REQUEST FOR PROPOSAL information concerning the rules and registration information about the Small...
Transcript of REQUEST FOR PROPOSAL information concerning the rules and registration information about the Small...
REQUEST FOR QUALIFICATIONS
Greater Cincinnati Water Works Request for Qualifications
for Temporary Hire, Contract to Hire and
Recruitment Services of Information Technology Personnel
DUE DATE: February 13, 2015; 12:00 Noon EST. RFP NUMBER: RFQ411GCWWINFOTECH ACCEPTANCE PLACE: Michael L. Cervay City Purchasing Agent / Finance Manager Purchasing Division 805 Central Avenue, Suite 234 Cincinnati, Ohio 45202 Requests for information related to this Proposal should be directed to: April Sherrill
Computer Systems Analyst Greater Cincinnati Water Works 4747 Spring Grove Avenue Cincinnati, Ohio 45232-1986 E-mail: [email protected]
Issue Date: January 13, 2015 NOTE: The City publishes information on the City of Cincinnati Internet web site at
www.cincinnati-oh.gov, which includes the Cincinnati Municipal Code and the information concerning the rules and registration information about the Small Business Enterprise Program. Offerors may register as a City vendor online at www.cincinnati-oh.gov/vss .
RFQ411GCWWINFOTECH Page 1
I. REQUEST
INTRODUCTION
The City of Cincinnati, Ohio, (hereinafter referred as “City”) is issuing this Request for Qualifications (hereinafter "RFQ") pursuant to the provisions of the Cincinnati Municipal Code, Chapter 321 and City Manager Administrative Regulation 23 for Professional Services, from parties, (hereinafter "Offerors). The Offeror shall provide as-needed information technology (IT) personnel services to support and enhance enterprise-wide computer software and hardware applications under a one-year contract period with renewals for 4 additional one-year terms.
GENERAL BACKGROUND AND INFORMATION The Greater Cincinnati Water Works (GCWW) Department is an enterprise agency within the City of Cincinnati. GCWW is responsible for providing the highest quality water at a reasonable cost to customers. The GCWW service area encompasses the City of Cincinnati, approximately ninety-percent of Hamilton County, the City of Mason, smaller portions in the adjacent Butler, Warren and Clermont counties and Boone County Kentucky. The GCWW is divided into seven divisions: 1) Office of Director, 2) Commercial Services, 3) Distribution, 4) Engineering, 5) Supply, 6) Water Quality & Treatment and 7) Information Technology Services. The following describes each of these divisions in more detail. The Office of Director is responsible for administrative tasks for the Director, clerical support, the strategic business plan as well as new business development. Sections within this division are also responsible for personnel management, accident prevention and safety programs for all Greater Cincinnati Water Works employees and for insuring compliance with all City, State and Federal requirements concerning occupational safety and health. The accounting staff handles the budgeting, disbursements and financial record keeping for the entire Department. Managing and maintaining the Department’s motorized equipment is the responsibility of the Fleet Maintenance Section. The Stores Section manages the day-to-day operations of various storerooms at GCWW. The Commercial Services Division is responsible for the billing and collection of water and sewer bills. This includes the reading of water meters, the maintenance and repair of meters, maintaining customer accounting records and the collection of payments, both current and delinquent, along with responding to customer billing concerns. The Commercial Services Division also contracts to provide Call Center Services to other communities. The Distribution Division maintains the Greater Cincinnati Water Works’ distribution system consisting of underground water mains, service branches within the right of way, main line and branch valves and appurtenances throughout the Greater Cincinnati area, as well as the technical and specialized equipment necessary to perform such maintenance and repair. These duties as well as the division’s street and sidewalk restoration program are all handled within the Repair Section. The Valve Section is responsible for the operation and preventative maintenance of all valves in the water distribution system, which consists of 33,600 valves. The Valve Section also responds to a host of other requests for service of an emergency and non-emergency nature. This includes but is not limited to leak investigations, poor pressure complaints and water quality complaints. The Support Services Section is responsible for the installation, maintenance and repair of all fire hydrants within the City of Cincinnati and the Village of Arlington Heights. Other responsibilities of the section include the maintenance and repair of stop boxes and stop cocks on delinquent accounts and all topsoil and seed restoration efforts. In addition, the Distribution Division manages the back flow prevention and cross-connection programs that serve to prevent contamination of the potable water supply system from contaminated water supply systems. The field representatives in this section have the most contact with customers; each scheduled to visit
RFQ411GCWWINFOTECH Page 2
between ten and twenty premises a day. The field visits are initiated by customer calls, meter applications, delinquent accounts, and various other reasons for investigations. The Engineering Division is responsible for Plant and System type planning and design. The Engineering Division is also responsible for construction, system records, capital investment, and maintenance planning. Maintenance related jobs include inspections, locating branches and boxes, thawing frozen branches, flow tests, plant facilities' records, and planning, designing, and overseeing the construction of new mains. These duties, along with the responsibility for creating and maintaining the infrastructure maps, require access to information obtained by the Distribution and Commercial Divisions. The Supply Division is responsible for the operation and maintenance of the two water treatment plants, the Miller Plant which draws water from the Ohio River, and the Bolton Plant in Fairfield, Ohio which draws water from the Great Miami Aquifer. The Supply Division also operates 14 pumping facilities throughout the distribution system. These facilities serve to pump the treated water into the 16 reservoirs and storage tanks that serve the distribution system. The Supply Division is responsible for the security and protection of all GCWW facilities. The Water Quality & Treatment Management Division is responsible for all water quality and treatment activities at the Miller Plant, Bolton Plant, and distribution system. Maintaining compliance with all State and Federal EPA regulations is part of this division’s responsibilities along with responding to consumer’s water quality concerns and conducting studies and research to optimize product quality and cost. In addition to routine activities to monitor treatment plant operation, the Water Quality & Treatment Division assists with projects and performs analyses related to 1) customer water quality complaints, 2) customer requests for lead analyses, 3) microbiological testing of new mains, 4) special investigation requests from other divisions and departments (e.g., Health Dept.), 5) spill response, 6) studies for strategic planning, 7) business development, 8) treatment process optimization, 9) system trouble shooting, and 10) sale of analytical services. The Water Quality & Treatment Division allocates a significant portion of its effort to specific projects as well as to activities involving other organizations such as ORSANCO, MCD, OKI, USEPA, OEPA, ODH, AWWA, and AWWARF.
The Information Technology Services Division is responsible for maintaining the highest level of availability, integrity, security, and credibility of network resources, applications, and customer service to GCWW employees and partners. IT Services consists of three sections: Service Desk, Central Services Support Team (CSST) and Planning and Program Management Services.
The Service Desk interacts directly with GCWW and other Utility employees and partners, our main customers. The Service Desk is responsible for installation, configuration and maintenance of approximately 1000 user workstations throughout the utilities. The Service Desk responds to thousands of customer service requests via phone or e-mail. The Service Desk Staff also orders, configures, and installs new equipment. The Service Desk staff manages the desktop workstations by applying security patches, maintaining virus patches, and updating operating systems and other office automation software. The CSST staff manages the infrastructure that supports many of our office automation and enterprise applications. CSST maintains network equipment, servers, storage area network, operating systems, email, print and file services, Citrix servers, virus protection software, file server backups and disaster recovery procedures. Planning and Program Management Services section oversees the implementation of the IT Strategic Plan recommendations and strategies. In addition, project and program management practices are developed and promoted throughout the department in support of IT initiatives. The Information Technology Section is responsible for planning and implementation of business information systems; procurement and maintenance of hardware and software; computer training and the help desk support services.
RFQ411GCWWINFOTECH Page 3
GENERAL CLIENT INFORMATION The Greater Cincinnati Water Works has multiple Project Teams comprised of a Project Manager, Functional and Technical resources. The Project Manager is responsible for updating the executive management, overseeing the project and setting the direction for the functional and technical team. There are a number of functional team members who will be the primary subject matter experts for their assigned area. Functional requirements are collected by Business Analysts. In addition, there are several technical resources whose expertise is focused on the application architecture, system architecture, LAN/WAN, security and interfaces.
Information Technology Organizational StructureGreater Cincinnati Water Works / Metropolitan Sewer District of Greater Cincinnati / Storm Water Maintenance Utility
Shared Services Structure
Information Technology
Manager
Asset Management
SCADA and Compliance
Financial Systems
Client Services & Database
Management
Development and Integration
Network Infrastructure &
Datacenter Technologies
Customer Service and
Billing
ENTERPRISE-WIDE APPLICATIONS GCWW operates a number of enterprise-wide computer software applications, with interfaces between these applications. Examples of these applications are as follows: Customer Information System (CIS) is used by GCWW, City of Cincinnati Storm Water Management
Utility (SMU), and the Metropolitan Sewer District (MSD). The Customer Information System (CIS) / Billing System (Customer Suite) application, Customer Suite, was purchased from Ventyx Systems (formerly Indus Utility and Systems and Computer Technology Corporation (SCT). The CIS product is now owned and licensed to customers by Hansen Technologies Limited. GCWW began issuing a combined utility billing statement for water, sewerage, fire, and Storm Water in 1996. Improvements to this process and service have occurred throughout the years. In 2001, GCWW expanded billing services to include the City of Mason. Bills for Mason include water, sewer, fire, storm water, and trash services. GCWW is providing call center services for other communities using the CIS system to support those operations. The system is run on a Hewlett Packard N Class UNIX box located at Greater Cincinnati Water Works (GCWW). The system is accessed using Windows 7 and XP desktop workstations over a GCWW Ethernet LAN. A project is underway to replace this application with Oracle Customer Care & Billing (CC&B). This project is scheduled for completion in the next 12 – 18 months.
Total Enterprise Asset Management (TEAM) is an enterprise-wide system that provides Work Order,
Inventory and Fixed Asset functional components with an integrated enterprise wide application to manage work within and across department divisions and other city departments. The EAM application, EMPAC, was purchased from Ventyx (formerly Indus International). This system runs on a Hewlett Packard N Class UNIX box. This is a client-server application which includes work order resource management, store’s inventory management, preventative maintenance, and fixed asset management. The system interfaces with the utility billing system, the PeopleSoft Financial system,
RFQ411GCWWINFOTECH Page 4
the City’s geographical information system (GIS), the City’s human resources system, and the City’s financial systems. An initial custom integration to the Curator document management system has been replaced with OnBase Document management. A project is underway to replace this application with Maximo v7.5, Maximo Spatial, a mobile solution, and associated integrations. The project is scheduled for completion in the next 18-24 months.
Hydra is a GCWW custom-developed ASP.NET application that integrates GIS functionality with Indus’
EMPAC EAM software. The Commercial and Distribution divisions use Hydra to create and search for Work Requests and Work Orders relating to GCWW distributed infrastructure maintenance. Queries can be executed from Hydra to extract data from Banner for work requests. The functionality that Hydra provides may be replaced with an application that integrates with Maximo spatial as part of the Maximo implementation. Maximo spatial is the GIS component of the Maximo work order DBMS.
Poseidon is a highly configurable, minimally customized web based mapping application built on Adobe
Action Script and Extensible Mark-up Language (MXML). As the replacement technology for the ArcView Gen7 GIS interface, Poseidon meets the GIS requirements of 80 % of current GIS users within the combined Utilities of the Greater Cincinnati Water Works, Metropolitan Sewer District of Greater Cincinnati and the Storm Water Management Utility of Greater Cincinnati. Poseidon integrates GIS functionality with web services and Service Oriented Architecture (SOA) to leverage access to data and queries from within and outside of the 3 utilities. The web services that drive Poseidon also integrate with City Works Asset Management System, city/county permits information, Maximo work order and Maximo Spatial, and can be displayed in the map on the desktop and on mobile devices.
Bill Presentation is a document design tool that controls the design, production, and archiving of
customer invoices and letters for GCWW. This is a purchased software package from Group 1 Software called DOC1 Designer, Generate, and Archive.
iNovah is a central payment engine that controls point of sale, IVR, phone, and Web payment
processing. This is a purchased software package from Harris Computers, Inc (formerly Systems Innovators Inc. (SII)).
OnBase is a document management system that includes intelligent forms, workflow and library
management from Hyland Software. GCWW has developed automated processes to streamline the creation of documents, and to maintain consistency between the document libraries and information in other applications such as Banner, PeopleSoft and EMPAC. Several business areas use high-speed batch scanning to add external paper documents to the document libraries.
PeopleSoft Financials Asset Management and Project Costing is used to plan, organize, manage,
and collect all the costs associated with GCWW capital improvement projects. The system is also used to track, manage, depreciate, and account for all capital assets. The system runs on the same Hewlett Packard N Class UNIX box as the TEAM system. The GCWW has also developed interface processes to the City of Cincinnati’s Financial System and the EMPAC system to help streamline their business processes and to minimize double entry. The current version is PeopleSoft Financials 8.41.
Geographical Information System (GIS) provides maps and models of GCWW’s distribution system.
As party to the consortium that put together the Cincinnati Area Geographical Information Systems (CAGIS), additional map layers are provided by other city, county and local utilities. GCWW’s
RFQ411GCWWINFOTECH Page 5
geographical information system allows us to make better decisions by providing maps and models of our distribution system. Various GIS maps reveal trends and patterns that are not easily seen in other data presentation formats. The GIS system interfaces with the Banner system and the TEAM system. The GCWW, as part of the consortium, runs ESRI ArcInfo, ArcView and a local application, Gen7, written in Avenue. The ArcInfo graphical and the non-graphical data is stored in an Oracle Database at GCWW and is replicated as shapefiles/geo-databases to servers at various GCWW locations and consortium members locations.
Heat, from FrontRange Solutions, is used to improve IT Help Desk Management with features to log all
user computer complaints, assign work to Help Desk analysts, and track call ticket resolutions. The system provides customized reporting and knowledge-based solutions for our internal IT Help Desk. Reports are generated for Management as well as performance measures for IT Help Desk staff. GCWW has looked at ChangeGear and may consider a future implementation.
Supervisory Control and Data Acquisition (SCADA) system is an essential component in the operation
of the treatment plants, satellite treatment facilities, and the water distribution system. This is a purchased software package from Citect, Inc now owned by Schneider Electric. Schneider Electric is currently working with the Greater Cincinnati Water Works providing engineering services, material, and installation to upgrade the SCADA software from V6.1 to V7.4. Most of the existing network equipment (routers, switches, etc.) in the California Control Center at the Richard Miller Treatment Plant is manufactured by Cisco.
CRM/Call Center Technologies are utilized in the customer assistance section to manage calls and
customer service. Aspect and partnering technologies are used for the call management system, interactive voice response system, workforce management, outbound dialing, wallboards, and computer telephony integration. GCWW uses a variety of technologies to manage calls and customer service in our customer assistance section. Some of these technologies are leveraged for the City of Cincinnati customer assistance office.
LIMS (Laboratory Information Management System) is used to manage and track lab work. It
interfaces with selected laboratory instruments and sorts and organizes data into necessary report formats for regulatory reporting. GCWW licensed LabWorks from PerkinElmer, Inc. LIMS creates data files that are then imported into an Oracle database.
HP Quality Center is used to manage the testing process of process and applications that are in
development MOSS (Microsoft Office Sharepoint Server) is used for document sharing and collaboration by
many project teams. Cincinnati Financial System (CFS) – all city agencies are required to use CFS for accounting and
purchasing transactions. Due to this requirement, several other systems are interfaced to this system. The CFS System is powered by AMS Advantage 3 developed by CGI American Management Systems.
Cincinnati Human Resources Information System (CHRIS) – the City of Cincinnati Personnel System is PeopleSoft. GCWW has implemented in several division CHRIS Self Service for time reporting for payroll. There are interfaces from CHRIS to EMPAC and other GCWW Applications.
Other business and utility software applications. Infrastructure systems and software GCWW utilizes a number of technologies in support of the applications listed above.
