request for bids › depart › gsd › docs › rfp1455.pdf · including backups and network...

23
IMPORTANT!! READ BEFORE OPENING BID DOCUMENT : 1. THIS DOCUMENT IS FOR REVIEWING PURPOSES ONLY. 2. IF AFTER REVIEWING THIS DOCUMENT YOU ARE INTERESTED IN REGISTERING WITH CONTRA COSTA COUNTY’S PURCHASING DEPARTMENT AS A BIDDER FOR THIS RFP, AND TO RECEIVE A COMPLETE BID PACKET REGISTER ELECTRONICALLY. IF UNBLE TO DO SO FAX A LETTER OF INTEREST TO: (925)313-7319FAX ATTENTION: KEVIN BERENSON 3. THE FOLLOWING INFORMATION MUST BE INCLUDED: BID #: 1455 COMPANY NAME: CONTACT NAME: MAILING ADDRESS: TEL: FAX: E-MAIL: 4. PROPOSALS SUBMITTED BY A VENDOR WHO HAS NOT REGISTERED WITH CONTRA COSTA COUNTY’S PURCHASING DEPARTMENT WILL BE REJECTED.

Upload: others

Post on 03-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

IMPORTANT!!

READ BEFORE OPENING BID DOCUMENT :

1. THIS DOCUMENT IS FOR REVIEWING PURPOSES ONLY.

2. IF AFTER REVIEWING THIS DOCUMENT YOU ARE INTERESTED INREGISTERING WITH CONTRA COSTA COUNTY’S PURCHASING DEPARTMENTAS A BIDDER FOR THIS RFP, AND TO RECEIVE A COMPLETE BID PACKETREGISTER ELECTRONICALLY. IF UNBLE TO DO SO FAX A LETTER OFINTEREST

TO: (925)313-7319FAXATTENTION: KEVIN BERENSON

3. THE FOLLOWING INFORMATION MUST BE INCLUDED:BID #: 1455COMPANY NAME:CONTACT NAME:MAILING ADDRESS:TEL:FAX:E-MAIL:

4. PROPOSALS SUBMITTED BY A VENDOR WHO HAS NOT REGISTERED WITHCONTRA COSTA COUNTY’S PURCHASING DEPARTMENT WILL BE REJECTED.

Page 2: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

ContraCostaCounty

GENERAL SERVICES DEPARTMENTPurchasing Division

1220 Morello Avenue, Suite 210Martinez, California 94553-4711(925) 313-7300 • (925) 313-7319

Barton J. GilbertDirector of General Services

Kevin BerensonPurchasing Services Manager

REQUEST FOR PROPOSAL

#1455

TECHNICAL STAFFING SERVICES

Kevin Berenson, Purchasing Services Manager8/20/01

ACCEPTANCE DATE: 2:00 p.m., September 12,2001

ACCEPTANCE PLACE General Services Department Purchasing Division1220 Morello ave. suite 210Martinez, California 94553

Requests for information related to this Proposal should be directed to:

Kevin Berenson

Purchasing manager

(925) 313-7300

Page 3: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

REQUEST FOR PROPOSAL #1455

TECHNICAL STAFFING SERVICES

1.0 PURPOSE..................................................................................................................................................... 4

2.0 CALENDAR OF EVENTS .......................................................................................................................... 4

3.0 BACKGROUND INFORMATION .............................................................................................................. 4

4.0 SCOPE OF SERVICES DESIRED............................................................................................................ 5

5.0 QUALIFICATIONS AND WORK EXPERIENCE .................................................................................... 7

6.0 OTHER INSTRUCTIONS AND CONDITIONS...................................................................................... 10

7.0 PROPOSAL INSTRUCTIONS ................................................................................................................. 12

8.0 CONTRACT TERMS AND CONDITIONS ............................................................................................. 14

9.0 EVALUATION OF PROPOSALS: SELECTION FACTORS ............................................................. 17

10.0 INSTRUCTIONS FOR SUBMITTING PROPOSALS ........................................................................... 17

11.0 CORPORATE INFORMATION............................................................................................................... 22

APPENDIX A ............................................................................................................................................................ 23

Page 4: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 4

1.0 PURPOSEThe intent of this Request for Proposal and resulting contract is to obtain proposalsfrom qualified firms with the ability to provide fixed assignment, technical(consultants), in a wide variety of disciplines including but not limited to; computerprogrammers, systems analysts, systems programmers, systems engineers,network engineers, data base administrators, Web administrators, Web designers,client/server specialists, etc. The technical consultants will be used as needed, forstaff augmentation on various system projects. These projects will be projects will beunder the direction of the County’s Department of Information Technology (DOIT) orother County agencies.

