0% found this document useful (0 votes)
745 views36 pages

Matrix Contract

Matrix Consulting Group 2020

Uploaded by

April Towery
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF or read online on Scribd
0% found this document useful (0 votes)
745 views36 pages

Matrix Contract

Matrix Consulting Group 2020

Uploaded by

April Towery
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF or read online on Scribd
You are on page 1/ 36
DOR pape Chives HECE iVeD CERTIFICATE OF INTERESTED: PARTIES 209 NOV 5 PH3-47 CITY SECRETARY 0, Form 1295 SEMmEE Ne fwd 6 te era pee Como on 12 25 a ha a ne Maus Consutng Greup an Mateo, CA United States fs Grvide he etalon marr osed op Severe ery oF same agency Lecrntion ofthe services, goods emer rssonae rowed under th comrsc BMS. 202000012006, Indeeet Cost Rate Cost Atocation Pian NEKO ely ie Conca ana pS T IF Taaie reat avn of terested Pay Sim State, Country face ctbusiness) | Rae [ Centcting Tiiermeanay] + reek ony tiers Wo mereste Pury @ irom rea Mymmes —_Retwa sty ll ‘recowes sees ems SoM ca us, (oro ev (18 aoe "SA et Fenty epee nate ren tu aa cra Breseedey siete i en 20 20 a) Cy [ger eonnaeag hess ay Fons rowel iy Fox ies COGS Wa ORCS aT DS Vesa Via aabaaTa 20-1556 0 > Resolution No, 20 - 1556 amr Nov 5 Pla Contract No, BMS-2020-00013216 CITY sees DALLA: STATE OF TEXAS § § CONTRACT FOR SERVICES COUNTY OF DALLAs § A. Consultant shall Perform all the Services as Set forth in City’s Request for Competitive Sealed Proposals, attached ag Exhibit A and Consultant's Proposal, attached ag Exhibit B, both of whieh Exhibits are made a part of this Contract for all Purposes; provided, B. Consultant shall Work closely with City's Director of the Office of Budget, or Director's designee (hereinafter referred to ay “Director”, and other sPPropriate City officials ag directed and shall perform any and all related tasks Tequired by the Director in order to fulfill the C. Consultant shall deliver t the Director all ‘reports, designs, and elated documents, information, or other data which are Tequired to be produced and Biven to City in performing Services under this Contract (hereinafter called “deliverables”) in the format required mr. Matrix Consulting Group, Lad Consuiting Services Contract Page tof 20-1556 3. PERFORMANCE 0) SERVICES Consultant and its employees or {Ssociates shall perform all the Services under this Contract. Consultant represents that all its employees or associates who perform Services under this Contract shall be fully qualified and “ompetent to perform the Services described in Section 2. 4. TERM acourt, eur tooo 7. CONFIDENTIAL WORK No deliverables or other information (including information given by City to Consultant to assist Consultant's performance under this Contract) developed by, given to, prepared by or assembled by Consultant under this Contract shall be disclosed or made available to any third. Party individual or organization by Consultant without the express prior written approval of the Director. 8 |ERSHIP OF DOCUME! Upon acceptance or approval by City, all deliverables prepared or assembled by Consultant under this Contract, and any other related documents or items shall become the sole Property of City and shall be delivered to City, without restriction on future use. Consultant may make copies of any and all deliverables and related documents or items for is files. By execution of this Contract and in consideration of the fee for Services to be paid under the Contract, Consultant hereby conveys; transfers and assigns to City all rights under the Federal Copyright Act of 1976 (or any successor copyright statute), as amended, all common lav copyrights and all other intellectual property rights acknowledged by law in the project designs and other project data developed under this Contract. 9, CONSULTANT'S LIABILITY Approval of City shall not constitute or be deemed a release of the responsibility and liability of Consultant, its employees, agents, associates, or subconsultants for the accuracy and competency of the deliverables prepared by Consultant, its employees, agents, associates, or subconsultants, as required under this Contract. In addition, approval of City shall not be deerned to be the assumption of any responsibility by City for any defect, error, or omission in the deliverables prepared by Consultant, its employees, agents, associates, or subconsultants, 10. COMPLIANCE WITH LAWS AND REGULATIONS This Contract is entered into subject to and controlled by the Charter and ordinances of the City of Dallas, as amended, and all applicable laws, rules, and regulations of the State of Texas and the Government of the United States of America. Consultant shall, during the course of performance of this Contract, comply with all applicable City codes and ordinances, as amended and all applicable State and Federal laws, rules and regulations, as amended, 1. CEO) RACT CL This Contract is subject to the provisions of Section 2-86 of the Dallas City Code, as amended, relating to requirements for filing a notice of a breach of contract claim against Cty, Section 2-86 of the Dallas City Code, as amended, is expressly incorporated by reference argl made a part ofthis Contract as if written word for word in this Contract, Consultant is expected to fully comply with the requirements of this ordinance in the event of a claim, in addition to all other requirements in this Contract related to claims and notice of claims. ‘Matrix Consulting Group, Ltd, Consulting Services Contract Page 3 of 11 12. _ INDEPENDENT CONTRACTOR its employees, 13. INDEMNITY CONSULTANT AGREES TO DEFEND, INDEMNIFY AND HOLD CITY, ITs OFFICERS, AGENTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL. CLAIMS, LAWSUITS, JUDGMENTS, COSTS AND EXPENSES FOR PERSONAL INJURY (INCLUDING DEATH), PROPERTY DAMAGE OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT, SUFFERED BY ANY PERSON OR PERSONS, THAT MAY ARISE OUT OF OR BE OCCASIONED BY CONSULTANT'S BREACH OF ANY OF THE TERMS OR PROVISIONS OF THIS CONTRACT, OR BY ITS OFFICERS, AGENTS, EMPLOYEES OR SUBCONSULTANTS, IN THE PERFORMANCE OF THIS CONTRACT; EXCEPT THAT THE INDEMNITY Matrix Consulting Group, Lid. Consulting Services Contract Page 40f 11 UP 1LOO0 B. Approval, disapproval or failure to act by City regarding any insurance supplied by Consultant or its subconsultants shall not relieve Consultant of full responsibility or liability for damages, errors, omissions or accidents as set forth in this Contract. The bankruptcy oF insolvency of Consultant’s insurer or any denial of liability by Consultant's insurer shall not exonerate Consultant from the liability or responsibility of Consultant set forth in this Contract. 15, CONFLICT OF INTEREST A. Consultant and its employees, agents or associates are required to make regular, timely, continual and full disclosures to the Director of all significant outside interests and responsibilities that may give rise to a direct or indirect conflict of interest, including, but not limited to, any and all significant outside interests and responsibilities that could reasonably be expected to impair independence of judgment in Consultant’s performance of all of the Services under this Contract. Such disclosures must be made no later than ten (10) days following the event giving rise to the potential or actual conflict of interest for the duration of the Contract term. A potential or actual conflict of interest exists when commitments and obligations to the City or widely recognized professional norms are likely to be compromised in Consultant's performance of its duties under this Contract by the existence of Consultant's other professional relationships, contracts, obligations, or commitments, Failure to disclose such a conflict of interest may result in the City’s immediate termination of this Contract by the City Manager. B. __ The following section of the Charter of the City of Dallas shall be one of the conditions, and a part of, the consideration