Loading...
HomeMy WebLinkAbout2001-12-17 City Council (4)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SUBJECT: DECEMBER 17, 2001 CMR: 447:01 APPROVAL OF AMENDMENT NO. 1 IN THE AMOUNT OF $87,500 TO EXISTING PROFESSIONAL SERVICES CONTRACT NO. $2140169 WITH GOVERNMENT FINANCE OFFICERS ASSOCIATION FOR SERVICES RELATED TO THE IMPLEMENTATION OF THE ENTERPRISE RESOURCE PLANNING SYSTEM RECOMMENDATION Staff recommends that Council: 1.Approve and authorize attached Amendment No. 1 in the amount of $87,500 to existing contract, No. $2140169, with Government Finance Officers Association (GFOA). 2.Authorize the City Manager or his designee to negotiate and execute one or more change orders to Amendment No. 1 with GFOA for related additional but unforeseen work. The total value of change orders shall not exceed $11,750. BACKGROUND The City will be replacing its existing f’mancial, human resources, and payroll applications with a fully integrated Enterprise Resource Planning (ERP) system. ERP solutions are products that share a common database and use a single vendor to provide modules for a broad range of applications. The City’s existing suite of business sotiware does not meet current needs; it is dependent upon a collection of manual processes and customized interfaces. The patchwork of different architectures and tools used makes the software difficult to support and maintain. The City recognizes that this environment will hinder its efforts to reengineer, improve business processes, and move toward an electronic government ("eGov") vision. The City is seeking proposals for the installation and implementation of a new, fully integrated financial, human resources, and constituent relationship management systems solution. CMR: 447:01 Page 1 of 3 DISCUSSION The GFOA assisted the City with the fmalization of the initial RFP for ERP software. The vendor is very knowledgeable about ERP systems and has an established rapport with major vendors, as well as various implementation-consulting firms. The GFOA knows the ERP market place with respect to reasonable expectations and costs and has completed dozens of ERP acquisitions for other public sector entities. The City is using GFOA’s knowledge and expertise to reduce risks and acquire the best products, services, and terms. The proposed Amendment No. 1 coversGFOA’s assistance in Phase II and III of the ERP project. The GFOA will assist the City in evaluating software vendors and implementation service providers, and developing an RFP for implementation services in Phase II. The vendor will assist the City in the contract negotiation phase (III) by providing experience and knowledge of the ERP vendors and implementers. This will expedite the negotiation phase without compromising value. RESOURCE IMPACT The appropriated funding for GFOA consulting services for assistance with the acquisition of Enterprise Resource Planning sotbccare and implementation services is budgeted in the Capital Improvement Program Project No. 10216. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW These services do not constitute a project under the California Environmental Quality Act (CEQA). ATTACHMENTS: Attachment A: Amendment No. with GFOA. 1 to Professional Services Contract ($2140169) PREPARED BY: LACEE LALONDE Executive Assistant CMR:447:01 Page 2 of 3 DEPARTMENT HEAD APPROVAL: C;,~RL Director,Services CITY MANAGER APPROVAL: EMILY HARRISON Assistant City Manager CMR:447:01 Page 3 of 3 ATTACHMENT A AMENDMENT NO. ONE TO AGREEMENT NO. $2140169 BETWEEN THE CITY OF PALO ALTO AND GOVERNMENT FINANCE OFFICERS ASSOCIATION (GFOA) This Amendment No. One to Agreement No. S2140169 ("Agreement") is~ entered into ~~ ]~. 2~t~.[, by and between the CITY OF PALO ALTO ("CITY"), and Government Finance Officers Association, an Illinois Corporation, located at 180 North Michigan Avenue, Suite 800, Chicago, IL 60601 ("CONTRACTOR"). R E C I’T A L S: WHEREAS, the Agreement was entered into between the parties for the provision of services relating to the CITY’s acquisition of an Enterprise Resource Planning System (ERP); and WHEREAS, the parties wish to amend the Agreement; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: SECTION i. The section entitled "CONTRACTOR" is hereby amended to add Phase II and Phase III, as specified in the exhibit entitled ~Exhibit A - Scope of WorW’ and which is incorporated into the Agreement by this reference. SECTION 2. to read as follows: The section entitled "Term" is hereby amended "TERM. The services and/or materials furnished under this Agreement shall commence on December 18, 2001 and shall be completed by June 30, 2002." SECTION 3. The section entitled "COMPENSATION" is hereby amended to read as follows: "COMPENSATION for the full performance of this Agreement: CITY shall pay CONTRACTOR: For Phase a fixed price for a total not to exceed $30,000. For Phase II, a total amount not to exceed $62,500, payable on the basis of deliverables as described in the exhibit entitled ’Cost and Payment Schedule - Exhibit B,’ which is attached/~ereto and incorporated herein by reference. For Phase III, a total amount not to exceed $25,000, payable on a Time