The requested services will be needed on a temporary, full-time (40 hours per week)as needed basis. Technical consultants will be assigned to work on thedevelopment of new applications systems, the maintenance of existing systems, theinstallation and maintenance of network and operating systems software and anynumber of technical projects that may be required. It is the County’s intent toestablish contracts with multiple firms for these services. Firms are not required topropose consultants for all categories; however, preference will be given to firmswho propose multiple categories. The County anticipates awarding a one- (1) yearcontract, with four (4), one-year (1) renewal options for maximum five- (5) yearscontracts to as many as five (5) providers.

2.0 CALENDAR OF EVENTS

A) Issue Request for Quotation (this document) 8/20/01B) Final date for written questions 9/10/01C) Responses due to Purchasing by 2:00 p.m. on 9/19/01D) Award Contract, if any, on or about 10/10/01

3.0 BACKGROUND INFORMATIONOne of the responsibilities of the Chief Information Officer (CIO) is to develop and implement astrategic direction and vision for the effective application of Information Technology (IT)throughout Contra Costa County. This includes the development of strategies and standardsthat insure the hardware, software and telecommunications deployed are consistent andcompatible.

The CIO is responsible for developing Countywide business automation strategies, enterprisecomputer and telecommunications standards to ensure compatibility, and ensuring that allautomation initiatives are in concert with both departmental and County objectives. The CIOoversees and establishes countywide standards and policies for Internet and Intranetsystems.

Contra Costa County is staffed by approximately 200 IT support, technical, and managementpersonnel. Each department in the County is responsible for providing their own IT support,either through the use of department in house staff, centralized in house staff, or through theuse of contractor(s).

Page 5: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 5

County IT staff (spanning 39 departments) utilize a wide variety of technologies and arecommitted to maintaining the highest levels of service through timely and dependableperformance. Some of the IT projects within the County are undertaken collaborativelybetween departments, or individually within each department.

Production systems include a wide range of applications such as hospital materialsmanagement, property assessment, welfare case management, court filings, criminal records,and child support payments, et al.

COUNTY IT staffs are continually involved in designing and implementing systemsenhancements for customer departments. Customers, programmers, designers, businessanalysts, systems developers, desktop technicians, network analysts and project managersare regularly engaged to support these County activities.

4.0 SCOPE OF SERVICES DESIREDAll proposals must be made on the basis of the requirements contained herein.Offerors may propose to provide any or all of the listed categories, Firms areencouraged to provide any additional categories of personnel available.

4.1. Systems Analysts: will participate in, and have the ability to supervise, computer-based systems development and/or system maintenance projects; perform systemdesign activities including but not limited to logical design, and GUI design; conductdetail discussions with representatives of other County departments to review,evaluate, and analyze existing manual or computer-based systems. This work maybe done on a variety of platforms within multi-tier architecture. The SystemsAnalysts shall also have the ability to present oral and written reports; performproject management; review system performance; and supervise subordinates.

4.2. Senior Systems Analysts: shall have the ability to perform all the duties detailed inthe previous category for Systems Analysts. In addition, they may: perform detailed,comprehensive cost/benefit studies evaluating existing or proposed systems to assistin decision-making; perform systems design activities for approved computer-basedapplications; assist in the evaluation of data elements and discussions withrepresentatives of other County departments to review, evaluate, and analyzeexisting manual or computer-based systems; define information processingrequirements; suggest procedural and operating improvements and, whenappropriate, define and prepare needed data processing support; present projectprogress reports; schedule tasks, assign and supervise system analysts andprogrammers; review system performance and direct corrective action.

4.3. Client Server/PC Programmers: will write computer programs from specifications,prepare test data, test programs, modify programs as necessary, and participate inmodule/system testing. The PC programmers must have a working knowledge ofDOS, Windows and/or NT. A variety of of systems and languages including but notlimited to: Microsoft Access, COBOL, C/C++, Visual Basic,ORACLE/Sybase/Informix/SQL or any other software the County may acquire.Experience may also be required in Microsoft NT, Novell NetWare,Unix.

Page 6: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 6

4.4. Database Administrators: will possess expertise and knowledge in the areas ofapplication development, performance tuning, relational database design, backupand recovery, SQL, and application implementation in a distributed environment.Functions will include performance tuning, backup and recovery, softwaremaintenance, managing the physical and logical aspects of the databases,controlling the integrity of the data, security, and providing technical support toapplication developers in the areas of physical and logical database design, SQLtuning, use of database utilities, and troubleshooting problem applications.

4.5. Oracle Database Administrators: will possess expertise and knowledge in theareas of application development, performance tuning, relational database design,backup and recovery, SQL, and application implementation in a distributedenvironment. Functions will include performance tuning, backup and recovery,Oracle software maintenance, managing the physical and logical aspects of thedatabases, controlling the integrity of the data, Oracle security, and providingtechnical support to application developers in the areas of physical and logicaldatabase design, SQL tuning, use of Oracle utilities, and troubleshooting problemapplications.

4.6. UNIX System Programmers: Ability to manage system user accounts, insuresystem security, tune system parameters, perform backup and recovery proceduresand prepare technical and operations documentation. Install, configure, andmaintain hardware. Install and maintain systems software. Create UNIX scripts toautomate tasks.

