Loading...
2011-230ORDINANCE NO. 2� 11-230 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DENTON, TEXAS AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTR.ACT WITH MARKETSPHERE CONSULTING, LLC TO PERFORM A JD EDWARDS (JDE) SOFTWARE APPLICATION UPGRADE FROM VERSION 8.11 TO 9.X; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR AND PROVIDING AN EFFECTIVE DATE (RFP 4762- JD EDWARDS 9.X UPGRADE SERVICES FOR THE CITY OF DENTON AWARDED TO MARKETSPHERE CONSULTING, LLC IN THE AMOUNT OF $295,500.00). WHEREAS, the City has solicited, received and evaluated competitive sealed proposals for the purchase of JD Edwards software application upgrade in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and reviewed and recommended that the herein described proposals are the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION l. The items in the following numbered request for proposal for materials, equipment, supplies or services, shown in the "Request Proposals" on file in the office of the Purchasing Agent, are hereby accepted and approved as being the most advantageous to the City considering the relative importance of price and the other evaluation factors included in the request for proposals. RFSP NUMBER CONTRACTOR AMOUNT 4762 MarketSphere Consulting, LLC $295,500 SECTION 2. By the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Proposal Invitations, Proposals, and related documents. SECTION 3. Should the City and person submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposals, the City Manager or his designated representative is hereby authorized to execute the written contract; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION 4. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under the RFP 4762 to the City Manager of the City of Denton, Texas, or his designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. This ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the � day of % ����2011. � ATTEST: JENNIFER WALTERS, CITY SECRETARY � B APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY �_. BY: ' '` Contract # 4762 JD Edwards 9.X Upgrade Services for the City of Denton CONTR.ACT BY AND BETWEEN CITY OF DENTON, TEXAS AND MAR._KFTSPHERE CONSULTING, LLC ! THIS CONTRACT is made and entered into this �� � day of �1� A.D., 2011, a co o tion whose address by and between MARKETSPHERE CONSULTING, LLC rp , is 114 W 11� Street Kansas Citv, MO 64105, hereinafter referred to as "Supplier," and the CITY OF DENTON, TEXAS, a home rule municipal corporation, hereinafter referred to as "City," to be effective upon approval of the Denton City Council and subsequent execution of this Contract by the Denton City Manager or his duly authorized designee. For and in consideration of the covenants and agreements contained herein, and for the mutual benefits to be obtained hereby, the parties agree as follows: SCOPE OF SERVICES Supplier shall provide products or services in accordance with the Supplier's proposal in response thereto, a copy of which is attached hereto and incorporated herein for all purposes as Exhibit "D". The Contract consists of this written agreement and the following items which are attached hereto and incorporated herein by reference: (a) City of Denton Contract # 4762 including: (b) Pricing section (c) Scope of Work and Services (d) Payment and Perfortnance Requirements (e) Standard Terms and Conditions ( fl Contractor pocumentation from Solicitation These docuxnents make up the Contract documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the Contract documents, the inconsistency or conflict shall be resolved by giving precedence first to the written agreement then to the contract docu.ments in the order in which they are listed above. These documents shall be referred to collectively as "Contract Documents." IN VVITNESS WI�REOF, the parties of these presents liave executed this agreement in the y�a�• and day fust above written. ATT T; � � ���/I SS� �� � 01A�� h 1 I� APPROVED AS TO FO�M: �--� ZTA BURGESS, Y A ORNEY �� v CONTRACTOR � C��U I�, N l'� Uv ��-� S � t� �7�U �1s ' �J u i � MAYLiNG ADDRESS �I l� . ���f . U �UC� PHONE NUMBER ���v.��(1. �� FA� NU11�B�R. BY: r��� TITLE Ch�,rs (�n►�.u�, PRiNTED NAME (SEA�,) MELISSA R. SUTPHIN Notary Public-Notary Seal State of Missouri, Ray Caunty Commission # 10480533 Commission Expires Aug 25, 2014 Contract # 4762 Term of Contract and General Requirements CITY OF DENT�N RFP 4762 FOR JD. EDWARDS UPGRADE S�RVICES Section ( General I. INTRODUCTION In accordance with the provisions of Texas Local Govemment Code, Chapter 252, The City of Denton (the City) is requesting proposals to contract with an individual or business with considerable experience in providing goods or services of this RFP. The proposals and the cost solutions shall be submiited to the City of Denton in a sealed submission, in accordance with Texas Local Government Code 252.0415 and 252.042. The awarded individual or business shall possess a proven track record of using i�ovative approaches to providing goods and services that represent the best value to their clients. The awarded individual or business shall lxave the ability to accomplish aIl aspects of the requested services. The selected individual �r contractor should be able to provide innovative methods to deal with municipal challenges, and cost effective solutions. Tlte Cit�� of Denton is exenrpt from Federal Exeise a�td State Sales Ta� A. COMMUNITY PROFILE Denton, Texas is a Main Street City in the North Texas region. Established zn 1857, Denton is the county seat of Denton County and was named for John B. Denton. Denton is unique in compositian; the city is comprised of over 92 square miles which radiate out in all directions from the downtoum core. In addition to the unique physical composition of the city, there is a unique character to the City. It is comprised of a diversity of neighborhoods and land uses that range from historical residential and commercial districts to new residential subdivisions and industrial complexes to greenbelt areas and newly annexed rural areas. There are several active industries operating within the City limits, including highly disputed gas well drilling, production, and transmission. Denton is home to two state universities, the Universiry of North Texas, and Texas Woman's University, and two regional hospitals, The City i.s traversed by state highways, rail lines, and Interstate 35 E& W. This summer Denton County Transportation Authority (DCTA) will begin operation of a passenger rail service that will run from downtown Denton to the City of Carrollton, where passengers may transfer to the Dallas Area Rapid Transit (DART) system and continue travelling by rail within the Metroplex region. The rail service will be accompanied by the opening of two rail stations in Denton. B. BACKGROUND The City of Denton has experienced significant growth over tbe past few years and significant utilization of goods and services to meet the ever growing needs of a vibrant. community has driven the need to obtain long term commitments to supply materials and services. The City desires an innovative solution that ensures a successful approach to provide goods and services; and allows for fluid responsiveness to upcoming changes PAGE 3 OF R�P #4762 Respondent's Initials—��' °— CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES — both anticipated and unforeseen. The use of techaologica] opportunities throughout the service delivery is encouraged. Z. MINIMUM SUBMISSION REQUIREMENTS The following minimum requirements rnust be demonstrated in order for the submission to be cousidered responsive to the City of Denton. Any proposal received, which is determined to not meet these mandatory requirernents shall be unmediately disqualified and rejected as non-responsive. � Must be able to provide minimum expert consulting roles as outlined in the RFP Please detail project personnel and experience that complies with RFP requirements on page eight (S). • Must have experience in at least three (3) JDE upgrades from S.l 1 to 9.X. Please detail on attachment F. • Must be able to demonstrate a minimum of eight (8) years of established JDE implementations and or upgrades, and be able to provide a multi-disciplinary staff of a size sufficient to perform the services identified within the scope of work. T'he disciplines of staff must include: 1. JD Edwards and �racle implementations, 2. Certified JDE Partner or Va1ue Added Reseller (VAR), 3. IT consulting for governmental agencies, 4. CNC subject experts, 5. Application development, and 6. The overall project manager must have system design, implementation, and upgrade experience. Please provide written detail of contractor's ability to meet these requirements. • The Proposing cornpany doing the upgrade must be registered by the State of Texas or the County of Denton, to provide any services which may be required and the compa.ny must have all licensure required by the State to provide any services required. Certificate of Status — Issued by the Texas Secretary of State A"certificate of status" is a certificate issued by the secretary of state that serves as official evidence of an entity's existence or authority to transact business in Texas, A certificate of status provides a statement of an entity's staius, as well as the entity's current legal natne and date of formation or registration. How da I obtain information about filing with the State of Texas, or obtaining copies or certificates from the Secretary of 5tate? Webpage: http'//w«w sos.state_tx.us/corn/copies.shtml; Phone 512-463-5578; ox email eoipcert@sos.state.tx.us PAGE 4 OF RFP #4762 RespondenYs lnitials�� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES Certif cate of Account Status — Issued by the Texas Comptroller' of Public Accounts Information about certificates of aecount status is available from the State of Texas Gomptroller's Office. A Certificate of Account Status is utilized to determine whether a taxable entity doing business in Texas is in good standing with its franchise ta� reports and payments. A Certificate of Account Status may be required in order to conduct real estate or financial transactions in Texas. To cbeck existing account status, utilize this webpage: llttus•//ourcua c�a state tx us/coa/Index.html, 3. CONTRACT TERM It is the intention of the City of Denton to award a contract for JD Edwards Upgrade services for an initial one (1) year period. The City and the Awarded Contractor shall have the option to renew this contract for an additional two (2) one-year periods, for potential on- going support or rnaintenance of the solution, and potential additional services that may be necessary. 5ervices undertaken pursuant to this RFP will be required to commence within fourteen (14) business days of delivery of a Notice to Proceed. The services shall be accomplished per the Scope of Work and 5ervices as identified in Section N and the 5chedule of Events as outlined in Section VI. The Contract shall commence upon the issuance of a Notice of Award by the City of Denton and shall automatically expire on October 1 st, 2012, with options for renewal �or two (2} additional one-year periods. At the sole option of the City of Denton, the Contract may be further extended as needed, not to exceed a total of six (6} months beyond the two (2) year extension period. Renewal Periods: 15� Renewal —10101/12 — 9/30/13 2°a Renewal — 10/01/13 — 9/30/14 4. PRICING Pricing �s firm and fixed for the duration of the contract, as indicated in exhibit one (1). 5. PRICE ADNSTMENTS Price adjustxnents are not allowed, b. SUBSTITUTIONS Substitutions are not permitted without the written approval of The City of Denton Purchasing Department. PAGE 5 OF RFP #4762 Respondent's Initials��v' CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 7. DISQUALIFICATIONS Any terms and conditions attached to a solicitation will not be considered unless specificallyreferred to on a solicitation and may result in disqualification. Any proposals that do not clearly outline all qualifications may be disqualified. 8. INTELLECTUAL PROPERTY INDEMNIFICATION The contractor will indemnify, defend and hold hannless the City of Denton, and its authorized users, against any action or clainn brought against the City of Denton, or its authorized users that is based on a claim that soflware infringes any patent rights, copyright rights or incorporated misappropriated trade secrets. Contractor will pay any damages attributable to such claim that are awarded against the City of Denton or its authorized users, in a judgment or settlement. If the City of Denton or its authorized users' utilization of the soflware becomes subj ect to a claam, or is likely to become subject to a claim, in the sole apinion of the City of Denton, or its authorized users, the Contractor shall, at its sole expense {1) procure for City of Denton or its authorized users, the right to continue usin.g such software under the terms of this Contract; or (2) replace or modify the software so that it is non-infringing. 9. RIGHTS TO DATA, DOCUIVIENTS, AND COMPUTER SOFTWARE tGpVERNMENTAL ENTITY OWNERSHIP) Any software, research, reports studies, data, photographs, negatives or other docuznents, drawings or materials prepared by contractor in the performance of its obligations under this contcact shall be the exclusi�e property of the City of Denton and all such materials shall be delivered to the Cityby the contractor upon completion, termination, �r cancellation of this contract. Contractor rnay, at its own expense, keep copies of a11 its writings for its personal files. Contractor shall not use, willingly allow, or cause to have such materials used for any purpose other than the performance of contractor's obligations under this contract Rrithout the prior written consent of the City; provided, however, that contractor shall be allowed to use non-confidential materials for writing samples in pursuit of the work. The ownership rights described herein shall include, but not be limited to, the right to copy, publish, display, transfer, prepare derivative works, or otherwise use the works. 10. ADDING NEW SERYICES TO THE CONTRACT AFTER A�'4'ARD Following the Contract award, ADDITIONAL products of the same general categvey that could have been encompassed in the award of this contract, and that are not already on the contract, may be added. A formal written request may be sent to successful Contractor (s) to provide a proposal on the additional services and shall submit proposals to the City of Denton as instructed. AIl prices are subject to negotiation with a Best and Final Offer ("BAFO"). The City of Denton may accept or reject any or all pricing proposals, and may issue a separate RFP or IFB for the products after rejecting some or all of the proposals. The commodities and services covered under this provision shall. conform to the statement of work, specifications, and requirements as outlined in the PAGE 6 OF RFP #4762 R�spondent'�s Initials2Jo-� CITY OF DENTON R�P 4762 FOR JD EDWARDS UPGRADE SERVICES request. Contract changes shall be made in accordance with Texas Local Government Code 252.048 11. COOPERATIVE PURCHASING / PIGGYBACK OPTION N/A PAGE 7 OF RFP #4762 RespondenYs Initials� Contract # 4762 Pricing : M�rke#S�here �ctober 28, 2011 Elton D. Brack, MBA, CTPM, CTCM, C.P.M. Manager, Materials Managemgnt and P�rchasing 901-8 7exas Street Denton, TX 76209 Re: RFP 4762 — Best and Fina) Offer Dear Mr. Brock: We were excited to hear of our selection as a fina(ist for the JD Edwards upgrade project. We have included your follow-up questions below in italics with our response to each question immediately following: Solicitation 476� was indicated to be firm, fixed price,ror delivery of the identified turn-key services. It is apparent that pricing for these requirements have varying d�erences among the selected finalists. The City ofDenton hereby wishes to negatiate with the selected ° znalists " to obtain a Best and Final Of�erfor the requested services. Please review your preuiously submitted pricing and provide a best and final o,�`'er for the final evaluati�n process, u�ilizing the attached excel pricing sheet. We have evaluated the estimated Ievel of effort related the JD Edwards upgrade project following our orals presentaHon and have not identified a need to adjust the work level of effort or resource mix to successfully complete the upgrade. The estimated hours inciuded in our proposal presentation reflect a sign�cant rate reduction aompared to previous engagements that we have conducted for the City of Denton. As a result, we are not rev(sing our pricfng for fhe project. However, we have made revisions to the "Cast of Additional Services". We have enclosed the Best and Final Offer spreadsheet as part of our response. • Additional, please deir�il the warranty period for these services, witli a clear explanation and tivhai the City can expect to receive x�ith regards to ensuring the services that are delivered, are maintained far a defned period of time. We have included below the standard MarketSphere warranty language, We have made adjustments to the language based on specific client situations. Desired changes should be submitfed to me for review by fegal. (a) MarketSphere warrants that the Services shall be perFormed with reasonable ca�e in a diligent and competent manner. Marke#Sphere's sole obligation shall be to carrect any • MarkstSphere Consuili�g, LLC i i4 W. t i' SUeet, Suile 70Q � Kansas Cily, htp 64 i 05 • 688.$32,3002 • www.m�ticeiS{�lteracom non-caniormance with this warranty, provided that Cifent gives MarketSphere written noEice within thirty (30) days aftsr the Services are performed or successfu! completion of the acceptance test plan, if applicable. (b) MarketSphere does not wanant and is not responsible for any khird party products or se+vices. Client's sole and exclusive rights and remedies wifh respecf to any third party products or senrices are against the third party vendor and nat against MarketSphere. To the extent Ciient requests MarketSphere's assistance in identifying, troubleshooting, or reso(ving issues with third-party products, MarketSphere will perForm such seraices in addii�on to the Scope outlined in this arrangement and Clie�t will be responsible for such charges, regardless of whether relief or remedy is received by the affecting third pa�ty. {C) THIS IS MARKETSPHERE'S QNLY WARRANTY CONCERNfNG THE SERVICES AND ANY D�LlVERABLE, AND IS MADE EXPRESSLY IN LIEU QF ALL OTHER WARRANTIES AND REPRESENTATIONS, EXPRESS OR IMPLIEp, INCLUDING ANY IMPLIED WARRANTIES OF MERCHANTABILITY, NON-IMFRINGEMENT, OR FITNESS FOR A PARTICULAR PURP4SE, OR OTHERINISE. • In yourproposal costs, you did not address early payment discaunfs. The Crty's staridard payrrtent terms are net 30, after receipt and acceptance of a valid invoice. Please diseuss and address. MarlcetSphere's standard terms are also 30 days and we rarely enter into discounted payment terms. We did not originally include a discount schedute due to our standard terms and ha�e not included in our response as the question indicated the City of Denton's standard terms are net 3Q. If disco�nted terms are �equired by the City of Denton, we will reevalua#e and provide a discount schedule. � YYould your firm be interested in ACH payments? Please discuss. MarkekSphere would prefer to receive payment via ACH rather than check. MaricstSphere values the reiationship with the City of Denton and will work as a partner to resolve concerns that may exist regarding the above responses or flur proposal to assist with this important project. If you would like ko discuss our responses to your questions or the averall project, please contact rne at (913) 568-391�4. Best Regards, �,��'� Greg Davis Practice Directar Enclosure RFP 4762 October 28th, 2011 JD EDWARDS UPGR.ADE SERVICES - BAFO - c Principal Place of Business 1 IEA IPhase I as detailed in Section II, Subparagraph A Pro osed Date if can not meet re uired schedule of 1/16/2012: 2 EA Phase II as detailed in Section II, Subparagraph A Pro osed Date if can not meet re uired schedule of 2/27/2012: 3 EA Phase III as detailed in Section II, Subparagraph A Pro osed Date if can not meet re uired schedule 3/19/2012: 4 EA Phase IV as detailed in Section II, Subparagraph A Proposed Date if can not meet required schedule 5/15/2012: Total Cost of Service for Upgrade Project, Phase I, II, III, and IV Cost of Additional Services ITEM Description 5 Consulting Hourly Rate YEAR 1 YEAR 2 YEAR 3 TOTAL 6 Consulting Project Manager Hourly Rate YEAR 1 YEAR 2 YEAR 3 TOTAL � 7 Consulting Systems Setup Hourly Rate (i YEAR 1 YEAR 2 YEAR 3 TOTAL TOTAL Cost of Additional Services Exhibit 2 Tab 2- Exnedited Pa_yment Discounts 1 V/�LO/ 11 ; � 9l�2/11 MarketSphere MarketSphere Consulting, LLC Consulting, LLC Kansas City, Kansas City, MO MO $73,875.00 $73,875.