Request for Proposals


[PDF]Request for Proposals - Rackcdn.com10ba4283a7fbcc3461c6-31fb5188b09660555a4c2fcc1bea63d9.r13.cf1.rackcdn.com...

4 downloads 134 Views 614KB Size

Request for Proposals For CONSULTING SERVICES FOR THE EVALUATION, ACQUISITION AND IMPLEMENTATION OF ERP SOFTWARE OCTOBER 31, 2014

NIGP CODES: 91828, 91829, 91830, 91832, 91871 Requested By: City of Waynesboro 503 W. Main St., Suite 203 Waynesboro, VA 22980

1

REQUEST FOR PROPOSAL The City of Waynesboro, Virginia is accepting proposals for consulting services to assist with the evaluation, acquisition and implementation of Enterprise Resource Planning (ERP) software. All firms submitting proposals shall abide by all applicable State and Federal laws and be licensed to provide consulting services in the Commonwealth of Virginia. The City of Waynesboro will not discriminate against any Offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by the laws of the Commonwealth of Virginia relating to discrimination in employment. Further, the City of Waynesboro will not discriminate against small and minority businesses or faith-based organizations. I. BACKGROUND AND PURPOSE

The City’s current ERP software was acquired in 1999 and is utilized by both the municipal organization and the public school system. The system is used for the following functions:               

GMBA (Financial Accounting) Fixed Assets Accounts Receivable Purchasing Inventory Business Licenses Tax Billing Building Permits Cash Receipts Fleet Management Payroll/Personnel Code Enforcement Planning and Engineering Utility Billing Land Parcel Management

Separate software systems are used for work order processing, asset management, law enforcement records management and Public Schools PlanSource© benefits enrollment. The City also utilizes a separate geographic information system (GIS). The current ERP software interfaces with a third-party computerized real estate mass appraisal system. The City is primarily motivated to evaluate its current ERP software due to concerns about the reliable life cycle of both the software and the operating hardware. In addition, many users find the current software deficient in various ways (functionality, usability, etc.). Consequently, the current software is either underutilized or fails to provide desired services. It is the City’s hope that an upgrade of the City’s current ERP software or acquisition of a new system would offer opportunities to improve internal processes, maximize software utility, reduce operating costs, and, potentially, interface with citizens. 2

II. INSTRUCTIONS, TIMELINE, AND PROPOSAL INFORMATION FOR OFFERORS

1. The method of procurement is competitive negotiation for Consulting Services in accordance with the Virginia Public Procurement Act. 2. All questions shall be emailed. Questions regarding the method of procurement shall be directed to: Mr. Jim Bisbee, VCCO, VCO Purchasing and Inventory Manager 503 W. Main Street, Suite 203 Waynesboro, Virginia 22980 E-mail: [email protected] 2. All questions shall be emailed. Questions related to the requirements of the firm shall be directed to: Mr. Gerry Choate Director of I.T. Waynesboro, Virginia 22980 E-mail: [email protected] The APPROXIMATE schedule for this project is as follows: Date

Time

Activity

Location (if applicable)

10/31/14

N/A

RFP published

e-VA procurement website and TNV newspaper

(3) Paper copies and (1) electronic copy of proposals are due in a sealed envelope clearly marked with “ERP CONSULTING SERVICES” appearing in the lower left hand corner.

City of Waynesboro, Purchasing Department Mr. Jim Bisbee, VCCO, VCO Purchasing and Inventory Manager 503 W. Main St., Suite 203 Waynesboro, VA 22980

12/19/14

2:00 PM

1/5/15

N/A

Evaluation of Proposals by Selection Committee

N/A

1/26/15

N/A

Interviews and Negotiations with Top Ranked Offerors

Yancey Building 203 W. Main St., Room 106 Waynesboro, VA 22980

2/6/15

N/A

Contract Award if Negotiations are Successful

N/A

3. All Proposals shall be in a sealed envelope and clearly marked in the lower left corner: “ERP CONSULTING SERVICES.” Proposals sent by U.S. Mail or other carrier that requires the use of a proprietary mailing envelope shall be in a sealed envelope INSIDE the proprietary mailing envelope. The return address area of the sealed proposal envelope shall contain the legal company name, name of company contact, complete mailing address, and e-mail address of the Offeror. 3