Operating systems: Windows Server 200x, Windows7 implementation from XP (currently in progress), HP-UX, Linux, VMWare Databases: Oracle, SQL Server Office productivity: MS Office, Exchange, MS Outlook Application Servers: Oracle Application Server 10G, Weblogics
RFQ411GCWWINFOTECH Page 6
Other: Citrix Network Infrastructure: Dell Servers, Juniper Switches
Application List for the IT Shared Services Division Application Utility Function 360water.com MSD WWT staff online training. Acrobat Professional All Adobe Reader All Adobe Robohelp GCWW Contact Center Knowledge Base Adobe Captivate GCWW Commercial Agilent Chem Station MSDGC Instrument to PC software Alexandria Support GCWW External Customer Support All Pipe Models GCWW Aloha MSDGC Used with Cameo Altiris MSDGC MSD Service Desk Altiris Reporting MSD AMS Advantage (CFS) ETS AQM (Aspect, Aspect Quality Monitority)
GCWW Contact Center Software
ARB N Sight (Neptune) GCWW Handheld meter reading system piece
ArcGIS MSD, GCWW Basis for All GIS Services (Webmap, Asset model editing)
ArcInfo MSDGC, GCWW
ArcSDE MSD, GCWW Spatial Database for Asset Features/Attributes
Aspect GCWW Contact Center Software Aspect UIP MSDGC IVR for Collections Aspect UIP GCWW Implementation of the new Aspect
system. Asset Criticality / Criticality MSD Allows WWT to generate a criticality
score for their assets Autocad MSDGC Autocad - Civil 3D MSDGC,
GCWW
AutoCad - Electrical MSDGC, GCWW
AutoCad LT GCWW Avaya IC GCWW Old contact center softphone software
still used by Public Services
RFQ411GCWWINFOTECH Page 7
Avaya Telephones (typical desk phones)
MSD, GCWW
Bartender MSDGC, GCWW
Label Printing
BiCycle 2008 MSDGC BI for Maximo BioWin MSDGC WasteWater Modeling BranchNet GCWW GCWW Branch inventory database BRG Clocks (Kronos) MSD Kronos time display Budget Monitoring GCWW Business Objects MSDGC Reporting Services for Crystal Reports
CAGISAM GCWW CagisDocs - GCWW GCWW Same as DocsLink. Used to enter docs
into DocsOpen CAGIS DB. CagisDocs - MSD MSD Same as DocsLink. Used to enter docs
into DocsOpen CAGIS DB. Call Management System (CMS) GCWW Records call data from Public Services
Contact Center Cameo MSDGC EPA Emergency Management Camtasia MSDGC Video Capture and Editing Canary GCWW Water Security CapPlan MSDGC CAS Database MSD Contract Administration CBS Integration MSD, GCWW PeopleSoft to CBS CCMS (Aspect, uccAdmin) GCWW Contact Center Software CCS (Consumer Complaint System) GCWW Water Quality IVR monitoring
Ccure MSD, GCWW C-Cure administration CCure 'Cellular' Video cameras GCWW Cellular video
Chart Runner MSDGC Laboratory Reporting CHRIS Self Service All CHRIS to AD Integration MSDGC CHRIS to AD Master Data Source CHRIS to Maximo 4.1.1 Integration MSDGC CHRIS to Maximo Data Transfer
CHRIS to Maximo 7.5 Integration MSDGC CHRIS to Maximo Data Transfer
Chromeleon 7 GCWW Cimplicity MSDGC SCADA Analytics CIP Editor GCWW CIP Request System GCWW
RFQ411GCWWINFOTECH Page 8
CIP Tracking System redevelopment
GCWW
CIP Viewer GCWW Citect SCADA GCWW Water Treatment, Distribution and
Monitoring Citrix MSD, GCWW CityWorks MSDGC CityWorks Criticality Assessment MSDGC ArcGIS Criticality Tool
Closing Treasurer's Office for Bill Payment
GCWW
CMH MSDGC Electrical Ladder Diagrams CMS (Avaya) GCWW Old contact center call reporting tool still
used by Public Services Coastal Clarity LMS MSD Comet Mobile Worker GCWW Continued Support of the CMW system.
Complaint Tracking MSDGC Contract Administration System MSDGC Contract Tracking System
County Budget (BOCC) MSDGC Courier (old voice recorder software)
GCWW Interface with old voice recorder
Credits Tracking MSDGC Sewer Credits Crew Management (Green Book) GCWW
Criteria Decision Plus MSDGC Criticality Assessment MSD Sewer physical asset prioritizing CRM (vTiger) GCWW Customer Relationship Management
Crystal Ball MSDGC BI Tool for Oracle Crystal Reports MSD, GCWW CSO/SSO Site Inspection MSDGC CTMS MSD/GCWW Pump Station Monitoring Custom Guide e-Learning MSDGC On-Line Training Customer 10 MSDGC Electrical Diagrams Customer Adjustment Workflow Stabilization
GCWW
Customer Suite GCWW Continued support of the Customer Information System.
Customer Surveys GCWW
RFQ411GCWWINFOTECH Page 9
Data Entry and Edit Form for CWQ GCWW Reporting
Data Entry and Edit Form for Field Routes
GCWW Compliance Reporting
Data Mart GCWW Data Pop (Spectrum, Wallboard) GCWW Used by Public Services
Description Sheet Report GCWW Digital TV MSDGC DTV for Sewer Pipes Discovery Reports GCWW Compliance Reporting Distribution OMS (Overtime) GCWW Improves the way they track Overtime
for field personnel. DMExpress GCWW Doc1 GCWW DocsLink MSD, GCWW DocsOpen (DB for DocsLink) MSD, GCWW
DraftSight MSDGC SolidWorks Add-On DRIP (Customer Suite, ICS) GCWW Billing System ECAM GCWW Online customer payments eCRR GCWW EDDIES GCWW Water Security eForms Implementation Project GCWW
EMC SAN MSD Emerson Controlwave GCWW Programming software for RTU Emerson Netview GCWW Diagnostic software for RTU EMPAC GCWW Enterprise asset management for GCWW
linear and discreet assets Enabled Impact Program MSD Contains Inspection Information ENGIMAGE GCWW Engineering Letter GCWW Envirotreat Version 1.x MSDGC Resprometer Instrument to PC software
eOne MSDGC PLC Programming Tool eOps MSDGC PLC Data Warehouse EPA - 911 Mapper GCWW Part of Water Sercurity System - Data
feed from Fire Dept. for certain paramedic runs related to stomach illnesses and other waterborne type illnesses.
RFQ411GCWWINFOTECH Page 10
EPANet GCWW EPANET is software that models water distribution piping systems. EPANET is public domain software that may be freely copied and distributed. It is a Windows 95/98/NT/XP program. EPANET performs extended period simulation of the water movement and quality
Equallogic SAN MSD ERC Manhole Rehab MSDGC ETS Form Autofill GCWW Helps expedite the process of
completing ETS forms on their website.
Excel Reports (Operational Reports)
GCWW Compliance Reporting
Exchange GCWW Email Administration and Support EZNet GCWW FAST MSDGC iPacs Field Software Flowfinity MSD User defined forms in the field FlowMaster MSDGC FlowWorks MSDGC Galaxy GCWW Compliance Reporting GCWW Birthday E-mail Service GCWW Sends an e-mail to the employee wishing
them a Happy Birthday and reminding them about a few employee/HR items.
GE Proficy WorkFlow GCWW SOP Workflows GE Vision GCWW Custom views for GE workflows Gen7 (Arcview) GCWW GoMaps GCWW Cagis Maps online GPS-X MSDGC Treatment Plant Modeling GRID Admin / BlackShield GCWW Grievance Tracking MSDGC Grievance Tracking System - ASFME H2O Sentinel GCWW H2ONet, H2OMap GCWW Main Application for Hydraulic Model
Handheld Meter Reading (HHAMR)
GCWW Continued support of the HHAMR system.
HEAT MSD, GCWW IT ticket tracking HHAMR GCWW Handheld meter reading system HP SAN GCWW
RFQ411GCWWINFOTECH Page 11
HR Online MSDGC City Jobs Application System - Internet
Hydra GCWW Enterprise asset management for GCWW linear assets
Hydralink - Flowmeter MSDGC HydraScan MSDGC Hydro Labs MSDGC Downloads results and parameters from
probes used by S&S Hydrolic Model GCWW ICS (Customer Suite, DRIP) GCWW Billing System Indus / Venyx - Customer Suite GCWW Billing System InfoPath Forms MSD, GCWW Currently use InfoPath forms to replace
many of the paper forms we have throughout the agencies.
InfoSWMM MSDGC StormWater Modeling InfoWater GCWW iNovah GCWW Cashiers use to take payments in lobby
IP Phones GCWW VoIP Phones in Contact Center iPacs MSDGC Industrial Sewer Discharge Permitting
System IVR GCWW Contact Center Software iWave MSD CIP Project and Program Management
JMS Worksaver GCWW RCM data management KeyWatcher GCWW Key management software for GCWW
Distribution Div Kodak Imaging (Scanners) GCWW Used to scan docs in to OnBase and
other applications KorTerra GCWW Kronos Timekeeping MSDGC KRONOS to CHRIS Integration MSDGC Timesheet
Kronos WFC MSDGC Kubra (Bill Printing) GCWW Bill print vendor for utility Lachat MSDGC Instrument to PC software Lexington Support GCWW External Customer Support LIMS 6.3 MSDGC Labratory Information Management
System for Compliance Reporting
RFQ411GCWWINFOTECH Page 12
LIMS 6.4 GCWW Labratory Information Management System for Compliance Reporting
LIMS EDI MSDGC ETL for iPacs to LIMS Data Transfer LIMS eOps Tray MSDGC ETL for LIMS to eOps Data Transfer Lining MSDGC Pipe Lining Program LMS Worksaver MSD Stores RCM data MarMap MSDGC River Water Analysis MatLab MSDGC,
GCWW Data Analysis
Matrikon OPC GCWW SCADA Communication software Maximo MSDGC AMS for Facilities Maximo - Criticality Assessment MSDGC Sewer physical asset prioritizing
Maximo - Overtime Management MSDGC
Maximo 4.1.1 to CHRIS Integration MSDGC Timesheet
Maximo 7.5 to CHRIS Integration MSDGC Timesheet
Maximo Spatial Mobile Solution GCWW There is a project underway to implement this application in the next 18 – 24 months.
MC2 - ICE MSD Cost Estimating MCEGold GCWW Metronoma SW for IC GCWW Instrumentation Microfiche Index Search GCWW Microsoft Office Products All MikeSWIM MSDGC Modeling Mill Creek Scheduling MSDGC MSD Office MSD MSD's web mapping application similar
to GoMaps Mun-Ease GCWW Municipal Bond software myGCWW GCWW Now provides Services for TheTap, also
has the Water Works Management Workshop and the Event Board.
myMSD MSD NavTrak MSDGC GPS tracking for crew trucks and guards
Neptune GCWW Handheld meter reading system piece
Nightly Batch GCWW NWA Analysis MSDGC Process Analysis NWA Quality Analyst Version 6.2 MSDGC QA/QC Software used in the lab
RFQ411GCWWINFOTECH Page 13
O & M Online Manual MSD Online Plant Manual Omnion Ver 3.x SW MSDGC Instrument to PC software OMS / OT Tracking MSD Mange WWT Overtime OMS Connect MSD Online Plant Manual On Center MSDGC Estimating and PM OnBase GCWW Document Management and Workflow
Management Application.
One Rain MSDGC Telog Tool OpenText MSDGC Formally ProVision, project management
decision support Operations & Maintenance System MSDGC O&M System for Treatment
OUPS MSDGC Overtime Management System - WWT
MSDGC Overtime Tracking System for Maximo
Oracle Reports Developer GCWW Oracle Customer Care & Billing (CC&B)
GCWW A project is underway to replace the current CIS with Oracle CC&B. This is scheduled for completion in the next 12 – 18 months.
Pactware MSDGC Payment Processing GCWW PBViews MSD, GCWW Performance management software
PC-BOD SW MSDGC Instrument to PC software PCSWMM MSDGC PdMA MSD PeachTree GCWW Non-water/sewer billing tool Peek Measurement MSDGC PeopleSoft EPM MSDGC Data Warehouse PeopleSoft Financials GCWW Project Costing, Fixed Assets Performance Impact Workplace (PIW)
GCWW GCWW Employee Performance Review SW
Performance Management (Aspect)
GCWW Contact Center Historical Reporting
Permits Plus ETS PipeTech MSDGC PIW GCWW Performance Review app Polycom Phones GCWW VoIP Phones in Contact Center Primavera 6.7 GCWW Project Tracking System Primavera 8.1 MSD Project Tracking System
RFQ411GCWWINFOTECH Page 14
PrintKey MSDGC Prioritize Process Improvements to Improve Customer LOS
GCWW
Prism SBE MSDGC SBE Hosted Site Project GroundWorks MSDGC Property Acquisition MSDGC Right of Way Property Acquisition Pump Flo MSDGC QM (Aspect, Quality Monitoring) GCWW Contact Center Software
Quality Center (QC) GCWW Change request application used by CAB team
Quantis S/W MSDGC Used by S&S Rain Gauge MSD RainView - Radar Rain Guage MSDGC Data Mart for Rain Data
RAP (Report Access Portal) GCWW Online Report tool
Raster Design GCWW RCM WorkSaver MSDGC Real-Time Monitoring & Control MSDGC RTM and RTC of gate valves.
Recreational Water Quality MSDGC River and Tributary Water Quality System
Red Folder Workflow MSDGC Task Order workflow Reliability Center Maintenance MSDGC RCM for facility equipment
REMIT GCWW Accounts Payables 3 way matching process
Reopen CIP Workflow Enhancements
GCWW
Right of Way (ROW) Acquisition Application
MSD Helps streamline the RoW Acquisition process so that we can get projects started faster.
RightFax GCWW Fax Software for Contact Center Robohelp GCWW App for building eCRR ROW MSDGC Right of Way RTA (Aspect, Real Time Adherance)
GCWW Contact Center Software
Safety System MSDGC Safety Incident Tracking Saturn GCWW Instrumentation SBU Workflow (field) MSDGC
RFQ411GCWWINFOTECH Page 15
ScoreCard MSD, GCWW Performance Management Septic Hauler System MSDGC SharePoint (Document Control) MSDGC
SharePoint (MyMSD) MSDGC Intranet platform SharePoint (theTap) GCWW SharePoint (Utilitas) MSD, GCWW SigmaPlot GCWW Instrumentation Sitecomp GCWW SOA Framework GCWW Solid Works MSDGC SOP GCWW Standard Operating Procedures intranet
site Spider GPS GCWW SSAS, SSIS, SSRS MSD, GCWW Analytical, Integration, and Reporting
services for SQL Server Stores (MSD) MSDGC Storm Builder MSDGC Modeling Tango MSDGC Tap GCWW TECPLOT GCWW Instrumentation Telephones (non-IP) MSD, GCWW Telog MSDGC Data Mart for Sewer Flow and Level Data
ThermaCam MSDGC thermal imaging Timezone MSDGC Card Swipe Interface Transmission Main Viewer GCWW Travel/Training Workflow GCWW GCWW Distribution - crew management
/ attendance app. Trimble MSDGC Surveying software UAD (Aspect, Unified Agent Desktop)
GCWW Contact Center Software
UE Spectralyzer MSDGC UPS Workshop MSDGC Utilitas All Varian GCWW Instrumentation VDI MSD, GCWW Desktop Replacement VibView MSDGC View plant drawings VMWare MSD, GCWW Voice Recorder (old, hardware based)
GCWW Contains pre-Aspect calls. Scheduled to be decommissioned in 2013.
VoIP Phones GCWW IP Phones in Contact Center
RFQ411GCWWINFOTECH Page 16
vTiger (CRM) GCWW Customer Relationship Management
Wallboard (Aspect, new) GCWW Flat Screens with Contact Center Data
Wallboard (Spectrum, old) GCWW Old GCWW Contact Center call stat board now being used by Public Services Center
Water Consumption Analysis GCWW
Water Main Project Administration
GCWW track and analyze bid estimate and expenses for WM Projects
Water Security (SCADA) GCWW Water Treatment, Distribution and Monitoring
Water Security Process Monitoring GCWW
Websense MSDGC Intranet proxy WFM (Aspect, Workforce Manage.)
GCWW Contact Center Software
What's Up Gold MSDGC, GCWW
WinLabs 32 - ICP S/W MSDGC Instrument to PC software Winlabs AA MSDGC Instrument to PC software WinSLAMM MSDGC Modeling Workforce Management (Aspect) GCWW Contact Center staffing
WQT DB (.net) GCWW Compliance Reporting WQT Document Action Request Workflow
GCWW
WS FTP Pro MSDGC Wsi EDDIES & Canary GCWW Water Security Wsi SCADA Report GCWW Water Security WWT Overtime Management MSD
Xactimate MSDGC Estimating Zenoss Zonar MSD GPS tracking for crew trucks and guards
RFQ411GCWWINFOTECH Page 17
Other topics of expertise that are needed by GCWW include but are not limited to: Oracle Utilities Customer Care and Billing Service, ITIL Service Management, ChangeGear Incident Management Tool, VDI, Cloud Services, VOIP, IVR, Junos/Juniper, STRM/IDP and VPN. Table of GCWW Major Application Systems with their supported Hardware and Software Platforms GCWW Application
Application Modules, and Current Version, Vendor
Database Hardware Platform
Operating System
Application Server Platform
Customer Information System (CIS)
Customer Suite version 4.0
Oracle 10g HP-UX Unix Oracle Forms/Reports 9i Oracle 9iAS
Enterprise Asset Management System (EAM)
EMPAC Asset & Work Management, Stores Catalog, Procurement Version 8.5.2.5 Indus Utility Systems
Oracle 8i HP N Class
Unix Powerbuilder
PeopleSoft Financials
Asset Management V8.41 Project Costing V8.41 PeopleSoft
Oracle 8i HP N Class Dell
Unix Windows NT
People tools 8.53 and Financials 9.2/9.1 BEA Weblogics
Document Management System
OnBase
Oracle 8i HP N Class
Unix
SCADA Citect SCADA
6.10 Oracle 10g Dell Power Edge, Intel processor
Windows 2008
LIMS Labworks by Perkin Elmer
Oracle 10g Dell Power Edge, Intel processor
Windows 2003
Hydra V1.8 Oracle 8i DB Server: HP N Class
DB Server: Unix Client : Windows 2000,XP
App Server: NA Development Platform: ASP.NET, ArcGIS Server 9.2
Geographical Information System (GIS)
ESRI Oracle 10g Intel Windows ArcInfo 9.2
IT Help Desk Management
HEAT Software FrontRange Solutions SunView Software Inc. ChangeGear
SQL 2000 Dell Intel x86
Windows 2000 Windows 7
Heat version 8.0 ChangeGear V5.0
RFQ411GCWWINFOTECH Page 18
SCOPE OF SERVICES/SPECIFICATIONS GCWW expects to satisfy three different potential needs with the creation of Professional Services Agreements from this RFQ. The first need is for as-needed information technology (IT) temporary personnel services to supplement the capabilities of in house IT and business staff. The second need is to fill permanent IT positions on the GCWW Table of Organization through a Contract to Hire agreement with the Offeror. The third is to fill permanent IT positions directly from the recruiting efforts of the Offerors.
