• No results found

CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM

N/A
N/A
Protected

Academic year: 2021

Share "CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM"

Copied!
62
0
0

Loading.... (view fulltext now)

Full text

(1)

August 9, 2012

REQUEST FOR PROPOSALS

FOR

CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM

RESPONSES DUE: 4:00 P.M. Pacific Time August 30, 2012 DELIVERY ADDRESS: Port of Long Beach

Customer Relationship Management System Attention: Daniel Lee

Information Management Division

Port of Long Beach Administration Building 925 Harbor Plaza

Long Beach, CA 90802 MAILING ADDRESS: Port of Long Beach

Customer Relationship Management System Attention: Daniel Lee

Information Management Division P.O. Box 570

(2)

TABLE OF CONTENTS

Table of Contents

1. INTRODUCTION ... 1

1.1 OBJECTIVES ... 1

1.2 SUMMARY OF SERVICES TO BE PROVIDED ... 2

1.3 SCHEDULE OF EVENTS ... 3

1.4 GENERAL INFORMATION ... 4

2. BACKGROUND ... 6

2.1 THE PORT OF LONG BEACH ... 6

2.2 CUSTOMER RELATIONSHIP MANAGEMENT SYSTEM ... 6

2.3 PROJECT GOALS AND OBJECTIVES ... 7

3. SCOPE OF PROJECT ... 7

4. SERVICES TO BE PROVIDED ... 10

5. METHOD OF SELECTION ... 12

6. INFORMATION REQUIRED FROM PROPOSERS ... 13

7. CONCLUSION ... 17

APPENDIX I - INSTRUCTIONS TO PROPOSERS ... 18

APPENDIX II – SAMPLE CONTRACT ... 22

APPENDIX III - SAMPLE LETTER OF TRANSMITTAL ... 28

APPENDIX IV - INSURANCE REQUIREMENTS ... 29

APPENDIX V - INSURANCE ENDORSEMENT FORMS ... 33

APPENDIX VI - CONTRACTOR CERTIFICATION FORM ... 38

APPENDIX VII - SMALL BUSINESS ENTERPRISES (SBE)/VERY SMALL BUSINESS ENTERPRISES (VSBE) PROGRAM ... 39

APPENDIX VIII - SBE COMMITMENT PLAN (SBE-2P) ... 40

APPENDIX IX - LAS ORACLE APPLICATION SCREENSHOT ... 41

APPENDIX X - RISK ORACLE APPLICATION SCREENSHOT ... 47

(3)

1. INTRODUCTION

The City of Long Beach Harbor Department (“Port of Long Beach” or “ Port”) is soliciting written proposals from suitably qualified organizations (“Proposers”) to provide support for the implementation of a Customer Relationship Management (CRM) System.

The Port is most interested in a fully integrated response, providing all necessary expertise and services to complete technology related project(s). The services requested should include but not be limited to the following capabilities in accordance with the instructions and requirements set out in this Request for Proposal (“RFP”):

Implement Microsoft Dynamics CRM 2011 for the Ports enterprise CRM system. Develop a single database of Port tenants and customers which will be used by multiple divisions (e.g. Communications, Real Estate, Risk Management, Trade Relations, Maintenance, Finance, Government Affairs, and Engineering).

Integrate with other Port enterprise applications such as Microsoft Outlook, finance system (Microsoft Dynamics AX), and damage reporting system (ASP .Net web application).

Design and configure a system to effectively manage accounts and customer contact information.

Design and configure a system to effectively manage customer issues. Design and configure a system to create and conduct marketing campaigns.

Design and configure a system to create and manage mass communications (e.g. mass mailing, mass emailing).

Ability to synchronize contact information with mobile devices (e.g. Blackberry). Extend the Contracts entity to manage Real Estate‟s lease documents.

Extend the Contracts entity to manage Risk Managements insurance requirements and insurance policy tracking.

Extend the Contracts entity to manage Environmental Planning‟s Harbor Development Permits (HDP).

Design and configure a system to generate pre-defined and ad-hoc reports.

Proposers should include the estimated cost of services and any additional software required to implement the proposed system effectively. It should be assumed that core software components have already been obtained by the Port.

Under the terms of this RFP, Proposers will not be asked to provide any computers or related hardware to the Port. As part of the project, Proposers will be required to specify the necessary hardware/software to complete the task for direct acquisition by the Port through the Port‟s regular procurement processes.

1.1 Objectives

The Port is seeking proposals to implement a Customer Relational Management (CRM) System. The system is intended to:

(4)

Provide a single database with Port of Long Beach customer information Used by multiple divisions such as Communications, Trade, Real Estate, Risk Management, Government Affair, Environmental Planning, and Executives.

Extend existing entities or create custom entities to capture and manage user defined (division specific) customer information

Generate queries to extract customer information based on specific customer attributes

Develop and manage marketing campaigns Manage and track customer related issues

Able to integrate with other Port enterprise application (e.g. POLB invoice generating system, damage reporting system)

Extend existing entities or create custom entities to manage contracts, insurance policies, and harbor development permits

Generate reports and dashboards

The enterprise CRM system will not only create a single database to track POLB customer information, but also tools to manage the information. Not only will the customer information will be valuable to divisions such as Communication, Trade Relation, Real Estate, and

Government Affairs, but it will provide important contact information and issues tracking to be linked to other systems such as Lease Management, Risk Management, and HDP. The xRM framework will provide a robust framework to extend functionality for the implementation of a Lease Administration, System Risk Management, and HDP System.

1.2 Summary of Services to be Provided

The project will implement CRM throughout the Port. Proposers should provide all necessary services including: Design Development Implementation Configuration Testing Training

Support of the system for three years

The Port will directly acquire all necessary Microsoft software licenses; Intel based servers, storage systems, Microsoft operating system software, database software, desktop office software and other required equipment or software through existing procurement process. Proposers may specify such commodity items but may be restricted from supplying certain software.

Proposers should also specify any specialized, proprietary or specially configured software necessary for the operation of the system under their proposal. Proposers may choose to supply

(5)

the Port with such proprietary software. However, Proposers should note that technology solutions must meet Port standards.

As part of the services provided under the agreement, the successful Proposer is expected to ensure that any recommended software is fully compatible with the proposed system design. As an integral part of this project, the selected Proposer shall, in summary:

Specify any required application servers, software, or other items for separate procurement by the Port.

Develop necessary system design documents or artifacts for implementation. Create a prototype of the system on the Port‟s development environments, prior to live implementation.

Implement the system in a Pilot phase with a select group of users at the Port to test the system is working correctly in a satisfactory function and to make modifications as necessary.

Rollout the Production environment.

Provide necessary system and user documentation. Provide training to:

o System administrators

o Service desk staff

o End users

o Provide on-going support and maintenance for three years Please refer to Section 4 for detailed description of „Services to be Provided‟.

