HomeMy WebLinkAboutCity of Diamond Bar ELM Project Managment RFP-FinalCity of Diamond Bar Enterprise Land Management System
Project Implementation Services
1
CITY OF DIAMOND BAR
REQUEST FOR PROPOSALS
Professional Services to Assist with the Implementation of the Tyler
EnerGov Enterprise Land Management System
Proposal Release Date:03/27/2023
Vendor Questions Due:4/03/2023 by 11:00 AM PST
Proposal Due Date: 04/10/2023 by 11:00AM PST
RFP Delivery:Planet Bids Posting
ttps://pbsystem.planetbids.com/portal/39500/bo/bo-
detail/103702
To:
Alfredo Estevez
Information Systems Administrator
aestevez@diamondbarca.gov
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
2
TABLE OF CONTENTS
PART I .............................................................................................................................................3
GENERAL INFORMATION AND PROJECT BACKGROUND .....................................3
1.INTRODUCTION .......................................................................................3
2.ORGANIZATION BACKGROUND ..........................................................3
3.PROJECT BACKGROUND .......................................................................3
4.POINTS OF CONTACT..............................................................................3
PART II ............................................................................................................................................4
SCOPE OF WORK ..............................................................................................................4
PART III ..........................................................................................................................................6
RFP SUBMITTAL GUIDELINES AND SCHEDULE ......................................................6
1.ADMINISTRATIVE REQUIREMENTS ...................................................6
2.LEGAL REQUIREMENTS.........................................................................6
3.GENERAL RESERVATIONS AND RIGHT TO REJECT ALL
PROPOSALS ...............................................................................................6
4.QUESTIONS ...............................................................................................7
PART IV ..........................................................................................................................................8
SELECTION CRITERIA ....................................................................................................8
1.OVERVIEW ................................................................................................8
PART V ...........................................................................................................................................9
SUBMISSION PROCEDURES AND FORMAT ...............................................................9
PART VI ........................................................................................................................................12
CITY’S STANDARD CONSULTANT SERVICES AGREEMENT ...............................12
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
3
PART I
GENERAL INFORMATION AND PROJECT BACKGROUND
1. INTRODUCTION
The City of Diamond Bar (“the City”) invites proposals from qualified vendors to
provide Professional Implementation Services administered through the Information
Systems department. The vendor will be tasked with the Project Management of a
successful implementation of the Tyler EnerGov Enterprise Land Management
System.
Prospective vendors are required to have experience implementing and maintaining
the CityView System by N. Harris Computer Corporation. Vendors are also required
to have experience implementing the Tyler EnerGov Land Management System.
2. ORGANIZATION BACKGROUND
The City is a general law city incorporated on April 18, 1989. It is governed by the city
council/city manager form of government. A five-member city council is elected by the
residents, and a mayor is elected annually by the council to serve a one-year term.
The city manager is appointed by the council to oversee the daily activities of the City.
3. PROJECT BACKGROUND
The City implemented the CityView system by N. Harris Computer Corporation in
2007. The City is planning to replace this system with the Tyler EnerGov system to
leverage the functionality of new technology in the market place.
The specific application areas are as follows:
Planning Applications and Development
Community Development Permitting
Community Development Inspections
Code Enforcement
Business Licenses
Public Works Permitting & Inspections
4. POINTS OF CONTACT
Vendors shall submit all questions regarding the RFP through the PlanetBids Posting at:
https://pbsystem.planetbids.com/portal/39500/bo/bo-detail/103702
For any questions not related to the RFP:
Alfredo Estevez, Information Systems Administrator: aestevez@diamondbarca.gov
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
4
PART II
SCOPE OF WORK
All work relating to this project will be performed at the direction of the City of
Diamond Bar Information Systems department. The successful vendor will work with
City Staff and Tyler Technologies (the software vendor) to implement the Tyler
EnerGov Land Management System. Successful Project Management of the
software implementation can be organized into 6 distinct phases:
Phase 1: Project Initiation
Establish project Goals and Deliverables
Define project Scope
Define Key Assumptions
Create project Schedule
Determine Major Milestones
Define Expected Outcomes
Prepare Data conversion plan and testing
Identify Potential Risks
Facilitate a kick off meeting with City Staff
Phase 2: Project Assignments
Assign Team members roles and responsibilities to drive the implementation
process
Develop Work Breakdown Structure
Create Communications Matrix
Phase 3: Program Monitoring and Controlling
Quality Assurance Testing
Performance Monitoring
Configuration Management
Acceptance Testing
Facilitate Project Change Orders
Phase 4: Training
Facilitate Subject Mater Expert Training
Facilitate General User Training
Phase 5: Installation and Integration of Software
Provide overall planning, coordination, and preparation for installation
Ensure that all Documentation for the installation has been provided
Ensuring that all other prerequisites have been fulfilled prior to the installation
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
5
Phase 6: Project Close & Transition
Compile all project artifacts and deliverables and provide to the City in an
Organized package
Create lessons learned documentation
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
6
PART III
RFP SUBMITTAL GUIDELINES AND SCHEDULE
1. ADMINISTRATIVE REQUIREMENTS
Interested Vendors must submit responses through the Planet Bids bid
management system. In order to be considered all completed bids must be
uploaded to Planet Bids by the due date.