of this Contract, to wit: “CHAPTER XXII. Sec. 11. FINANCIAL INTEREST OF EMPLOYEE OR OFFICER PROHIBITED. (2) No city official or employee shall have any financial interest, direct or indirect, in any contract with the city, or be financially interested, directly or indirectly, in the sale to the city of any land, materials, supplies or Services, except on behalf of the city as a city official or employee. Any violation of this section shall constitute malfeasance in office, and any city official or employee guilty thereof shall thereby forfeit the city official’s or employee's office or position with the city. Any violation of this section, with knowledge, express or implied, of the Person or corporation contracting with the city shall render the contract involved voidable by the city manager or the city council. (b) |The alleged violations of this section shall be matters to be determined either by the trial board in the ease of employees who have the right to appeal to the trial board, and by the city council in the case of other employees. (©) The prohibitions of this section shall not apply to the participation by city employees in federally-funded housing programs, to the extent permitted by applicable federal or state law. (@)_ This section does not apply to an ownership interest in a mutual or common investment fund that holds securities or other assets unless the person owns more than 10 percent, of the value of the fund. Matrix Consulting Group, Ld nating Services Contact Sail Page Sof 11 (©) This section does not apply to non-negotiated, form contracts for general city Services or benefits if the city Services or benefits are made available to the city official or employee on the same terms that they are made available to the general public. (© This section does not apply to a nominee or member of a city board or commission, including a city appointee to the Dallas Area Rapid Transit Board. A nominee or member of a city board or commission, including a city appointee to the Dallas Area Rapid Transit Board, must comply with any applicable conflict of interest or ethics provisions in the state law and the Dallas City Code.” 16. GIFT. TO PUBLIC SERVANT City may terminate this Contract immediately if Consultant has offered, or agreed to confer any benefit upon a City employee or official that the City employee or official is prohibited by law from accepting. For purposes of this section, “benefit” means anything reasonably regarded as pecuniary gain or pecuniary advantage, including benefit to any other person in whose welfare the beneficiary has a direct or substantial interest, but does not include a contribution or expenditure made and reported in accordance with law. Notwithstanding any other legal remedies, City may require Consultant to remove any employee of Consultant from the Project who has violated the restrictions of this section or any similar state or federal law, and obtain reimbursement for any expenditures made as a result of the improper offer, agreement to confer, or conferring of a benefit to a City employee or official 17. ASSIGNMENT This Contract provides for unique professional Services. Consultant, therefore, shall not sell, assign, transfer or convey its interest or rights in the Contract, or any claim or cause of action related thereto, in whole or in part, without the prior written consent of the City Manager. 18, TERMINATION City’s Director may, at its option and without prejudice to any other remedy City may be entitled to at law, in equity or elsewhere under this Contract, terminate further work under this Contract in whole or in part for failure to appropriate funds, cause or for the convenience of City by giving at least ten (10) days advance written notice of termination to Consultant, with the understanding that all performance being terminated shall cease as of a date to be specified in the notice. City also has the right to request that Consultant assign and transfer to City all of Consultant's rights and obligations under existing subcontracts it has to perform Contract work in the event of termination under this Section. City shall compensate Consultant in accordance with the terms of this Contract for Contract work properly performed prior to the date of termination specified in the notice, following inspection and acceptance of same by City's Director. Consultant shall not, however, be entitled to lost or anticipated profits should City choose to exercise its option to terminate. ‘Matrix Consulting Group, Ld Page 60 1 19. NOTICES Except as otherwise provided in Section 11, any notice, payment, statement, or demand required or permitted to be given under this Contract by either party to the other may be effected by personal delivery in writing or by mail, postage prepaid. Mailed notices shall be addressed to the parties at the addresses appearing below, but each party may change its address by written notice in accordance with this section. Mailed notices shall be deemed communicated as of three (3) days after mailing. If intended for City, to: Director City of Dallas Office of Budget 1500 Marilla Street, Room 4F North Dallas, Texas 75201 If intended for Consultant, to: Richard Brady, President 1650 S. Amphlett Blvd. Suite 213 ‘San Mateo, California 94402 20. | EQUAL EMPLOYMENT OPPORTUNITY/NONDISCRIMINATION ‘A. Consultant shall not discriminate against any employee or applicant for employment because of race, age, color, ancestry, national origin, place of birth, religion, sex, sexual orientation, gender identity and expression, military or veteran status, genetic characteristics, or disability unrelated to job performance. Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, age, color, ancestry, national origin, place of birth, religion, sex, sexual orientation, gender identity and expression, military or veteran status, genetic characteristics, or disability unrelated to job performance. This action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship, Consultant shall also comply with all applicable requirements of the Americans with Disabilities Act, 42 U.S.C.A. §§12101-12213, as amended. Consultant agrees to post in conspicuous places a notice, available to employees and applicants, setting forth the provisions of this non-discrimination clause. B. _ Consultant shall, in all solicitations or advertisements for employees placed by or on behalf of Consultant, state that all qualified applicants will receive consideration for employment without regard to race, age, color, ancestry, national origin, place of birth, religion, sex, sexual orientation, gender identity and expression, military or veteran status, genetic characteristics, or disability unrelated to job performance. ‘Matrix Consulting Group, Ld Consulting Serviees Contract Page Toft a eae C. Consultant shall furnish all information and reports required by the City Manager or his designee and shall permit the City Manager or his designee to investigate its payrolls and personnel records which pertain to current contracts with City for purposes of ascertaining compliance with this equal employment opportunity clause. D. _ Consultant shall file compliance reports with City as may be required by the City ‘Manager or his designee. Compliance reports must be filed within the time, must contain information as to the employment practices, policies, programs, and statistics of Consultant, and ‘must be in the form that the City Manager or his designee prescribes, E. If Consultant fails to comply with the equal employment opportunity provisions of this Contract, itis agreed that City at its option may do either or both of the following: (1) Cancel, terminate or suspend this Contract in whole or in part; (2) Declare Consultant ineligible for further City contracts until it is determined to be in compliance 21. RIGHT OF REVIEW AND AUDIT City may review any and all of the Services performed by Consultant under this Contract. City is granted the right to audit, at City’s election, all of Consultant's records and billings relating to the performance of this Contract. Consultant agrees to retain such records for a minimum of three (3) years following completion of this Contract. Any payment, settlement, satisfaction, or release made or provided during the course of performance of this Contract shall be subject to City’s rights as may be disclosed by an audit under this section. 