bmc remedy implementation services


[PDF]bmc remedy implementation services - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

5 downloads 191 Views 950KB Size

Carmen Fariña, Chancellor

REQUEST FOR BIDS STANDARD FORM OF CONTRACT Bid No. B2615

BMC REMEDY IMPLEMENTATION SERVICES Bids for this solicitation must be sealed and hand-delivered or mailed to:

NYC Department of Education Division of Contracts and Purchasing IT Procurement 65 Court Street, Room 1201 Brooklyn, NY 11201 Attn: Bid Unit / Vendor Resources Bid No. B2615 Each envelope submitted must be labeled and every label must reference the bid number Bid Due Date And Time: Thursday, January 28, 2015 at 4:00 PM Bids Will Be Publicly Opened and Read on: Friday, January 29, 2015 at 11:00 AM

Bids received after the due date stated above will not be considered Send all questions regarding this solicitation to the Authorized Contact Person below: Esdriel Vantull at [email protected] Questions should be submitted to the email address above, with the title of this bid in the email subject. The last day for submitting questions is January 13, 2015. For additional procurement information see: http://schools.nyc.gov/dcp or call the Vendor Hotline at (718) 935-2300

Name of Bidder

_______________________________________________

Address of Bidder

_______________________________________________ ______________________________ Zip _____________

Telephone No.

_______________________ Fax ___________________

E-Mail Address:

_______________________________________________

Federal ID No.

_______________________________________________

TABLE OF CONTENTS

SECTION 1. SUMMARY OF SOLICITATION .................................................................................................................. 6 1.1. 1.2. 1.3. 1.4.

INITIAL TERM...................................................................................................................................................... 6 ADDITIONAL TERM(S) .......................................................................................................................................... 6 COST ................................................................................................................................................................ 6 AWARD CRITERIA ................................................................................................................................................ 6

SECTION 2. DEFINITIONS ........................................................................................................................................... 6 SECTION 3. MINIMUM QUALIFICATIONS................................................................................................................... 7 3.1. 3.2. 3.3. 3.4. 3.5.

ACTIVE AND ONGOING ENTERPRISE ........................................................................................................................ 7 EXPERIENCE........................................................................................................................................................ 7 ADEQUATE CAPACITY TO PERFORM......................................................................................................................... 8 ADDITIONAL INFORMATION ................................................................................................................................... 8 LICENSES, ETC. .................................................................................................................................................... 8

SECTION 4. SCOPE OF SERVICES ................................................................................................................................ 8 4.1.

IMPLEMENTATION SERVICES .................................................................................................................................. 8

SECTION 5. CURRENT ENVIRONMENT STATISTICS ................................................................................................... 14 5.1. 5.2. 5.3. 5.4.

SUPPORT POPULATION ....................................................................................................................................... 14 SYSTEM STATISTICS ............................................................................................................................................ 14 YEARLY SUPPORT TOOL STATISTICS ....................................................................................................................... 15 SPECIFICATIONS OF HARDWARE TO BE USED ........................................................................................................... 15

SECTION 6. ORGANIZATIONAL REQUIREMENTS ...................................................................................................... 16 6.1. 6.2. 6.3.

ORGANIZATIONAL CAPACITY ................................................................................................................................ 16 EXPERIENCE AND DEMONSTRATIVE EFFECTIVENESS .................................................................................................. 16 PROGRAM PLAN................................................................................................................................................ 16

SECTION 7. ORDER FULFILLMENT ............................................................................................................................ 16 7.1. 7.2. 7.3. 7.4. 7.5. 7.6. 7.7. 7.8. 7.9.

ESTIMATED QUANTITY........................................................................................................................................ 16 NEW MERCHANDISE .......................................................................................................................................... 17 WORKMANSHIP AND QUALITY............................................................................................................................. 17 DELIVERY DELAYS .............................................................................................................................................. 17 SUSPENSION OF DELIVERIES ................................................................................................................................ 17 TIME CONSTRAINTS ........................................................................................................................................... 18 POST AWARD SUBSTITUTIONS.............................................................................................................................. 18 WARRANTY ...................................................................................................................................................... 18 MANAGEMENT REPORTS .................................................................................................................................... 18

SECTION 8. CONTRACT AWARD .............................................................................................................................. 19 8.1. 8.2.

AWARD ........................................................................................................................................................... 19 NON-AWARD.................................................................................................................................................... 19

SECTION 9. PRICING ................................................................................................................................................ 19 9.1. 9.2.

PRICING REQUIREMENTS..................................................................................................................................... 19 PRICE REDUCTIONS: (AS APPLICABLE) ................................................................................................................... 19

SECTION 10. ORDERING PROCEDURES .................................................................................................................... 19

10.1. 10.2. 10.3.

TIMEFRAMES .................................................................................................................................................... 19 ORDERING METHOD........................................................................................................................................... 19 ELECTRONIC ORDERING ...................................................................................................................................... 20

SECTION 11. INVOICES AND PAYMENT .................................................................................................................... 20 11.1. 11.2. 11.3. 11.4. 11.5. 11.6. 11.7. 11.8. 11.9. 11.10.

PAYMENT POLICY .............................................................................................................................................. 20 FINAL PAYMENT ................................................................................................................................................ 20 MONTHLY INVOICES........................................................................................................................................... 20 PROPER INVOICE ............................................................................................................................................... 20 SUPPORTING DOCUMENTATION ........................................................................................................................... 20 PARTIAL SHIPMENTS .......................................................................................................................................... 20 INSPECTION, REVIEW AND AUDITS ........................................................................................................................ 21 SET-OFF........................................................................................................................................................... 21 DESIGNATED PAYMENT OFFICE ............................................................................................................................ 21 RIGHT TO INSPECT SHIPMENT AND WITHHOLD PAYMENT .......................................................................................... 21

SECTION 12. CONTRACT AWARD............................................................................................................................. 21 12.1. 12.2.

BID OPENING ................................................................................................................................................... 21 LOW TIE BIDS ................................................................................................................................................... 21

SECTION 13. SUBCONTRACTORS ............................................................................................................................. 22 13.1. 13.2.

CONTRACTOR RESPONSIBILITY .............................................................................................................................. 22 SUBCONTRACTOR REQUIREMENTS......................................................................................................................... 22

SECTION 14. INSURANCE ......................................................................................................................................... 22 14.1. 14.2. 14.3. 14.4. 14.5. 14.6. 14.7. 14.8. 14.9. 14.10. 14.11. 14.12.

WORKERS’ COMPENSATION INSURANCE ..................................................................................................... 24 COMMERCIAL GENERAL LIABILITY INSURANCE ............................................................................................ 24 MOTOR VEHICLE LIABILITY INSURANCE (IF APPLICABLE) .............................................................................. 24 PROFESSIONAL LIABILITY INSURANCE/E&O (IF APPLICABLE) ....................................................................... 25 PROPERTY LOSS INSURANCE ........................................................................................................................ 25 SUB-CONTRACTORS’ INSURANCE ................................................................................................................. 25 SAVE HARMLESS CLAUSE .............................................................................................................................. 25 POLICY REQUIREMENTS ...................................................................................................................................... 26 NOTICE TO DOE ............................................................................................................................................... 26 PROPERTY LOSS INSURANCE ................................................................................................................................ 26 SUB-CONTRACTORS’ INSURANCE .......................................................................................................................... 27 CERTIFICATE OF INSURANCE................................................................................................................................. 27

SECTION 15. GENERAL DOE CONTRACT REQUIREMENTS......................................................................................... 27 15.1. 15.2. 15.3. 15.4. 15.5. 15.6. 15.7. 15.8. 15.9. 15.10. 15.11. 15.12. 15.13. 15.14. 15.15. 15.16.

CRIMINAL CHARGES ........................................................................................................................................... 27 CONFLICTS OF INTEREST...................................................................................................................................... 27 REPRESENTATIONS OF FACT ................................................................................................................................ 28 AFFIDAVIT OF ACKNOWLEDGMENT ....................................................................................................................... 29 UNTRUE STATEMENTS ........................................................................................................................................ 29 CONTRACT DISCREPANCIES.................................................................................................................................. 29 CATALOG REFERENCE ......................................................................................................................................... 29 SAMPLES ......................................................................................................................................................... 29 ALTERNATE ITEMS SUBMITTED WITH BIDS .............................................................................................................. 30 PROVISION FOR ADDITIONAL ITEM MODELS DURING CONTRACT TERM ....................................................................... 30 EVALUATION OF MATERIALS AND SERVICES ............................................................................................................ 30 MINORITY AND WOMEN OWNED BUSINESS ENTITIES PARTICIPATION ......................................................................... 30 AFFIRMATION OF RESPONSIBILITY AND PAID TAXES ................................................................................................. 31 OBLIGATION TO DISCLOSE ................................................................................................................................... 31 PERSONNEL SECURITY REQUIREMENTS .................................................................................................................. 31 NOTICE OF AWARD ........................................................................................................................................... 31

15.17. 15.18. 15.19. 15.20. 15.21. 15.22. 15.23. 15.24. 15.25. 15.26. 15.27. 15.28. 15.29. 15.30. 15.31. 15.32. 15.33. 15.34. 15.35. 15.36. 15.37. 15.38. 15.39. 15.40. 15.41. 15.42. 15.43.

NON-ASSIGNMENT OF CONTRACT ........................................................................................................................ 31 AVAILABILITY OF FUNDS ..................................................................................................................................... 32 TAX EXEMPTION................................................................................................................................................ 32 CONTRACTOR AS A PURCHASING AGENT ............................................................................................................... 32 SAVE HARMLESS CLAUSE .................................................................................................................................... 32 PURCHASE ORDERS............................................................................................................................................ 32 ADMINISTRATIVE COSTS OF DOE ......................................................................................................................... 33 CONTRACTOR DEFAULT ...................................................................................................................................... 33 SALES AND MARKETING LITERATURE ..................................................................................................................... 33 PRICE CERTIFICATION ......................................................................................................................................... 34 NEW YORK STATE “RIGHT TO KNOW” LAW............................................................................................................ 34 PATENT AND COPYRIGHT .................................................................................................................................... 35 CODE OF ETHICS ............................................................................................................................................... 35 NO DISCRIMINATION ......................................................................................................................................... 35 COMPLIANCE WITH LAWS ................................................................................................................................... 36 WRITTEN AGREEMENT ....................................................................................................................................... 36 EXCLUSIVITY ..................................................................................................................................................... 36 ANTI-TRUST CLAUSES......................................................................................................................................... 36 SET-OFF RIGHTS ............................................................................................................................................... 36 PARTICIPATION IN AN INTERNATIONAL BOYCOTT...................................................................................................... 36 GOVERNMENT REGULATIONS .............................................................................................................................. 36 NO ESTOPPEL ................................................................................................................................................... 37 LOCAL LAW 121 ............................................................................................................................................... 37 GIFTS AND GRATUITIES ...................................................................................................................................... 37 DISPUTE RESOLUTION ........................................................................................................................................ 37 TERMINATION OF CONTRACT .............................................................................................................................. 38 DUTY TO REPORT .............................................................................................................................................. 38

SECTION 16. CONSENT TO JURISDICTION AND VENUE ............................................................................................ 39 16.1. 16.2. 16.3. 16.4. 16.5.

JURISDICTION ................................................................................................................................................... 39 VENUE ............................................................................................................................................................ 39 FEDERAL COURT................................................................................................................................................ 39 COURT OUTSIDE OF NEW YORK STATE .................................................................................................................. 39 SEVERABILITY.................................................................................................................................................... 39

SECTION 17. INVESTIGATIONS ................................................................................................................................ 40 17.1. 17.2. 17.3. 17.4.

AGREEMENT TO COOPERATE IN INVESTIGATIONS ..................................................................................................... 40 PENALTIES FOR NON COOPERATION IN INVESTIGATIONS ........................................................................................... 40 DEFINITIONS FOR THIS SECTION ............................................................................................................................ 41 TERMINATION FOR FAILURE TO REPORT ................................................................................................................. 41

SECTION 18. MACBRIDE PRINCIPLES ....................................................................................................................... 41 18.1. 18.2.

ARTICLE I - MACBRIDE PRINCIPLES................................................................................................................ 41 ARTICLE II - ENFORCEMENT OF ARTICLE I...................................................................................................... 42

SECTION 19. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS FOR NON-CONSTRUCTION CONTRACTORS, VENDORS AND SUPPLIERS ...................................................................................................................................... 42 19.1. 19.2. 19.3. 19.9.

NO DISCRIMINATION ......................................................................................................................................... 43 DEFINITION OF TERMS FOR THE IMPLEMENTATION OF A PROGRAM OF AFFIRMATIVE ACTION. .......................................... 43 REQUIRED PROGRAM OF AFFIRMATIVE ACTION ...................................................................................................... 44 FURTHER INFORMATION ..................................................................................................................................... 45

SECTION 20. IRAN DIVESTMENT ACT COMPLIANCE ................................................................................................. 46 20.1. 20.2.

BACKGROUND .................................................................................................................................................. 46 CERTIFICATION REQUIRED ................................................................................................................................... 46

20.3.

INABILITY TO CERTIFY.......................................................................................................................................... 46

SECTION 21. SUBMISSION PROCEDURE................................................................................................................... 46 21.1.

DOCUMENTS .................................................................................................................................................... 46

SECTION 22. GENERAL INFORMATION FOR SUBMITTING BIDS................................................................................ 47 22.1. 22.2. 22.3. 22.4. 22.5. 22.6. 22.7. 22.8. 22.9. 22.10.

REQUESTS FOR CLARIFICATION AND ADDENDA ........................................................................................................ 47 REQUIREMENTS IN WRITING................................................................................................................................ 48 PRE-BID CONFERENCE........................................................................................................................................ 48 COSTS OF RESPONDING TO THIS SOLICITATION ........................................................................................................ 48 NO ALTERATIONS .............................................................................................................................................. 48 DELIVERY INCLUDED........................................................................................................................................... 48 MODIFICATION OF BIDS ...................................................................................................................................... 48 LATE BIDS ........................................................................................................................................................ 48 MISTAKES IN BIDS ............................................................................................................................................. 48 CONFIRMATION OF BID ...................................................................................................................................... 48

NO-BID RESPONSE FORM ........................................................................................................................................ 50 BIDDER INFORMATION, CERTIFICATION, AND SIGNATURE PAGE ............................................................................ 51 AFFIDAVIT OF ACKNOWLEDGMENT FORM ............................................................................................................. 54 SAMPLE INSURANCE CERTIFICATE (INFORMATION ONLY) ...................................................................................... 57 BID BLANK PAGE ..................................................................................................................................................... 58

RFB # B2615

SECTION 1. SUMMARY OF SOLICITATION The New York City Department of Education (DOE) seeks written price quotes for the implementation of an IT Service Management solution platform (ITMS). The vendor will be responsible for the design and deployment of the BMC Remedy ITSM solution using Remedy Live!. The vendor will work with the DOE to implement the BMC Remedy ITSM solution, manage the project, provide analyses and design the architecture, ensure implementation best practices are utilized and ensure that DOE end users are educated on how to maintain and use the solution. DOE will have access to the necessary licenses via New York City Department of Information Technology and Telecommunication (DoITT). CONTRACT PERIOD 1.1.

Initial Term

DOE anticipates a requirements contract for a term of one year, commencing with the registration of the contract by the NYC Comptroller’s Office (“Commencement Date”) and one year from that date. 1.2.

Additional Term(s)

No extensions are being offered through this contract. 1.3.

Cost

The cost of the contract shall be based on prices agreed to in Bid Blank. 1.4.

Award Criteria

Award will be made to the responsive and responsible bidder offering the best value to DOE, complying with the requirements, terms and conditions set forth in this solicitation and considering price for the requested services. Evaluation Criteria: i.

Price at 35%

ii.

Program Plan at 30%

iii.

Organizational Capacity 25%

iv.

Demonstrated Effectiveness 10%

The bidder must meet, and preferably exceed, the requirements outlined in the scope of services. The Bidder must provide narrative regarding their experience and ability to provide implementation services of BMC products (see section 6).

SECTION 2. DEFINITIONS

Authorized Contact Person – the individual at DOE to whom all questions and inquiries regarding this solicitation may be addressed. Bidder, Contractor, Vendor - the individual, firm or corporation submitting an offer or bid of a price to supply DOE with the goods and/or services indicated in this Bid and who, if awarded this contract, is obligated to furnish goods and/or services in accordance with all the terms and conditions of the contract.