The proposal shall be submitted on or before 11:00AM PST on April 10, 2023.
2. LEGAL REQUIREMENTS
The selected Vendor must comply with all Federal, State and Local laws and
regulations including obtaining a City Business License.
3. GENERAL RESERVATIONS AND RIGHT TO REJECT ALL PROPOSALS
The City reserves the right to reject any proposal received, to waive any
informality or irregularity in any proposal received, and to be the sole judge of the
merits of the respective proposals received.
The City reserves the right to reduce or revise elements of the service agreement
prior to the award of any agreement. Furthermore, the City reserves the right to
reject any or all proposals submitted; and no representation is made hereby that
any agreement will be awarded pursuant to this RFP, or otherwise.
If an inadequate number of proposals are received or the proposals received are
deemed non-responsive, not qualified or not cost effective, the City may, at its
sole discretion, reissue the RFP.
All costs incurred in the preparation of the proposal, in the submission of
additional information and/or any other aspect of a proposal prior to the award of a
written agreement will be borne by the Vendor.
The City shall only provide the staff assistance and documentation specifically
referred to herein and shall not be responsible for any other cost of obligation of
any kind which may be incurred by the proposing Vendor. All proposals submitted
to the City in response to this RFP shall become property of the City.
The City reserves the right to extend the submission deadline should this be in the
interest of the City and notify Vendors accordingly. Vendors have the right to
revise their proposals in the event that the deadline is extended.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
7
The City reserves the right to verify all information in the proposal.
The City reserves the right to require a demonstration of the functionality the
Vendor is proposing.
If the selection of the Vendor is based in part on the qualifications of specific key
individuals named in the proposal, the City must approve in advance any changes
in the key individuals or the percentage of time they spend on the project. The
City reserves the right to have the Vendor replace any project personnel for any
reason the City deems necessary.
4. PUBLIC RECORDS ACT
Responses to this Request for Proposals become the exclusive property of the
City, and are subject to the California Public Records Act. Those elements in each
proposal which are trade secrets, as defined in Civil Code section 3426.1(d), or
otherwise exempt by law from disclosure, and which are prominently marked as
"TRADE SECRET", "CONFIDENTIAL", or "PROPRIETARY," may not be subject
to disclosure. The City shall not in any way be liable or responsible for the
disclosure of any such records including, without limitation, those so marked if
disclosure is deemed to be required by law, or by an order of the Court. Proposers
which indiscriminately identify all, or most, of their proposal as exempt from
disclosure without justification may be deemed non-responsive.
In the event the City is required to defend an action on a Public Records Act
request for any of the contents of a proposal marked "confidential", "proprietary",
or "trade secret", the proposer agrees, upon submission of its proposal for City's
consideration, to defend and indemnify the City from all costs and expenses,
including attorney’s fees, in any action, or liability, arising under the Public
Records Act.
5. QUESTIONS
All questions concerning this RFP should be posted on the PlanetBids Posting:
https://pbsystem.planetbids.com/portal/39500/bo/bo-detail/103702
Written questions must be submitted on or before April 3, 2023 by 11:00AM PST.