4. Three (3) paper copies and one (1) electronic copy (CD or USB Flash Drive)of the proposal shall be delivered to the City of Waynesboro Purchasing Department at the following address: City of Waynesboro, Purchasing Dept. Attn: Mr. Jim Bisbee, VCCO, VCO Purchasing and Inventory Manager 503 W. Main Street, Suite 203 Waynesboro, Virginia 22980 Proposals will be accepted until 2:00 p.m. EDT on December 19, 2014, at which time they will be opened and recorded as received. Any proposal received after this time and date will not be considered and will be returned to the sender. The Offeror has the sole responsibility to have the proposal received by the Waynesboro City Purchasing Department at the above address and by the above stated time and date. The City of Waynesboro is not responsible for delays in the delivery of the mail by the U.S. Postal Service, private couriers, or the inter-office mail system. “Proposals with proprietary information must submit (1) additional redacted copy.” 6. The Offeror shall submit a proposal which demonstrates and provides evidence that the Offeror has the capabilities, professional expertise, and experience to perform the services described herein. 7. Offerors are responsible for familiarizing themselves with the conditions and objectives of the proposed scope of services. A pre-proposal conference will not be held. 8. The selection process will be governed by and completed in accordance with the Virginia Public Procurement Act competitive negotiation for nonprofessional services. 9.

Offerors shall be registered with eVA, the Internet electronic procurement solution, website portal www.eVA.virginia.gov, per General Terms and Conditions – Section “T”. III. SCOPE OF SERVICES

The City hopes to engage a consulting firm to evaluate our current Municipal Government and Public School ERP needs, develop a procurement strategy to upgrade or replace the existing system and evaluate available products. The chosen consultant shall assist the City to understand the full costs of the upgrade or replacement project (i.e. software, hardware, data migration, training, etc.). Specific tasks would include: 1. Design, develop and implement a procurement strategy; 2. Undertake the acquisition project, establish project goals and objectives, documenting project governance, and developing project standards and procedures; 3. Facilitate information gathering and evaluation sessions with users and stakeholders in our municipal government and public schools; 4. Conduct application design sessions and solution alternatives with a City steering committee; 5. Serve as primary author of procurement documents to include a scope of services, product specifications, vendor evaluation criteria and other necessary information; 4

7. Draft presentation for and lead vendor pre-proposal conference; 8. Draft and coordinate responses to vendor questions during proposal period; 9. Craft evaluation materials to include evaluation criteria, demonstration scripts, interview scripts, scoring criteria, scoring analyses and others; 10. Participate in the evaluation of vendors and interviewing process; 11. Participate in Vendor negotiations; 12. Develop a comprehensive scope of work and software management and services contract procurement document. Additional services could be expanded under separate contract to include: 13. Project management services throughout the software implementation process. IV. EVALUATION CRITERIA

 

 



Experience ascertaining client software needs and designing/recommending successful solutions through a collaborative process……………………………………………………………………………………..(25 pts) Demonstrated knowledge of local government and public school information technology products and practices and, especially, demonstrated familiarity with a variety of public sector ERP software products……………………………………………………………………………………………………(20 pts) Relevant, ERP-related, experience with solicitation and vendor evaluation on public sector local government and public school I.T. projects……….……………………………………………………………(20 pts) Proven knowledge and experience in public sector local government procurement policies, leading all phases of a public sector vendor evaluation, interview and selection process and developing/creating public sector procurement documents (e.g., RFPs) and related acquisition documents for software products and services…………………..…………………………………….……(20 pts) Lump sum Price………………………………………………………………………………………………………………(15 pts) V. PROPOSAL CONTENT

Written proposals shall be as CONCISE as possible. It IS NOT the intent of the City of Waynesboro to subject Offerors to undue time and/or expense in proposal preparation. It IS the intent of the City of Waynesboro to obtain services from a firm with experience in providing the services outlined in this RFP. Responsive proposals shall include the following: 1. 2. 3. 4.