BMC Remedy Implementation and Training Services

6

12/5/14

RFB # B2615 Business Day - Monday through Friday except for federally-recognized holidays. However, vendors will not be held responsible if they are unable to make deliveries for reasons beyond their control - e.g. school is closed because of construction, religious holiday, snow, etc. Business Hours - 8:30 AM to 4:30 PM on Business Days Chancellor - the Chancellor of DOE or designee. Comptroller - the Comptroller of the City of New York. Contract – the agreement resulting from Bidder’s submission of, and DOE’s acceptance of, Bidder’s price quotes and all required documents. The Contract includes definitions, special terms and conditions, general terms and conditions, specifications, bid blank, bid forms, attachments, affirmations, the bid and contract agreement, any special instruction to bidders, together with all amendments or modifications, all provisions required by law to be inserted in this contract whether actually inserted or not, and, as applicable, purchase order or notice of award, and notice to proceed. Custodian Engineer or Building Manager - the person authorized or designated to open or control the space where the work shall be performed, and/or responsible for the operation of the building. Date of Contract Award - the date of Notice of Award, if issued, or otherwise the date of purchase order. DOE - the New York City Department of Education, alternatively the New York City Board of Education, its agents, employees, designees, etc. as the case may be. Although this agency is being referred to as DOE, for contract and insurance purposes, the agency is still the Board of Education. Milestones - are scheduled events signifying the completion of a major deliverable or a set of related deliverables, with the dates on which those events occur. Project Manager – the person designated by DOE as the individual who will be responsible for administering the Contract resulting from this solicitation and who, unless otherwise stated, will be the first point of contact for the Contractor regarding any questions or inquiries related to the management of the Contract once it has been executed. School Day – days during which DOE schools are in session. The yearly calendar is available on the DOE Web site at http://schools.nyc.gov/Calendar/default.htm Work - labor, equipment and necessary actions agreed to be furnished or done by or on the part of the Contractor. Workers - all laborers, employees, supervisors employed by the Contractor or at the request of the Contractor to perform any work in connection with this Contract, including such individuals provided through subcontractors.

SECTION 3. MINIMUM QUALIFICATIONS 3.1.

Active and Ongoing Enterprise

Bids will be accepted and considered only from bidders that are actively engaged in the services specified and that are able to comply with all requirements of in this solicitation at the time of award. 3.2.

Experience

Include the following with bid submissions: A.

Company must demonstrate by inclusion of resumes and completed project descriptions or similar, 5 years of experience with migrations from Service Desk Express to Remedy. Experience should be of a similar scale to DOE requirements, which are: 120,000+ clients, 2,500+ support staff, 120+Support Groups located in all 5 boroughs plus numerous support vendors, 3,000+ sites(schools), 1,400,000+ Assets, 380 active reports (70 unique templates), numerous staff created queries and AD-hock reports;

B.

Must have completed 3 major migrations to Remedy in the past 18 months, with at least 10,000 seats;

BMC Remedy Implementation and Training Services

7

12/5/14

RFB # B2615 C.

Demonstrate, by inclusion in the bid package, descriptions, or similar, *AS BUILT* systems documentation for an implementation completed by the bidder, client information may be redacted from any documents submitted;

D.

Demonstrate, by providing at least two reference letters and written documentation, the ability to complete the necessary knowledge transfer to the DOE at the end of the project;

E.

Must have local support, defined as within 50 miles of downtown Brooklyn, NY.

F.

Vendor must be able to verify $2 million dollars in annual revenue for the past three years directly preceding the submission of the proposal.

G.

Vendor must be BMC certified to provide implementation of BMC products. 3.3.

Adequate Capacity to Perform

Bidders must have adequate equipment and organization to ensure prompt and efficient service to DOE. DOE reserves the right, before and after making an award, to inspect bidder’s and/or subcontractor’s premises to determine whether the location, facilities and equipment comply with the conditions of the bid and to take any other action necessary to determine fitness, reliability and ability to perform. 3.4.

Additional Information

DOE may request additional information, including financial statements and evidence of prior experience and ability to perform. No award will be made to a bidder who fails to submit acceptable documentation. Financial statements, if requested, must give evidence satisfactory to DOE that the business will have sufficient working capital to meet ongoing expenditures once services begin and prior to the onset of contract payments. DOE will determine whether the information provided is satisfactory and will make awards based on such information. DOE may reject bidders who do not demonstrate financial capability sufficient for the scope of the solicitation. 3.5.

Licenses, etc.

All required licenses, certificates and permits shall be valid at the time of contract award and for the duration of the contract.

SECTION 4. SCOPE OF SERVICES 4.1.

Implementation Services

The Vendor will provide implementation of the BMC Software, BMC Remedy IT Service Management (ITSM) solution, manage the project, analyze and design the architecture, ensure implementation best practices are utilized and DOE staff end users are educated on how to maintain and use the solution. DOE PMO must sign off at each phase of the project. High level of project flow should include but are not limited to Analysis/Discovery, Design, Build, Validate, Deploy and Training. A.

Project Management The Vendor must utilize a project manager throughout the entire implementation to keep DOE informed of all developments with written weekly project status updates. i.

Must provide management of all phases of the implementation and training

ii.

Vendor will name one single point of contact to DOE Project Management Office (PMO);

iii. Provide project status updates to PMO related to milestones, achievements, risks, and/or setbacks of the implementations, on a weekly basis at a minimum; iv. Vendor must have PMO sign off on all proposed timelines, designs, solutions, final plans and all completed work.

BMC Remedy Implementation and Training Services

8

12/5/14

RFB # B2615 B.

Analysis/Discovery The awarded Vendor will interview with the business owners to gather information around the user needs in order to understand what modules will be used by what group. i.

Define the IT processes that the solution will support and determine the configuration, data population, implementation and customization activities that must occur in order to ensure the solution supports these defined processes.

ii.

Review service management capabilities, existing processes and statistics of the present environment (in Section 21).

iii. Provide System Architecture Document that will define architecture requirements and recommendations for the solution, including but not limited to: a.

Server environments;

b.

Expected user loads;

c.

Performance expectations;

d.

Resources Consumption;

e.

Ticket counts;

f.

Integrations;

g.

Hardware;

h.

Database reviews;

i.

Network review;

iv. Vendor will verify and inform the DOE of all necessary licenses needed which may include Crystal reporting. C.

Design Provide a Solution Design Document that will summarize the discussions and decisions made concerning customer-specific installation and configurations of the solution. Identify milestones of the project and acceptance criteria for each one. Items addressed in this document include but are not limited to: i.

Installation information;

ii.

Application will run on a Virtual environment with SANS storage;

iii. High variability; iv. Fail over; v.

Development and QA environment;

vi. Application configuration information; vii. Data configuration/migration information; viii. Reporting information; ix. Training schedule for users. D.

Build Includes all of the work required to configure, populate, modify or add the solution to meet the requirements

BMC Remedy Implementation and Training Services

9

12/5/14

RFB # B2615 Foundation Base level data population: i.

Create Groups / Technical Support Staff and Integrate with Active Directory;

ii.

Create Clients and or integrate with Active Directory or other LDAP;

iii. Create Import Routines for Technical and Geographical Information for DOE locations (sites), Departments, etc.; iv. Create and populate Product Catalog; v.

Create configuration management database (CMDB) items and ways to populate and manage data;

vi. Create and Populate Service Catalog; vii. Create Contracts and SLAs; viii. Create and Populate Knowledge base; ix. Create And Populate Know Errors and Q&A; x.

Configure Class and Federation Manager;

xi. Data Import/ Export Integration Services; xii. Create Import Routines for CMDB data elements that include but not limited to RACK(s), Networks, Computer related Asset Information, telecommunication Information, software information, Utilizing Atrium Discovery and Dependency tools to perform above tasks. xiii. Create data integrations with other DOE Tools that include but not limited to: NOC, LCGMS, Call centers, Surveyor, Vendor middleware tools. Approximately 21 routines E.

Configure General for all configuration items below. Implementer must insure that the following, but not limited to, data elements are captured by every solution (module): i.

Record Number;

ii.

Creation Date/Time;

iii. Created by User ID/Process; iv. Last Modified Date/Time; v.

Last User ID/Process;

vi. Status /State; vii. Category of Issues or request; viii. Contact Phone #; ix. Client/User Information Fields; x.

Location/Department Information Fields;

xi. Assign to Queue Information; xii. Assign to Technical Support Staff Information; xiii. Previous Assigned to Queue /Staff Information; xiv. Priority /Urgency/Impact; xv. Data Source; xvi. Template Information/Link; xvii. Alternative Ticket ID; xviii. Due/Target Date;

BMC Remedy Implementation and Training Services

10

12/5/14

RFB # B2615 xix. Record Type categorization; xx. Vendor Information; xxi. CMDB link with related Information (Asset or Software Information); xxii. Description; xxiii. Resolution; xxiv. Notes; xxv. Closing Category; xxvi. Closing Date/Time; xxvii. Closed by User ID /Process; xxviii. Closed by Group /Queue; xxix. Record Active/Archived Flag. For all ITSM modules create and configure: i.

Console Forms (minimum 2 distinct form per module);

ii.

Dashboards (minimum 2 per module);

iii. Queries (minimum 10 per module); iv. Business automations (minimum 5 per module); v.

Process flows (minimum 3 per module);

vi. Escalations and notifications processes (minimum 4 per module). Examples of such processes include but not limited to following cases: a.

Create email /text message / Pop-up or other types of notification based on record data conditions change initiated by backend process or staff actions.

b.

Modify / populate record data based on queue change, data change or initiated by backend process or staff action. (Example – Assign incident to appropriate group based on Category, Asset manufacturer, asset age and supporting vendor site contract)

c.

Create New Records with in ITSM based on record data conditions change initiated by backend process or staff actions.

When needed, create Drill down filtered views for foundation data elements. For every ITSM Module below create following but not limited to Dashboard Queries: i.

Records Created by Support Staff ID

ii.

Records Closed/Resolved by Support Staff ID

iii. Records Created by Group/ Queue iv. Records Closed/Resolved by Group/ Queue v.

Records Assigned to Group /Staff in date range

vi. Opened / Resolved Records grouped for Client and Location vii. Top Issues in date range by Category, client, location etc.. viii. Open / resolved records by CMDB item ix. Records by Priority /Urgency /Impact x.

Open Records by Target Date

xi. Record Volume by Group/Client/Category in date range

BMC Remedy Implementation and Training Services

11

12/5/14

RFB # B2615 xii. Records by Data Source xiii. Records marked For Management Review (change, problem) F.

Sub-Modules to be implemented in full: i.

Service Desk;

ii.

Incident management;

iii. Problem management; iv. Request management; v.

Change management;

vi. Approvals Management console – DOE will provide examples of current approval workflow but vendor will be responsible for installation of available workflows, see attachments A, B, C; vii. Release Management – track of release versions for applications and software Replacement for RFS; viii. Asset Management - Module needs to store 1.4M assets with all related information. Additionally, module needs to be capable to calculate Support and Coverage entitlement; ix. Knowledge Management; x.

Service Request Management – for app development monitoring;

xi. Service Level Management - tracking of SLAs; xii. Reporting; Implementer is expected to create ten (10) unique types of reports for Incident Management Module, and at least three (3) unique types of reports for each of the other modules. List of existing reports can be provided. Below is a minimum list of must-have reports:

Report

Rank

Incident Form

1

UrgencyHigh_Aging By Group

3

UrgencyPriority_Aging By Group

3

Weekly Closed By Level II-III

7

Weekly_Avg_ResponseBy Field Support

8

GroupActivitySummary-in date range

2

Helpdesk Summary - Details

5

DailySourceIDByGroup

6

Aging By Group Vendors

3

Change Control Agenda

9

Problem Management Agenda

10

Incidents by Asset, manufacture, Age

11

PMO Release Management Status Single Incident print Report with details

4 12

Single Change Control print Report with details

12

Single Problem print Report with details

12

Single Release print Report with details

BMC Remedy Implementation and Training Services

12

12

12/5/14

RFB # B2615 Single Asset details print Report

12

Single Request print Report with details

12

Time to Resolution by Group, Assign to

13

First Call and Time to resolution

14

Change Requests Open by Group

15

xiii. Self-Support Portal; Virtual Agent; MyIT; xiv. CMDB (Atrium Configuration Management Database); xv. Process Designer; - Tool to define and govern process workflow. Set of rules and routines. xvi. Atrium Discovery and Dependency. – Configure tool to populate CMD. Ready-to-run virtual appliance with agentless discovery. G.

Validate Provide a Functional Test Plan document that will be used to define the functional testing that will take place. This must include, but is not limited to: i.

List and definitions of the tests that will occur;

ii.

Define the success criteria

iii. Schedule of tests; iv. Who will attend; v.

Where the tests will take place;

vi. Unit and system test and other relevant tests; vii. UAT review and provide SLA for Bug Fixes viii. Vendor is responsible for any corrections to the deployed system (i.e. defaults/malfunction) during the review by BMC and at any time before hand-off to DOE All functions, tested or not tested must receive DOE sign-off. H.

Deployment Provide an As-Built document that will summarize the customer specific configurations, integration configurations and data migration of incidents, changes, RFS, problems and other historical data activities of the components of the solution (at a minimum the vendor will provide a link through Remedy to run reports from information on Service Desk Database). This document must address, but is not limited to: i.

Configurations;

ii.

Data conversion/ migration details; a.

Import Existing open Tickets

b.

Import Existing Knowledge base

iii. Integration configuration details as it pertains with NOC for monitoring; iv. Dashboard and Reporting configuration details; v. I.

Define how requirements were addressed.

Knowledge transfer;

BMC Remedy Implementation and Training Services

13

12/5/14

RFB # B2615 Provision of manuals, diagrams, and/or software which will allow users to reference information regarding the operation and functionality of the implemented system. i.

Provide Relational Data base Diagrams

ii.

Provide Data Definition Dictionary

iii. Run-book H.

Go-Live support Technical on-site support during the Go-live date for approximately two weeks from a lead engineer to troubleshoot or address any issues with the system during deployment.

SECTION 5. CURRENT ENVIRONMENT STATISTICS 5.1. · · · · · 5.2. · · ·

· · · ·

Support Population 120,000 clients in schools and central offices 2,500+ support staff, supervisors and technicians 120+ Support Groups located throughout the 5 Boroughs 20 active vendors 3000+ sites (schools) organizations, location and Buildings System Statistics 1.4M+ Assets across the DOE 120 Historical Vendors 380 Active Reports (70 unique templates) List of active reports attached are: a. Activity for support staff b. Apple incidents c. Call volume d. Change management weekly review e. Charter schools monthly f. Closed incident activity g. Group incident aging report h. HD activity i. Help desk summary report j. HP by subject k. Incident activity for HD qa l. Incident form m. Incident volume by subject ID n. Incident by source ID o. Incidents closed the week p. Monthly incident activity for help desk q. Monthly PCS vendor closure statistics r. Network security s. NOC open incident summary report t. YMD Numerous Ad-hock reports and queries created by staff Support data segregation between groups/users, custom forms, record templates, email templates 560+ front and back-end Business rules, numerous data/record Information Alerts 21 Business integration with other DOE tools including, but not limited to NOC, Vendor data feeds, LDAP, incident automation data feeds

BMC Remedy Implementation and Training Services

14

12/5/14

RFB # B2615 5.3. · · · · · · · · · · 5.4.

· · · ·

Yearly Support Tool Statistics 275,000+ incidents 35,000+ requests from self-portal 1,500 change requests 600 problems 5,000+ RFS (Project/app dev requests/ same as Release management) 2.8M business transactions per month during school opening, test time and closing 1.5M during normal operations Asset support entitlement updated daily Client information exported from AD hourly Vendor’s updates imported hourly 10k surveys answered yearly Specifications of Hardware to be Used EMC VNX Storage Array - Hard drives - Primary storage for VMs and SQL databases Cisco UCS Servers -

Blade Servers - Hosts for VMs and SQL servers

EMC VNXe - Hard drives - Storage for VM backups EMC Data Domain - Hard drives - Storage for SQL backups

BMC Remedy Implementation and Training Services

15

12/5/14

RFB # B2615

SECTION 6. ORGANIZATIONAL REQUIREMENTS 6.1.

Organizational Capacity

Provide evidence of adequate human, organizational, technical, and professional resources needed to meet the solicitation requirements. Include, at a minimum, the items below. A.

An organizational chart for the entire company responding to this solicitation, listing specific titles and key employees of the organization slated to work on this project. Show total number of employees to include administrative/support staff currently in the organization.

B.

Describe the implementation team, outlining their respective roles and responsibilities and the expertise offered by each individual. Include titles, education, technical backgrounds, years of relevant experience and any professional licenses they may hold. Include contact information for a dedicated, full-time project manager.

C.

Clearly describe the maximum number of integration projects that your organization has the ability to perform in a given year. 6.2.

Experience and Demonstrative Effectiveness

A.

Describe any experience on the part of the company or the individuals who will be managing the project that relate to any other BMC ITSM.

B.

Describe any experience on the part of the company or the individuals who will be managing the project that relate to the general requirements stated in this solicitation even if not specifically for BMC Remedy implementation.

C.

Provide details of experience providing services to other government agencies. 6.3.

Program Plan

A.

Provide a narrative addressing how your organization will meet the needs and goals of the DOE with respect to this implementation.

B.

Describe methods of information dissemination and strategic communication methods and frequencies with the implementation team.

C.

Describe monitoring mechanisms and escalation process for the services.

D.

Demonstrate or provide details on what additional value that your company would bring to the DOE.

SECTION 7. ORDER FULFILLMENT 7.1.

Estimated Quantity

A.

If this solicitation is for an indefinite quantity of goods or services, which will be purchased as needed through a requirements contract, DOE makes no commitment and has no obligation to purchase any quantity of goods or services at any time. Alternatively, purchases may greatly exceed the estimates provided. Estimated purchase quantities indicated in this solicitation are approximations and are provided for information and bid evaluation purposes only. Unless clearly stated otherwise, they do not represent any commitment on the part of DOE to make any specific number of purchases.

