enterprise geographical information system (gis) strategic

31
CITY OF PASADENA REQUEST FOR PROPOSALS For Enterprise Geographical Information System (GIS) Strategic Plan February 13, 2013 City of Pasadena Department of Information Technology 100 N Garfield Ave Room N123 Pasadena, CA 91109

Upload: others

Post on 22-Mar-2022

12 views

Category:

Documents


0 download

TRANSCRIPT

CITY OF PASADENA

REQUEST FOR PROPOSALS

For

Enterprise Geographical Information System (GIS)

Strategic Plan

February 13, 2013

City of Pasadena Department of Information Technology

100 N Garfield Ave Room N123 Pasadena, CA 91109

NOTICE REGARDING DISCLOSURE OF

CONTENTS OF DOCUMENT All responses to this Request for Proposal (RFP) accepted by the City of Pasadena (City) shall become the exclusive property of the City. At such time as the City Manager recommends a contractor to the City Council, and such recommendation, with any recommended contract appears on the Council agenda, all proposals accepted by the City shall become a matter of public record and shall be regarded as public, with the exception of those elements of each proposal which are defined by the contractor as business or trade secrets and plainly marked as "Trade Secret", "Confidential" or "Proprietary". Each element of a proposal which a contractor desires not to be considered a public record must be clearly marked as set forth above, and any blanket statement (i.e. regarding entire pages, documents or other non-specific designations) shall not be sufficient and shall not bind the City in any way whatsoever. If disclosure is required or permitted under the California Public Records Act or otherwise by law, the City shall not in any way be liable or responsible for the disclosure of any such records or part thereof.

Table of Contents

1. INVITATION FOR PROPOSALS .............................................................................................................. 5

2. BACKGROUND ...................................................................................................................................... 6

THE ENTERPRISE GIS STRATEGIC PLAN INITIATIVE ................................................................................. 6

EXISTING SITUATION ................................................................................................................................ 6

3. SCOPE OF WORK ................................................................................................................................... 7

OVERVIEW ................................................................................................................................................ 7

SECTION 1 – REQUIRED: Assessment of all GIS systems, resources, data and utilization ..................... 7

SECTION 2 - REQUIRED: Complete Enterprise GIS Strategic Plan ........................................................... 7

SECTION 3 - REQUIRED: Create an Implementation Roadmap .............................................................. 8

SECTION 4 - OPTIONAL: Assessment of Pasadena Water and Power Department’s (PWP) current GIS

program .................................................................................................................................................... 8

4. CONTENTS OF PROPOSAL .................................................................................................................. 11

SECTION 1 – EXECUTIVE SUMMARY ...................................................................................................... 11

SECTION 2 – VENDOR DATA ................................................................................................................... 12

SECTION 3 – STAFF QUALIFICATIONS AND EXERIENCE ......................................................................... 12

SECTION 4 – ENTERPRISE GIS STATEGIC PLAN OUTLINE ....................................................................... 12

SECTION 5 – METHODOLGY ................................................................................................................... 12

SECTION 6 – COST PROPOSAL ................................................................................................................ 12

SECTION 7 – ACKNOWLEDGEMENTS, ADDITIONS AND EXCEPTIONS ................................................... 13

SECTION 8 – EQUAL OPPORTUNITY EMPLOYMENT PRACTICES COMPLIANCE .................................... 13

SECTION 9 – DECLARATION OF NON-COLLUSION ................................................................................. 13

SECTION 10 – LIVING WAGE COMPLIANCE............................................................................................ 13

SECTION 11 – TAXPAYER PROTECTION AMMENDMENT ...................................................................... 13

SECTION 12 – SMALL OR MICRO-BUSINESS PREFERENCE ..................................................................... 13

SECTION 13 – SERVICES CONTRACT AND PURCHASE ORDER ............................................................... 13

5. ASSUMPTIONS .................................................................................................................................... 14

6. EVALUATION PROCEDURES AND CRITERIA ....................................................................................... 14

TIMELINE ................................................................................................................................................. 15

7. PAYMENTS AND DELIVERABLES ......................................................................................................... 16

8. PASADENA LIVING WAGE ORDINANCE ............................................................................................. 16

9. LOCAL PREFERENCE ............................................................................................................................ 17

10. CERTIFICATE OF INSURANCE .......................................................................................................... 18

11. STANDARD TERMS AND CONDITIONS ........................................................................................... 18

12. EQUAL OPPORTUNITY CONTRACTING ........................................................................................... 18

13. DEFINITIONS ................................................................................................................................... 18

14. INSTRUCTIONS AND QUESTIONS ................................................................................................... 19

15. ADDENDA........................................................................................................................................ 19

16. PROOF OF AUTHORITY ................................................................................................................... 20

17. WITHDRAWAL OF PROPOSAL ........................................................................................................ 20

18. FIRM COMMITMENT OF AVAILABILITY OF SERVICE ..................................................................... 20

19. RESERVATIONS ............................................................................................................................... 20

20. DECLARATION OF NON-COLLUSION .............................................................................................. 20

21. DOCUMENTS TO BE CONSTRUED TOGETHER ................................................................................ 20

22. ERRORS AND OMISSIONS ............................................................................................................... 21

23. RFP NOT CONTRACTUAL ................................................................................................................ 21

24. PATENT FEES; PATENT, COPYRIGHT, TRADE SECRET AND TRADEMARK FEES ............................. 21

25. TAXES .............................................................................................................................................. 21

26. TAXPAYER PROTECTION AMENDMENT ......................................................................................... 21

27. EXHIBITS .......................................................................................................................................... 22

5

REQUEST FOR PROPOSALS

FOR

GIS Strategic Planning

Consulting Services

1. INVITATION FOR PROPOSALS

The City of Pasadena (the “City”) is seeking a qualified and experienced consultant or

consulting firm to assist the City in efforts to develop an Enterprise GIS Strategic Plan.