Consultants provided by the Offeror will be expected to work independently to meet project deadlines with general direction from a City of Cincinnati Project Manager. The consultant may be required to provide more or fewer services as specifically detailed in specific Service Requests based on a project’s scope of services or a more general Statement of Work (SOW). The Consulting Services to be provided under this contract for as-needed IT Temporary Personnel Services, Contract to Hire services or Recruiting Services may include but are not limited to any of the following consulting Position Categories:
• Project Management Services (C-1)
• Business Analyst Services (C-2)
• Application Analyst Developer Services (Solutions Developer) (C-3)
• Desktop Support / Service Desk Services (C-4)
• Training Support Services (C-5)
• Database Administration Services (C-6)
• Network / Server Analyst Services (C-7)
• GIS Analyst Developer Services (C-8)
• Peoplesoft Analyst Developer Services (C-9)
• SCADA Analyst Developer Services (C-10)
• IT Strategist Services / Enterprise Architect Services (C-11)
• Testing Services Analyst (C-12)
• Security Analyst Services (C-13)
• Business Intelligence Services (C-14)
• Telecommunications Analyst Services (C-15)
• System Engineer Services (C-16)
IMPORTANT NOTE
Attachment C MUST BE completed for identifying the skill sets for the positions listed above. Any response not completing this attachment will be disqualified and will not be reviewed.
Any services not specifically listed above may be provided in conjunction with or in addition to those services listed above for the City of Cincinnati, with the approval of GCWW management and as required to meet technical skills for support and expansion of GCWW applications. All work assigned under this Contract will be coordinated through a representative designated by GCWW management. When the services of an Offeror are needed, GCWW management may request services by type of service and skill requirements as defined by a Statement of Work (SOW) and/or for a specific project as defined by a Scope of Services meeting to be called by the GCWW representative. Any work to
RFQ411GCWWINFOTECH Page 19
be performed under this Contract may be authorized by signature of designated GCWW management. Actual services and hours assigned under this Contract will be identified in 1) a Statement of Work specific to each service type request or 2) a written Scope of Services specific to each project. The City of Cincinnati may request proposals from several Offerors or the work may be awarded directly to one Offeror. The Statement of Work will include, at a minimum, the Offeror’s employee name(s) to provide the service, dates of service, and hours per week, rate, and employee resume. The City of Cincinnati may request an interview with the Offeror’s employee(s). The Scope of Services will include a project budget and completion schedule, and shall be prepared by the Offeror after a detailed Scope of Services meeting with the City of Cincinnati. Contract to Hire GCWW will inform all Offerors that have been awarded a Professional Services Agreement that it is seeking personnel for a “Contract to Hire” position. This process will be initiated by the publication of a Statement of Work that is sent out to all Offerors with a Professional Services Agreement. Each Offeror will have an opportunity to submit possible qualified individuals for GCWW’s consideration. When the position is advertised as a “Contract to Hire” position, GCWW’s plan will be to initially utilize the consultant provided by the Offeror on a temporary basis performing tasks outlined in the Statement of Work agreement with the selected Offeror for a definitive time period (i.e. 3 – 6 months). Offerors will have the ability to submit employees to fulfill the requirements of the Statement of Work for a mutually agreed period of time. If at any point in time during of the Statement of Work period, both GCWW and the Offeror employee are agreeable to pursuing permanent employment status with City of Cincinnati for the Offeror employee, GCWW will initiate the process to hire the consultant as a permanent employee of the City of Cincinnati. Recruiting Services GCWW will inform all Offerors that have been awarded a Professional Services Agreement that it is seeking Recruiting Services for a position. This process will be initiated by the publication of a Statement of Work that is sent out to all Offerors with a Professional Services Agreement. Each Offeror will have an opportunity to submit possible qualified individuals for GCWW’s consideration. GCWW’s plan will be to immediately initiate the process of pursuing the permanent employment status with the City of Cincinnati for the Offeror employee. City of Cincinnati Hiring Process Requirements The City of Cincinnati requires that candidates for contract to hire:
• Meet the qualifications of the classification specification and provide the following documentation to Water Works and the City Human Resources:
o Resume showing work experience o Copy of official transcripts o Copy of valid driver’s license o Completed City application
• Pass a background check • Have a valid driver’s license • Be a Hamilton County resident at time of appointment.
RFQ411GCWWINFOTECH Page 20
QUALIFICATIONS Since the Offerors competing for these IT Personnel Services will not be required to offer a specific proposal for an identified project at this time, information is required to be included in the response in order that an assessment may be made of the Offeror’s overall approach to project management and it’s ability to provide qualified personnel. The Proposals section of this RFQ provides details of the qualification information to be provided in the Offeror’s proposal. The Offeror’s response is required to identify qualifications in the areas of: Offeror’s Ownership Offeror’s Client Experience Offeror’s Personnel Qualifications Offeror’s ability to meet client needs Offeror’s experience with currently used applications (see Application List for the IT Shared Services
Division) Offeror’s competitive position and future commitment.
TIMETABLE
Milestones for the Process are: Date 1. Release of RFP 01/13/2015 2. Submit written questions 01/20/2015
3. GCWW provides written answers to questions 01/23/2015 4. OFFERORS SUBMIT PROPOSALS 02/13/2015
5. Recommendation for final selection 02/25/2015 6. City initiates negotiations with preferred Offeror (approx.) 02/28/2015
Members of the Selection Committee may make follow-up calls to Offerors for clarifications anytime during the evaluation period from January 13, 2015 to February 25, 2015
QUESTIONS CONCERNING THE RFP All questions concerning the Request for Qualifications (RFQ) must be submitted in writing by January 20, 2015 to:
April Sherrill Greater Cincinnati Water Works 4747 Spring Grove Avenue Cincinnati, Ohio 45232-1986 Fax (513) 591-6511 Email: [email protected]
Oral questions will not be answered. All questions will be answered in a single emailed document.
RFQ411GCWWINFOTECH Page 21
RFQ SUBMISSIONS (Public Records Requirements) The Offeror shall develop a written response to this RFP structured to comply with Section II of this RFQ.
While each proposal will be considered objectively, the city assumes no obligation to accept to take action on any proposal. The City assumes no liability for any costs incurred in preparing or submitting any proposals. Interested parties should submit an original and five (5) bound paper copies and one copy in an electronic format on a CD/DVD of the Statement of Qualifications proposal to: Michael L. Cervay City Purchasing Agent / Finance Manager Purchasing Division 805 Central Avenue, Suite 234 Cincinnati, Ohio 45202
All proposals must be submitted in a sealed package. The following notation should be on the sealed package: RFQ411GCWWINFOTECH: Temporary Hire, Contract to Hire and Recruitment Services of Information Technology Personnel, Due Friday 02/13/15 at 12:00 NOON EST.
The deadline for responding to this RFP and for submitting all related materials is: Friday, February 13, 2015 12:00 Noon EST Late proposals will not be accepted. The entire proposal must be submitted in both Hard and Soft copy (CD/DVD). Proposals can be withdrawn at any time, if requested in writing, until the deadline date, at which time proposals will be considered firm and become the property of the City and will not be returned. By responding to this RFP, Offerors waive any challenge to the City’s decisions. By submitting this proposal, the Offeror acknowledges that the City is governed by the Ohio Public Records Laws. Notwithstanding any statement to the contrary, the City’s handling of any confidentiality obligations are subject to the limitations of this paragraph. Offeror’s proposal may be subject to disclosure under the Ohio Public Records Laws. The City shall have no duty to defend the rights of Offeror or any of its agents or affiliates in any records requested to be disclosed. Upon receipt of a public records request, the City will notify Offeror of its intent to release records to the requestor. Contractor shall have a maximum of five (5) business days beginning with the date it receives notification to respond to the City by either accommodating the requestor, providing redacted copies of the documents, or pursing legal remedies to stop the City’s release of requested information. Said notification shall relieve the City of any further obligation under any claim of Offeror or any of its agents or affiliates in any jurisdiction in connection with the disclosure of such records. Offeror and its agents and affiliates may pursue legal and/or equitable remedies to stop or limit disclosure at their sole expense. If the Offeror believes that some information contained in the Proposal is exempt from disclosure, the Offeror is instructed to label such information as confidential, specify the pertinent section of the public records law which justifies nondisclosure, segregate from the Proposal the specific information to be exempt from disclosure, and request in writing that the City keep such information confidential and free form disclosure. Marking all or substantially all
RFQ411GCWWINFOTECH Page 22
of a Proposal as confidential may result in the Proposal being considered non-responsive by the City. The Offeror recognizes and agrees that the City will not be responsible or liable in any way for any losses that the Offeror may suffer from the disclosure of information or materials to third parties.
Offerors submitting proposals in response to and consistent with this RFQ must submit each of the following:
1. A complete Proposal - Statement of Qualifications (as described in the II. Proposal - Statement of Qualifications section.)
2. Form OCC 147, Equal Employment Opportunity Program 3. Forms of insurance evidencing coverage or a statement that the necessary coverage will be
obtained. The necessary coverage is provided in Section III of the RFP 4. References 5. The Offeror should identify, specifically, any City certified SBEs who are part of the Primary
Offeror(s) or who Sub-Offerors are; and, to identify the portions of work which would be performed by the SBE(s).”
SELECTION PROCESS AND AWARD CRITERIA
Selection of preferred Offeror(s) and subsequent award of contract(s) will comply with City Administrative Regulation No. 23 and the Cincinnati Municipal Code. The City will award a contract to the successful Offeror considering the total requirements for this procurement and what will be in the “Best Interest of the City” in accordance with CMC Chapter 321.
The City’s Project Committee will review and evaluate all properly submitted proposals that are received on or before the deadline. The committee will then select the proposal that is “Most Advantageous” to the City taking into consideration price and evaluation factors set forth below:
• Content and completeness of proposals submitted. • Advantages and disadvantages to the City which could result from the proposal. • Offeror’s response to Scope of Service Questions (Attachment A). • Strength and technical ability of Offeror Personnel as they relate to Applications based
on the review of the Application Skill Set Checklist (Attachment B).* • Offeror’s ability to supply the Roles Skill Set Checklists (Attachment C) for each
position that Offeror includes in their Proposal. • The fees proposed by the Offeror (Attachments D, E & F). • Offeror References. • Financial strength of the Offeror. • Offeror is a City of Cincinnati-certified SBE or is partnered/subcontracting with a City-
certified SBE. • Offeror location with respect to the Greater Cincinnati Area. Does the firm have a
location within the City of Cincinnati, within the Hamilton County, or within the regional Primary Metropolitan Statistical Area (PMSA), etc.
The City reserves the right to ask for additional information and clarification from or about any or all of the Offerors. The City may require selected Offerors to make an oral presentation of their proposals.
The City's selection committee will submit its findings to the (department head), the (department
RFQ411GCWWINFOTECH Page 23
head) will submit a recommendation to the City Manager who will make the award for the City pursuant to CMC Section 321-1-A2.
COMPETITION INTENDED
Competition shall be generated to the maximum extent practicable, including opportunities for Small Business Enterprises through the Small Business Enterprise (SBE) Program (CMC Chapter 323).
PROCESS FOR ENTERING INTO AGREEMENT
The Offeror(s) whose proposal is found to be the "Most Advantageous" to the City of Cincinnati will be offered the opportunity to enter into an Agreement with the City. The scope, terms and conditions of that Agreement shall be in substantial conformance with the terms, conditions and specifications described in this RFP and with the proposal that is submitted by the Offeror whose proposal is found to be the "Most Advantageous" to the City.
The Offeror(s) should be prepared to begin contract negotiations upon notification of the Award. If the Offeror is not able to begin contract negotiations, the City may disqualify that Offeror.
The City reserves the right to negotiate the Agreement to include any portion or portions of the services covered by this RFP. The City reserves the right to reject any and all proposals in total or by components.
ADDITIONAL INFORMATION
The City reserves the right to check all references furnished and consider responses received in determining the award.
The City reserves the right to perform investigations as may be deemed necessary by the City to assure that competent persons will be and are utilized in the performance of the Agreement and to verify the accuracy of the contents of proposals.
The City publishes information on the City of Cincinnati Internet web site at www.cincinnati-oh.gov , which includes the Cincinnati Municipal Code and the information concerning the rules and registration information about the Small Business Enterprise Program.
CONTRACTOR REGISTRATION The Contractor awarded the contract shall be a registrant under Vendor Self Service (VSS) at time of award. Go to http://www.cincinnati-oh.gov/vss/ to register.
CHANGES AND ADDENDA TO RFQ DOCUMENTS
Each change or addenda issued in relation to this document will be on file in the Purchasing Division. In addition, to the extent possible, copies will be distributed to each person registered as having received a set of RFP documents.
It shall be the Offeror’s responsibility to make the inquiry as to changes and addenda issued. All such changes or addenda shall become part of the contract and all Offerors shall be bound by such changes or addenda.
Information on all changes or addenda will be available at the Office of the City Purchasing Agent no less than five (5) working days prior to scheduled proposal opening date.
Total bid inquiry or specific item cancellations may be issued later than the time specified above.
RFQ411GCWWINFOTECH Page 24
Equal Employment Opportunity Program: A summary of the City’s Equal Employment Opportunity Program is included in the RFP Section III. Offerors must complete and return with their Proposal, pages 1, 3, 5 and 6 of the OCC147 (2/98) form that is included in Section IV; page 6 must be signed by a person authorized to bind the Offeror. Living Wage: A summary of the City’s Living Wage requirements is included in the RFP Section III. The Living Wage Affidavit is provided only for information purposes in the RFP Section IV. It does not have to be signed or returned with Proposals. The successful Offeror will be required to complete this Affidavit at contract execution. Non-Discrimination Policy: A summary of the City’s Non-Discrimination Policy is included in the RFP Section IV. OFFEROR’S COVENANT OF NON-DISCRIMINATION
Pursuant to the City of Cincinnati’s policy of non-discrimination, specifically in its purchasing and contracting practices, by signing this proposal and as a condition of contract award, we covenant, represent and warrant that: We will not discriminate against small business enterprises on the basis of race,
ethnicity, gender or disability in the process of contracting, subcontracting and purchasing;
We will use good faith efforts to promote opportunities for small business enterprises to participate in and compete for opportunities to the extent of their availability and capacity;
If awarded the contract, we will submit to ongoing monitoring by and submittal of reports to the City’s Office of Contract Compliance;
We will submit to investigations and/or audits by the Office of Contract Compliance in connection with routine monitoring or as a result of specific allegations of discrimination.
This RFP has a Small Business Enterprise subcontracting outreach aspirational goal of 15%. Offerors must complete and return with their Proposal the Subcontractor Utilization Plan (Form 2003) and the Statement of Good Faith Efforts/Outreach/Good Faith Efforts Forms (Forms 2007 and 2007-a), signed by a person authorized to bind the Offeror. These forms are included in the RFP.
The following SBE forms are included in the RFP; however, they are not required to be completed, signed or returned with Proposals. They are required of the successful Offeror at a later time.
• Subcontractor Approval Request (Form 2004).
• Subcontractor Monthly Business Utilization Report (Form 2005).
• Subcontractor Substitution (Form 2006).
RFQ411GCWWINFOTECH Page 25
II. PROPOSALS – STATEMENT OF QUALIFICATIONS
CONTENT AND FORM OF PROPOSALS The proposal must be signed by a person who has legal authority to contractually bind the Offeror.
STATEMENT OF QUALIFICATIONS CONTENT AND FORM OF STATEMENT The Offeror shall develop a written Statement of Qualifications response to this RFQ, structured to show a clear understanding of the Scope of Services. COPIES OF THE STATEMENT OF QUALIFICATIONS MUST BE COLLATED AND BOUND. UNCOLLATED AND UNBOUND RESPONSES WILL BE DISQUALIFIED. 3 RING BINDERS, GBC PUNCH AND SPIRAL BINDING ARE ACCEPTABLE FORMS OF BINDING. STAPLES, PAPERCLIPS, BINDER CLIPS AND PAPER JUST PLACED IN A FOLDER OR ENVELOPE ARE NOT ACCEPTABLE. THEY WILL NOT BE REVIEW OR CONSIDERED. The following sections will provide the format in which the RFQ responses must follow to be considered in the evaluation process.
Section I Management Letter Section II Offeror Background Section III Scope of Service Questions Section IV Skill Set Checklists Section V Offeror Personnel Qualifications Section VI Offeror Client References Section VII Offeror Services Section VIII Costs Section IX Contract Compliance Requirements Section X Exceptions
Qualifications received from an Offeror must include, but not be limited to the following information. Section I Management Letter
Include a letter outlining the contents of the response. A statement of commitment and an indication of the level of involvement of the Offeror should also be included in this section. Also include a statement regarding support for the Water Utility industry. An authorized representative of the firm should sign the cover letter to validate the contents of the response. All information contained within the response may be part of the final contract.
Section II Offeror Background
Clearly state the name of the Primary Offeror that will have overall responsibility for the services. In addition, clearly state any Sub-Offerors that will be included in the proposal. At a minimum, the Primary Offeror must provide the following information for the Primary Offeror and any Sub-Offerors that are proposed:
1. Offeror Overview
RFQ411GCWWINFOTECH Page 26
a. Offeror name, address, telephone number and contact person
b. Principal name, address and phone number of each principal
c. Name, title, address, phone number and E-mail address of Offeror’s
primary contact person.
d. Year the Offeror was established and any former Offeror names
e. Number of years the Offeror has been in the IT personnel services business
f. Number of years’ experience in the: − Water Utility Industry − With specific applications (please specify) − Other utilities industry
g. Type of Company (Public or Private)
h. Financial Statements and annual report for past two years.
i. The Offeror must identify, specifically, any City certified SBEs who are part of the Primary Offeror(s) or who are Sub-Offerors; and, to identify the portions of work which would be performed by the SBE(s). Identification of all subcontractors usually or expected to be retained, their address and telephone number. Define their specific role, and their experience on similar or related projects. Indicate the firms that are Small Business Enterprises, certified by the City of Cincinnati.
j. Examples and lists of experience with applications and similar projects,
over the last three years, on which the firm’s local staff were consultants. Provide information on application development and implementation on products for utility billing, work management, stores management, document management, financial asset management, project costing, GIS, CRM/Call Center, and SCADA with specific emphasis on application software in a hardware environment similar to that used by GCWW.
k. Examples and lists experience in developing interfaces between applications, specifically utility billing, work order, stores management, document management, human resource, financial, GIS, SCADA, CRM/Call Center and other software products, similar to those in use by the GCWW, and with specific emphasis on application software similar to that used by GCWW.