and Expenses basis, as described in Exhibit B." SECTION 4.The section entitled "Hold Harmless" is hereby amended by adding the following: "LIMITATION ON LIABILITY. CONTRACTOR’s liability for performance under this Agreement will not exceed the level of 1 insurance for any exposure under this Agreement. Any liability not addressed by the insurance coverage as described in Exhibit C, attached hereto and incorporated herein by reference, will be limited to the extent of fees paid." SECTION 5. Except as herein modified, al! other provisions of the Agreement, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: Assistant City Manager Mayor GOVERNMENT FINANCE OFFICERS ASSOCIATION (GFOA) Director of Administrative Services Insurance Review Taxpayer Identification No. 36-216-7796 Attachments: EXHIBIT A: EXHIBIT B: EXHIBIT C: (Compliance with Corp. Code § 313 is required if the-entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF WORK COST AND PAYMENT SCHEDULE INSURANCE REQUIREMENTS 011210 shOO03 .~5 ~ CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF "1"1 "1 ~-ols COUNTY OF Cook ) ) ) On December II, 2001 .... , before me, the undersigned, a notary public in and for said County, personally appeared John Jurk~h ’ personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ¯ Signature of Notary Public 4 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF Illinois COUNTY OF Cook ) ) ) On neeemSer ]]: 200] , before me, the undersigned, a notary public in and for said County, personally appeared Je£frey L. ~sser , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of ~ic OFFICIAL SEAL BARBARA G MOLLO Notary Public - State of Illinois 011210 snr-O03 .L~.f~5-_ Exhibit A Scope of Work The OFOA proposes to assist the City through two phases: (]l’) System Selection; and Contract Negotiations. The procurement strategy outlined below assumes that the City will issue separate software and services RFPs. Dehverables are used to establish milestones for payment purposes, although a significant portion of our activities are advisory related, put differently, a significant amount of work effortmbeyond the dehverables listed belowwgoes into the procurement process. Definition of Phase. Phase II begins as Soib,vare RFP responses are returned and ends when two vendors are identified for parallel negotiations. Deliverables. Six agreed upon procedures are outlined below with the associated "dellverables" which together describe the services provided to the City by the GFOA during the software system selection portion of our engagement. Proposal Evaluation Plan. The GFOA will work with the steering committee to develop a step-by-step evaluation plan document to be followed by members of your evaluation team to select a software and services vendor.-This plan will be completed prior to the opening of vendor proposals. Deliverable: Proposal Evaluation Plan. Vendor Demonstration Scripts/Demonstration Evaluation Tool. The GFOA will develop demonstration scripts to guide vendor presentations, based on interviews with government staff, RFP requirements, and GFOA’s knowledge of best business practices. In addition, a "tool" to be used by members of your evaluation team during vendor software demonstrations will be prepared. Deliverables: Software Demonstration Scripts and Software Demonstration Evaluation Tool. Proposal Assessment Report. The GFOA will review and assess the major strengths and weaknesses of each of the responses to the RFP to help identify the vendors to be short-listed for soi~cware demonstrations. This report will consist of a 3-4 page summary of key issues for each proposal. This assessment will be primarily focused on a fit-gap analysis of requirement responses and identification on the quality of the cost estimates proposed. The report will also present an analysis of software product costs. D.eliverable.: Software Proposal Assessment Report. 4.Staff’mg Vendor Demonstration Presentations. GFOA’s recommended approach (assumed in the fixed price) is to short-list no more than three vendors for on-site GFOA Contract with the City ofPalo AJto, California 5 demonstrations. One GFOA team member will attend up to three software vendor demonstrations of two days each. Since we have been involved in demonstrations with all of the major software vendors, we will spot strengths and weaknesses and raise these issues for discussion~ The GFOA team member attending the presentations will ask questions of vendors and take detailed notes on the functionality of software and assess adherence to your requirements. The GFOA team will facilitate sessions with the evaluation team and steering committee to reach general conclusions on the demonstration presentations. Deliverable: Summary Report on Software Demonstrations. Proposal Reference Checks. The GFOA will conduct in-depth interviews guided by a standard questionnaire for each of the vendors invited to perform product demonstrations (this fixed-bid proposal assumes no more than three vendors). GFOA will utilize the results of the reference checks to develop some of the negotiating points in the contracting strategy in Phase Ill. Deliverable: Software