22, VENUE ‘The obligations of the parties to this Contract shall be performable in Dallas County, ‘Texas, and if legal action is necessary in connection with or to enforce rights under this Contract, exclusive venue shall lie in Dallas County, Texas, 23. GOVERNING LAW. ‘This Contract shall be governed by and construed in accordance with the laws and court decisions of the State of Texas, without regard to conflict of law or choice of law principles of Texas or of any other state. 24. LEGAL CONSTRUCTION In case any one or more of the provisions contained in this Contract shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision of this Contract, and this Contract shall be considered as if such invalid, illegal, or unenforceable provision had never been contained in this Contract. Matrix Consulting Group, Lid. Consulting Services Contract Page 8 of 11 25. | COUNTERPARTS This Contract may be executed, including electronically, in one or more counterparts, each of which when so executed shall be deemed to be an original and constitute one and the same instrument. If this Contract is executed in counterparts, then it shall become fully executed only as of the execution of the last such counterpart called for by the terms of this Contract to be executed. 26. CAPTIONS ‘The captions to the various clauses of this Contract are for informational purposes only and shall not alter the substance of the terms and conditions of this Contract. 27. SUCCESSORS AND ASSIGNS This Contract shall be binding upon and inure to the benefit of the parties and their respective administrators, successors and, except as otherwise provided in this Contract, their assigns. 28. | MISCELLANEOUS, A. Pursuant to Section 271.002, Texas Government Code, the Consultant hereby (i) represents that it does not boycott Israel, and (ii) subject to or as otherwise required by applicable federal law, including without limitation 50 U.S.C. Section 4607, agrees it wall not boycott Israel during the term of the Agreement, As used in the immediately preceding sentence, “boycott Israel” shall have the meaning given such term in Section 2271.001, Texas Government Code. B. The Consultant hereby represents that (i) it does not engage in business with Iran, ‘Sudan or any foreign terrorist organization and (i) itis not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or Services to a foreign terrorist organization. As used in the immediately preceding sentence, “foreign terrorist organization” shall have the meaning given such term in Section 2252.151, Texas Government Code. 29. CERTIFICATION OF EXECUTION The person or persons signing and executing this Contract on behalf of Consultant, or representing themselves as signing and executing this Contract on behalf of Consultant, do hereby warrant and certify that he, she or they have been duly authorized by Consultant to execute this Contract on behalf of Consultant and to validly and legally bind Consultant to all terms, performances and provisions herein set forth. 30. ENTIRE AGREEMENT: NO ORAL MODIFICATIONS This Contract (with all referenced Exhibits, attachments, and provisions incorporated by reference) embodies the entire agreement of both parties, superseding all oral or written previous and contemporary agreements between the parties relating to matters set forth in this Contract. ‘Matrix Consulting Group, Lid. Consulting Services Contract Page 9of 11 2a Except as otherwise provided elsewhere in this Contract, this Contract cannot be modified without written supplemental agreement executed by both parties. [Remainder of page is intentionally blank. Signatures are on the following page| ‘Matrix Consulting Group, Ltd. Consulting Services Contract Page 10 11 aura EXECUTED this, the 3° day of °°", 2020, by City, signing. by and through its City Manager, duly authorized to execute same by Resolution No. 596 adopted by the City Council on October 13th 2020, and by Contractor, acting through its duly authorized official. APPROVED AS TO FORM: CITY OF DALLAS CHRISTOPHER J. CASO. T. C. BROADNAX City Attorney City Manager py aCe ny eee 7 Assistant City Attorney a ‘Assistant City Manager CONSULTANT: MATRIX CONSULTING GROUP, LTD. California corporation Aobaud. By Brady, PRINTED pj, wame_ Richard Brady qitLe President ‘Matrix Consulting Group, Lid Consulting Services Contract Page 11 of 1 20-1556 EXHIBIT A City of Dallas Request for Competitive Sealed Proposals (RFCSP) Indirect Cost Rate Cost Allocation Plan aneirect Cost Rate Cost Allocation Plan BEZ20-00013216 Scope of Work Page 1 20-1556 EXHIBIT A I. Introduction, Purpose and Intent Tactics of Budget of the City of Dallas is seeking Requests for Competitive Sealed Proposals (RFCSP) for a City-Wide Central Services Cost Allecation ta (Federal OMB 2 CFR Part 200 Cost Allocation Plan), Indirect Cost Rate, and Pull-Cost Central Services Cost Allocation Plan, This will be a four (4) year contract to perform a full ecto of the City’s fees. (HUD) by Mareh 31*, annually. Allocated costs are by found in the City’s Comprehensive Annual Financial ‘The Indirect Cost Rate is prepared for departments to recover citywide overhead from grants, if they are an allowable cost under the grant jgreement. The Full-Cost Central Services Cost Allocation Plan is prepared to determine indirect cosy charges to the City’s enterprise, internal service and other funds, 11. Pre-Proposal Meeting Schedule, Questions, and Inquiries During the solicitation process proposers are required to limit their communication regarding this Project to the Buyer referenced herein. A preproposal meeting will be held by the City whereby the Proposers will have an opportunity to ask the Tequesting department(s) questions and/or obtain clarification. The pre-proposal meeting will fe she only ‘time when proposers and Keapesting department(s) will communicate directly, thereafter, all communication associated \vth this project shall be address to the assigned Buyer, Proposers may submit their questions electronically through the City solicitation poral, html ee hall.bonfirehub.com/login, All avestions shall be submitted electronically, the’ City. will respond to all questions by way of aldendum which will be posted as part ofthe solicitation, The City, its agents, and employees Shall not be responsible for any information given by ‘way of verbal communication, MIL Proposal Submittal Requirements Capability and Expertise 1. Scope of Services offered by company 2. Experience a. Three (3) current customers which use services similar to those requested by the City, b. Two @) former customers which use services similar to those requested by the City, Page 2 = EXHIBIT A . The contact information for the references should include names with respective telephone numbers, email addresses and mailing addresses. Proposer should provide evidence of sufficient staff to carry out the program. .. Proposer should provide descriptions of the responsibilities and roles of each individual involved in the project. iv. Proposer should provide project team’s experience and expertise. v. _ Proposers shall have been in business under the same name for at least two ‘years, and during that period have completed at least three comparable cost allocation plans for similarly sized governmental entities, vi, Proposers shall provide a list of consulting projects during the past 2 years in which cost allocation plans were prepared, including: a. Date of projects b. Names and location of clients ¢. Client contacts, ttle, and telephone number vii. Staff persons proposed by the proposer shall be professionals in accounting, auditing, and/or financial management; shall have at least 2 years of experience in preparing cost allocation plans for governmental agencies and shall be the persons actually performing the work. viii. Proposers shall provide names and qualifications, including related experience, of staff that will be conducting this project and the areas of responsibility and role assigned to each. Also indicate current workload and availability of the personnel listed. Overall Approach 1. The Proposer provide a detailed approach to the project that is very well defined and adequately addresses how the project will be implemented, Proposer description should address the stated requirements of the proposal, 2. Proposer should provide an adequate description that addresses the ability to accommodate and respond to changes in the City’s organizational structure. 