RFQ411GCWWINFOTECH Page 27
2. Pending Litigation & Liquidated Damages a. Any pending litigation within the past five years b. Any liquidated damages within the past five years
Section III Scope of Service Questions
Offeror must provide a description of the services to be provided. Include a statement describing how Offeror’s resources and experience will support these positions. Offeror must clearly state its competitive advantage and its ability to meet the terms, conditions and requirements as defined in the RFQ. If the Offeror will be responding to the contract to hire portion of the RFQ, they must clearly describe the process, requirements, terms, and conditions by which the City can acquire these services/staff from the Offerror. In addition, Scope of Service Questions are detailed in Attachment A and must be answered. Where more than a YES/NO answer is required, Offeror must answer in the comments/additional information column. If more space is needed the Offeror may use a separate sheet.
Section IV Skill Set Checklists
Offeror must complete the GCWW Applications Skill Set Checklist in Attachment B and the Roles Skill Set Checklist in Attachment C for each position being proposed. Offeror cannot answer Yes to Skill Sets unless they can provide the skill at a proficient level or better.
Section V Offeror Personnel Qualifications
Identify the Primary Offeror’s ability to supply the skills and services required by the City, providing the following information for the Primary Offeror and any Sub-Offerors that are proposed:
1. Offeror Personnel
a. Total fulltime equivalent staff of the Offeror
b. Fulltime personnel the Offeror has in:
Project Management Services (C-1)
Business Analyst Services (C-2)
Application Analyst Developer Services (Solutions Developer) (C-3)
Desktop Support / Service Desk Services (C-4)
Training Support Services (C-5)
Database Administration Services (C-6)
Network / Server Analyst Services (C-7)
GIS Analyst Developer Services (C-8)
Peoplesoft Analyst Developer Services (C-9)
SCADA Analyst Developer Services (C-10)
RFQ411GCWWINFOTECH Page 28
IT Strategist Services / Enterprise Architect Services (C-11)
Testing Services Analyst (C-12)
Security Analyst Services (C-13)
Business Intelligence Services (C-14)
Telecommunications Analyst Services (C-15)
System Engineer Services (C-16)
Average length of service for available staff. Estimated number of resources available to be dedicated to this client from each of the following:
o Project Management Services (C-1)
o Business Analyst Services (C-2)
o Application Analyst Developer Services (Solutions Developer) (C-3)
o Desktop Support / Service Desk Services (C-4)
o Training Support Services (C-5)
o Database Administration Services (C-6)
o Network / Server Analyst Services (C-7)
o GIS Analyst Developer Services (C-8)
o Peoplesoft Analyst Developer Services (C-9)
o SCADA Analyst Developer Services (C-10)
o IT Strategist Services / Enterprise Architect Services (C-11)
o Testing Services Analyst (C-12)
o Security Analyst Services (C-13)
o Business Intelligence Services (C-14)
o Telecommunications Analyst Services (C-15)
o System Engineer Services (C-16)
2. Offeror must provide NO MORE THAN 1 potential placement for each offered position included in the Offeror’s Proposal and as identified in this RFQ Scope of Service.* Resumes must include at a minimum the following: • Name of potential placement • Location Status (local or non-local) • Proposed Role and Title • Industry Certification(s) and Educational Background • Work History, emphasizing previous similar projects to those of GCWW,
and role on the project • Length of time with the Offeror’s organization
RFQ411GCWWINFOTECH Page 29
• Personal Reference (company name, contact name and phone number, scope and duration of project)
• Skill Set Checklist must be completed in addition to the resume. Include years of experience for each skill.
* Offerors are encouraged to respond only in skill set areas where they have expertise. Therefore, Offerors are not required to complete all skill set sections to be considered for selection. Section VI Offeror Client References
Each Offeror that is participating must provide three references, which may be contacted concerning the Offeror’s performance in providing IT personnel services. References should have received the same or similar services on the applications utilized by GCWW, within the last 5 years. Please provide water utility references whenever possible, for large cities similar to Cincinnati with water service population greater than 500,000 and a customer base of over 150,000 accounts. State whether your firm was the primary Offeror and what specific roles you had. For project based work, provide the original estimate to perform the project and the corresponding actual final cost for your services. Please reply to this section using the Offeror Client References template that is provided in the Forms Section.
Section VII Offeror Services
Offeror must provide information on the following items:
1. An overview of the Offeror’s recruiting practices and what consortiums or groups they belong to in order to source talent.
2. Indicate whether Offeror consultants are employees of their company or independent agents.
3. List any Skill Sets supported by Offeror’s organization that are not included on the Roles Skill Set Checklist (Attachment C). Please indicate the GCWW application(s) that relate to the additional skill sets listed.
4. Describe a typical workweek for your contracted personnel. 5. Describe your hiring practices for staff and subcontractors. 6. Describe your overtime policy for staff and subcontractors. 7. Describe the type of insurance coverage you carry to protect your employees and the
customers you work for. 8. Provide a list of all City of Cincinnati customers you have prior work experience with. 9. Describe your preferred length of time for contracted personnel placements. 10. Identify your staff turnover rate for the past 3 years. 11. Identify the number of local placements for each position the Offeror has included in their
Proposal. 12. Identify the number of non-local placements for each position the Offeror has included in
their Proposal.
RFQ411GCWWINFOTECH Page 30
Section VIII Costs As a part of the Request for Qualifications Proposal, the Offeror shall complete the
• Information Technology Personnel Services Cost Sheet (Attachment D) o On call Pay Incentive Rates and Policies
Analyst in the Service Desk / Desk top support position are on-call approximately one week every eight weeks. In order to be equitable with the city employed Service Desk Staff, this incentive is also offered to the Contract Service Desk staff.
Each Analyst is On-Call approximately every eight weeks. During that week (Thurs to Thurs) the analyst receives $15 each night with a weekend increase at $20 for Sat & Sun. For the seven days a total of $110 is provided for being On-Call. If a call is handled during the rotation, the time spent is recorded on the weekly timesheet.
We provide a City Cell Phone. The cell bill is monitored for personal calls. Each analyst is responsible for their personal calls. If the On-Call pay is recorded separate of billable time earned, is the amount recorded passed to the employee? (minus taxes of course). This process in my opinion is equitable to all our employees. Would the On-Call pay be subject to admin costs?
o Mileage Reimbursement Rates and Policies
This specifies the cost of service for each role. Offeror may add other roles they identify as advantageous to the City for services. The Cost Sheet includes hourly rate and any variance for overtime rate, On Call Pay Incentive Rates and Mileage Reimbursement Rates. Inflation factors for the optional years two through five must be specified. Actual services and hours assigned under this Contract will be identified in 1) a Statement of Work specific to each service type request or 2) a written Scope of Services specific to each project. The City will require the majority of services to be performed on-site. Therefore, also as part of the bidding process, each Offeror shall include an outline of costs for expected on-site expenses, to include travel related and any other expenses.
• Information Technology Personnel Contract to Hire Conversion Cost (Attachment E)
• Information Technology Personnel Recruiting (to Hire) Fees (Attachment F).
EXCEPTIONS
The proposal shall include a statement indicating compliance with the Terms and Conditions presented in Section III of this RFP or a statement indicating any exceptions thereto subject to negotiations.
RFQ411GCWWINFOTECH Page 31
III. CONTRACT TERMS AND CONDITIONS
The Offeror's response to this Request for Proposal (RFP) will be made a part of the contract with the City. Terms and Conditions, substantially in the form contained herein, shall be included in the Agreement between the City and the successful Offeror. In this Section, "Offeror" is referred to as "Contractor."
Unless otherwise stated by the Offeror in the response to this RFP, the Offeror agrees to the following Contract Terms and Conditions, which will become part of the subsequently negotiated contract. TERM The term of this Agreement shall commence on the effective date of the Agreement. Delivery of equipment and associated services shall be complete within ninety (90) days of the contract signing.
SUBCONTRACTING None of the work or services covered by this Agreement shall be subcontracted, except as set forth herein, without the prior written approval of the City of Cincinnati. Any work or services subcontracted hereunder shall be specified by written contract or agreement and shall be subject to each provision of this Agreement.
ASSIGNMENT OF CONTRACT The contractor shall not assign any interest in this Agreement, and shall not transfer any interest in the same, whether by assignment or novation, without the prior written consent of the City of Cincinnati.
COMPLIANCE WITH LAWS AND POLICIES This Agreement is subject to and Contractor shall comply with all statutes, ordinances, regulations, and rules of the Federal Government, the State of Ohio, the County of Hamilton and the City of Cincinnati.
EQUAL EMPLOYMENT OPPORTUNITY This Agreement is subject to and Contractor shall comply with the provisions of the Equal Employment Opportunity Program of the City of Cincinnati contained in Chapter 325 of the Cincinnati Municipal Code (Ordinance 331-1999). Section 325-9 of the Cincinnati Municipal Code is hereby incorporated by reference into this Agreement.
The Equal Employment Opportunity Program regulations require the vendor determined to be the lowest and best bidder complete and submit an OCC 147 form. The OCC 147 form is designed to provide an evaluation of the vendor’s policies and practices relating to the extension of equal employment opportunity to all persons without regard to race, religion, color, sex, sexual orientation, gender identification, national or ethnic origin, age, handicap, or Vietnam military service.
Failure to comply with the City’s request for submission of the OCC 147 form within ten days of the date of the request will be sufficient cause to reject the bid due to the vendor being non-responsive.
RFQ411GCWWINFOTECH Page 32
SMALL BUSINESS ENTERPRISE This contract is subject to and Contractor shall comply with the provisions of the Small Business Enterprise Program contained in Chapter 323 of the Cincinnati Municipal Code. Section 323-99 of the Cincinnati Municipal Code is hereby incorporated by reference into this contract.
Details concerning this program can be obtained from the Office of Contract Compliance, Two Centennial Plaza, 805 Central Avenue, Suite 222, Cincinnati, Ohio, 45202, (513) 352-3144.
The Contractor shall utilize best efforts to recruit and maximize the participation of all qualified segments of the business community in subcontracting work, including the utilization of small business enterprises. This includes the use of practices such as assuring the inclusion of qualified Small Business Enterprises, which includes minority and women-owned businesses, in bid solicitations and dividing large contracts into smaller contracts when economically feasible.
The SBE must be certified under the appropriate City commodity code by the time of the bid closing. The SBE may seek certification by contacting the Office of Contract Compliance. CONTRACTOR’S COVENANT OF NON-DISCRIMINATION Pursuant to the City of Cincinnati’s policy of non-discrimination, specifically in its purchasing and contracting practices and as a condition of contract award, we covenant, represent and warrant that: We will not discriminate against small business enterprises on the basis of race,
ethnicity, gender or disability in the process of contracting, subcontracting and purchasing;
We will use good faith efforts to promote opportunities for small business enterprises to
participate in and compete for opportunities to the extent of their availability and capacity;
If awarded the contract, we will submit to ongoing monitoring by and submittal of reports
to the City’s Office of Contract Compliance; We will submit to investigations and/or audits by the Office of Contract Compliance in
connection with routine monitoring or as a result of specific allegations of discrimination.
RFQ411GCWWINFOTECH Page 33
ONLINE REPORTING A. The City has an aspirational goal that 30% of its total dollars spent for construction and
15% of its total dollars spent for supplies/services and professional services be spent with Small Business Enterprises (“SBEs”), which include SBEs owned by minorities and women. Accordingly, the Owner and/or Company must use best efforts and take affirmative steps to assure SBEs are utilized as sources of supplies, equipment, construction, and services, with the goal of meeting 30 percent SBE participation for construction contracts and 15% participation in supplies/services and professional services contracts. An SBE means a consultant, supplier, contractor, or subcontractor who is certified as an SBE by the City in accordance with Cincinnati Municipal Code (“CMC”) Chapter 323. (A list of SBEs may be obtained from the Office of Contract Compliance or from the City’s web page http://www.cincinnati-oh.gov/cmgr/pages/-13241-/.) The Owner and/or Company may refer interested firms to the Office of Contract Compliance for review and possible certification as an SBE, and applications may also be obtained at http://www.cincinnati-oh.gov/cmgr/pages/-13241-/. The Owner and/or Company agree to take at least the following affirmative steps:
1. Including qualified SBEs on solicitation lists.
2. Assuring that SBEs are solicited whenever they are potential sources. The Owner and/or Company must advertise, on at least two separate occasions, both in local minority publications and in other local newspapers of general circulation, invitations to SBEs to provide services, to supply materials, or to bid on construction contracts for the improvements. The Owner and/or Company is encouraged to use internet and similar types of advertising to reach a broader audience, but these additional types of advertising cannot substitute for the above.
3. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum SBE participation.
4. When needs permit, establishing delivery schedules which will encourage participation by SBEs.
B. If any subcontracts are to be let, the Owner and/or Company agrees to require the prime contractor to take the above affirmative steps.
C. The Contractor shall provide to the City, prior to commencement of [construction of the improvements][the project][its duties], a report listing all of the contractors and subcontractors for the [construction of the improvements][the project][supplies][services] including information as to owners, dollar amount of the contract or subcontract, and other information that may be deemed necessary by the City Manager. The report must be updated monthly by the 15th. The Contractor shall enter all reports required in this subsection at the City’s online reporting site -SubConTrak.com - or any successor site or system the City uses for this purpose. Upon execution of this Agreement, the [Owner][Contractor][Vendor] shall contact the Office of Contract Compliance to obtain instructions, the proper internet link, login information, and password to access the site and set up the necessary reports.
RFQ411GCWWINFOTECH Page 34
D. The Owner and/or Company must periodically document its best efforts and affirmative steps to meet the above SBE participation goals, by notarized affidavits executed in a form acceptable to the City, submitted upon the written request of the City. The City may review records and documentation relevant to the affidavits. If affidavits are found to contain false statements, the City may prosecute the Owner and/or Company pursuant to Section 2921.12, Ohio Revised Code.
E. Failure of the Owner and/or Company or its contractors and subcontractors to take the affirmative steps specified above, or to provide fair and equal opportunity to SBEs, or to provide technical assistance to SBEs as may be necessary to reach the minimum percentage goals for SBE participation as set forth in CMC Chapter 323, may be construed by the City as failure of the Company to use best efforts, and in addition to other remedies under this Agreement, may be a cause for the City to file suit in Common Pleas Court to enforce specific performance of the terms of this Section.
LIVING WAGE PROVISIONS This contract is subject to the Living Wage provisions of the Cincinnati Municipal Code. The provisions require that, unless specific exemptions apply or a waiver is granted, all employers (as defined) under service contracts shall provide payment of a minimum wage to employees (as defined) of $11.43 per hour with health benefits (as defined) or otherwise $12.93 per hour. Such rate shall be adjusted annually pursuant to the terms of the Municipal Code.
Under the Living Wage provisions, the City shall have the authority, under appropriate circumstances, to terminate this contract and to seek other remedies.
PROMPT PAY This Agreement is subject to the provisions of Chapter 319 of the Cincinnati Municipal Code, which provides for a “Prompt Payment System.”
POLITICAL ACTIVITY RESTRICTIONS
The Contractor shall comply with the requirement of the Political Activity Restrictions of the City of Cincinnati contained in Ordinance No. 358-1992.
EVALUATION, REPORTS, INFORMATION AND AUDITS The Contractor agrees to participate full in all evaluation activities initiated by the City. The Contractor, at such times and in such form as the City of Cincinnati may require, shall furnish the City of Cincinnati such reports as may be requested pertaining to the work, student participation, course tracking, and services undertaken pursuant to this Agreement, the costs and obligations incurred or to be incurred in connection therewith, and any other matters covered by this Agreement. The Contractor shall retain all financial and administration records for a period of three years after the expiration or termination of this Agreement, and shall permit the City of Cincinnati or any of its representatives or auditors access to such records. HOLD HARMLESS The Contractor shall protect, defend and hold harmless the City of Cincinnati, its agents, employees, and volunteers from any and all loss, claims, expenses, actions, causes of action, costs, damages, and obligations, financial or otherwise, including attorney fees and legal expenses, arising from any and all acts of the Contractor, its agents, employees, licensees, invitees, that result in injury to persons or damage to property.
RFQ411GCWWINFOTECH Page 35
INDEMNIFICATION AND INSURANCE
The Contractor shall indemnify, defend and save the City, its agents, and employees harmless from and against any and all losses, damages, settlements, costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, liens, demands, obligations, actions, proceedings, or causes of action of every kind and character in connection with or arising directly or indirectly out of errors or omissions or negligent acts by the Contractor including by the Contractor's employees and agents in the performance of this Agreement.
The Contractor, at its sole cost and expense, shall procure and maintain Workers Compensation insurance coverage. A copy of a document evidencing such Workers Compensation coverage shall be furnished to the City of Cincinnati prior to commencement of services by the Contractor under this Agreement.
The Contractor, at its sole cost and expense, shall procure and maintain at all times during the term of this Agreement Comprehensive General Liability Insurance (including personal injury) with a combined single limit for personal injury and property damage of not less than One Million Dollars ($1,000,000) per occurrence.