B.

Contractor cannot refuse to deliver product or services or cancel contract if quantities exceed the estimated quantities.

BMC Remedy Implementation and Training Services

16

12/5/14

RFB # B2615 7.2.

New Merchandise

A.

Deliveries of physical goods must consist only of new and unused merchandise. No rebuilt, modified, refurbished or re-manufactured or newly manufactured with used parts, merchandise will be accepted unless specified by DOE.

B.

No charge will be allowed for cases, boxes, pallets, bottles, or for freight expenses, express or cartage. Unless separately agreed to by DOE, no empty packages, cases, boxes, pallets, carboys, bottles, etc. will be returned to the Contractor and none will be charged to or paid for by DOE. 7.3.

Workmanship And Quality

A.

All workmanship shall be first quality and in accordance with the best standard trade practices. DOE reserves the right to accept or reject any workmanship and/or quality as deemed in DOE’s best interest.

B.

Contractor assumes all responsibility for the work and all risk of loss or damage to the work or to any of Contractor’s materials and tools in the work. If Contractor shall damage the work of another Contractor in the premises, Contractor shall make good the damage to the satisfaction of DOE or shall reimburse the Contractor whose work has been destroyed or damaged for the expense of repairing such work. If the Contractor shall destroy, damage, or disturb the property of DOE in or about the building or premises and including the building and premises, the Contractor shall immediately either replace the destroyed property to the satisfaction of DOE, or shall reimburse DOE for the expense of replacing or restoring said property.

C.

The Contractor shall employ only competent workmen in performing any services for DOE that are required under this Contract and if notified in writing that, in the opinion of DOE, any employee of the Contractor is incompetent, the Contractor shall forthwith replace the employee and shall not again employ such person in the performance of this Contract. 7.4.

Delivery Delays

A.

If the Contractor is delayed in delivering any supplies by an act of omission of DOE, the Contractor shall be allowed the number of days or parts thereof he was so delayed, all of which shall be determined and in writing by DOE and shall be binding upon the Contractor. No claim for damages or delays shall be made by or allowed to the Contractor for such delays.

B.

When delivery is delayed due to causes beyond the control of the Contractor, including, but not restricted to, acts of God or of public enemy, acts of the government, war, acts of war, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or unusually severe weather, the Contractor shall be allowed the number of days or parts thereof he was so delayed provided that he notifies DOE in writing within 24 hours of failure to deliver of the causes of the delay.

C.

DOE shall ascertain and determine the facts and extent of delay, whose determination shall be binding upon the Contractor. Should such delays inconvenience DOE by creating an emergency and thus necessitating the purchase elsewhere of the supplies involved, DOE, shall have the right to purchase the goods or services on the open market without liability to the Contractor and to the extent such purchases are made, the Contractor will be relieved of the necessity of furnishing such quantities.

D.

DOE may accept or refuse an extension of time to the Contractor.

7.5.

Suspension Of Deliveries

DOE reserves the right to suspend the scheduled delivery of supplies or services or any part thereof, if it is deemed in the best interest of DOE to do so and if such supplies have not been custom-produced expressly for DOE, without compensation to the Contractor for such suspension other than extending the time for completing the deliveries as much as they may have been, in the opinion of DOE, delayed by such suspension.

BMC Remedy Implementation and Training Services

17

12/5/14

RFB # B2615 7.6.

Time Constraints

Time is of the essence in delivering all items contained on purchase orders issued pursuant to this contract. Failure to perform as specified may result in an administrative determination that a company is in default on its obligation and shall be deemed an irresponsible bidder, thereby precluding it from bidding on future solicitations by DOE. 7.7.

Post Award Substitutions

If an awarded item is no longer available from the manufacturer, or the brand and/or model number or any part of the description is changed during the terms of this contract, the following procedures are to be followed: A.

Written documentation evidencing the manufacturer’s discontinuance of production or change of model number or description of the awarded item must be submitted together with the revised specifications stating changes and/or samples with original and new list price to DOE.

B.

When the substitute item has been determined by DOE to be of equivalent quality and durability and of equal or lower price to the originally awarded item, such determination(s) by DOE, shall be final, binding and conclusive upon the Contractor.

C.

All requests for substitutions must be submitted in writing to DOE, as soon as the Contractor is notified by the manufacturer.

D.

No substitute items are to be delivered until permission is granted, in writing, by DOE. If a substitute item is delivered without prior written approval, liquidated damages as well as inspection and re-inspection charges shall be imposed.

7.8. A.

Warranty

As applicable, the Contractor guarantees that any products delivered will be new and every unit delivered will be guaranteed against faulty material and workmanship for the manufacturer’s standard warranty period from date of delivery. If faulty, the Contractor will replace the unit or part affected without cost to DOE, including labor and transportation charges. 7.9.

Management Reports

A.

The Contractor will retain contract usage history from contract commencement to expiration or termination of the Contract plus two years. By the 15th day of each month or as otherwise agreed to, the Contractor shall provide the Project Manager with a usage report. The report will be provided in electronic form or in such other manner as may be agreed to.

B.

The usage report shall indicate iv. the total dollar volume of purchases made and the total number of each contract item ordered during the preceding calendar month, and v.

a monthly and yearly usage by category and aggregate, including, if applicable, the catalog unit price per item as well as the applicable discount, and

vi. a list of the order numbers, corresponding invoice numbers, invoice dates and invoice amounts for the same billing period. C.

The Project Manager may require other reports throughout the term of the contract. Contractor shall provide these reports within 10 business days of the initial request and within 5 business days of any subsequent requests. Contractor shall also be available within 2 business days to meet with the Project Manager to discuss the same.

BMC Remedy Implementation and Training Services

18

12/5/14

RFB # B2615

SECTION 8. CONTRACT AWARD 8.1.

Award

Award will be made to the responsive and responsible bidder offering the best value to DOE, complying with the requirements, terms and conditions set forth in this solicitation and considering price for the requested goods and/or services. 8.2.

Non-award

A.

DOE reserves the right to reject any or all bids or to accept any part of any bid and reject the other part, if, in its opinion, such action would be in the best interest of DOE.

B.

DOE retains the right to not award to any company which is delinquent in the payment of New York City, New York State or Federal taxes and fines. If bidder owes taxes or fines and has paid said obligations within the last thirty days or is contesting/disputing said obligations, bidder must provide proof of payment or letter informing DOE that the amount is in dispute, or bid may be disqualified.

C.

DOE may reject any bid from a bidder whose bid is submitted improperly, unintelligibly or incompletely.

SECTION 9. PRICING 9.1.

Pricing Requirements

Provide unit prices for the units of measure set forth in the Bid Blank, as well as the total price for each resource proposed. In the price for each milestone, include all costs associated with implementation at those phases. 9.2. A.

Price Reductions: (As Applicable)

If, at any time during the contract period, the price of any approved item shall be reduced, the Contractor shall immediately contact DOE with confirmation of such a reduction. DOE shall be entitled to such reduced price on the effective date of such reduction. Regardless of whether such notice is received by DOE, this Contract shall be deemed amended retroactively to the effective date of such a price reduction.

SECTION 10. ORDERING PROCEDURES 10.1.

Timeframes

A.

Within five business days of the Notice of Award, DOE will provide the Contractor with a list of DOE liaison names and contact information.

B.

The Contractor shall be available during Business Hours, Monday through Friday, to discuss orders. The Contractor shall also accept order forms via fax, email, and/or electronic transmission 24-hours a day. The Contractor shall provide emergency contacts to enable DOE to place orders and pick up material 24 hours per day, 7 days per week. 10.2.

Ordering method

A.

DOE will transmit purchase orders to the Contractor either by email or fax.

B.

The Contractor shall verify the authorized signature on each order form using an authorized DOE personnel list provided by the Project Manager. In the event that the order is not appropriately authorized or signed and the Contractor fills the order, DOE may not pay for the order.

BMC Remedy Implementation and Training Services

19

12/5/14

RFB # B2615 10.3. A.

Electronic Ordering

DOE may require written reports on the progress of the implementation. DOE shall have the option of canceling this Contract, or part thereof, prior to the expiration of said period, if Contractor’s progress towards implementation is not acceptable to DOE. The right of cancellation is in addition to and not in lieu of the termination set forth elsewhere in this solicitation.

SECTION 11. INVOICES AND PAYMENT 11.1.

Payment Policy

A.

DOE shall pay and Contractor shall accept the amounts set forth in the Bid Blank as full compensation for all costs and expenses of completing the work or delivering goods in accordance with the contract, including but not limited to all labor and material required to be done or furnished under this contract; all overhead expenses, fees and profits including the cost of providing storage yard or facilities; all risks and obligations set forth in the contract; any applicable fees or taxes; and all expenses due to any unforeseen difficulty encountered in the prosecution of the work.

B.

Payment, when made, will be made by the Comptroller of the City of New York. 11.2.

A.

Final payment

The acceptance by the Contractor or by any person representing the Contractor of the final payment or any part thereof as audited by the Comptroller, whether such payment be made pursuant to any judgment or order of any court or otherwise, shall operate as and shall be a release to DOE from all claims of and liability to the Contractor and to the Contractor’s representatives and assigns for anything done, furnished or for or pertaining to the work or supplies or for any neglect of DOE or of any person pertaining to or affecting the work done or supplies furnished hereunder. No interest shall be allowed on the amount certified as or audited by the Comptroller as the final payment or on any part thereof which the Treasurer of the City is ready and willing to pay. 11.3.

Monthly Invoices

Unless otherwise directed by DOE, invoices for materials and services provided during the preceding payment period, at the applicable unit prices or discounted list price set forth in the price schedule, shall be submitted monthly, on the 15th of each month subject to Contractor’s compliance with the submission requirements contained hereunder and all other provisions of the Contract documents. The Contractor shall invoice DOE for all deliveries, including partial deliveries. 11.4.

Proper Invoice

Contactor must submit an original summary invoice in duplicate with a description of the items delivered, work performed, services rendered and/or other event initiating entitlement to payment pursuant to the terms of the Contract, Contract number and/or proceed notice number. Should the invoice not be calculated correctly, DOE may either reject the invoice or treat the invoice as proper only to the extent of the correct calculation of the amount 11.5.

Supporting Documentation

Contactor must submit signed original delivery receipts and itemized listings of all receiving schools, certificates of acceptance, and any other documentation specified by DOE that establishes the amount of payment and/or performance of the work billed. 11.6.

Partial Shipments

If partial shipments are made, Contractor must include a summary invoice listing individual invoice numbers and dollar amounts, and attach the individual invoices listing specific items shipped for each delivery.

BMC Remedy Implementation and Training Services

20

12/5/14

RFB # B2615 11.7.

Inspection, Review and Audits

DOE reserves the right to inspect, review and/or audit each invoice for payment to verify that the invoice amount is consistent with the materials, labor, goods and/or services provided and is in accordance with the provisions of the contract, as well as to determine the resources applied or used by the Contractor in fulfilling the terms of the contract or otherwise to verify that the work, goods or services billed for were provided in accordance therewith. DOE will require 10 business days from the receipt of invoice date within which to perform this function. 11.8.

Set-off

DOE shall have the right to set off against any payment due the Contractor under this Contract any unpaid legally enforceable debt owed by the Contractor to DOE or the City of New York. 11.9.

Designated Payment Office

Contractor must submit all original invoices and supporting payment documents to the payment office indicated on the purchase order, or to the office as directed by the DOE Project Manager. 11.10. Right to Inspect Shipment and Withhold Payment DOE reserves and may exercise the right to: A.

Inspect, prior to payment, all or part of any shipments for which payment is requested.

B.

Withhold any or all payment for that portion of an invoice it receives for any merchandise which it deems is not in accordance with specifications and/or in accordance with any of the bid terms and conditions.

C.

Release payment for the portion of the invoice when, in the opinion of the DOE, the abovementioned conditions have been corrected.

SECTION 12. CONTRACT AWARD 12.1.

Bid Opening

On the date, time and place designated, the bids received will be opened and read by the duly designated representative of DOE. The opening and reading may be public. The Executive Director or designee reserves the right to waive any informalities if deemed in the best interest of the DOE. 12.2.

Low Tie Bids

Low tie bids are low responsive bidders that are identical in price, meeting all the requirements and criteria set forth in the bid. In case of low tie bids, the duly designated representative of the Division of Contracts and Purchasing shall break the tie in the following order of priority: A.

Select a certified New York City small, minority or woman-owned business;

B.

Select a New York City bidder;

C.

Select a certified New York State small, minority or woman-owned business;

D.

Select a New York State bidder;

E.

Conduct a drawing. Tie bidders shall be invited to witness the drawing. A witness shall be present to verify the drawing and shall certify the results on the bid tabulation sheet.

BMC Remedy Implementation and Training Services

21

12/5/14

RFB # B2615

SECTION 13. SUBCONTRACTORS 13.1.

Contractor responsibility

The use of any subcontractor to provide the goods or services specified herein must be approved by DOE in advance. DOE reserves the right to inspect subcontractor’s premises to accept or reject the use of any subcontractor. Any approved subcontractors will be governed by the same terms and conditions which apply to the Contractor. Whether or not work is subcontracted, the Contractor: A.

Will be the sole point of contact with DOE;

B.

Is solely responsible for management of its subcontract relationship(s); and

C.

Is solely responsible for all deliverables and for the completion of the Contract. 13.2.

Subcontractor requirements

Any approved subcontractor must comply with general New York City contracting requirements, including submission of VENDEX forms.

SECTION 14. INSURANCE The Contractor shall maintain during the period(s) of this contract, inclusive of guarantee periods when applicable, insurance(s) covering the personnel employed by the contractor, equipment (vehicles) used, public servants, and property of the DOE while the supplies, equipment, goods, products, etc. called for herein are being delivered or while the services/work outlined herein is being performed. If a proposal is selected for potential contract negotiations, the vendor will be required to submit certifications(s) from acceptable insurers, licensed by the State of New York, or any other licensing authority thereon to the effect that said insurers, will furnish to the vendor the insurance coverage listed. In addition, certifications submitted must name the “Board of Education of the City of New York” and the “City of New York”, and their elected and appointed officials and employees, as additional insured parties. Failure by the vendor to furnish the above certification(s) may result in rejection of the proposal. For every Certificate of Insurance required to be provided under this Contract, the Contractor shall supply the Director or his/her designee(s) a signed and notarized “Certification by Insurance Broker” including all of the content expressed below in this Section. The most common form used to transmit this information is entitled ACORD Certificate of Insurance (form ACORD 25-S (7/90). The Contractor is required to include the Insurance Company’s Five Digit NAIC code along with the Certificate of Insurance. All relevant policy numbers shall be included on the ACORD Certificate of Insurance. All Certificate(s) of Insurance shall be accompanied by a duly executed “Certificate by Broker” in the form attached to this Agreement. All relevant policy numbers shall be included on the Certificate by Broker. Upon receipt of a written request from the NYCDOE, the Contractor shall supply complete copies of all policies required under this Agreement that shall be implicated in any claim(s) that shall or may arise. The policies mentioned herein shall insure the New York City Department of Education and the City of New York, and their elected and appointed officials and employees, against claims outlined in the coverage’s mentioned herein in the same amounts as are required in specifications for the Contractor or Subcontractor when applicable. Such coverage may be by separate policies or by endorsement to this effect on existing policies.

BMC Remedy Implementation and Training Services

22

12/5/14

RFB # B2615 The policies mentioned herein, insuring the New York City Department of Education and the City of New York, and their elected and appointed officials and employees, against claims arising out of negligence of the Contractor or Subcontractor when applicable, shall contain, by rider attached to such policies, the following provisions: A.

Notice under this policy by the Insurance Company should be addressed to the Executive Director, Division of Contracts and Purchasing, 65 Court Street 12th Floor Brooklyn NY 11201.

B.

Notice of accident should be given by the insured to Insurance Company within sixty 60) days after notice to the said Executive Director, Division of Contracts and Purchasing of such accidents.

C.

Notice of claim against the insured shall be given to the Insurance Company within sixty (60) days after such claims shall be filed with said Executive Director, Division of Contracts and Purchasing.

D.

The policy shall not be canceled, terminated, modified or changed by the Insurance Company unless thirty (30) days prior written notice is sent to the insured by registered mail and addressed to the Executive Director, Division of Contracts and Purchasing, nor shall it be canceled, terminated, modified or changed by the Contractor securing such policy without the prior consent by the Department of Education of the City of New York.

E.

The policy shall not be invalidated by reason of any violation of any of the terms of any policy issued by the Insurance Company to the Contractor.

F.