3. Proposers shall clearly describe the firm’s approach to assessing, analyzing and preparing cost allocation plans. Define in detail the firm’s understanding of the nature of services requested, Include the firm’s technical plan for accomplishing the project. Include a description of the firm’s ability to accommodate and respond to changes in the City’s organizational structure. Price/Value to the City 1. Proposed pricing should be provided on the bid table located in the electronic portal, All pricing submitted should include all cost to perform the services required herein, to include all labor, materials, and travel charges, if required. In order to be considered responsive pricing shall be provided for all line on the bid table. Scope of Work Page 3 EXHIBIT A A. Provide an analysis of the current cost allocation plans (actual and budget). This involves determining the appropriateness and effectiveness of the current methodology, cost pools, and allocation bases. The current plan employs the double step-down methodology. B. Recommend new methodology or adjustments to existing methodology before beginning the preparation of the new cost allocation plans, provide instruction sessions with city personnel to ensure timely completion of the plan, and assume full responsibility for developing the plan with limited assistance from city personnel. All recommendations shall comply with 2 C.F.R. Part 200. C. Prepare the City-wide Central Services Cost Allocation Plan (Federal OMB 2 CFR Part 200 Cost Allocation Plan) and Indirect Cost Rate, based on actual audited costs, by March 8" (annually) for submission to the City of Dallas’ cognizant agency. D. The successful proposer should be prepared to defend the plan, if questioned, by federal, state, and/or local authorities, E, Prepare the Full-Cost Central Services Cost Allocation Plan by March 15" (annually) for review by City’s upper level management and inclusion of indirect cost revenue determined by the plan in the upcoming year budget. The completed actual plan shall be provided by Mareh 31* (annually). The successful proposer is required to submit one (1) electronic copy and five (5) bound copies of the completed plan to the Office of Budget. F. Successful proposer shall attend one on-site meeting annually, ve ‘Communication ‘The need to respond quickly and clearly is essential to the City. Vendors shall answer written correspondence from the City within two (2) business days. The awarded Contractor shall respond to phone calls and emails from the City within four (4) hours of receipt. ‘VI. Commencement Date This project shall commence by October 15 each year, Vil. Award Method ‘The City’s intent is to award this solicitation in its entirety, but the City reserves the right to award in the method that is most advantageous to the City. ‘The City reserves the sole discretion to determine whether a solicitation response is responsi City reserves the right to reject any or all bids and to waive minor irregularities or discrepancies in any solicitation response as may be in the best interest of City, Late bids will not be considered for award. Page 4 20-1556 EXHIBIT A If selected to provide the services, responses to the RFCSP will be considered as part of the firm's contractual responsibilities. Mistepresentation of the proposer’s ability to perform as stated in the proposal may result in cancellation of the contract award. ‘The City of Dallas reserves the right to withdraw or reduce the amount of an award, or to cancel the contract resulting from this procurement if adequate funding is not available Zhe City of Dallas will require the Contractor to sign the necessary contract documents prepared 2y the City Attomey's Office prior to going to Council. Contract documents are not binding on City until approved by the City Attomey and executed by the City Manager ot appointee. The City reserves the right to reject any or all proposals and to waive any iregularity in Proposals received; and accept other than the lowest offer subsequent to receipt and evaluation of proposals and completion of interviews. The vendor will be considered suecessful by meeting the following deadlines. Failure to follow deadlines below is grounds for breach of contract. VUI. Location and Invoicing ‘The City shall pay invoices in 30 days. In order for the City to pay invoices in 30 days, the vendor's invoice must be correct, and reflect the work or goods delivered to the City. The 30 days begin when the City has received a correct invoice reflecting the work or goods delivered, Ifthe City reveives an invoice that is not correct and/or reflective of work or goods that have been delivered, the City will request a corrected invoice and the 30-day period will begin once the correct invoice has been received, All work described in the vendor invoice must have been delivered in compliance with the terms of the contract. voices shall be submitted monthly to the City for payment, unless both parties agree to alternative arrangement based on projeet milestones. Each invoice submitted for payment shall include, at a minimum, the following information: * Name and address of the department for which services were provided * Contact information of City staff who placed order (name, phone number, department) * Date of order or Service * Detailed description of each service * Price good or services (charges for all services covered by this contract are to be separately stated and explained * Total cost of goods/services The invoice for payment shall be submitted to: CODAccountsPay. able@dallascityhall,com. If the Supplier is unable to email, they may mail an invoice directly to AP, 1500 Marilla, LFS, Dallas, TX, 75201 Page 5 Se EXHIBIT A Submitting invoices without the above information may cause delays in payment processing, Incorrect invoices or invoices sent to the wrong address will delay payment. Vendors who fail to follow this procedure risk having the contract with the City cancelled. The Office of Budget will provide, at no cost, temporary office space and telephones to the successful proposer. The City will assist the successful proposer by providing financial data and allocation statistics. The Office of Budget will provide liaison services with City departments, if necessary. 1X. Ownership ‘The City of Dallas will be the owner of the Plan created by the Vendor and any products produced through this contract becomes the property of the City of Dallas to use as its own property without restrictions, X. Total Cost of Goods and/or Services For services performed, the City shall pay the successful proposer an amount not to exceed the successfull proposal amount. The percentage will be based on documented progress provided by the contractor, XL Evaluation Criterion ‘A comprehensive, fair, and impartial evaluation will be made of all proposals received in response to this RFCSP. Each proposal received will be analyzed to determine overall qualifications under the RFCSP. An Evaluation Committee comprised of City staff and advisors will determine the responsiveness and acceptability of each proposal and recommend award be made to the firm whose proposal is determined to be in the best interest for the City of Dallas. Final selection will be approved by the City Council. Evaluation for selection of the proposal(s) shall be based on the following criteria, which are valued as displayed in parentheses to total 100 points: 1. Capability and Expertise — (30 points) a. Experience appears sufficient to accomplish proposed project goals. b. Proposer presented documentation that clearly indicates staf?’s qualifications to perform the proposed services. c. Proposer provided information that details experience producing comparable cost allocation plans. 