4.7. Systems Engineers: Installation, maintenance, and support of personal computerhardware and software. Responsible for the installation of personal computers,personal computer peripheral devices, operating and application systems,troubleshooting hardware and software problems, and hardware repair. Ability toinstall PC client software (Novell, NT, etc.).

4.8. Network Engineers: Support of the data communications local and wide areanetworks and servers. Responsible for installation, configuration, andtroubleshooting of routers, server and network operating systems, TCP/IP, serverbased applications systems, PC network client software, and server configurationsincluding backups and network printer configurations. Designs new networks andmodifications to existing networks.

4.9. Web Administrator: Install, configure and maintain Web servers (includingNetworking OS), install and configure search engines, provide back up procedures,system troubleshooting and database integration. Will perform requirement analysis,Web page layouts, HTML enhancements, form interactivity, and publishing andchange control.

4.10. Web Graphical Designer: Develop and maintain Web page layouts and HTML fileswith emphasis on graphics and design.

Page 7: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 7

4.11.Journey level PC/Telecommunications TechnicianUnder immediate supervision performs a variety of entry level technical work in theinstallation, de-installation, maintenance, repair of microcomputer and peripheralequipment, and installation and upgrade of computer software. Operating,monitoring, and servicing multiple communications devices involving both voice anddata networks is also required.

4.12. Senior PC/Telecommunications TechnicianUnder general direction, and in addition to meeting the same requirements andcarrying out the same duties as an Associate PC/Telecommunications Technician,this position requires exercising considerable initiative and judgement in planning andorganizing work, carrying out the work process, and modifying plans to resolveunexpected problems. Works with County and vendor supplied personnel engaged ininstallation, maintenance, and repair of computer and communications equipment

4.13. Other Consultant(s): performs the functions the County may need and are notdescribed in this document. Vendors are encouraged to include and describeadditional categories that are not specified in this document but may be of value tothe County.

5.0 QUALIFICATIONS AND WORK EXPERIENCEThe individuals referred to Contra Costa County for the categories requested, musthave similar qualifications and work experiences as shown below. At the time ofreferral, the vendor must provide a comprehensive resume, to include workexperience, to Contra Costa County for review. Contra Costa County may thenrequest that the individual be made available for interview. Contra Costa County willallow vendors three (3) working days to present resumes of proposed individualsfrom the time of the request. The individuals selected must be available to beginwork within fifteen (15) working days from the date they are selected by ContraCosta County.

5.1. Systems Analysts

Evaluation of proposed Systems Analysts would include the determination ofexperience and technical education in structured systems analysis and designtechniques, and the ability to interact with other data processing staff. The selectedSystems Analysts must have the following qualifications together with the necessarywork experience to immediately become productive with:

* Requirements Analysis* System Design (Logical and Physical)* Graphical User Interface (GUI) screen design* System Prototyping* Program Design (online and batch)* Data Flow Diagramming* Systems Testing & Documentation* Demonstrated knowledge/training of structured analysis and design

techniques.

Page 8: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 8

5.2. Senior Systems Analysts

Evaluation of proposed Senior Systems Analysts will include skills covered in thecategory for systems analysts above, in addition to demonstrated abilities to:

* Perform detailed, comprehensive cost/benefit studies evaluating existing orproposed systems to assist in decision making

* Perform systems design activities for approved computer-based applications

* Assist in the evaluation of data elements and discussions withrepresentatives of other County agencies to review, evaluate, and a analyzeexisting manual or computer-based problems; define information processingrequirements; suggest procedural and operating improvements and whenappropriate, define and prepare needed data processing support

* Present project progress reports* Schedule tasks, assign and supervise systems analysts and programmers* Review systems performance and direct corrective action* Demonstrate knowledge of Database Administration* Demonstrate knowledge of Geographic Information Systems

5.3. Client Server/PC Programmers

Evaluation of proposed CS/PC Programmers will include the determination ofexperience and technical education in PC programming and the use of softwarepackages.

5.4. Database Administrator

Will include the determination of experience and technical education in databaseadministration. The selected candidate must have working experience with:Microsoft Access, SQL, and Oracle databases, Installation of initial software andupgrades, Design and implementation of tables, indexes, views and spacedefinitions, Insuring data security, Tuning databases, Performing backup andrecovery procedures, Performance Monitors.

5.5. Oracle Database Administrator

Will include the determination of experience and technical education in Oracledatabase administration. The selected firm’s candidate will have working experiencewith some or all of the following: Oracle v8 (or later), Installation of initial softwareand upgrades, Design and implementation of tables, indexes, views and spacedefinitions, Insuring data security, Tuning databases, Performing backup andrecovery procedures, Oracle Performance Monitors

Page 9: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 9

5.6. UNIX Systems Programmer

Evaluation of proposed UNIX System Programmer would include the determinationof experience and technical education in UNIX system administration, as well asoperating systems and network communications on PC platforms. The selectedUNIX Systems Programmer must have working experience with one or more of thefollowing: UNIX and/or HPUX, UNIX and/or HPUX utilities, C Programming, DOS,Windows, 95/98 Windows NT, TCP/IP and NFS (Unix and DOS), etc.