Insurance Policy Deductibles or Retentions. Any deductibles or retentions in excess of Five Thousand Dollars ($5,000.00) shall be disclosed by the Contractor and shall be subject to advance written approval by the Chancellor. Any deductible or retention amounts elected by the Contractor and/or imposed by the Contractor’s insurer(s) shall be the sole responsibility of the Contractor. The Contractor shall be permitted to provide insurance of any type required under this Paragraph by means of a self-insurance program (or make use of any self-insured retention)[1] only in the event (a) such program provides the NYCDOE and the City with all rights that would be provided by traditional insurance required under this Paragraph including, but not limited to, the defense obligations that insurers are required to undertake in liability policies, and (b) such self-insurance program is approved in advance by the Chancellor. If the Contractor desires to provide any such insurance by means of a self-insurance program, the Contractor shall submit a statement satisfactory to the Chancellor, signed by a Person authorized to bind the Contractor and acknowledged by a notary public, by which the Contractor (i) affirms that such self-insurance program provides at least the same level of coverage as required by this Paragraph, (ii) agrees to assume responsibility for satisfying all obligations of the self-insurance program if such program for any reason fails to do so, and (iii) provides the NYCDOE with the name and address of the office or official of its self-insurance program who is responsible for satisfying the self-insurance obligations. The foregoing requirements for advance approval include, but are not limited to, the Contractor’s formation of, and/or participation in, any other alternative risk management arrangement(s) as a substitute for a traditional insurance policy(ies). In addition, the Contractor must provide the NYCDOE Contract Manager with a written set of detailed rules and procedures for the NYCDOE and/or the City to file a claim(s) and to obtain coverage under any risk retention fund(s) and/or any other alternative risk management arrangement(s) including, but not limited to, any required claim form(s), contact information, and any information required to be submitted with a claim(s). The Contractor’s rules and procedures for submitting a claim(s) and obtaining coverage under any risk retention fund(s) and/or any other alternative risk management arrangement(s) shall be subject to approval by the Chancellor. Approval of any proposed self-insurance program, other alternative risk management arrangement(s) and the rules and procedures for submitting a claim(s) and obtaining coverage is at the sole discretion of the NYCDOE. As determined by the Chancellor, any unreasonable failure and/or refusal by the Contractor and/or its agent(s) to accept and process a claim(s) from the NYCDOE, the City and/or their agent(s) and/or any unreasonable disclaimer(s) of coverage by the Contractor and/or its agent(s) shall entitle the NYCDOE to deduct from any Compensation due and owing to the Contractor the amounts, as determined by the NYCDOE and/or the City, of any and all resulting losses, damages, expenses (including, but not limited to, reasonable attorney fees), claims, demands, judgments, suits, allegations, liabilities, settlements and/or other costs that the NYCDOE

BMC Remedy Implementation and Training Services

23

12/5/14

RFB # B2615 and/or the City shall incur regarding any affected claim(s) and/or denial of coverage. The foregoing provisions shall apply equally to any subcontractor(s). [1]

Included here are any combinations, limited partnerships, joint ventures and/or any other combined activities in which the Contractor and/or subcontractor(s) may participate. If a proposal is selected for potential contract negotiation, the vendor will be required to submit the following insurance policies. Failure to do so may result in rejection of the proposal. Delivery of such insurance policies to the DOE shall be a condition precedent to the right of the Contractor to demand any payments hereunder. In the event contract is to be extended, Contractor must submit proof of continuing compliance at least thirty (30) days prior to the ensuing contract period. 14.1.

WORKERS’ COMPENSATION INSURANCE If this contract be of such character that the employees engaged thereon are required to be insured by the provisions of Chapter 6515 of the laws of 1922 known as the Workmen’s Compensation Law, and with act amendatory thereof, the same shall be void and of no effect unless the person, firm or corporation making or performing the same shall secure compensation for the benefit of, and keep insured during the life of this contract, such employees in compliance with the previsions of said law. Insurance must comply with Workmen’s Compensation Law. The Contractor shall not begin work at, about, or upon, the property of the New York City Department of Education until filing with the Executive Director, Division of Contracts and Purchasing, a certificate showing compliance with the provisions of said law. Such insurance shall be kept during the life of this contract (inclusive of guarantee periods when applicable) and until the completion of said deliveries or services-work to be performed is accepted by the New York City Department of Education contractor shall only engage subcontractors when contract permits who comply with the workman’s compensation.

14.2.

COMMERCIAL GENERAL LIABILITY INSURANCE (INCLUDING PRODUCT(S) LIABILITY INSURANCE) Shall insure the vendor and the vendor’s agents, the New York City Department of Education and the City of New York during the performance of work under this contract against all present and future claims for bodily injury, sickness, disease, death, and property damage as may arise because of any services/work performed or goods provided by the vendor or by anyone employed by the vendor, either directly or indirectly. The limit of liability under this Commercial General Liability Insurance coverage (including Products Liability Insurance) for bodily injury, sickness, disease, or death shall be at least $1,000,000 per occurrence. The limit of liability required for property damage shall be at least $100,000 for one claimant in any one occurrence but not more than $200,000 for two or more claimants in any one occurrence. Such damages shall include all injury to, or destruction of, property of such claimant as well as the loss of use occasioned by the occurrence.

14.3.

MOTOR VEHICLE LIABILITY INSURANCE (IF APPLICABLE) Shall insure the vendor, the vendor’s agents, the New York City Department of Education and the City of New York during the performance of work under this contract against all present and future claims for bodily injury, sickness, disease, death and property damages which may arise because of a motor vehicle accident.

BMC Remedy Implementation and Training Services

24

12/5/14

RFB # B2615 The limit of liability shall be at least $1,000,000 for all injuries sustained in any one occurrence. The limit of liability required for property damage shall be at least $100,000 for one claimant and at least $200,000 for two or more claimants in any one accident. Such damages shall include all injury to, or destruction of, property of such claimant as well as the loss of use occasioned by the accident. 14.4.

PROFESSIONAL LIABILITY INSURANCE/E&O (IF APPLICABLE) Professional Liability coverage shall include coverage for the activities of Contractor’s professional staff, if applicable to the services provided herein, The limit of liability shall be at least $1,000,000 per occurrence or claim and $2,000,000 in the aggregate. The policy shall provide the NYC Department of Education with thirty (30) days written notice prior to cancellation, expiration of the policy, or reduction in coverage. If the policy providing professional liability coverage is on a claims-made form, the Contractor is required to maintain such coverage for a minimum of three years for (TEN for Construction Defect Claims) following completion of the performance or attempted performance of this Agreement.

14.5.

PROPERTY LOSS INSURANCE The limit of liability shall be at least $500,000 per occurrence protecting the supplies, equipment and property, etc. of the New York City Department of Education against “All Risks” of loss, which include, but are not limited to, fire, lightning, windstorm, hail, riot, civil commotion, vandalism, malicious mischief, burglary, theft, floods, earthquakes, hurricanes, tornadoes and other perils including mysterious disappearance while supplies, etc. are in the possession, control or responsibility of the contractor, sub-contractor or anyone directly or indirectly employed by either of them. In the event there is a loss incurred as a result of any of the above, reimbursement for claims submitted shall be on a dollar for dollar basis for the cost incurred by the DOE for either the loss of services, repair, restoration or replacement, whichever is applicable. This coverage may be a “Department Form” policy covering any/all possible contingencies.

14.6.

SUB-CONTRACTORS’ INSURANCE If the awarded Contractor retain a Subcontractor to perform any of the services mentioned herein, it is the Contractor’s responsibility to insure that Subcontractor maintains the same types of insurance coverage in accordance with the requirements and amounts indicated herein. Please note, solely naming the Contractor as an additional insured on the subcontractor’s insurance policy does not satisfy the insurance requirements and obligations of the Contractor herein.

14.7.

SAVE HARMLESS CLAUSE Contractor hereby agrees to defend, indemnify and hold the New York City Department of Education and the City of New York harmless from all claims, damages, judgment, expenses, attorney’s fees and compensation whether in contract or tort arising out of personal injury, including death, or property damage sustained or alleged to have been sustained in whole or in part by any or all persons whatsoever as a result of or arising out of any act or omission of the Contractor, its agents or employees, or caused or resulting from any deleterious substance in any of the products supplied or while the equipment, supplies, etc. are being delivered or the service-work is being performed under this contract, whichever instance is applicable.

BMC Remedy Implementation and Training Services

25

12/5/14

RFB # B2615 14.8.

Policy Requirements All policies of insurance must be written on an occurrence basis, except for Workers’ Compensation Insurance, including Employer’s Liability Insurance, and must be issued by companies licensed and admitted, or authorized to do business, in the State of New York, having a rating of at least “A-” (Excellent) and a financial rating of “X,” as rated by the most recent Best’s Insurance Rating Guide. The Contractor’s General Liability policy must be endorsed:

A.

to name DOE and the City of New York as additional insured;

B.

to allow severability of interests and rights of cross-claim; and

C.

to provide that the policy must not be canceled, or its coverage reduced, without at least thirty 30 days’ prior written notice to DOE.

D.

Insurance coverage in the amounts provided for herein shall not constitute a limit of the Contractor’s liability and shall not relieve the Contractor for any liability that might exceed such amounts, nor shall DOE be precluded from taking such other actions as are available to DOE under any other provisions of this Contract or otherwise.

14.9.

Notice to DOE

A.

The Contractor shall transmit prompt notice of each coverable accident or occurrence to the Contractor’s appropriate insurers with such transmittal to occur not later than required under the Contractor’s insurance policies or contracts. The Contractor shall transmit notice of each coverable accident or occurrence to the Chancellor and/or his designees within five school calendar days of the accident or occurrence.

B.

Without at least thirty days advance written notice to DOE, policies shall not be invalidated by reason of violation of any of its terms or any of the terms of any other policy issued by the insurance company to the Contractor.

C.

Each insurance policy required hereunder shall be endorsed to provide that the policy is not subject to cancellation, non-renewal or material reduction in coverage until 30 days prior written notice shall have been given to both the Chancellor and to the “New York Department of Education, Division of Contracts & Purchasing, 65 Court Street, Room 1201, Brooklyn, NY 11201-4954, except that the notice for Worker’s Compensation insurance shall not be less than fourteen days before the termination or non-renewal of such insurance coverage.

D.

If the Contractor’s or any subcontractor’s ACORD Certificate of Insurance provides that notice of cancellation, non-renewal or material coverage reduction “will be delivered in accordance with policy provisions” or words to similar effect, then i.

the Contractor and/or any affected Subcontractor shall provide to DOE a written endorsement or other acceptable written statement from its insurance carrier regarding what type and length of notice shall be provided to the DOE as an additional insured;

ii.

DOE shall have the right to prescribe that the Contractor undertake to secure an alternative means for DOE to receive such notice including, but not limited to, notice from the Contractor’s or Subcontractor’s insurance broker or consultant; and

iii. if, during the Term, DOE discovers that any of the insurance required under this Section 7 has been cancelled, DOE may immediately terminate this Contract. In the event of said termination by DOE, no claim for damages will be made by or allowed to the Contractor because of said termination and the Contractor will be entitled to payment for any work satisfactorily completed, pursuant to this Contract, prior to said termination date. 14.10. Property Loss Insurance

BMC Remedy Implementation and Training Services

26

12/5/14

RFB # B2615 A.

The limit of liability shall be at least $500,000 per occurrence protecting the supplies, equipment and property, etc. of the DOE against “All Risks” of loss, which include, but are not limited to, fire, lightning, windstorm, hail, riot, civil commotion, vandalism, malicious mischief, burglary, theft, floods, earthquakes, hurricanes, tornadoes and other perils, including mysterious disappearance, while supplies, etc. are in the possession, control or responsibility of the Contractor, sub-contractor or anyone directly or indirectly employed by either of them.

B.

In the event there is a loss incurred as a result of any of the above, reimbursement for claims submitted shall be on a dollar for dollar basis for the cost incurred by DOE for either the loss of services, repair, restoration or replacement, whichever is applicable. This coverage may be a “Broad Form” policy covering any/all possible contingencies.

14.11. Sub-Contractors’ Insurance Should the awarded Contractor retain a subcontractor to perform any of the services mentioned herein, it is the Contractor’s responsibility to insure that subcontractor maintains the same types of insurance coverage in accordance with the requirements and amounts indicated herein. 14.12. Certificate of Insurance All Certificates of Insurance shall be accompanied by A.

either a duly executed “Certification by Broker”, which is available at http://schools.nyc.gov/NR/rdonlyres/4E80E068-C2D3-435F-9F14C17BBC80F479/115949/CERTIFICATIONBYBROKER1.pdf or

B.

Copies of all policies referenced in the Certificate of Insurance. If complete policies have not yet been issued, binders are acceptable, until such time as the complete policies have been issued, at which time such policies shall be submitted. DOE’s receipt of such certificates shall be a condition precedent to any payment by DOE to the Contractor under this Contract.

SECTION 15. GENERAL DOE CONTRACT REQUIREMENTS 15.1.

Criminal Charges

Any entity submitting a bid in response to this solicitation must disclose whether there are any individuals employed by the company or consultants to the company who were convicted or indicted of any crime related to the antitrust laws in the past 10 years. Contractors may be barred from doing business with DOE as a result of such indictment and/or conviction. 15.2. A.

B.

Conflicts of Interest

Except as stated below, no non-governmental Contractor may have on its Board of Directors (or comparable body), employ or have under contract for services, i.

any present full-time officer or employee of the City of New York or DOE or any parttime officer or employee of DOE, or

ii.

any present full-time officer or employee of the City on leave from the City or DOE or any part-time officer or employee of DOE currently on leave from the DOE. Generally, the Conflicts of Interest Board may grant waivers of this provision, if an employee or officer is not involved in the Contractor’s business with the City or DOE. Said waivers are discretionary and must be approved prior to the commencement of services by that individual. The DOE’s Ethics Officer must be contacted if an officer or employee wishes to request a waiver. (Rev. 12/12/02)

No DOE officer or employee may serve as an unpaid member of a Board of Directors (or comparable body) of a non-governmental not-for-profit Contractor without the permission of the Chancellor. To obtain this permission, the officer or employee must contact the DOE’s Ethics Officer. All other City officers or employees may serve as unpaid members of Boards of Directors (or comparable body) of

BMC Remedy Implementation and Training Services

27

12/5/14

RFB # B2615 a non-governmental not-for-profit Contractor, if the officer or employee has no involvement with the Contractor’s business with the City or DOE. (Rev. 11/27/02) C.

No officer or employee of DOE, or the officer or employee’s spouse/domestic partner or unemancipated children can have an ownership interest in the Contractor, defined as an interest which exceeds five percent of the firm or an investment of $32,000 in cash or other form of commitment, whichever is less, and any lesser interest when the officer or employee or spouse, unemancipated children, or domestic partner exercises managerial control or responsibility regarding any such firm. For Contractors with stock that is publicly traded, compliance with this subparagraph is the obligation of DOE employees and officers. (1/16/03)

D.

No former officer or employee of DOE may appear before DOE on behalf of a non-governmental Contractor within one year of the former officer or employee’s termination of service with DOE. An appearance before DOE includes all communications with DOE. However, a former employee of DOE is not prohibited from serving on a non-governmental Contractor’s Board of Directors (or comparable body), or from employment or contracting for services with the Contractor, provided that the former employee does not appear before DOE within one year of the termination of service with DOE.

E.

No former officer or employee of the City (including DOE) may have any involvement on behalf of a non-governmental Contractor with any aspect of a contract, including services under that contract, if that former officer or employee was involved substantially and personally with any aspect of that contract while employed by the City. Any former City employee whose duties for the City or DOE involved a contract shall contact the New York City Conflicts of Interest Board for clarification before having any involvement with the contract on behalf of a non-governmental Contractor or any other private interest.

F.

The Contractor warrants that, other than a bona fide employee or Contractor regularly working as a sales representative for the Contractor, no person, selling agency, or other entity has solicited or secured this Contract, or has been employed or retained to do so, for a commission, percentage, brokerage fee or contingent fee.

G.

The Contractor shall not give, and warrants that it has not given or promised to give, any gift to a community school board member, school leadership team member or to any officer, employee or other person whose salary is payable in whole or part from Board or City funds, or other funds under this Contract. The word “gift” shall include, without limitation, money, tangible goods, services, loans, promises or negotiable instruments. (2/13/01)

H.

If the Contractor violates any provision of this paragraph, DOE may, at its option: (1) cancel and terminate this Contract and be relieved of all liability hereunder; (2) deduct all amounts paid by the Contractor or other value given by the Contractor in violation of this paragraph from payments made or to be made to the Contractor under this or any other Contract at any time; (3) require the refund of any funds paid hereunder; (4) any combination of the foregoing; or (5) any other action DOE deems necessary and appropriate as permitted by law. Any breach of the warranties or violation of the provisions of this paragraph shall be grounds to find the Contractor or its principals as not a responsible bidder on other DOE or City contracts.

I.

Provider shall adhere to the Central DOE policy on Conflicts of Interest, the Chancellor's Regulations on Conflicts of Interest C-110, and the New York City Charter provisions on Conflicts of Interest which are hereby incorporated by reference as if fully attached hereto. 15.3.

Representations Of Fact

A.

This solicitation contains Representations of Fact and required notarization, which pages must be original. These documents must be submitted with the response to the solicitation. Photocopies will not be accepted.

B.

If bidder omits or does not execute applicable Affidavit of Acknowledgment as required and/or does not provide County Clerk’s Certification for Notary registered outside of New York State, DOE may grant an extension of time to correct such deficiencies. Failure to correct within time allowed will result in rejection of bid and the Bidder will not be considered for award.

BMC Remedy Implementation and Training Services

28

12/5/14

RFB # B2615 15.4.

Affidavit Of Acknowledgment

A.