Proposers should assume they are to provide all services in conjunction with this RFP other than the provision of the hardware and software items described above. Port staff will specify the data formats and standards required for interfacing to existing in-house systems.

The Port wishes to enter into an agreement with a single legal entity for the purposes of this project. Where a number of organizations wish to combine their responses as a single proposal, a prime-sub consultant relationship should be proposed.

1.3 Schedule of Events

The following tentative schedule has been established for the selection process and is subject to change by the Port:

PROJECT MILESTONES DATE

(6)

Deadline for Question Submissions 08-16-2012 4:00pm Questions to be Posted on POLB website 08-24-2012

Proposal Due Date 08-30-2012

4:00pm

Finalists Notified 09-13-2012

Interviews and Demonstrations 09-24-2012 – 10-19-2012

Finalist Notified 10-31-2012

Award of Contract(s) by Board of Harbor Commissioners

TBD

1.4 General Information

This section outlines some of the most important aspects of this RFP. Detailed instructions for Proposers are provided at Appendix I. Proposers must ensure they comply with all of the conditions set out in Appendix I. Failure to comply with any of the conditions will be grounds for rejection of the proposal as non-responsive.

Proposals must comply with the format detailed in Section 6 of this RFP.

Proposals will be received in Long Beach, California, until 4:00 P.M. on Thursday, August 30, 2012. The postal address is:

Port of Long Beach

Customer Relationship Management Systems Attention: Daniel Lee

Information Management Division P.O. Box 570

Long Beach, CA 90801 The delivery address is:

Port of Long Beach

Customer Relationship Management Systems Attention: Daniel Lee

Information Management Division Port of Long Beach Admin Building 925 Harbor Plaza

(7)

Proposers must submit three (3) proposal documents (1 original and 2 copies) in sealed, clearly labeled envelopes. An electronic version of the proposal in PDF format must be submitted along with the paper version. Failure to meet the deadline will result in proposal disqualification without review.

Questions concerning the Port‟s SBE/VSBE Program should be directed to the SBE Program at sbeprogram@polb.com or (562) 283-7598.

All other inquiries or questions regarding this RFP should be directed to:

E-mail: Daniel.Lee@polb.com

Postal Address: Port of Long Beach

Customer Relationship Management Systems Attention: Daniel Lee

Information Management Division P.O. Box 570

Long Beach, CA 90801

Fax: (562) 283-7352

Questions will only be accepted in writing – either by letter or via e-mail. Questions via email are preferred. Questions will be accepted until 4:00 P.M. on August 16, 2012. Answers to all questions will be posted on August 24, 2011.

Any attempt to lobby members of the Board of Harbor Commissioners, City Council, or Port of Long Beach/City of Long Beach staff between the time a solicitation is release until the announcement of contract award may result in disqualification from the selection process.

(8)

2. BACKGROUND

This section provides Proposers with a brief background on the Port of Long Beach and the Information Management Division (“IM”).

2.1 The Port of Long Beach

The Port of Long Beach is one of the world‟s busiest seaports and is a leading gateway for U.S.-Asia trade. The Port is the 2nd busiest port in the United States and supports about 1.5 million jobs throughout the nation.

The Port is a department of the City of Long Beach (the Harbor Department) and governed by the Long Beach Board of Harbor Commissioners (Board). The five members of the Board are appointed by the Mayor of Long Beach and confirmed by the Long Beach City Council. The Port‟s Executive Director (Director) is appointed by the Board and is responsible for leading the Harbor Department, which has over 400 employees and an annual budget of nearly $1 billion. The Port moves about $150 billion in goods a year. The Port is a landlord port that develops and leases shipping terminals to tenants. Revenues are reinvested in new facilities and Port-related improvements. The Port is supported by its own revenues and does not rely on taxpayer funds to operate.

The Port‟s Information Management Division plays a central role in delivering hardware and software support that facilitates existing business processes, maintenance of business-critical systems, technology expertise and ensures that the Port‟s technology users consistently receive the highest level of customer service.

Additional information can be found on the Port‟s website (www.polb.com).

2.2 Customer Relationship Management System

In 2006, the Port of Long Beach developed an Information Management Business Plan (“IMBP”). The IMBP outlined a roadmap to modernize information management systems to support goals set out in the Port‟s Strategic Plan. In March 2007, the Port commenced implementation of the IMPB structured to be completed in three phases. The management of the IMBP program is supported by a Program Management Office (“PMO”) which provides assistance with the management and execution of each project.

In 2007, the Information Management Business Plan recommended a Port wide CRM project be slated to start in year 5 of the project. In 2009, Information Management completed a CRM project for Trade Relations and Communications and Community Relations, which was a limited implementation of Microsoft CRM 4.0. This project - Enterprise Customer Relationship Management (CRM) System, will expand on the goals and the scope of the initial CRM role out and implement an enterprise CRM system.

(9)

2.3 Project Goals and Objectives

The goal of implementing an enterprise CRM solution is to improve organizational efficiency, increase customer service and provide better community outreach by giving Port staff access to accurate data about tenant performance, industry participants, government officials, community leaders and vendors. Along with a reliable source of data, the CRM will also allow Port staff to be able to run campaigns, collaborate and perform business functions related to CRM such as

customer service and vendor management. CRM will also support the needs to business continuity by providing a single source for contacts. The enterprise CRM system will meet the needs for the entire Port rather than individual divisions (e.g. Trade and Communications) and be integrated with other systems and divisions.

The enterprise CRM system will benefit the Port, especially Trade, Communications, Government Affairs, Real Estate, and Risk Management divisions, with a single database of customer

information. A single system will allow for the centralized storage of contacts and issues, allowing for reduced effort of retrieving and tracking customer information. As a result, the enterprise CRM system will reduce duplicate effort, and reduce errors, allow for better and secure access of information, allow for better tracking of issues, and provide better reports for managing and tracking customer information.

3. SCOPE OF PROJECT

In response to this RFP, Proposers are asked to provide primarily services, and software where recommended, for the implementation of the CRM.

The scope of the system and services for the CRM encompass:

3.1 Implement a CRM system

The proposer will assist the Port in the design, installation, and configuration of

Microsoft Dynamics CRM 2011. The CRM will be an enterprise application that will be used by various divisions such as Communications, Trade Relations, Government Affairs, Real Estate, Risk Management, Maintenance, and Engineering Design. The installation and configuration of the system should include: upgrade our current environment of CRM 4.0, development environment, staging environment, and production environment. The production environment should also be designed and configured to be installed on an environment that allows for high availability. Currently the Port is configured with a clustered Microsoft SQL 2008 R2 environment and a private VMWare cloud.