5.7. Novell Administrator / Analyst

Evaluation of proposed Novell Administrator/Analyst will include the determination ofexperience and technical education. The selected Novell GroupWiseAdministrator/Analyst must have experience with: Novell NetWare, LAN/WANEnvironments, Token Ring, SNA , related products (forms, etc.)

5.8. Journey Level PC/ Telecommunications TechnicianThis position requires a strong customer service orientation, and ability to work withproject team members. This position requires climbing, bending, stooping, walking,and standing for long periods of time, as well as the ability to lift up to fifty (50)pounds. Possession of a valid driver’s license and vehicle is required, as work mayrequire traveling to other County facilities. General knowledge is required of microcomputer systems and peripherals, including printers, hardware configurations,software requirements, operating systems, memory management and compatibilityrequirements. Completion of a two- (2) year degree in computer related field orcomparable experience is required. Two (2) years documented journey levelexperience required.

5.9. Senior PC/ Telecommunications TechnicianIn addition to the qualifications for the Journey Level, minimum of four (4) years fulltime internal experience in the installation and maintenance of computer hardware,software, and peripherals, and understanding of voice and data communicationequipment or cabling.

5.10 Systems Engineers

Evaluation of proposed Systems engineer will include the determination ofexperience and technical education. The selected candidate must have experiencewith:

* Installation, maintenance, support of PC hardware and software* Installation of PC client software Novell, NT, etc.* Certifications CNE, MCSE,Etc.

Page 10: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 10

5.11. Network Engineers

Evaluation of proposed Network engineer will include the determination ofexperience and technical education and certification. The selected firm must havecandidates with experience in:

* Support of data communications local and wide area networks and servers* Installation, configuration, troubleshooting routers, TCP/IP, server based

applications, PC client software

5.12. Web Administrators

Evaluation of proposed Web Administrator will include the determination ofexperience, certifications and technical education. The selected firm should be ableto provide candidates with experience in:

* TCP/IP understanding* Networking Fundamentals* Batch Processing and Scripting* Authentication and Security* Relational dB Development and Administration* HTML, Perl, Javascript, Java, VB, XML, SQL* Project Management

5.13. Web Graphical Designer

Evaluation of proposed Web Graphical Designer position will include thedetermination of experience and graphical design education. The selected firmshould be able to supply candidates with experience in:

* GIF and JPG image formats* Complex Image Maps* Web Site Design

5.14. Other Consultant(s)

The County will supply evaluation of proposed additional consultants when anadditional consultant is needed and is not described in this document. Vendors areencouraged to include and describe additional categories they may offer.

6.0 OTHER INSTRUCTIONS AND CONDITIONS6.1 TASK ASSIGNMENT PROCEDURES

When the County requires a consultant, a request will be initiated indicating theproject or task specification, job categories, the number and the anticipated length oftime the consultants will be needed. Those vendors contacted will forward candidaterésumé’s to the County’s representative, who will select the best-qualified consultant.Determination may be based upon but not limited to experience, certifications, andavailability of the proposed person, the cost (rate per hour).

Page 11: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 11

The County will provide a minimum of 15-calendar day’s notice when a specificengagement, under this contract, is to be terminated and the consultant(s) are nolonger needed.

6.2 WORKING HOURS/LOCATION

The Contractor will schedule work hours of all on-site personnel in a manner that willprovide maximum responsiveness to the County’s requirements. Normal workinghours are 8:00 A.M. to 5:00 P.M., Monday – Friday, with 60 minute lunch. Thecontractor may work 40 hours per week provided most of the work hours arescheduled to provide maximum responsiveness to Contra Costa County’s normalworking hours.

6.3 PRICING/HOURLY RATES/ESTIMATED HOURS

The subsequent contract is considered a FIXED-RATE CONTRACT. The hourlyrate(s) specified on the Pricing Schedule (Appendix A) shall include all charges thatmay be imposed in fulfilling the terms of this contract. Hourly rates shall remain firmfor the duration of the contract, to include any extensions.

Contra Costa County observes 10 holidays during each calendar year – NewYear’s day, Martin Luther King, Jr. day, Presidents day, Memorial day, Independenceday, Labor day, Thanksgiving day, the day after Thanksgiving, Veterans day, andChristmas. For the purpose of this contract, all work will be performed during normalbusiness workdays unless otherwise agreed to in writing.

6.4 KEY PERSONNEL

No diversion or replacement of a selected consultant may be made withoutsubmission of a resume of the proposed replacement to the individual identified atparagraph 15 and acceptance granted by the designated County representative.