The bid shall be notarized by an authorized representative, stating that the declarations stated are in all respects true. If the bidder is a corporation the verification shall be made by an officer of such corporation with knowledge of the facts and having authority to make such sworn statements.

B.

The Comptroller of the City of New York requires a county clerk’s certification of notary on all out of state notarizations 15.5.

Untrue Statements

Any statement or declaration made by the bidder which is found untrue, or deemed unsatisfactory, will be sufficient cause for rejecting the bid. 15.6.

Contract Discrepancies

The solicitation for furnishing and delivering the supplies and/or services, instructions to bidders, bid specifications, schedules, and agreements approved by the DOE are and shall be a part of this Contract. In case of variance between the specifications, bid and Contract, the Contract shall be controlling. 15.7.

Catalog Reference

When a catalog reference follows the description of an item number on the bid blank, it is intended to generally show the grade, style, quality and size of the item to be furnished. Catalog references apply to the latest issue of the stated manufacturer and are to be regarded as part of the item description. 15.8.

Samples

A.

All samples, if required, are to be submitted within five business days of request or as specified in the request, to the location specified in the request.

B.

The sample must be indicative of the quality that will be supplied during the life of the Contract.

C.

All samples, including both delivery and pick-up, shall be shall be at no cost to DOE.

D.

Samples which do not meet or exceed specifications, functionality, and standards outlined herein will be rejected.

E.

Samples of any brand(s) specified may be requested to conduct a thorough evaluation. All accepted samples not consumed in the testing process may be kept in the possession of the DOE until the expiration of the contract, including extension periods, as applicable.

F.

Each item submitted must be identified with the information listed below. Without this identification, samples may not be accepted for evaluation. ·

Bid Serial Number

·

Date of Bid Opening

·

DOE Item Number (if specified on Bid Blank)

·

Bidder’s Name

·

Manufacturer’s Brand and Model Number

G.

Failure to submit samples, as and when requested, may result in rejection of bid.

H.

Contractors will be responsible for arranging for pick up of their samples within 30 calendar days of written notification or the expiration of the contract. Samples not picked up will become the property of the DOE.

BMC Remedy Implementation and Training Services

29

12/5/14

RFB # B2615 15.9.

Alternate Items Submitted with Bids

A.

DOE may consider and evaluate alternate items proposed by bidders. DOE will have sole authority to determine whether the items offered will be accepted as equivalent to the specifications stated.

B.

If an alternate item is offered in place of the referenced brand and/or model number, bid must also include a catalog or specification sheet with a complete description of the substitute item and an explanation of the way in which the suggested substitute meets or exceeds the specifications set forth in this solicitation. Items of lesser quality will not be accepted. Failure to include such information may result in rejection of bid.

C.

When an alternate has been accepted and award made accordingly, Contractor will deliver only the accepted alternate. Exceptions to these provisions may be allowed at the discretion of DOE if deemed in the best interest of DOE, or where warranted by unforeseen circumstances. 15.10. Provision For Additional Item Models During Contract Term

A.

During the Contract term, product line supplements, upgrades, replacements, or other items not specified on the Bid Blank may be accepted as additional contracted items. A demonstration product, sample, brochure, and technical information may be requested by DOE for evaluation before acceptance of additional items.

B.

The acceptance of product line supplements or additional items is at the discretion of DOE. No additional items other than those stipulated in this bid will be accepted without prior evaluation and acceptance by DOE

15.11. Evaluation of Materials and Services DOE shall in all cases determine the amount, quality, acceptability and fitness of materials delivered and work performed and shall determine any questions in relation to the work and fulfillment of the contract and methods to be adopted. DOE’s estimates and decisions shall be final, conclusive and binding upon the Contractor. 15.12. Minority And Women Owned Business Entities Participation A.

The New York City Department of Education (DOE) has contracts to purchase the goods and services necessary to ensure that students receive a quality education. DOE strives to give all businesses, including Minority and Women-Owned Business Enterprises (MWBEs), an equal opportunity to compete for DOE procurements. DOE casts a wide net in search of talented vendors, seeking qualified suppliers from all segments of the community. The DOE’s mission is to provide equal access to procurement opportunities for all qualified vendors including MWBEs. The DOE works to enhance the ability of MWBEs to compete for contracts and DOE is committed to ensuring that MWBEs fully participate in the procurement process. For evaluation purposes, no rating points will be assigned for MWBE status

B.

DOE strongly encourages the substantive participation of minority and women owned business enterprises (M/WBE) in the competitive bid process. The bid will be deemed to be M/WBE participating if either, (a) the prime contractor and/or subcontractor are identified by New York City as certified as M/WBE’s, or (b) if the prime contractor otherwise demonstrates a clear and strong commitment to, and support of, equal employment opportunity and employee civil rights. The award of this contract shall be on the basis of the lowest price.

C.

To be considered substantive participation for (a) above, the value of the prime or subcontractor’s work must be at least ten percent of the awarded cost, or (b) above, if neither the prime contractor nor its subcontractor are City-certified M/WBE’s, substantive participation can alternatively be demonstrated by the Prime Contractor showing a high level of commitment to the principles incorporated in Title VI and Title VII of the Civil Rights Act of 1964 and with all applicable Federal, State and City Laws and for clear demonstration of implementation thereof.

D.

Demonstration of commitment and implementation may consist of, but not be limited to, the following, as documented by supporting data and materials.

BMC Remedy Implementation and Training Services

30

12/5/14

RFB # B2615 i.

A record of hiring, placement and promotional practices which permit access to all levels within the firm’s organization by women, minority, disabled and other employee groups covered by the Civil Rights Act of 1964.

ii.

Policies, initiatives and programs which discourage discrimination against individuals on the basis of age, color, gender, national origin, citizen status, religion or sexual orientation: pregnancy or pregnancy-related conditions, and/or promotes the welfare of people with disabilities, including mentally and physically disabled employees and disabled veterans.

iii. Recognition of the efforts above by government authorities nationally recognized civil rights organizations or other appropriate groups. 15.13. Affirmation Of Responsibility And Paid Taxes The Bidder affirms and declares that it is not in arrears to the City of New York upon any debt, contract or taxes and is not a defaulter, as a surety or otherwise, upon any obligation to the City of New York, and has not been declared not responsible, or disqualified, by any agency of the City of New York, nor is there any proceeding pending relating to the responsibility or qualification of the Bidder to receive public contracts except as stated in the affirmation pertaining to the foregoing which has been furnished to DOE. 15.14. Obligation to Disclose The Contractor selected for award agrees to disclose all pending litigation and tax liens and all criminal charges where the company and/or officers, and/or owners of over 10% of the company are defendants of the charges; 15.15. Personnel Security Requirements Ensure that, other than delivery personnel, all Contractor personnel who work in any DOE or school building meet security requirements specified by DOE, which may include fingerprinting and criminal background checks. 15.16. Notice Of Award The mailing by DOE to the undersigned bidder at the address herein specified of the Purchase Order, Notice of Award, or Acceptance of purchase order for any of the items for which this bid is submitted shall constitute a contract between DOE and the undersigned to furnish and deliver the items set forth in said Purchase Order, notice of award or acceptance of bid. 15.17. Non-Assignment Of Contract A.

The Contractor shall give its personal attention to the faithful performance of this Contract. The Contractor covenants that it will not assign, transfer, convey, sublet or otherwise dispose of this Contract or its right, title or interest therein or its power to execute such Contract, to any other person or corporation without the previous written consent of the Chancellor or designee. Request for permission to assign a contract shall be in writing to DOE. A non-refundable processing fee of $250 for contract amounts less than $100,000 and $500 for contract amounts of $100,000 or greater. Said fee shall be by check or money order and made payable to the New York City Department of Education, Division of Contracts and Purchasing. The Chancellor’s designee shall grant or deny such requests after consultation with the appropriate Division or Office, the DOE’s decision is final and binding. If the Contractor in any way violates the terms of this provision, DOE shall have the right to cancel and terminate this Contract, and DOE shall thereupon be relieved from all liability hereunder.

B.

Nothing contained herein shall be construed to affect an assignment by the Contractor for the benefit of its creditors made pursuant to the statutes of the State of New York. No right under this Contract, or to any monies due or to become due hereunder, shall be asserted against DOE or the City in law or in equity by reason of a purported assignment of this Contract, or any part therefore, or of any monies due or to become due hereunder, unless authorized as aforesaid. (Rev 11/02)

BMC Remedy Implementation and Training Services

31

12/5/14

RFB # B2615 15.18. Availability Of Funds In the event that the period of any resulting Contract award extends beyond the end of the current fiscal year, such awards are subject to the availability of funds in succeeding fiscal years. 15.19. Tax Exemption A.

DOE is a municipal corporation as defined under the Education Law and the General Construction Law of the State of New York, and as such is exempt from the payment of Federal, State or local sales, excise, compensating use, or gross receipts taxes, as provided under the U.S. Internal Revenue Code and the Tax Law of the State of New York. The Contractor shall use all commercially reasonable efforts to comply with the provisions set forth for the elimination of all payments of such taxes for otherwise taxable goods, supplies, equipment, services, and so forth, that the Contractor shall purchase in the provision of the goods and services under this Contract for purposes of resale to DOE.

B.

All prices quoted must be net and not affected by the imposition of any federal, State and City sales or excise taxes or fees during the term of this Contract. 15.20. Contractor As A Purchasing Agent

A.

The Contractor may be requested to act as DOE’s purchasing agent during the term of the Contract. Upon such request, the DOE shall furnish to the Contractor an agency appointment letter on official DOE letterhead stationery that the Contractor shall use in all of its acquisitions from suppliers, sellers or other sources.

B.

Contractor shall present a copy of the letter designating it a purchasing agent of DOE, or such other necessary documentation provided by DOE, to each supplier, seller or other source from or with whom the Contractor purchases or otherwise lawfully acquires materials, supplies, equipment, and so forth for purposes of resale to the DOE in performing this contract. For each such transaction, the Contractor shall use all commercially reasonable efforts to obtain full exemption from all applicable Federal, State and local sales, excise, compensating use, gross receipts and other applicable taxes.

C.

Contractor invoices to the DOE for materials purchased from the Contractor shall not include any sales tax. The Contractor shall use its best efforts to cooperate with the DOE to ensure that no sales taxes will be payable by the Contractor or by the DOE with respect to materials that are purchased by the Contractor on behalf of the DOE.

D.

Contractor agreements with, and purchase orders to, any manufacturers, seller, suppliers and/or service providers in connection with the materials delivered hereunder shall specify that the Contractor is a purchasing agent for DOE. All checks that the Contractor issues for payment to manufacturers, seller, suppliers and/or service providers in connection with the materials delivered hereunder shall specify that the Contractor is a purchasing agent for the DOE.

15.21. Save Harmless Clause A.

Contractor hereby agrees to indemnify and hold DOE and the City of New York harmless from all claims, damages, judgment, expenses, attorney fees and compensation whether in contract or tort arising out of personal injury, including death, or property damage sustained or alleged to have been sustained in whole or in part by any or all persons whatsoever as a result of or arising out of any act or omission of the Contractor, its agents or employees, or caused or resulting from any deleterious substance in any of the products supplied or while the equipment, supplies, etc. are being delivered or the service-work is being performed under this contract, whichever instance is applicable. 15.22. Purchase Orders No delivery shall become due or acceptable without an order in writing issued by the duly designated representative of the DOE that has the authority to issue orders directly to Contractors. Orders, when

BMC Remedy Implementation and Training Services

32

12/5/14

RFB # B2615 issued, will contain instructions regarding point of delivery and invoicing procedures. If a requirements contract, orders will be issued at any time for such quantities as may be required. 15.23. Administrative Costs of DOE A.

In each instance where DOE must take corrective action due to the failure of the Contractor to perform in accordance with the contract, DOE will assess $250.00, payable by the Contractor as liquidated damages to cover administrative costs of DOE. Such infractions include but are not limited to incorrect invoicing, unapproved substitution of product, failure to notify the Division of Contracts and Purchasing of discontinuation of product or each instance in which the NYCBOE suspends or revokes approval for the Contractor to use an employee, agent or subcontractor in the performance of this Contract due to unsatisfactory performance and/or conduct.

B.

The Comptroller of the City shall and may deduct and retain the amount of said administrative fee out of moneys, which may become due under this Contract or any other agreement between the Contractor and DOE or City. The remedy provided for in this provision is in addition to any other remedies legally available to DOE under the contract or applicable law. 15.24. Contractor Default Upon a finding of default by DOE, the Contractor may be barred from doing business with DOE for a period of up to four years and listed in the New York City Comptroller’s VENDEX system of default Contractors. DOE shall have the right to declare the Contractor in default of this contract if the Contractor:

A.

violates any of the terms or conditions of this Contract;

B.

fails to provide and deliver the supplies and/or services, or any part thereof, ordered pursuant to this Contract, or fails to provide same in accordance within the time schedule(s) set forth;

C.

transfers or assigns this Contract without the written consent of DOE;

D.

executes this Contract in bad faith;

E.

submits false or misleading documents to DOE in order to induce the award of this Contract;

F.

accepts orders from schools, offices, units, bureaus, divisions etc., of DOE for items not stipulated in this Contract or any other current written agreement with DOE;

G.

distributes sales or marketing literature to schools, offices, units, bureaus, divisions, etc., of DOE without the written consent of DOE;

H.

delivers supplies pursuant to this Contract which are packaged other than as specified in this Contract;

I.

submits any invoice for payment for any item which has not been delivered;

J.

delivers items found to be damaged, used or otherwise defective or deficient and fails to substitute conforming items within five (5) business days of notice of the problem;

K.

becomes insolvent or makes an assignment for the benefit of creditors pursuant to the statutes of the State of New York;

L.

is in arrears to the New York City Public School System, City or State of New York and/or Federal Government for taxes;

M.

has not obtained and maintained the insurance policies specified in this Contract. 15.25. Sales and Marketing Literature A.

The successful bidder, upon Award of Contract, may choose to produce literature for distribution at his own expense to schools and offices for promotional purposes.

BMC Remedy Implementation and Training Services

33

12/5/14

RFB # B2615 B.

The bidder may be required to provide and maintain a website for informational purposes only, containing FAMIS number, detailed specifications, item descriptions and clear pictures of all items awarded.

C.

All such literature and website material must be limited to the items awarded and must not misrepresent or mislead in any way. Before distribution or posting, the literature must be forwarded to the appropriate Procurement Analyst at the Division of Contracts and Purchasing for review and approval.

D.

Failure to comply with the above may result in the denial of payments and the bidder may also be declared an “Irresponsible Bidder” and found in default of contract.

15.26. Price Certification A.

The Contractor certifies that the prices, warranties, conditions, benefits and terms quoted are at least equal or more favorable to DOE than the prices, warranties, conditions, benefits and terms currently quoted by the Contractor to any customer of similar size and industry (“Similarly Situated Customer”) for the same or a substantially similar quantity and type of items or services described herein. This certification shall not apply to prices, warranties, conditions, benefits and terms under contracts in effect between the Contractor and other customers at the date of submission of the bid within, except as provided in this solicitation.

B.

The Contractor further certifies that during the period between the bid submission date and the completion of the term of this contract, should any subcontractor offer prices, warranties, conditions, benefits, and terms more favorable than those quoted herein, or provide changed prices, warranties, conditions, benefits and terms more favorable than those quoted herein under a contract whose term commences after the bid submission date with any Similarly Situated Customer, for the same or a substantially similar quantity and type of item(s) or services, then the Contractor shall immediately thereafter notify the Division of Contracts and Purchasing. Regardless of whether such notice is sent by the Contractor or received by DOE, this Contract shall be deemed amended retroactively to the effective date of more favorable treatment, to provide the more favorable prices, warranties, conditions, benefits, and terms. DOE shall have the right and option to decline any such amendment.

C.

If the Contractor is of the opinion that an apparently more favorable price, warranty, benefit, condition, and term quoted, offered or provided to a Similarly Situated Customer is not more favorable treatment, the Contractor shall immediately notify DOE in writing setting forth in detail the reasons why the Contractor believes the apparently more favorable treatment is not in fact more favorable treatment. DOE, after consideration of the written explanation may, in its sole discretion, decline to accept the explanation and there upon the terms will be at least equal to or more favorable to DOE than the prices, warranties, conditions, benefits and terms offered by the Contractor to any customer for the same or substantially similar quantity and type of item(s) and/or services as of the effective date of the revision.

D.

The Contractor hereby authorizes the inspection, review and copying of contracts and documents that pertain or relate to the performance of this clause of the contract.

E.

Failure to provide the notice(s) required by the Price Certification Clause shall be deemed a material violation of this contract by the Contractor.

F.

The Contractor shall be obligated to keep the contracts and documents referred to in the above paragraph during the effective period(s) of this contract and for a period of three years after the final payment of this contract.

15.27. New York State “Right To Know” Law A.

The “Right to Know” Law makes it mandatory for any manufacturer, importer, producer or formulator of any toxic substance shipped or transported or sold for any use within the State to provide the following information when requested. i.

The name or names of the toxic substances including the generic or chemical name;

BMC Remedy Implementation and Training Services

34

12/5/14

RFB # B2615 ii.

The trade name of the chemical(s) and any other commonly used name;

iii. The level at which exposure is determined to be hazardous; iv. The acute and chronic effects of the exposure at hazardous levels; v.