The City appreciates your interest, time, and effort in responding to our request for
proposals.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
8
PART IV
SELECTION CRITERIA
1. OVERVIEW
The selection of the professional Services Provider will be performed on a
competitive basis and in accordance with the City’s Purchasing Ordinance, Section
3.24.070 of the Diamond Bar City Code:
https://library.municode.com/ca/diamond_bar/codes/code_of_ordinances?nodeId=CI
CO_TIT3REFI_CH3.24PU
The City will evaluate the proposals on the basis of the responsiveness to this
Request for Proposals, qualifications of the proposer(s), and proposed timelines and
costs, in no particular order or relative importance. At the discretion of the City,
consultants submitting proposals may be requested to partake in interviews, and
may make oral presentations, as part of the evaluation process.
In reviewing and evaluating the response to this RFP, the City’s evaluation team will
consider the following:
Responsiveness and comprehensiveness of the response to this RFP
Company background and experience (Minimum 10 years Project
Management Experience)
Demonstrated experience and qualifications of the proposed Project Manager
(Required to have experience implementing and maintaining the CityView
System by N. Harris Computer Corporation, also required to have experience
implementing the Tyler EnerGov Land Management System)
Reasonableness of the proposed fee
References (Must provide 5 References)
Ability to meet the City’s terms and conditions (See Part VI)
Previous Experience with the City of Diamond Bar
The criteria should not be construed so as to limit other considerations which may
become apparent during the review and selection process. This RFP does not
commit the City to enter into a contract. The City reserves the right to:
Establish a short list of proposers eligible for discussions after review of
written proposals.
Negotiate with any, all, or none of the proposers.
Solicit best and final offers from any or all proposers.
Accept a proposal other than the lowest offer.
Waive informalities and irregularities in proposals.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
9
PART V
SUBMISSION PROCEDURES AND FORMAT
Proposals shall be prepared simply and economically, providing a straightforward,
concise description of the Vendor’s capabilities to satisfy the requirements of this RFP.
Accuracy and Completeness
The Vendor’s proposal must set forth accurate and complete information as required in
this RFP. Unclear, incomplete, and/or inaccurate documentation may not be considered.
Misrepresentation of any information, functionality or facts may result in Vendor
disqualification or a finding of non-responsive by the City.
If the Vendor knowingly and willfully submits false performance or other data, the City
reserves the right to reject that proposal. If it is determined that an agreement was
awarded as a result of false performance or other data submitted in response to this
RFP, the City reserves the right to terminate the agreement, and seek other legal
remedies as allowed by law.
Unnecessarily elaborate or lengthy proposals or other presentations beyond those
needed to give a sufficient, clear response to all the RFP requirements are not desired
and may be found to be non-responsive.
The City reserves the right, at its sole discretion, to waive minor defects in any proposal
submitted by the Vendors.
Please use the following format to structure the RFP response. The response should
include each section detailed below in the order presented and must be separated by
tabs. The detail represents the items that are to be covered in each section of the
response. Failure to address all items will impact the evaluation and may classify the
response as non-responsive and preclude it from further consideration.
Qualifying proposals shall include the following:
1. Binding Transmittal Letter
Proposer must provide a cover letter (two pages maximum) signed by a party
authorized to contractually obligate the proposer (and respective team members)
to perform the commitments included in the proposal. The letter must also identify
the name, title, address, telephone number, and e-mail address of the individual(s)
responsible for such negotiations, if selected. Additionally, the cover letter should
discuss the proposer’s overall qualifications and ability to meet the scope of
services outlined in the RFP, name the individual proposed to serve as Project
Manager, and include a statement guaranteeing the validity of the Cost Proposal
for a period of 120 days beyond the bid opening. The letter shall also constitute
certification, under penalty of perjury, that the Consultant will meet all City rules and
regulations, and State and Federal nondiscrimination laws. An unsigned cover
letter, or a letter signed by a representative unauthorized to bind the consultant
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
10
may be rejected.
2. Technical Proposal
The Technical Proposal shall include the following components:
i. Introduction
In addition to the name, mailing address, telephone number of the firm, and
contact information for the firm’s authorized contact person (telephone and e-mail
address), provide an overview of the proposal demonstrating the understanding
of the project and the objectives for completing the tasks identified in the scope
of work.
ii. Qualifications
Provide a detailed account of the firm’s experience and qualifications,
including:
A description of the firm’s capabilities and experience managing similar
projects.