�0 Network $73,875.00 $73,875.00 $73,875.00 sz9s.soo.00 $160.00 $160.00 $160.00 $480.00 $160.�0 $160.00 $160.00 $480.00 $130.00 $130.00 $130.00 $390.00 $73,875.00 $73,875.00 $73,875.00 $160.00 $150.00 $150.00 $160.00 $150.00 $150.00 - CNC) $125.00 $120.00 $115.00 _.. _ _ _ __ Invoice Paid in 20 days 0.00% 0.00% Invoice Paid in 15 days 0.00% 0.00% Invoice Paid in 10 davs 0.00% 0.00% Exhibit 1 , RFP 4762 Pricing Sheet for JD EDWARDS UPGRADE SERVICES The respondencshal! complete the following sedion, which dlrectly corresponds to Section I! -Scope of Services, and Section v, Poymeni and Performance Requirements. The controccorsha!! notmoke changes to this format. Services Proposal Pricinq: fTEM I 110M ■ � � � of Product/Service Requested EA Phase I as delailed in Seotlon �I, Subparagraph A EA Phase II as dalailed In 5ection II, Subparagraph A EA Phase III as delailed in Seclion II, Subparagraph A EA Phase IV as delailed In 5eclion II, Subparagraph A Total Cost of Service for Upgrade Praject, Phase I, II, Itl, and IV Cost of Additlonal Services "r "' "C"""' proposed Date ff requested can not meet completion requlred schedule schedule: of Service 73875 295500 ITEM YEAR 1 YEAR 2 YEAR 3 TOTAL 5 Consulting Hourly Rate $160.00 $160.00 ' $160.00 $480.00 8 Consulting Project Manager Hourly Rate $160:00 $160.00 $160.0� $480.00 7 Consulting 5ystems Setup Hourly Rate (Configurable Network Computing Expert-CNC) $130.00 $130.00 $130.00 $390.OD TOTAL $450.00 $450.00 $450.00 $1,350.00 Exhibit 2 _ City of Denton - RFP No. 4762 - JD EDWARDS UPGRADE SERVICES Tab 2• Expedited Payment Discounts Please provlda ihe paymenl dlscounts below you may be able to pass on lo benefil Ule Clly. PaymenlTertn Disaavnls Paymenl lerms ior the Clty oF Dertlon are typicapy 30 days. Piease indieale ihe edditianal discount extended to each rtlonth�y Involce lhal Is pald within the time period Indicated below. i'i`3Pa entAT.erms1�,ti� ?'i" !P.�'iAddllldnal DN.tC011flt %?'e"` Imroice Pafd In 20 da 0:00% Invoice Paid In 15 da 0.009b nvace ai n ays Exhibit 2 City of Denton - RFP 4762 Tab 3- Required Additional Questions Instructions: Please complete the questions listed below and provide addifional documentation as required_ Detailed Questions Z Does your company have an established physical presence in the State oF Texas7 3 Do you have prfor experience working on similar projects with State of Texas govemmental agencies? q Have you provided similar services for over five (5) years? If so, how many years? Do you have documented proof of at least three (3) projects in the past five (5) years that provided exceptional service to the governmentel eniity7 If so, please provide the documentation within the proposal 5 response. Can you provide a detailed list of references and detailed history of successful performance ? If so, submit this listwith the proposal response. How many previous successful projects are contained within ihis lisl? Can you describe similar services your organi2ation has provided to at least three (3) govemmental agencies lp in the past 5 years that demo�strates your organization's capability to carry out the proposed services? If you can describe the similar services, please indicate a response to each subcalegory below, and submit 11 this documentation with the proposal response; � 1.a the nafure otthe services provided 11 _b the scope of the actJvifies 11.c the organizatrons fnrwhich the services were prnvided � 1.d the dafes fhe projects were performed 11.e the documented benefit to the govemmental entity Can you fnclude a minimum of three (3) references from clients? Include project description, contacYnames, posilion, and organization name and telephone number for each reFerencs listed, and submit ihis wilh the 14 proposal response. State �Yes/No :�# of Contract # 4762 Scope of Work and Services CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES Section II Scope of Work and Services 1. SCOFE OF WORKAND SERVICES The scope of work shall be finalized upon the selection of the Contractor. The proposal submission shall have accurately described your understanding of the objectives and scope of the requested services and provided an outline of your process to implement the requirements of the Scope of Work and Services. It is anticipated that the scope proposal submission will include, at a minimum, the following: A. GENERAL RESPONSIBILITIES AND REQUIREMENTS The City of Denton (City) is znterested in receiving proposals to contract with a qualified and experienced technology contractor to perform a 7D Edwards (JDE) software application upgrade from version 5.11 to 9.X. This is a"tum-key" engagement, where all aspects of the upgrade will be performed by the technology cnntractor. In order to be - considered successful, this shall include the follouTing requir.ements: The specific requirements of the upgrade performed by the technology conlxactor are as follows: PHASE 1 1. Project Planning and Management 2. Business Analysis Planning and Management 3. CNC subject matter expert resources will be required 4. JDE 9.X environments (Pristine, Development, Test, and Production) configured and tested 5. 8.1 l data migrated to 9.X 6. Functional testing of 9.X application modules (See Pa�•t III) 7, Identified Custam JDE modules migrated, tested, and working in 9.X environments (See Appendi.a: A) 8. Lnstallation of mutually agreed upon "patches" ar updates including ESU's, ASU's, Tools releases 9. Phase 1(initial phase) submitted to the City for acceptance on January 16, 2012. PHASE 2 10. Configure and Test • Custam table settings (See Appendix B) • Custam processes �(See Appe�sdix D) � Custom user �zews (See Appendia E) • Custom processing options (See Appeildix F) I 1. Ensure reports are migrated, tested, and pulling correct data files for the following: • JDE Standard Reports that are being utilized (See Appendix I) • Custom and BI Publisher Reports (See Appendix C} PAGE S OF RFP #4762 RespondenPs Initials� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 12. Technical and functional testing of current workflow for purchasing requisition approvals 13. End user menus and security settings are configured and tested with same level of application access as in 8.11 14. Current 8.11 data migrated to 9.X environments 15. Ensure Cify of Denton core users validate testing and data migration to 9.X and that all data matches 16. Insiallation of mutually agreed upon "patches" or updates including ESU's, ASU's, Tools releases 17. Phase 2(migration and tesfing) submitted to the City for acceptance on FebruarY 27, 2012. PHASE 3 18. Configure and test JDE scheduler for auto-scheduling of reports and processes 19. Develop UPK document for Joumal Entry to verify application is functional for core users 20. Train City of Denton core team of differences between versions 5.11 and 9.X using the current test data (Train the Trainer) 21. Migrate identified interfaces and 3'� party applications; ensure they are compatible, functional, tested, and in the 9.X environments (See Appendixes G & �) 22. Phase 3(3`d party applications and training phase) completed and submitted to the City for acceptance on March 19. 2012. PHASE 4 23. Perform a technical and functional readiness assessment in preparatian of "go-live" 24. Migrate current 8.11 data to 9.X environments in preparation of "go-live" 25, CNG and application resources to support the production transition and support users during the "go-live" period 26. CNC and application knowledge transfer to City of Denton staff 27. Project "go-live" on April 2, 2412 28, Project completion submitted to the Cifiy for acceptance on Mav 15; 201.2 based on results of "go-live" B. Additionally, the following requirements shall be met by the contractor: A. Minimum Expert Consulting Roles a,Project Manager, b. Financial Consultant c. Sales Order Entry/Purchasing/Inr�entory Consultant d. Human Resources & Payroll Consultant e. CNC f. Developer B. Minimum Gonsulting Role Activities —(Functional Activities) PAGE 9 �F RFP #4762 Respondent's lnitials�� CfTY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES a) Review net change for 9.X b) Identify key areas to test c) Knowledge transfer with end users d) Unit Testing in Conference Room Pilot (CRP, iCRP) 3. CNC Activities a) Standup new deployment server b) Standup new enterprise server and dbase server c) Standup new 7AS server and workstation d) Install new El code e) Data migration (ie table conversions) — 2 for test and 1 for production fl Migrate code from old deployment server to new deployment server — 2x g) Post installation steps h) Security Changes i) Incremental Build/Deploys 4. Developer Acriviries a) Review net change b) Identify key areas that r��ill cause development change c) Retrofit code changes d) Test C. City of Denton responsibilities: The City of Denton resource availability for the project is limited, wliich will require the upgrade partner to fiIl most roles to deliver the project 1. Technical infrastructure configuration and support 2. Validate and verify data migration for data accuracy 3. Validate and verify data of standard JDE and custom reports for data accuracy 4. Provide Test Scripts of current procedures/processes in 8.11 5. The City of Denton shall pro��ide appropriate work space within City offices for project staff to complete the upgrade project. 6. The City of Denton shall provide rernote access to the JDE System, as necessary. 7. The City of Denton shall not provide per diem or travel for project staff assigned to this project. The negoiiated price for the upgrade shall be firm, fixed. D. Minimum Project Assuu�ptions PAGE 10 OF RFP #4762 Respondent's Initials—��� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 1. No Unicode except on central objects _ 2. Table Conversions get run 3x's — 2 for test; 1 for production 3. Technical upgrade — ie, no business process change except where forced to implement 4. Minimize impact to end user E. City of Denton is currently runzting: JDE 8.11 in a virtual environment (VMware release 4.1) with 8.98.2 Tools Release. The Oracle database is l lg (release 11.1.0.7) Enterprise Edition, 64 bit. The Enterprise and database servers are Windows 2008 with Deployment and JAS servers being Windows 2003. Current 8.11 JDE Modules Used by City of Denton: PAGE 11 OF RFP #4762 RespondenYs �nitials"/ — CITY OF DENTON RFP 4762 FQR JD EDWARDS UPGRADE SERVICES F. Optional Project Assumptions 1. Convert Oracle dbase to SQL Server Safety amd Environmental Hazards The City does riot warrant or guarantee against the possibility that safety or enviranmental hazards or potential hazards may exist at the City's facilifiies. The Contractor shall be responsible for identifying any hazardous conditions and notifying the City of these conditions in writing no later than 30 days after contract award and prior to initiation of service delivery on the property. T`his will be accornplished by the Contractor conducting an environmental assessment and an occupational health, and safety inspection of the service bay or field service areas by competent, qualified and appropriately licensed practitioners. The costs of these inspections and any subsequent cozxective action will be negotiated between the City and the Contractor. All contractors to the City of Denton are required to ensure absolute safety standards are applied and enforced. The City of Denton will not be responsible for individual contractor safety, and the awarded contractor shall not hold the City of Denton responsible, Known hazards shall immediately be reported and all safety precautions shall be taken to prevent potential safety issues from occurring. Contractor 5tandard of Performance � Monthly Time Standards - Contractors shall fully understand that the City fully relies upon the JDE System to delivery vital municipal services, and the availability and reliability of the service is of the essence. With this in mind, the Contractor shall meet the follo��ving performance standards at a11 times. Labor disputes, strikes, and other events, except ihose beyond the Contractor's conttol such as acts of God, shall not relieve the Contractor from. meeting these standards, For service category, the Contractor must ensure t1�e given level of service is achieved, within the designated number of working hours. Contractor shall proti�de requested services ��ithin specified delivery for 99% of meeting the stated requirements and expectations as detailed ia the scope of work. Performaace Liquidated Damages The Contractor shall incur contractual payment losses, as initiated by the City for performance that falls short of specified performance standards as outlined below: The Contractor shall be assessed a one (1 %) percent fee first day when any one of the performance standards outlined above are not met in full - 99% on time delivery services. The Contractor shall be assessed a two (2%) percent fee each subsequent day when performance standards outlined above are not met within 99% on time delivery services, At the end of eacl� week, the City will review the reports and determine the percentage of penalty to be assessed to the Contractor.. PAGE 92 OF RFP #4762 Respondent's Initials��� C[TY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES B, ANTICIPATED PROBLEMS AND PROP4SED SOLUTIONS Respondent shall offer written observations, based upon previous experiences in public projects of this magnitude, addressing any anticipated problems and offer proposed solutions to those problems. C. RELEVANT EXPERIENCE AND CAPABILITIES The responding individual or business shall provide pertinent information about the individual or business and related experience(s) with the requested pzoducts or services. Indicate what resources the individual or business will have available to allocate to the project. The respondent must currently be licensed to perform work in the State of Texas. A copy of current licensing must be included in your proposal. Relevant experiences and capabilities of the individual or business team members and team as a whole will be rated by the City by a review of both completed and on-going assignments, years of relevant experience in communities of comparable size, and credentials. Greater weight vvi11 be gi�ren to contractors with recent projects, comprising the proposed team. CONTRACTORS ORGAIVIZATION a. Name and Address of the Individual or Business b. General overview of the Business c. Business Profile(s), including: i. Type of Business (limited partnership, corporation, etc.} ii. Business History and Age iii, Business Size (including number in each required discipline) iv. Aseas of special concentration v. Telephone number and fax number Relevant prior experience information to include: a. Entity Name and Location b. Service description with specific descriptions of responsibilities, successes and failures related to the project. Include website URLs for any service projects for which they are available. c. Name and contact information for the project manager or other key contact v��ith the entity contracting these services. d. List of municipal and private client references for relevant projects with contact names and telephone numbers e. Past experience on similar and relevant projects. £ Details of any awards received. Project Understanding: PAGE 13 OF RFP #4762 RespondenYs Inikials �� CITY OF DENTON RFP 4762 FaR JD EDWARDS UPGRADE SERVtCES a. Briefly describe your understanding of the requested services, important issues, and City requirements, Relevant Ex�perience: The Respondent shall have the following minimum experience and demonstrate compliance ►vith the following requirements: (Contractors which have not deiailed their experience as listed below shall be considered nonresponsive). a. Include three (3) examples of past wark that has been successfully implemented or services provided. b. Eight (8) years experience with similar services, provide a description. c. A standard license or certification, if applicable. d. The individual or business must be registered by the State of Texas or the County of Denton as a business and the must have all licensure required by the State to provide any services. e. The individual or business must disclose any business relationship that would have an effect, of a conflict of interest. A conflict of interest statement must be signed as part of the contract negotiated with the awarded contractor(s). Respondent shall detaiI any and all relevant history of litigation involving projects. Respondent shall detail any and all exceptions within the proposal response. D. REFERENCES Respondent shall provide refeTences including contact names, e-mail addresses and current, correct phone numbers of Contractors or public entities for which you have per£ormed similar professional services. Respondent shall complete Attachment F— References. E. INSURANCE Insurance requirement are referenced within the City's standard terms and conditions. Any deviations or exceptions to these requirement shall be fully declared within the proposal response. F. EQUIPMENT SCHEDULE NOT APPLICABLE PAGE 14 OF RFP #4762 RespondenYs Initials�� CITY OF DENTON RFP �47fi2 FOR JD EDWARDS UPGRADE SERVICES H. SAFETY RECORD NOT APPLICABLE I. C�NTRACTS N�T APPLICABLE K. ADDITIUNAL GENERAI. �tEQUIREMENTS I. Prior to commencement of the services, the City and selected individual or business will conduct an initial meeting to review the overall scope, schedule, deliverables and planning process to implement a successful program. 2. The awarded Contractox shall provide to the City of Denton, detailed reports of time and services provided to the City on a daily, weekly, or monthly basis, as negotiated and agreed upon. 3. Staff available to assist the selected provider is lirnited; the proposals submitted should not aniicipate extensive staff assistance during service delivery. PAGE 15 OF RFP #4762 Respondent's Initials�� Contract # 4762 Payment and Performance Requirements CITY OF DENTON RFP 4762 FOR JD EpWARDS UPGRADE SERVICES SECTION III Payment and Per�formance Requirements V. PAYMENT AND INVOICES: All proposals shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of proposals. City review, inspection, and processing procedures ordinarily require thirty (30) days af�er receipt of invoice, materials, or services. Proposals which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Purchasing Manager, the review, inspection, and processing procedures can be completed as specified. Invoices shall be sent directly to the City of Denton Accounts Payable Deparlment, 215 E McKinney St, Denton, TX, 76201-4299. A pro-fortna invoice sha11 be sent to the contract administrator. It is the intention of the City of Denton to make payment on completed orders within thirty days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as ta labor, materials, and equipment provided, if applicable, and must reference the City of Denton Purchase Order Nwmber in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. VI. TAX EXEMPTION: The City of Denton qualifies for sales tax exemption pursuant to the provisions of Article 2�.