The symptoms of such effects;

vi. The potential for flammability, explosion and re-activity of such substance; vii. The appropriate emergency treatment; viii. The proper condition for safe use and exposure to such toxic materials; and ix. The procedures for cleanup for leaks and spills of such toxic substances. 15.28. Patent and Copyright The Contractor shall be responsible for any claims made against DOE or the City for any infringement of patent rights or copyright arising from the sale, supply, or use of any patented or copyrighted supplies or equipment furnished or supplied under this contract. The Contractor shall defend, save harmless and indemnify DOE and/or the City for all costs, expenses and damages, including attorney’s fees, which DOE or the City may be obligated to pay, or may otherwise suffer, by reason of any infringement of patent or copyrights resulting from such sale, delivery or use of said supplies or equipment. 15.29. Code Of Ethics In accordance with policy adopted by DOE, any contract, agreement or order issued as a result of this solicitation is authorized subject to the provisions of the Administrative Code and the City Charter relating to a Code of Ethics and to the policies of DOE relating to conflicts of interest. In the event that the Contractor is, employs, retains, or engages the services of any employee of DOE in violation of the provisions of the Administrative Code or the City Charter relating to a Code of Ethics or of the policies of DOE relating to conflicts of interest, the Contractor shall have no claim in law and/or equity under the Contract nor shall the Contractor have any claim in law and/or equity against DOE or any DOE agent, servant or employee. 15.30. No Discrimination It is agreed between the parties hereto as follows: As required by New York State Labor Law No. 220E: A.

That in the hiring of employees for the performances of work under this contract or any subcontract thereunder, neither the Contractor, Subcontractor, nor any person acting on behalf of such Contractor or Subcontractor, shall by reason of race, color, age, sex, national origin, handicap, marital status, religious or political beliefs or affiliations, or sexual orientation discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates;

B.

That neither the Contractor, Subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, color, age, sex, national origin, handicap, marital status, religious or political beliefs or affiliations or sexual orientation;

C.

That there may be deducted from the amount payable to the Contractor by the City under this contract a penalty for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this contract will apply;

D.

That this contract may be canceled or terminated by the City and all moneys due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of this section of the contract and;

BMC Remedy Implementation and Training Services

35

12/5/14

RFB # B2615 E.

The aforesaid provisions of the section covering every contract for or on behalf of the state or a municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York. 15.31. Compliance With Laws In connection with the performance of this Contract, the Contractor shall comply with all applicable laws, rules and regulations. The parties hereto agree that every provision of law required to be inserted herein be deemed a part hereof. It is further agreed that if any such provision is not inserted or is incorrectly inserted, through mistake or otherwise, this Contract shall be deemed amended so as to comply strictly with the law. 15.32. Written Agreement The written agreement contains all the terms and conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the subject matter of this agreement shall be deemed to exist or to bind any of the parties hereto, or to vary any of the terms contained herein. 15.33. Exclusivity No commitment of exclusivity on the part of DOE or the Contractor shall be inferred as a result of any Contract resulting from this solicitation. 15.34.

Anti-Trust Clauses

The Contractor hereby assigns, sells and transfers to the City of New York, all right, title and interest in and to any claims and causes of action arising under the antitrust laws of New York State or of the United States relating to the particular goods or services purchased or procured by the City under this contract. 15.35. Set-Off Rights DOE shall have all of its common law, equitable and statutory rights of set-off. These shall include, but not be limited to, DOE’s option to withhold for the purposes of set-off any moneys due and owing to DOE with regard to this Contract, any other agreement with DOE, including any agreement for a term commencing prior to the term of this Contract, plus any amounts due and owing to DOE for any other reason. DOE shall exercise its set-off rights in accordance with normal Board practices including, in cases of set-off pursuant to an audit, the finalization of such audit by DOE, its representatives, or State or City Comptroller. 15.36. Participation in an International Boycott A.

The Contractor agrees that neither the Contractor nor any substantially-owned affiliated company is participating or shall participate in an international boycott in violation of the provisions of the Export Administration Act of 1969, as amended, or of the regulations of the United States Board of Commerce promulgated thereunder.

B.

Under the final determination by the Commerce Board or any other agency of the United States as to, conviction of the Contractor or a substantially-owned affiliated company thereof, participation in an international boycott in violation of the provisions of the Export Administration Act of 1969, as amended, or of the regulations promulgated thereunder, the Comptroller may, at his or her option, render forfeit and void this Contract.

C.

The Contractor shall comply, in all respects, with the provisions of Section 6-114 of the Administrative Code of the City of New York and the rules and regulation issued by the Comptroller thereunder. 15.37. Government Regulations

A.

In every instance where the specifications for an item cannot be fully conformed with due to an order of the Federal government, the bidder will quote the order or regulation preventing the bidder

BMC Remedy Implementation and Training Services

36

12/5/14

RFB # B2615 from fully conforming with the specifications, and may quote on an article which complies as nearly to printed specifications for the item, as is permitted under such Federal regulations. In all such instances the bidder shall indicate and describe exactly the manner and extent of the variation between the article which they propose to furnish and the specifications for the item. B.

In instances where, at the time of bidding, the successful bidder in good faith believed that performance would be completed within the time stated on the bid, but subsequent to the opening of bids a new or amended Federal Regulation prevents them from performing within such time, DOE may grant an extension of time which may be necessary.

C.

In all instances where a contract has been entered into and full compliance with the specifications of an item under contract subsequently become impossible due to government regulations, the Contractor shall notify DOE, of such fact and shall indicate and describe exactly the manner and extent of the variation between the article which they propose to furnish and the specifications for the item. If the claim of the Contractor is deemed well founded by DOE, he/she may authorize and accept delivery of an article, the specifications of which shall be as near alike to the specifications of the item contracted for, as may be permitted by such regulations; if, in their opinion, the proposed delivery be of lesser value, they may agree on condition that the price be revised to the extent of the difference in value. 15.38. No Estoppel Neither DOE nor the City, nor any DOE officer thereof, shall be precluded or estopped by any return or certificate made or given by the officer, inspector, agent or appointee of DOE of the City, under any provision of this Contract from any time (either before or after the final completion and acceptance of the work or supplies and payment therefore, pursuant to any such return or certificate) showing the true and correct amount and character of the work done and supplies furnished by the Contractor, or any other person under this Contract, or from showing at any time that any such return or certificate is untrue or incorrect, or improperly made in any particular, or that the work or supplies or any part thereof do not in fact conform to the specifications: and neither DOE nor the City shall be precluded or estopped notwithstanding any such return or certificate and payment in accordance therewith, from demanding and recovering from the Contractor such damages as it may sustain by reason of their failure to comply with the specifications. 15.39. Local Law 121 Local Law 121 requires City agencies to request that responses to competitive solicitations be printed double-sided on recycled paper. 15.40. Gifts And Gratuities The Contractor shall not give any gift or thing of value, whether in the form of services, loan promise, or in any other form, to any officer, employee, or person whose salary is payable in whole or in part from the City Treasury. Any violation of this section, at the option of DOE, shall terminate and render forfeit and void the contract and work herein and, in such event the Contractor shall be liable for the additional cost to DOE for completion of the contract here: and DOE shall have the right to assess damages against the Contractor for that amount over and above the contract price which DOE is required to expend in connection with the termination, re-letting and completion of the contract: and DOE may further regard any violation of this section as sufficient ground to preclude the Contractor from qualifying or pre-qualifying as a responsible bidder on subsequent DOE contracts. 15.41. Dispute Resolution

A.

In the event the Contractor and DOE are unable to resolve their differences concerning a determination by DOE, the Contractor may initiate a dispute in accordance with the procedure set forth in this Dispute Resolution Section. Exhaustion of these dispute resolution procedures shall be a precondition to any lawsuit permitted hereunder.

B.

The parties to this Contract authorize the Disputes Resolution Officer (“DRO”) selected by the Executive Director of the Division of Contracts and Purchasing to decide all questions of any nature whatsoever arising out of, under or in connection with, or in any way related to or on account of,

BMC Remedy Implementation and Training Services

37

12/5/14

RFB # B2615 this Contract (including claims in the nature of breach of contract or fraud or misrepresentation before or subsequent to contract award) and the DRO’s decision shall be conclusive, final and binding on the parties. The DRO’s decision may be based on such assistance as he or she may find desirable, including the advice of experts. The effect of the DRO’s decision shall not be impaired or waived by any negotiations or settlement offers in connection therewith, or by any prior decision of others, which prior decisions shall be deemed subject to review, or by any termination or cancellation of this Contract. All such disputes shall be submitted in writing by either party to the DRO, together with all evidence and other pertinent information with regard to such questions, in order that a fair and impartial decision may be made. The DRO shall render his or her decision in writing and deliver a copy of same to the parties within 45 days of the conclusion of submission of all materials and information, or such longer time as may be agreed to by the parties. In an unusually complex case, the DRO may render his or her decision in a longer period of time, not to exceed 90 days or such longer time as may be agreed to by the parties, and shall so advise the parties at the commencement of this period. Failure to make such determination within the time required by this section shall be deemed a non-determination without prejudice. The DRO’S decision shall be deemed a final agency action. C.

The DRO may formally decline to hear the Contractor’s dispute; in such instance, DOE’s Contract Manager’s decision shall be deemed final agency action.

D.

During such time as any dispute is being presented, heard, and considered pursuant to this Section, the terms of this Contract shall remain in full force and effect and the Contractor shall continue to provide Services in accordance with this Contract. Failure of the Contractor to continue to provide Services shall constitute a material breach of contract.

E.

If the Contractor protests the determination of the DRO, or of the Contract Manager if such determination is deemed the final agency action, the Contractor may commence a lawsuit in Supreme Court, New York County under Article 78 of the New York Civil Practice Law and Rules. Such review by the Court shall be limited to the question of whether or not the DRO's decision or the decision of the Contract Manager, as applicable, was made in violation of lawful procedure, was affected by an error of law, or was arbitrary and capricious or an abuse of discretion. No evidence or information shall be introduced or relied upon in such an action or proceeding that has not been presented to the DRO or the Contract Manager, as applicable, prior to the making of his or her decision. 15.42. Termination Of Contract Any contract or any portion resulting from this bid may be terminated at any time, upon 30 days written notice, by DOE. In the event of termination, the Contractor will complete delivery and DOE will receive deliveries of, and if satisfactory, pay for, any orders which have been issued to the Contractor prior to the date of termination. 15.43. Duty To Report The Contractor represents and warrants that neither it nor any of its directors, officers, partners, employees and/or affiliates, has any interest nor shall any of them acquire any interest, directly or indirectly, which would or may conflict in any manner or degree with the performance or rendering of the services provided under this Contract. The Contractor further represents and warrants that, in the performance of this Contract, no person having such interest or possible interest shall be employed or otherwise engaged by it. The Contractor and its employees, agents and Subcontractors must report to the Office of the Special Commissioner of Investigation for the New York City School District (herein expressed as “SCI”), 80 Maiden Lane, 20th Floor, New York, NY 10038, (212) 510-1500, (877) 8888355, any such interest or possible interest. The Contractor and its workforce must also report to SCI any criminal activity of which they have knowledge concerning the execution or the performance of this Contract. The Contractor must inform, in writing, each workforce member of his/her duty to report. 15.44. Local Law 121 Local Law 121 requires City agencies to request that responses to competitive solicitations be printed double-sided on recycled paper. Provide all information required in the format below.

BMC Remedy Implementation and Training Services

38

12/5/14

RFB # B2615 A.

Print on both sides of 8 ½” X 11” paper.

B.

DOE requests that all bids be submitted on paper having at least 30% post-consumer material content, i.e., the minimum recovered fiber content level for reprographic papers recommended by the United States Environmental Protection Agency (for any changes to that standard please consult http://www.epa.gov/cpg/products/printing.htm) .

SECTION 16. CONSENT TO JURISDICTION AND VENUE 16.1.

Jurisdiction

The Contract shall be deemed to be executed in the City of New York, State of New York, regardless of the domicile of the Contractor, and shall be governed by and construed in accordance with the laws of the State of New York. 16.2.

Venue

The parties agree that any claims asserted by or against the City arising under this Contract or related thereto shall be heard and determined either in the courts of the United States located in New York City Federal Courts or in the courts of the State of New York (New York State Courts) located in the City and County of New York. To effect this agreement and intent, the Contractor agrees: A.

If the City initiates any action against the Contractor in Federal Court or in New York State Court, service of process may be made on the Contractor either in person, wherever such Contractor may be found, or by certified mail addressed to the Contractor at its address as set forth in this Contract, or to such other address as the Contractor may provide to the City in writing; and

B.

With respect to any action between the City and the Contractor in New York State Court, the Contractor hereby expressly waives and relinquishes any rights it might otherwise have

C.

to move to dismiss on grounds of forum non convenience; and

D.

to remove to Federal Court; and

E.

to move for a change of venue to a New York State Court outside New York County. 16.3.

Federal Court

With respect to any action between the City and the Contractor in Federal Court located in New York City, the Contractor expressly waives and relinquishes any right it may otherwise have to move to transfer the action to a United States Court outside the City of New York. 16.4.

Court Outside of New York State

If the Contractor commences any action against the City in a court located other than in the City and State of New York, upon request of the City, the Contractor shall either consent to a transfer of the action to a court of competent jurisdiction located in the City and State of New York or, if the court where the action is initially brought will not or cannot transfer the action, the Contractor shall consent to dismiss such action without prejudice and may thereafter re-institute the action in a court of competent jurisdiction in New York City. 16.5.

Severability

If any provision of this Section is held unenforceable for any reason, all other provisions shall nevertheless remain in full force and effect.

BMC Remedy Implementation and Training Services

39

12/5/14

RFB # B2615

SECTION 17. INVESTIGATIONS 17.1.

Agreement to Cooperate in Investigations

A.

Bidders and all parties to this Contract agree to cooperate fully in any investigation, audit or inquiry conducted by a State of New York or City of New York governmental agency or authority that is empowered directly or by designation to compel the attendance of witnesses, to examine witnesses under oath, or conducted by the Inspector General of a governmental agency that is a party in interest to the transaction, submitted bid, submitted bid, contract, lease, permit or license that is the subject of the transaction, investigation, audit or inquiry.

B.

If any person who has been advised that his or her statement, and any information from such statement, will not be used against him or her in any subsequent criminal proceeding, refuses to testify before a grand jury or other governmental agency or authority empowered directly or by designation to compel the attendance of witnesses and to examine witnesses under oath concerning the award of, or performance under, any transaction, agreement, lease, permit, contract, or license entered into with the City, the State, or any public authority thereof, or the Port Authority of New York and New Jersey, or any local development corporation within the City, or any public benefit corporation organized under the laws of the State of New York, or;

C.

If any person refuses to testify for a reason other than the assertion of his or her privilege against self-incrimination in an investigation, audit or inquiry conducted by a City or State governmental agency or authority empowered directly or by designation to compel the attendance of witnesses and to take testimony under oath, or by the Inspector General of the governmental agency that is a party in interest in, and is seeking testimony concerning the award of, or performance under, any transaction, agreement, lease, permit, contract, or license entered into with the City, the State, or any political subdivision thereof or any local development corporation within the City, then;

D.

The Chancellor shall convene a hearing, upon not less than 5 days written notice to the parties involved to determine whether any penalties should attach for the failure of a person to testify.

E.

If any non-governmental party to the hearing requests an adjournment, the Chancellor who convened the hearing may, upon granting the adjournment, suspend any contract, lease, permit or license pending the final determination as described below without the City incurring any penalty or damages for delay or otherwise. 17.2.

Penalties for Non Cooperation in Investigations

The penalties which may be attached after a final determination by the Chancellor may include but shall not exceed: A.

The disqualification for a period not to exceed 5 years from the date of an adverse determination for any person, or any entity of which person was a member at the time testimony was sought, from submitting bids for, or transacting business with, or entering into or obtaining any contract, lease, permit or license with or from the City; and/or

B.

The cancellation or termination of any and all such existing City contracts, leases, permits or licenses that the refusal to testify concerns and that have not been assigned as permitted under this Contract, nor the proceeds of which pledged, to an unaffiliated and unrelated institutional lender for fair value prior to the issuance of the notice scheduling the hearing, without the City incurring any penalty or damages on account of such cancellation or termination; monies lawfully due for goods delivered, work done, rentals or fees accrued prior to the cancellation or termination shall be paid by the City.

C.

The Chancellor shall consider and address in reaching his determination and in assessing an appropriate penalty the factors described below. He or she may also consider, if relevant and appropriate, the criteria established in the paragraphs below in addition to any other information which may be relevant and appropriate; i.

The party’s good faith endeavors or lack thereof to cooperate fully and faithfully with any governmental investigation or audit, including but not limited to the discipline,

BMC Remedy Implementation and Training Services

40

12/5/14

RFB # B2615 discharge, or disassociation of any person failing to testify, the production of accurate and complete accounts and records, and the forthcoming testimony is sought. ii.