References Report. Discovery Session. After software demonstrations, GFOA suggests that governments conduct a one-day workshop with each of the two vendors identified for parallel contract negotiations. These. sessions take place after product demonstrations and ¯ before formal negotiations begin. These sessions provide vendors with an opportunity to gather the information necessary to further clarify their proposals and provide the City with an opportunity, if needed, to take a "second look" at the software. Shortly after these sessions, vendors are requested to produce an updated cost proposal. One GFOA staff member will participate in a maximum of two one-day discovery sessions. Deliverable: Request for Clarification Memorandum to Vendors. Definition of Phase. Phase II begins as Integration Services RFP responses are returned and ends when two vendors ate identified for parallel negotiations. Deliverables. Seven agreed upon procedures are outlined below with the associated "deliverables" which together describe the services provided to the City by the GFOA during the system selection portion of our engagement. Proposal’Assessment Report. The GFOA will review and assess the major strengths and weaknesses of each of the responses to the RFP to help identify the vendors to be short-listed for vendor interviews. This report will consist of a 3-4 page summary of key issues for each proposal. This assessment will be primarily focused on analysis and commentary on implementation and training approaches, and identification on the quality of the cost and staffing estimates proposed. Deliverable: Integration Services Proposal Assessment Report. GFOA Contract with the City of Palo Alto, California o Facilitating Vendor Presentations. GFOA’s recommended approach (asstuned in the fixed price) is to short-list no more than three integration vendors for on-site interviews. The interviews are assumed to last 4 hours per vendor. The GFOA team will provide an interview guide to facilitate the interview sessions and provide the evaluation team and steering committee with the information they will need to reach general conclusions on the vendor interviews. Deliverable: Interview Guide. Proposal Reference Checks. The GFOA will conduct in-depth interviews guided by a standard questionnaire for each of the integration vendors invited to interviews (this fixed-bid proposal assumes no more than three vendors), Deliverable: Integration Firm References Report. Analysis of Costs/Staffing/Implementati0n Risk Factors. The GFOA will provide the City with an analysis of proposal costs for implementation and training services by analyzing information provided in the proposals for those vendors invited to vendor interviews (this fixed-bid proposal assumes no more than three vendors). In addition, GFOA will provide the City with an analysis of the implementation methodologies/plans proposed by the vendors. We also develop an analysis that provides "apples to apples" comparisons and outlines oppommities for cost reduction and risk areas needed to be addressed during Statement of Work (SOW) development and contract negotiations. Deliverable: Analysis of Cost/Staffing/Risk Factors. Discovery Session Conference Call. After oral presentations, the City will identify two vendor finalists. GFOA and the City will conduct conference call with each of the two vendors to clarify terms and conditions. These sessions take place after vendor interviews. Shortly after these sessions, vendors are requested to produce an updated cost proposal. Deliverable: Request for Clarification Memorandum to Integration Vendors. Defmition of Phase. Phase HI begins after Discovery with the sot%rare or implementation film and ends when a Statement of Work (SOW) and final contracts are established with a single vendor/vendor team. Three major documents are involved: (1) ~ Statement of Work, (2) Software Licensing Agreement, and(3)Integration Services Agreement. / Pricing. This Phase is performed on a time and expenses basis and is estimated to be $25,000. GFOA’s hourly rate for the negotiation phase is $175 per hour. Since we conduct most of the negotiations by phone, travel expenses are not a major cost factor for this phase, although the cost of a GFOA staff member participating in a one-day, on-site negotiating session is assumed for this Phase. GFOA Contract with the City of Palo Alto, California Description of Tasks. The GFOA has developed a unique "parallel negotiations" methodology that we propose to utilize for this engagement. This approach seeks to retain the benefits of competition until the last moment of the procurement cycle. It also uses our membership network to benchmark prices and terms. Typically, we ask our clients to short-list two vendors for cost negotiations and get a response on major legal/business terms. Once the evaluation team chooses one vendor over another, we seek to reach a contract (sol~ccare and services) with the top vendor team. The contracting process includes the development of a Statement of Work--the detailed document that specifies a step-by-step approach for the implementation and ¯ outlines roles/responsibilities