Attached Proposal Cover Page (Pg. 12). Brief (one page or less) history of your firm including years in business, size (in terms of staffing). Statement of understanding of your firm’s role in the ultimate needs and objectives of the City. Introduction and qualifications of proposed project team members, assigned to this project, to include experience. 5. Task Experience: List a minimum of three (3) and a maximum of five (5) former or current clients for which your firm has performed activities of similar scope to this RFP. Include the following information for each: Owner Representative’s Name, Location, and current and accurate contact information for the purposes of obtaining references and a brief description of the services performed. 5

6. 7. 8. 9.

Unique Qualifications: State why your firm should be selected by the owner. Demonstrated capacity and ability to complete project work in a timely manner. Itemized price list with lump sum total - based on the first twelve (12) items in section III.

Lump sum price for possible additional project management service – item thirteen (13) in section III. 10. Completed SCC License Form (Pg. 13) VI. PROPOSAL REVIEW PROCESS

1) Using the evaluation criteria as listed above (Section IV) and with emphasis on professional competence, the City’s Selection Committee; comprised of a five (5) department committee will review all proposals received to determine those Offerors who are fully qualified, responsible, responsive and suitable to provide the services set forth by this Request for Proposal. 2) The Selection Committee will hold one or more discussion meetings and/or interviews with two or more of the Offerors who have been deemed to be fully qualified, responsive, responsible, and suitable to provide the services set forth by this Request for Proposal. Such discussions and interviews will gather additional information pursuant to the Offerors’ qualifications, expertise, and experience pertinent to the services described by this Request for Proposal. During the discussions and interviews stage, the Offerors and the Selection Committee may pursue alternative concepts and approaches for the project. 3) The selection Committee shall use competitive negotiation for nonprofessional services and select two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its sole opinion, has made the best proposal, and shall award the contract to that offeror. The City may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). Should the City determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. An award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor’s proposal as negotiated. VII. POST-AWARD CRITERIA

The selected firm shall be prepared to conduct business with the City of Waynesboro using a purchase order procedure with invoice following delivery on net 30-day terms. Before any work under the contract shall qualify as additional work, the firm shall notify the Owner’s representative in writing of its intention to treat certain work, if performed, as additional work and its reasons. No claim for additional work will be honored unless written notice is made by the Firm and written acceptance (in the form of a Change Order) is made by the City. 6

VIII. GENERAL TERMS AND CONDITIONS A. VENDORS MANUAL: This solicitation is subject to the provisions of the Commonwealth of Virginia Vendors Manual and any changes or revisions thereto, which are hereby incorporated into this contract in their entirety. The procedure for filing contractual claims is in section 7.19 of the Vendors Manual. A copy of the manual is normally available for review at the purchasing office and is accessible on the Internet at www.dgs.state.va.us/dps under “Manuals.” B. APPLICABLE LAWS AND COURTS: This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia and any litigation with respect thereto shall be brought before a court of competent jurisdiction in the City of Waynesboro, Virginia. The City and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. C. ANTI-DISCRIMINATION: By submitting their proposals, Offerors certify to the City that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians With Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faithbased organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body. (Code of Virginia, § 2.2-4343.1E). In every contract over $10,000 the provisions in 1 and 2 below apply: 1.

During the performance of this contract, the contractor agrees as follows: a.

The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

b.

The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer.

c.

Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements.