Parties interested in responding are required to submit three (3) copies of the proposal and

one electronic copy on CD or DVD no later than 5:00 PM on March 12, 2013 to:

Jonathan Robinson

GIS Coordinator

Department of Information Technology

City of Pasadena

100 N Garfield Ave., Room N123

Pasadena, CA 91109

The outside of the submittal package must be clearly marked “Proposal for City of Pasadena

Enterprise GIS Strategic Plan”. Alternatively, a fully electronic package can submitted through

e-mail (30MB maximum) by the deadline to [email protected]. It is the

responsibility of the vendor to verify receipt of the proposal by the City.

In lieu of a pre-bid conference to resolve any questions regarding this Request For Proposal

and the City's Contracting requirements, please e-mail your questions to

[email protected] by February 22, 2013. The City will make every attempt to

respond to questions promptly. In addition, all submitted questions and answers will be

consolidated and posted by February 27, 2013 on the City’s website.

Submission of a proposal shall constitute acknowledgment and acceptance of all terms

and conditions contained in this RFP and all exhibits and attachments hereto.

6

2. BACKGROUND

THE CITY OF PASADENA

The City of Pasadena is a full-service municipality governed by a Council/Manager form of

government and comprised of 16 departments providing traditional services including a Public

Health Department, Water and Power Utility, Library, Police and Fire Departments. The City’s

annual operating budget is over $700 million and employs approximately 2,000 employees.

THE ENTERPRISE GIS STRATEGIC PLAN INITIATIVE

The City developed an Enterprise GIS system based on a plan developed in 2003, which has

provided significant value to the City over the last decade. The Enterprise GIS Strategic Plan

Initiative will define new strategies for enhancing GIS service delivery with improved efficiency

and effectiveness, expand GIS accessibility and use, enhance support of city business activities,

and increase organizational awareness and support for GIS. The comprehensive Enterprise GIS

Strategic Plan will identify key technology advancements and provide a roadmap for

implementation.

EXISTING SITUATION

Currently, the GIS Division within the Department of Information Technology serves as

the primary source for GIS service needs for the City.

The GIS Division consists of a GIS coordinator, GIS Analyst and another GIS Analyst with web

development experience currently under recruitment. Additionally, the Utility has staff

dedicated to support Water and Power systems and data.

The GIS Division manages and supports the enterprise GIS infrastructure, provides support and

training for the City’s intranet Web Mapping application (iMap) and maintains the primary

relationship with ESRI for software licenses. The enterprise GIS system also utilizes ESRI’s

ArcIMS and ArcGIS Server technology to support iMap and other web browser based mapping

applications for internal staff as well as direct connections through ArcGIS Desktop. The

enterprise GIS data is stored within ArcSDE geodatabases running on top of Oracle 10G

databases and consisting of over 300 GIS datasets ranging from aerial imagery, elevation

models, spatial views, geometric networks. Versioned editing has also been enabled within the

enterprise GIS database. Currently, all ESRI software is running at the 9.3.1 version with a

planned migration to version 10 over the next year.

Tabular data from enterprise systems such as development review and permitting, asset

management, business licenses, and recreation management are linked to various

featureclasses in the GIS for use by City staff.

7

3. SCOPE OF WORK

OVERVIEW

The Enterprise GIS Strategic Plan will be used to implement GIS technology to serve as

an everyday tool that will leverage the City’s information assets, increase the visibility of GIS in

the City, increase department sponsorship of GIS, identify new opportunities for GIS to address

business needs, and integrate GIS within city business processes. The Enterprise GIS Strategic

Plan will include the following sections:

SECTION 1 – REQUIRED: Assessment of all GIS systems, resources, data and utilization

Perform an assessment of all City departments – determine how GIS is being used currently; perform

data discovery (identifying the core data sets used by the department, the nature of the data, the use of

the data, applications/business processes supported by the data, the business need supported by the

data). The results of the assessment should be a comprehensive and detailed inventory.

1. Using information obtained from the assessments, provide recommendations on how GIS

resources, such as people, processes and technology, can be more efficiently and effectively

leveraged within City Departments.

2. Create a matrix of discovered data sources and how GIS systems and services could be leveraged

to maintain the data for multiple uses.

3. Produce a gap analysis outlining where increased GIS support and data is necessary and where

support resources should be allocated within the City.

4. Provide recommendations on how to best leverage ESRI licenses based on current and future

needs, including ArcGIS server, desktop editor licenses and ESRI Enterprise License Agreements

(ELA)

SECTION 2 - REQUIRED: Complete Enterprise GIS Strategic Plan

Create a comprehensive Enterprise GIS Strategic Plan which addresses the current and future GIS needs

of the City characterized by industry best practices and identifies key technology advancements which

meet the City’s goal of effective and efficient delivery of GIS services.

1. Develop an Enterprise GIS Strategic Plan which outlines a road map for implementing

industry best practices in the following areas:

a. GIS Staff development and Training

b. GIS Mobile Application Deployment

c. External GIS service delivery for access in the field and public use

d. Enterprise system integration, e.g. ERP, Land Management, etc.

e. Any other area discovered as part of the gap analysis

2. Create a plan that develops, maintains and delivers the data and functionality

uncovered in the assessment and outlined in the plan.

8

3. Identify the data assets and information architecture needed to support the initiatives in

the plan.

4. Provide recommendations on system infrastructure models, e.g. hardware and

software, to support functionality in the plan.

5. Provide recommendations on retooling the Enterprise GIS Governance structure to

maximize visibility and ongoing investments in the service.