The Contractor, at its sole cost and expense, shall procure and maintain at all times during the term of this Agreement Automobile Liability (including Non-Owned and Hired Auto Coverage) of not less than One Million Dollars ($1,000,000) per occurrence. The Contractor shall have the City of Cincinnati named as an additional insured. The Contractor shall furnish to the City of Cincinnati Certificates of Insurance certifying the above types and amounts of insurance. Such Certificates shall include a Notice of Cancellation clause with notification being sent to the City of Cincinnati. CONFLICT OF INTEREST A. No officer, employee, or agent of the City of Cincinnati who exercises any functions or
responsibilities in connection with the planning and carrying out of the program, nor any immediate family member, close business associate, or organization which is about to employ any such person, shall have any personal financial interest, direct or indirect, in the Contractor or in this Agreement and the Vendor shall take appropriate steps to assure compliance.
B. The Contractor agrees that it will not contract with any subcontractor in which it has any personal financial interest, direct or indirect. The Contractor further covenants that in the performance of this Agreement no person having any conflicting interest shall be employed.
C. The Contractor agrees not to engage in activities on behalf of the City that produce a direct or indirect financial gain for the Contractor other than the agreed-upon compensation, without the City's informed, prior, written consent.
CONFIDENTIALITY
The Contractor, its agents, and its employees, will keep and retain any and all information and records generated under this Agreement in the strictest confidence and will neither use such information or records nor disclose such information or records to anyone without the explicit written permission of the City of Cincinnati. The Contractor warrants that it has and will continue to have safeguards in place to assure that such information and records are kept confidential by the Contractor, its agents, and its employees.
RFQ411GCWWINFOTECH Page 36
PROPRIETARY MATERIALS The City of Cincinnati acknowledges that in the course of performing services, the Vendor may use products, materials, or propriety methodologies. The City of Cincinnati agrees that it shall have or obtain no rights in such propriety products, materials, and methodologies except pursuant to a separate written agreement executed by the parties.
The Vendor acknowledges that in the course of performing services for the City of Cincinnati, the materials and information produced for the City of Cincinnati are the exclusive properties of the City of Cincinnati and may not be disseminated in any manner without prior written approval of the City of Cincinnati.
WARRANTY The Contractor warrants that the services to be provided by it hereunder will be performed in a good, timely, and professional manner by qualified staff and in accordance with generally accepted professional practices. The Contractor further warrants that the design and recommended solution are workable and capable of meeting the Project Objective.
OWNERSHIP OF PROPERTY
The Contractor agrees that at the expiration or in the event of any termination of the Agreement that any memoranda, maps, drawings, working papers, reports, records, files either electronic or paper and other similar items produced in connection with this Agreement shall be come the property of the City of Cincinnati and the Contractor shall promptly deliver such items to the city of Cincinnati.
NON-PERFORMANCE
a. If through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the Contractor shall violate any of the covenants or agreements of this Agreement, the City shall have the right to terminate this Agreement by giving written notice to the Contractor specifying the effective date of the termination, at least five (5) days before such effective date. In such event, all finished or unfinished documents, data, studies, reports, and/or information prepared by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable compensation for any work satisfactorily completed at the date of termination.
b. Any periodic payments from the City specified in this Agreement will be contingent upon
performance of contractual obligations to date, including the proper receipt of supporting receipts, invoices, reports, statements, or any other supporting information as required by the City in this Agreement. Failure to satisfactorily meet any one of the Agreement obligations by the Contractor may result in the City not approving periodic payments to the Contractor and/or filing liens as may be necessary against the Contractor's assets or future assets, until the Contractor satisfactorily fulfills its obligations under the Agreement or satisfactorily reimburses the City for any prior payments. The City also reserves the right to seek any other legal financial remedies as necessary pursuant to any damages the City may have encountered through the Contractor's default on any of the Agreement obligations until all or part of the City's prior payments have been recouped as the City deems appropriate but not to exceed the total amount of any prior payments. The City also reserves the right in the event of non-performance of this
RFQ411GCWWINFOTECH Page 37
Agreement to prohibit any future or limited contractual relationships with the Contractor either directly or indirectly.
If the Contractor terminates this Agreement after the work has begun, the City shall not be required to compensate the Contractor for services/work not fully completed.
TERMINATION A. Termination of Contract for Cause. If, through any cause, the contractor shall fail to fulfill
in a timely and proper manner the Contractor's obligations under this Agreement or if the Contractor violates any of the terms and conditions, covenants or agreements of the Agreement, if no attempt is made to cure the failure within a period of ten (10) days or a longer period specified in writing, the City of Cincinnati shall have the right to terminate this Agreement by giving written notice to the Contractor specifying the effective date of the termination, at least five (5) days before such effective date. Notwithstanding the above, the Contractor shall not be relieved of liability to the City of Cincinnati for damages sustained by the City of Cincinnati by virtue of any breach of this Agreement by the Contractor, and the City of Cincinnati may withhold any payments to the Contractor for the purposes of set-off until such time as the exact amount of damages due the City of Cincinnati from the Contractor is determined. Exceptions may be made with respect to defaults of subcontractors.
B. Termination for Convenience of City. The City of Cincinnati may terminate this Agreement by giving thirty (30) days notice in writing from the City of Cincinnati to the Contractor. If this Agreement is terminated by the City of Cincinnati as provided, the Contractor will be paid an amount which bears the same ratio to the total compensation, as the services actually performed bear to the total services of the Contractor, covered by this Agreement less payments of compensation previously made.
C. Alternatives to Termination. In the event the Contractor fails to fulfill the terms and conditions of this Contract in a timely and diligent manner, the City reserves the right, at its sole option, as an alternative to termination of the Contract, to reduce the services required herein of the Contractor and reduce the project budget in a manner which reflects such a reduction, by giving notice of such in writing, stating the date such reduction will become effective.
INDEPENDENT CONTRACTOR The Contractor shall perform all work and services described herein as an independent contractor and not as an officer, agent, servant or employee of the City of Cincinnati. Contractor shall have exclusive control of and the exclusive right to control the details of the services and work performed hereunder and all persons performing the same and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors, if any. Nothing herein shall be construed as creating a partnership or joint venture between the City of Cincinnati and Contractor. No person performing any of the work or services described hereunder shall be considered an officer, agent, servant or employee of the City of Cincinnati, nor shall any such person be entitled to any benefits available or granted to employees of the City of Cincinnati.
RFQ411GCWWINFOTECH Page 38
CERTIFICATION AS TO NON-DEBARMENT The Contractor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in the transaction covered by this Agreement. The Contractor acknowledges and agrees that if it or its principals is/are presently debarred then it shall promptly return to the City any funds received pursuant to this Agreement. In such event, any materials received by the City pursuant to this agreement shall be retained as liquidated damages.
WAIVER
This agreement shall be construed in a manner that a waiver of any breach of any provision of this Agreement shall not constitute or operate as a waiver of any other breach of such provision or of any other provisions, nor shall any failure to enforce any provision hereof operate as a waiver of such provision or of any other provision.
LAW TO GOVERN
The Agreement is entered into and is to be performed in the State of Ohio, City of Cincinnati and Contractor agrees that the law of the State of Ohio shall govern the rights, obligations, duties and liabilities of the parties to this Agreement and shall govern the interpretation of this Agreement and jurisdiction for any claim or lawsuit arising or resulting from this Agreement shall be Ohio courts and the venue or place for such lawsuit shall be Hamilton County, Ohio.
FORUM SELECTION The Contractor and its successors and assigns acknowledge and agree that all state courts of record sitting in Hamilton County, Ohio, shall be the exclusive forum for the filing, initiation, and prosecution of any suit or proceeding arising from or out of, or relating to, this Agreement, or any amendment or attachment thereto, including any duty owed by the Contractor to the City in connection therewith.
AMENDMENT
This Agreement may be modified or amended only by a written agreement duly executed by the parties hereto or their representatives.
ENTIRETY
This Agreement and the Exhibits attached hereto contain the entire Agreement between the parties as to the matters contained herein. Any oral representations or modifications concerning this Agreement shall be of no force and effect.
SEVERABILITY
This Agreement shall be severable, if any part or parts of this Agreement shall for any reason be held or unenforceable by a court of competent jurisdiction, all remaining parts shall remain binding and in full force and effect.
RFQ411GCWWINFOTECH Page 39
IV. FORMS MISCELLANEOUS FORMS TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSALS
(see following pages)
(For information purposes only) CITY OF CINCINNATI
LIVING WAGE AFFIDAVIT OF COMPLIANCE The undersigned hereby agrees to pay all covered employees, as defined by the Cincinnati Municipal Code Chapter 317, Living Wage Ordinance (LWO), a living wage of $11.43 per hour to employees who have health care benefits provided by the employer and $12.93 per hour to employees not provided health care by the employer. A "covered employee" is the person or persons employed by a "covered employer" to perform the specific services which are covered or funded by the contract with the City. Please check the appropriate boxes: All of our employees who have health benefits provided by this company receive an hourly wage that is
at least $11.43 an hour. The employer cost or contribution for health benefits equals no less than $1.50 an hour for the average workweek of such employees.
Health Care Provider Plan # Contact Person Phone #
All of our employees who do not have health benefits provided by this company receive an hourly wage
that is at least $12.93 an hour. We have no employees working on this living wage contract.
� Contractor � Subcontractor Bid/Contract # RFQ411GCWWINFOTECH In accordance with Chapter 317-13(b), LWO, Obligations of Contractors, contractors shall require their subcontractors to comply with the provisions of this chapter. In accordance with Chapter 317-13(c), LWO, Obligations of Contractors, contractors and subcontractors shall give written notification to each current and new employee, at time of hire, of his or her rights to receive the benefits under the provisions of this chapter. List names of all joint ventures, partners, subcontractors, or others having any right of interest in this contract or the proceeds thereof (attach additional pages if needed). If not applicable, state “NONE.”
Name Name Name Name
Name of Company: ____________________________________ will hereby comply with Chapter #317 of the Cincinnati Municipal Code as stated above.
Print Name Title Signature Date
Personally came before me on this ________ day of ________________, 20______, he/she ____________________________________ who acknowledges that he/she executed the foregoing document for the purpose therein contained for and on behalf of said company. In witness whereof, I have hereunto set my hand and official seal.
___________________________________________
NOTARY PUBLIC SIGNATURE (SEAL) ___________________________________________ PRINT NAME
____________________________________________ My commission expires OCC 209 04/13
SUBCONTRACTOR OUTREACH PROGRAM (CMC 323-31) The Subcontracting Outreach Program applies to this City professional services contract. When State and/or federal funding sources require affirmative action goals, those goals as defined in the contract documents replace requirements of this Subcontracting Outreach Program. Subcontractor Outreach and Participation aspirational Goal of 15% The Subcontracting Outreach Program (CMC 323-31) requires bidders to make subcontracting opportunities available to a broad base of qualified subcontractors and achieve a minimum of 15% SBE subcontractor participation. To be eligible for award of this project, the Offeror must subcontract a minimum percentage of its bid to qualified available SBE subcontractors. The Offeror must list all subcontractors, regardless of amount. Failure to list subcontractors and subcontracting amounts with the bid sufficient to meet or exceed the aspirational subcontracting participation level may cause a bid to be rejected as non-responsive. The City of Cincinnati is committed to maximizing subcontracting opportunities for all qualified and available Small Business Enterprises (SBEs). The City monitors the participation of City certified SBEs, including minority and women-owned businesses, in City contracts for the purpose of determining the degree of their utilization in City contracts, and to ascertain whether any impermissible discriminatory barriers are hampering the advancement of individuals within groups as defined by race or gender. The City does not encourage or require the use of any firm because of the race or gender of the owners or employees. The City does, however, expect that contractors will not discriminate against firms on the basis of the race or gender of the firm’s owners or employees. Online Reporting A. The City has an aspirational goal that 30% of its total dollars spent for construction and 15%
of its total dollars spent for supplies/services and professional services be spent with Small Business Enterprises (“SBEs”), which include SBEs owned by minorities and women. Accordingly, the Owner and/or Company must use best efforts and take affirmative steps to assure SBEs are utilized as sources of supplies, equipment, construction, and services, with the goal of meeting 30 percent SBE participation for construction contracts and 15% participation in supplies/services and professional services contracts. An SBE means a consultant, supplier, contractor, or subcontractor who is certified as an SBE by the City in accordance with Cincinnati Municipal Code (“CMC”) Chapter 323. (A list of SBEs may be obtained from the Office of Contract Compliance or from the City’s web page http://www.cincinnati-oh.gov/cmgr/pages/-13241-/.) The Owner and/or Company may refer interested firms to the Office of Contract Compliance for review and possible certification as an SBE, and applications may also be obtained at http://www.cincinnati-oh.gov/cmgr/pages/-13241-/. The Owner and/or Company agree to take at least the following affirmative steps:
1. Including qualified SBEs on solicitation lists.
2. Assuring that SBEs are solicited whenever they are potential sources. The Owner and/or Company must advertise, on at least two separate occasions, both in local minority publications and in other local newspapers of general circulation, invitations to SBEs to provide services, to supply materials, or to bid on construction contracts for the improvements. The Owner and/or Company is encouraged to use internet and similar types of advertising to reach a broader audience, but these additional types of advertising
cannot substitute for the above.
3. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum SBE participation.
4. When needs permit, establishing delivery schedules which will encourage participation by SBEs.
B. If any subcontracts are to be let, the Owner and/or Company agrees to require the prime
contractor to take the above affirmative steps. C. The Contractor shall provide to the City, prior to commencement of [construction of the
improvements][the project][its duties], a report listing all of the contractors and subcontractors for the [construction of the improvements][the project][supplies][services] including information as to owners, dollar amount of the contract or subcontract, and other information that may be deemed necessary by the City Manager. The report must be updated monthly by the 15th. The Contractor shall enter all reports required in this subsection at the City’s online reporting site -SubConTrak.com - or any successor site or system the City uses for this purpose. Upon execution of this Agreement, the Contractor shall contact the Office of Contract Compliance to obtain instructions, the proper internet link, login information, and password to access the site and set up the necessary reports.
D. The Owner and/or Company must periodically document its best efforts and affirmative steps
to meet the above SBE participation goals, by notarized affidavits executed in a form acceptable to the City, submitted upon the written request of the City. The City may review records and documentation relevant to the affidavits. If affidavits are found to contain false statements, the City may prosecute the Owner and/or Company pursuant to Section 2921.12, Ohio Revised Code.
E. Failure of the Owner and/or Company or its contractors and subcontractors to take the
affirmative steps specified above, or to provide fair and equal opportunity to SBEs, or to provide technical assistance to SBEs as may be necessary to reach the minimum percentage goals for SBE participation as set forth in CMC Chapter 323, may be construed by the City as failure of the Company to use best efforts, and in addition to other remedies under this Agreement, may be a cause for the City to file suit in Common Pleas Court to enforce specific performance of the terms of this Section.
City of Cincinnati
SUBCONTRACTING OUTREACH PROGRAM SUMMARY The City of Cincinnati is committed to maximizing subcontracting opportunities for all qualified and available Small Business Enterprises (SBEs). The Subcontracting Outreach Program applies to City-funded contracts of $100,000.00 or more. There are two components of the Subcontracting Outreach Program:
• SBE Subcontractor Participation: This component requires bidders to make subcontracting opportunities available to small businesses certified in the City’s SBE program at the minimum percentage stated in the bid invitation. To count towards the SBE participation goal, the SBE must be certified in the commodity code(s) that will be used on the project. A list of City-certified SBEs is available on the City’s website at www.cincinnati-oh.gov or from the Office of Contract Compliance.
• Outreach/Good Faith Efforts. The SBE subcontractor participation component. This component requires bidders to provide evidence of outreach effort made to SBEs.
To be eligible for an award of this project, the City will first determine whether any bidder meets the stated minimum percentage of SBE subcontractor participation. The percentage is clearly stated in the bid invitation. In the event that no bidder meets the minimum SBE subcontractor participation goal, the City will score bidders’ Outreach/Good Faith Effort. Pursuant to the Subcontracting Outreach Program requirements the following items are included in the bid invitation and must be completed, signed and submitted in each bid; failure to complete these forms with all the pertinent- requested information may cause a bid to be determined as non-responsive for SBE review purposes:
1. Statement of Good Faith Efforts (Form 2007) 2. Outreach/good Faith Summary Sheet (2007-a) 3. Subcontractor Utilization Plan (Form 2003)
The following forms are included in the bid invitation for information purposes only and do not have to be completed or returned with the bid.
1. Form 2004 – Subcontractor Approval Request: (must be completed and submitted to the Contract Compliance Office after bid opening but prior to contract award).
2. Form 2005- Subcontractor Monthly Business Utilization Report: (must be submitted with monthly invoice).
3. Form 2006 - Subcontractor Substitution Form: (must be submitted for advance approval for any proposed change in subcontractors).
If you have any questions or need assistance in meeting these requirements, please feel free to contact the Office of Contract Compliance at (513) 352-3144. .