2. The contractor will include the provisions of 1 above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. D. ETHICS IN PUBLIC CONTRACTING: By submitting their proposals, Offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other Offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. E. IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their proposals, Offerors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. F. DEBARMENT STATUS: By submitting their proposals, Offerors certify that they are not currently debarred by the City of Waynesboro, any agency, locality, or political subdivision of the Commonwealth of Virginia from submitting proposals on contracts for the type of services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. G. ANTITRUST: By entering into a contract, the contractor conveys, sells, assigns, and transfers to the City of Waynesboro all rights, title and interest in and to all causes of action it may now have or hereafter acquire under

7

the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the City of Waynesboro under said contract. H.

MANDATORY USE OF FORMS AND TERMS AND CONDITIONS FOR RFPs

1. Failure to submit a proposal on the official form provided for that purpose may be a cause for rejection of the proposal. Modification of or additions to the General Terms and Conditions of the solicitation may be cause for rejection of the proposal; however, the City reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a proposal. I. CLARIFICATION OF TERMS: If any prospective Offeror has questions about the specifications or other solicitation documents, the prospective Offeror should contact the buyer whose name appears on the face of the solicitation no later than five working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the buyer. J.

PAYMENT:

1.

To Prime Contractor:

2.

a.

Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the City purchase order number; social security number (for individual contractors) or the federal employer identification number (for proprietorships, partnerships, and corporations).

b.

Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last. This shall not affect offers of discounts for payment in less than 30 days, however.

c.

All goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price.

d.

The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act.

e.

Unreasonable Charges. Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed. In such cases, contractors should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges. Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached. Upon determining that invoiced charges are not reasonable, the Commonwealth shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363).

To Subcontractors: a.

A contractor awarded a contract under this solicitation is hereby obligated:

(1) To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the City for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or (2) To notify the City and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason. b. The contractor is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the contractor that remain unpaid seven (7) days following receipt of payment from the City, except for amounts withheld as stated in (2) above. The date of mailing of any payment by U. S. Mail is deemed to be payment to the addressee. These provisions apply to each sub-tier contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the City.

8

3.

Each prime contractor who wins an award in which provision of a SWAM procurement plan is a condition to the award, shall deliver to the City, on or before request for final payment, evidence and certification of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the SWAM procurement plan. Final payment under the contract in question may be withheld until such certification is delivered and, if necessary, confirmed by the agency or institution, or other appropriate penalties may be assessed in lieu of withholding such payment.

K. PRECEDENCE OF TERMS: The following General Terms and Conditions VENDORS MANUAL, APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT shall apply in all instances. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply. L. QUALIFICATIONS OF OFFERORS: The City may make such reasonable investigations as deemed proper and necessary to determine the ability of the Offeror to perform the services. The Offeror shall furnish to the City all such information and data for this purpose as may be requested. The City reserves the right to inspect Offeror’s physical facilities prior to award to satisfy questions regarding the Offeror’s capabilities. The City further reserves the right to reject any proposal if the evidence submitted by, or investigations of, such Offeror fails to satisfy the City that such Offeror is properly qualified to carry out the obligations of the contract and to provide the services and/or furnish the goods contemplated therein. M. ASSIGNMENT OF CONTRACT: A contract shall not be assignable by the contractor in whole or in part without the written consent of the City. N.

CHANGES TO THE CONTRACT: Changes can be made to the contract in any of the following ways:

1. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. 2. The Purchasing Agency may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Agency a credit for any savings. Said compensation shall be determined by one of the following methods: a.

By mutual agreement between the parties in writing; or

b. By agreeing upon a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the Purchasing Agency’s right to audit the contractor’s records and/or to determine the correct number of units independently; or c. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Purchasing Agency with all vouchers and records of expenses incurred and savings realized. The Purchasing Agency shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the Purchasing Agency within thirty (30) days from the date of receipt of the written order from the Purchasing Agency. If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the Commonwealth of Virginia Vendors Manual. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the Purchasing Agency or with the performance of the contract generally. O. DEFAULT: In case of failure to deliver goods or services in accordance with the contract terms and conditions, the City, after due oral or written notice, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the City may have.