6. Develop criteria and rank priorities for all elements of the plan.

SECTION 3 - REQUIRED: Create an Implementation Roadmap

1. Detail the steps to implement the strategic plan, with any dependencies, critical decision

points, and estimated personnel needs.

2. Provide estimated costs to implement the plan, including those for data

upgrade/acquisition, software licensing and maintenance, and hardware costs.

3. Conduct a high-level cost-benefit analysis and/or a return on investment analysis to

justify the initiatives on the roadmap.

SECTION 4 - OPTIONAL: Assessment of Pasadena Water and Power Department’s (PWP) current

GIS program

Vendors with utility experience are invited to include a proposal to conduct a deeper assessment of

PWP’s current GIS program, develop a focused 5-year GIS strategic plan and implementation

roadmap, which is specific to the Utility and will tie into the Enterprise GIS Strategic Plan. In other

words, the optional PWP GIS assessment will build upon the PWP departmental assessment and

data gathered for the Enterprise GIS Strategic Plan See 6. Evaluation Criteria and Procedures for

details on how this section will be evaluated.

History: PWP completed the Program Management, Development and Implementation for PWP’s

Enterprise GIS project in 2010. The project consisted of -

• Digitizing the electric geometric network from substation circuit source to the service points.

• Digitizing the water geometric network from water sources to the service points.

• Implementing and configuring Miner and Miner ArcFM, ArcIMS Server (converted to ArcGIS

Server in 2011), Spatial Wave Mapplet, MapLibrary and MapProduction.

• Piloting ArcFM Mobile Field application for both Water and Electric

• Developing data warehouse to store customer information, and legacy asset information

• Creating ETLs ( Extract, Transform, Load) to migrate data from CIS (Customer Information

System) and legacy databases

• Creating views to migrate data from data warehouse to ArcSDE.

9

PWP invested in applications and high quality data layers to support GIS. Next steps include further

integration of GIS throughout operations and planning for capital investment by leveraging existing

investment in applications and data to support decision making and analysis.

The focused analysis into PWP’s existing GIS program includes an assessment of staff, applications,

application configurations, data maintenance, documenting the current state including

organizational challenges and desired results, development of the PWP GIS vision, and creating a

strategy and implementation plan to align with PWP objectives. The plan should focus on utilizing

industry best practices for leveraging GIS technology, tools, workflows, data model, and ties into

the City’s Enterprise GIS Strategic Plan.

Overall objectives include:

1. Perform an assessment of the department to determine how GIS is currently being used,

perform data discovery (identifying the core data sets used by the department, the nature of

the data, the use of the data, applications/business processes supported by the data, the

business need supported by the data).

2. Perform an assessment of existing and potential future departmental software integration

with GIS

3. Perform an assessment of resources needed to support data maintenance and improve

accessibility by field operations.

4. Develop a GIS Strategic Plan which will outline a road map for implementing best practices

relating to the Water and Power Utility industry

5. Detail the implementation of the strategic plan, with any dependencies, critical decision

points, and estimated resource and training needs for all PWP groups (Water Engineering,

Power Engineering , IT, Customer Service, etc.) including the estimated costs to implement

the plan, including costs for data upgrade/acquisition, software licensing and maintenance,

and hardware costs.

6. Provide schedule of priorities for projects assuming limited financial and personnel

resources.

The Vendor will take a two phase approach:

Phase 1. Assessment and Research Phase

1. The Consultant will review and critique the existing and planned: GIS operations,

applications, application configuration, stored displays MXDs and map services, hardware,

software, data mining procedures, and the overall GIS framework. The Consultant will

include MWH’s and PWP’s vision of GIS usage following the initial implementation.

2. The Consultant will review and critique existing GIS expenditures. (Licensing / ELA, training,

consulting services)

10

3. Selected electric and water web GIS end users will be interviewed separately to identify

preferred needs and expected system performance. Selected electric and water ArcGIS

Desktop / ArcFM end users will be interviewed separately to identify preferred needs and

expected system performance.

4. Selected upper management will be interviewed to identify the GIS programs overall goals.

5. The Consultant will interview GIS leads in Water, Electric and Customer Service to identify

weaknesses/shortfalls of the current GIS program and how it could be improved to assist

them.

6. The Consultant will interview PWP’s GIS IT to identify the technical structure of PWP’s GIS,

weaknesses/shortfalls of current GIS program and how it could be improved to assist them.

7. The consultant will research the most effective state-of-the-art GIS enterprise systems

available and make recommendations for PWP to optimize business improvement

opportunities.

8. The consultant will research successful GIS programs used in other utility organizations with

similar characteristics and make recommendations to PWP.

Phase 2. Design and Analysis Phase

1. Provide information to enhance the work and investment already made in information

technology and GIS at PWP.

2. Outline needed hardware, software, staff skills, milestones, potential implementation of new

ESRI compatible GIS products, a review of electric and water GIS datasets to improve editing

efficiency, workflow models, costs and process changes to maximize service delivery and staff

efficiencies

• Provide Cost/Benefit of recommendations and alternatives

3. Provide Industry Research to compare the PWP GIS to other similar utility GIS implementations

4. Provide recommendations for each of the following:

• Data maintenance and QA/QC procedures

• Integration of all utility GIS operations to improve business functions.

• Staff training and skills requirements.

• A structured PWP GIS organizational plan

• GIS vision that has been approved by PWP management, staff, and stakeholders.

• Any other discoveries.

5. Examine existing method of importing customer and asset data from legacy systems to data

warehouse and provide recommendations.

6. Examine existing method of presenting customer and asset data from data warehouse to ArcSDE

or applications: Recommendation and best practices for including population of attribute data

directly to ArcSDE (excluding attributes for connectivity, annotation, and other application

dependent required fields).