3.2 Develop a single database of Port tenants and customers

The goal of the enterprise CRM system is improve organizational efficiency, increase customer service and provide better community outreach by giving Port staff access to accurate data about tenants, industry participants, government officials, community

(10)

leaders and vendors. Proposers will be responsible for identifying various sources of tenant and customer information and develop a single database with tenant and customer information. The system may also be required to have the ability to manually import mass contact information from time to time and reconcile with others systems (e.g. Microsoft Outlook, Excel Spreadsheet, and Access Database).

3.3 Integrate with other Port enterprise applications

The CRM system will need to integrate with other applications that also may store customer or tenant information. For example, the Ports current billing system is based on Microsoft Dynamics AX and contains tenant and customer contact information. These same tenants and customers are also stored in Real Estates (currently Oracle 10g) Lease Administration, Risk Managements Application (currently Oracle 10g), Damage Reporting System, and in the current CRM (Microsoft CRM 4.0) system. The goal will be to create a single database that can be utilized by the various applications.

3.4 Effectively manage tenant and customer contact information

The Proposer will design and implement a CRM system that will allow Port staff to effectively manage tenant and customer contact information. Currently, Port has a number of custom entities to tag various types of customers and contact types. These contact tags is an important method of categories characteristics of our various customers. The proposer will review the current entities and review with various stakeholders at the Port to determine other characteristics that may need to be captured.

3.5 Effectively manage tenant and customer issues

The Proposer will design and implement a CRM system that will allow Port staff to effectively manage tenant and customer issues. Issues should be limited to certain security groups.

3.6 Create and conduct communication campaigns

The Proposer will design and implement a CRM system that will allow Port staff to effectively create and conduct communication campaigns.

3.7 Create and manage mass communications

The Proposer will design and implement a CRM system that will allow Port staff to effectively create and conduct mass communication (e.g. mass mailing, mass emailing).

3.8 Ability to synchronize tenant and customer information with mobile devices (e.g.

(11)

The Proposer will be required to design and implement a solution for integrating tenant and customer information stored in the CRM system and integrates with mobile devices such as a blackberry or other mobile devices.

3.9 Migrate an existing Lease Management Application

Currently, the Real Estate division uses a legacy Oracle based system (Oracle 10g database, Oracle Forms 9.0) to manage lease information. The goal of the CRM project is to migrate the application to Microsoft CRM 2011 using the xRM framework. The current Oracle database contains approximately 700 active lease records and

approximately 35 tables to manage lease information. Please refer to Appendix IX – LAS

Oracle Application Screenshot, for detailed summary of the application.

3.10Migrate an existing Risk Management System

Currently, the Risk Management division uses a legacy Oracle based system (Oracle 10g database, Oracle Forms 9.0) to manage insurance requirements and polices. The goal of the CRM project is to migrate the application to Microsoft CRM 2011 using the xRM framework. The current Oracle database contains approximately 900 active contracts and approximately 35 tables to manage the insurance and policy information. Please refer to Appendix X – Risk Oracle Application Screenshot, for detailed summary of the application.

3.11Migrate an existing Harbor Development Permit System

Currently, the Environmental Planning division uses a legacy Oracle based system (Oracle 10g database, Oracle Forms 9.0) to manage harbor development permits. The goal of the CRM project is to migrate the application to Microsoft CRM 2011 using the xRM framework. The current Oracle database contains approximately 4000 active contracts and approximately 25 tables to manage permit information. Please refer to

Appendix XI – HDP Oracle Application Screenshot, for detailed summary of the

application.

3.12Development of reports

The Proposer will be responsible for designing and creating standard reports related to tenant and customer contact information, tenant and customer issues, exception reports,

performance metrics, and other ad-hoc types of reports. Reports should not only be fetch-based reports, but also complex reports such as drill-through reports or sub reports, and should include dashboards.

Additionally, the Proposer will be responsible for the following tasks: Project Management

(12)

Implementation, Installation, and Configuration Services Training and Documentation

Support Services (Local / Remote) Other Services

Proposals should address requirements outlined in Section 4 and should address the evaluation factors related to the solution, Section 5.

Proposers are free to suggest additional services as part of their response. 4. SERVICES TO BE PROVIDED

The following sections outline the required services. Proposers are free to suggest additional services as part of their response. This section also describes the information required from Proposers as part of their response.

A description of the implementation methodology and experience of using the methodology in implementing similar systems must be provided.

A detailed schedule for all proposed tasks should be provided, specifying the party or parties responsible for completion of each task.

Vendors selected for demonstration will be required to demonstrate their knowledge of the components of the CRM system. The scope and detail of the demonstration will be up to the Vendor to decide. Demonstrations that are more comprehensive and relevant to our proposed configuration will have a competitive advantage.

4.1 Project Management

Proposals should include a detailed outline of how your activities will be coordinated with the Port‟s Information Management Division. In cases where tasks/projects do not require IM staff support, a Progress Report every week and a monthly personal conference call with your Project Manager are expected. The recurring meeting schedule would likely increase during

implementation of critical tasks

A description of the implementation methodology and experience of using the methodology in implementing similar tasks/projects must also be provided. A range of methodologies would be preferred dependent on specific task objectives.

4.2 Analysis and Design Services

Analysis and design services will be critical to each task/project assigned as a result of this contract. The analysis would be expected to include problem identification, definitions for system components affected such as user interfaces, system interfaces, databases, processing

(13)

functions, and reports. The design should also include a final specification of required hardware (if applicable).

4.3 Implementation, Installation, and Configuration Services

Standardized consistent methodology should be outlined for Implementation, Installation and Configuration of each task/project assigned as part of this contract. The Proposer should be prepared to demonstrate their approach for each task/project initiated. The Port will require the successful Proposer to deliver complete implementation plans that include recovery in the event of failure, for each task/project that would have measurable effect on any Production resources.

4.4 Training and Documentation

The Port believes that effective training is critical in attaining its objectives related to the successful delivery and adoption of technology related projects. Where necessary, training should be proposed for:

Super User Staff (Application Specific) Network Systems Support Staff

Systems Group Support Staff Service Desk Support Staff

End Users directly affected by proposed implementation

The Port encourages a “Train the Trainers” methodology which would improve knowledge transfer and internal competency resulting in a more self-sustainable environment.

4.5 Support Services (Local / Remote)

Propose all on-going applications support that you are able to provide. Describe the types of applications support you offer (e.g., on-site, telephone, web based), hours of availability, guaranteed response, problem resolution times, location of personnel and escalation

procedures. Detail the proposed response to major system failures and after hours support. Comprehensive support should be proposed for the duration of the contract or outline a period at which Port staff may be expected to be able to take over some or all day to day support duties.

4.6 Other Services

Propose any additional services that may be considered necessary in support and management of the Port‟s Information Systems.

