exact impact on the Fee Quote may not be determinable until the conclusion of the engagement. Such fee adjustments will be determined in accordance with the Fee Adjustments provision of this agreement. 7. Payment Terms – PM invoices for professional services are due upon receipt unless otherwise specified in this engagement letter. In the event any of PM’s invoices are not paid in accordance with the terms of this agreement, PM may elect, at PM’s sole discretion, to suspend work until PM receives payment in full for all amounts due or terminate this engagement. In the event that work is suspended, for nonpayment or other reasons, and subsequently resumed, PM offers no guarantee, express or implied, that PM will be a ble to meet any previously established deadlines related to the completion of PM’s consulting work or issuance of PM’s consulting report upon resumption of PM’s work. The City agrees that in the event that work is suspended, for non-payment or other reasons, PM shall not be liable for any damages that occur as a result of PM ceasing to render services. 8. Fee Adjustments – Any fee adjustments for reasons described in this agreement will be determined based on the actual time expended by PM staff at the hourly rates stated in this agreement, plus related costs PM incurs, and included as an adjustment to PM’s invoices related to this engagement. The City acknowledges and agrees that payment for all such fee adjustments will be made in accordance with the payment terms provided in this agreement. Page 77 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 43 | P a g e 9. Force Majeure – Neither party shall be deemed to be in breach of this engagement agreement as a result of any delays or non-performance directly or indirectly resulting from circumstances or causes beyond its reasonable control, including, without limitation, fire or other casualty, acts of God, war or other violence, or epidemic (each individually a “Force Majeure Event”). The City acknowledges and agrees that a Force Majeure Event shall not excuse any payment obligation relating to fees or costs incurred prior to any such Force Majeure Event. 10. Exclusion of Certain Damages – Except to the extent finally determined to have resulted from PM’s gross negligence or willful misconduct, the City agrees to limit the liability of PM and any of PM’s officers, directors, partners, members, managers, employees, affiliated, parent or subsidiary entities, and approved allied third party service providers (collectively, “PM Persons”) for any and all claims, losses, costs, and damages of any nature whatsoever so that the total aggregate liability of the PM and the PM Persons to the City shall not exceed the total fees paid by the City to PM for the services provided in connection with this engagement agreement. the City and PM agree that these limitations on PM’s and the PM Persons’ maximum liability are reasonable in view of, among other things, the scope of the services PM is to provide, the City’s responsibility for the management functions associated with PM’s consulting services, and the fees PM is to receive under this engagement. In no event shall the PM or the PM Persons be liable to the City, whether a claim be in tort, contract, or otherwise, for any consequential, indirect, lost profit, punitive, exemplary, or o ther special damages. PM and the City agree that these limitations apply to any and all liabilities or causes of action against PM, however alleged or arising, unless to the extent otherwise prohibited by law. This provision shall survive the termination of this engagement. In the event this engagement agreement expressly identifies multiple phases of services, the total aggregate liability of PM to the City shall be limited to no more than the total amount of fees paid by the City for the particular phase of services alleged to have given rise to any such liability. 11. Defense, Indemnification, and Hold Harmless – As a condition of PM’s willingness to perform the services provided for in the engagement letter, the City agrees to defend, indemnify and hold PM and the PM Persons harmless against any claims by third parties for losses, claims, damages, or liabilities, to which PM or the PM Persons may become subject in connection with or related to the services performed in the engagement, unless a court having jurisdiction shall have determined in a final judgment that such loss, claim, damage, or liability resulted primarily from the willful misconduct or gross negligence of PM, or one of the PM Persons. This defense, indemnity and hold harmless obligation inclu des the obligation to reimburse PM and/or the PM Persons for any legal or other expenses incurred by PM or the PM Persons, as incurred, in connection with investigating or defending any such losses, claims, damages, or liabilities. 12. Receipt of Legal Process – In the event PM is required to respond to a subpoena, court order, or other legal process (in a matter involving the City but not PM) for the production of documents and/or testimony relative to information PM obtained and/or prepared during the course of this engagement, the City agrees to compensate PM for the affected PM staff’s time at such staff’s current hourly rates, and to reimburse PM for all of PM’s out-of-pocket costs incurred associated with PM’s response unless otherwise reimbursed by a third party. 13. Termination of Engagement – This agreement may be terminated by either party upon written notice. Upon notification of termination, PM’s services will cease and PM’s engagement will be deemed to have been completed. The City will be obligated to compensate PM for all time expended and to reimburse PM for related costs PM incurs through the date of termination of this engagement. 14. Time Limits – Except for actions to enforce payment of PM’s invoices and without limiting any claims for indemnification hereunder, any claim or cause of action arising under or otherwise relating to this engagement must be filed within two years from the completion of the engagement without regard to any statutory provision to the contrary. 15. Entire Agreement – This engagement agreement is contractual in nature, and includes all of the relevant terms that will govern the engagement for which it has been prepared. The terms of this letter supersede any prior oral or written representations or commitments by or between the parties regarding the subject matter hereof. Any material changes or additions to the terms set forth in this letter will only become effective if evidenced by a written amendment to this agreement, signed by all of the parties. 16. Severability – If any provision of this engagement agreement (in whole or part) is held to be invalid or otherwise unenforceable, the other provisions shall remain in full force and effect. 17. Conflicts of Interest – PM’s engagement acceptance procedures include a check as to whether any conflicts of interest exists that would prevent acceptance of this engagement. No such conflicts have been Page 78 of 80 ERP SOFTWARE SOLUTION SELECTION SERVICES 44 | P a g e identified. The City understands and acknowledges that PM may be engaged to provide professional services, now or in the future, unrelated to this engagement to parties whose interests may not be consistent with interests of the City. 18. Agreement Not to Influence – the City and PM each agree that each respective organization and its employees will not endeavor to influence the other’s employees to seek any employment or other contractual arrangement with it, during this engagement or for a period of one year after termination of the engagement. The City agrees that PM employees are not “contract for hire.” PM may release the City from these restrictions if the City agrees to reimburse PM for its recruiting, training, and administrative investment in the applicable employee. In such event, the reimbursement amount shall be equal to two hundred hours of billings at the hourly rate stated in this agreement for the PM employee. 19. Third-Party Software – This engagement will involve implementation of third-party software on the City systems. the City acknowledges that PM is not a developer, vendor, or owner of such third -party software and that PM offers no warranty or guarantee, express or implied, against defects in such third -party software or the City’s systems, or with regard to viability, availability, maintenance, or pricing of such third-party software, or with regard to its fitness for the City’s particular purpose. 20. Signatures – Any electronic signature transmitted through DocuSign or manual signature on this engagement letter transmitted by facsimile or by electronic mail in portable document format may be considered an original signature. 21. Governing Law – This agreement shall be governed by and construed in accordance with the laws of the State of Texas, and jurisdiction over any action to enforce this agreement, or any dispute arising from or relating to this agreement shall reside exclusively within the State of Texas. End of Professional Services Agreement – Consulting Services Page 79 of 80 For more information contact: Adam Rujan, Partner 248-223-3328 Adam.Rujan@plantemoran.com plantemoran.com 14th Largest CPA and consulting firm in the United States 99% Of clients say they would recommend us 2,200+ Staff Page 80 of 80