6.5 CHANGES

Contra Costa County may at any time by written order, requirechanges to the services to be performed by the contractor. If such changes causean increase or decrease in the contractor’s cost of, or time required for, performanceof any service under this contract, an equitable adjustment shall be made and thecontract shall be modified in writing accordingly. The County Purchasing Agent mustapprove all work, which is beyond the scope of this RFQ. No services for which anadditional cost or fee will be charged by the contractor shall be furnished withoutprior written authorization of the Purchasing Division of Contra Costa County.

Page 12: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 12

6.6 ACCESS, INSPECTION AND OWNERSHIP OF WORK

A representative of the Department with which consultant is on assignment shall, atall times, have access to the work being performed under this contract. Completeownership of any invention, development, software or finished product that resultsfrom this contract will reside entirely with Contra Costa County.

6.7 AUDITS

The contractor shall maintain adequate records in such a manner that they may beaudited in progress and/or upon completion of the contract. Additionally, the Countywill retain the right to audit employee payment records upon request for a period upto five years.

7.0 PROPOSAL INSTRUCTIONS7.1 PROPOSAL INSTRUCTIONS

7.1.1 Firms must indicate which categories of consultants they can supply.Proposals need not address all categories in order to be considered. Toensure understanding of the categories of consultants being proposed, allproposals must include the following preface:

“This proposal addresses our qualifications and experience to provide toContra Costa County qualified personnel who fit to perform technical servicesas needed. As described in the Request for Proposal:” (list the categorieshere that apply plus at least one resume and reference for each category)

7.1.2 Name of firm submitting the proposal; main office address; when organized; ifa corporation, when and where incorporated; appropriate federal, State, andCounty registration numbers; and annual report or financial statement. Theproposal must also indicate the name and telephone number of the firm’srepresentative who will be the county’s primary point of contact duringnegotiations and during the contract period. This representative must haveauthority to negotiate all contract provisions and to take appropriatecorrective actions in the event of poor performance or because of aconsultant’s extended illness. Respondents should complete and submit theCounty vendor registration package in this section.

7.1.3. Statement of Qualifications

The offeror must submit a statement of qualifications to include as aminimum:

a) Organizational experience. Offerors must describe their qualificationsand experiences to perform the work described in this request.Information about experience must include reference to providingcomputer consultants to other organizations of similar size andcomplexity as Contra Costa County.

Page 13: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 13

b) References. Special notation must be made of similar servicesperformed and must include organization or business names,addresses, names of contact persons, names of offeror’s staff whoworked on the project, telephone numbers for each reference, andlength of engagement. The Reference Sheet must be completed foreach reference. There must be at least one recent reference for eachcategory bid.

7.1.4. Availability of Staff

The offeror must address the following issues:

a) Assurance that the selected computer consultants can be retained ifthe contract is renewed or extended;

b) The offeror’s recommended arrangement for the replacement of staffif their work is unsatisfactory or if a staff member becomes ill. Theofferor must address procedures for the timely replacement of staff;

c) The offeror’s recommended administrative procedures for thiscontract which deal with submissions and approval of leave (vacationtime), sick leave, and other absences;

d) The offeror must include an estimate of the amount of leave acomputer consultant may be entitled to during the year;

e) The offerors must address their recommended procedures for areduction in the number of staff assigned if the County decides toreduce the number of consultants needed on a project; and

f) Assurance that an individual selected by Contra Costa County fromresumes submitted can be available to begin work within fifteen (15)working days from the date of notification of selection by the County.

7.1.5. Treatment of the Issues

In this section, the offeror may comment on any aspect of the RFQ including suggestions or possible alternative approaches.

7.1.6 It is the policy of Contra Costa County to facilitate the establishment,preservation, and strengthening of small businesses, Local businesses,businesses owned by women and minorities and to encourage theirparticipation in the County’s procurement process. Toward that end, Thecounty requests vendor indicate how such entities may be utilized in theperformance of this contract.

Page 14: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 14

7.2. BUSINESS PROPOSAL INSTRUCTIONS

The offeror’s response should organized to conform to the all of the instructions inthis section (7), successful evaluation of the proposals will be based upon the abilityof the Proposal Analysis group to readily extract this information from the proposalsubmitted. In addition, the respondent must complete and submit the PricingSchedule (Appendix A), The rates specified shall include all indirect and direct costs,such as transportation, general and administrative costs etc. Labor rates will be paidon the basis of work performed at the site.

8.0 CONTRACT TERMS AND CONDITIONS8.1 Procedures

The extent and character of the services to be performed by the firm shall be subject tothe general control and approval of the Director of Information Technology, hisauthorized representative(s) or the technical contact in the department where servicesare being provided. The firm shall not comply with requests and/or orders issued byother than these individuals. The Purchasing Agent and the Contractor must approveany change to the contract in writing.

The successful offeror is prohibited from assigning, transferring, conveying, subletting,or otherwise disposing of this agreement or its rights, title or interest therein or itspower to execute such agreement to any other person, company or corporationwithout the prior consent and approval in writing by the County.