(14)

5. METHOD OF SELECTION

All proposals received as specified will be evaluated by the Port in accordance with criteria that are set out below. The evaluation process will have five steps:

1. Proposal will be reviewed to ensure compliance (formatting, content, etc); non-compliant proposals will be rejected.

2. Proposals will receive a technical evaluation by the identified selection committee. 3. Proposals will receive a commercial evaluation where cost proposals are considered. 4. Shortlisted Proposers will be selected for in-person interview and discussion of the

proposed services. Any necessary clarification will be sought at that time. Proposers are highly encouraged to have their intended project manager for these projects attend the interview. Proposers are advised that, due to the potential scope and extent of the services that may be required, the discussion may require more than a single meeting. During this process, shortlisted Proposers may be requested to update their proposal in line with any discussions that have occurred and present a “Best and Final” cost proposal based upon the updated technical proposal.

5. Following the interview and a review of any updated proposals, a recommendation will be made to the Board of Harbor Commissioners. Final selection of the Proposer and authorization of the agreement will be made solely by the Board of Harbor Commissioners. However, the Board reserves the right not to make an award, to make multiple awards, or to make a partial award.

5.1 Evaluation Criteria

The technical evaluation will consider the following factors: Vendor‟s Overall Qualifications, including:

- Financial stability

- Firm qualifications and experience

- Southern California area presence

- Depth of resources and variety of skill sets.

- Implementation methodology and experience managing similar systems and infrastructures

- Experience with the Port of Long Beach

- Experience with other departments in the City of Long Beach

- References

- Industry Partnerships

- Project organization

- Project personnel and staffing

(15)

- Demonstrated understanding of the Port's needs

- Quality of the staff proposed to provide IT services to the Port

- Quality, completeness, and responsiveness to RFP

- Reasonableness of costs, rates, fees, budget control

- Training and support capabilities Services to be Provided

- How well the proposed services meet or exceed the Port‟s RFP requirements, including:

 Ability to support and administer existing applications (off the shelf or custom)

 Range of services available

 Flexibility to meet changing demands in the future

 Collaboration Portal to encourage team interaction

 Training and knowledge transfer capabilities

Cost of services Proposed

- Reasonableness of costs, rates, fees, budget control including:

 Typical support scenario

 Emergency support

 Costs for modification of legacy software applications

 Costs for Database Administration

 Costs for developing custom reporting

 Training costs

 Additional proposed service costs

Appendix II contains a copy of the Port‟s standard agreement for Information Technology Projects and Services.

The evaluation is not binding on the Board of Harbor Commissioners who, at its absolute discretion and judgment, has the authority to make final decisions regarding this RFP.

6. INFORMATION REQUIRED FROM PROPOSERS

The Port is interested in proposals that illustrate an ability to develop, implement, configure, maintain, provide training, and support for a period of three years for a system that meets the needs of the Port. The Port will be impressed by concise, well-written explanations of proposed services and benefits. Lengthy narrative is discouraged. Proposals should clearly express the turnkey nature of the implementation.

Proposers should be aware that the specifications and requirements stated in this RFP are minimum requirements, and are encouraged to add software and services they feel will improve the overall CRM proposed.

(16)

Proposals should be submitted in 8 1/2" x 11" size, using a simple method of fastening. Proposals should be typed and need not be unnecessarily elaborate. Proposers may

additionally include any promotional material relating directly to their software products. We highly encourage Proposals to submit their proposals on recycled paper, double-sided. Proposals should comprise two separate documents:

1. A technical proposal 2. A cost proposal 6.1 Technical Proposal

The Technical Proposal should contain the following: 1. A letter of transmittal

2. Proposed services

3. Details of any additional required software 4. Qualifications, related experience and references 5. Staffing and project organization

6. Small/Very Small Business Enterprise Program Information (see Section 6.1.6) 7. Other supporting material

The requirements for each of these inclusions are detailed in the sections below. 6.1.1 Letter of Transmittal

The letter of transmittal should be addressed to the Board of Harbor Commissioners and must, at a minimum, contain the following:

 Identification of the offering organization, including name, address and telephone number

 Acknowledgement of receipt of RFP and RFP addenda, if any

 Name, title, address and telephone number of contact person during the period of proposal evaluation

 A statement to the effect that the proposal shall remain valid for a period of not less than one hundred and twenty (120) days from the proposal due date

 A statement certifying that there is no known conflict of interest

 A Contractor Certification Form (Appendix VI), confirming that the Proposer accepts the agreement terms and conditions detailed in Appendix II of this RFP.

 Signature of a person authorized to bind the offering organization to the terms of the proposal

 Must meet all of the requirements to conduct business in the City of Long Beach (COLB)

 Must be registered with the California Secretary of State A sample letter of transmittal is included in Appendix III.

(17)

6.1.2 Proposed Services to be Supplied

Provide all non-pricing information requested in Section 4 of this RFP.

This section must include a work plan detailing the proposed tasks and schedule for the services to be provided.

6.1.3 Details of any Additional Required Software

Identify additional software that will be necessary in order to complete the implementation of the system.

If your proposal is based on any assumptions other than those set forth in this RFP, state those assumptions explicitly in your proposal.

6.1.4 Qualifications, Related Experience and References

This section of the proposal should establish the ability of the Proposer to provide the range of required goods and services satisfactorily.

The section should include:

 A summary of your business activities

 Products and services offered by your organization

 Number of years providing those products and services

 Number of employees

 Size and composition of customer base

 Southern California area presence

 A list of all existing customers

 A list of contracts that were terminated early, with explanation as to the reason for early termination

 Annual Financial Statements for the past three years and the current fiscal year to date This information should also be provided for each sub-consultant that will provide goods and services under the agreement.

As part of their response to this section, Proposers must complete the Proposer Evaluation Form included at Appendix V.

Proposers, including any proposed sub-consultants, must be able to demonstrate that they have carried out the range of services required under this agreement for at least three years.

6.1.5 Staffing and Project Organization

Identify the key personnel proposed to perform the work on the project, and indicate major areas of subcontracted work, if any. Include an organization chart showing the roles of the

(18)

personnel, resumes of key personnel, and the time and duration that it is estimated that each will spend on the Port‟s work.

6.1.6 Staffing Small Business Enterprise (SBE)/Very Small Business Enterprise (VSBE)Program

The Port has established a Small Business Enterprises (SBE)/Very Small Business Enterprises (VSBE) Program to encourage small business participation on professional services contracts. Although SBE/VSBE participation goals were not assigned to this contract, the Port strongly encourages SBE/VSBE firms to respond to this solicitation as prime consultants.

If a proposer is an SBE/VSBE and/or contracts with an SBE or VSBE, the proposer should submit an SBE/VSBE Commitment Plan (POLB Form SBE-2P, Appendix VII) with his/her proposal.