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Any Contractor performing work under this contract for the City of Denton may purchase materials and supplies and rent or lease equipment sales tax free. This is accomplished by issuing exemption certificates to suppliers. Certificates must comply with State Comptroller's ruling #95-0.07 and #95-0.09. VII. PAYMEI�I'I' TO PERFORMANCE MTLESTONES: Awarded contractor shail prepare and submit invoices after complelion of specific project milestones. The invoice shall detail the major milestones accomplished and detailed cost information for project. These milestones shall be submitted to the City of Denton and the City's Project Sta.ff shall review such for completion and accuracy, prior to payrnent authorization. The respnndent shall complete Exhibit 1, pricing sheet PAGE 16 OF RFP #4762. RespondenYs Initials�' " Contract # 4762 Standard Terms and Conditions CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES SECTION VI Citv of Denton Standard Purchase Terms and Conditions These standazd Terms and Conditions and the Terms and Conditions, Specifications, Drawings and other requirements included in the City of Denton's solicitation are applicable to Contracts/Purchase Orders issued by the City of Denton hereinafter referred to as the City or Buyer and the Seller herein after referred to as the Bidder, Contractor or Sup�lier. Any deviations must be in writing and signed by a representative of tlie C�ty's Pr.ocurement Department and the Supplier. No Terms and Conditions contained in the Sellers Proposa] response, Invoice or Statement shall senre to modify the terms set forth herein. If there is a conflict between the provisions on the face of the ContractlPurchase Order these written provisions will take precedence. By submitting an Offer in response to the Solicitation, the Contractor agrees that the Contract shall be governed by the following terms and conditions, unless exceptions are duly noted and fully negotiated. Unless otherwise specified in the Contract, Sections 3, 4, 5, 6, 7, 8, 20, 21, and 36 shall apply only to a Solicitation to purchase Goods, and Sections 9, 10, 11 and 22 shall apply only to a Solicitation to purchase Services to be performed principally at the City's premises or on public rights-of-way. 1. CONTRACTOR'S OBLIGATIONS. The Contractor shall fully and timely provzde aIl deliverables described in the Solicitation and in ti�e Contractor's Offer in strict accordance with the terms, covenants, and conditions of the Contract aud all applicable Fedecal, State, and local laws, rules, and regulations. 2. EFFECTIVE DATElTERM. Unless otherwise specified in the 5olicitation, this Contract shall be effective as of the date the contract is signed by the City, and shall continue in effect until all obligations are performed in accordance with the Contract. 3. CONTRACTOR TO PACKAGE DELNERABLES: The Contractor �vill package deliverables in accordance with good commeroial practice and shall include a packing list showing the description of each item, the quantity and unit price unless otherwise provided in the Specifications or Supplemental Terms and Conditions, each shipping container shall be cleazly and permanently marked as follows: (a) The Contractor's name and address, (b) the Ciiy's narne, address and purchase order or purchase release number and the price agreement number if applicable, (c) Container number and fotal number of containers, e.g. box 1 of 4 boxes, and (d) the number of the contai.ner bearing the packing list, The Contractor shall bear cost of packaging. Deliverables shall be suitably packed to secure lowest transportation costs and to conform to all the requirements of common carriers and any applicable specification. The City's count or weight shall be final and conclusive on shipments not accompanied by packing lists. 4. SHIPMENT UNDER RESERVATION PROAIBITED: The Contractor is not authorized to ship the deliverables under reservation and no tender of a bill of lading will operate as a teuder of deliverables. 5. TITLE & RISK OF L05S: Title to and risk of loss of the deliverables shall pass to the City only when the City actually receives and accepts the deliverables. 6. DELIVERY TERMS AND TRANSPORTATION CHARGES: Deliverables shall be shipped F.O.B. point of delivery un]ess otherwise specified in the Supplemental Terms and Conditions. Unless otherwise stated in the Offer, the Contractor's price shall be deemed to include all deli�rery and PAGE 24 OF RFP #4762 RespondenYs Initial�9`� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES transportation charges. Tlie City shall have the right to designate what method of transportation shall be used to ship the deliverables. The place of delivery shall be that set forth the purchase order. 7. RIGHT OF 1NSPECTION AND REJECTION: The City expressly reserves all rights under law, includ'1ng, but not limited to the Unifortn Commercial Code, to inspect the deliverables at delivery before accepting them, and to rej ect defective or non-conforn�ing deliverables. If the City has the right to inspect the Contractor's, or the Contractor's Subcontractor's, facilities, or the deIiverables at the Contractor's, or the Contractor's Subconiractor's, premises, the Contractor shall furnish, or cause to be fumished, without additional charge, all reasonable facilities and assistance to the City to facilitate such inspection. 8. NO REPLACEMENT OF DEFECTNE TENDER: Every tendez or delivery of deliverables must fully comply with all provisions of the Contract as to time of delivery, quality, and quantity. Any non- complying tender shall constitute a breach and the Contractor shall not have the right to substitute a confomung tender; provided, where the ti.me for performance has not yet expired, the Contractor may notify the City of the intention to cure and may then make a con%rming tender within the time allotted in the contract. 9. PLACE AND CONDITION OF WORK: The City shall provide the Contractor access to the sites where the Contractor is to perf�rm the services as required in order for tkie Contractor to perform the services in a timely and efficient manner, in accordance with and subject to the applicable security laws, rules, and regula�ions. The Contractor aclrnowledges that it has satisfied itself as to the nature of the City's service requirements and specifications, the location and essential characteristics of the work sites, the quality and quantity of materials, equipment, labor and facilities necessary to perform the services, and any other condition or state of fact which could in any way affect performance of the Contractor's obligations under the contract. The Contractor hereby releases and holds the City hanmless from and against any liability or claim for damages of any kind or naiure if the actual site or service conditions differ from expected conditions. 10. WOltKFORCE A. The Contractor shall employ only ordesly and competent workers, skilled in the perfom�ance of the services which they will perform under the Contract. B. The Coniractor, its employees, subcontractors, and subcontractor's employees may not whrle engaged in participating or responding to a solicitation or while in the course and scope of delivering goods or services under a City of Denton contract or on the City's property . i. use or possess a firearm, including a concealed handgun that is licensed under state law, except as required by the terms of the contract; or ii. use or possess alcoholic or other intoxicating beverages, illegal drugs or controlled substances, nor may such workers be into�cated, or under the influence of alcohol or drugs, on the job. C. If the C1ty or the City's representative notifies the Contractor that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the Contractor shall immediately remove such worker from Contract services, and may not employ such worker again on Contract services Krithaut the City's prior written consent. Immigratiou: The Contractor represents an.d warrants that it shall cdmply with the requirements of the Immigration Reform and Control Act of 1986 and 1990 zegarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986, who will perform any labor or services under the Contract and the Il1ega1 Immigration Reform and Immigrant Responsibility Act of 1996 ("IIRIRA} enacted on September 30, 1996, 11. COMPLIANCE WITH HEALTH, SAFETY, AND ENVIRONA'IENTAL REGIJLATION5: The Contractor, it's Subcontractors, and their respective employees, shall comply fully with all applicable PAGE 25 OF RFP #4762 Respondent's Initials`�'� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES federal, state, and local health, safety, and environmental laws, ordinances, rules and regulations in the perforn�ance of the services, including but not limited to those promulgated by the City and by the Occupational Safety and Health Administration (OSHA). In case of conflict, the most stringent safety requirement shall govern. The Contractor shall indemnify and hold the City harmless from and against all claims, demands, suits, actions, judgments, fines, penalties and liability of every kind arising from the breach o�the Contractor's obligations under this paragraph. Environmental Pratection: The Respondent shall be in compliance with all applicable standards, orders, or regulations issued pursuant to the mandates of the Clean Air Act (42 U.S.C. §7401 et seq.) and the Federal Water Pollution Cnntro� Act, as amended, (33 U.S.C. §1251 et seg.). 12.1NVOICES: A. The Contractor shall subinit separate invoices in duplicate on each purchase order or purchase release after each delivery. If partial shipments or deliveries are authorized by the City, a separate invoice must be sent for each shipment or delivery made. B. Proper Invoices must include a unique in�voice nnmber, the purchase order or delivery order number and the master agreement namber if applicable, the Department's Name, and the name of the poiat of contact for the Department. Xnvoices shall be iternized and transportation charges, if any, shall be listed separately. A copy of the biil of lading and the freight waybill, when applicable, shall be attached to the invoice. The Contractor's name, remittance address and, if applicable, the tax identification number on the invoice must exactly match the information in the Vendor's registration with the City. Unless otherwise instructed in v��riting, the City may rely on the remittance address specified on the Contractor's invoice. C. Invoices for labor shall include a copy of all time-sheats with trade labor rate and deliverables order number clearly identified. Invoices shall also include a tabulation of work-hours at the appropri.ate rates and grouped by work order number. Time billed for labor shall be limited to hours actually worked at the work site. D. Unless otherwise expressly authorized in the Confiract, the Contractor shall pass through al] Subcontract and other authorized expenses at actual cost without markup. E. Federal excise taxes, State taxes, or City sales taxes must not be included in the invoiced amount. The City will furnish a tax exemption certificate upon request. 13. PAYMENT: A. .All proper invoices need to be sent to Accounts Payable. Approved invoices will be paid witlun thirty (30) calendar days of the City's receipt ofthe deliverables or of the invoice being received in Accounts Payable, whichever is later. B. If payment is not fimely made, (per paragraph A); interest shall accrue on the unpaid balance at the lesser of the rate specified in Te�as Government Code Sectiou 2251.025 or the ma�dmum Iawful rate; except, if payment is not timely made for a reason far which the City may withhold payment hereuader, interest shall not accrue until ten (10) calendar days after the grounds for withholding payment have been resolved. C. If partial shipments or deliveries are authorized by the City, the Contractor will be paid for the partial shipment or delivery, as stated above, provided tbat the invoice matches the shipment or delivery. D. The City may withhold or set off the entire payment or part of any payment otherwise due the Contracior to such extent as may be necessary on account of• i. delivery of defective or non-confarming delxverables by the Contractor; ii. third party claims, which are not covered by the insurance v��hich the Contractor is required to provide, are filed or reasonab�e evidence indicating probable filing of such claims; iu. failure of the Contractor to pay Subcontractors, or for labor, materials or equipment; iv. damage to the property oithe City or the City's agents, employees or contractars, which is not covered by ins}�rance required to be provided by tl�e Contractor; PAGE 26 OF RFP #4762 Respondent's Initials� ""� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES v. reasonable evidence that the Contractor's obligations will not be completed within the time specified in the Contract, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; vi. failure of the Contractor to submit proper invoices with purchase order number, with all required attachments and supporting documentation; or vii. failure of the Contractor to comply with any material provision of the Contract Documents. E. Notice is hereby given that any awarded contractor who is in arrears to the City of Denton for delinquent taxes, the City may offset indebtedness owed the City through payment withholding. F. Payment KRll be made by check unless the parties mutually agree to payment by credit card or electronic transfer of funds. The Contractor agrees that there shall be no additional charges, surcharges, or penalties to the City for payments made by credit card or electronic funds transfer. G. The awarding or continuation of this contract is dependent upon the availability of funding. The City's payment obligations are payable only and solely from funds Appropriated and available for this contract. The absence of Appropriated or other lawfully available funds shall render the Contract null and void to the extent funds are not Appropriated or available and any deliverables delivered but unpaid shall be retumed to the Contractor. The Ci.ty shall provide the Contractor R�ritten notice of the failure of the City to make an adequate Appropriation for any fiscal year to pay the amounts due under the Contract, or tbe reduction of any Appropriation to an amount insufficient to permit the City to pay its obligations under the Contract. In the event of none or inadequate appropriation of funds, there will be no penalty nor removal fees charged to the City. 14. TRAVEL EXPENSES: A!1 travel, lodging and per diem expenses in connection with the Contract shall be paid by the Contractor, unless otherwise stated in the contract terms. 15, FINAL PAYMENT AND CLOS�OUT: A. Tf a DBE/MBE/WBE Program Plan is agreed to atid the Contractor has identified Subcontractors, the Contractor is required to submit a Contract Close-Out MBE/WBE Compliance Report to the Purchasing Manager no later than the 15th calendar day after completion of all work under the c�ntract. Final payment, retainage, or both may be withheld if the Contractor is not in compliance vvith the requirements as accepted by the City. B. The making and acceptarice of final payment will constitute: i. a waiver of all claims by the City against the Contractor, except claims (1) which have been previously asserted ixi writing and not yet settled, (2) arising from defective work appearing after final inspection, (3) arising from failure of the Contractor to comply with the Contract or the terms of any warranty specified herein, (4) arlsing from the Cantractor's continuing obligations under the Contract, including but not Iimited to indemnity and warranty obligafions, or (5) arising under the City's right to audit; and ii. a waiver of all claims by the Contractor against the City other than those previously asserted in writing and not yet settled. 16. SPECIAL TOOLS & TEST EQUIPMENT: If the price stated on the Offer includes the cost of any special tooling or special test equipment fabricated or required by the Contractor for the purpose of filling this order, such special toflling equipment and any process sheets related thereto shall become the property of the City and shall be identified by the Contractor as such. 17. RIGHT T� AUDIT: A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, exoept if an audit is in progress or audit fmdings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business PAGE 27 OF RFP #4762 Respondent's Initials'�'�'� C1TY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES days of written request. Purther, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Gontract, and to allow the City similar access to tliose documents. All books and records will be made available within a 50 mile radius of the City of Denton. The cost of the audit u�ill be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be bome by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this seation shall be a material breach of the Contract and shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the ternns "books", , "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 18. SUBCONTRACTORS: A. If the Contractor.identified Subcontractors in a DBE/MBE/WBE agreed to Plan, the Contractor shall comply with all requirements approved by the City. The Contractor shall not initially employ any Subcontractor except as provided in the Contractor's Plan. The Contractor shall not substitute any Subcontractor identified in the Plan, unless the substitute has been accepted by the City in writing. No acceptance by the City of any Subcontractor shall constitute a waiver of any rights or remedies of the City with respect to defective deliverables provided by a Subcontractor. If a Plan has been approved, the Contractor is additionally required to submit a monthly Subcontract Awards and Expendltures Report to the Procureinent Manager, no later than the tenth calendar day of each month. B. Work performed for the Contractor by a Subcontractor shall be pursuant to a written contract between the Contractor and Subcontractor. The terms of the subcontract may not conflict with the teims of the Contract, and shall contain provisions that: i. require that all deliverables to be provided by the Subcontractor be provided in strict accordance with the provisions, specifications and terms of the Con�-act; ii. prohibit the Subcantractor from further subcontracting any portion of the Contract without the prior written consent of the City and the Contractor. The City may require, as a condition to such further subcontracting, that the Subcontractor post a payment bond in form, substance and atnount acceptable to the City; iu. require 5ubcontractors to submit all invoices and applications for payments, including any claims for additi�nal payments, damages or ofherwise, to the Contractor in sufficient tune to enable the Contract�r to include same �vith its invoice or application for payment to the City in accordance with the tenns of the Contract; iv. require that all Subcontractors obtain and maintain, throughout the term of their contract, insurance in the type and amounts specified for the Contractor, with the City being a named insured as its interest shall appear; and v. require that the Subcontracior indemnify and hold the City harmless to the same extent as the Contractor is required to indemnify ttie City. C. Tlie Contractor shall be fully responsible to the City for all acts and omissions of the Subcontractors just as the Contractor is responsible for the Contractor's own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontractor any contractual relationship between the City and any such Subcontractor, nor shall it create any obligation on the part of the City to pay or to see to the payment of any moneys due any such Subcontractor except as may otherwise be required by law. D. The Contractor shall pay each Subcontractor its appropriate share of payments made to tlie Contract�r not later than ten (10) calendar days after receipt of payznent from the City. 19. WARRANTY-PRICE: A. The Conlractor warrants the prices quofed in the Offer are no higher than the Contractar's current prices on orders by others for like deliverables under similar terms of purchase. PAGE 28 OF RFP #4762 Respondent's Initials�'F'� CITY OF DENTON RFP 4782 FOR JD EDWARDS UPGRADE SERVICES B. The Contractor certifies that the prices in the Offer have been arrived at independently without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other contractor or with any competitor. C, In addition to any other remedy available, ihe City may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items iri excess of the Contractor's current prices on orders by afliers for like deliverables under similar terms of purchase. 