4. Proposer has sufficient staff to carry out the program. €. Proposer provides project team’s experience and expertise f. Proposer provides descriptions of the responsibilities and roles of each individual involved in the project. 2. Overall Approach — (30 points) Page 6 Page 7 Ee EXHIBIT A Approach to the project is very well defined and adequately addresses how the project will be implemented, Proposer description addresses the stated requirements of the proposal. Proposer description addresses the ability to accommodate and respond to changes in the City’s organizational structure. 3. Price/Value to the City - (25 points) a. The cost proposed for the service. 4. Business Inclusion and Development Plan — (15 points) a, It is the policy of the City of Dallas to involve Minority and Women-Owned Business Enterprises to the greatest extent feasible on the City’s construction, procurement, and professional services Contracts. The City and its Contractors shall not discriminate on the basis of race, color, religion, national origin, or sex in the award and performance of Contracts, In consideration of this policy, the City of Dallas has adopted the Business Inclusion and Development Plan (BID Plan) for all City of Dallas Contracts. The information shall be submitted with the proposal and shall include: i. Submission of the Office of Business Diversity Pre-Bid/Proposal Form (OBD-FRM-623). This form consists of three sections: 1, Section I: Business Inclusion Affidavit = 0 points It is the policy of the City of Dallas to involve qualified Minority and Women-Owned Business Enterprises (M/WBEs) to the greatest extent feasible on the City’s construction, procurement and professional services contracts. The BID Policy establishes subcontracting goals and requirements for all prospective bidder/proposer to ensure a reasonable degree of M/WBE business inclusion and participation in City contracts. By signing this section, the bidder/proposer agrees to comply with the City of Dallas BID Policy. 2. Section II: Historical Utilization = up to 5 points 3 Projects = 5 Points; 2 Projects = 3 Points; 1 Project = 1 Point ‘The purpose of this sectior of and commitment to util Dallas contracts, but should include: a. The last two projects performed with municipalities that had a business inclusion goal; and b. The last private contract that may or may not have had a business inclusion goal. If the vendor has not done business with the City of Dallas or any other municipalities as a prime contractor, they may list the last three private contracts instead, 3. Section III: Team Make-up/Schedule of Work = up to 10 points to show the bidder/proposer’s recent history ing M/WBE companies to complete contracts with municipalities as well as private contracts that may or may not have a business inclusion goal. Historical Utilization is not limited to City of ear aa EXHIBIT A Meets goal = 5 Points; Exceeds goal = 3 Additional Points; Diverse Team Make-Up (Reflective of the City of Dallas) =2 Additional Points ‘The purpose of this section is to confirm the M/WBE. participation percentage for the sub-contracting team that will be utilized for the anticipated project. In this section, the prime contractor will show their proposal to meet the established M/WBE subcontracting goals. Asa prerequisite for City Council Award, the contractor must demonstrate and document its good faith effort to meet the established goal. Any apparent low bidder/most advantageous proposer who fails to adequately document good faith efforts to subcontract or purchase significant material supplies from Minority and Women-Owned Business Enterprises (M/WBEs) may be denied award of the contract by the City based on the contractor’s failure to be a “responsive” or “responsible” bidder. This section should include all subcontractors, both M/WBEs and non- MIWBEs, and should also include the prime contractor's percentage. Contact the Office of Business Diversity if you require additional lists of certified M/WBE companies to perform additional scopes of work. Assistance in preparing the Business Inclusion and Development (BID) forms may be obtained by contacting Resource Link team member, Lisa Alonzo at phone No. 214-243-2131 or email at: The City may make such investigations as it deems necessary to determine the ability of the proposer to perform the work, and the proposer shall furnish the City all such information and data for this purpose as it may request, if the proposer wishes to remain in consideration. XI. XII. Page 8 1. 2. Aas Performance Measures and Contract Management Adhere to the March 15" deadline for both the Full Cost Allocation and OMB plans Adhere to the March 8" deadline for the City-wide Central Services Cost Allocation Plan (Federal OMB 2 CFR Part 200 Cost Allocation Plan) and Indirect Cost Rate, based on actual audited costs Adhere to the March 31" deadline for the completed actual plan along with the distribution of requested bound copies Accuracy and professionalism for both the Full Cost Allocation and OMB plans ‘Timeliness in responding to City questions Provide adequate professional expertise to complete project Prompt attendance at meetings Exhibits av ie EXHIBIT A © 2CER. Part 200: htipy/Avww.ectr, idx?SID=9097da096 147856ef3703db72e37 5064 &me=trued&ip|=/ecfrbrowse/TitleO2/2efr 200_main_02.tp! . 019 al 1 XIV. Audit Requirements During the term of the contractual agreement and for a period of four years following termination of the contract or until completion of any litigations, claims or audits, whichever is later, the contractor agrees to provide the City of Dallas with access to all records, reports, files, and other papers pertaining the preparation of the cost allocation plans and indirect cost rate for the purpose of making audits, surveys, examinations, excerpts and transcripts. XV. Service Completion Schedule As indicated in Section IV, the Scope of Work, the following schedule is requir © Mareh 8% (annually) — Prepare the City-wide Central Services Cost Allocation Plan (Federal OMB 2 CFR Part 200 Cost Allocation Plan) and Indirect Cost Rate, based on actual audited costs. © March 15¢ (annually) — Provide the completed Indirect Cost plan for submission to the City of Dallas’ cognizant agency and the Budget Full-Cost Central Services Cost Allocation Plan for review by City’s upper level management and inclusion of indirect, cost revenue determined by the plan in the upcoming year budget plans. March 31* (annually) - Provide the completed Budget Full-Cost Central Services Cost Allocation Plan. XVI. Documents Submitted with Proposal or upon Request 1. Business Information Form (OPS-02) 2. Conflict of Interest Policy and Questionnaire (OPS-06, State Form CIQ) 3. Statement of Insurability and Quote (OPS-04) 4, Office of Business Diversity Pre-Bid/Proposal Form (OBD-FRM-623) 5. Copy of contractor's internal affirmative action plan or policy 6. Living Wage Affidavit (OPS-3) 7. Sample Contract with markups 8. Any other City documents as required XVII. Opening of Proposals Al proposals shall be in the office of the Office of Procurement Services Department no later than the proposal due date and time shown on the RFCSP Signature Page. Page 9 a Sei EXHIBIT A. Proposals will be opened by the City at 2:00 p.m. the day following the due date to avoid disclosure of contents to competing proposers. Proposer names will be publicly read. It is the responsibility of the proposer to clearly mark and identify all portions of the proposal, which, in the proposer’s opinion, contain trade secrets, confidential information and other proprietary information. All proposals are subject to the Texas Open Records Act process. XVIII. Review of Proposals 1. The City will review and evaluate the proposals submitted to determine if submitted proposals demonstrate the required experience and qualifications to fulfill the obligations of the services identified in this RFCSP. Presentations will be scheduled for vendors that meet the requirements and proposers will be notified by the buyer as to the location and times of presentations. 