All small businesses listed on POLB Form SBE-2P must be registered and SBE certified on the Port's online database and e-procurement system (The Network), to receive SBE credit. Eligible small businesses may apply for SBE certification through The Network. To register and/or obtain SBE certification, log on to www.thenetworkbidsystem.com. Registration on The Network is free to all businesses.

SBE eligibility is determined utilizing federal U.S. Small Business Administration (SBA) size standards, based on North American Industrial Classification System (NAICS) codes. To access the current table of small business size standards, log on to the NAICS website at www.naics.com and click on the “Small Business Size Standards” link at the top of the page. Examples of maximum gross annual revenue averaged over the past three years to qualify as an SBE: architects/engineers $4.5 million; landscape architects $7.0 million; environmental consultants $7.0 million; computer programming/design consultants $25 million.

VSBE eligibility is determined utilizing criteria consistent with the State of California‟s Department of General Services‟ “micro-business” designation: contractors, consultants, and vendors with gross annual receipts, averaged over the past three tax years, of $3.5 million or less, or small business manufacturers with 25 or fewer employees.

Additional information regarding the Port‟s SBE/VSBE Program, including an Online Entrepreneurial Resource Guide and Frequently Asked Questions (FAQs), can be found on the Port‟s SBE website at www.polb.com/sbe.

Questions concerning the Port‟s SBE/VSBE Program should be directed to the SBE Program at sbeprogram@polb.com or (562) 499-3472.

6.1.7 Insurance Requirements

Proposers should note that the selected Proposer shall comply with the various insurance requirements as described in Appendix IV. Proposers may be required to undergo a financial

(19)

review if they have certain self-insured retention, deductible levels and / or are performing high-risk work and that copies of audited financial statements may be required.

6.1.8 Other Supporting Material

Information considered by the Proposer to be pertinent to this project, and which has not been specifically solicited in any of the aforementioned sections, may be provided to support the proposal. Proposers are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous material; supporting material should be relevant and brief.

6.2 Cost Proposal

Proposers should provide an itemized list for all software products to be provided listing the quantity, unit price and extended price.

In addition, the cost proposal should provide pricing in the formats set forth in Appendix V, which contains the following schedules:

 Services Cost Schedule

 Software Cost Schedule

 Cost Summary Schedule

Notes should be used to explain or qualify any of the prices quoted in the software lists or schedules.

The cost proposal should be in a separately sealed envelope and clearly marked as such.

7. CONCLUSION

The Port of Long Beach Information Management Division is seeking a firm that is highly qualified technically while being agile enough to adapt quickly to changing environments. A strong understanding of Port business will enable seamless implementation of resources on as needed basis across the organization.

(20)

APPENDIX I - INSTRUCTIONS TO PROPOSERS

This appendix provides detailed instructions for the submission of responses to this RFP. Failure to comply with the conditions set forth in this Appendix will be grounds for rejection of a proposal.

1. REQUIRED REVIEW

The Proposer shall carefully review this RFP without delay for defects and questionable or objectionable matter. Proposer adherence to this process and timeframe will help prevent the opening of a defective proposal upon which award cannot be made, but would result in the exposure of Proposer's prices.

2. QUESTIONS RECEIVED PRIOR TO OPENING OF PROPOSALS

Any attempt to lobby members of the Board of Harbor Commissioners, City Council, or Port of Long Beach/City of Long Beach staff between the time of solicitation is released until the announcement of contract award, may result in disqualification from the selection process. Questions concerning the Port‟s SBE/VSBE Program should be directed to the SBE Program at sbeprogram@polb.com or (562) 283-7598.

All other inquiries or questions regarding this RFP should be directed as referenced in Section 1.4 of the RFP. All questions received prior to, and up to August 16, 2012, will be published on the Port‟s web site at www.polb.com (under Trade/Commerce –

Contractors/Vendors – RFQ/RFB) together with the Port's responses, to all organizations that have requested this RFP at the Port‟s website. Questions will not be accepted after 4:00 P.M. on September 16th 2011.

3. REVIEW OF PROJECT WORK

Before submitting a proposal, the Proposer shall consider the magnitude and character of the work to be done and the difficulties involved in its proper execution. Proposer should make the best effort in including in their proposal all costs necessary to cover all contingencies essential to the proper installation of all hardware, software or services proposed. Claims for compensation for extra work resulting from ignoring any of known conditions on the part of the Propose will not be considered.

4. PROPOSAL FORMAT

Proposals must follow the format detailed in the RFP. The RFP includes a number of forms which have been specially developed to facilitate efficient comparison of responses and must be included as part of the Proposer's response.

(21)

Proposers may regenerate the forms and schedules provided in this RFP for the purposes of their submission. However, Proposers are advised to be extremely careful not to make any mistakes because any material alteration to the format, content or intent of the forms and schedules may be grounds for disqualification of the proposal. Additionally, if any of the forms or schedules are regenerated, the labeling or heading of such pages must be as contained in this RFP.

Proposals must be signed by an individual authorized to bind the Proposer to its provisions.

5. CONFLICT OF INTEREST

Each proposal shall include a statement indicating whether or not the firm, any individual working under the agreement, or any sub-consultant has a possible conflict of interest (e.g. currently employed by the Port on another contract) and, if so, the nature of that conflict. The Port reserves the right to reject a proposal if any conflict disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the proposal to be developed by the Proposer. The Port's determination regarding any questions of conflict of interest shall be final.

6. PROPOSAL VALIDATION PERIOD

The proposal must remain valid for at least one hundred and twenty (120) days from the proposal due date. No Proposer may withdraw its proposal within this period.

7. MAILING ADDRESS AND DEADLINE FOR RECEIPT OF PROPOSALS

Proposals will be received in Long Beach, California, until 4:00 P.M. on August 30, 2011. The mailing address is:

Port of Long Beach

Customer Relationship Management System Attention: Daniel Lee

Information Management Division P.O. Box 570

Long Beach, CA 90801 The delivery address is:

Port of Long Beach

Customer Relationship Management System Attention: Daniel Lee

Information Management Division Port of Long Beach Admin Building 925 Harbor Plaza

(22)

Proposers must submit three (3) proposal documents (1 original and 2 copies) in sealed, clearly labeled envelopes (or boxes). Failure to meet the deadline will result in proposal disqualification without review.

8. PROPOSER AMENDMENTS TO PROPOSALS

Amendments or withdrawals of proposals shall only be allowed if received prior to the proposal due date. No amendments or withdrawals shall be accepted after the proposal due date for any reason unless offered in response to the Port's specific request.

9. NO PORT OBLIGATION

Receipt of proposals and responses to this RFP does not obligate the Port in any way. The right to accept or reject any or all proposals fully or in part shall be exercised solely by the Port. The Board of Harbor Commissioners is not obligated to select the lowest cost proposal or to select one of the Proposers recommended by Port staff.