20. WARRANTY — TITLE: The Contractor warrants that it has good and indefeasible title to all deliverables fumished under the Contract, and that the deliverables are free and clear of all Iiens, claims, security interests and encumbrances. The Contractor shall indemnify and hold the City harmless from and against all adverse title claims to the deliverables. 21, WARRANTY —DELNERABLES: The Contractor warrants and represents that all deliverables sold the City under the Contract shall be free from defects in design, workmanship or manufacture, and conform in alI material respects to the specifications, drawings, and descziptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and condifions of the Contract, and to all applicable State, Federal or loeal laws, rules, and regulations, and industry codes and standards. Unless otherwise stated in the Solicitation, the deliverables shall be new or recycled merchandise, and not used or reconditioned. A. Recycled deliverables shall be clearly identified as such. B. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law; and any attempt to do so shall be without force or effect. C. Unless otherwise speclfied in the Contract, the warranty period shall be at least one year from the date of acceptance of the deliverables or from the date of acoeptance of any replacement deiiverables. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon�receipt of demand either repair the non-conforming deliverables, oz replace the non-conforming deliverables with fully conforming deliverables, at the Ciiy's optiou and at no additional cost to the City. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs shall be borne exclusively by the Cantractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach of warranty, but failure to give timely notice shall not impair the City's rights under this section. D. If the Contractor is unable or unwilling to repair or replace defective or non-conforming deliverables as required by the Cify, then in addition to any other available remedy, the City may reduce the quantity of deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming deliverables from other sources. In such event, the Contractor shall pay to the City upon demand the increased cost, if any, inctured by the City to procure such deliverables from another source. E. If the Contractor is not the manufacturer, and the delii�erables are covered by a separate manufacturer's warranty, the Contractor sha11 transfer and assign such manufacturer's warranty to the City. If for any reason die manufacturer's warranty cannot be fully transfened to the City, the Contractor shall assist and cooperate with the City to the fullest extent to enforce such manufacturer's warranty for the benefit of the City. 22. WARRANTY — SERVICES: The Contractor warrants and represents that all services to be provided tbe City under the Contract will be fully and timely performed in a good and workmantike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations. A. The Contractor may not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect. B. Unless otherv��ise specified in the Contract, the warranty period shall be at least one year from the Acceptance Date. lf during the �r�arranty period, one or more of the above warranties are breached, the Contractor shall promptly. upon receipt of demand perform the services again in accordance with above PAGE 29 OF RFP #�762 Respondent's Initials�°� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES standard at no additional cost to the City. All costs incidental to such additional performance shall be borne by the Contractor. The City shall endeavor to give the Contractor written notice of the breach of warranty within thirty (30) calendar days of discovery of the breach warranty, but failure to give timely notice shall not impair the City's rights under this section. C. If the Contractor is unable or unwilling to perforzn its services in accordance with the abo�e standard as required by the City, then in addition to any other available remedy, the City may reduce the amount of services it may be required to purchase under the Contract from the Contractor, and purchase conforming services from other sources. In such event, the Conh-actor shall pay to the City upon demand the increased cost, if any, incurred by the City to procure such services from another source, 23. ACCEPTANCE OF INCOMPLETE OR NON-CONFORMING DELNERABLES: If, instead of requiring immediate correction or removal and replacement of defective or non-conforming deliverables, the City prefers to accept it, the City may do so. The Contractor shall pay all claims, costs, losses and damages attributable to the City's evaluation of and determination to accept such defective or non-conforniing deliverables. If any such acceptance occurs prior to final payment, the City rnay deduct such amounts as are necessary to compensate the City for the d'uninished value of the defeetive or non- conforinin� deliverables. If the acceptance occurs after final payment, such amount will be refunded to the City by the Contractor. 24. RIGHT TO ASSURANCE: Whenever one party to the Contract in good faith has reason to question the other party's intent to perform, demand may be made to the other party for written assurance of the intent to perform. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure as an anticipatory repudiation of the Contract. 25. STOP WORK NOTICE: The City may issue an immediate Stop Work Notice in the event the Contractor is observed perfonnuig in a manner that is in violarion of Federal, State, or local guidelines, or in a manner that is determined by the City to be unsafe to either life or property. Upon notification, the Contractor will cease all work until notified by the City that the violation or unsafe condition has been corrected. The Contractor shall be liable for all costs incurred by the City as a result of the issuance of such Stop Work Notice. 26. DEFAULT: 'I'�ie Contractor shall be in default under the Contract if the Contractor (a) fails to fully, titnely and faithfully perform any of its material obligations under the Contract, (b) £ails to provide adequate assurance of performance under Paragraph 24, (c) becomes insolvent or seeks relief under the bankruptcy laws of the United States or (d) makes a;itiaterial misrepresentation in Contractor's Of�er, or in any report or deliverable required to be submitted by the Contractor to the City. 27. TERMIl�IATION FOR CAUSE: In the event of a default by the Contractor, the City shall have the right to terminate the Contract for cause, by written notice effective ten (10) calendar days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or grovides evidence sufficient to prove to the City's reasonabie satisfaction that such default does not, in fact, exist. In addition to any other remedy available under law or in equity, the City slia].1 be entitled to recover aIl actual damages, costs, losses and expenses, incurred by the City as a result of the Contractor's default, including, witl�out limitation, cost of cover, reasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maximum lawfitl rate. Additionally, in the event of a default by the Contractor, the City may remove the Contractor from the Cit��'s vendor list for three (3) years and any Offer submitted by the Contractor may be disqualified for up to three (3) years. All rights and remedies under the Contract are ctunulative and are not exclusive of any other right or remedy provided by law. PAGE 30 OF RFP #4762 Respondent's_ Initials�" � f CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 28. TERMINATION WITHOUT CAUSE: The City shall have the right to terminate the Contraet, in whole or in part, without cause any time upon thirty (30) calendar days' prior written notice. Upon receipt of a notice of termination, the Contractor shall pmmptly cease all further work pursuant to the Contract, with such exceptions, if any, specified in the notice of termination. The City shall pay the Contractor, to the extent of funds Appmpriated or otherwise legally available for such purposes, for all goods delivered and services perfortned and obligations incurred prior to the date of terminatian in accordance with the terms hereo£ 29. FRAUD: Fraudulent statements by the Contractor on any �ffer or in any report or deliverable required to be submitted by the Contractor to the City'shall be grounds for the termination of the Contract for cause bythe City and may result in legal action. 30. DELAYS: A. The City may delay scheduled delivery or other due dates by written notice to the Contractor 1f fhe City deems it is in its best interest. If such delay causes an increase in the cost of the work under the Contract, the City and the Contractor shall negotiate an equitable adjustment for costs incurred by the Contractor in the Contract price and execute an amendment to the Contract. The Contractor must assert its right to an adjustment within thirty (30) calendar days from the date of receipt of the notice of delay. Failure to agree on any adjusted price shall be handled under the Dispute Resolution process specified in paragraph 49. However, nothing in this provision shall excuse the Contractor from delaying the delivery as notified. B, Neither party shall be liable for any default or delay in the performance of its obligations under this Contract if, while and to the extent such default or delay is caused by acts of God, fire, riots, civil commotion, labor disruptions, 'sabotage, sovereign conduct, or any other cause beyond the reasonable control of such Party. In the event of default or delay in contract performance due to any of the foregoing causes, then the time for completion of the services will be extended; provided, however, in such an event, a conference will be held withiu three (3) business days to establish a mutually agreeable period of time reasonably necessary to overcome the effect of such failure to perform, 31.1NDEMNITY: A. Definitions: i. "Indeinnified Claims" shall include any and all claims, demands, suits, causes of action, judgments and liability of every character, type �r description, including aIl reasonable costs and expenses of litigation, mediation or other alternate dispute resolution mechanism, including attorney and other professional fees for: (1) damage to or loss of the property of any person (including, but not limited ta the City, the Contractor, their respective agents, officers, employees and subcontractors; the officers, agents, and employees of such subcontractors; and third parties); and/or (2) death, bodily injury, illness, disease, worker's compensation, loss of services, or loss of income or wages to any person (including but not limited to the agents, officers and employees of the City, fihe Conh'actor, the Contractor's subcontractors, and third parties), ii. "Fault" shall include flie sa]e of defecrive or non�onfornung deliverables, negligence, vcrillful misconduct or a breach of any legally imposed strict liability standard. B. THE CONTRACTOR SHALL DEFEND (AT THE OPTION OF THE CITI�, INDEMNIFY, A1�iD HOLD THE CITY, ITS SUCCESSORS, ASSIGNS, OFFICERS, EMPLOYEES AND ELECTED OFFICTALS HARMLESS FROM AND AGAINST ALL INDEMNIFIED CLAIlVIS DIRECTLY ARiSING OUT OF, INCIDENT TO, CONCERNING OR RESULTING FROM THE FAITLT OF THE CONTRACTOR, OR THE CONTRACTOR'S AGENTS, EMPLOYEES OR SUBCONTR.ACTORS, IN THE PERFORMANCE OF THE CONTRACTOR'S OSLTGATIONS UNDER TI3E CONTRACT. NOTHIN G HEREIN SHAI.L BE DEEMED TO LINIIT TAE RIGHTS OF THE CITY OR THE CONTRACTOR (I1�TCLUDING, BUT NOT LIMITED TO, PAGE 31 OF RFP #4762 Respondent's Initials�'� CITY OF DENTON RFP 4762 �'OR JD EDWARDS UPGRADE SERVICES THE RIGHT TO SEEK CONTRIBUTIOl� AGAINST ANY THIRD PARTY W730 A'IAY BE LIABLE FOR AN INDENINIFIED CLAIM. 32, INSURANCE: The following insurance requirements are applicable, in addition to the specific insurance requirements detailed in Attachment A. The successful contractor shall procure and maintain insurance of the types and in the minimum amounts acceptable to the City of Denton. The insurance shall be written by a company licensed to do business in the State of Texas and satisfactory to the City of Denton. A, General Requirements: i. The Contractor shall at a minimum carry insurance in the types and amounts indicated and agreed to, as submitted to the City and approved by the City within the procurement process, for the duration of the Contract, including extension options and hold over periods, and during any warranty period. ii. The Contractor shall provide Certifica#es of Insurance with the coverage's and endorsements required to the City as verification of coverage prior to contract execurion and within fourteen (14) calendar days after written request from the City. Failure to provide the required Certificate of Insurance may subject the �ffer to disqualification from consideration for award. The Contractor must also forward a Certificate of Insurance to the City whenever a previously identified policy period has expired, or an exiension option or hold over period is exercised, as verification of continuing coverage. iu. The Contractor shall not commence work until the requued insurance is obtained and until such insurance has been reviewed by the City. Approval of insurance by the City shall not relieve or decrease the liability of the Contractor hereunder and shall not be construed to be a limitation of liability on the part of the Contractor. iv. The Contractor must submit certificates of insurance to the City for all subcontractors prior to the subcontractors commencing work on the project. v. The Contractor's and all subcontractors' insurance coverage shall be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B+VII or better. The City will accept workers' compensatian coverage written by the Texas Workers' Compensation Insurance Fund. vi. Al1 endorsements naming the City as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall contain the solicitation number and the following information: City of Denton Materials Management T3epartment 901 B Texas Street Denton, Texas 76209 vii. The "other" insurance clause shall not apply to the City where the City is an additional insured shown on any policy. It is intended that policies required in the Contract, covering botli the City and tlie Contractor, shall be considered prinnary coverage as applicable. viii. If insurance policies are not written for amounts agreed to with the City, the Contractor shall carry Umbrella or Excess L'zability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. ix. The City shall be entitled, upon request, at an agreed upon location, and without expense, to review certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. x. The City reserves tlie right to review the insurance requirements set forth during the effective period of the Contract aud to make reasonable adjustments to insurance coverage, limits, and PAGE 32 OF RFP #4762 Respondent's Initials�'� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES exclusions when deemed necessary and prudent by the City based upan changes in statutory law, court decisions, the claims }ustory of the industry or financial condition of tt�e insurance company as well as the Contractor. xi. The Contractor shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. xii. The Contractor shall be responsible forpremiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurauce. xiii. The Contractor shall endeavor to provide the City thirty (30) calendar days' written notice of erosion of the aggregate limits below occurrence limits for alI applicable coverage's indicated within the Contract. xiv. The insurance coverage's specified in within the solicitation and requirements are required minimums and are not intended to limit the responsibility or liability of the Contracfor. B. Specific Coverage Requirements: Specific insurance requirements are contained in the solicitation instrument. 33. CLAIMS: If any claim, demand, suit, or other action is asserted against the Contractor wlrich arises under or concems the Contract, or which could have a material adverse affect on the Contr'actor's ability to perform thereunder, the Contractor shall give written notice thereof to the City wit.hin ten (10) calendar days afler receipt of notice by the Contractor. 5uch notice to ti�e City shall state the date of notification of any such claim, demand, suit, or other action; the names and addresses of the claimant(s); the basis thereof; and t1�e name of each person against whom such claim is being asserted. Such notice shall be delivered personally or by mail and shall be sent to the City and to the Denton City Attomey. Personal delivery to the City Attorney shall be to City Hall, 215 East McKinuey Street, Denton, Texas 76201. 34. N�TICES: Unless otherwise specified, all notices, requests, or ather communications required or appropriate to be given under the Contract shall be in writing and shall be deemed delivered three (3) business days afrer postmarked if sent by U.S. Postal 5ervice Certified or Registered Mail, Retum Receipt Requested. Notices delivered by other means shall be deemed delivered upon receipt by the addressee. Routine communications may be made by first class mail, telefax, or other commercially accepted means. Notices to the Contractor shall be sent to the address specified in the Contractor's Offer, or at such other address as a party may notify the other in writing. Notices to the City shall be addressed to the City at 901B Texas Street, Denton, Texas 76209 and marked to the attention of the Purchasing Manager. 35. RIGHTS TO BID, PROPOSAL AND CONTR.ACTUAL MATERIAL: All material submitted by the Contractor to the City sliall become property of the City upon receipt. Any portions of such material claimed by the Contractor to be proprietary must be clearly marked as such. Determination of the public nature of the material is subj ect to the Texas Public Information Act, Chapter 552, and Texas Govemment Code, 36. NO WARRANTY BY CITY AGAINST INFRINGEMENTS: The Contractor represents and warrants to the City that: (i} the Contra�tor shalI provide the City good and indefeasible title to the deliverables and (ii) the deliverables supplied by the Contractor in accordance with the specifications in the Contract will not infringe, directly or contributorily, any patent, trademark, copyright, trade secret, or any other intellectual property right of any kind of any third party; that no clauns have been made by any person or entity with respect to the ovvnership or operation of the deliverables and the Contractor d�es not know of any valid basis for any such claims. The Contractor shall, at its sole expense, defend, indemnify, and hold the City harmless from aud against all liabitity, damages, and costs (including court costs and reasonable fees of attomeys and other professionals) arising out of or resulting from: (i) any claim that the City's exercise anywhere in the world of tl�e rights associated w7th the City's' ownership, and if applicable, license rights, and its use of the deliverables infringes the intellectual property rights of any PAGE 33 OF I�Fp #4762 Respondent's Initials�a� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES third party; or (ii) the Contractor's breach of any of Contractor's representations or warranties stated in this Contract. In the event of any such claim, the Cty shall have the right to monitor such claim or at its option engage its own separate counsel to act as co-counsel on the City's behalf. Further, Contractor agrees that the City's specifications regarding the deliverables shall in no way diminish Contractor's warranties or obligations under this paragraph and the City makes no warranty that the production, development, or delivery of such deliverables will not impact such warranties of Contractor. 