8.2 Contract Period

The contract shall cover the period from October 1, 2001 though October 30, 2002, oran equivalent period depending upon date of contract award.

The County recognizes the rapid evolution of information technologies and changes inthe industry. As a condition for optional renewal of this contract, and upon mutualagreement of both parties, the hourly rates of all job categories may be adjusted forinclusion in the renewed contract. In no case shall the rates be increased by anamount that exceeds the change in the Consumer Price Index (CPI) over the previoustwelve- (12) months. In addition, the Contractor may propose additional or modifiedconsultant categories that the County may need and agree to include in the renewedcontract.

The contract may be renewed for four (4) additional one-year periods for a maximumfive- (5) year contract.

Notice of intent to renew will be given to the Contractor in writing by the County,normally ninety (90) days before the expiration date of the current contract. Thisnotice will not be deemed to commit the County to a contract renewal.

Page 15: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 15

8.3 InsuranceThe successful offeror shall procure, maintain, and provide proof of, insurancecoverages for injuries to persons and/or property damage as may arise from or inconjunction with, the work performed on behalf of the County by the offeror, hisagents, representatives, employees or subcontractors. Proof of coverage acceptableto the county shall be submitted fifteen (15) days prior to the commencement of workand such coverage shall be maintained by the offeror for the duration of the contractperiod; for occurrence policies. Claims made policies must be in force or thatcoverage purchased for three (3) years after contract completion date.

8.4 Indemnification

The Contractor shall, during the term of the contract including any warranty period,indemnify, defend, and hold harmless the County, its' officials, employees, agents, andrepresentatives thereof from all suits, actions, or claims of any kind, includingattorney's fees, brought on account of any personal injuries, damages, or violations ofrights, sustained by any person or property in consequence of any neglect insafeguarding contract work or on account of any act or omission by the contractor orhis employees, or from any claims or amounts arising from violation of any law, bylaw,ordinance, regulation or decree. The vendor agrees that this clause shall includeclaims involving infringement of patent or copyright.

8.5 Safety

All contractors and subcontractors performing services for the County are required tocomply with all Occupational Safety and Health Administration (OSHA), State andCounty Safety and Occupational Health Standards and any other applicable rules andregulations. Also all contractors and subcontractors shall be held responsible for thesafety of their employees and any unsafe acts or conditions that may cause injury ordamage to any persons or property within and around the work site area under thiscontract.

8.6 Employment Discrimination by Contractors Prohibited

(a) During the performance of a contract, the contractor shall agree that he will notdiscriminate against any employee or applicant for employment because of race,religion, color, sex or national origin, except where religion, sex or national origin is abona fide occupational qualification reasonably necessary to the normal operation ofthe contractor; that he will post in conspicuous places, available to employees andapplicants for employment, notices setting forth nondiscrimination practices, and thathe will state, in all solicitations or advertisements for employees placed by or on behalfof the contractor, that he is an equal opportunity employer. Notices, advertisementsand solicitations placed in accordance with federal law, rule or regulation shall bedeemed sufficient to meet this requirement.

8.7 Exemption from Taxes

County pays California State sales taxes and is exempt from Federal Excise Tax.

Page 16: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 16

8.8 Invoicing and Payment

The contractor will submit monthly invoices. The invoices shall itemize the numberof hours worked by each computer consultant identified by category and the tasksassigned, the total number of hours worked, location, assignment and the requestedpayment amount in accordance with the agreed upon hourly rate.

All such invoices will be paid promptly by the County unless any items thereon arequestioned, in which event payment will be withheld pending verification of the amountclaimed and the validity of the claim. The firm shall provide complete cooperationduring any such investigation

Individual contractors shall provide their social security numbers, and proprietorships,partnerships, and corporations shall provide their federal employer identificationnumber on the pricing form.

8.9 Assignment of Contract

This contract may not be assigned in whole or in part without the written consent of theCounty’s Purchasing Agent.

8.10 Termination

Subject to the provisions below, the contract may be terminated by the County uponthirty (30) days advance written notice to the other party; but if any work or servicehereunder is in progress, but not completed as of the date of termination, then thiscontract may be extended upon written approval of the County until said work orservices are completed and accepted.

a. Termination for Convenience

In the event that this contract is terminated or canceled upon request and forthe convenience of the County, without the required thirty- (30) days advancewritten notice, then the County shall negotiate reasonable termination costs, ifapplicable.

b. Termination for Cause

Termination by the County for cause, default or negligence on the part of thefirm shall be excluded from the foregoing provision; termination costs, if any,shall not apply. The thirty- (30) days advance notice requirement is waived inthe event of Termination for Cause.

c. Non Appropriation

When funds are not appropriated or otherwise made available to supportcontinuation of performance in a subsequent fiscal year, the contract shall becanceled and the contractor shall be reimbursed for the reasonable value ofany non-recurring costs incurred but not amortized in the price of the suppliesor services delivered under the contract.