10. THE PORT IS NOT RESPONSIBLE FOR PREPARATION COSTS

All costs incurred in the preparation, submission and/or presentation of a proposal responding to the RFP, including but not limited to, the Proposer's travel expenses to attend any pre-proposal conferences, oral presentations, long distance charges, and interview sessions, shall be the sole responsibility of the Proposer and will not be reimbursed by the Port.

The Port will not pay any costs incurred for proposal or agreement preparation as a result of termination of this RFP or termination of the agreement resulting from this RFP.

11. PROPOSAL PROCESSING

All proposals shall be opened in private. Inquiries concerning the status of the proposal evaluation process will not be accepted. Proposers will be notified via email of results.

12. PARTIAL PROPOSAL

The Port reserves the right to delete certain portions of a successful Proposer's proposal. If the Port exercises this option, such action shall not increase the successful Proposer's obligations for any remaining portion of their proposal.

The Port shall not extract any portion of a proposal that, in its reasonable judgment, materially affects the Proposer's ability to perform its obligations under the remainder of the proposal.

(23)

13. RIGHT TO USE IDEAS

All proposals and other material submitted become the property of the Port and may be returned only at the Port's option. The Port reserves the right to use any ideas presented in any response to the RFP. Selection or rejection of the proposal shall not affect this right.

14. PROFESSIONAL SERVICES AGREEMENT

A draft sample of the Agreement for Information Technology Products and Services that is expected to be executed with the successful consultant is attached as Appendix II. Please note that the proposed agreement contains many clauses which are standard in all agreements and not to be negotiable. If potential applicants cannot accept such terms and conditions, it is recommended to identify the exceptions in the proposal or the space provided of the Contractor Certification Form (Appendix VI).

(24)

APPENDIX II – SAMPLE CONTRACT

STANDARD TERMS AND CONDITIONS

CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND

NAME

STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP

TELEPHONE NO. FAX NO.

THIS CONTRACT is made and entered into, in duplicate, as of the date executed by the Executive Director of the Long Beach Harbor Department (“Executive Director”), by and between the CITY OF LONG BEACH, a municipal corporation, acting by and through its Board of Harbor Commissioners (“City”), pursuant to authority granted by said Board [by its Ordinance No. HD-1818] [at its meeting of ____________, 20**]; and [_______________________], a [_______________] corporation (“Consultant”).

1. This contract is made with reference to the following facts and objectives: 1.1 City[, from time to time,] has the need for [________________

________________________________________________________________].

1.2 Consultant represents that it has in its employ [licensed and] experienced personnel who are qualified to render these services.

1.3 City wishes to employ Consultant upon the following terms and conditions to render such services as City shall [from time to time] request.

2. Consultant shall provide, in accordance with generally accepted professional and technical standards currently in effect, such services [within the scope of work] as may be requested in writing [from time to time during the term of this contract] by City’s Director of Information Management (“Director”). The anticipated scope of work is set forth in the _______________ dated _______________, attached hereto as Exhibit “A” and incorporated by this reference.

3. The term of this contract shall [be deemed to have] commence[d] on _______________ and, subject to the provisions of paragraph ___, shall terminate on _______________.

4. In requesting the services of Consultant, the Director shall identify the project for which such services are requested and shall establish the maximum amount to be charged by Consultant on such project, the time limit within which Consultant is to complete the work, and the charge point to be used by Consultant in billing City. Consultant’s charges on any project shall not exceed the maximum amount so established without the express written approval of the Director.

5. Charges made by Consultant for such services shall be based on Consultant’s ____________________, attached hereto as Exhibit “___” and incorporated by this reference.

(25)

6. Consultant shall submit a separate statement not later than the tenth day of each month for [each project upon which] services [which] have been performed during the immediately preceding month, referring in each of the statements to the charge point for such project previously furnished by the Director and detailing the services performed and expenses, if any, incurred. All payments to Consultant shall be made by City in due course, not to exceed thirty (30) days, after approval of invoice by the Director.

7. Subject to the provisions of subparagraph 7.1, the total amount which shall be payable by City to Consultant for Consultant’s services during the term of this contract shall not exceed $_______________.

7.1 If, during the course of the described services, additional work beyond the scope of services described in Exhibit “A” is, in the opinion of the Director, required or desired, the Director may authorize such additional work by Consultant; provided the Director first receives written confirmation from the Harbor Department Risk Manager that no insurance is necessary for the additional work other than the insurance required by paragraph _____ of this contract, and provided further, total compensation to be paid hereunder, including compensation for such additional services, shall not exceed $[_______________].

8. All designs, sketches, drawings, specifications, data and other information, in whatever form or medium, compiled or prepared by Consultant in performing its services or furnished to Consultant by City shall be the property of City and City shall have the unrestricted right to use or disseminate same without payment of further compensation to Consultant[, provided that any future use of such material or work product by City for other than the specific purpose intended by this contract shall be at City’s sole risk and without liability to Consultant]. Copies of Consultant’s work product may be retained by Consultant for its own records.

9. City shall have the right to terminate this contract at any time upon ten (10) days’ written notice to Consultant. If the contract is so terminated prior to the expiration of the term, Consultant shall be paid for those charges which have accrued but not been paid through the effective date of termination. Consultant agrees to accept such amount, plus all amounts previously paid, as full payment and satisfaction of all obligations of City to Consultant.

10. Neither City nor any of its employees shall have any control over the conduct of Consultant, or employees of Consultant, except as herein set forth, and Consultant and employees of Consultant shall not, at any time or in any manner, represent that Consultant or employees of Consultant, or any of them, are the officers, agents, or employees of City. It is expressly understood and agreed that Consultant is, and shall at all times remain, as to City a wholly independent Proposer, and each party’s obligations to the other party are solely such as are set forth in this contract. Consultant shall be free to contract for similar services to be performed for others during this contract. Consultant acknowledges and agrees that: (i) City will not withhold taxes of any kind from Consultant’s compensation; (ii) City will not secure workers’ compensation or pay unemployment insurance to, for or on Consultant’s behalf; and (iii) City will not provide and Consultant is not entitled to any of the usual and customary rights, benefits or privileges of City employees.

11. Consultant agrees, subject to applicable laws, rules, and regulations, not to discriminate in the performance of this contract against any employee or applicant for employment on the basis of race, color, national origin, religion, sex, sexual orientation, gender identity, AIDS, HIV status, age, disability, handicap, or veteran status. Consultant shall ensure that applicants are employed and that employees are treated during employment without regard to any of these bases, including but not limited to employment, upgrading, demotion, transfer, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Consultant agrees to post in conspicuous places available to employees and applicants for

(26)

Consultant shall in all solicitations or advertisements for employees state that all qualified applicants will receive consideration for employment without regard to these bases. Compliance with the Americans with Disabilities Act of 1990 shall be the sole responsibility of Consultant, and Consultant shall defend and hold the City harmless from any expense or liability arising from Consultant’s non-compliance therewith.