The relationship of the person who refused to testify to any entity that is a party to the hearing, including, but not limited to, whether the person whose testimony is sought has an ownership interest in the entity and/or the degree of authority and responsibility the person has within the entity.

iii. The nexus of the testimony sought to the subject entity and its contracts, lease, permits or licenses with the City. iv. The effect a penalty may have on an unaffiliated and unrelated party or entity that has a significant interest in an entity subject to penalties under 1.4 above, provided that the party or entity has given actual notice to the Chancellor upon the acquisition of the interest, or at the hearing called for above gives notice and proves that such interest was previously acquired. Under either circumstance the party or entity must present evidence at the hearing demonstrating the potential adverse impact a penalty will have on such person or entity. 17.3.

Definitions for this Section

A.

The term “license” or “permit” as used herein shall be defined as a license, permit, franchise or concession not granted as a matter of right,

B.

The term “person” as used herein shall be defined as any natural person doing business alone or associated with another person or entity as a partner, Director, officer, principal or employee.

C.

The term “entity” as used herein shall be defined as any firm, partnership, corporation, association, or person that receives monies, benefits, licenses, leases or permits from or through the City or otherwise transacts business with the City.

D.

The term “member” as used herein shall be defined as any person associated with another person or entity as a partner, Director, officer, principal or employee.

17.4.

Termination for Failure to Report

In addition to and notwithstanding any other provision of this Contract, the Chancellor may in his or her sole discretion terminate this Contract upon not less than 3 day written notice in the event Contractor fails to promptly report in writing to the Office of the Special Commissioner of Investigation for the New York City School District any solicitation of money, goods requests for future employment of the City or other person, firm, corporation or entity for any purpose which may be related to the procurement or obtaining of this Contract by the Contractor, or affecting the performance of this Contract.

SECTION 18. MACBRIDE PRINCIPLES 18.1.

ARTICLE I - MACBRIDE PRINCIPLES

PART A In accordance with section 6-115.1 of the Administrative Code of the City of New York, the Contractor stipulates that such Contractor and any individual or legal entity in which the Contractor holds a ten percent or greater ownership interest in the contract either (a) have no business operations in Northern Ireland, or (b) shall take lawful steps in good faith to conduct any business operations they have in Northern Ireland in accordance with the MacBride Principles, and shall permit independent monitoring of their compliance with such principles. PART B For purposes of this section, the following terms shall have the following meanings:

BMC Remedy Implementation and Training Services

41

12/5/14

RFB # B2615 "MacBride Principles" shall mean those principles relating to nondiscrimination in employment and freedom of workplace opportunity which require employers doing business in Northern Ireland to:

18.2.

·

increase the representation of individuals from underrepresented religious groups in the work force, including managerial, supervisory, administrative, clerical and technical jobs;

·

take steps to promote adequate security for the protection of employees from underrepresented religious groups both at the workplace and while traveling to and from work;

·

ban provocative religious or political emblems from the workplace;

·

publicly advertise all job openings and make special recruitment efforts to attract applicants from underrepresented religious groups;

·

establish layoff, recall and termination procedures which do not in practice favor a particular religious group;

·

abolish all job reservations, apprenticeship restrictions and different employment criteria which discriminate on the basis of religion;

·

develop training programs that will prepare substantial numbers of current employees from underrepresented religious groups for skilled jobs, including the expansion of existing programs and the creation of new programs to train, upgrade and improve the skills of workers from underrepresented religious groups;

·

establish procedures to assess, identify and actively recruit employees from underrepresented religious groups with potential for further advancement; and

·

Appoint a senior management staff member to oversee affirmative action efforts and develop a timetable to ensure their full implementation.

ARTICLE II - ENFORCEMENT OF ARTICLE I

The Contractor agrees that the covenants and representations in Article I above are material conditions to this contract. In the event the contracting entity receives information that the Contractor who made the stipulation required by this section is in violation thereof, the contracting entity shall review such information and give the Contractor an opportunity to respond. If the contracting entity finds that a violation has occurred, the entity shall have the right to declare the Contractor in default and/or terminate this contract for cause and procure the supplies, services or work from another source in any manner the entity deems proper. In the event of such termination, the Contractor shall pay to the entity, or the entity in its sole discretion may withhold from any amounts otherwise payable to the Contractor, the difference between the contract price for the uncompleted portion of this contract and the cost to the contracting entity of completing performance of this contract either itself or by engaging another Contractor or Contractors. In the case of a requirements contract, the Contractor shall be liable for such difference in price for the entire amount of supplies required by the contracting entity for the uncompleted term of its contract. In the case of a construction contract, the contracting entity shall also have the right to hold the Contractor in partial or total default in accordance with the default provisions of this contract, and/or may seek debarment or suspension of the Contractor. The rights and remedies of the entity hereunder shall be in addition to, and not in lieu of, any rights and remedies the entity has pursuant to this contract or by operation of law.

SECTION 19. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS FOR NONCONSTRUCTION CONTRACTORS, VENDORS AND SUPPLIERS This contract is subject to the NYC Charter, Chapter 35, Section 814 (k) for employment agencies and by signing this document, the Contractor agrees that it shall not discriminate against employees or applicants for employment pursuant to Federal, State and Local law.

BMC Remedy Implementation and Training Services

42

12/5/14

RFB # B2615 19.1.

No Discrimination

A.

The Contractor will strictly comply with all applicable Federal, State and Local laws pertaining to the subject of discrimination on any ground, as they may now read or as they may hereafter be amended.

B.

The Contractor is, and will remain, an Equal Opportunity Employer. In addition to the other requirements of this paragraph, the Contractor shall provide equal opportunity for all qualified persons, and shall not discriminate in employment because of race, creed, gender, color, age, sexual orientation, national origin, handicapping condition, marital status, or religion and shall promote the full realization of equal opportunity. (Rev. 9/20/88)

C.

Pursuant to the provisions of the New York State Labor Law, the Contractor agrees, in its operations performed within the State of New York: i.

That in the hiring of employees for the performance of work under this contract or any subcontract hereunder, neither the contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates;

ii.

That no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, creed, color, sex or national origin;

iii. That there may be deducted from the amount payable to the contractor by the state or municipality under this contract a penalty of five dollars for each person for each calendar day during which such person was discriminated against or intimidated by the contractor or subcontractor, or anyone acting on behalf of the contractor in violation of the provisions of the contract; iv. That this contract may be cancelled or terminated by the state or municipality, and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract; v.

The aforesaid provisions of this section covering every contract for or on behalf of the state or a municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York; and

vi. That DOE is, for purposes of this subparagraph C., a "state or municipality." (Rev. 11/25/96) 19.2.

Definition of Terms for the Implementation of a Program of Affirmative Action.

The following terms, when used in this paragraph, shall have the meanings given for them. "Employee": Any person employed full or part-time in any capacity by the Contractor or sub-contractor. "Minority Groups and Affected Classes": Blacks, Hispanics (Non-European), Asian Americans, American Indians, females and individuals with handicapping conditions. "Program of Affirmative Action": A detailed, result-oriented set of written procedures submitted by a Contractor or sub-contractor which when implemented with conscious effort results in compliance with the Equal Opportunity Policy herein, through full utilization and equal treatment of minorities, women and individuals with handicapping conditions at all levels and in all segments of the Contractor's or sub-contractor's work force. An effective Program of Affirmative Action shall include but not necessarily be limited to, the following elements: (Rev. 9/20/88) ·

Development or reaffirmation of the Contractor's or sub-contractor's Equal Opportunity Policy;

·

Dissemination of the Policy;

·

Responsibility for implementation;

BMC Remedy Implementation and Training Services

43

12/5/14

RFB # B2615 ·

A survey and analysis of employment at all levels and in all categories and aspects of the Contractor's or sub-contractor's work force, which determines if and at which levels, categories, and aspects there is an underutilization of minority and female employees;

·

An analysis of employment policies and practices, including but not limited to seniority systems, recruitment, training, promotion, insurance and job benefits and their effects upon minorities, women and individuals with handicapping conditions;

·

Corrective actions taken, or to be taken, toward the elimination of any employment policy or practice having a discriminatory effect on minority group members and women; and

·

Description of the Contractor's efforts to engage, as sub-contractors, bona fide minority business enterprises and female enterprises.

"Goals and Timetables": Projected levels of achievement resulting from an analysis by the Contractor or sub-contractor of its deficiencies, and of what it can reasonably do to remedy them within a specified time period. "Underutilization": Having fewer minorities, women and individuals with handicapping conditions in a particular job classification than would reasonably be expected by their availability in the appropriate labor force. "The Office": The Office of Equal Opportunity of DOE. 19.3.

Required Program of Affirmative Action

A.

The Contractor is required to identify and eliminate overt and covert discriminatory practices and implement the Program of Affirmative Action. Upon demand of the Office the Contractor shall submit to the Office a detailed written Program of Affirmative Action (hereinafter referred to as a "P.A.A."). In the event the Contractor submits a P.A.A. not acceptable to the Office, the Office will require the correction or revision of the P.A.A. to its satisfaction.

B.

In the event the Contractor fails to submit such an acceptable P.A.A. within the time specified in the demand, the Contractor may be declared in default. The Director shall be the sole judge of the P.A.A.'s acceptability. The P.A.A. shall: i.

Apply to all DOE professional services contracts with the Contractor;

ii.

Encompass all phases of the employment process, including evaluation of job classification to ensure job relatedness, recruitment, selection, validity of examinations, retention, layoffs, seniority, assignments, training, promotion, salary and benefits;

iii. Fulfill the following requirements: c.

Include measurable goals, reasonable timetables and specific programs to be implemented by the contractor to identify and eliminate deficiencies in employment practices with respect to the underutilization of members of minority groups and members of affected classes;

d.

Include a statement of the present utilization of minority group members and women in the Contractor's work force and a projection of the minority utilization in the Contractor's work force for the life of the Contract and for at least a one-year period succeeding its completion. This statement and projection shall include present and projected (1) rates of hiring and promotion of minority group members and women in specific job categories at each wage rate within each level of employment and according to major organizational unit, and (2) percentages of minority group and women utilization in specific job categories at each wage rate within each level of employment, and according to major organizational work force;

BMC Remedy Implementation and Training Services

44

12/5/14

RFB # B2615

19.4.

e.

Include all of the Contractor's facilities within New York City as well as those facilities located elsewhere within the continental limits of the United States;

f.

Specify the union(s) or other employee organizations to which the Contractor's employees belong, and shall include commitments to good faith efforts to effect Equal Opportunity changes directly or indirectly, in programs by such unions or organizations to recruit, train, qualify or otherwise select members, if such changes are deemed necessary. The P.A.A. shall also include a copy of any agreement with an employee association which affects employment policies and practices;

g.

Be submitted in such format as shall be specified by the Director of the Office;

h.

Include a commitment to submit to the Director a separate P.A.A. for each subcontractor prior to approval of the subcontractor by DOE;

i.

Include a written evidence or proof which shows that minority entrepreneurs have been solicited and given an equal opportunity to submit proposals and that such proposals have been given equal consideration for award;

j.

Contain commitments as to goals for minority and affected classes employment and adoption of equal employment practices not less strict than the commitments contained in the Contractor's most recent P.A.A. which was approved by the Office.

Compliance Inspection Report

Upon demand of the Office the Contractor shall, within the specified time, submit to the Office a Compliance Inspection Report. The completed Compliance Inspection Report must be returned to the Office within such time as is specified in the requisition for information accompanying the report form. 19.5.

Conferences

The Contractor shall attend such conferences as shall be required by the Office for the purpose of acquainting it with the statutory and contractual requirements and what specific measures shall constitute an acceptable P.A.A. 19.6.

Implementation of P.A.A.

During the Term of the Contract, the Contractor shall successfully implement the P.A.A. approved by the Office. 19.7.

Default

If, in the opinion of the Office, the Contractor has breached any of the requirements of paragraphs hereof it may seek to have the Contractor declared in default by the Chancellor’s designee as provided elsewhere herein. (Rev. 10/10/02) 19.8.

Equal Employment Opportunities

The provisions and terms herein will be strictly enforced by the DOE. It is the intent of the DOE to make this section’s requirements applicable to all its contracts. 19.9.

Further Information

For further information concerning these rules, regulations or procedures, contractors may contact the DOE Office of Equal Opportunity and may check the following website: http://schools.nyc.gov/Offices/GeneralCounsel/Investigative/OEO/MainPostings/ContractCompliance.h tm#1

BMC Remedy Implementation and Training Services

45

12/5/14

RFB # B2615

SECTION 20. IRAN DIVESTMENT ACT COMPLIANCE 20.1.

Background

The Iran Divestment Act of 2012, effective as of April 12, 2012, is codified at State Finance Law (“SFL”) §165-a and General Municipal Law (“GML”) §103-g. The Iran Divestment Act, with certain exceptions, prohibits municipalities, including the City, from entering into contracts with persons engaged in investment activities in the energy sector of Iran. Pursuant to the terms set forth in SFL §165-a and GML §103-g, a person engages in investment activities in the energy sector of Iran. Pursuant to the terms set forth in SFL §165-a and GML §103-g, a person engages in investment activities in the energy sector of Iran if: A.

the person provides goods or services of twenty million dollars or more in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran; or

B.

the person is a financial institution that extends twenty million dollars or more in credit to another person, for forty-five days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on a list created pursuant to paragraph (b) of subdivision three of Section 165-a of the State Finance Law and maintained by the Commissioner of the Office of General Services. 20.2.

Certification required

A bid or proposal shall not be considered for award nor shall any award be made where the bidder or proposer fails to submit a signed and verified bidder’s certification. 20.3.

Inability to certify

Each bidder or proposer must certify that it is not on the list of entities engaged in investment activities in Iran created pursuant to paragraph (b) of subdivision 3 of Section 165-a of the State Finance Law. In any case where the bidder or proposer cannot certify that they are not on such list, the bidder or proposer shall so state and shall furnish with the bid or proposal a signed statement which sets forth in detail the reasons why such statement cannot be made. The City of New York may award a bid to a bidder who cannot make the certification on a case by case basis if: A.

The investment activities in Iran were made before the effective date of this section (i.e., April 12, 2012), the investment activities in Iran have not been expanded or renewed after the effective date of this section and the person has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran: or

B.

The City makes a determination that the goods or services are necessary for the City to perform its functions and that, absent such an exemption, the City would be unable to obtain the goods or services for which the contract is offered. Such determination shall be made in writing and shall be a public document.

SECTION 21. SUBMISSION PROCEDURE 21.1. A.

Documents

Bid Blank i.

Provide unit prices for the units of measure set forth in the Bid Blank, as well as the total price for each unit proposed if there is not an auto-populate feature. In the price, unless otherwise specified in the Bid Blank, include delivery charges and installation costs that would be incurred for shipments made to facilities within the five boroughs of New York City. In the event merchandise is to be delivered to facilities outside the limits of the City of New York, shipment shall be made F.O.B. Contractor’s place of business with transportation charges prepaid and added to the invoice.

BMC Remedy Implementation and Training Services

46

12/5/14

RFB # B2615 ii.

Print, complete, and sign the Bid Blank page and include the printed version with submissions. There may be an MS Excel spreadsheet is available that will autopopulate certain fields, but to register a contract with the NYC Comptroller, a signed paper document is needed.

iii. Verify numbers for any calculated fields and notify DOE immediately of any problems or errors in calculation. B.

Signature Page Print out and complete the Signature Page.

C.

Additional required items

D.

i.

Include any additional information requested in the solicitation, e.g. references with contact information, examples of work, other evidence of past or current contracts of similar size and scope, demonstrating that the Minimum Requirements and Bidder Qualifications are met.

ii.

Include an electronic version on a CD, DVD, or flash drive. The printed version will prevail in the event of any inconsistencies between the printed and electronic versions.

NYC and DOE Documents Before submitting a bid, check the Division of Contracts and Purchasing Web site to make certain all amendments and attachments have been included and the most up-to-date forms have been used. The following documents will be required before a contract can be registered by the NYC Comptroller. Information regarding the documents can be downloaded from: http://schools.nyc.gov/Offices/DCP/Vendor/Default.htm i.

Completed “Doing Business Data Form”

ii.

Affirmative Action Plan - For companies of fewer than 50 employees, a written statement may be sufficient to meet this requirement.

iii. Certificate of Insurance (ACORD) iv. Insurance Certification by Broker Form v.

VENDEX documents

vi. NYC Substitute W-9 (the NYC Comptroller will not accept the standard Federal W-9 form). E.

Submit this entire solicitation and all of the above documents and electronic files in a sealed envelope as directed on the first page of this solicitation. Bids must be received at the location specified by the Due Date and Time. Late bids cannot be accepted. If bids are mailed, it is the sole responsibility of the bidder to ensure that both the courier/mail service used and the internal DOE mail services have adequate time to deliver the bid to the correct floor and location within DOE by the Due Date and Time. Delivery to DOE at the wrong floor and/or location will not constitute delivery by the Due Date and Time. If sending submissions via United States Postal Service (USPS), allow extra days for delivery. All mail sent via USPS is delivered to a different DOE office by default, regardless of the delivery addressed specified on the label.

SECTION 22. GENERAL INFORMATION FOR SUBMITTING BIDS 22.1.

Requests for Clarification and Addenda

Any inquiry regarding this solicitation must be made in writing to the contact address on the cover of the solicitation. Include the solicitation name and number in the subject line of the e-mail. No telephone calls will be accepted.