A description of the capabilities and experience of the proposed Project Manager
and all on-site support staff, including brief resumes of each that highlight
qualifications and abilities relevant to the project.
Identification of any subcontractors the proposer intends to employ in execution
of the project, including name, address, telephone number, and name of
contact person. Discuss the proposed subcontractor’s role and provide
information on subcontractors’ experience performing similar work. All
subcontractors are subject to the approval of the City.
3. Scope of Services
Proposal must provide detailed information that clearly demonstrates the ability of
the proposer to fully deliver the scope of services outlined in the RFP
4. Conflict of Interest
The Consultant shall disclose any financial, business or other relationships with the
City and County that may have an impact on the outcome of this contract. The
Consultant shall also list current clients who may have a financial interest in the
outcome of this contract.
5. Litigation
Indicate whether the proposer or any team member or any officers or principals
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
11
have been party to any lawsuit involving the performance of software change
management duties and provide a summary of the issues and status of the
lawsuits.
4. Cost Proposal
The Cost Proposal shall include the following components:
The firm’s full, itemized, not-to-exceed cost proposal for the duration of the
contract.
A list of any additional or optional service costs not included in the not-to-
exceed amount.
6. Agreement
A copy of the Agreement is enclosed. The proposal shall include a statement that
all terms and conditions of the Agreement including insurance requirements are
acceptable. (See Part VI)
7. References
A list of at least 5 references for similar work; including contact person, his or her
phone number and email address. (Appendix A)
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
12
PART VI
CITY’S STANDARD CONSULTANT SERVICES AGREEMENT
THIS AGREEMENT (the "Agreement") is made as of , 20XX by and
between the City of Diamond Bar, a municipal corporation ("City") and ___________, a
[Insert the type of entity of the Consultant, e.g., Inc., a California corporation; a
California general partnership; a California limited liability company; a sole
proprietor; etc.] ("Consultant").
1. Consultant's Services.
Subject to the terms and conditions set forth in this Agreement Consultant shall
provide to the reasonable satisfaction of the City the Project Management services set forth
in the attached Exhibit "A", which is incorporated herein by this reference. As a material
inducement to the City to enter into this Agreement, Consultant represents and warrants
that it has thoroughly investigated the work and fully understands the difficulties and
restrictions in performing the work. Consultant represents that it is fully qualified to perform
such consulting services by virtue of its experience and the training, education and
expertise of its principals and employees.
[Insert Name and Position] ____________(herein referred to as the “City’s Project
Manager”), shall be the person to whom the Consultant will report for the performance of
services hereunder. It is understood that Consultant shall coordinate its services
hereunder with the City’s Project Manager to the extent required by the City’s Project
Manager, and that all performances required hereunder by Consultant shall be performed
to the satisfaction of the City’s Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect ___________, 20XX,
and shall continue until ("Term"), unless earlier terminated pursuant to the
provisions herein.
3. Compensation. City agrees to compensate Consultant for each service
which Consultant performs to the satisfaction of City in compliance with the scope of
services set forth in Exhibit "A". Payment will be made only after submission of proper
invoices in the form specified by City. Total payment to Consultant pursuant to this
Agreement shall not exceed [Spell out dollar amount] ($ ) without the prior written
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
13
consent of the City. The above not to exceed amount shall include all costs, including, but
not limited to, all clerical, administrative, overhead, telephone, travel and all related
expenses.
4. Payment.
A. As scheduled services are completed, Consultant shall submit to City an
invoice for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
B. All such invoices shall state the basis for the amount invoiced, including
services completed, the number of hours spent and any extra work performed.
C. City will pay Consultant the amount invoiced the City will pay Consultant the
amount properly invoiced within 35 days of receipt, but may withhold 30% of any invoice
until all work is completed, which sum shall be paid within 35 days of completion of the
work and receipt of all deliverables.
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such
extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement. The
amendment shall set forth the changes of work, extension of time, if any, and adjustment
of the fee to be paid by City to Consultant.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement
shall control.
7. Status as Independent Contractor.
A. Consultant is, and shall at all times remain as to City, a wholly independent
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
14
contractor. Consultant shall have no power to incur any debt, obligation, or liability on
behalf of City or otherwise act on behalf of City as an agent, except as specifically provided
herein. Neither City nor any of its agents shall have control over the conduct of Consultant
or any of Consultant's employees, except as set forth in this Agreement. Consultant shall
not, at any time, or in any manner, represent that it or any of its agents or employees are
in any manner employees of City.