12. Any notices to be given under this contract shall be given in writing. Such notices may be served by personal delivery, facsimile transmission or by first class regular mail, postage prepaid. Any such notice, when served by mail, shall be effective two (2) calendar days after the date of mailing of the same, and when served by facsimile transmission or personal delivery shall be effective upon receipt. For the purposes hereof, the address of City, and the proper person to receive any such notices on its behalf, is: Executive Director, Long Beach Harbor Department, P.O. Box 570, Long Beach, California 90801, FAX number (562) 901-1733; and the address and FAX number of Consultant as indicated above.

13. This contract contemplates the personal services of Consultant and its employees, and it is recognized by the parties hereto that a substantial inducement to City for entering into this contract was, and is, the professional reputation and competence of Consultant and its employees _______________]. Neither this contract nor any interest therein may be assigned by Consultant except upon the prior written consent of the Executive Director. Any attempted assignment or delegation without such consent shall be void, and any assignee or delegate shall acquire no right or interest by reason of such attempted assignment or delegation. Furthermore, Consultant shall not subcontract any portion of the performance contemplated and provided for hereunder without the prior written approval of the Director. Nothing herein shall prevent Consultant from employing or hiring as many employees as Consultant may deem necessary for the proper and efficient execution of this contract.

14. Consultant covenants that both itself, in its corporate capacity, and its principals presently have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this contract.

15. Consultant shall indemnify, hold, protect and save harmless the City of Long Beach, the Board of Harbor Commissioners, and their officials, commissioners, employees, and agents (“Indemnified Parties”) from and against any and all actions, suits, proceedings, claims, demands, damages, losses, liens, costs, expenses or liabilities, of any kind or nature whatsoever (“Claims”) which arise out of, pertain to, or relate to the negligence, recklessness or willful misconduct of Consultant, its officers, employees, subProposers or agents. Independent of the duty to indemnify and as a free-standing duty on the part of Consultant, Consultant shall defend the Indemnified Parties from and against any and all Claims which arise out of, pertain to, or relate to Consultant’s work under this contract, and Consultant shall continue the defense until such Claim is resolved, whether by settlement, judgment or otherwise. City shall notify Consultant of any such Claim, shall tender its defense to Consultant, and assist Consultant, as may be reasonably requested, in such defense. Consultant shall provide such defense immediately upon notification and tender to Consultant of a Claim. If a court of competent jurisdiction determines that a Claim was caused in part by Indemnified Parties, Consultant’s costs of indemnity and defense shall be reduced by the percentage of negligence, recklessness or willful misconduct attributed by the court to the Indemnified Parties. Payment of a Claim shall not be a condition precedent to an Indemnified Party’s right to indemnity, or to an Indemnified Party’s right to defense.

16. As a condition precedent to the effectiveness of the contract, the Consultant shall procure and maintain in full force and effect during the term of the contract, the following policies of insurance. (a) Commercial General Liability Insurance which affords coverage at least as broad as Insurance Services Office “occurrence” form CG 00 01 with minimum limits of $1,000,000 per occurrence, and if

(27)

contain no provisions or endorsements limiting coverage for (1) contractual liability; (2) independent Proposers; (3) third party action over claims; and (4) defense costs shall be excess limits.

(b) Automobile Liability Insurance with coverage at least as broad as Insurance Service Office Form CA 0001 covering “Any Auto” (Symbol 1) with minimum limits of $1,000,000 each accident.

(c) Workers’ Compensation Insurance, as required by the State of California and Employer’s Liability Insurance with a limit of not less than $1,000,000 per accident for bodily injury and disease.

(d) Professional Liability Insurance with minimum limits of $1,000,000. Covered Professional Services shall include all work to be performed under the contract and without any exclusions that may potentially affect the work to be performed under the contract.

Insurance policies will not be in compliance if they include any limiting endorsement that has not been approved in writing by City.

The policy or policies of insurance for Commercial General Liability, Automobile Liability, shall contain the following provisions or be endorsed to provide the following:

(1) The Indemnified Parties shall be additional insureds with regard to liability and defense of suits or claims arising out of the contract. Additional insured endorsements shall not:

i. Exclude contractual liability;

ii. Restrict coverage to the sole liability of Consultant; iii. Contain any other exclusion contrary to the contract.

(2) This insurance shall be primary and any other insurance, deductible, or self-insurance maintained by the Indemnified Parties shall not contribute with this primary insurance.

(3) The policy shall not be canceled or the coverage reduced until a thirty (30) day written notice of cancellation has been served upon the Executive Director of the Harbor Department except notice of ten (10) days shall be allowed for non-payment of premium.

The policy or policies of insurance for Workers’ Compensation shall be endorsed, as follows:

(1) A waiver of subrogation stating that the insurer waives all rights of subrogation against the Indemnified Parties.

(2) The policy or policies shall not be canceled or the coverage reduced until a thirty (30) days written notice of cancellation has been served upon the Executive Director of the Harbor except notice of ten (10) days shall be allowed for non-payment of premium.

The policy or policies of insurance required for Professional Liability shall be endorsed as follows: (1) The policy or policies shall not be canceled or the coverage reduced until a thirty (30) day written notice of cancellation has been served upon the Executive Director of the Harbor except notice of ten (10) days shall be allowed for non-payment of premium.

Any deductible or self-insured retention must be approved in writing by the Executive Director and shall protect the Indemnified Parties in the same manner and to the same extent as they would have been protected had the policy or policies not contained a deductible or self-insured retention.

(28)

Consultant shall deliver either certified copies of the required policies or endorsements on forms approved by the City (“evidence of insurance”) to the Executive Director for approval as to sufficiency and as to form. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the Executive Director. If such coverage is canceled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the Executive Director evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies.

The coverage provided shall apply to the obligations assumed by the Consultant under the indemnity provisions of this contract but this insurance provision in no way limits the indemnity provisions and the indemnity provisions in no way limit this insurance provision.

Consultant agrees to suspend and cease all operations hereunder during such period of time as the required insurance coverage is not in effect and evidence of insurance has not been approved by the City. City has the right to withhold all payments due Consultant until Consultant has complied fully with this insurance provision.

Each such policy shall be from a company or companies with a current A.M. Best’s rating of no less than A:VII and authorized to do business in the State of California, or otherwise allowed to place insurance through surplus line brokers under applicable provisions of the California Insurance Code or any federal law.

If coverage is written on a claims-made basis, the retroactive date on such insurance and all subsequent insurance shall coincide with or precede the effective date of the contract and continuous coverage shall be maintained or Consultant shall obtain and submit to City an extended reporting period endorsement of at least three (3) years from termination or expiration of this contract. Upon expiration or termination of coverage of required insurance, Consultant shall obtain and submit to City evidence of “tail” coverage or an extended reporting period endorsement of at least three (3) years from termination or expiration of this contract.