7. Examine current symbology in GIS and AutoCAD to provide recommendation and development

of symbol standards. Provide further recommendations of these standards to allow for easy

data integration between GIS and AutoCAD.

11

8. Evaluate solutions for consuming GIS data in AutoCAD and provide recommendations and best

practices.

9. Evaluate existing Structured Map series and provide recommendations and best practices.

10. Assess existing annotation and provide recommendations and best practices, with a view to

accommodate for a number of growing mobile applications as well as for creation of map books.

11. Provide recommendations and best practices for creating an effective GIS training plan for all

levels of GIS users.

12. Assessment and recommendations on the use of GPS (Global Positioning Systems). (Immediate

data capture needs include trees, poles, vaults, valves, etc.).

13. Assessment of current applications and configuration including recommendation and best

practices. Include in recommendation customization of user applications, web applications,

desktop tools, COTS (Commercial off the Shelf) software and capabilities to process data to

create needed products or analysis.

14. Provide ease of use analysis of the existing GIS applications and provide recommendations to

improve and increase the usability of the GIS applications.

15. Provide a ROI (Return on Investment) analysis of the PWP Enterprise GIS applications

implemented to date.

16. Provide suggestions for creating a name brand for the diverse GIS applications being used by the

PWP group to create a sense of operating within a common, centralized system.

17. Provide recommendations for any other area discovered as part of the gap analysis.

In order to effectively report results to the PWP:

1. The vendor will meet with PWP staff to present a draft GIS Strategic Plan and alter the plan

based on feedback.

2. The vendor will present the final City and PWP Enterprise GIS Strategic Plans and discuss how to

incorporate the recommendations outlined in the plan to senior PWP staff. The vendor will also

provide documentation of the recommendations to PWP.

3. Deliver the final GIS Strategic Plan in a printed version and as a Microsoft Word document.

4. CONTENTS OF PROPOSAL

Marketing information will not be accepted in lieu of direct response to all requirements and

questions. Proposals must include but need not be limited to the following content. Proposals

must be organized according to the following sections. Please limit the proposal size to a

maximum of twenty pages, not including attachments.

SECTION 1 – EXECUTIVE SUMMARY

Letter of introduction signed by an authorized representative of the firm (2-3 pages

maximum) that provides an executive summary of the firm’s experience relevant to the

12

scope of work described in the RFP and describing why the firm would be of service to

the City of Pasadena on this project;

SECTION 2 – VENDOR DATA

a) Size (national and regional/local), and financial condition of the firm.

b) Experience with providing information technology strategic plans and services of

similar type, size and scope, for comparably sized government agencies.

c) Short descriptions of three (3) recent projects of similar scope performed for

communities/municipalities similar in size to the City of Pasadena.

d) Include a list, including names of persons to be contacted, with telephone and email

addresses the City may contact in order to ascertain quality of performance of

recent GIS Strategic planning for similarly sized governmental agencies.

SECTION 3 – STAFF QUALIFICATIONS AND EXERIENCE

a) Identify the project manager and key staff, who would be assigned to this project.

b) Provide information on the GIS strategic planning experience of the project manager

and key staff, including background and experience of each person relevant to this

project.

c) Indicate how the quality of work of the project staff will be assured over the term of

the engagement.

SECTION 4 – ENTERPRISE GIS STATEGIC PLAN OUTLINE

State in your own words your understanding of the objectives of the Enterprise GIS

Strategic Plan as outlined in the RFP.

SECTION 5 – METHODOLGY

a) Describe the method proposed to develop of the Enterprise GIS Strategic Plan, and

include a detailed project plan.

b) Discuss the rationale for the proposed approach.

c) Indicate how you will complete the contract within the time specified and with the

same team members.

SECTION 6 – COST PROPOSAL

A budget for the proposed project shall be submitted. The budget should be based on

the Scope of Work requirements for the Enterprise GIS Strategic Plan noted in required

Section 1, 2, and 3. If a vendor submits a proposal for the optional Section 4, then an

additional separate budget shall be submitted identifying all cost associated with adding

the optional section.

13

This information shall be followed by a budget narrative which shall describe and justify

the proposed budget, and include an estimate of staff allocations, estimated hours,

rates per assigned staff; and an estimate of total billable hours. Also include the

proposed method of progress billing and payment based on specific and measureable

deliverables. See 7. Payments and Deliverables for additional information.

SECTION 7 – ACKNOWLEDGEMENTS, ADDITIONS AND EXCEPTIONS

a) Acknowledge your ability to meet or not meet all of the requirements as stated in

the scope of work.

b) Compile and include all other information you deem pertinent, but not specifically

requested elsewhere.

c) Indicate any exceptions to the terms and conditions of this request for proposal, or

any qualifications/clarifications regarding the proposal response.

SECTION 8 – EQUAL OPPORTUNITY EMPLOYMENT PRACTICES COMPLIANCE

Each proposer must submit a completed form AA-1. Failure to submit this form will

result in automatic disqualification with no exceptions unless proposer has an approved

form on file with the City. Form AA-2 is required to be submitted for projects involving

labor or services in excess of $25,000. Form AA-3 is Optional (See EXHIBIT “A”).

SECTION 9 – DECLARATION OF NON-COLLUSION

A completed and signed "Declaration of Non-Collusion." (See EXHIBIT “B”)

SECTION 10 – LIVING WAGE COMPLIANCE

A completed and signed “Living Wage Compliance Certification” (See EXHIBIT “C”).

SECTION 11 – TAXPAYER PROTECTION AMMENDMENT

A completed “Disclosure Pursuant to the City of Pasadena Taxpayer Protection

Amendment, Pasadena City Charter, Article XVII” form (See EXHIBIT “D”).