2. The City may conduct all necessary inquiries or investigations, including but not limited to, contacting references to verify the statements, documents, and information submitted in connection with the Proposal. The City may also seek clarification from the referenced Proposers about any financial and experience issues. 3. Please be aware that the City of Dallas may use sources of information not supplied by the proposer concerning the abilities to perform this work. Such sources may include current or past customers of the organization; current or past suppliers; articles from industry newsletters or other publications or from non-published sources made available to the City of Dallas. ‘XIX. Proposal Pricing 1. Proposed pricing shall be firm for the entire contract, The Contract shall commence on the date of award by the Dallas City Council and upon the execution of the Contract. 2. Costs not included or calculated in the applicable unit prices as-proposed will not be paid by the City, regardless of the intentions of the proposer-when the proposal was submitted and regardless that those costs were actually incurred, 3. The successful respondent will comply with the terms of this RFCSP and all related addenda and stipulating that the proposal set forth remains effective for a minimum period of 150 days and that the proposer’s organization agrees to be bound by the proposal included in the original proposal submission without modification, XX, Insurance ‘The successful contractor will be required to purchase, within fifteen days of award, and maintain, during the term of the contract, insurance as described in the Insurance Requirements document and agrees to the indemnification agreement therein, XXI. Discussion with Reasonably Qualified Proposals 1. The City reserves the right to engage in discussions or conduct interviews, either oral or vaitten, with the proposers determined by the evaluation criteria to be reasonably viable Page 10 EXHIBIT A to being selected for award. If discussions or interviews are held, the buyer may request best and final offers. The request for best and final offers may include: * Notice that this is the opportunity to submit written best and final offers © Notice of the date and time for submission of the best and final offer © Notice that if any modification is submitted, it shall be received by the date and time specified or it will not be considered ‘* ‘Notice of any changes in the Proposal requirements 2. Following evaluation of the best and final offers, purchasing may select for negotiations the offer that is most advantageous to the City, considering price or cost and the ‘evaluation factors in the RFCSP. 3. After the most advantageous proposer(s) has been identified, Contract negotiations may commence, If at any time Contract negotiation activities are judged to be ineffective, Office of Procurement Services will cease all activities with the proposer and begin Contract negotiations with the next highest ranked proposer. This process may continue until either both the proposer and Office of Procurement Services executes a completed Contract or Office of Procurement Services determines that no acceptable alternative proposal exists 4, The City reserves the right to reject any or all proposals received or to award, without discussions or clarifications, a Contract based on initial proposals received. Therefore, each proposal should contain the Proposer’s best terms from a price and technical standpoint. Also, only proposers submitting a proposal will be notified of any communications after the RFCSP closing. XXII. Rejection or Acceptance of Proposals 1. This RFCSP does not commit the City to award any Contract. The City reserves the right to reject any or all proposals, to waive technicalities or irregularities, and to accept any proposal it deems to be in the best interest of the City. The City shall not be liable for any costs incurred by any company responding to this RFCSP. 2. The City will require the recommended proposer to sign the necessary Contract documents prepared by the City Attorney's Office. A sample Contract is included as an attachment. Proposer must take exception to any term of the Contract to which it will not agree in its proposal, ‘XXIIL Late and Withdrawn Proposals Proposals are required to be submitted electronically at using the City procurement website ht all bc m/login. The system will not accept submittals after the due date and time and hard copy submittals are not permissible. XXIV. Confident ity ‘Any information deemed confidential, shall be clearly noted as such on each page of the solicitation response. City cannot guarantee it will not be compelled to disclose all or part of any Page 11 EXHIBIT A public record under the Texas Open Record Act. Proposals will be opened by the City to avoid disclosure of contents to competing Respondents and kept secret and confidential during the solicitation process and prior to award. Respondents who include information in a proposal that is legally protected as trade secret or confidential shall clearly indicate the information which constitutes a trade secret or confidential information by marking that part of the proposal “trade secret” or “confidential” at the appropriate place. If a request is made under the Texas Open Records Act to inspect information designated as trade secret or confidential in a proposal, the Proposer shall, upon request, immediately furnish sufficient written reasons and information as to why the information designated as a trade secret or confidential should be protected from disclosure, for the City Attorney to present the matter to the Attomey General of Texas for final determination. XXV. Disqualification of Proposers Proposers may be disqualified for, but not limited to, the following reasons: ‘* Reason to believe collusion exists among the proposers + The proposer is involved in any litigation against the City of Dallas + The proposer is in arrears on an existing contract or has failed to perform on a previous contract with the City of Dallas XXVL Permits Required by Law Contractor shall comply with all requirements of federal, state, and local statutory requirements and regulations pertinent to or affecting any phase of this contract. XXVII. Records and Audit The Contractor shall keep accurate records of all components of invoices to the City, including but not limited to times and payroll receipts for hourly personnel utilized by this Contract. These records shall be retained for a minimum of two years after the conclusion of the Contract. The City reserves the right to audit any records it deems necessary for the execution of this Contract. XXVIIL. Assignment of Contract ‘The Contractor shall not assign, transfer, sublet, convey or otherwise dispose of the Contract of any part therein or its right, title or interest therein or its power to execute the same to any other persons, firm, partnership, company or corporation without the prior written consent of the City. Should the Contractor assign, transfer, sublet, convey or otherwise dispose of its right, title or interest or any part thereof in violation of this section, the City may, at its