Last Revised 11/16/10
Form 2003 (SUBMIT WITH BID/PROPOSAL)
CITY OF CINCINNATI
SUBCONTRACTOR UTILIZATION PLAN Bid Reference No. RFQ411GCWWINFOTECH
THIS DOCUMENT MUST BE ACCURATELY COMPLETED, SIGNED AND SUBMITTED WITH THE BID OR PROPOSAL
PROCUREMENT DESCRIPTION:
DATE SUBMITTED: TOTAL CONTRACT VALUE $:
COMPANY NAME: FEDERAL TAX ID#
ADDRESS/TELEPHONE:
THE ABOVE NAMED COMPANY PROPOSES TO USE THE SERVICES OF THE FOLLOWING LISTED FIRM (S) DEMONSTRATING SUFFICIENCY TO MEET OR EXCEED THE MANDATORY SUBCONTRACTING PARTICIPATION LEVEL. THE BIDDER MUST LIST ALL SUBCONTRACTORS, REGARDLESS OF AMOUNT OR SERVICE. FAILURE TO COMPLETE THIS FORM WITH ALL THE PERTINENT- REQUESTED INFORMATION (AS INDICATED IN EACH COLUMN) MAY CAUSE A BID TO BE DETERMINED AS NON-RESPONSIVE FOR SBE REVIEW PURPOSES.
Name/Address/Telephone
Federal Tax
ID#
Describe Exact Type Of
Work/Supplier
Subcontract Dollars
Subcontract Percentage
FOR OFFICE USE ONLY
(SBE CALCULATION)
I certify that the above information is true to the best of my knowledge. I understand that any changes to the above must be submitted in writing on the Substitution Form and approved in advance by the City.
Signature
Title DATE
Last Revised 11/16/10
CITY OF CINCINNATI
STATEMENT OF GOOD FAITH EFFORTS Bid Number RFQ411GCWWINFOTECH By the signature below of an authorized company representative, we certify that we have utilized the following methods to obtain the maximum practicable participation by small business enterprises on this project. Please indicate which methods you used by placing an X in the appropriate place.
YOU MUST SUBMIT YOUR SUPPORTIING DOCUMENTATION WITH YOUR BID. NEW INFORMATION WILL NOT BE ACCEPTED AFTER THE BID CLOSING DATE.
Minimum score required to establish “good faith” effort is 50 points.
_____
Identified sufficient subcontracting work to meet goal (attach content of advertisements and written notices to subcontractors indicating type of work to be subcontracted).
10 Points
_____ Written Notice to Subcontractors (submit copy of each letter sent, or if one master notification, submit copy of letter and recipient list).
15 Points
_____ Follow-up to initial solicitations (submit copy of call logs).
20 Points
_____ Advertising (attach content of advertisements, which must include project name, bidder, work available, contact person’s name and number, information on availability of plans and specifications and bidder’s policy concerning assistance to subcontractors in obtaining bonds, credit lines and/or insurance; date of advertising and publications).
15 Points
_____ Assistance with bonds, credit lines, insurance (submit copy of advertising and written notices to subcontractors).
30 Points
_____ Provision of plans, specifications and requirements: Bidder provided interested sub-bidders with access to plans, specifications and requirements for subject project.
5 points
_____ Other (please list any other methods utilized that aren’t covered above). _____________________________________________________________________________________________________________________________________________________________________
5 Points
______________________________________________ ________________________ Company Date ________________________________________________________________ Company Representative (Name and Title)
FORM 2007 (SUBMIT WITH BID/PROPOSAL)
Last Revised 11/16/10
CITY OF CINCINNATI
OUTREACH/GOOD FAITH SUMMARY SHEET Bid Reference No. RFQ411GCWWINFOTECH
COMPANY NAME:
ADDRESS/TELEPHONE:
BID PACKAGE:
BID DATE:
Please list the name(s) of all firms contacted, and their responses to the above Bid package. If additional space is required, this form may be duplicated.
I hereby certify that the above information is true and accurate. ___________________________________________ ______________________________________ Company Representative (Name/Title) Date
Name/Address
Type Of
Work/Service(s) Solicited
Indicate
How Businesses Were Contacted
(i.e. Letter, Phone, Fax)
Response To Solicitation
(i.e. Will Submit Bid, No Response, Not
Interested)
Company Representative
Telephone Fax
Number
FORM 2007-a 7/20/05
(SUBMIT WITH BID/PROPOSAL)
Last Revised 11/16/10
City of Cincinnati
SUBCONTRACTOR APPROVAL REQUEST Statement of Intent to Utilize Firms
Bid Reference No. RFQ411GCWWINFOTECH THIS FORM MUST BE COMPLETED AND SUBMITTED TO CONTRACT OFFICER AFTER BID OPENING BUT
PRIOR TO CONTRACT AWARD. INFORMATION RECORDED HEREIN WILL BE INCORPORATED IN THE AWARDEES’ CONTRACT
PROJECT NAME CONTRACT NO.
City Agency Administering Contract Contact Person Phone No.
Requesting Contractor Federal Tax ID Address Zip Code
Authorized Representative Title Phone No.
Prime Contractor (If not the same as above) Federal Tax ID Address Zip Code
Prime Contractor E-Mail Address
SUBCONTRACTOR Federal Tax ID Address Zip Code
Authorized Representative Title Phone No.
E-Mail Address Is SBE registered with the City of Cincinnati? YES � NO �
ITEM
NUMBER
DESCRIPTION OF WORK
SUBCONTRACT’S
CONTRACT AMOUNT $
% OF TOTAL CONTRACT
PRICE
ESTIMATEDSTART DATE
COMPLETION DATE
Total Value of Work
SUBCONTRACTOR DATE
Requesting Contractor DATE
Prime Contractor (If not the same as above) DATE
Specialist Initial/Date Contract Compliance Officer DATE
Contract Administering Agency DATE
FORM 2004
SUBCONTRACTOR
SIGNATURES
Last Revised 11/16/10
INSTRUCTIONS FOR COMPLETING FORM 2005 SUBCONTRACTOR MONTHLY BUSINESS UTILIZATION REPORT
Record of Payments (This form may be photocopied by the Contractor/Subcontractor.)
Below are instructions on how to complete the Form 2005. This form is to be completed in its entirety by each prime contractor, signed and dated by a responsible official of the company, and submitted with each payment application. If these requirements are not met, your payment application will be delayed.
1. Project Name: ..................................... Indicate official name of the project
2. Contract #: .......................................... Indicate contract number issued by the City of Cincinnati
3. Company Name: ................................ Indicate company that is paying subcontractors
4. Federal Tax ID #: ............................... Indicate Federal Tax Identification or Social Security Number
5. Date Form Submitted: ........................ Indicate date the form is being submitted
6. Work Period Ending: .......................... Indicate date of work period ending
7. Address: ............................................. Indicate address of company submitting form (include address, city, state and
............................................................ zip)
8. Contact Person: ................................. Indicate Company’s contact person responsible for completing this form
. .................................................... (Include contact phone & fax #)
9. Subcontractor/Vendor ID#: ................ Indicate Subcontractor name and Vendor ID#. All subcontractors (SBE & Non-
SBE) providing services under this trade contract must be included
10. Street address, zip and phone: .......... Indicate street address, zip and phone number for subcontractors.
11. Description of Work: ........................... Indicate description of work being provided
12. Total Subcontract Amount: ................ Indicate Current Subcontract Amount. This amount must reflect revised
..................................................... contract values due to Change Orders, Allowance Appropriations and
..................................................... Accepted Alternates
13. Amount Paid for the Period: ............... Indicate current amount compensated or become due for the period
14. Total Amount Paid to Date: ............... Indicate total amount paid to date. Add the Amount Paid for the Period (for each
period) to equal the Total Amount Paid to Date.
15. Percentage of Work Completed: ....... Based on the dollar amount compensated to Subcontractor and material
............................................................ supplier. Take the Total Amount Paid to Date and divide the Total Subcontractor
Amount and multiply that total by 100 to get the Percentage of Work Completed figure
See examples below: a. (1) Total Amount Paid to Date X (multiply by) 100 = % of Job completed by
(2) Total Subcontractor Amount.
b. (1) $37,458.00 X 100 + 74.91% or 75% of Job completed (2) $50,000.00
16. Schedule Start Date: .......................... Indicate Date Subcontractor will start 17. Scheduled End Date: ......................... Indicate Date Subcontractor will finish 18. Company Representative: ................. Signature of person preparing form 19. Title: .................................................... Official Title of person preparing form 20. Date: ................................................... Indicate Date of Submittal
Last Revised 11/16/10
CITY OF CINCINNATI
SUBCONTRACTOR MONTHLY BUSINESS UTILIZATION REPORT Record of Payments
Bid Reference No. RFQ411GCWWINFOTECH
THIS DOCUMENT MUST BE SUBMITTED WITH MONTHLY INVOICE PROJECT NAME: CONTRACT#:
DATE FORM SUBMITTED: WORK PERIOD ENDING:
COMPANY NAME:
ADDRESS:
FEDERAL TAX ID#: CONTACT PERSON:
Subcontractor/Vendor ID# (Street Address/Zip/Telephone)
Description Of Work
Total Sub-Contract
Amount
Amount Paid
For The Period
Total Amount Paid
To-Date
Percentage Of
Work Completed
Scheduled
Start Date
Scheduled
End Date
The undersigned certifies that the information recorded above is correct, and that each of the representations set forth above is true. The undersigned further acknowledges that
any misrepresentation hereon may result in termination of contract and/or prosecution under applicable Federal and State laws concerning false statements and false claims.
Company Representative________________________________________ Title: _____________________________ Date: _________________
FORM 2005 Revised 7/20/05 (SUBMIT WITH MONTHLY VOUCHER)
Last Revised 11/16/10
Form 2006
City of Cincinnati SUBCONTRACTOR SUBSTITUTION
Bid Reference No. RFQ411GCWWINFOTECH THIS FORM MUST BE COMPLETED AND SUBMITTED TO THE CONTRACT COMPLIANCE OFFICER PRIOR TO TERMINATING THE CONTRACT OF A SMALL BUSINESS ENTERPRISE AFTER THE BIDS HAVE BEEN SUBMITTED OR CONTRACT HAS BEEN AWARDED. INFORMATION RECORDED HEREIN WILL BE INCORPORATED IN THE AWARDEES’ CONTRACT. Company Name: _________________________________________ Project Name: ___________________________________ Address: _____________________________________________________________ Date Submitted_________________ ___________________________________________will be substituted for ______________________________ to perform work on (Name of Subcontractor/Supplier (Name of Subcontractor/Supplier) the above project as (check one): [] a partnership; [] a corporation; [] sole proprietorship; [] a joint venture. ____________________________________ will enter into a formal agreement for the work upon approval by the City of Cincinnati. (Subcontractor/Supplier) Form 2004 Subcontractor Approval Form must be submitted with request for substituted subcontractor.
ITEM
NUMBER
DESCRIPTION OF WORK
SUBCONTRACT/P.O.
PRICE
% OF TOTAL
CONTRACT PRICE
START DATE
COMPLETION DATE
Total Value of Work
Prime/General Contractor:
Signature of Company Representative________________________________________________
Title: _______________________________________________________ Date: ______________
Federal Tax ID#:________________________ Subcontractor/Supplier Replaced:
Signature of CompanyRepresentative________________________________________________
Title: _______________________________________________________ Date: ______________ Federal Tax ID#:______________________
Contract Compliance ___Approved ___Denied Signature:______________________
Last Revised 11/16/10
ATTACHMENT A
Last Revised 11/16/10
ATTACHMENT A SCOPE OF SERVICE QUESTIONS
All questions must be answered in the following manner: Question: HAVE YOU BEEN IN BUSINESS MORE THAN 3 YEARS? IF SO, HOW MANY? Proper Answer: Yes, 5 years –OR- Yes, 5 years, see Section 6 page 5 Paragraph 4 Improper Answer: Section 6, page 5, paragraph 4
QUESTION YES NO Comments / Additional Information
Are there any pending litigation or court actions against your firm? If so, how many?
Do you maintain commercial liability insurance with the State of Ohio? What are your policy limits?
Do you maintain Workers’ Compensation insurance on your placements? What are your policy limits?
Have you ever done business with the City of Cincinnati in the past?
Does your Bid Proposal include the Project Manager position?
Can you provide 1 resume of potential placements for the Project Manager position?
Do your Project Managers have at least 3 years of experience as project managers?
Does your Bid Proposal include the Business Analyst position?
Can you provide 1 resume of potential placements for the Business Analyst position?
Does your Bid Proposal include the Application Analyst/Developer position?
Can you provide 1 resume of potential placements for the Application Analyst/Developer position?
Last Revised 11/16/10
QUESTION YES NO Comments / Additional Information
Does your Bid Proposal include the Service Desk /Desktop Support Analyst position?
Can you provide 1 resume of potential placements for the Service Desk /Desktop Support Analyst position?
Does your Bid Proposal include the Database Administrator position?
Can you provide 1 resume of potential placements for the Database Administrator position?
Does your Bid Proposal include the Network/Server Administrator position?
Can you provide 1 resume of potential placements for the Network/Server Administrator position?
Does your Bid Proposal include the GIS Analyst/Developer position?
Can you provide 1 resume of potential placements for the GIS Analyst/Developer position?
Does your Bid Proposal include the PeopleSoft Analyst/Developer position?
Can you provide 1 resume of potential placements for the PeopleSoft Analyst//Developer position?
Does your Bid Proposal include the SCADA Analyst/Developer position?
Can you provide 1 resume of potential placements for the SCADA Analyst/Developer position?
Can you fill positions for short terms, less than 2 months?
Can you fill positions for long terms, more than 2 months?
Can you fill positions in a part time capacity, 24-30 hours per week?
Last Revised 11/16/10
QUESTION YES NO Comments / Additional Information
Can you fill positions in a full time capacity, 40 hours per week?
Can you have placements work weekends?
Can you have placements work more than 8 hours per day? Is so, what is the maximum number of hours you will allow placements to work?
Will you allow GCWW to determine whether a placement is proficient in the skills that were requested?
Do your placements work on-site?
Can you provide at least 3 resumes for potential placements within 2 working days of a service request?
Will you allow GCWW to conduct interviews without Vendor management being present at the interview?
Can you provide the placement within 1 week of GCWW making a selection?
Can you provide police background checks on potential placements prior to interview? If so, how long do you need to get the reports?
Can you have GCWW approve requests received from placements for vacations?
Can you keep a placement at GCWW until such time that GCWW no longer needs them?
Will you obtain approval from GCWW prior to removing a placement?
How much notice will you give GCWW prior to removing a placement?
If a placement is deemed unacceptable can you replace them within 3 working days of removal?
Have you itemized all expenses on the Bid Cost sheet for each position in your Bid Proposal?
Last Revised 11/16/10
QUESTION YES NO Comments / Additional Information
Is your company a certified Small Business Enterprise with the City of Cincinnati?
Do you provide training to your employees / subcontractors? If yes, please explain.
Are your placements employees of the company or are they subcontracted?
Are these employees/subcontractors bonded?
Within the last 3 years, has your firm successfully found and placed temporary IT Professionals in temporary positions based on a client’s requirements?
Provide 3 client references and placement dates where temporary IT Professionals have been found and placed for a client in the last 3 years.
Within the last 3 years, has your firm successfully found and placed IT Professionals in permanent positions through the Contract to Hire process based on a client’s requirements?
Provide 3 client references and placement dates where permanent IT Professionals have been found and placed for a client through the Contract to Hire process in the last 3 years.
Within the last 3 years, has your firm successfully found and placed IT Professionals in permanent positions through a straight Recruitment to Hire process?
Provide 3 client references and placement dates where permanent IT Professionals have been found and placed for a client through a straight Recruitment to Hire process in the last 3 years.
Last Revised 11/16/10
ATTACHMENT B
Attachment B GCWW Applications Skill Set Checklist
INSTRUCTIONS:
GCWW Application Information – Specify the specific experience of the Offeror Personnel for each GCWW Application. Include years of experience for each. Offeror Personnel Information – Indicate Offeror personnel with Skill Sets for each GCWW Application by specifying YES in the appropriate column. Offeror must be able to provide the Skill Set at a proficient level, as defined in Scope of Services/Specifications before answering YES. Include years of experience for each.
GCWW Applications
GCWW Application Information Offeror Personnel Information Operating systems
Versions of software
Modules Other Applications of the same type (i.e. CIS)
Project Manager
Business Analyst
Application Analyst / Developer
Service Desk
Database Administrator
Network Server / Analyst
Peoplesoft Analyst
Customer Suite version 4.0 (by Ventyx)
EMPAC EAM System (by Ventyx)
Asset Management & Project Costing - PeopleSoft Financials
OnBase
ESRI Geographical Information System (GIS)
SCADA System (CitectSCADA)
HEAT
GCWW Applications
GCWW Application Information Offeror Personnel Information Operating systems
Versions of software
Modules Other Applications of the same type (i.e. CIS)
Project Manager
Business Analyst
Application Analyst / Developer
Service Desk
Database Administrator
Network Server / Analyst
Peoplesoft Analyst
Maximo
Oracle CC&B
Telephony Technologies
List expertise with the other Utility Applications (As noted in this RFQ) Add rows as necessary.
HEAT
Telephony Technologies
Other Utility Applications
Last Revised 11/16/10
ATTACHMENT C
ATTACHMENT C-1 INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
Roles Skill Set PROJECT MANAGER Project Management Consultants should be able to successfully perform standard tasks as defined by the Project Management Institute (PMI). A high level outline of the skills include but are not limited to the skills listed below. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Developing project plans (tasks, resources, timeframes, etc)
Implementation of an ERP (Enterprise Resource Planning/Management) application. If so, which ERP applications?
Performing feasilbity studies.
Defining project scope, project charter, business cases and key stakeholders. Assist staff in project analysis and definition.
Manage projects to control scope, stay on schedule and within budget, and provide deliverables. Identify Critical Path tasks and key deliverables and milestones.
Developing project budgets.
Monitoring and managing project budgets.
Managing and leading project staff
Manage and incorporate application user group participation
Managing vendors as applicable to project assignments.