9

P. INSURANCE: By signing and submitting a bid or proposal under this solicitation, the bidder or Offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder or Offeror further certifies that the contractor and any subcontractors will maintain this insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS: 1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the City of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. 2.

Employer’s Liability - $100,000.

3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The City of Waynesboro must be named as an additional insured and so endorsed on the policy. 4.

Automobile Liability - $1,000,000 per occurrence.

Q. ANNOUNCEMENT OF AWARD: Upon the award or the announcement of the decision to award a contract as a result of this solicitation, the City will publicly post such notice on the DGS/DPS eVA web site www.eva.virginia.gov for a minimum of 10 days. R. DRUG-FREE WORKPLACE: During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. S. NONDISCRIMINATION OF CONTRACTORS: A Offeror shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the Offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. T.

eVA BUSINESS-TO-GOVERNMENT VENDOR REGISTRATION, CONTRACTS, AND ORDERS: The eVA Internet electronic procurement solution, website portal www.eVA.virginia.gov, streamlines and automates government purchasing activities in the Commonwealth. The eVA portal is the gateway for vendors to conduct business with state agencies and public bodies. All vendors desiring to provide goods and/or services to the Commonwealth shall participate in the eVA Internet eprocurement solution by completing the free eVA Vendor Registration. All offerors must register in eVA and pay the Vendor Transaction Fees specified below; failure to register will result in the bid/proposal being rejected. For orders issued January 1, 2014 and after, the Vendor Transaction Fee is: (i) DMBE-certified Small Businesses: 1%, capped at $500 per order. (ii) Businesses that are not DMBE-certified Small Businesses: 1%, capped at $1,500 per order. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, approximately 30 days after the corresponding purchase order is issued and payable 30 days after the invoice date. Any adjustments (increases/decreases) will be handled through purchase order changes.

U.

AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the City shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the

10

purpose of this agreement. Offeror acknowledges that the City of Waynesboro is a governmental entity, and that contract validity is based upon the availability of public funding under the authority of the City Council. In the event that public funds are unavailable and/or not appropriated for the performance of the City’s obligations under any contract, then the contract shall automatically expire without penalty to the City upon receipt of written 30-day notice by the City to the Contractor of the unavailability and/or non-appropriation of public funds. V.

BID PRICE CURRENCY: Unless stated otherwise in the solicitation, offerors shall state prices in US dollars.

IX. SPECIAL TERMS AND CONDITIONS 1. AWARD-COMPETITIVE NEGOTIATION FOR NONPROFESSIONAL SERVICES: Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposals, including price, if so stated in the Request for Proposals. Negotiations shall be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the agency shall select the offeror which, in its sole opinion, has made the best proposal, and shall award the contract to that offeror. The City may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). Should the City determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more highly qualified than the others under consideration, a contract may be negotiated and awarded to that offeror. An award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor’s proposal as negotiated. 2. PRE-PROPOSAL CONFERENCE: The City will not hold a pre-proposal conference for this solicitation. However, by virtue of response to this solicitation, Offerors have satisfied themselves that they have a clear understanding of the specifications/scope of work and requirements of this solicitation. Offerors are encouraged to present any questions they may have concerning the solicitation as early as possible following the date of advertisement of this solicitation and at least five days prior to the closing date. Any clarifications deemed by the City to have a material impact on the specifications/scope of work and requirements of this solicitation will be communicated to all potential Offerors in the form of a written addendum submitted through eVA. 3. PROPOSAL ACCEPTANCE PERIOD: Any proposal in response to this solicitation shall be valid for Ninety (90) days. At the end of the 90 days the proposal may be withdrawn at the written request of the offeror. If the proposal is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. 4. CONTRACT: The City expects to award a Consulting Services Contract(s) from this solicitation. The City reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the firm. 5. ADDITIONAL SERVICES: In the event that the City requires additional services of a similar nature as those included in the scope of services in this solicitation, the Firm shall provide the City with a written estimate of the total costs to complete the work required. If the City determines that the estimated price is not fair and reasonable, it has the right to ask the Firm to reevaluate the estimate. If the revised estimate is determined to be not fair and reasonable, the City reserves the right to obtain additional quotes from other Firms. 6. AVAILABILITY OF FUNDS: It is understood and agreed by the Offeror that any resultant contract or extension of the contract period shall be governed by the availability and appropriation of funds. 7. STATE CORPORATION COMMISSION IDENTIFICATION NUMBER: Pursuant to Code of Virginia, §2.24311.2 subsection B, a offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC). Any offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law is required to include in its bid or proposal a statement describing why the offeror is not required to be so authorized. Indicate the above information on the SCC Form provided. Contractor agrees that the process by which compliance with Titles 13.1 and 50 is checked during the solicitation stage (including without limitation the SCC Form provided) is streamlined and not definitive, and the Commonwealth’s use and acceptance of such form, or its acceptance of Contractor’s statement describing why the offeror was not legally required to be authorized to transact business in the Commonwealth, shall not be conclusive of the issue and shall not be relied upon by the Contractor as demonstrating compliance.