discretion, cancel the Contract and ail rights, title and interest of the Contractor shall therein cease and terminate, and the Contractor shall be declared in default. XXIX. Default by Contractor The following events shall be deemed to be events of default by Contractor under the Contract: Page 12 EXHIBIT A ‘© Contractor shall become insolvent, or shall make a transfer in fraud of creditors, or shall make an assignment for the benefit of creditors; Contractor attempts to assign the Contract without the prior written consent of the City; Contractor shall fail to perform, keep or observe any term, provision or covenant of the Contract; or * Contractor fails to properly and timely pay Contractor personnel, suppliers or other contractors and the faifure impacts the City or its Facility in any manner. In the event a default occurs, the Director shall give the Contractor written notice of the default. If the default is not corrected to the satisfaction and approval of the Director within the time specified in such notice, the City may immediately cancel the Contract. At the direction of the Director, the Contractor shall vacate the facility, if applicable, and shall have no right to further operate under the Contract. The Contractor, in accepting the Contract, agrees that the City shall not be liable to prosecution for damages or lost anticipated profits if the City cancels or terminates the Contract, No Waiver: No waiver by the City of any default or breach of any covenant, condition, or stipulation shall be treated as a waiver of any subsequent default or breach of the same or any other covenant, condition, or stipulation. XXX. Termination The City may terminate this agreement in whole or in part by giving thirty days written notice thereof to Contractor. The City will compensate Contractor in accordance with the terms of the agreement for all goods and services delivered and accepted prior to the effective date of such termination notice. XXXL. Miscellaneous 1, After executing the Contract, no consideration will be given to any claim of misunderstanding. 2. Proposers shall submit with the Proposal, the required Contractor's qualification statement with supporting information as stated herein along with all other supporting documentation requested. 3. Proposers shall thoroughly familiarize themselves with the provisions of these Specifications and the Facilities. 4. The City reserves the right to reject all Proposals and to waive any minor irregularities. 5. A Proposal may be disqualified if the corporation or individual Proposer is in arrears or in default to the City for delinquent taxes or assessments or on any debt or Contract, whether as defaulter or bondsman; or who has defaulted upon any obligation to the City by failing to perform satisfactorily any previous agreement or Contract within the past seven years. Also, Proposers may be disqualified for poor prior performance on similar Contracts with other entities. 6. The Contract with the Contractor will be drawn by the City and may contain such other provisions as are deemed necessary to protect the interests of the City. Page 13 EXHIBIT A 7. The Contractor agrees to abide by the rules and regulations as prescribed herein. The Contractor will, in all solicitations or advertisements for personnel to perform services under the Contract, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, gender, or national origin. 8. Ifeither party hereto is prevented from completing its obligations under the Contract by act of God, strike, lockout, material or labor restrictions by any governmental authority, civil riot, flood, or any other cause beyond the control of the parties hereto, then such party shall be excused from such performance for such period of time as is reasonably necessary after such occurrence to remedy the effects thereof. 9. The section headings in these Specifications are for convenience in reference and are not intended to define or limit the scope of any of the conditions, terms or provisions of these specifications, 10.Should any question arise as to the proper interpretation of the terms and conditions of these specifications, the decision of the City Attomey or his authorized representative shall be final. XXXII. Conflict of Interest CHARTER XXII Sec. 11 FINANCIAL INTEREST OF EMPLOYEE OR OFFICER PROHIBITED (@) No city official or employee shall have any financial interest, direct or indirect, in any contract with the city, or be financially interested, directly or indirectly, in the sale to the city of any land, materials, supplies or services, except on behalf of the city as a city official or jloyee. Any violation of this section shall constitute malfeasance in office, and any city official or employee guilty thereof shall thereby forfeit the city official’s or employee’s office or position with the city. Any violation of this section, with knowledge, express or implied, of the person or corporation contracting with the city shall render the contract involved voidable by the city manager or the city council. (b) The alleged violations of this section shall be matters to be determined either by the trial board in the case of employees who have the right to appeal to the trial board, and by the city council in the case of other employees. (©) The prohibitions of this section shall not apply to the participation by city employees in federally-funded housing programs, to the extent permitted by applicable federal or state law. @ This section does not apply to an ownership interest in a mutual or common investment fund that holds securities or other assets unless the person owns more than 10 percent of the value of the fund. (©) This section does not apply to non-negotiated, form contracts for general city services or benefits if the city services or benefits are made available to the city official or employee on the same terms that they are made available to the general public. (f) This section does not apply to a nominee or member of a city board or commission, including a city appointee to the Dallas Area, Rapid Transit Board, A nominee or member of a city board or commission, including a city appointee to the Dallas Area Rapid Transit Board, must comply with any applicable conflict of interest or ethics provisions in the state law and the Dallas City Code. (Amend. of 8-12-89, Prop. No. 1; Amend. of 8-12-89, Prop. No. 15; Amend. of 11-414, Prop. Nos. 2 and 9) XXXII Indemnity Page 14 EXHIBIT A ‘The selected Proposer agrees to defend, indemnify and hold the City, its officers, agents and employees, harmless against any and all claims, lawsuits, judgments, costs, and expenses for personal injury (including death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of ot be occasioned by the selected Proposer’s breach of any of the terms or provisions of the contract, or by any other negligent or strictly liable act or omission of the selected Proposer, its officers, agents, employees, or subcontractors, in the performance of the contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of the City, its officers, agents, or employees and in the event of joint and concurrent negligence or fault of the selected Proposer and City, responsibility, and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas, without waiving any governmental immunity available to the City under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and are not intended to create or grant any rights, contractual or otherwise, to any other person or entity. XXXIV. Wage Floor Rate Requirement 1. On November 10, 2015, the Dallas City Council passed Resolution 15-2141 which requires prime contractors, awarded general service contracts valued greater than $50,000, and first- tier subcontractors on the contract to pay their employees rendering services on the contract a wage floor of not less than $11.71 per hour. 2. Pursuant to Resolution 15-2141 the wage floor requirement for all general service contracts greater than $50,000 shall be effective immediately on all new contracts awarded after November 10, 2015. Contractors bidding/proposing on general service contracts shall take into consideration such wage floor requirements in their bid/proposal. The wage floor requirement for the City of Dallas’ general service contracts shall be derived from the most current Massachusetts Institute of Technology Living Wage publication and shall remain fixed for the term of the respective contract. The City reserves the right to audit such contracts for compliance with the wage floor requirement as mandated by Resolution 15- 2141. This requirement does not apply to construction contracts in which prevailing wage of employees is governed by the Davis-Bacon Act as defined in the Texas Local Government Code 2258, purchase of goods, procurements made with grant funds or procurements made through cooperative and/or inter-local agreements. 