Management of small projects (Number of users less than 15)
Management of medium projects (Number of users 16-100)
Management of large projects (Number of users greater than 100)
Experience with Microsoft Project and other Project management tools
MS Office
Working Knowledge of Web Tools
Experience with Business Process Modeling and Analysis
Experience with Data Modeling & Relational Data Design
Experience in Team Building and Leadership
Developing a Cost Benefit Analysis
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Working with staff on Change Management
Communicate project status to GCWW management.
Experience working within the Project Management Institute (PMI) standards in the Project Management Body of Knowledge (PMBOK)
ATTACHMENT C-2 BUSINESS ANALYST INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Requirements Definition
Performing user interviews to determine business needs.
Documenting business processes.
Business Process Redesign Services
Analysis and documentation of “as-is” business processes
Analysis and documentation of improved/redesigned or “to-be” business processes.
Design Services
Definition of application functional requirements and functional specifications.
Definition of technical requirements and technical specifications.
Development Services
Application configuration.
Developing and executing acceptance test scripts.
Developing and executing automated test scripts.
Developing and executing integration test scripts.
Data cleanup and analysis.
Coordination of business activities for new application and/or business process implementation.
Develope standard reporting templates, dashboards and scorecards as well as writing and maintaining complex SQL queries and stored procedures
ATTACHMENT C-3 APPLICATION ANALYST/DEVELOPER (Solutions Developer) INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO
Comment / Additional
Information Requested
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Design Services
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
Development Services
Application module installation and configuration
Operating system configuration and driver configuration and 3rd party software configuration relevant to the application modules.
Performance tuning
Development and execution of test scripts
Development and execution of processes to implement applications. Development of automated processes in any of these possible technologies to satisfy various business requirements.
Documentation of on-going maintenance and support procedures.
Mobile development
Experience integrating systems (especially cloud to on-premises)
Experience with web service development
ATTACHMENT C-3 APPLICATION ANALYST/DEVELOPER (Solutions Developer) CONTINUED INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Technologies
PL SQL, SQL *Plus, and SQL *Net for Oracle 9i and SQL Server databases
COBOL
Visual Basic 6.0 / Visual Studio
SQR, SSRS and BIRT Crystal Reports 8.5 or higher HP UX 11.x or higher Linux Advanced Server Windows 200x servers Application Programming interfaces (APIs). Identify any specific to the GCWW application systems. Aspect and partnering vendor telecommunication technologies ODBC Connectivity to Oracle, Access or SQL Server ActiveX Data Objects (ADO)
Working knowledge of MS Office Oracle Developer Forms/Reports 6i or higher Oracle Developer Tools 9iAS, 10G Application Server installation and configuration or higher Oracle 9i Developer and Internet Developer Suite
Other Oracle development tools Working knowledge of MS Office Microsoft Front Page ASP (Microsoft Active Server Pages) Active X Control COM JavaScript, JSP and Servlet
ATTACHMENT C-3 APPLICATION ANALYST/DEVELOPER (Solutions Developer) CONTINUED INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Photoshop C#/HTML/DHTML/XML, etc Knowledge of Applications Servers (e.g. Oracle 9iAS) and deployment of applications in the Application Server IIS V. 4.0 or later release (Internet Information Server) Visual Basic Microsoft Access Knowledge of WEB Development Tools that support JSP and Servlet (e.g. Oracle 9i/10g Jdeveloper) Windows 2000 Knowledge of JDBC Connectivity TCP/IP Microsoft – Internet Explorer Netscape Adobe Acrobat Knowledge of ODBC connectivity to Oracle, Access or SQL Server SQL Secure Socket Layer Basic Networking Skills Client/Server Oracle 9i/10g Forms , Reports and Discover Knowledge of Linux Server (e.g. Redhat Linux AS or ES)
Dreamweaver and Fireworks Flex Java, Java Script, Oracle J Developer Windows 200x Server
ATTACHMENT C-3 APPLICATION ANALYST/DEVELOPER (Solutions Developer) CONTINUED INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Working knowledge of MS Office Cascading Style Sheets (CSS) ASP.NET VB.NET PHP MySQL LABWorks (LIMS) by PerkinElmer .Net, Visual Basic, Visual C++, XML, ASP Oracle and Sql Server, Oracle Discoverer
Knowledge of SQL and PL SQL
Microsoft IIS
Knowledge of JSP and Servlet Knowledge of JDBC Connectivity along with SQL and PL SQL. Knowledge of HTML/DHTML/XML/AJAX etc
Oracle CC&B GE IP
ATTACHMENT C-4 DESKTOP SUPPORT / SERVICE DESK SERVICES INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
PC Hardware Configuration • Upgrade and replace workstations as needed • Monitor and update IT Asset inventory locations
PC Hardware Troubleshooting • Receive and documents calls to the Greater
Cincinnati Water Works Help Desk • Troubleshoot and resolve Help Desk Tickets • Replace printer toner and manage the printers
database
Software Installation: • Operating System • Application Software (i.e. MS Office, etc.) • Oracle Client (SQL Plus, ODBC, etc.)
Manage the Windows Update process
Application Deployment Applications (i.e. MS SMS)
Help Desk support software like HEAT and Change Gear
Windows 7 and XP
Microsoft Applications
Planning
• Planning services around hardware and software asset management
• Coordinating and performing hardware and/or software upgrades
Design Services
Design services around hardware and software asset management
Development Services
Development services around hardware and software asset management
Internet and Intranet Support
Create and update Greater Cincinnati Water Works intranet and internet pages using Rhythmyx
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Batch Processing
Monitoring and reporting on batch processes.
Report problems to application group
ATTACHMENT C-5 TRAINING SUPPORT SERVICES INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Planning
Working with user groups to incorporate their input.
Meet at various stages to review, revise, and incorporate GCWW staff input
Develop training approach and training plans. Developing project plans (tasks, resource, timeframes, etc.)
Prepare preliminary and final work plans subject to approval by GCWW
Performing feasibility studies to determine best approach.
Development Services
Development of student and instructor guides
Development of job aids
Document course updates and apply version control
Execution Services
Conduct Train-the-Trainer sessions
Conduct Student training sessions
Execution Services
Perform curriculum management
Perform Client scheduling for training
Perform classroom facility setup and management
ATTACHMENT C-6 DATABASE ADMINISTRATOR INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Technologies
HP Administrator
NT Administrator
SQL Server Administrator
SQL Performance & Tuning on Oracle 8i
SQL Performance & Tuning on Oracle 9i
SQL Performance & Tuning on Oracle 10g
Oracle Administrator for V 10g on HP
Oracle Administrator for V 9i on HP
Oracle Administrator for V 8i on HP
Oracle Administrator for V 8i on NT
Oracle Application Server 9i
Experience with Upgrade – Oracle System from V 8i to 10g
Experience in dealing with Meta Link
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Design Services
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
ATTACHMENT C-6 DATABASE ADMINISTRATOR – CONTINUED INSTRUCTIONS: Vendor must indicate their ability to provide the skill sets identified below. Mark the appropriate the
YES or NO cell depending on your company’s ability to provide the skills listed below. Add any necessary comments to improve our understanding of your company’s ability to provide a candidate proficient in the skill.
Development Services
Application module installation and configuration
Technologies
Operating system configuration and driver configuration
Performance tuning
Development and execution of test scripts
Development and execution of processes to implement applications.
Documentation of on-going maintenance and support procedures.
Database installation, configuration, and system monitoring.
Database sizing
Other database administration functions
ATTACHMENT C-7
NETWORK / SERVER ADMINISTRATOR INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Basic Networking Skills Client/Server
Windows 200x Server
Working knowledge of MS Office
Working knowledge of Visio
Active Directory
LAN/WAN Monitoring & Troubleshooting
Storage Area Networks
Enterprise Backup
Policy Management
Cisco Networking Equipment (including PIX Firewall)
Terminal Services (Citrix Metaframe)
Itanium Processor (64-Bit)
Microsoft 64-Bit Operating Systems
Linux OS – Advanced Server
Windows NT
Juniper and some Cisco Networking Equipment
TCP/IP
DHCP
DNS
LAN/WAN knowledge/experience
Advanced Networking Skills Client/Server
Server Patching to Enhance System Security
VOIP (Voice over Internet Protocol)
IVR (Interactive Voice Response)
ATTACHMENT C-7
NETWORK / SERVER ADMINISTRATOR INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Junos/Juniper
STRM/IDP (Security Threat Response Manager / Intrusion Detection and Prevention. (IDP)
VPN (Virtual Private Network)
Citrix
Perform network system administration functions
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Contingency Planning
Disaster Recovery Planning
evaluate and test system and network upgrades
install or upgrade in-house or vendor software
install and configure network hardware and software
enable network connection
monitor storage utilization
maintain file servers
maintain file server operating systems;
perform daily/weekly/monthly back-ups.
Investigate, analyze and resolve complex network related problems;
resolve compatibility problems;
troubleshoot network failures
router problems and telecommunications problems
recommend and implement changes and improvements
Write documentation on new and enhanced systems or programs including detailed description and functional
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
capabilities
prepare and update user materials and standard operating procedures manuals
As assigned, correct complex voice and data system problems
initiate troubleshooting procedures
diagnose problems
Act as a technical liaison with end users and other IT professionals on a variety of project teams
relocate supported equipment and make necessary Act as a technical liaison with end users and other IT professionals on a variety of project teams adjustments
record repair work performed
Monitor network security and performance
identify unauthorized improvements to security and network performance.
Install, maintain, and enhance software such as operating systems, application programs and utilities.
Design Services
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
Defining policies and procedures such as remote access, security, SLA’s, etc.
ATTACHMENT C-8
GIS ANALYST/DEVELOPER INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES.
DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Technologies
ESRI Avenue Scripting 3.3 or later
ESRI ArcGIS 9.x development
ESRI ArcObjects development
ESRI MapObjects
ESRI ArcIMS Scripting
Python Scripting
Visual Basic / VBA
.NET
Global Positioning Systems (GPS)
SQL, PL/SQL
Crystal Reports
Python
AutoCAD 2002 or later
Working knowledge of MS Office
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Design Services Geo-database design
GIS integration and implementation
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
ATTACHMENT C-8 GIS ANALYST/DEVELOPER DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Development Services
Application module installation and configuration
Operating system configuration and driver configuration
Performance tuning
ATTACHMENT C-9
PEOPLESOFT ANALYST/DEVELOPER INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS? YES NO
Comment / Additional Information Requested
Technologies
PeopleTools v8.53 or later. If experience only in an earlier version, please specify.
PeopleCode V 8.4 or later. If experience only in an earlier version, please specify.
Peoplesoft Financials 9.1/9.2 and prior release levels.
Application Engine
SQR Working knowledge of Peoplesoft Asset Management V8.4 or later. If experience only in an earlier version, please specify.
Working knowledge of Peoplesoft Project Costing V8.4 or later. If experience only in an earlier version, please specify.
Working knowledge of Peoplesoft Program Management. Please specify version.
Working knowledge of Peoplesoft Accounts Payable. Please specify version.
Working knowledge of Peoplesoft Purchasing. Please specify version.
Working knowledge of Peoplesoft General Ledger. Please specify version.
Working knowledge of MS Office
Experience in People Code, Application Engine,Component Interfaces,Application Packages, AWE and reporting tools such as Query,XML Publisher,Pivot Grids,Dashboards etc.
Experience in Application Designer,Change Assistant/Upgrade Assistant and Data Mover native
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Design Services
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
Development Services
Application module installation and configuration
Operating system configuration and driver configuration
Performance tuning
Development and execution of test scripts
Development and execution of processes to implement applications.
Documentation of on-going maintenance and support procedures.
ATTACHMENT C-10 SCADA ANALYST / DEVELOPER INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Knowledge of Process Control concepts
CitectSCADA
Bristol Babcock (NetView, DataView, ACCOL, ControlWave)
OPC Server(Citect/Matrikon)
Planning
Working with user groups to incorporate their input.
Performing feasibility studies to determine best approach.
Developing project plans (tasks, resource, timeframes, etc.)
Design Services
Defining functional requirements
Defining functional specifications
Defining technical requirements
Defining technical specifications
Development Services
Application module installation and configuration
Operating system configuration and driver configuration
Performance tuning
Development and execution of test scripts
Development and execution of processes to implement applications.
Documentation of on-going maintenance and support procedures.
ATTACHMENT C-11 IT STRATEGIST SERVICES / ENTERPRISE ARCHITECT SERVICES INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Ability to ensure that the business objectives are understood and appropriately translated into specific IT strategies, programs, initiatives and investments,
Ability to ensure that business objectives are themselves informed by the capabilities opportunities and threats created by technology.
Ability to plan internal resource allocation and budget to meet business objectives. Strategy should be focused on the marketplace, customers and consumers.
Ability to serve on both the IT and corporate strategy teams in order to maximize IT investments and their role in achieving business objectives. .
Ability to understand both the business drivers and the context within which business needs to operate and how IT will ensure its contribution to business outcomes.
Understand the enterprises business model and how it competes within its organization.
Ensure that the organization has a systematic approach toward examining new technologies and utilizing core IT assets that addresses both the fundamental business goals and persistent business needs.
Interface and collaborate with executive strategic planning functions and key stakeholders both in the business and in IT.
Create and facilitate a process that ensures that IT and business planning are fully integrated on a continuous basis.
Ability to understand how IT can help shape and influence the business model — that is, identify new competitive strategies or create new products or services. This requires that it also demonstrate the potential business uses of particular technologies to improve business processes or unlock the information or business intelligence trapped inside business processes.
ATTACHMENT C-12 TESTING SERVICES ANALYST INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Design test plans, scenarios, scripts, or procedures Test system modifications to prepare for implementation.
Develop testing programs that address areas such as database impacts, software scenarios, regression testing, negative testing, error or bug retests, or usability
Document software defects, using a bug tracking system, and report defects to software developers.
Identify, analyze, and document problems with program function, output, online screen, or content.
Monitor bug resolution efforts and track successes. Create or maintain databases of known test defects. Plan test schedules or strategies in accordance with project scope or delivery dates.
Participate in product design reviews to provide input on functional requirements, product designs, schedules, or potential problems.
Review software documentation to ensure technical accuracy, compliance, or completeness, or to mitigate risks.
Document test procedures to ensure replicability and compliance with standards.
Develop or specify standards, methods, or procedures to determine product quality or release readiness.
Update automated test scripts to ensure currency. Investigate customer problems referred by technical support.
Install, maintain, or use software testing programs. Conduct software compatibility tests with programs, hardware, operating systems, or network environments.
Design or develop automated testing tools.
ATTACHMENT C-13 SECURITY ANALYST SERVICES INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Encrypt data transmissions and erect firewalls to conceal confidential information as it is being transmitted and to keep out tainted digital transfers.
Develop plans to safeguard computer files against accidental or unauthorized modification, destruction, or disclosure and to meet emergency data processing needs
Review violations of computer security procedures and discuss procedures with violators to ensure violations are not repeated
Monitor use of data files and regulate access to safeguard information in computer files
Monitor current reports of computer viruses to determine when to update virus protection systems
Modify computer security files to incorporate new software, correct errors, or change individual access status
Perform risk assessments and execute tests of data processing system to ensure functioning of data processing activities and security measures.
Confer with users to discuss issues such as computer data access needs, security violations, and programming changes.
Train users and promote security awareness to ensure system security and to improve server and network efficiency.
Document computer security and emergency measures policies, procedures, and tests.
Plan, implement, upgrade, or monitor security measures for the protection of computer networks and information. May ensure appropriate security controls are in place that will safeguard digital files and vital electronic infrastructure. May respond to computer security breaches and viruses.
ATTACHMENT C-14 BUSINESS INTELLIGENCE ANALYST SERVICES INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Planning
Strategically design and implement a Business Intelligence (BI) solution using the Microsoft SQL Server products (SSAS, SSIS, SSRS). This includes responsibility for developing standard reporting templates, dashboards and scorecards as well as writing and maintaining complex SQL queries and stored procedures while managing new operational report requests.
Synthesize current business intelligence or trend data to support recommendations for action.
Communicate with customers, competitors, suppliers, professional organizations, or others to stay abreast of industry or business trends
Manage timely flow of business intelligence information to users.
Collect business intelligence data from available industry reports, public information, field reports, or purchased sources
Identify and analyze industry or geographic trends with business strategy implications.
Analyze technology trends to identify markets for future product development or to improve sales of existing products
Generate standard or custom reports summarizing business, financial, or economic data for review by executives, managers, clients, and other stakeholders.
Identify or monitor current and potential customers, using business intelligence tools.
Maintain or update business intelligence tools, databases, dashboards, systems, or methods
ATTACHMENT C-15 TELECOMMUNICATIONS ANALYST SERVICES INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Communicate with telecommunications vendors to obtain pricing and technical specifications for available hardware, software, or services.
Keep abreast of changes in industry practices and emerging telecommunications technology by reviewing current literature, talking with colleagues, participating in educational programs, attending meetings or workshops, or participating in professional organizations or conferences.
Implement or perform preventive maintenance, backup, or recovery procedures.
Consult with users, administrators, and engineers to identify business and technical requirements for proposed system modifications or technology purchases.
Assess existing facilities' needs for new or modified telecommunications systems.
Order or maintain inventory of telecommunications equipment for customer premises equipment (CPE), facilities, access networks, or backbone networks.
Install, or coordinate installation of, new or modified hardware, software, or programming modules of telecommunications systems.
Develop, maintain, or implement telecommunications disaster recovery plans to ensure business continuity.
Monitor and analyze system performance, such as network traffic, security, and capacity.
Estimate costs for system or component implementation and operation.