SECTION 12 – SMALL OR MICRO-BUSINESS PREFERENCE

Certification by the State of California that the vendor qualifies as small or micro-

business, if such preference is claimed – see

http://www.pd.dgs.ca.gov/smbus/sbcert.htm for further information.

SECTION 13 – SERVICES CONTRACT AND PURCHASE ORDER

14

The City reserves the right to enter into an agreement with a vendor through either a

Purchase Order or a standard contract for services.

Furnish any/all comments or concerns or changes requested in PO or standard city

contract:

• A “Sample Services Contract” (see EXHIBIT “E”) and “Sample Purchase Order (see

EXHIBIT “F”) is attached for review by the vendor.

• Any portions of the sample contracts not identified as concerns by the vendor in

the proposal are considered to be acceptable by the vendor.

Note: If your proposal does not include all of the above items, it may be deemed non-

responsive.

5. ASSUMPTIONS

Consultant’s responsibilities will include: facilitation, data collection; provision of planning

models and tools; evaluation processes; presentation of the final Enterprise GIS Strategy to

personnel from appropriate City departments; and the production of a written Enterprise GIS

Strategic Plan expressing and reflecting the evaluation and recommendations collected as part

of this engagement.

6. EVALUATION PROCEDURES AND CRITERIA

Evaluation of proposals will be based on the competitive selection process, in which the

evaluation of proposals will not be limited to price alone. Project methodology, technical

expertise, references as well as relevant experience and qualifications, technical merit, how

well the respondent adheres to, and have performed according to equal opportunity

employment principles will also be considered in the selection process.

NOTE ON OPTIONAL ASSESSMENT OF WATER & POWER GIS PROGRAM. As outlined in the

Scope of Work section 4, vendors with experience in providing GIS strategic planning in the field

of a water and power utility are invited to submit a proposal that includes a deeper analysis

into the City’s Water and Power GIS Program. The City believes there are few vendors that can

provide both Utility specific plans and Municipal plans. Therefore, proposals including this

optional section will be awarded up to an additional five (5) percentage points, based on

previous experience and ability to assess a utility GIS program. The City reserves the right to

exclude the optional section from the scoring and for a final contract award even if the optional

section is included in a vendor proposal. If no proposals include the optional section or the City

chooses to omit the optional section in a final contract award, the City intends to issue a new

RFP sometime in the future specifically for the assessment of PWP GIS Program.

15

A screening committee consisting of personnel from appropriate City departments will

determine which proposals are responsive to the requirements of this RFP. The City reserves

the right to select a vendor based solely on the information submitted in the proposal and, if

necessary, telephone interviews with the respondents. In-person interviews and

demonstrations by the most qualified vendors will be requested only if determined by the

screening committee.

The competitive selection evaluation criteria are as follows:

Criteria Portion

1. Understanding of the objectives in the RFP and the proposed approach and method to develop the Enterprise GIS Strategic Plan including ability to meet timeframe set out below.

25%

2. Recent experience with projects of this size and scope in an agency of similar size. Reference information will be taken into consideration.

20%

3. Personnel assigned to the project and their compatibility with the City of Pasadena employees.

20%

4. Cost Proposal (excludes optional Scope of Work Section 4)

20%

5. Small or Micro-Business 5%

6. Local Pasadena Business 5%

7. (Optional) PWP GIS Program Assessment 5%

Total 100%

TIMELINE The City’s estimated timeline to review proposals is as follows:

Event Date

Release of RFP February 13, 2013

Deadline For Vendor RFP Inquiries February 22, 2013

16

Deadline for City Response to RFP Inquiries February 27, 2013

Proposal Due Date March 12, 2013

Vendor Selection March 12, 2013 thru April 3, 2013

Project Kick-Off May 1, 2013

7. PAYMENTS AND DELIVERABLES

The City requires a payment schedule based on defined and measurable deliverables as outline

below. Under no circumstances will payments be made in advance of work performed.

Deliverable Payment Schedule

1. Project Kick-off with Steering Committee and

Project Plan Delivered

10% of Total Cost

2. Assessment Phase Completed 20% of Total Cost

3. Draft of GIS Strategic Plan Received 20% of Total Cost

4. Final version of GIS Strategic Plan Accepted 30% of Total Cost

5. Final Presentation to Executive Steering

Committee

20% of Total Cost

No payment for extra services (items not included in the total cost) shall be made unless such

services and their costs have been previously authorized in writing and approved by the City.

8. PASADENA LIVING WAGE ORDINANCE

This contract is subject to the City of Pasadena’s Living Wage Ordinance, Pasadena

Municipal Code Chapter 4.11. The Ordinance requires that contractors providing labor or

services to the City under contracts in excess of $25,000:

17

o Pay no less than ten dollars and twenty-six cents ($10.26) per hour plus medical benefits

of no less than one dollar and seventy-six cents ($1.76) per hour, or twelve dollars and

two cents ($12.02) per hour without medical benefits to all employees who spend any

of their time providing labor or delivering services to the City of Pasadena. Additionally,

in January 2012 and each January thereafter the Living Wage rate shall be adjusted by

the change in the Consumer Price Index, for the Los Angeles-Riverside-Orange County

area, for the most recently available 12 month period. Accordingly, current City

contractors will be required to adjust wage rates no later than July 1st, to remain in

compliance.

o Notify employees who spend any of their time providing labor or delivering services to

the City of Pasadena who make less than twelve dollars ($12) per hour of their possible

right to the federal Earned Income Tax Credit (EITC) under § 32 of the Internal Revenue

Code of 1954, 26 U.S.C. § 32, and making available to such employees forms required to

secure advance EITC payments.