3. The purpose of this policy is to promote an acceptable wage floor for working families in the City of Dallas, increase the level of service delivered to the City through specific contracts and reduce tumover in such contracts thus maintaining a continuous and consistent level of service for vested parties. 4. The City Manager shall use the following definitions to administer the benefactors of the “wage floor” for purposes of the referenced resolution: * "City" means the City of Dallas, Texas. * "General Services Contract” means any agreement between the City and any other Person or business to provide general services through an awarded City contract Page 15 EXHIBIT A valued greater than $50,000. A General Services Contract for purposes of the Resolution does not include (i) a contract between the City and another governmental entity or public utility, (ii) a contract subject to federal or state laws or regulations that would preclude the application of the application of the wage floor, (iii) or a contract with all services under the contract performed outside of the City of Dallas. Subcontractor" means any Person or business that has entered into its own contract with a prime contractor to perform services, in whole or in part, as a result of an awarded City general © "Employee" means any person who performs work on a fillltime, part-time, temporary, or seasonal basis, including employees, temporary workers, contracted workers, contingent workers, and persons made available to work through services of a temporary services, staffing or employment agency or similar entity. XXXV. Wage Floor Reporting Requirements Contractors awarded City general services contracts as described in the wage floor rate requirement section of this specification shall be required to provide the buyer the residential zip code and respective number of employees directly impacted by the wage floor requirement ten days after Council approval and on January Ist. but not later than January 31st. for the term of the contract. The Contractor shall submit the report to the contract administrator during the established period. XXXVI Wage Floor Compliance Requirements Contractors submitting a response to a solicitation for general services must comply with the ‘wage floor requirement to be consider responsive. The City may request that Contractors, at any time during the pre- or post-award process, demonstrate compliance with the wage floor requirement. Contractors not compliant with the wage floor requirement will be deemed nonresponsive and will not be considered for award. Contractors awarded general service contracts must comply with the wage floor policy and reporting requirements for the term of the contract, failure to remain in compliance may result in breach of contract. XXXVIL. Selection Process The internal team will evaluate all proposals received in response to this RFCSP. After reviewing the proposal submissions, consultants may be selected for in-person interviews/oral presentations. From those presentations and possible interviews, the proposals will be re~ evaluated, and final determination will be made. The City of Dallas will pursue negotiations with the top ranked respondent with the goal of entering into a contract. XXXVIIL. Development Costs Neither City of Dallas nor its representatives shall be liable for any expenses incurred in connection with preparing a response to this RFCSP. Respondents are encouraged to prepare Page 16 EXHIBIT A their proposals simply and economically, providing a straightforward and concise description of, your firm’s ability to meet the requirements of the RFCSP. XXXIX. Contract Award Upon selection of a successful Proposer, the City and the Proposer will negotiate a final contract, based on the terms outlined in this RFCSP. A sample agreement, with the general terms for the final contract, is attached as Sample Contract for Services. By submitting a proposal, the Proposer agrees to be bound by these terms and conditions unless otherwise noted in the Submittal. The final contract is subject to City Council approval. XL. —_ Certificate of Interested Parties (Form 1295) All vendors recommended by City staff for a contract pursuant to this RFCSP will be required to comply with Section 2252.908 of the Texas Government Code. Each vendor shall complete Form 1295-Certificate of Interested Parties- for every contract for which they're recommended. Vendor will complete the form electronically at the Texas Ethics Commission website, https://www.eth tx.us/whatsnew/elf info m1295.htm , and submit a copy to the buyer before the contract information will be sent to the City Attomey’s Office to draft the contract. Once the terms of the contract are fully negotiated; the recommended vendor has signed the contract indicating agreement with the terms of the contract; and the Form 1295 is on file at the Texas Ethics Commission website with a copy provided to the buyer; the staff recommendation will be placed on a City Council agenda to award the contract. Page 17 EXHIBIT A. Addendum Tm) CITY OF DALLAS Business Development & Procurement Services wow bids dallascityhallom 1500 Marilla Sveet, Room 3FN Dallas, Texas 75201-6390 Addendum No. 1 (IFS, RFB, RFCSP, RFQ) Date: 4/7/20 Bid Number: BFZ20-00013216 Bid Title: Indirect Cost Rate Cost Allocation Plan Question - The insurance requirements are not provided in the RFP or among the standard forms. There is a form titled "STATEMENT OF INSURABILITY AND QUOTE” but it does not describe the City's requirements. Please advise, Answer — The Insurance Requirements document will be uploaded as part of this ‘Addendum, New Attach Insurance Requirements If there are any questions pertaining to this addendum, please contact Buyer: Buyer Name: William Lambert Phone Number: 214 671-9422 Email william.lambert(@dallascityhall.com Rev. 2-893 DostBDPS-FRNAIS EXHIBIT A Addendum uw (CITY OF DALLAS Business Development & Procurement Services www. bids dallascityhall org 11500 Marila Steet, Room 3FN Dallas, Texas 75201-6390 Addendum No. 2 (IFS, RFB, RFCSP, RFQ) Date: 4/13/20 Bid Number: BFZ20-00013216 Bid Title: Indirect Cost Rate Cost Allocation Plan New Attachment MWBE List If there are any questions pertaining to this addendum, please contact Buyer: Buyer Name: William Lambert Phone Number: 214 671-9422 (not currently available by phone, please email) Email william.lambert@dallascityhall.com Rey,2-81913, DoctBDPS-FRMGIIS EXHIBIT A EXHIBIT A EXHIBIT A EXHIBIT A == EXHIBIT A Addendum KD) CITY OF DALLAS Business Development & Procurement Services 1500 Maritla Street, Room 3FN Dallas, Texas 75201-6390 Addendum No. 3 (IFS, RFB, RFCSP, RFQ) Date: 4/22/20 Bid Number: BFZ20-00013216 Bid Title: Indirect Cost Rate Cost Allocation Plan Attachments. Questions and Answers Updated General Terms and Conditions Sample Contract If there are any questions pertaining to this addendum, please contact Buyer: Buyer Name: William Lambert Phone Number: 214 671-9422 (not currently available by phone, plea Email william.lambert@dallascityhall.com a

You might also like