B. Consultant agrees to pay all required taxes on amounts paid to Consultant
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Consultant and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Consultant, then Consultant agrees to reimburse City for all costs,
including accounting and attorney's fees, arising out of such audit and any appeals relating
thereto.
C. Consultant shall fully comply with Workers' Compensation laws regarding
Consultant and Consultant's employees. Consultant further agrees to indemnify and hold
City harmless from any failure of Consultant to comply with applicable Worker's
Compensation laws.
D. Consultant shall, at Consultant’s sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Consultant under this Agreement any amount
due to City from Consultant as a result of Consultant's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Consultant’s failure to comply with this Section.
8. Standard of Performance. Consultant shall perform all work at the standard
of care and skill ordinarily exercised by members of the profession under similar conditions
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
15
and represents that it and any subcontractors it may engage, possess any and all licenses
which are required to perform the work contemplated by this Agreement and shall maintain
all appropriate licenses during the performance of the work.
9.Indemnification.
Consultant shall indemnify, defend with counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and
against all liability, loss, damage, expense, cost (including without limitation reasonable
attorneys' fees, expert fees and all other costs and fees of litigation) of every nature arising
out of or in connection with:
(1)Any and all claims under Workers’ Compensation Act and other employee
benefit acts with respect to Consultant’s employees or Consultant’s contractor’s
employees arising out of Consultant’s work under this Agreement; and
(2) Any and all claims arising out of Consultant's performance of work
hereunder or its failure to comply with any of its obligations contained in this
Agreement, regardless of City’s passive negligence, but excepting such loss or
damage which is caused by the sole active negligence or willful misconduct of the
City. Should City in its sole discretion find Consultant’s legal counsel unacceptable,
then Consultant shall reimburse the City its costs of defense, including without
limitation reasonable attorneys' fees, expert fees and all other costs and fees of
litigation. The Consultant shall promptly pay any final judgment rendered against
the Indemnitees. It is expressly understood and agreed that the foregoing
provisions are intended to be as broad and inclusive as is permitted by the law of
the State of California and will survive termination of this Agreement. Except for the
Indemnitees, this Agreement shall not be construed to extend to any third party
indemnification rights of any kind.
(3) The Consultant's obligations to indemnify, defend and hold harmless the
City shall survive termination of this Agreement.
10. Insurance.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
16
A. Consultant shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an insurance company authorized to do business in
the State of California and approved by the City the following insurance:
(1) a policy or policies of broad-form comprehensive general liability
insurance written on an occurrence basis with minimum limits of $1,000,000.00
combined single limit coverage against any injury, death, loss or damage as a result
of wrongful or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non-owned and hired automobiles, with minimum combined single limits
coverage of $1,000,000.00; and
(4) Worker's Compensation insurance when required by law, with a minimum
limit of $500,000.00 or the amount required by law, whichever is greater. [Note:
Does not apply to a sole proprietor, i.e., a Consultant with no employees but
can leave in as it states "when required by law."]
B. The City, its officers, employees, agents, and volunteers shall be named as
additional insureds on the policies as to comprehensive general liability, property damage,
and automotive liability. The policies as to comprehensive general liability, property
damage, and automobile liability shall provide that they are primary, and that any insurance
maintained by the City shall be excess insurance only
C. All insurance policies shall provide that the insurance coverage shall not be
non-renewed, canceled, reduced, or otherwise modified (except through the addition of
additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City at least ten (10) days prior written notice thereof. Consultant agrees that it will
not cancel, reduce or otherwise modify the insurance coverage and in the event of any of
the same by the insurer to immediately notify the City.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
17
D. All policies of insurance shall cover the obligations of Consultant pursuant to
the terms of this Agreement and shall be issued by an insurance company which is
authorized to do business in the State of California or which is approved in writing by the
City; and shall be placed have a current A.M. Best's rating of no less than A-, VII.
E. Consultant shall submit to City (1) insurance certificates indicating
compliance with the minimum insurance requirements above, and (2) insurance policy
endorsements or a copy of the insurance policy evidencing the additional insured
requirements in this Agreement, in a form acceptable to the City.