The selected contractor will be required to evidence compliance with the Living Wage

Ordinance by submitting payroll records as requested by the City. Each record shall include the

full name of each employee performing labor or providing services under the contract; job

classification; rate of pay and benefit rate.

On August 4, 2008, the Pasadena City Council amended the Living Wage Ordinance such

that the provisions of the Living Wage Ordinance may be waived in a bona fide collective

bargaining agreement, but only if the waiver is explicitly set forth in clear and unambiguous

terms. If this provision applies, you must provide a copy of the collective bargaining agreement

to the City.

Failure to comply with the provisions of the Pasadena Living Wage Ordinance is grounds for

termination of the Contract and a basis for penalties stated in Pasadena Municipal Code

Chapter 4.11. Questions concerning the Pasadena Living Wage Ordinance should be directed to

the Purchasing Division 626.744.6755.

9. LOCAL PREFERENCE

18

The City of Pasadena is committed to promoting the economic health and well-being of its

residents. To this end, Contractor agrees to recruit Pasadena residents initially and to give

them preference, if all other factors are equal, for any new positions which result from the

performance of this Contract and which are performed within the City.

10. CERTIFICATE OF INSURANCE

Proof of insurance is not required to be submitted with your proposal, but will be required

prior to the City's award of the contract. A copy of the City’s standard services contract has

been attached (EXHIBIT “E”).

11. STANDARD TERMS AND CONDITIONS

Prior to the award of any work hereunder, City and contractor shall enter into the written

contract attached hereto as EXHIBIT “E”. Proposers responding to this RFP are strongly advised

to review all the terms and conditions of the contract.

12. EQUAL OPPORTUNITY CONTRACTING

Policy - The City of Pasadena is committed to a policy of Equal Opportunity Contracting.

Qualified firms including small businesses and businesses owned by women, minorities, and

disabled persons are encouraged to submit bids or proposals. Contractors expressly agree to

comply with the City's ordinances and regulations regarding Equal Opportunity Employment as

well as regulations that may be mandated by the source of the funds supporting this contract.

Compliance – To the extent permitted by law, Contractor expressly agrees to establish

compliance with the Equal Employment Opportunity Practices Provisions of Chapter 4.08 of the

Pasadena Municipal Code, and the Rules and Regulations adopted pursuant to said ordinance.

The successful bidder may be required to submit documentation during the term of the

contract to evidence on-going compliance with the City’s Contracting Ordinance. Such

documentation may include, but not be limited to certified payroll records and Current

Permanent Workforce Utilization reports.

Questions regarding the City of Pasadena’s Contracting Ordinance and policy should be

directed to the Department of Finance, Purchasing & Payables Division: (626) 744-6755.

13. DEFINITIONS

19

The words (A) "City", (B) "Department", (C) "Director", or (D) "Contractor", as used in this

RFP, shall be understood to refer respectively to (A) the City of Pasadena, California; (B) the

several departments therein; (C) the directors of the several City departments; or any of their

properly authorized assistants; and ( D) the person, firm or corporation with whom the contract

is made by said City or the agent or legal representative who may be appointed to represent

such person, firm or corporation in the signing and performance of said contract.

14. INSTRUCTIONS AND QUESTIONS

City representative from whom the proposer will receive instructions:

Jonathan K. Robinson

GIS Division

Department of Information Technology

100 N Garfield Avenue

Room N123

Pasadena, CA 91109

Telephone Numbers:

Voice: (626) 744-6682 FAX: (626) 396-7488

Email: [email protected]

Questions regarding this Request For Proposals should be directed only to the person

designated above. Do not contact any other City employee or official regarding this RFP.

15. ADDENDA

If any person contemplating submitting a proposal of the items or services listed herein is in

doubt as to the true meaning of any part of this Request for Proposals, he/she may submit to

the City representative(s) identified in Section 14, above, a written request for an interpretation

or correction thereof.

20

Any interpretation or correction of City specifications will be made only by addendum, duly

issued by the City representative(s) identified in Section 14, above. Copies of such addenda will

be mailed or delivered to those persons who have received a set of specifications.

16. PROOF OF AUTHORITY

If the proposer is a corporation, formal proof of the authority of the officer signing the

bidder's proposal to bind the corporation must be submitted with said proposal. A copy of the

corporate resolution or minutes can be adequate proof. A simple letter is not sufficient.

17. WITHDRAWAL OF PROPOSAL

Any bidder may withdraw its proposal, either personally or by telegraphic or written

request at any time prior to the time set for the opening of proposals.

18. FIRM COMMITMENT OF AVAILABILITY OF SERVICE

Once a proposal is opened, a proposer is expected to maintain an availability of service as

set forth in its proposal for at least four months after date for opening proposals.

19. RESERVATIONS

The City reserves the right to reject any or all bids and any item or items therein, and to

waive any non-conformity of proposals with this RFP, whether of a technical or substantive

nature, as the interest of the City may require.

20. DECLARATION OF NON-COLLUSION

Each proposer shall submit a single copy of the Declaration of Non-collusion included herein

(EXHIBIT “B”, hereto, entitled "Declaration of Non-Collusion by Contractor").

21. DOCUMENTS TO BE CONSTRUED TOGETHER

The Request for Proposals, the Proposal, the Non-Collusion Declaration, and all documents

referred to in the complete specifications and the Contract to be entered into between the

Contractor and the City, and all modifications of said documents, shall be construed together as

one document.

21

22. ERRORS AND OMISSIONS

Proposer and/or the Contractor shall not be allowed to take advantage of any errors in or

omissions from the Request For Proposals. Full instructions will be given if such error or

omission is discovered and timely called to the attention of the City.

23. RFP NOT CONTRACTUAL

Nothing contained in this Request For Proposals shall create any contractual relationship

between the proposer and the City. The City accepts no financial responsibility for costs

incurred by any proposer regarding this RFP.