37. CONFIDENTIALITY: Tn order to provide the deliverables to the City, Contractor may reqwire access to certain of the City's and/or its licensors' confidential information (including inventions, employee information, trade secrets, confidential lmow how, confidenrial business infomiation, and other information which the City or its licensors consider confidential) (collectively, "Confidential Infornzation"). Contractor ac];nowledges and agrees that the Confidential Information is the valuable properiy of the City and/or its licensors and any unauthorized use, disclosure, dissemination, or other release of the Confidential Infonmation will substantially injure the City and/or its licensors. The Contractor (includi.ng its employees, subcontractors, agents, or representatives) agrees that it will maintain the Confidential Information in strict conf'idence and shall not disclose, disseminate, copy, divulga, recreate, or otherwise use the Confidential Information without the prior written consent of the City or in a manner not expressly permitted under this Agreement, unless the Confidential Information is required to be disclosed by law or an order of any court or other govemmental authority with proper jurisdiction, provided the Cantractor promptly nodfies the City before disclosing such information so as to permit the City reasonable time io seek an apprapriate protective order. The Contractor agrees to use protective measures no less stringent than the Contractor uses within its own business to protect its own most valuable information, which protective measures shall under all circumstances be at least reas�nable measures to ensure the continued confxdentiality of the Confidential Information, 38. OVVNERSHIP AND USE OF DELIVERABLES: The City shall own all rights, titles, and interests throughout the world in and to the deliverables. A. Patents. As to any patentable subject matter contained in the deliverables, the Contractor agrees to disclose such patentable subject matter to the City. Further, if requested by the City, the Contractor agrees to assign and, if necessary, cause each of its employees to assign the entire right, title, and interest to specific inventions_ under such patentable subject matter to the City and to execute, acl�owledge, and delivec and, if necessary, cause each of its employees to execute, acknowledge, and deliver an assignment of letters patent, in a form to be reasonably approved by the City, to the City upon request by the City. B. Copyrights. As to any deliverables containi.ng copyrightable subject matter, the Contraator agrees that upon their creation, such deliverables shall be considered as work made-for-hire by the Contractor for the City and the City shall own all copyrights in and to such deliverables, provided however, that nothing in this Paragraph 3 8 shall negate the City's sole or joint ownership of any such deliverables arising by virtue of the City's sole or joint authorship of such deliverables. Should by operation of law, such deliverables not be considered works made-for-hire, the Contractor hereby assigns to the City (and agrees to cause each of its employees providing sen�ces to the City hereunder to execute, acknowledge, and deliver an assigtxment to the City o fl all worldwide right, ti.tle, and interest in and to such deliverables. With respect to such work made-for-hire, the Contractor agrees to execute, aclrnowledge, and deliver and cause each of its employees providing services to the City hereunder to execute, acknowledge, and deliver a work- made-for-hire agreement, in a form to be reasonably approved by the City, to the City upon delivery of such deliverables to the City or at such other time as the City may request, C. Additional Assignments. The Contractor further agrees to, and if applicable, cause each of its employees to, execu#e, acknovvledge, and deliver all applications, spec�cations, oaths, assignments, and all other instruments which the City might reasonably deern necessary in order to apply for and obtain copyright protection, mask work registration, trademark registration and/or protection, letters patent, or any similar rights in any and all countries and in order to assign and convey to the City, its successors, assigns and nominees, the sole and exclusive right, title, and interest in and to fhe deliverables. The PAG� 34 OF RFP #4762 Respondent's Initials� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES Contractor's obligations to execute, acknowledge, and deliver (or cause to be eaecuted, acknowledged, and delivered) instruments or papers such as those described in this Paragraph 38 a., b., and c. shall continue after the tenmination of this Contract with respect to such deliverables. In the event the City should not seek to obtain copyright protection, mask work registration or patent protection for any of the deliverables, but should desire to keep the same secret, the Contractor agrees to treat the same as Confidential Information under the ternis of Para�raph 37 above. 39. PUBLICATIONS: All published material and written reports submitted under the Contract must be originally developed material unless otherwise specifically provided in the Contract. When material not originally developed is included in a report in any form, the sovrce shall be identified. 40. ADVERTISING; The Contractor shall not advertise or publish, without the City's prior consent, the fact that the City has entered into the Contract, except to the extent required b}� law. 41. NO CONTINGENT FEES; The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure the Contract upon any agreement or understanding for commission, percentage, brokerage, or contingent fee, excepting bona fide employees of bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, the City shall have the right, in addition to any oiher remedy available, to cancel the Contract without liability aud to deduct from any amounts owed to the Contiractor, or otherwise recover, the fiill amount of such commission, percentage, brokerage or contingent fee. 4Z. GRATUITIES: The City may, by written natice to the Contractor, cancel tlie Contract without liability if it is determined by the City that gratuities were offered or given by the Contractor or any agent or representative of the Contractor to any officer or employee of the City of Denton with a view toward securing the Contract or securi.ng favorable treatment with respect to the awarding or amending or the making of any determinations witli respect to the performing of such contract. In the event the Contract is canceled by the City pursuant to this provision, the City shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount af the cost incurred by the Contractor in provicling such gratuiries. 43. PROHIBITION AGAiNST PERSONAL INTEREST IN CONTRACTS: No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contra�t resulting from that solicitafion. A.ny willful �ROlation of this section shall constitute impropriety in office, and any afficer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the l�owledge, expressed or implied, of the Contractor sha.11 render the Contract voidable by the City. The Contractor shall complete and submit the City's Gonflict of Interest Questionnaire (Attachment B). 44. INDEPENDENT CONTRACTOR: The Contract shall not be construed as creating an employer/employee relationship, a partnership, or a joint venture. The Contractor's services shall be those of an independent contractor. The Coniractor agrees and understands that t]�e Contract does not grant any rights or privileges established for employees of tbe City of Denton, Texas for the purposes of income ta7c, withholding, social security taxes, vacation or sick ]eave benefits, worker's compensation, or any other City employee benefit. The City shall not have supervision and control of the Contractor or any employee of the Contractor, and it is expressly understood that Contractor shall perfozm the services hereunder according fo the attached spec�cations at the general direction of the Gity Manager of the City of Denton, Texas, or his designee under this agreement. PAGE 35 OF RFP #4762 Respondent's Initials"� � GITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 45. A55IGNMEI\T-DELEGATION: The Contract shall be binding upon and ensure to the benefit of the City and the Contractor and their respective successors and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the City. Any attempted assignment or delegatian by the Contractor shall be void unless made in conformity with this paragraph. The Contract is not intended to confer rights or benefts on any person, contractor or entify not a party hereto; it being the intention of the parties that there are no third party beneficiaries to the Contract. _ 46. WAIVER: No claim or right arising out of a breach of the Contract can be discharged in whole or in part by a waiver or renunciation of the claim or right unless the waiver or renunciarion is supported by consideration and is in v��riting signed by the aggrieved party. No waiver by either the Contractor or the City of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character. 47. MODIFICATIONS: The Contract can be modified or amended only by a writing signed by both parties. No pre printed or similar terms on any the Contractor invoice, order or other document shall have any force or effect to cliange the terms, covenants, and conditions of the Contract. 48. INTERPRETATION: The Contract is intended by the �arties as a final, complete and exclusive stateinent of the terms of their agreement. No course of prior dealing between the parties or course of performance or usage of t]ie trade shall be relevant to supplement or explain any term used in the Couiract. Although the Contract may have been substantially drafted by �ne party, it is the intent of the parties that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other. Whenever a term defined by the Uniform Commercial Code, as enacted by the State of Texas, i.s used in the Contract, the UCC definition shall control, unless otherwise defined in the Contract. 49. DISPUTE RESOLUTION: A. If a dispute arises out of or relates to the Contract, or the breach thereof, the parties agree to negotiate prior io prosecuiing a suit for damages. However, this seetion does not prohibit the filing of a lawsult to toll the running of a statute of limitations or to seek injunctive relief. Either party may make a written request for a meeting between representatives of each party within fourteen (14) calendar days after receipt of the request or such later period as agreed by tlte parties. Each party shall include, at a minimum, one (1) senior level ind.ividual with decision-making authority regarding the dispute. The purpose of this and any subsequent meeting is to attempt in good faith to negotiate a resolution of the dispute. If, within thirty (30) calendar days after such meeting, the parties have not succeeded in negotiating a resolution of the dispute, they will proceed directly to mediation as described below. Negotiation may be waived by a written agreement signed by both parties, in which event the parties may proceed directlyto mediation as described below. B. If the efforts to resolve the dispute through negotiation fail, or the parties ���aiye the negotiation process, the parties may select, within thirty (3�) calendar days, a mediator trained in mediation skills to assist with resolution of the dispute. Should they choose this option; the City and the Contractor agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nonunated to act as mediator. Nothing in the Contract prevents the parties from relying on the skills of a person who is trained in the subject matter of the dispute or a contract interpretation expert. If the parties fail io agree on a mediator vvithin thirty (30) calendar days of initiation of the mediation process, the nlediator shall be selected by the Denton County Alternative Dispute Resolution Program (DCAP). The parties agree to participate in mediation in good faith for up to thirty (30) calendar days from the date of the first mediation session. The City and the Contractor will share the mediator's fees equally and the PAGE 36 OF RFP #4762 Respondent's Initials`� T� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES parties will bear their own costs of participation such as fees for any consultants or attorneys they may utilize to represent them or otherwise assist them in the mediation. 50. JURiSDICTION AND VENIJE: The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Unifonn Commercial Code as adopted in Texas, V.T.C.A., Bus. & Comm. Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction. All issues arising from this Contract shall be resolved in the courts of Denton County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts. The foregoing, however, sita.11 not be construed or interpreted to limit or restrict the right or ability of the City to seek and secure injunctive relief from any competent authority as contemplated herein. 51. INVALIDITY: The invalidity, illegality, or unenforceability of any provision of the Contract shall in no way affect the validiry or enforceability of any other portion or provision of the Contract. Any void provision shall be deemed severed from the Contract and the balance of the Contract shall be construed and enforced as if the Contract did noi contain the particular portion or provision held to be void. The parties further agree to reform the Contract to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision, The provisions of this section shall not prevent this entire Contract from being void should a provision which is the essence of the Contract be determined to be void. 52. i30LIDAYS: The following holidays are observed by the City: New Year's Day (observed) MLK Day Memorial Day 4th of July Labor Day Thanksgiving Day Day After Thanksgiving Christmas Eve (observed) Christmas Day (observed) New Year's Day (observed) If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. Normal hours of operation shall be between 8:00 am and 4:00 pm, Monday through Friday, excluding City of Denton Holidays. Any scheduled deliveries or work performance not within the normal hours of operarion must be approved by the City Manager of Denton, Texas or his authorized designee. 53. SURVIVABILI'TI' OF OBLIGATIONS: All provisions of the Contract that impose continuing obligations on the parties, including but not limited to the warranty, indemnity, and confidentialiry obligations of the parties, shall survive the expiration or termination �of the Contract. 54. NON-SUSPEN�ION OR DEBARMENT CERTIFICATION: The City of Denton is prohibited from contracting with or making prime or sub-awards to parties that are suspended or debarred or whose principals are suspended or debarz'ed from Federal, State, or City of Denton Contracts. By acceptin.g a Contract with the City, the Vendor eertifies tbat its contractor and its principals are not currently suspended or debarred from doing business with the Federal Govemment, as indicated by the Genera] Services Administration List of Parties Excluded from Federal Procurement and Non-Procurement Programs, the 5tate of Texas, or the City of Denton. PAGE 37 OF RFP #4762 RespondenYs lnitial�� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 55. EQUAL OPPORTUNITY A. Equal Employment Opportunity:"No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice. No person shall, onthe grounds of race, sex, age, disability, creed, color, genetic testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this RFQ. B. Americans with Disabilities Act (ADA) Compliance: No Offeror, or Offeror's agent, shall engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. 56. BUY AMERICAN ACT-SUPPLiES {Applicable to certain federally funded requirements) The following federally funded requirements are applicable, in addition to the specific federally funded requirements detailed in Attachment C. A. Definitions. As used in this paragraph — i. "C�mponent" means an article, material, or supply incorporated directly into au end product. ii. "Cost of components" means - (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic contractor), and any applicable duty (whether or not a duty-free entry certif`icate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, includi.ng transportation costs as described in paragraph {1) of this definition, plus allocable overhead costs, but excluding profit. Cost of c,mponents does not include any costs associated with the manufacture of the end product. lll. ��Domestic end product" means- (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds SO percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactary quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. iv. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. v. "Foreign end product" means an end product other than a domestic end product. vi. "United States" means the SO States, the District af Columbia, and autlying areas. B. The Buy .American Act (41 U.S.C. l0a - l Od) provides a preference for domestic end products foX supplies acquired for use in the United 5tates. C. The City does not ma.intain a list of foreign articles that will be treated as domestic for this Contract; but «ill consider for approval foreign articles as domestic for this product if the articles are on a list approved by another Governmental Agency. The Offeror shall submit documentation with their OfFer demonstrating that the article is on an approved Governmental list. D. The Contractor sl�all deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the Solicitation entitled "Buy American Act Certificate". 57. RIGHT TO INFOR112ATION: The City of Denton reserves the right to use any and all information presented in any response to this solicitation, whether amended or not, except as prohibited by law. Selection of rejection of the submittal does not affect this right. 58. LICENSE FEES OR TAXES: Provided khe solicitation requires an awazded contractor or supplier to be licensed by the State of Texas, any and all fees and taxes are the responsibility of the respondent. . PAGE 38 OF RFP #4762 Respondent's Initials� � CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES 59. PREVATLING WAGE RATES: All respondents will be required to comply with Provision 5159a of "Vemon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and prohibiting discrirnination in the employment practices. http�//��ww access �po �ov/davisbacon/t.�c.html 60. COMPLIANCE WITH ALL STATE, FEDERAL, AND LOCAL LAWS: The contractor or supplier shall comply with all State, Federal, and Local laws and requirements. The Respondent must comply with all applicable laws at all times, including, without limitation, the following: (i) §36.02 of the Texas Penal Code, which prohibits bribery; (u) §36.09 of the Texas Penal Code, which prolubits the offering or conferring of benefits to public servants. The Respondent shall give all notices and comply vvith all laws and regulations applicable to furnishing and performance of the Contract. 