Page 17: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 17

8.11 Contractual Disputes

The Contractor shall give written notice to the Purchasing Agent of his intent to file aclaim for money or other relief at the time of the occurrence or the beginning of thework upon which the claim is to be based.

The written claim shall be submitted to the Purchasing Agent no later than thirty (30)days after final payment. If the claim is not disposed of by agreement, the PurchasingAgent shall reduce his decision to writing and mail or otherwise forward a copy thereofto the Contractor within thirty (30) days of receipt of the claim. The Purchasing Agent'sdecision shall be final.

8.12 Severability

In the event that any provision shall be adjudged or decreed to be invalid, such rulingshall not invalidate the entire Agreement but shall pertain only to the provision inquestion and the remaining provisions shall continue to be valid, binding and in fullforce and effect.

8.13 Applicable Laws

This contract shall be governed in all respects by the laws of the State of California.

9.0 EVALUATION OF PROPOSALS: SELECTION FACTORSThe General Contract Terms and Conditions set forth certain criteria which will be used in thereceipt of proposals and selection of the successful firm. In addition, the criteria set forthbelow will be considered.

The County Proposal Analysis Group will independently read, review and evaluate eachproposal and selection will be made on the basis of the criteria listed below and as depictedon the Proposal Evaluation Matrix contained herein. The firms submitting proposals shallinclude with that proposal statements on the following:

A Adequacy and availability of professional level staffing. (25 points)B. Credentials and experience specific to categories proposed. (20 points)

C. Cost of services. (25 points)D. Firm's qualifications such as organization size, financial strength and

length of time in business. (15 points)E. References provided of other clients with comparable services. (15 points)

Once each member of the Proposal Analysis Group has rated each proposal and completed aproposal evaluation matrix form, a composite rating is developed which indicates the group'scollective ranking of the highest rated proposals in a descending order. At this point, theProposal Analysis Group may conduct interviews with only the top ranked firms, usually thetop three depending upon the number of proposals received. The Proposal Analysis Groupwill conduct all subsequent discussions and will make a recommendation for the contractaward.

10.0 INSTRUCTIONS FOR SUBMITTING PROPOSALS

Page 18: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 18

10.1 Submission of Proposals

Price proposals must be submitted on Request for Proposal pricing form only. Includeother information as requested or required. Be sure proposal container is completelyand properly identified. The face of the container shall indicate RFQ #1455, time anddate of acceptance, and the title of the RFQ. Proposals must be received and timestamped by the Division of Purchasing prior to the hour specified on the acceptancedate.

10.2 Questions and Inquiries

Questions and inquiries, shall be written and will be accepted from any and all firms.Written questions should be sent to the attention of the agent responsible at thepurchasing division’s address. Inquires pertaining to this request must give RFQnumber, title and acceptance date. Material questions will be answered in writing andwill be distributed to all firms who receive the RFQ provided, however, that allquestions are received at least fifteen (15) days in advance of the proposal acceptancedate.

10.3 Addendum and Supplement to Request

If it becomes necessary to revise any part of this request or if additional data arenecessary to enable an exact interpretation of provisions of this request, an addendumwill be issued. It is the responsibility of the offeror to ensure that he has received alladdenda’s prior to submitting a proposal.

10.4 Firm Pricing for County Acceptance

Proposal pricing must be firm for County acceptance for 90 days from proposal receiptdate. "Discount from list" proposals not acceptable unless requested.

10.5 Proprietary Information

It is the responsibility of each offeror to clearly mark any part of his proposalconsidered to be of PROPRIETARY OR CONFIDENTIAL NATURE. Offerors shall notmark sections of their proposal as PROPRIETARY OR CONFIDENTIAL if they are tobe part of the award of the contract and are of a "Material" nature, (i.e., prices).

10.6 Authority to Bind Firm in Contract

Proposals MUST give full firm name and address of offeror. Failure to manually signproposal may disqualify it. Person signing proposal should show TITLE orAUTHORITY TO BIND THEIR FIRM IN A CONTRACT. Firm name and authorizedsignature must appear on proposal cover sheet and in the space provided in the lowerright hand corner of the pricing page(s).

Page 19: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 19

10.7 Preparation and Submission of Proposals

a. All proposals, both technical and price, shall be signed in ink by the individualor authorized principals of the firm.

b. All attachments to the Request for Proposal requiring executing by the firm areto be returned with the proposals.

c. Proposals are to be returned in a sealed container. The face of the containershall indicate the RFQ number, title of proposal, and the time and date ofpublic acceptance(Technical Staffing Services, 9/12/01 2:00pm).

d. Proposals must be received by the Division of Purchasing and BEFORE thehour specified on the opening date. Requests for extensions of this time anddate will not be granted. Firms mailing their proposals shall allow for normalmail time to ensure receipt of their proposals by the Division of Purchasing andprior to the time and date fixed for acceptance of the proposals. Proposals orunsolicited amendments to proposals received by the County after theacceptance date will not be considered. Proposals will be publicly acceptedand logged in at the time and date specified above.

e. Each firm shall submit one original and five (5) copies of their proposal(including price proposal) to the County's Division of Purchasing asindicated on the cover sheet of this Request for Proposal. The originalproposal shall be clearly marked.