24. PATENT FEES; PATENT, COPYRIGHT, TRADE SECRET AND TRADEMARK FEES

Each proposer shall include in the price bid any patent fees, royalties and charges on any

patented article or process to be furnished or used in the prosecution of the Work.

25. TAXES

Price bid shall include all federal, state, local and other taxes.

26. TAXPAYER PROTECTION AMENDMENT

Under the provisions of the City of Pasadena Taxpayer Protection Amendment of 2000

("Taxpayer Protection Act"), the Contractor will be considered a "recipient of a public benefit."

The full provisions of the Taxpayer Protection Act are set forth in Pasadena City Charter, Article

XVII. Under the Taxpayer Protection Act, City public officials who approve this Contract are

prohibited from receiving gifts, campaign contributions or employment from Contractor for a

specified time. This prohibition extends to individuals and entities that are specified and

identified in the Taxpayer Protection Act and includes Contractor and its trustees, directors,

partners, corporate officers and those with more than a 10% equity, participation, or revenue

interest in Contractor. Contractor understands and agrees that: (A) Contractor is aware of the

Taxpayer Protection Act; (B) Contractor will complete and return the forms provided by the City

in order to identify all of the recipients of a public benefit specified in the Taxpayer Protection

Act; and (C) Contractor will not make any prohibited gift, campaign contribution or offer of

employment to any public official who approved this Contract.

22

27. EXHIBITS

EXHIBIT “A” Equal Opportunity Employment Forms

Form AA-1 Equal Opportunity Employment and

Non-segregation Affidavit

Form AA-2 Disadvantaged Business Enterprise

Affidavit

Form AA-3 Current Permanent Workplace

Utilization

EXHIBIT “B” Declaration of Non-Collusion

EXHIBIT “C” Living Wage Compliance Certification

EXHIBIT “D” Disclosure Pursuant to the City of Pasadena Taxpayer

Protection Amendment, Pasadena City Charter, Article XVII

EXHIBIT “E” Sample Services Contract

EXHIBIT “F” Sample Purchase Order

EXHIBIT “A” Equal Opportunity Employment Forms

Purchasing & Payables Division 100 N. Garfield Ave., Room 328 Pasadena, CA 91101 (626) 744-6755 (626) 744-6757 Fax Internet: www.ci.pasadena.ca.us/purchasing

Vendor List Questionnaire (Form AA-1) Affidavit of Equal Opportunity Employment & Non-segregation

In order to be placed to the City’s vendor list and be eligible to receive City business, you must provide the following information except where indicated as “optional”. By submitting this form you are declaring under penalty of perjury under the laws of the State of California and the laws of the United States that the information is true and correct. Furthermore, you are certifying that your firm will adhere to equal opportunity employment practices to assure that applicants and employees are not discriminated against because of their race, religion, color, national origin, ancestry, disability, sex or age. And, your firm does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. Name of Company___________________________ Business Telephone_____________

Address______________________________ Fax number ___________________

(optional) City__________________________ State________ Zip____________________ Contact Person________________________ E-mail Address________________________ (optional) Tax ID Number (or Social Security Number)_________________ Remit Address (if different) ____________________________________________________ Please state clearly and concisely the type(s) of goods and services your company provides:

The following section is OPTIONAL and is for statistical reporting purposes only. Ownership (please check all that apply): African-American____ Asian____ Armenian____ Hispanic____ Native American____ Disabled____ Female____

EXHIBIT “A” Equal Opportunity Employment Forms

Project Workforce Utilization (Form AA-2)

This form is to be included in all bid documents for projects involving labor or services valued at $25,000 or more. Instructions: Please indicate the job titles/classifications to be used in the performance of this contract should it be awarded to your firm. Please indicate the number of employees in each job classification as well as the number of new hires, if any, as a result of this contract. Name of Company: ___________________________________________ Project: _____________________________________

Job Titles/Classification Estimated number of existing staff to be

employed in this classification if awarded the contract

Estimated number of new hires to be employed in this classification if

awarded the contract Are any current employees or potential new hires Pasadena residents? If so, how many?

EXHIBIT “A” Equal Opportunity Employment Forms

Current Permanent Workforce Utilization (Form AA-3) OPTIONAL

Name of Company: ___________________________________________ Project: ________________________________________

Completion of this form is OPTIONAL. Any information supplied by bidders is for reporting purposes only and will not be factored into the award of any contract. Instructions: Please indicate the number of employees in each Job Classification belonging to the following groups.

White (not of

Hispanic origin)

African-American

(not of Hispanic origin)

Hispanic Asian/Pacific Islander

Native American

Armenian Male Female

CLASSIFICATION Officials/ Managers

Professionals Technicians Office/Clerical Skilled Craft Workers Operators (semi-skilled)

Laborers Service Workers TOTAL

EXHIBIT “B” Declaration of Non-Collusion

NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID/PROPOSAL

The undersigned declares:

I am ________________________________________________________________________________________,

_____________________________________________________________________________________________

(Insert "Sole Owner", "Partner", "President, "Secretary", or other proper title)

of___________________________________________________________________________________________ (Insert name of bidder)

The party making the forgoing bid/proposal submitted herewith to the City of Pasadena declares: That all statements of fact in such bid/proposal are true;

That such bid/proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation;

That such bid/proposal is genuine and not collusive or sham;

That said bidder has not, directly or indirectly by agreement, communication or conference with anyone attempted to induce action prejudicial to the interest of the City of Pasadena, or of any other bidder or anyone else interested in the proposed contract; and further

That prior to the public opening and reading of bids/proposals, said bidder: a. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham bid/proposal; b. Did not directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or

anyone else would submit a false or sham bid/proposal, or that anyone should refrain from bidding or withdraw his or her bid/proposal;

c. Did not, in any manner, directly or indirectly, sought by agreement, communication, or conference

with anyone to raise or fix the bid/proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit, or cost element of the bid/proposal price, or of that of anyone else;

d. Did not, directly or indirectly, submit his or her bid/proposal price or any breakdown thereof, or the

contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent, or to any individual or group of individuals thereof to effectuate a collusive or sham bid, except the City of Pasadena, and has not paid, and will not pay, any person or entity for such purpose or to any person or persons who have a partnership or other financial interest with said bidder in his or her business.

Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I certify under penalty of perjury of the laws of the State of California that the above information is correct. By: ______________________________________ Title: ________________________________ Date: ____________________________________

EXHIBIT “C” Living Wage Compliance Certification

This contract is subject to the City of Pasadena’s Living Wage Ordinance, Pasadena Municipal Code Chapter 4.11. The Ordinance requires that contractors providing labor or services to the City under contracts in excess of $25,000:

♦ Pay no less than ten dollars and fifty-four cents ($10.54) per hour plus medical benefits of no less than one dollar and eighty-one cents ($1.81) per hour, or twelve dollars and thirty-five cents ($12.35) per hour without medical benefits to all employees who spend any of their time providing labor or delivering services to the City of Pasadena. Additionally, in January 2013 and each January thereafter the Living Wage rate shall be adjusted by the change in the Consumer Price Index, for the Los Angeles-Riverside-Orange County area, for the most recently available 12 month period. Accordingly, current City contractors will be required to adjust wage rates no later than July 1st, to remain in compliance.

♦ Notify employees who spend any of their time providing labor or delivering services to the City of Pasadena who make less than twelve dollars ($12) per hour of their possible right to the federal Earned Income Tax Credit (EITC) under § 32 of the Internal Revenue Code of 1954, 26 U.S.C. § 32, and making available to such employees forms required to secure advance EITC payments.

The selected contractor will be required to evidence compliance with the Living Wage Ordinance by submitting payroll records as requested by the City. Each record shall include the full name of each employee performing labor or providing services under the contract; job classification; rate of pay and benefit rate.

On August 4, 2008, the Pasadena City Council amended the Living Wage Ordinance such that the provisions of the Living Wage Ordinance may be waived in a bona fide collective bargaining agreement, but only if the waiver is explicitly set forth in clear and unambiguous terms. If this provision applies, you must provide a copy of the collective bargaining agreement to the City.

I do hereby certify and declare under penalty of perjury that if awarded the contract for which this bid/proposal is made ________________________________will comply with the (Name of Company) requirements of the Pasadena Living Wage Ordinance, Pasadena Municipal Code Chapter 4.11 and the rules and regulations promulgated thereunder. I understand that failure to comply with the provisions of the Pasadena Living Wage Ordinance may result in termination of the contract as well as other penalties as stated in Pasadena Municipal Code Chapter 4.11.

__________________________________________________________________________ (Name) (Title)

__________________________________________________________________________ (Signature) (Date)

Please return this form with your bid/proposal. Questions concerning the Living Wage Ordinance should be directed to the Department of Finance – Purchasing Division 626.744.6755.

EXHIBIT “D” Disclosure Pursuant to the City of Pasadena Taxpaye r

Protection Amendment Pasadena City Charter, Article XVII

TAXPAYER PROTECTION AMENDMENT

Under the provisions of the City of Pasadena Taxpayer Protection Amendment

("Taxpayer Protection Act"), the Contractor/Organization will be considered a "recipient of a public benefit." The full provisions of the Taxpayer Protection Act are set forth in Pasadena City Charter, Article XVII. Under the Taxpayer Protection Act, City public officials who approve this Contract are prohibited from receiving specified gifts, campaign contributions or employment from Contractor for a specified time. As well, if this Contract is to be approved by the City Council, Councilmembers or candidates for Council are prohibited from receiving campaign contributions during the time this Contract is being negotiated. This prohibition extends to individuals and entities that are specified and identified in the Taxpayer Protection Act and includes Contractor/Organization and its trustees, directors, partners, corporate officers and those with more than a 10% equity, participation, or revenue interest in Contractor/Organization. Contractor/Organization understands and agrees that: (A) Contractor/Organization is aware of the Taxpayer Protection Act; (B) Contractor/Organization will complete and return the forms provided by the City in order to identify all of the recipients of a public benefit specified in the Taxpayer Protection Act; and (C) Contractor/Organization will not make any prohibited gift, campaign contribution or offer of employment to any public official who negotiated and/or approved this Contract.

EXHIBIT “D” Disclosure Pursuant to the City of Pasadena Taxpaye r

Protection Amendment Pasadena City Charter, Article XVII

Contractor/Organization hereby discloses its trustees, directors, partners, officers, and those with more than 10% equity, participation, or revenue interest in Contractor/Organization, as follows:

(If printing, please print legibly. Use additional sheets as necessary.)

1. Contractor/Organization Name: 2. Type of Entity:

� Non-Government � Nonprofit 501(c)(3), (4), or (6) 3. Name(s) of trustees, directors, partners, officers of Contractor/Organization: 4. Names of those with more than a 10% equity, participation or revenue interest in Contractor/Organization: Prepared by: ________________________________

Title: ______________________________________

Phone: _____________________________________

Date: ______________________________________ Rev.07.10.2007

EXHIBIT “E” Sample Services Contract

THIS EXHIBIT IS AVAILABLE AS AN ATTACHMENT TO THE RFP

EXHIBIT “F” Sample Purchase Order

THIS EXHIBIT IS AVAILABLE AS AN ATTACHMENT TO THE RFP