61. FEDERAi., STATE, AND LOCAL REQUIREMENTS: Respondent shall demonstrate on-site compliaace with the Federal Tax Reform Act of 1986, Section 1706, amending Section 530 of the Revenue Act of of 1978, dealing with issuance of Form W-2's to couimon law employees. Respondent is responsible for both federal and State unemployment znsurance coverage and standard Worker's Compensation insurance coverage. Respondent shall ensure compliance with all federal and State tax laws and withholding requirements. The City of Denton shall not be liable to Respondent or its employees for any Unemployment or Workers' Compensation coverage, or federal or State withholding requirements. Contractor shall indemnify the City of Denton and shall pay all costs, penalties, or losses resulting from Respondent's omission or breach of this 5ection, 62. DRUG FREE WORKPLACE: The contractor shall comply with the applicable provisions of the Drug-Free Work Place Act of 1988 (Public Law 100-690, Title V, Subtitle D; 41 U,S.C. 701 ET SEQ.) and maintain a drug-free work environment; and the final rule, government wide requirements for drug- free work place (grants), issued by the Office of Management and Budget and the Department of Defense (32 CFR Part 280, Subpart F) to implement the provisions of the Drug Free Work Place Act of 1988 is incorporated by reference and the contractor shall comply with the relevant provisions thereof, including any ainendments to the �nal rule that may hereafter be issued. fi3. RESPONDENT LIABILYTY FOR DAMAGE TO GOVERNMENT PROPERTY: The Respondent shall be liable for aIl damages to govenunent-owned, leased, or occupied property and equipment caused by the Respondent and its employees, agents, subconiractors, and suppliers, including any delivery or cartage company, in connection with any performance pursuant to the Contract. The Respondent shall notify the City of Denton Procurement Manager in writing of any such damage within one (1) calendar day. b4. FORCE MAJEL]RE: The City of Denton, any Customer, and the Respondent shall not be responsible for performance under the Contract should it be prevented from performance by an act of war, order of legal authority, act af God, or other unavoidable cause not attributable to the fault or negligence of the City of Denton. In the event of an occutrenee under t�is Section, the Respondent will be excused from any further perFormance or observance of the requirements so affected for as long as such circumstanees prevail and the Respondent continues to use conunercially reasonable efforts to recommence performauce or observance whenever and to whatever extent possible without delay. The Respondent shall immediately notify the City of Denton Procurement Manager by telephone {to be confirmed in r��riting within five (5) calendar days of the inception of such occurrence) and describe at a reasonable level of detail the circumstances causing the non-performance or delay in performance, 65. NON-WAIVER OF RIGHTS: Failure of a Party to require performance by another Party under the Contract will not affect the right of sucb Parly to require perfozmance in the future. No delay, failure, or waiver of either Party's exercise or partial exercise of any right or remedy under the Contract shall PAGE 39 OF RFP #4762 Respondent's Initials ��� CITY OF DENTON RFP 4762 FOR JD EDWARDS UPGRADE SERVICES operate to limit, iznpair, preclude, cancel, waive or othenvise affect such right or remedy. A waiver by a Party of any breach of any term of the Contract will not be construed as a waiver of any continuing or succeeding breach. 66. NO WATVER OF SOVEREIGN IMMiTNITY: The Parties expressly agree that no provision of the Contract is in any way intended to constitute a waiver by the City of Denton of any immunities from suit �or from liability that the City of Aenton may have by operation of law.� 67. RECORDS RETENTION: The Respondent shall retain all fznancial records, supporting documents, statistical records, and any other records or books relating to the perfannances called for in the Contract. The Respondent shall retain all such records for a period of four (4) years after the expiration of the Contract, ar until the CPA or State Auditor's Office is satisfied that al] audit and litigation matters are resolved, whichever period is longer, The Respondent shall grant access to all books, records and documents pertinent to the Contract to khe CPA, the State Auditor of Texas, and any federaI govemmental entity that has authority to review records due to federal funds being spent under the Contract. PAGE 40 OF RFP #4762 Respondent's Initials'�Yy CITY OF DENTON RFP 476� FOR JD EDWARDS UPGRADE SERVICES ATTACHMENT C BUDGET AND COMPLIANCE QUESTIONNAIRE AND FORMS 1. Coniractor Nan�e : 2. Address: 3. Tax Payer ID#: 4. Email Address ofPrimary contact; 5. Website Address: 6. Telephone: 7. Fax: 8. Other Locations: 9. Organization Class: Partnership Individual Corporation Association 10. Date Established 1 l. Former Business Name: 12. Date of Dissolution: 13. Subsidiary of : l 4. Histori�ally Underutilized Business: Yes or No 15, Principals and Officers: Please detail responsibilities ��vith the name of each principal or ofFicer. 16. Key Personnel and Responsibilities: Please detail responsibiliti.es with the name of each key personnel. 17. Number of Personnel by Discipline: PAGE 41 OF RFP #4762 RespondenYs Initials � CITY OF DENTON RFP 47fi2 FOR JD EDWARDS UPGRADE SERVICES Discipline Number of Staff # Registered 18. Services Provided by Contractor: Please provide a detailed listing of all services that your company provides. 19, Has your company filed or been named in any litigation involving your company and the Owner on a contract within the last five years under your current company name or any other company name? If so provide details of the issues and resolution if available. Include lawsuits where Owner was involved. 20. Please provide at least (3) three references (pr•eferably n:uriicipalities) and contract amounts. See attachment F 21. Have you ever defaulted on or failed to complete a contract under your current company name or any other company nazne7 If so, where and why? Give name and telephone number � of Owner. 22. Have you ever had a contract tertninated by the Owner? If so, where and why7 Give name and telephone number (s) of Owner (s). 23. Has your company implemented an Employee Health and Safety Program compliant with 29 CFR 1910 "Ge�eral Industry Standards" and/or 29 CFR 1926 "General Construction Standards" as they apply to your Company's customary activities? http //www osha �pls/oshaweb/owasrch sea�•ch form�p doc tvpe=STANDARDS&p toc leve1=18:.� kewalue=1926 PAGE 42 OF RFP #4762 Respondenf's Iniiials�� Contract # 4762 Awarded Contractor Documentation ATTACHMENT C BUDGET AND COMPLIANCE QUESTIONNAIRE AND FORMS 1. Contractor Name : MarketSphere Consulting, LLC 2. Address: 114 W. 1 i�' Street Kansas City, M� 64105 3. Ta7c Payer ID#: 33-1012502 4. Email Address of Primary contact: greg.davis@marketsphere.com 5. Website Address: www.marketsphere.com 6. Telephone: (816)559-0600 7. Fax: (S 16)559-0699 8. Other Locations: Atlanta, Chicago, Dallas, Houston, Indianapolis, New York, Omaha, St, Louis, Pittsburgh and Philadelphia 9. Organizafion Class: MazketSphere is a S-Corp 10. Date Established: July 15, 2002 11. Former Business Name: N/A 12. Date of Dissolution: N/A 13. Subsidiary of : N/A 14. Historically Underutilized Business: No 15. Principals and Officers: Steve Sestak — CEO & Senior Partner Bruce Allen — Senior Partner Carl Yost— Senior Partner Lonnie Janecek — Senior Partner Enzo Santilli — Senior Partner Steve Haden — Partner Brian Wiethaxn — Partner Joseph Coniker — Partner Chris Unruh — Partner Proprietary and Confidential 3 MarketSphere Consulting Don DeCelles — Partner Rocky Williams — Pariner Brian Eccher -- Partner Mark Sims — Partner Bryan Wiggins — Partner Please detail responsibilities with the name of each principal or officer. 16. Key Personnel and Responsibilities: The individuals listed for question 15 are the key personnel of MarketSphere. Please detail responsibiliries with the name of each key personnel. 17. Number of Personnel by Discipline: 18. Services Provided by Contractor: Please provide a detailed listing of all services that your company provides, MARKETSPHERE BEST PRACTICES Fi�anc=_Advisor�� HumanCapifafAd�nsory SupplyChainAdlrisory MarketingAdidsory GhangeAssurance Inleradwe -- Pu6lishinB 8 �`,,._.; �asha�ercis � �� RapoAl�g Planning & • Hyperion Planning Fot6casting • Worktorce Planning • Capllel Assel Plennin0 Ad-hoc �-� Mobile 6 � Offioe } Ma sls � � DlseannecleU '� irllegrallon ��ij�l Search N r`----- Consolidations • HFM 8� Reporting • Disclosure Managemertl • FD�M ProRtablliry Hyperion Profilabfllty p����6 & Cost Managemeni pats or8�ie oa�e Co�igura6le Anelytios PaCkaged � ERP Analyt�cs Reporting & AnelyHcs , Govemance -aeiauonshlP q��yry� • CPM Analyllcs ���g� Menagement Foundalion Malylics by ERP � . - --- . " essnasa�.oBiEEiig�scoreraras - - - _ _—_ - . - - Oracle Fusion Proprietary and Confidential 4 Market5phere Consulting 19. Has your company filed or been named in any litigation involving your company and the Owner on a contract within the last five years under your current company name or any other company name? If so provide details of the issues and resolution if availabla. Include lawsuits where Owner was invalved. No 20. Please provide at least (3) three references (preferably ntu�ticipalities) and contract amounts. See attachment F 21. Have you ever defaulted on or failed to complete a contract under your current company name or any other company name7 If so, where and why7 Give name and telephone number of Owner. No 22. Have you ever had a contract tenninated by the Owner7 If so, where and why? Give name and telephone number (s) of Owner (s). No 23. Has your company implemented an Employee Health and Safety Program compliant with 29 CFR 1910 "General Industry Standards" and/or 29 CFR 1926 "General Construction Sta.ndards" as they apply to your Company's customary activities? http'//www osha �°v/pls/osha��veb/owasrch search form7p doc type=STANDARDS&p toc level=l&Q keWalue=1926 No Proprietary and Confidential 5 MarketSphere Consulting ATTACHMENT G ATTACHMENT H DISADVANTAGED BUSINESS UTILIZATION CONFLfCT OF fNTEREST QUESTIONNAIRE FORM CIQ For vendor or other erson doin business with local overnmental enti This questionnaire reflects changes made to the law by H.8.1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with chapter 176 of the Local Govemment Code by a person Date Received who has a business relationship as defwed by Secrion 176.001(1-a) with a local governmental entity and the person meets requirements under 5ection 176.006(a). By law this quesrio�aire must be filed with the records administrator of the Iocal government entity not Iater than the 7th busiuess day after the date die person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person lmotvingly violates Section 176,006, Local Government Code. An offense under this secti�n is a Class C misdemeanor. 1 1Vamc of person who has a business relaHonship with loral governmental enfity. Greg Davis 2 ❑ Check tlus bos iC you are iiling aa update to a pre�hously filed questionnaire. (The la�i� requires that you file an updated completed yuestionnaire H�th the appropriate filing authority not later than the 7m business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local governmenl officer with whom filer has an employment or business relationship. NONE Name of OCficer This section, (item 3 including subparts A, H, C 8� D), must be completed for each o�cer with whom ihe filer has an employment or other business relationship as defined by Secfion 176.001 {1-a), Local Government Code. Attach additlonal pages to this Form CIQ as necessary. A. !s ihe local governrnent officer named in fhis section receiving or likely to receive taxable income, other than investment income, from the fller of the questlonnaire? � Yes � No B. Is the frler of the questionnaire receiving or likely to receive taxabie incorne, other Lhan investment income, from or at ihe direclion of the local government officer named in this section AND lhe taxable income is not received from the looal govemmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or oiher business entfty with respeot to which the local government officer serves as an o��er or direcior, or holds an ownership of 9 0 perceni or more? 0 Yes 0 No D. Describe each affiliation or business relationship. 4 , �Z% Ld/� � Signature of person oing business with lhe governmental entity Date Proprietary and Confidential 7 MarketSph.ere Consulting The City of Denton will ensure that purchases of equipment, materials, supplies, and /or services comply with Texas Local Government Code 252.0215, in regards to competitive requirements in relation to Disadvan.taged Business Enterprises (DBE). The City will ensure that all procurement opportunities are cost effecfiive, and contributable to the competitiveness of the City, and its customers. AlI Procurement activities will be conducted in an open and fair manner with equal opporiunity provided for all qualified parties. The City of Denton will provide equal contracting opporhuii.ties as provided by State and Federal law to small business enterprises, Historically Underutilized Businesses, and Disadvantaged Business Enterprises. The Citp of Denton encourages all awarded Contractors to seek qualification as a DBE and/or utilize DBE's as sub-contractors, where feasible, to meet the overall intent of the legislarion. Disadvantaged Susiness Enterprises (DBE): are encouraged to participate in the City of Denton's procurement process. The Purchasing Department will provide additional clari$cation of specifications, assistance with Proposal Forms, and further explanation of procurement procedures to those DBEs who request it. Representatives from DBE comparties should identify themselves as such and submit a copy of the Certification. The City recognizes the certifications of the State of Texas Building and Procurement Commission HUB Program. AlI companies seeking information concerning DBE certification are nrged to contact. State of Texas HUB Program — Tl'ASS Division PO Box 13047, Austin, TX 7871 ]-3047 (512) 463-5872 or (888) 863-5881 or http://w«�w.window.state.tx.us/procuxement/pro�/hub/ Instructions: If your company is already certified, attach a copy of your certification to this form and return with the submission. If your company is not already certified, and could be considered as meeting certification requirements, please use the web link to obtain such. If you are submitting a response and plan to utilize DBE's, then use the form below to identify the business and include the business HUB certification. MazketSphere supports the desire of The Gity of Denton to utilize DBE organizations when possible. The nature of the work to be performed is not conducive to utilization of DBE resources. 5hould an opp�rtunity to utilize a DBE be presented, MarketSphere will utilize organization with approval af The City of Denton. Proprietary and Confidential 8 MarketSphere Consulting ATTACHMENT K ACKNOR'LEDGEMENT THE STATE OF TEXAS COUNTY OF DENTON The undersigned agrees this RFP becomes the properCy of the City of Denton after the official opening, The undersigned a�rms he has familiarized himself with the local conditions under which the work is to be performed; satisfied himself of the conditions of delivery, handlin� and stora�e of equipment and all other matters that may be incidental to the work, before subnutiing a proposal. The undersigned agrees, if tlus proposal is accepted, to furnish any and aIl items/services upon t�*hich prices are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance oFthis Pmposal will be ninety (90) calendar days unless a different period is noted. The undersigned affirms that they are duly authonized to execute this contra�t, that this RFP has not been prepared in collusion with any other Bidder, nor any employee of the City af Denton, and that the contents of this RFP have not been commun.icated to any other proposer or to any employee of the City of Denton prior to the official opening of this bid. Respondent hereby assigns to the City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 USCA Section 1 et sea., and which arise under the antitrust lativs of the State of Texas, Tex. Bus. & Com, Code, Section 15.01, et se4, The undersigned affirms that they have read and do understand the specifications and any attachments contained in this RFP package, The undersigned agrees that the RFP posted on the website are the official specifications and shall not alter the electronic copy of the specifications and/or pricing sheet (Ex]u�bit 1}, v�2thout clearly identifying changes. The undersigned understands they will be responsible for monitoring the City of Denton Purchasing Website at: httn://���wt��.citvofdenton.com/index asox?pa�e=397 to ensure they have downloaded and signed all addendum(s) required for submission with their propQSal. Should a conflict arise between the PO, supplier terms, or contract; the terms and conditions set forth in this RFP shall prevail. I certify that I have made no v��illful misrepresentaLions in this Proposal5ubmission, nor have I withheld information in my statements and answers to questions. I am aware that tt►e information given by me in this proposal will be investigated, with my full permission, and that any misrepresentations or omissions may cause my proposal to be rejected. NAME AND ADDRESS OF COMPANI': AUTHORTZED REPRESENTATIVE: MarketSphere Consulting Signature � .�,��,--�i 114 W. 11°i St. Kansas City, MO 641o5 Te1. No, (816)559-0600 Email: greg.davis a(;niarketsphere.com Date `f - Z I- Z� l � Name: Chris Unruh Title: Partner Fax No. (816)559-0699 "��� I�I-��'-� �'�,�-�r���_����-� �� ��� ��-� y ���� ,.raa��. o F '�'�� jrYrl'�ld'k6!+,t t.k.rv..Jn=ti�r"'"_ � �� �� ��� y,tr��.!x � �.�, � � _ � .., ¢ ( � � � - r � r �� �_., �' � .-�.� �� � I- _ -- - _ , � , -��_ � �e . � .. � � '�` �a ,� i � � i tiL.'! � � ��, r.3 ,, f' � i I i �_- , �ri, � �y' � �'^ � _ ,t � s -j d,� '�'' --- oi�l�� _, ' f�ax��� � �� 'if' �G11`rir �—+m � — _ :��;1 pltitiu.-w�:-.�- ,�-- - � . _ � � �t�r�,r�?y . -� 9 _ � I� - - � �ul�i;' { � 'N Y ,� . i "i � . � .�, i e rj a y� d f _ _ .'_. ..` .�. -�y� - i�-e �- -�� �I� -�� - ��. � � I� �,,,�p ��,q'��, R uze �E���. 1 �"i�,*� � '�'i�' �^-��' ��i� .�k��..: _ _ - �� ti,�� � +n li� � _ r-� L�-= _ ` 'P'� ^_I , . �riltu9idr�IlS?�1�1Wt�th ��� RFP��#4762 ��- �i�ty of D�enton ��� � - � :�_ � � � � � � � Prop�osa� to� Provide J�D Edward�s U�pg.rade Services�� � �� ����� - r �� � � - �°� �� • Transm ittal Letter September22� 2011 Mr. Elton D. Brock Purchasing and Materials Manager City of Denton, Texas 901-8 Texas Street Denton, Texas 76209 RE: Response to Request for Proposal — JD Edwards Upgrade Services (RFP #4762) Dear Mr. Brock, Market5phere Consulting, LLC ("MarketSphere") is pleased to provide the accompanying response to the request for proposal ("RFP") to provide consulting assistance to the City of Denton to complete a JD Edwards EnterpriseOne Upgrade Services project. The following response has been developed in accordance with the RFP distributed by the City of Denton. MarketSphere is committed to helping Ciry of Denton achieve long-term success. Having delivered the City of Denton JD Edwards Needs Assessment and Gap Analysis and Fixed Assets implementation projects, we have a deep understanding of your organization and the focus areas that will be required to deliver a successful upgrade. Clients in the Metropolex , and around the U.S. have relied on MarketSphere for a variety of business advisory and technical projects. The advantages we specifically offer to the City of Denton in this pursuit includes: • Proven track record of successful JD Edwards system upgrades and technical services with combined technical, organizational and business expertise; • Certified Oracle Platinum Partnerwith local resources and multiple years of JD Edwards implementation and upgrade experience; and • Various successful projects completed with governments and municipalities. � We thank you for the opportunity to respond and look forward to partnering with the City of Denton on this very important project. If you have any questions about this response, please contact Greg Davis (913) 568-3914, Greg VerMulm (913) 484-8239, or myself (214) 697-7760. Regards, , �����i"-G'' �� � � C� Melody Orrantia MarketSphere Market Leader Proprietaryand Confidenfia! 2 • Upgrade Proposal Contents . . ............................................................................................................................................................................................. About MarketSphere Pages 4-6 . .............................................................................................�.,.,.............----......�.....,...............,,,....,.......................... JD Edwards practice and capabilities Pages 7-10 : Our understanding Pages 11-13 � ' Upgrade approach and methodology . . ...................................................................................................................................................... Project tools ...............................................................................................................................................:.......... • Roles and responsibilities . ................................................................................................................................................. Project arrangements Pages 14-20 ... .......................... .................................. Pages 21-23 , .. ............................... .... .............................. Pages 24-25 ; ........................................ . .. .............................................. Page 26 _ . . ...............................................................................................................................................................................................� � Re resentative ro'ect team ' p P J Pages 27-32 � . .................�--....................................................................................................,._..... ' Final thoughts Page 33 . . . . ............................................................................................................................................ � Appendix documentation .............................................................................................................................................................................................................. f Proprietaryand Confidenfial � J e About MarketSphere Business Overview Creating Business Harmony: Strategic advisory and technology experts to help you deliver integrated ERP, BI and EPM solutions to optimize business performance. • Our focus is on solving complex business challenges and strategic opportunities for Fortune 500 and emerging, high-growth companies • Services delivered out of eleven formal market locations throughout the United States • In 2010, engaged by more than 160 clients on over 230 projects July 2D02 Kansas Clty and Omaha open, MarketSphere beglns+nnth 35 employeos I I November 2003 I I Pittsburgh opens i ! October 2003 � � St. Louis opens I ! 'II 20D2 �2003 MarcF 2003 Indlanapolis opens July 2605 Dallas opens April 2005 Chlcago opons I 2004 i C 2005 I 200fi i I � ' July 2004 January 20d6 � j March 2006 NewYorkopens , TechPolnt I I Houston Mlre Award , i opens Aprll 2005 One ot the Best ' �ilu� Placesto Work Propriefary and Confidential October 2006 Atlar�ta opens i January 2008 t Inc. Magazfne Top 5,000 Campanles lil� �' � 2007 � 2008 i Apri12008 , � Consulting Magazlne � '7 Jewel Award" September 2008 j Phlladelphla opens � May 2009 Champlons of _ Buslness Award � T I I ' ApriI2009 � Dlamond Award � for Leadership 2009 September 2009 Inc. Magazlne Top 5,OOU Companles 2010 ? October 2010 i A3 Launched 2011 I 2012 September 2010 f+p"'�ti� In�. Magazlne Top ,; - � ` 5,000 Compantes .�A • About MarketSphere - Our Clients Serving the UVorld's Top PerForming Organizations �, �� �� �i II 1 �.�1� / � ��;,; �r! �,��, zr�"' , � � + 3�ave manep. l.ive bek'ter. ' ��R� j ��y AUTO PARTS� �� �� ��� ��� ������t a�+ �.arc.� o, ���'� I �"� �f'�4Vc'� n �� CEN . N� r�r��or��c�o�t �� ,�����j ALCOA � r ► r an:min"exr:oNe.enmcr � ��� �011�1 tl. Fooc�s ���1��� P,ea1 p?ople. Peal resulis' ,;�: �Il��� a� G�aund �i I I.;L�t� �i �t:A t�' D �► T�RCE�' ���iLI �O��S Medical Center ��'"� � �A�AIER�T�I�D� • � Sprint! � �Chewron FtE�JTIE�S =;� ���eL'°��� ,�'""AIi;AMARK ` ^ � ��� ���� �� � � � � � :>ioesnirncr� . Proprietary and Confidentia! * a: ,� _ r � r M�a�zaTMnN r+, �[�EL��� �v'�.� �'`�.�°`�'���.��''�.� i�.�.�� � � / / � AMERICAN EAGLE OUTF1TfERS ae.com � APAIeb��'s- � ��� ����������� ..��/��'`�� �r,a rr r�-.a r � '�1.1�L-;S! �F � �'li'�.j�s,TT1{?S�]{:.�i � , � • About MarketSphere - 4racle Partnership Leveraging Best-in-Class Technology • Committed �racle Partner with dedicated ERP, BI, EPM practices • Member of the Oracle Partner Advisory Council • Over 160 consultants focused on the Oracle product family • Extensive planning, implementation, upgrade and support experience in financials, payroll/HR,' procurement, order management, operations, other specialized applications • One of the nation's leading Oracle EPM firms — experience from strategy through design and implementation and beyond • Proven methodologies, templates and supporting tools • Industry thoughfi-leaders and deep technical practitioners • Current on all release versions of JD Edwards, Oracle EBS, and PeopleSoft Proprietaryand Confidenfia! 0 • JD Edwards Practice - MarketSphere Functional and Technical Expertise to Make Your Project a Success � a'�`°��\S Qa���\\ QJ�Gr\\� F�° �r�' S�� • 40 Dedicated JD Edwards consultants with functional and technical capabilities • Expertise in all World and EnterpriseOne JD Edwards applications — JD Edwards Specialized professionals • Strong technical skills with CNC, development, managed services and hosting capabilities • Several E1 9.0 implementation and upgrade projects completed — 8.11 to 9.0 upgrade experience • Other JD Edwards consulting projects for governmental agencies: — City of Denton — Allegheny County Sample Client List: Allegheny County X X X C.J. Foods X X Cereal Food Processors X X Chart Industries X X X City of Denton X Clayco X X Compass Minerals X X Delta Faucet Company X X Harlan Laboratories X X X The Hillman Group X X Renewable Energy Group X X Simon Property Group X Smithers Oasis X X TEVA Pharmaceuticals X X WireCo WorldGroup USA X X X YORK Label X X ,i . �� ,�, „��� ; e� �[,t��►�11 ,a - ... . - . u,�o-,�a�r��ar"'°�ia QCnun[P nf �egTjenp �+so Proprietaryand Confidential 7 • JD Edwards Practice - MarketSphere JD Edwards Upgrade and Technical Experience • Dedicated JD Edwards CNC Consultants, Database Adminisfirators and Developers • Multiple client upgrades from various releases. • Installed and upgraded tools releases including 8.98 • Implemented OracleApplication Server, WebLogic and IBM WebSphere • Implemented Portal Solutions for various Self Services Solutions on the Oracle and IBM platform • Staff augmentation and/or fully outsourced CNC expertise (24x7) • Trained client stafF on a variety of JDE/Oracle technologies Proprietary and Confidential Sample Client List: �^ �•� o 'Q�. 'o�. 'o��. Temple Inland ✓ Smithers-Oasis ✓ Pierre Foods ✓ Matri�oc .i Hillman Group ✓ Harlan Laboratories ✓ Standard Textile ✓ Clayco ✓ MTI ✓ Dana ✓ WireCo ✓ S • JD Edvuards Practice — MarketSphere Attachment F - References Reference 1: Company Name: Standard Textile Location: Cincinnati, OH Contract Person and Title: Ed Schmitt, Director of ERP Systems Programming Telephone Number: 1.800.999.0400 Scope of Work: 8.11 to 9.0 upgrade process Contract Period: 10/01/2009 — 5/1/2010 Please note that providing the Reference 2: Company Name: The Hillman Group Location: Cincinnati, Ohio Contract Person and Title: Pete Hebauf, IT Director Telephone Number: 513.851.4900 extension 2085 Scope of Work: 8.11 to 9.0 upgrade process Contract Period: 3/01 /2010 — 411 /2011 Reference 3: Company Name: Forestar Group Location: Austin, Texas Contract Person and Title: Brian Noble, IS&T Director Telephone Number: 512.433.5242 Scope of Work: 8.11 to 9.0 upgrade process Contract Period: 4/01/2010 — 10/15/2010 Proprietaryand Confidential contract amount would violate the confidentiality agreements with our customers. Therefore, we have not provided this information in our proposal. As a courtesy to our clients, please allow MarketSphere the opportunity to assist in scheduling the reference calls. � • MarketSphere Full Service JD Edwards Offering The end-to-end JD EdwardsTM solution • Best Practices � Industry Experience • Proven Methodology � Application Expertise • Systems Integration • Project Management • ERP Governance - Change Management • Managed Services (functional) Proprietary and Confidenfial ,;. :��� � ..,.,. � ;;;?;,;; � �A�. � ��; = �;��, ,r �,6 h, �� �. � , � .,,.�ti� Process & Functional , �� � CNC � Development � � Technical Management - Database Management • Infrastructure Hosting � Managed Services (technical) 10 • Our Understanding Background & Key Objectives We understand that The City of Denton desires to upgrade their current JD Edwards EnterpriseOne version 8.11 to the new 9.0 application release: The specific objectives of this project as we understand them include following: • Review existing software and make recommendations to support upgrade • Focus is on the technical upgrade; do not re-engineer business processes and only change those that are required to be changed as a result of the new release functionality • Upgrade and install application release 9.0 upgrade including the upgrade of all path codes/environments • Promote all �custom objects and retrofit and test accordingly • Upgrade and install latest 8.98 tools release • Assist in conversion of existing data to new upgrade • Maintenance and support throughout the upgrade and final acceptance Proprietaryand Confrdenfial 11 � �ur Understanding Project Scope Services to be provided: • Retrofit for Reports, InterFaces, Conversion and Extensions (RICE) • Review third party interFaces and plan for integration with EnterpriseOne 9.0 • Installing the new version of EnterpriseOne software, including tools release and upgrading all The City of Denton's path codes/environments • Data migration as necessary to support system testing and final go-live acceptance • Applying �Electronic System Updates (ESU) • Performing a mock cutover and final conversion • Review existing hardware and software environment and make recommendations to support the new upgrade JD Edwards modules and business process areas to be assessed include: • Financials • HR/Payroll • Sales/Inventory/Purchasing Proprietaryand Confidentia! 12 � Our Understanding ProjectAssumptions • The City of Denton leadership will be able to make decisions quickly (within 48 hours) where one is required to maintain project timelines. • We will use MarketSphere methodology templates as the basis for project deliverables. Any changes or additions will be agreed upon at the start of the project by The City of Denton PMO and MarketSphere. • Project Management (PM) will be a shared responsibility between The City of Denton and MarketSphere. We anticipate the need for MarketSphere PM to support the mobilization of resources, development of the project plan, drive deliverable milestones, and developing an executive briefing for The City of Denton. • The City of Denton will provide the resources necessary for appropriate groups and work sessions, as well as during one-on-one interviews. , • The City of Denton will make available at its location a project site with reasonable office space for our consultants for the duration of the project. • A deliverable review and acceptance process with reasonable approval time frames will be negotiated and followed throughout the engagement. • The upgrade will consist of the JD Edwards 9.0 application release and 8.98.4.2 tools release. Proprietary and Confidenfial 13 � Upgrade Approach and Methodology Customized plan and approach specifically for the City of Denton • MarketSphere will utilize it's standard upgrade methodology (demonstrated on the following pages) and incorporate it into the Phased approach that the City of Denton has proposed in Section II of the RFP. Our key activities and deliverables will be provided in adherence to the City of Denton timeline. • MarketSphere will utilize it's Customization Assessment tool to evaluate the impact of the current customizations on the upgrade. � MarketSphere will conduct an end-user survev to assess and plan for the user impact of the upgrade. An impact assessment will also be produced. • MarketSphere will produce a�JD Edwards net chanqe report early in the process that will identify key areas where the City of Denton's functionality footprint has changed between 8.11 and 9.0 release 2. • MarketSphere will provide end user traininq and net chanqe traininq as a part of the upgrade. • MarketSphere will utilize UPK both during the migration and to create one procedure in each of the 3 functional areas involved in the upgrade. • MarketSphere will provide qualitv assurance checkpoints and compliance reviews in conjunction with the City of Denton and third party audit firm. Propriefary and Confidential 14 • Upgrade Approach and Methodology ���.�.���.�� . � a�°,.�.��'�:i��;'��? 1�.��� •• • : Transition & Deploy -- ,,, � tr,� %,':'', raluate B.Usiness;; and Teahrii��l '`' r7 �,,, Capabilitie§C, �i �,� � 'I 9 , O ,�..� �' Devefo ;onduct IRlpact� �' F Assessmen���'��i� Case'ai � � ls,�,�p{ , Ch ,. �����'��II`��;IJ,I�'1 � _ . I;.�i;;};1,��� Develop Test Scripts `'' � k;v `�It' 8 1 rf �. i,';in sx� Upgrade Pass ject ti;: ;;_;q � Testing .;:�;'.:i. ', �' � Execute Upgrade Pass Activities (Scripts, SQL, etc) ,_ Optimize Upgrade Pass � Deliverable Signoff • Evaluate Business and Technical Capabilities • Conduct Impact Assessment � - Develop Business Case and Project Charter • Develop Communication Strategy and Plan • Develop Project Plan and Mobilize Resources Proprietary and Confidentia! Perform New ModulelFeature Configuration 10 Perform Functional Tesdng of New ModulelFeatures � Deliverable Signoff • Develop Test Scripts • Update Training Material • Develop Upgrade "Playbook" • ConductTraining • PerForm Initial Configuration and Upgrade Pass • Prepare Go Live Checklist • Retrofit Report, InterFace, Conversion, and Enhancement • Develop Deployment Plan (RICE) Components • Prepare for Move To Production • PerForm Functional and Technical Testing - Deploy and Support • Idenfify Issues and Optimize Iterative Upgrade Passes 15 • Evaluate & Plan Phase _ =I °��� I ` =_ ; ; Proprietaryand Confidential �� ;�' `' Key Activities, , . , . • . Confir,m proj'ect scope - �' •' Complete hiardware, clata'storage and infrastructure� ` , assessmenf�for �pdated fech.nology.foundation •; Evaluate the� upgrade impact on .JD`,.Edwards RICE components` . • Assess critical business;_requirements , , '� . �'Develop defailed,project,plan � �•' Finalize internal ;'and external resource �equirements �� • ,;Mobilize team � •' ,Develop,change:management plan ���� Key� Deliverables �', � � � � � � � � � � . • ImpactAssessment � • Ski�Is Assessment and'Resource Plan �� ; � • UpgradeA'pproach�&�High-Leyel Project Plan • ':Communicatioh Plan.and Templates .: � • Technology,(HW/Infrastructure)Assessment • : �Testing / Training. Plan � , 16 � Upgrade & Test Phase � o��9i� a�5� Scripts upgraae P�s Testi�ng Execute Up�rrade � P�ass Acl➢v�L1es � {Scrlpts, S�L, etcy � I i �Qptimiz� — — — -Upc�rade Pass b ..o%JP�-�- l°i: P�rfonrn New ModulelFeature C.Uniigu ratlon , '�r�orm Functianal Tesiing �rf New ModulelFeatures _ - ,�.,�.,,_,.da��.� �..,.�.M..�..�. -- a-�..�-.�.,. ��..o.r. ....�. �.��...�......,..�.«a.-� _ �� _..W.,.�._ �...,. u��.;� . ;� � �..m� � ,.:� . - 7 . � �a� .q r�.�w w T5 C�po �Maw� 11 wr-w N�..IGrL'n� _�- . �;,"°' ,. µ�:::o•� . �.e �.... � Proprietaryand Confidential Key� Activities � • Validate:hardware and software installation'or updates '' ' • `Build development �(DV), prototype (PY), and quality assurance, (QA)"environments ' • ,�. Complete detailed system'configuration, including `� fiunctional areas in;;scope'of this project' • Design`:and implement the seaurity matriz, ' • ` Refine?system configuration document`as necessary • RetrofitRlCE;comp,onen#s'{internal and,external)for ` �:those in scope, (i.e. system to-s�rstem; and EDl) ' • �:-Conduct iterative�testing°'cycles:(unit and integration) ,, , • � �Conduct Validation;testing. ' ' • Gain consensus and acceptance sign-off from the Steering committee and super u.sers ' ' • Conduct performance testing' • "Go/No Go"::planning and evaluation criteria � ` Key Deliver:ables • : Updated Upgrade;Checklist.or "Playbook" ; �• ' Updatetl Test Scripts'with �esults � �; Updated Configuratio.n and Process Qocumentation � Testing Approval and Signoff 17 • Transition & Deploy Phase �_�o�� ,, � Proprietaryand Confidential --- ;�_; :; -- u _ -_ _��-, -_ �_,.,, a�� ; . . .= � — ; �`�`�"��� °-- ' . �i; — e �, - . _ - .� :,. . Key �Activities � . • Preqare#raining,environment (including converted : � data;& configuration); materials; and schedule ' ' • Conduct trainmg';and.transfer. knowledge to : applicattons;support • , Finalize go-live,cutover.plan .' � • Validate config�uration, menus; fasks; versions, ':objectsthave been �promoted into JDE production (PD)" �•` Conduct"dressrehearsal",mockcutover,. • Transition ownership to' application support � `•�, Perform post go-live support�, as needed; based, on _. organization and:'IT readiness ' •: 'Do'cument and°publish:post go-live support issues'lisf .-' Key Deliverables ; . �. � • Training,Content;and,Delivery , • Executed Cutover Plan witli organization signoff,, ensu�ing ,all planned'.tasks and :schedule5 complete. : • Deployed Production E'nvironment : •: Post' Go-Live Support Metrics� � 18 • Timeline Project timeline and key milestones Sept I Oct MarketSphere � Upgrade � `ti:, Methodolo�v `'. Nov � Dec � Jan � Feb ��� '• �- � Upgrade 8� Test � . • : � - • • . Acceptance � on Phase I ' � �, Pro�ect Planning ,;' - ;' Impact'Assessment � End user sturve ssessment ; � - ' - . _ _.. _. _ _ �Customiz � y Acceptance Configure/test JDE scheduler 'Net change report!.and initial training I on Phase II UPK documentation (J/E) � Environments,setup and'tested �� Configure and test custom objects Revisit net change training ';8 11 data' hiigrated to 9'0' (sta6c/master) Migrate and test reports Migrate interfaces and 3�d party ` Functional testing"of applications i; ,;, Technical and functional workflow applications nstallatimodules' q ` Y Pd, ,; '` for purchasing requisition approvals '� � � on of ail,re 9ired sas em u dates ' End-user menus and security � . Acce tance � mi rate . , settings r .. _ _. P on Phase III Current data migrated - End user validation testing � : Installation of all agreed-upon ; �,� , s���;j��u , � , , . � updates • ? ' E ur��ctio�aUT�chnfcal readine � � � ♦ . • _ r ��ii�d`ata�migrafed r; � " __.._ � � : r �'°'�t�'��mjgratio�� � � Go-Live and • ' }go�'edge ti���s�errf �' '� ' Compliance ; Acceptance ; o'�ur��enta6ona,� ;, Review on Phase IV �"��'� �;'" "'`�� +' +' ♦ ( /1 1 * � /, /�' c " ' .- ...:......... ......:� ...,..,...,......,..,..._ Quality Quality Quality ompl�ance Assurance Assurance Assurance i i Review � Final Acceptance Proprietary and Confidential 19 • Project Management Methodology Upgrade Project Management Strong project management is critical to maintaining the health of the project itself, the project team, and the client stakeholders. The intended approach will help minimize project risk, improve company satisfaction and enhance the project environment. Our Methodology is supported and executed with a focus on client satisfaction and implementation success. Managing project staff encompasses all facets of direction setting, guidanae and support. Our Methodology acknowledges the "balancing act" of managing project staff, client resources and the impact the project will have on the organization. To help ensure the project is well-planned and delivered on-time and on-budget, MarketSphere utilizes the following project management techniques: • Project Management Institute ("PMI") standards have been built into our project management methodology, tools, and deliverables • Use of Microsoft Project to plan and manage to the project schedule • Key milestones to establish target completion dates of major project phases and to monitor progress at interim stages of the project • Weekly project status reports that summarize key activities performed for the week,.key activities to be perFormed the following week, and major issues to resolve • Project management tools to ensure collaboration between team members and the multiple city departments • Proven templates (e.g., process flows, requirement lists, architecture diagrams) to jump-start the development of key project deliverables Proprietaryand Confidenfial 2Q • Project Management Methodology Methodology - Tools & Templates MarketSphere brings tools and templates that will support The City of Denton's Oracle JD Edwards initiative, including access to a JD Edwards environment, a team collaboration tool (KSphere), and deliverable templates. The KSphere site and templates are successfully used to support MarketSphere's projects, and are continually refined to provide the most value to our clients. These have been successfully ufilized on previous City of Denton projecfs. Oracle Environment MarketSphere also runs sandbox instances of Oracle JD Edwards to support its clients and consultants. This provides access to a delivered JD Edwards install for project activities, research, testing and demonstrations. y..,. rr ,..0 . r� � �'�� I';''�.��; ...;���� .IN , ', ....i 1 —• d r��rl �I•.�.r .. s�}M+A'.. ... . ' .