BMC Remedy Implementation and Training Services

47

12/5/14

RFB # B2615 22.2.

Requirements in Writing

No representations, statements, or clarifications to this solicitation are valid unless made in a formal written addendum. Questions taken at the Pre-Proposal Conference, whether verbal or written, will be answered in writing and issued as an addendum to this solicitation. Only the written answers to questions will be official. 22.3.

Pre-Bid Conference

A Pre-Bid Conference may be scheduled. Prior to the conference, specific questions concerning this solicitation can be submitted in writing to the e-mail provided on the first page of this solicitation. Additional questions may also be submitted verbally at the conference. DOE will provide written responses to questions. In the event of conflict between a written and a verbal response, the written responses will prevail. 22.4.

Costs of Responding to this Solicitation

DOE is not liable for any pre-contract activity or costs incurred in the preparation of proposals or bids, or during any negotiations on proposed contracts, or for any work performed or materials provided in connection therewith. 22.5.

No Alterations

No hand alterations to the Bid Blank will be accepted (e.g. cross-outs and white-outs). Verify all information and prices on the Bid Blank before submission. 22.6.

Delivery Included

Prices quoted must include inside delivery charges incurred for shipments made within the five boroughs of the City of New York. In the event merchandise is to be delivered to schools or offices outside the limits of the City of New York, shipment shall be made f.o.b. bidder’s place of business with transportation charges prepaid and added to the invoice. 22.7.

Modification of Bids

Bidders may modify or withdraw bids by written notice received in the office designated in the RFB before the bid due date and time 22.8.

Late Bids

A bid received at the place designated in the solicitation after the time and date set for receipt of bids is late and shall not be considered. However, a late modification of a successful bid that makes its terms more favorable to the DOE shall be considered at any time it is received and may be accepted upon approval of the Executive Director. 22.9.

Mistakes in Bids

A.

General - If the mistake is attributable to an error in judgment, the bid may not be corrected. Bid correction or withdrawal by reason of a non-judgmental mistake is permissible, but only to the extent that it is not contrary to the interest of the DOE or the fair treatment of bidders.

B.

Mistakes Discovered Before Opening - A bidder may correct mistakes discovered before the time and date set for bid opening by withdrawing or correcting the bid as provided in Section 3-02(j) of the DOE Procurement Policy Procedures. 22.10. Confirmation of Bid When the Procurement Manager knows or has reason to conclude after bids have been publicly opened that a mistake has been made, such manager shall request from the bidder written verification of the bid. If the bidder alleges mistake, the bid may be corrected or withdrawn upon approval of the Executive Director if the following conditions are met:

BMC Remedy Implementation and Training Services

48

12/5/14

RFB # B2615 A.

Minor Informalities - Minor informalities are matters of form, rather than substance, evident from the bid document or insignificant mistakes that can be waived or corrected without prejudice to other bidders; that is, the effect on price, quantity, quality, delivery, or contractual conditions is negligible. The Procurement Manager may waive such informalities or allow the bidder to correct them depending on which is in the best interest of the DOE. An example is the failure of a bidder to return the number of signed bids required by the RFB.

B.

Mistakes Where Intended Correct Bid is Evident - If the mistake and the intended correct bid are clearly evident on the face of the bid document, the bid shall be corrected to the intended correct bid and may not be withdrawn. Examples of mistakes that may be clearly evident on the face of the bid document are typographical errors, errors in extending unit prices, transposition errors, and arithmetical errors.

C.

Mistakes Where Intended Correct Bid is Not Evident. Such mistakes may not be corrected after bid opening. A bidder may be permitted to withdraw a bid where a unilateral error or mistake has been discovered in the bid and the Procurement Manager makes the following determination, which shall be approved by the Executive Director: i.

the mistake was known or made known to DOE prior to vendor selection or within three days after the opening of the bid, whichever period is shorter;

ii.

the price bid was based on an error of such magnitude that enforcement would be unconscionable;

iii. the bid was submitted in good faith and the bidder submits credible evidence that the mistake was a clerical error as opposed to a judgment error; iv. the error in bid is actually due to an unintentional and substantial arithmetic error or unintentional omission of a substantial quantity of work, labor, material, goods, or services made directly in the compilation of the bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of the original work paper, documents, or materials used in the preparation of the bid sought to be withdrawn; and v.

it is possible to place the DOE in the same condition that had existed prior to the receipt of the bid.

D.

Upon the approval of the Executive Director, the bid may be withdrawn. If the bid was the lowest bid or the bid that represents the best value, then the contract shall either be awarded to the next lowest bidder, or to the bidder that offers the next best value to DOE, as appropriate, or re-solicited. Under no circumstances shall a bid be amended or revised to rectify the error or mistake.

E.

Mistakes Discovered After Vendor Selection. Mistakes shall not be corrected after vendor selection except where the Procurement Manager, subject to the approval of the Executive Director, makes a determination that it would be unconscionable not to allow the mistake to be corrected.

F.

Determinations Required - When a bid is corrected or withdrawn, or correction or withdrawal is denied, the Executive Director shall prepare a determination showing that the relief was granted or denied in accordance with the DOE Procurement Policy and Procedures.

G.

Withdrawal of Bids i.

In addition to the provisions set forth in Sections 3-02(j) and 3-02(m) of the DOE Procurement Policy and Procedures, a bidder may be allowed to withdraw its bid upon the written approval of the Executive Director. Otherwise, a bidder may not withdraw its bid before the expiration of one hundred twenty days after the date of the opening of bids unless otherwise provided by law; thereafter, a bidder may withdraw its bid only in writing and in advance of an actual award.

ii.

Request to withdraw, and the reasons for such request, must be written and received by DOE within three business days following the date and time set for the receipt of bids. Send such requests to the Executive Director, Division of Contracts and Purchasing, NYC DOE, 65 Court Street, Room 1200, Brooklyn, NY, 11201.

BMC Remedy Implementation and Training Services

49

12/5/14

RFB # B2615

NO-BID RESPONSE FORM Scheduled Bid Opening Date: January 29, 2014 ____________________________________________________________________________________ IT IS NOT NECESSARY FOR BIDDERS WHO ARE SUBMITTING BIDS ON THE PRODUCTS AND/OR SERVICES SPECIFIED HEREIN TO RETURN THIS FORM. The New York City Department of Education is committed to programs and policies that will result in the procurement of supplies, equipment and services that meet the quality standards required by our educational institutions at the lowest possible prices. An important aspect of achieving this goal is to promote competitive bidding among as great a number of qualified bidders as possible. However, the preparation and mailing of Bid Request Packages is time consuming and expensive. In instances where bidders fail to respond or notify DOE of their future intentions, the preparation and mailing of the Bid Request Package represents an unnecessary expense to DIE. Feedback from bidders is also encouraged so that any reasons for not bidding may be evaluated with the intention of improving future solicitations for this commodity or service in the hopes of encouraging and expanding the field of competition. All bidders who respond with a "No Bid" response or choose not to bid, are requested to provide the information requested below and return this form in the envelope provided, in time for the bid opening. FAILURE OF NON-BIDDERS TO RETURN THIS COMPLETED FORM MAY RESULT IN THEIR BEING DROPPED FROM THE DOE BIDDER'S LIST FOR THE PRODUCT(S) AND/OR SERVICE(S) SPECIFIED HEREIN. REASONS FOR NOT BIDDING AT THIS TIME: ___________________________________________________________________________________

_____________________________________________________________________________________

DO YOU WISH TO RECEIVE BID REQUESTS FOR THIS PARTICULAR PRODUCT OR SERVICE IN THE FUTURE? ( ) YES ( ) NO* *If this option is selected, and the bidder desires to be reinstated on the bidder's list in the future, the bidder must forward a written request to the DOE Division of Contracts and Purchasing for reinstatement. BIDDER NAME AND ADDRESS: ______________________________________________________________________________________ ______________________________________________________________________________________ SIGNED:

TITLE: ______________________

DATE: ___________

BID TITLE: BMC Remedy Implementation Bid #B2615

BMC Remedy Implementation and Training Services

50

12/5/14

RFB # B2615

BIDDER INFORMATION, CERTIFICATION, AND SIGNATURE PAGE Bid to Department of Education of the City of New York (Information must be typewritten or printed)

Bidder’s Business Name: _________________________________________________________________ Business Address: ______________________________________________________________________ ______________________________________________________________________ Telephone: _______________________________ Fed Tax ID # _________________________________ Business organized under the laws of the State of ___________________________________________ (If the bidder is a firm, state below the title, name, and address of the president, vice president, secretary and treasurer)

Title

Name

Residence

1. ______________________________________________________________________________________ 2. ______________________________________________________________________________________ 3. ______________________________________________________________________________________ 4. ______________________________________________________________________________________ The above-named and each person signing on behalf of any Bidder, and in the case of a joint bid, each party thereto, certifies as to its own organization under penalty of perjury, that to the best of their knowledge and belief: A.

The said Bidder is of lawful age and the only one interested in this bid and that no one other than the said Bidder has any interest in this bid or the proposed contract.

B.

The prices quoted by the Bidder in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; and

C.

Unless otherwise required by law, the prices quoted in this bid have not been knowingly disclosed by the Bidder, and prior to bid opening, will not knowingly be disclosed by the Bidder, directly or indirectly or to any other bidder or competitor; and

D.

No attempt has been made or will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition.

E.

No Council Member of the City of New York, member or employee of the Department of Education of the City of New York, or any officer or employee or person whose salary is payable in whole or in part from the Treasury of the City of New York is directly or indirectly interested in the proposed contract or in the items within the jurisdiction or in any portion of the profits.

F.

The Bidder is not in arrears to the State or City of New York or DOE upon any debt or contract, and is not a defaulter, as surety or otherwise, upon any obligation to the State or City of New York, or the Department of Education and has not been declared not responsible or disqualified, by any agency of the State or City of New York, nor are there any proceedings pending relating to the responsibility or qualification of the Bidder to receive public contract(s).

BMC Remedy Implementation and Training Services

51

12/5/14

RFB # B2615 Except______________________________________________________________________ (If none, Bidder will insert “none”)

G.

The individuals signing this contract have authority to bind the organization named, have carefully examined the solicitation, will if successful perform all its terms covenants and conditions and will furnish and deliver at the prices bid within the time stated, all the materials and services named and described for which the bid is made.

H.

The provisions regarding the MacBride Principles constitute material conditions of this Contract with DOE.

I.

The Bidder affirms that it has paid all applicable City income, excise and other taxes for all years it has conducted business activities in New York City.

J.

Proposer’s Certification as to compliance with the Iran Divestment Act (Check One)

____

By submission of this bid/proposal/application, each bidder/proposer and each person signing on behalf of any bidder/proposer certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief, that each bidder/proposer is not on the list created pursuant to paragraph (b) of subdivision 3 of Section 165-a of the State Finance Law.

____

I am unable to certify that my name and the name of the bidder/proposer does not appear on the list created pursuant to paragraph (b) of subdivision 3 of Section 165-a of the State Finance Law. I have attached a signed statement setting forth in detail why I cannot so certify.

K.

Notice, whether by mail or by electronic means to the undersigned that a resolution was adopted by DOE establishing a contract for all or some of the items submitted, for use in the schools under jurisdiction of DOE, shall constitute a contract for such items between DOE and the undersigned for such quantities of items as the schools may require during the term of such contract.

L.

In consideration of DOE adopting a resolution approving and establishing a contract for the items listed on the Bid Blank, in whole or in part, the undersigned agrees to supply, at the prices submitted, such goods and services as are approved and made part of such contract in such quantities as may be needed by DOE and in compliance with the terms set forth in this solicitation and any attachments that are made a part hereof.

Signature: ____________________________________________________ Date: __________________ (Individual, Firm or Corporation, as case may be)

Title:

_________________________________________________________

The Certification by Broker and the applicable affidavit of acknowledgment on the following pages must be executed. Notes:

· ·

·

Where Bidder is a firm but not a corporation, the application must be signed in the name of the firm by a member who must sign his own name immediately thereunder as, A. & B. Co., by C. A., Partner. Where the Bidder is a corporation, each application must be signed in the name of the corporation by a duly authorized officer or agent having knowledge of the matters stated in the bid, and such officer or agent shall also subscribe his own name, as: A. B. Company, C.D., by President. Individuals doing business under a trade name must present the application in such individual’s correct name. The style “Thomas Jones, doing business as (d/b/a) Celestial Paper Co.” may be used.

BMC Remedy Implementation and Training Services

52

12/5/14

RFB # B2615

BMC Remedy Implementation and Training Services

53

12/5/14

RFB # B2615

CERTIFICATION BY BROKER The undersigned insurance broker represents to the New York City Department of Education and the City of New York that the attached Certificate of Insurance, dated ________________, concerning insurance policy number _____________________, is accurate in all material respects, and that the described insurance is effective as of the date of this Certification.

______________________________________________________________________ [Name of broker (Print)]

______________________________________________________________________ [Address of broker (Print)]

______________________________________________________________________ [Signature of authorized official or broker)]

______________________________________________________________________ [Name and title of authorized official (Print)]

______________________ Date

Sworn to before me this ___ day of ____________, 20__ ___________________________ NOTARY PUBLIC c

AFFIDAVIT OF ACKNOWLEDGMENT FORM (BY AN INDIVIDUAL) STATE OF COUNTY OF ON THE

ss.: Day of

__ 20

_____ residing at

___before me personally came in the City of

to me known and known to me to be the same person described in and who executed the foregoing instrument and acknowledged to me that he had executed the same ______________________________________________________ Commissioner of Deeds, The City of New York or Notary Public

BMC Remedy Implementation and Training Services

54

12/5/14

RFB # B2615 ------------------------------------------------------------------------------------------------------------------(BY A PARTNERSHIP) STATE OF COUNTY OF ON THE

ss.: Day of

__ 20

___before me personally came

_____ residing at

in the City of

to me known and known to me to be the same person described in and who executed the foregoing instrument and acknowledged to me that he had executed the foregoing instrument, and he acknowledge to me that he subscribed the name of said firm thereto on behalf of said firm for the purposes therein mentioned. _________________________________________________________________________ Commissioner of Deeds, The City of New York or Notary Public

--------------------------------------------------------------------------------------------------------------------(BY CORPORATION - ONE OFFICER ACKNOWLEDGING) STATE OF COUNTY OF ON THE

ss.: Day of

__ 20

___before me personally came

_____ to me known, who, being by me duly sworn, did say, for himself that he resides at in the City of

and is the

of the corporation described in and which executed the foregoing instrument, that he knows the corporate seal of said Corporation, that the seal affixed to the foregoing contract is such corporate seal and was affixed thereto by order of the Board of Directors of said corporation, and that by like order he thereto signed his name official designation. ________________________________________________________________ Commissioner of Deeds, The City of New York or Notary Public WHEN NOTARIZED BY A PARTY REGISTERED OUTSIDE OF NEW YORK STATE, A CERTIFICATION FROM THE COUNTY CLERK OF THE COUNTY IN WHICH NOTARY IS REGISTERED IS REQUIRED BY THE COMPTROLLER.

BMC Remedy Implementation and Training Services

55

12/5/14

RFB # B2615 (BY A CORPORATION - TWO OFFICERS ACKNOWLEDGING) STATE OF COUNTY OF

ss.:

ON THE

Day of

20

before me personally came and __________________________________________________________________ each to me known, who being by me severally duly sworn, did say, each for himself as follows: The said that he/she resides at

in the City of

in the state of the corporation described in and which executed the foregoing instrument, and the said that he resides in the City of

and

is the corporation, he signed his name and official designation.

of said Corporation; that by the order of the Board of Directors of said

_______________________________________________ Commissioner of Deeds, The City of New York or Notary Public

-----------------------------------------------------------------------------------------------------------------------(BY AN ATTORNEY IN FACT) STATE OF COUNTY OF ON THE

ss.: Day of

20

before me personally came residing at

in the City of

the attorney in fact of the Contractor named in the foregoing instrument, to me known to be the individual described in and who as such attorney, executed the foregoing contract and acknowledged before me that he executed the same as the act and deed of said party or parties, therein described as the Contractor, and for the purposes therein mentioned, by virtue of a power of attorney duly executed by the he said Contractor, bearing date the day of in the year 20 _______________________________________________ Commissioner of Deeds, The City of New York or Notary Public

WHEN NOTARIZED BY A PARTY REGISTERED OUTSIDE OF NEW YORK STATE, A CERTIFICATION FROM THE COUNTY CLERK OF THE COUNTY IN WHICH NOTARY IS REGISTERED IS REQUIRED BY THE COMPTROLLER.

BMC Remedy Implementation and Training Services

56

12/5/14

SAMPLE INSURANCE CERTIFICATE (INFORMATION ONLY)

BID BLANK PAGE The Bid Blank is included as a Microsoft Excel worksheet. Complete it, print it out, initial it, and submit as a hard copy as well as submitting an electronic version on a flash drive or DVD.

BID NO. B2615

DATE:

CONTRACT FOR FURNISHING AND DELIVERING BMC REMEDY IMPLEMENTATION SERVICES

APPROVED AS TO FORM, CERTIFIED AS TO LEGAL AUTHORITY

_________________________________ ACTING CORPORATION COUNSEL