11

PROPOSAL COVER PAGE NAME OF FIRM NAME OF AUTHORIZED FIRM REP CONTACT INFORMATION: (Including mailing address, e-mail address, voice phone number, fax number, and any other appropriate contact information)

I hereby certify that I am a representative of the above named company, duly authorized to sign and commit said company to this RFP. I further certify that this proposal is made without collusion or fraud and that this company has not offered or received any kickbacks or inducements from any other contractor, supplier, manufacturer or subcontractor in connection with this proposal, and further, that this company has not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised unless consideration of substantially equal or greater value was exchanged.

Signature of Firm Representative

Printed Name & Title of Firm Representative

Virginia SCC Identification Number

Date Receipt of

(fill in quantity in box) written addendums of the solicitation is hereby acknowledged.

12

Proof Of Authority To Transact Business In Virginia THIS FORM MUST BE SUBMITTED WITH YOUR PROPOSAL. FAILURE TO INCLUDE THIS FORM MAY RESULT IN REJECTION OF YOUR PROPOSAL Pursuant to Virginia Code §2.2-4311.2, an Offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall include in its proposal the identification number issued to it by the State Corporation Commission (“SCC”). Any Offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law shall attach to this form a statement describing why the Offeror is not required to be so authorized. Any Offeror described herein that fails to provide the required information shall not receive an award unless a waiver of this requirement is granted by the SCC. If this quote for goods or services is accepted by the City of Waynesboro, Virginia, the undersigned agrees that the requirements of the Code of Virginia Section 2.2-4311.2 have been met. Please complete the following by checking the appropriate line that applies and providing the requested information. A._____ Offeror is a Virginia business entity organized and authorized to transact business in Virginia by the SCC and such vendor’s Identification Number issued to it by the SCC is: __________________ B._____ Offeror is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such vendor’s Identification Number issued to it by the SCC is __________________ C._____ Offeror has applied for, but has not yet received, an Identification Number from the SCC and requests that it be granted an extension of five calendar days to provide its Identification Number to the City’s Purchasing Division. D._____ Offeror does not have an Identification Number issued to it by the SCC and is not required to be authorized to transact business in Virginia in accordance with Section(s) of the Code of Virginia and the reasons stated on the attached document(s). Please attach additional sheets if you need to explain why such Offeror is not required to be authorized to transact business in Virginia.

Legal Name of Company (as registered to do business and in agreement with IRS FEIN/TIN designation letter)

Legal Name of Authorized Representative for Offeror

Title of Authorized Representative for Offeror

Signature of Authorized Representative for Offeror

Date

13