of all parties involved. Our clients have witnessed significant benefits in using this methodology. Inour experience, this disciplined approach can actually lead to a faster contract negotiation process with considerably lower risk. Deliverables. Phase HI will focus on establishing a software licensing agreement and a separate integration services agreements and Statement of Work with the final vendors. Although GFOA will help the City shape these documents, these are not referred to as deliverables because they~are agreements between the government and the chosen vendors. Phase HI will be completed when the Statement of Work, Software License Agreement, and Integration Services Agreements are complete. GFOA Contract with the City of Palo Alto, California Exhibit B Cost and Payment Schedule A. Basis for Cost Proposal GFOA takes great pride in completing our consulting projects on time and on budget. To date, we have not had a cost overrun in any of the technology projects in which we have been engaged. The pricing arrangement we propose gives clients certainty for the project budget and allows the GFOA to allocate the staffnecessary to satisfy the City. Because of the fixed-price nature of Phase II of this engagement, some assumptions are required which are outlined below. Phase HPricing (proposed on a ’¢Fixed Fee basis") where payment is made on the basis of deliverables/activities completed. Phase 117Pricing (proposed on a "Time and Expenses basis") where payments are made monthly on the basis of hours incurred at a rate of $175 per hour. Because of the nature of contract negotiations--that is, that the government and vendors ultimately determine the time needed to satisfy themselves that they can commit to a contract---GFOA proposes this phase on a time and expenses basis. B. Summary of Cost by Phase IIA .Software.Product Selection (Fixed)"I $47,500 HB Integration Firm Selection (Fixed) I $15,000 IT[Contract Negotiations (Time & Expenses) Total Estimated Cost: Phases ll-I-ll $87,500525’000 C. Payment Schedule 3 4 5 6-X Steps 1-4 COmplete Steps 5-6 Complete Steps 1-5 Complete Time and Expenses, based on monthly invoices, not to exceed amount listed without city approval. $251000- $22,500 $15,000 $25,000 D. Assumptions for Pricing GFOA Conlract with the City of Palo Alto, California To give our clients assurance and certainty related to the project budget, GFOA often agrees to a fixed price for parts of our engagements..Because of travel costs especially, we need to make assumptions in the engagement. Many of these assumptions are also important to GFOA’s overall methodologies for RFP/system requirements development, system selection and contract negotiations. Below is a complete list of assumptions for this engagement. PHASE H [1]The KFP for sol, rare will be released first and the selection process for a software vendor will be concluded prior to the release of the RFP for implementation services. [2]No more than three vendors will be short-listed for product demonstrations and implementation interviews. These demonstrations will last no more than two days each per software vendor. The demonstrations will be held as concurrently as possible (to reduce travel costs). The debrief session-will occur soon after the last demonsWation. [3]Discovery sessions will be held on back-to-back days---one day for each of the two vendors identified for further consideration after demonstrations. [4]No more than three trips are budgeted for this phase. To the extent possible, Steering Committee meetings will be scheduled while we are on site; otherwise GFOA staffwould be pleased to participate through conference calls. Conference calls are used to short-list vendors for demonstrations and to short-list for negotiations after demonstrations. PHASE IT[ [1]The software and services contract(s) will be completed within the timeframes set forth in the project plan. If GFOA hours and expenses exceed the available funding for this phase, the City can either enter a change order or complete negotiations on its own. E. Tentative Project Timeline A major way governments can reduce the risk of implementation failure is by thoughtfully approaching the development of the RFP as well as the system selection and the contracting processes. Essentially, a successful implementation begins at the RFP stage. As such, GFOA is proposing a timeline that we feel is the most thorough way to approach the City’s system procurement. Timeline October 23, 2001 December 21, 2001 January 9, 2002 January 15-22, 2002 February 15, 2002 February 20, 2002 March 15, 2002 March 16-April 5, 2002 April 8-3une 15, 2002 June 30, 2002 Major Milestones (Tentative Dates) Project Plan Established RFP Responses Due from Vendors Proposal Analysis and Short-List for Demos Determined Software Demonstrations With 3 Vendors Software Finalist Identified-Phase HA Complete Release of Integration Services RFP Implementation Proposals Due Oral Presentations, Discovery, Selection of Integration Firm--Phase 1I_8 Complete Contract Negotiations License and Services Agreement Complete--Phase III Complete GFOA Contract with the City of Palo Alto, California l0