�_.._ u Proprietary and Confidential KSphere MarketSphere provides access for all project team members to KSphere, our team collaboration tool. KSphere is a single resource for teams to access project-related working documenfs over the internet. KSphere houses deliverables, calendars, contact lists and project management tools such as schedules, issues and task lists: ).:- . � � +neW�wr� �� � ... � ...._. ..� ....,_�_:.� .�,..:��� ' .� � �.�..�, . . k :� /I:�F,;�... ,. �. D.. 1... �... �, � � =1'�'x.esgs?£a�_���_'"_a�'u'�l�P?'xw`�.°dmi��%diu�a!1�;xFi _-- _ __ _—_— Deliverable Templates MarketSphere has standardized deliverable templates that are used for all phases of the project. These templates provide a jumpstart on project activities, and allow these activities to be effectively documented. �onuuo�. r oe:ia� vne:� r�mci Phase Templates �YO� N.m� � ChenOeMereqement L� ps�eorRirts[emvrocessFlaw-Snnla� � l,�i csi:eurrernstetemoccsar,ow-rnaawh � ConFgu�etian'Mdkboe4-SAHVLE l�f ConEOUreban Warkhaek-'�EM�I:.TE �, Comersbn5trateyY-SAHPLE �$� Ccnvcn�e�5trat-9Y-iEMPL4IF �, Fit GupMdysio-SpMPI.E � FILGao4nalyss-TEMOLi9E � lob 5ched�le Vbn -SANPI.E � JcCSNedul!Plen-TEnPUlE �, AepoR Inve�tary - 54MRE � A[oortl�lvulto1l'-�FHPW�E A� Searity �rs9'n -TEHGUTE �, Seeun[YOn�pnlewaan-S0.FIPLE �, 9ecurityoaciv�PS-SaMPIE 9, To � Fulurc Stete G2ceas DssiO� - SAM°LE � To Ee FuNie StDR P�acvas Dc5i0n • T£TnPL6TE Q� Te k FuNre SRte Pnau Flan -lEMPIATE 21 • Hardware & Software Requirements Infrastructure Management Tools Infrastructure Management includes (all hardware and software) procurement and installation, database creation and management, database tuning, object migrations, and network access and connectivity. MarketSphere can provide the required technical support resources, or can ofFer assistance and advice as needed. MarketSphere's hardware and software services will be focused on the following: • Hardware and software assessment to make sure it meets minimum technical requirements (MTR) 4� � �1 �nallwrta6�anandcaue.�nmlc«[alloa0elo�1�4�1'��eFSeWa ,�;, ;jr�i x; ��:: r-:", � • Installation of the 9.0 technical foundation on the �, E� �. ��� L�, �b Deployment server, Enterprise server and JAS server �t �� �� �f��, ,_, �a- p��-�re�-:�T�-' �._, _ �:-1_ • Patching all servers to the current fix current levels • Pristine 9.0 environment • Upgraded 9.0 DV environment • Upgraded 9.0 CRP (Prototype) environment • Upgraded 9.0 Production environment • Standard web architecture • Knowledge transfer of technical net changes to the JDE environment • Converting Oracle db to SQL Server Proprietary and Confidential open Enrollment HR - 5T1 Enhaneed Employee Self SeNlee BenelNs Enrollment �� Ooen EnrolMeM loaaut Portal Home . fl � a _,�� - � 22 • Development Tools RICE Components • Preparation for an upgrade with Reports, InterFaces, Conversions and Enhancements (RICE) is an integral part of the project. MarketSphere will work with The City of Denton to address custom reports, third party interFaces, conversions, and enhancements. � The City of Denton currently maintains two custom modules, 22 custom tables, over 200 custom reports, 13 custom processes (interactive applications), 68 customized views, 43 custom processing options, five third-party applications, four inbound interFaces, three outbound interFaces, and currently utilizes close to 300 standard JD Edwards reports. • All of the RICE components must be migrated and tested. Any scheduled jobs and routines will also be thoroughly planned for, migrated, and tested. • MarketSphere will utilize and provide it's Customization Assessment tool to assess and plan for all custom applications for the upgrade. Propriefary and Confidential 23 � Roles & Responsibilities '• . �- . -- .. - -. ,: �,. w,, . , � , :, „ . ,., " � . . -: ..... . . . . ... . .. . � ?.. � a . � .. r�y il�r� � ..l ,� . �: . c . �d, p.� . . �y a� y �. tq . - ..��� p ..., � . .., �..� ��aa,.��...,., ....�., -,�„i,... .� ,� ,+§,.s,,� f��w;�r,�;ti �'�, �:,�s r, ,�; ,o-s�� �,,., t� ��^� � Jy�t q.. ,:,, 1q� ^ � ,: , �,, , ,�. .,�, � a ra� � u�1 �+, ��?�?�. . ,r.� �..t, � -��t�� �,�,, �v , `�ut,,i � ,pr a „�. , � , �. , . � . �4� �4�+, � " "' ) �.: ,; �.: iE ''� �� 1,,rMP;S,a �:. 3� .n� ,�', k e, � .. y ., , � �r}:.. ,.„. , , � y,` ! �n, 6; �f°';�}:: (� + �, 4,�� .,„ �.��.i.�. � � ��� � e .a��..��,,,5 v�i��i." .;�rF. } i�i�'.�. ... �d r, , + �:���,. h #,�,�:I �,f �F � ,lt �. J�� 6`i �. ��p� The„C�� ,�40 �De�l�'ton A. ,� , � ,� � � � � z g, ,rc ,.� � � r.�; � , l �, ��, ���., � � .,.� � , � , M, Y4I � � �,. � �,� , �f "� �' � �,� �� � � �, � �� � ; � �j� �;� � ai rN � .nSlz o,. w� � k ,�1�,1�'� "{?'� y A t�� 4� ?haA; �� '§ � �r �. �,�; 4; �.. '"� .��ri� �,..w r�„t� .Yr1 �iri ,�. ,.I ,�.;i4 �.�. �r �r�,��a� .�o•�.�^ }. �ii. �� ��: ,G�� a�. :�„��g .a� .�n, �.i, •h ,�4 .�J;1� n„ a+f,� I.q .r F :k �t �4 ,� k� �'. �.s._f � ,Si. a E�r�'. �> �i$F � .M S �Ur �t+ < b� o ��s' '��'"�, .. .�i' ."�' +r�r;��i'1 �t'....'�k. .f �# .s �.i: �" ����. .;.�... ,� . Y � -� �r Y �r�'�. . u� �i'.,�, � h .'�",�'�4 ��a� `�. :�, ,.. ... � ,.�.ri� ',,,.�,r, d� ,�.. „ �.0 �V �.�:.. _'4�a.�� �n,7 ��� ...i.. �. � � . .i., �� " ��� ..,y(e �, �� '� � i�, ,�`� � �t`�'� i re e i' ,�:,,,�,. f���a�,, ..��t �� ,., .,,� � .,r +�ca.i�� �� �t, . �, _,r � � �'! i.i ��., ��. .,,v V� '�>.}�,�Ii3 ,u � � ,, , f;? v �X i��;���� � � a .�, , r � y .. .... i.� ,.�� �,._,..�, . �. ,._ ,.. ,.h.�.1t��l�i�,....Y1�$«, ts,:�� .�� �,��„��.m.� �,,.. �i d �...�,,n,_r. '!'��,.L.i.r, � _.��,�_, yyl',., :k<,:��,t�������iL,i__r��ikl`_ . �'� rrF..,�� i. .r,��jP� �� �ti+,h�„�djY�jt�C�� Steering • Strategy and direction-setting body Bi-Weekly Committee • Champion process standardization, best practice adoption, and approve deviations Meetings/Calls • Consists of key City of Denton executive leadership Program • Provide oversight, guidance, and feedback on project scope and issue management As Needed Sponsor • Re�iew and approve project deliverables prior to presentation to Steering Committee Project Manager • Manage and coordinate project execution 10% �� ) • Participate in project planning, status updates, communications to stakeholders (internal/external) • Serve as the upgrade Team Lead and primary contact for Market5phere • Primary point of contact for issue resolution and deliverable review, acceptance, and presentation Technical — CNC • Upgrade planning technical analysis 15% (1) and • Build and deploy packages throughout the upgrade. Developer (1) • Troubleshoot issues throughout the upgrade. • Reports, InterFaces, Conversions, and Enhancements upgrade planning and execution • Provide information pertaining to system architecture, data, and objects Business • Participate in functional interviews and discussions 10% Process Owners - Provide insight to operations and key performance indicators • Participate in system and validation testing as-needed • Participate in system training as-needed Proprietaryand Confidenfial 24 • Roles & Responsibilities -. - - _ _ . - - .. . -. : � � ,, ,� � �y�� , � � , , � �,., . _ , ,. . x . ,, ,, . . fiV.ihu�S? •�,.r �I�. ��"f;��+9,. M1'. �Y �,.1d1, dki�y �6�i� , : � t .,� ..j�y� .., „ � ��- � � � : 1� .�. ��:so �, r. ,, a.r i.. a��.x, , .�„�,,.,Y ,;._,:,.:,.,,�..;_.. _Y ..y, :.r; � r ����,,..:�,, . ,�.,,.�„ .,{....... �h:'�� �.�1 �r�, f,�, �. � �„�t�.y ��. �Yy, �f, � '���.. �`s�� ,� �.! y� r, r !t �. 4+ �t ?u�i ;h �, �},� F,. r ,�?�,, �.� ..G� r�1. Yy, �i.,�: .e� ,qii�� � �� , . , � ,ro ,.I+m.1���.65��, �,� F �.F ��,�[,�� , � �: �, . ,�, � ��� ...`,"�. .�.:, f*. � : f t� .. . . . � '1ij,...�.�J� ��`."��,.� '�� 7�. $ �, h��. ry . �`� � ...,,. uM , '� � � �r� 4, .� a , '�. T , � !' �'�"� + � N,,� r � ,� , � � ���, �' k. ; � ,, �, �&�" b ,�',�g�q, 1f r, .�.� i ��� , �4,�t...'I...��...� �$ ���; -�..���.'°'� , .,...���..'i ., . ,...*i .�, . , �'�� � ��; .: �i.. ��.!,E�, . �,": :,� u... .'"��f�iVl�.n��'`��:t�+\ m%,.,�r� .. J:� � . .i.r..F'z., �d4�194�� C�t �y� . �� � ,,. x. �,r , �7� .��� p ��t � ,��4A�. . � �� �. � t� . � '�. G°'-�.'i.:a. -.:�,�"�. �. :., ti., ,��rv,�,�r�' , . � �c.w(`�'�. ,' , �P(� :a+�1'I �,: "� � � k : �'•r i� ��] �r�ke� hI�r� �, ��p� �,r,; � ,�. �, ��, , �',� � �� ,.3 ,, :�.{��. �. ,� ,,4.� G'�., , � �'�. ��j � , �� ! r �„ ,- ,} i„ ��. qr� � � � � : k s ��,.. e , .�, { , , ,.a , , e, e , .�../.. ��,i�+.til �V. ..Y. :�'F����t � . ��'. � ��-. ,�% �.l" �. X , Y� 1�1 � , �.� P 1 �� � � �" . �;�'� $, � � � � . �a ��� 4 , � �I, , , , � . � ,. �'`'� � s, i ��y �, � �t `. �� h a >.i��J Z h" ��y �,. M���r 1 4 W nt, �x �z � � i ..{ yk� t�. ,f,wlk� ..�., . §i �..i,� .."4..uo� ,.�� ��� �n'� :.��.. �. �� '"+�. . �u..�. . � .,n . I. •5� t e, r l . �J ,r r4 r �� . v ,� , . ! , . M1 �i , 4•. .. r�''�ad ,.. •, : , . ,. ��, u � :,, ,,, a� h i � ... ,. , � . ����.,� �f. . , . ,, � t� � t a, . d. I i . .in, ,a �i��r . f{. �' ��.��% ,�4.1 .;Y��.G_d� ,A'�r� 4. �tit � '� 1V . A� .df {T .�.x�ra ..� ���'.�.. .. �;Y�.�� �. ��'4�1...1k �,[ � �..1 ..,`i .f �)�... .i1 � �0.`� M. .d� +an .k, .), . �.J:.�� J M. � .� � .� N .�m.... I � ,� �� �� r,. ��. � ,�, �3. �.�,, �., .� ,� �, ,, a. :h � .�`. .� ,d �r? �v , � itd: � 1 �s'� ,� ��' . � � s. � ��. �'"' � .r � '� � ,�l�i? d. r, � ,�"., � , ,,,aw t � r� !'�, ...�.O.ai �'...�..'i� ... . P �d.. � . �; ��� r .� I ., �'S� .7 � .�v,. il„ : �� .. , . .u..t�.. .M,. , � �C .�. �. ,.^'��� , r ....,,... t, �` �� 'a :ht�n^�. �. � N . . .��7 �':4�". w..,��r � �.�.,. ,�;, ..,d . �� �.ti ,,,..a,�,t�..°V'.���+��,t�,'�i �,�,�u.�.,.,��i�w,,��._�„f�,Y.�,�.�t.�.r,n� ��:,v,,;,�s�'��.ti�_.�,.��.���1,>���ft.�,,���1s�P�,�..���i�A1,.1� ,a��E�,,�.��.,°�'�€,t„t.�;�ac� ,���,����,rs��'�:���1��������,v���v��+�,9(I���,.'���'t,'����,���a�;1�: ,� Engagement • Provide oversight, guidance, and feedback on project scope and issue management As Needed Partner / Quality • Review and approve project deliverables prior to presentation to Steering Committee Assurance Project • Define overall approach and methodology Part Time Management (1) • Responsible for planning, managing, and controlling day-to-day activities, communicating with City of Denton and MarketSphere Project Leadership, monitoring productivity, reviewing deliverables, and leading status updates • Primary point of contact for issue resolution and acceptance • Quality Assurance and risk mitigation activities Functional • Responsible for identifying, tracking, and escalating project-related issues 65% Subject Matter • Participate in project planning, status updates, communications to stakeholders (internal/external) Experts — Leads • Provide process oriented "best practice" input and minimize deviations �3� • PerForm assigned detailed project tasks, prepare implementation planning documents, prepare project work products and deliverables • Lead project testing activities • Assist with project training activities Technical —CNC/ • Conduct technical assessment to determine upgrade readiness 75% Development • Install technical foundation on development, enterprise and JAS servers (current patch level) �� � • Upgrade development, prototype and production environments • Reports, InterFaces, Conversions, and Enhancements upgrade planning and execution Development (2) • Retrofit objects 75% • Make development changes Proprietary and Confidential 25 • ProjectArrangements Professional Fees & Expenses Based on our understanding of the scope and resources available from The City of Denton, we believe the successful completion of the project will require the following MarketSphere staff: We propose the following arrangement for the project: • Not-to-Exceed (fixed) proposal for professional services including travel expenses will be $295,500 � • A billing schedule will be established with four separate billings of $73,875 due at the end of each phase milestone Proprietary and Confidentia! 26 • Representative Project Team Submission Requirements MarketSphere is registered to provide services in the state of Texas and successfully meets the requirements specified in the RFP pertaining to: 1. JD Edwards and Oracle Implementations (8 years) 2. Certified JDE Partner or Value Added Reseller (VAR) 3. IT consulting for governmental agencies 4. CNC subject matter experts 5. Application development resources 6. Overall project manager must have system design, implementation, and upgrade experience The above mentioned requirements are presented throughout the proposal. Our experience is further demonstrated by the resource bios shared on the following pages Proprietary and Confidential 27 • Subject Matter Experts JD Edwards Financials Greg VerMulm (also Project Management for this opportunity) • Over 18 years of experience in accounting operations, strategic planning, process optimization, financial management system implementation, management/performance reporting and project management • 40+ implementation "go-lives" specifically with JD Edwards software products • Managed complex JD Edwards financials, job cost, fixed assets projects interfacing with third party systems Jeff Meadows • Over 13 years of experience as a technology consultant and managing systems implementations of JD Edwards • 20+ implementation "go-lives" with JD Edwards software products working with Arthur Andersen, PwC, IBM, and MarketSphere • Jeff's professional education in accounting, expansive JD Edwards skills, communication skills, and his deep knowledge of numerous industries allows him to quickly gain the confidence of client executives Robert Smith • Certified PublicAccountant, Certified ManagementAccountant, Certified Information Technology Professional, Certified Software Trainer • 30+ implementation "go-lives" with JD Edwards software products in 17 years of working with JD Edwards soffinrare solutions • End user, consultant, and project management experience with JD Edwards General Ledger, Accounts Receivable, Accounts Payable, Job Cost, Fixed Assets, Maintenance, Work Orders, Contract Billing modules • Technical/Data conversion lead on 10 different JD Edwards financials implementations Proprietary and Con�dential � • Subject Matter Experts JD Edwards Sales Order / Purchasing I Inventory Greg Davis (also Project Management for this opportunity) • 26 implementation "go-lives" with JD Edwards software products, current MarketSphere JD Edwards Solution Leader • Specializes in project advisory and programlproject management on JD Edwards implementations with complex third party integrations Craig Davied • 14 years of professional experience in JD Edwards ERP implementations • 20+ implementation "go-lives" specifically with JD Edwards sofiware products • JD Edwards focus on the finance and distribution processes across several industries • Recognized in the consulting industry as a Project Costing (Job Cost) subject matter expert James Talley • Over 14 years of JD Edwards experience and 11 years of IT consulting experience • Implementation experience with World, Xe, OneWorld, and EnterpriseOne JD Edwards versions • Primary focus on operational improvement projects leveraging JD Edwards systems to drive process redesign and standardization • Heavy focus on JD Edwards design, implementation, training, process improvement, and change management functions • Business advisory experience in six different industries Proprietary and Confidentia! 29 • Subject Matter Experts JD Edwards HR / Payroll Jen Duran • Human Resources and Payroll subject matter expert with over five years of consulting experience with JD Edwards • Jen has completed three JD Edwards 9.0 projects focusing on HR/Payroll applications — from design and configuration through testing and validation • Jen is an accomplished trainerwith experience in large-scale project change management Colette Reinhard • 20+ ERP client engagements with MarketSphere with an emphasis in Human Capital Management (Human Resources and Payroll) • Colette maintains a unique combination of functional and technical JD Edwards capabilities • Recently completed JD Edwards 9.0 HR/Payroll implementation Proprietary and Confidentia! � • Subject Matter Experts JD Edwards CNC Charles Anderson • Over 15 years of JD Edwarcls CNC experience with a dozen installations across a broad spectrum of technical platForms • Strong expertise with ERP enhancement products including Oracle Business Intelligence, JD Edwards Business Services, Single Sign On configuration, Hyperion, Oracle Warehouse Builder and Essbase • MarketSphere working experience with the City of Denton and resides in Texas Proprietary and Confrdentia! 31 • Subject Matter Experts JD Edwards Development Craig Morris • Proven technical development experience in all core modules including: Finance, Accounting, Manufacturing, Distribution, HR/Payroll, etc. • Over 20 successful go-lives across 15 years of JD Edwards development experience • MarketSphere working experience with the City of Denton and resides in Texas Sean Byrne • Over 12 years of strong technical JD Edwards development and management experience in all core modules including: Finance, Accounting, Manufacturing, Distribution, Real Estate, etc. • Sean is a trusted resource, frequently leaned on for expert guidance in all facets of the development lifecycle • Successfully cooperated in over 30 JD Edwards implementations across the US and Canada Propriefaryand Confidentia! 32 • Final Thoughts... Our value proposition to the City of Denton • Previous working relationship with City of Denton on two JD Edwards projects . • Knowledge of City of Denton resources, process'es, and JD Edwards installation • Cognizant of the importance of compliance and data inte rit throu hou 9 Y g t the upgrade process — accounted for in our methodology • Local leadership and local project team members (wherever possible — highly committed to your success � • Big 4 experience and depth without the Big 4 price • Full-service JD Edwards capabilities —"one stop shop" — we can rovide JDE functional and technical consulting services p • JD Edwards implementation and upgrade experience in highly re ulated industries and government organizations g • From past experience, we understand the limited availability of Cit of Denton resources and will minimize their involvement in this r y p ocess • Ready to hit the ground running and excited for a successful u i pgrade. Proprietary and Confidential 33 ' r � DATE �MMIDDlYYYY) �OR° CERTIFICATE OF LIABILITY INSURANCE73o�zo�z 11/9/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies, LLC-1 Kansas City NAMEACT 444 W. 47th Street, Suite 900 PHONE Fax Kansas City MO 64112-1906 E�ANo Ext : A/C No : (816)960-9000 ADDRESS: 1057399 MARI�ETSPHERE CONSULTING, LLC 14301 FNB PARKWAY OMAHA NE 68154 INSURER A : INSURER B : INSURER C : f!f!•ItI1Z:7 COVERAGES MARC003 E2 CERTIFICATE NUMBER: 11516349 REVISION NUMBER: XxXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATE�. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR I SR WVD POLICY NUMBER MMIDDIYYYY MMIDO/YYYY LIMITS A GENERAL LIABILITY Y N ZDK920635600 7/30/2011 7/30/2012 E CH OCCURRENCE DAMAGE TO RENTED X MMERCIAL GENE BILITY PREMISES (Ee occurrence) $ 1 OOO OOO CLAIMS-MADE �OCCUR MED EXP An one erson 1 � ��� X EBL$1MIL/1$MIL PERSONAL&ADVINJURY $ 1�000�000 GENERAL AGGREGATE S 2 OOO OO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG L OOO OOO POLICY X PRO- $ JECT X LOC [� AUTOMOBILE LIABILITY N N ZDK920635600 7/30/2011 7/30/2012 (Ea aecldenq $ 1 QQQ QQQ ANY AUTO BODILY INJURY (Per person) $ XX�XXX ALL OWNED SCHEDULED BODILY INJURY Per accidenl XX�XXX AUTOS AUTOS $ XXXXXXX NON-OWNED PROPERTYDAMAGE X HIRED AUTOS X AUTOS X HCPD-$50,0 0 500/500 DED $ XXXXXXX A X UMBRELLA LIAB X OCCUR N N UHK912183400 7/30/2011 7/30/2012 EACH OCCURRENCE $% Q�Q QQ� EXCE33 LIA6 CLAIMS-MA�E AGGREGATE $% OOO OOO DED RETENTION $ $ XXXXXXX B WORKERS COMPENSATION Y/ N N 001646273 7/.iO/2011 7/3O/2012 X TORY LIMIT �ER AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE N� A E.L. EACH ACCIOENT $ OOO OFFICERlMEMBER EXCLUDE�7 ❑N (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1 Q�� Q�� If yes, describe under E.L. DISEASE - POLICY LIMIT $ 1 DESCRIPTION OF OPERATIONS 6elow DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schadule, If more space is required) CITY OF DENTON TX IS ADDITIONAL INSURED UNDER GENERAL LIABILITY WITH RESPECT TO OPERATIONS OF THE NAMED INSURED. SHOUL� ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 11516349 CITY OF DENTON TX Attn: ELTON BROCIC 901 B TEXAS ST DENTON TX 76209 ACORD 25 (2010/05) The ACOR� name and logo are registerad marks of ACOR� — OO'I98H-ZO'I O A�Of� CORP