F. Self-Insured Retention/Deductibles. All policies required by this Agreement
shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or
deductible of the policy in lieu of the Consultant (as the named insured) should Consultant
fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall
be subject to the approval of the City. Consultant understands and agrees that satisfaction
of this requirement is an express condition precedent to the effectiveness of this
Agreement. Failure by Consultant as primary insured to pay its SIR or deductible
constitutes a material breach of this Agreement. Should City pay the SIR or deductible on
Consultant’s due to such failure in order to secure defense and indemnification as an
additional insured under the policy, City may include such amounts as damages in any
action against Consultant for breach of this Agreement in addition to any other damages
incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and
contribution it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Consultant fails to keep the insurance
required under this Agreement in full force and effect, City may take out the necessary
insurance and any premiums paid, plus 10% administrative overhead, shall be paid by
Consultant, which amounts may be deducted from any payments due Consultant.
I.Consultant shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor to
the City for review and approval. All insurance for subcontractors shall be subject to all of
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
18
the requirements stated herein.
11. Confidentiality. Consultant in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Consultant
covenants that all data, documents, discussion, or other information developed or received
by Consultant or provided for performance of this Agreement are deemed confidential and
shall not be disclosed by Consultant without written authorization by City. City shall grant
such authorization if disclosure is required by law. All City data shall be returned to City
upon the termination of this Agreement. Consultant's covenant under this section shall
survive the termination of this Agreement. Notwithstanding the foregoing, to the extent
Consultant prepares reports of a proprietary nature specifically for and in connection with
certain projects, the City shall not, except with Consultant's prior written consent, use the
same for other unrelated projects.
12. Ownership of Materials. Except as specifically provided in this Agreement,
all materials provided by Consultant in the performance of this Agreement shall be and
remain the property of City without restriction or limitation upon its use or dissemination by
City. Consultant may, however, make and retain such copies of said documents and
materials as Consultant may desire.
13.Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Consultant and its subcontractors shall maintain
reasonably full and complete books, documents, papers, accounting records, and other
information (collectively, the “records”) pertaining to the costs of and completion of services
performed under this Agreement. The City and any of their authorized representatives
shall have access to and the right to audit and reproduce any of Consultant's records
regarding the services provided under this Agreement. Consultant shall maintain all such
records for a period of at least three (3) years after termination or completion of this
Agreement. Consultant agrees to make available all such records for inspection or audit
at its offices during normal business hours and upon three (3) days' notice from the City,
and copies thereof shall be furnished if requested.
14. Conflict of Interest.
A. Consultant covenants that it presently has no interest and shall not acquire
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
19
any interest, direct or indirect, which may be affected by the services to be performed by
Consultant under this Agreement, or which would conflict in any manner with the
performance of its services hereunder. Consultant further covenants that, in performance
of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Consultant shall avoid the appearance of having any interest which would
conflict in any manner with the performance of its services pursuant to this Agreement.
B. Consultant covenants not to give or receive any compensation, monetary or
otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of
the performance of this Agreement. Consultant's covenant under this section shall survive
the termination of this Agreement.
15. Termination. The City may terminate this Agreement with or without cause
upon fifteen (15) days' written notice to Consultant. The effective date of termination shall
be upon the date specified in the notice of termination, or, in the event no date is specified,
upon the fifteenth (15th) day following delivery of the notice. In the event of such
termination, City agrees to pay Consultant for services satisfactorily rendered prior to the
effective date of termination. Immediately upon receiving written notice of termination,
Consultant shall discontinue performing services, unless the notice provides otherwise,
except those services reasonably necessary to effectuate the termination. The City shall
be not liable for any claim of lost profits.
16. Personnel/Designated Person. Consultant represents that it has, or will
secure at its own expense, all personnel required to perform the services under this
Agreement. All of the services required under this Agreement will be performed by
Consultant or under it supervision, and all personnel engaged in the work shall be qualified
to perform such services. Except as otherwise authorized by the City's Project Manager,
shall be the person who primarily performs the work provided under this Agreement.
Except as provided in this Agreement, Consultant reserves the right to determine the
assignment of its own employees to the performance of Consultant's services under this
Agreement, but City reserves the right in its sole discretion to require Consultant to exclude
any employee from performing services on City's premises.