10.8 Withdrawal of Proposals

a. All proposals submitted should be valid for a minimum period of ninety (90)calendar days following the date established for acceptance.

b. Proposals may be withdrawn on written request from the offeror at the addressshown in the solicitation prior to the time of acceptance.

c. Negligence on the part of the offeror in preparing the proposal confers no rightof withdrawal after the time fixed for the acceptance of the proposals.

10.9 County Furnished Support/Items

The level of support required from County personnel for the completion of each taskshall be estimated by position and consultant days.

The offeror shall indicate the necessary telephones, office space and materials, whichthe offeror requires.

The County may furnish the facilities if the County considers them reasonable,necessary and available for the contractor to complete his task.

Page 20: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 20

10.10 Subcontractors

Offerors shall include a list of all subcontractors in their proposal. Proposals shall alsoinclude a statement of the subcontractors' qualifications. The County reserves theright to reject the successful firm's selection of subcontractors.

10.11 Late Proposals

LATE proposals will be returned UNOPENED, if RFQ number, acceptance date andreturn address is not shown on the container.

10.12 Rights of CountyThe County reserves the right to accept or reject all or any part of a proposal, waiveinformalities and award the contract that best serves the interests of the County.

10.13 Prohibition as Subcontractors

No offeror who is permitted to withdraw a proposal shall, for compensation, supply anymaterial or labor to or perform any subcontract or other work agreement for the personor firm to whom the contract is awarded or otherwise benefit, directly or indirectly, fromthe performance of the project for which the withdrawn proposal was submitted.

10.14 Deviations from Scope of Services

If there is any deviation from that prescribed in the scope of services, the appropriateline in the scope of services shall be ruled out and the substitution clearly indicated.The County reserves the right to determine the responsiveness of any deviation.

10.15 Escalator Provision

The hourly rates bid shall remain fixed throughout the first year of this contract.Written requests for price revisions after the first year period shall be submitted inadvance of receipt of order to the Lake County Purchasing Department. Requestsmust be based upon and include detailed documentation of actual change in laborcosts. The mark up over pay rate shall remain fixed for the duration of the contract.The County reserves the right to reject any price increase and to terminate thecontract.

10.16 Miscellaneous Requirements

a. The County will not be responsible for any expenses incurred by a firm inpreparing and submitting a proposal. All proposals shall provide astraightforward, concise delineation of the firm's ability to satisfy therequirements of this request. Emphasis should be on completeness and clarityof content.

Page 21: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 21

b. Offerors who submit a proposal in response to this RFQ may be required tomake an oral presentation of their proposal. The Division of Purchasing willschedule the time and location for any presentations.

c. The contents of the proposal submitted by the successful offeror, this RFQ andthe County’s standard contract will become part of any agreement awarded asa result of the Scope of Services contained herein. The successful firm(s) willbe expected to sign a contract with the County.

d. The County reserves the right to reject any and all proposals received byreason of this request, or to negotiate separately in any manner necessary toserve the best interests of the County. Offerors whose proposals are notaccepted will be notified in writing.

Page 22: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 22

Division of Purchasing1220 Morello ave suite 210Martinez, California 94553

11.0 CORPORATE INFORMATION

THE FIRM OF:

Address:

The following shall be returned with your proposal. Failure to do so shall be ample cause for rejectionof proposal as non-responsive. It is the responsibility of the Offeror to ensure that he has received alladdenda.

1. Addendum’s, if any.2. Five (6) original and ( ) copies4. Federal ID number : 5 Payment Terms: net 30 2%-20, net 30 1%-20, net 30 other

Person to contact regarding this proposal:

Title: Phone: Fax:

Email Address:

Name of person authorized to bind the Firm:

Signature: Date:

Page 23: Request for Bids › depart › gsd › docs › RFP1455.pdf · including backups and network printer configurations. Designs new networks and modifications to existing networks

C:\DOCUME~1\awahl.000\LOCALS~1\Temp\Website RfP 1455.doc 23

APPENDIX A

PRICING SCHEDULE

Name of Offeror:____________________________________________________

Address:__________________________________________________________

CONSULTANT CATEGORY HOURLY RATE

4.1 Systems Analysts $

4.2 Senior Systems Analyst $

4.3 Client Server/PC Programmer $

4.4 Database Administrator $

4.5. Oracle Database Administrator $

4.6. UNIX System programmers $

4.7. Systems Engineer $

4.8 Network Engineer $

4.9. Web Administrator $

4.10. Web Graphical Designer $

4.11. Journey Level PC/Telecomm Tech $

4.12. Senior PC/Telecommunications Tech $

4.13 Other Consultant(s)

$ $ $ $ $ $

Add Additional pages if necessary