ATTACHMENT C-16 SYSTEM ENGINEER SERVICES INSTRUCTIONS: Vendor must be able to provide the Skill Set at a proficient level, as defined in the Scope of
Services/Specifications before answering YES. DO YOU PROVIDE SKILLS IN THE FOLLOWING AREAS?
YES NO Comment / Additional Information Requested
Communicate with staff or clients to understand specific system requirements.
Provide advice on project costs, design concepts, or design changes.
Document design specifications, installation instructions, and other system-related information.
Verify stability, interoperability, portability, security, or scalability of system architecture.
Collaborate with engineers or software developers to select appropriate design solutions or ensure the compatibility of system components.
Evaluate current or emerging technologies to consider factors such as cost, portability, compatibility, or usability.
Provide technical guidance or support for the development or troubleshooting of systems.
Identify system data, hardware, or software components required to meet user needs.
Provide guidelines for implementing secure systems to customers or installation teams.
Monitor system operation to detect potential problems.
VDI (Virtual Desktop Infrastructure)
Cloud Services
ATTACHMENT D
Attachment D Information Technology Personnel Services Cost Sheet
Note: Refer to the Scope of Services/Specifications section of the RFQ for skills/tasks required for each Role/Position listed below. The inflation % will be added to the Hourly Rate and Overtime Hourly Rate for years 2 – 5.
Role/Position Year 1 Year 2 Year 3 Year 4 Year 5 Hourly
Rate1
Overtime Hourly Rate1
% inflation
% inflation
% inflation
% inflation
Project Manager Services
Business Analyst Services
Application Analyst / Developer Services
Desktop Support / Service Desk Services
Training Support Services
Database Administration Services
Network / Server Analyst Services
GIS Analyst Developer Services
Peoplesoft Analyst Developer Services
SCADA Analyst Developer Services
IT Strategist Services / Enterprise Architect Services
Testing Analyst Services
Security Analyst Services
Business Intelligence Services
Telecommunications Analyst Services
System Engineer Services
Other positions not noted above:
1 Offeror may provide an hourly rate range for each position.
Attachment D
Information Technology Personnel Services Cost Sheet - Continued
Travel related and other expenses
If a consultant with the skills required is not local, and the Offeror will expect travel related expenses to be paid by the City, please indicate daily travel costs by role/position. Daily travel expense should include: mileage, meals, airfare (economy), hotel, car rental, and other travel related expenses.
Year 1 Year 2 Year 3 Year 4 Year 5
Daily Travel Expenses
% inflation
% inflation
% inflation
% inflation
On Call Pay Incentive
On Call Pay Incentive
% inflation
% inflation
% inflation
% inflation
Please explain your company policy for billing the Utilities for On call pay and for paying your consultant when they work an on call shift. Please see section VIII above for the current city policy regarding On Call Pay Incentive to permanent staff. Please modify the table above as needed to present your company policy. Some possible issues related to this topic:
• Do you process the on call incentive as a separate hourly rate? • Do you have a separate mark-up for incentives/bonus pay to help manage your costs. • Do you have a lump sum incentive/bonus. • What are the admin cost related to On call incentive?
Mileage Reimbursement for use of personal car for local travel between Utility locations
Mileage Reimbursement
% inflation
% inflation
% inflation
% inflation
Please explain your company policy for billing the Utilities for mileage reimbursement and for paying your consultant when they travel between Utility locations.
ATTACHMENT E
Attachment E Information Technology Personnel Contract to Hire Conversion Cost
Note: Refer to the Scope of Services/Specifications section of the RFQ for skills/tasks required for each Role/Position listed below. Please describe your company’s policy with respect to charges to the City of Cincinnati for Contract to Hire for the term of the agreement.
Role/Position Immediate Hire < 1 month
Month 1
Month 2
Month 3
Month 4
Month 5
Month 6
Greater than 6 months
Project Manager Services
Business Analyst Services
Application Analyst / Developer Services
Desktop Support / Service Desk Services
Training Support Services
Database Administration Services
Network / Server Analyst Services
GIS Analyst Developer Services
Peoplesoft Analyst Developer Services
SCADA Analyst Developer Services
IT Strategist Services / Enterprise Architect Services
Testing Analyst Services
Security Analyst Services
Business Intelligence Services
Telecommunications Analyst Services
System Engineer Services
Attachment E
Information Technology Personnel Contract to Hire Conversion Cost
Progressive Pro-rated Payment Schedule
If a consultant with the skills required is hired through the Contract to Hire process by the City, describe the payment schedule for the conversion fee that the Offeror will expect to be paid by the City. The purpose of this schedule is to mitigate the risk that the consultant leaves City employment after being hired through the Offeror’s Contract to Hire process.
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6
Month 7 Month 8 Month 9 Month 10 Month 11 Month 12
ATTACHMENT F
Attachment F Information Technology Personnel Recruiting (to Hire) Fees
Note: Refer to the Scope of Services/Specifications section of the RFQ for skills/tasks required for each Role/Position listed below. Please describe your company’s policy with respect to charges to the City of Cincinnati for Recruitment to Hire for the term of the agreement.
Role/Position Project Manager Services
Business Analyst Services
Application Analyst / Developer Services
Desktop Support / Service Desk Services
Training Support Services
Database Administration Services
Network / Server Analyst Services
GIS Analyst Developer Services
Peoplesoft Analyst Developer Services
SCADA Analyst Developer Services
IT Strategist Services / Enterprise Architect Services
Testing Analyst Services
Security Analyst Services
Business Intelligence Services
Telecommunications Analyst Services
System Engineer Services
Attachment F
Information Technology Personnel Recruiting Fees
Progressive Pro-rated Payment Schedule
If a consultant with the skills required is hired by the City through a straight Recruitment (to Hire) by the Offeror, describe the payment schedule for the recruitment fee that the Offeror will expect to be paid by the City. The purpose of this schedule is to mitigate the risk that the consultant leaves City employment after being hired through the Offeror’s recruitment process.
Month 1 Month 2 Month 3 Month 4 Month 5 Month 6
Month 7 Month 8 Month 9 Month 10 Month 11 Month 12
{00136251-3} 1
CITY OF CINCINNATI EQUAL EMPLOYMENT OPPORTUNITY
PROGRAM
Adopted by Ordinance Nos. 331-1999 and 235-2013.
This form is designed to provide an evaluation of your policies and practices relating to the extension of equal employment opportunity to all persons without regard to race, religion, color, sex, sexual orientation, gender identity, or national origin.
Ordinances of the City of Cincinnati and the rules and regulations pursuant thereto provide for contract compliance inspection of personnel policies and practices relating to designated contracts with the City including contracts for construction, labor, services, materials, supplies, equipment, leases, loan and concession agreements.
Completion of this Report is one of the steps which demonstrates compliance with the City’s Equal Employment Opportunity (EEO) Program. Responsibility for demonstrating compliance with the Program by the contractor and his subcontractor rests with the contractor or subcontractors. Such demonstration is a prerequisite for continued eligibility for bidding on City of Cincinnati contracts. Your company’s failure to demonstrate sincere efforts to comply with the City's EEO Program may result in the following action(s) being taken against your company.
1) Refusal of all future bids or proposals for any contract with the city or its boards or commissions until such time as the contractor demonstrates that there has been established and there shall be carried out all of the provisions of the program..
2) Cancellation of the contract. In a case in which there is substantial or a material violation of the compliance procedures herein set forth or as may be provided for by the contract, appropriate proceedings may be brought to enforce those provisions, including the enjoining, within applicable law, of contractors, subcontractors, or other organizations, individuals or groups who prevent or seek to prevent, directly or indirectly, compliance with the policy as herein provided.
PROCEDURE
You must complete Form OCC147 prior to award of a bid/contract. You cannot receive an award without having Form OCC147 approved by the City’s Contract Compliance Officer.
Please complete and return pages one (1), three (3), four (4) and six (6) to: Office of Contract Compliance For further information call: 805 Central Avenue, Room 222 (513) 352-3144 Centennial Plaza, Bldg. Two Cincinnati, Ohio 45202-1947
Su
bm
itted b
y: _____________________________________________ D
ate: ____________________________
FAILURE TO SUBMIT COMPLETE AND ACCURATE INFORMATION ON FORM OCC147 WITHIN TEN (10) DAYS OF NOTIFICATION FROM THE OFFICE OF CONTRACT COMPLIANCE SHALL BE GROUNDS FOR REJECTION OF YOUR BID/CONTRACT AS BENG NON-RESPONSIVE.
FORM OCC147
{00136251-3} 2
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE
During the performance of this contract, the contractor agrees as follows:
1. The contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, or national origin. As used here, the phrase “shall not discriminate” applies without limitation to the following: (1) recruitment, whether by advertising or other means; (2) compensation, whether in the form of rates of pay, or other forms of compensation; (3) selection for training, including apprenticeship; and (4) promotion, upgrading, demotion, downgrading, transfer, laying off, and termination. The contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided by the City setting forth the provisions of this non-discrimination clause.
2. The contractor shall, in all solicitations or advertisements for employees, placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, sexual orientation, gender identity, or national origin.
3. The contractor shall furnish all information and reports required by the contract compliance officer pursuant to
Cincinnati Municipal Code Chapter 325, and shall permit access to the books, records, and accounts of the contractor during normal business hours by the contract compliance officer for the purpose of investigation so as to ascertain compliance with the program.
4. The contractor shall include the provisions of this equal employment opportunity clause in every subcontract, sublease, or purchase order so that such provisions will be binding upon each subcontractor, sublessee, or vendor. The contractor shall take such action with respect to any subcontractor as the City may direct as a means of enforcing the provisions herein, including penalties and sanctions for non-compliance, provided, however, that in the event the contractor becomes involved in or is threatened with litigation as the result of such direction by the City, the City may enter into such litigation as is necessary to protect the interest of the city and to effectuate the EEO program of the city; and in the case of contracts receiving Federal assistance, the contractor or the city may request the United States to enter into such litigation to protect the interests of the United States.
5. The contractor shall file compliance reports at reasonable times and intervals with the City in the form and to the extent prescribed by the Contract Compliance Officer. Compliance reports filed shall contain information as to employment practices, policies, programs, and statistics of the contractor.
{00136251-3} 3
POLICIES AND PRACTICES
The bidder/contractor will indicate his/her willingness to comply with the requirements of the Equal Employment Opportunity Program of the City of Cincinnati by encircling the applicable letters to the left of each item below. The letters are to be interpreted as follows:
A - This is now a practice of the Company/Organization.
B - The Company/Organization will adopt this policy.
C - The Company/Organization cannot or will not adopt this policy. (If “C” is circled state reason. Use separate sheet if additional space is needed.)
It is understood that the Company’s/Organization’s willingness to participate in the Equal Employment Opportunity Program will be evaluated by the Office of Contract Compliance. This evaluation will directly influence our decision on the qualifications of each bidder/contractor and is an integral part of your bid/contract.
ALL QUESTIONS MUST BE ANSWERED.
Circle One
Items State Reason if (C) is Circled
A
B
C
1. The Company/Organization will adopt a policy of non-discrimination, on the basis of race, religion, color, sex, sexual orientation, gender identity, or national origin applicable to employees or applicants for employment in recruitment, compensation, training, upgrading, promotion, demotion, downgrading, transfer, laying off and termination.. An Affirmative Action Plan including goals and timetables will be developed to correct existing deficiencies in the aforementioned areas, if those deficiencies exist.
A
B
C
2. The Company/Organization will assign responsibility to one of its officials to develop procedures which will assure that this policy is understood and carried out by managerial, administrative and supervisory personnel.
Official’s Name: _____________________________
Title: ________________________________
A
B
C
3. The Company/Organization will state its non-discrimination policy in writing and communicate it to the following: a. All employees b. All advertisement and recruitment sources c. All relevant employee organizations including labor unions d. All subcontractors
A
B
C
4. If the Company/Organization should need to use recruitment sources such as employment agencies, unions, and schools, these sources will have a policy of referring applicants using the same standards of non-discrimination required by the City’s EEO program and as defined in Item #1 above.
{00136251-3} 4
CITY OF CINCINNATI
CONTRACT COMPLIANCE DIVISION
BIDDER/CONTRACTOR INFORMATION
______________________________________________________(______)___________
Name of Company/Organization Telephone Number
_________________________________________________________________________
Address (Include Room/Suite Number, City, State and Zip Code)
_____________________ __________________________________________
Federal Tax I.D. Number or Name of Company/Organization Contact Person
Social Security Number
________________________________________________________________________________________
CHECK APPROPRIATE BOX BELOW
Prime Contractor-Construction
Prime Contractor-Professional Services
Prime Contractor-Supplies/Services
___________________________________________________________________________________________
SEX AND RACE OF MAJORITY BUSINESS OWNER
(MAJORITY OWNER HAS THE MOST PERCENTAGE OWNERSHIP OF COMPANY AND CONTROL)
CHECK APPROPRIATE BOX BELOW
Male
Female
White
African American
Native Amer./Alaskan
Asian/Pacific Islander
Hispanic
Other _____________
___________________________________________________________________________________________
SEX AND RACE OF BOARD OF DIRECTORS – Non-Profit Organization
***PUT THE NUMBER OF EACH IN THE APROPRIATE BOX***
Male
Female
White
African American
Native Amer./Alaskan
Asian/Pacific Islander
Hispanic
Other _____________
________________________________________________
SIGNATURE OF AUTHORIZED REPRESENTATIVE
{00136251-3} 5
INSTRUCTIONS FOR COMPLETION OF
EMPLOYMENT DATA TABLE ON PAGE 6
1. Enter total number of employees in column one (1) according to job categories as listed below.
2. Enter number of handicapped employees in company’s total work force and enter in column two (2).
3. Break down columns three (3) through seven (7) into race/ethnic group of the males and enter totals in column eight (8).
4. Break down columns nine (9) through thirteen (13) into race/ethnic group of the females and enter totals in column fourteen (14).
NOTE: EMPLOYEES LISTED MUST BE FULL TIME PERMANENT EMPLOYEES ONLY. DO NOT INCLUDE SEASONAL, TEMPORARY, AGENCY, OR PART TIME EMPLOYEES. EMPLOYEE FIGURES MUST REFLECT THE COMPANY’S TOTAL WORKFORCE, NOT ONE DEPARTMENT OR DIVISION.
DESCRIPTION OF CATEGORIES
Officials, managers and supervisors – Occupations requiring administrative personnel who set broad policies, exercise over-all responsibility for execution of these policies, and direct individual departments or special phases of a firm’s operations. Includes: officials, executive, middle management, plant managers, department managers and superintendents, salaried foremen who are members of management, purchasing agents and buyers, and kindred workers.
Professionals – Occupations requiring either college graduation or experience of such kind and amount as to provide a comparable background. Includes: accountants and auditors, airplane pilots and navigators, architects, artists, chemists, designers, dietitians, editors, engineers, lawyers, librarians, mathematicians, natural scientists, personnel and labor relations workers, physical scientists, physicians, social scientists, teachers and kindred workers.
Sales workers – Occupations engaging wholly or primarily in direct selling. Includes: advertising agents and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, and kindred workers.
Office and clerical – Includes all clerical-type work regardless of level of difficulty, where the activities are predominantly nonmanual though some manual work not directly involved with altering or transporting the products is included. Includes: bookkeepers, cashiers, collectors (bills and accounts), messengers, office machine operators, shipping and receiving clerks, stenographers, typists and secretaries, telegraph and telephone operators, and kindred workers.
Craftsmen (Skilled) – Manual workers of relatively high skill level having a thorough and comprehensive knowledge of the processes involved in their work. Exercise considerable independent judgment and usually receive an extensive period of training.
Includes: The building trades hourly paid foremen and leadmen who are not members of management, mechanics and repairmen, skilled machining occupations, compositors and typesetters, electricians, engravers, jobsetters (metal), motion picture projectionists, pattern and model makers, stationary engineers, tailors and kindred workers.
Operatives (Semi-Skilled) – Workers who operate machine or processing equipment or perform other factory-type duties of intermediate skill level which can be mastered in a few weeks and require only limited training.
Laborers (Unskilled) – Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in a few days and require the application of little or no independent/judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen and stevedores, lumbermen, craftsmen and wood choppers, laborers performing lifting, digging, mixing, loading, and pulling operations, and kindred workers.
Service workers – Workers in both protective and nonprotective service occupations. Includes: attendants (hospital and other institution, professional and personal service), barbers, cleaners, cooks (except household), counter and fountain workers, elevator operators, firemen and fire protection, guards, watchmen and doorkeepers, stewards, janitors, policemen and detectives, porters, waiters and waitresses, and kindred workers.
Apprentices – Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally considered an apprenticeship, regardless of whether the program is registered with a Federal or State agency.
{00136251-3} 6
EMPLOYMENT DATA Please note that these data may be obtained by visual survey or post-employment records. Neither visual surveys nor post-employment records are prohibited by any Federal, State or local law. All specified data are required to be filled in by law.
ALL EMPLOYEES MALE FEMALE
(1)
TOTAL MALES & FEMALES
(2)
HANDI-CAPPED
(3)
WHITE
(4)
AFRICAN AMER.
(5)
ASIAN OR PACIFIC
ISLANDER
(6)
NATIVE AMER.
ALASKAN NATIVE
(7)
HISPANIC
(8)
TOTAL MALES
(9)
WHITE
(10)
AFRICAN AMER.
(11)
ASIAN OR PACIFIC
ISLANDER
(12)
NATIVE AMER..
ALASKAN NATIVE
(13)
HISPANIC
(14)
TOTAL FEMALES
Officials, Managers and Supervisors
Professionals
Technicians
Sales Workers
Office and Clerical
Craftspersons (Skilled)
Operatives (Semi-skilled)
Laborers (Unskilled)
Service Workers
Apprentices
TOTAL
Total employment from previous report (if any)