17. Non-Discrimination and Equal Employment Opportunity.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
20
A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this
Agreement, and will comply with all rules and regulations of City relating thereto. Such
nondiscrimination shall include but not be limited to the following: employment, upgrading,
demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
B. Consultant will, in all solicitations or advertisements for employees placed by
or on behalf of Consultant state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental
handicap, medical condition, or sexual orientation.
C. Consultant will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
18. Reserved
19. Time Is of the Essence. Time is of the essence in this Agreement.
Consultant shall do all things necessary and incidental to the prosecution of Consultant's
work.
20. Reserved
21. Delays and Extensions of Time. Consultant's sole remedy for delays
outside its control shall be an extension of time. No matter what the cause of the delay,
Consultant must document any delay and request an extension of time in writing at the
time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Consultant’s control. If Consultant believes that delays caused
by the City will cause it to incur additional costs, it must specify, in writing, why the delay
has caused additional costs to be incurred and the exact amount of such cost within 10
days of the time the delay occurs. No additional costs can be paid that exceed the not to
exceed amount absent a written amendment to this Agreement. In no event shall the
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
21
Consultant be entitled to any claim for lost profits due to any delay, whether caused by the
City or due to some other cause.
22. Assignment. Consultant shall not assign or transfer any interest in this
Agreement nor the performance of any of Consultant's obligations hereunder, without the
prior written consent of City, and any attempt by Consultant to so assign this Agreement
or any rights, duties, or obligations arising hereunder shall be void and of no effect.
23. Compliance with Laws. Consultant shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
24. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or prejudice
any right or remedy available to City with regard to such breach or default.
25. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions
of this Agreement, the prevailing party in such action or proceeding shall be entitled to
recover its costs of suit, including reasonable attorney's fees and costs, including costs of
expert witnesses and consultants.
26. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses
thereof shall be borne equally by the parties hereto. The parties agree to utilize their good
faith efforts to resolve any such dispute or controversy so submitted to mediation. It is
specifically understood and agreed by the parties hereto that mutual good faith efforts to
resolve the same any dispute or controversy as provided herein, shall be a condition
precedent to the institution of any action or proceeding, whether at law or in equity with
respect to any such dispute or controversy.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
22
27. Notices. Any notices, bills, invoices, or reports required by this Agreement
shall be deemed received on (a) the day of delivery if delivered by hand during regular
business hours or by facsimile before or during regular business hours; or (b) on the third
business day following deposit in the United States mail, postage prepaid, to the addresses
heretofore set forth in the Agreement, or to such other addresses as the parties may, from
time to time, designate in writing pursuant to the provisions of this section.
“CONSULTANT” “CITY”
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: Attn.: _______________
Phone: Phone:
E-Mail: E-mail:
28. Governing Law. This Agreement shall be interpreted, construed and
enforced in accordance with the laws of the State of California. The venue for any action
brought under this Agreement shall be in Los Angeles County.
29. Counterparts. This Agreement may be executed in any number of
counterparts, each of which shall be deemed to be the original, and all of which together
shall constitute one and the same instrument.
30. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Consultant
and City. This Agreement supersedes all prior oral or written negotiations, representations
or agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized
to do so under the City's Purchasing Ordinance.
IN WITNESS of this Agreement, the parties have executed this Agreement as of the
date first written above.
City of Diamond Bar Enterprise Land Management System
Project Implementation Services
23
"Consultant" "City"
[Insert Full Name of Consultant] CITY OF DIAMOND BAR
By: ______ By: ____
Printed Name: [Insert Name of Person authorized to
Title: sign, i.e., City Manager or Mayor
By: ATTEST:
Printed Name:
Title:
[Name], City Clerk
Approved as to form:
By:____
[Name] City Attorney
*NOTE: If Consultant is a corporation, the City requires the following
signature(s):
-- (1) the Chairman of the Board, the President or a Vice-President, AND (2)
the Secretary, the Chief Financial Officer, the Treasurer, an Assistant
Secretary or an Assistant Treasurer. If only one corporate officer exists or
one corporate officer holds more than one corporate office, please so
indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this
Agreement. A copy of the corporate resolution, certified by the Secretary close in time to
the execution of the Agreement, must be provided to the City.