17. Consultant shall obtain and maintain any necessary licenses and permits required under Title 3 and Title 5 of the Long Beach Municipal Code. City may withhold any payment to Consultant until Consultant comes into compliance with such licensing and permitting requirements.

18. This contract shall be deemed made in the State of California and shall be governed by the laws of said State (except those provisions of California law dealing with conflicts of law), both as to interpretation and performance.

19. In the event of any conflict or ambiguity between this written agreement and any exhibit hereto, the provisions of this agreement shall govern.

20. If there is any legal proceeding between the parties to enforce or interpret this contract or to protect or establish any rights or remedies hereunder, the prevailing party shall be entitled to its costs and expenses, including reasonable attorneys’ fees.

21. This contract shall not be amended, nor any provision or breach hereof waived, except in writing signed by the parties which expressly refers to this contract.

22. This contract, including all exhibits, constitutes the entire understanding between the parties and supersedes all other agreements, oral or written, with respect to the subject matter herein.

(29)

[____________________________] __________________, 2010 By: ________________________ Name: _____________________________ Title: _____________________________ __________________, 2010 By: _____________________________ Name: _____________________________ Title: _____________________________ CONSULTANT

CITY OF LONG BEACH, a municipal corporation, acting by and through its Board of Harbor Commissioners

__________________, 2012 By: ____________________________

J. Christopher Lytle Executive Director

Long Beach Harbor Department CITY

The foregoing document is hereby approved as to form.

ROBERT E. SHANNON, City Attorney

__________________, 2012 By: ______________________________

(30)

APPENDIX III - SAMPLE LETTER OF TRANSMITTAL To the Board of Harbor Commissioners:

Re: RFP for a Customer Relationship Management System

Having examined the Request for Proposal (RFP), including the appendices, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to design, implement, configure, support, maintain, and provide training for the " Customer Relationship Management System " in full conformity with the said RFP.

We undertake, if invited by you to do so, to attend a clarification meeting, at our own expense and at a place of your choosing, for the purposes of reviewing our proposal.

The contact person at our organization for this solicitation is:

Name: ____________________________

Title: ____________________________

Telephone: ____________________________

E-mail: ____________________________

We agree to abide by this proposal for a period of one hundred and twenty (120) days from the proposal due date and it shall remain binding upon us until the expiration of that period.

We confirm to the best of our knowledge that neither our organization nor any person connected with our organization, or sub-consultants to our organization, has any conflict of interest arising from this RFP. We confirm our acceptance of the terms and conditions of agreement as set out in

Appendix II of the RFP. We understand that you are not bound to accept the lowest or any bid you may receive.

Dated this ___________________ day of ______________, 20_____.

__________________________________ ____________________________

(signature) (title)

Duly authorized to sign this proposal for and on behalf of:

____________________________________________________________________ (organization)

(31)

APPENDIX IV - INSURANCE REQUIREMENTS

PROFESSIONAL SERVICES - CUSTOMER RELATIONSHIP MANAGEMENT

As a condition precedent to the effectiveness of this contract, Consultant shall procure and maintain in full force and effect during the term of this contract the types and levels of insurance described below.

The required insurance and the documents provided as evidence thereof shall be in the name of Consultant as indicated on this contract.

If policies are written with aggregate limits, the aggregate limit shall be at least twice the occurrence limits or as specified below.

Commercial General Liability:

Commercial General Liability insurance shall be provided on Insurance Services Office (ISO) CGL Form No. CG 00 01 or the equivalent, including provisions for defense of additional insureds and defense costs in addition to limits.

Policy limits shall be no less than one million dollars ($1,000,000) per occurrence for all coverage provided and two million dollars ($2,000,000) general aggregate.

The policy shall not limit coverage for the additional insured to “ongoing operations” or in any way exclude coverage for completed operations.

Coverage shall be included on behalf of the insured for claims arising out of the actions of independent contractors.

The policy shall contain no provisions or endorsements limiting coverage for contractual liability or third party over action claims.

Defense costs shall be excess of limits.

The policy must include work performed “by or on behalf” of the Consultant.

Coverage shall apply on a primary non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any employee or agent of City.

Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Coverage shall not exclude contractual liability, restrict coverage to the sole liability of Consultant or contain any other exclusion contrary to this contract.

If this coverage is written on a claims-made basis, the retroactive date shall precede the effective date of this contract with the City.

(32)

The policy of insurance shall be endorsed as follows:

Additional Insured: The City of Long Beach, its Board of Harbor Commissioners, employees and agents shall be added as additional insured with regard to liability and defense of suits or claims arising from the operations and activities performed by or on behalf of the Named Insured using ISO Forms CG 20 10 (2004) and CG 20 37 (2004) or their equivalent.

Additional Insured endorsements shall not: 1) be limited to “on-going operations”, 2) exclude “Contractual Liability”, 3) restrict coverage to the sole liability of the contractor, or 4) contain any other exclusion contrary to this contract.

Cancellation: The policy shall not be cancelled or the coverage reduced by endorsement until a thirty (30) day written notice of cancellation has been served upon the Executive Director of the Harbor, except ten (10) days shall be allowed for non-payment of premium.

Business Automobile Insurance:

Automobile Liability Insurance shall be written on ISO Business Auto Coverage Form CA 00 01 or the equivalent, including symbol (1) (any Auto).

Limit shall be no less than five hundred thousand dollars ($500,000) combined single limit per accident.

Coverage shall apply on a primary non-contributing basis in relation to any other insurance or self-insurance, primary or excess, available to City or any employee or agent of City.

If Consultant does not own any vehicles, this requirement may be satisfied by a non-owned vehicle endorsement to the general and umbrella liability policies provided that a separate policy limit is provided for this coverage as required by this contract.

The policy of insurance required above shall be endorsed as follows:

Additional Insured: The City of Long Beach, its Board of Harbor Commissioners, employees and agents shall be added as additional insured with regard to liability and defense of suits or claims arising from the operations and activities performed by or on behalf of the Named Insured.

Additional Insured endorsements shall not: 1) be limited to “on-going operations”, 2) exclude “Contractual Liability”, 3) restrict coverage to the sole liability of the contractor, or 4) contain any other exclusion contrary to this contract.

Cancellation: The policy shall not be cancelled or the coverage reduced by endorsement until a thirty (30) day written notice of cancellation has been served upon the Executive Director of the Harbor, except ten (10) days shall be allowed for non-payment of premium.

Workers’ Compensation:

Workers’ Compensation Insurance, as required by the State of California, and Employer’s Liability Insurance with a limit of not less than one million dollars ($1,000,000) per accident for bodily injury

References

Related documents

The results show that the thickness of the Carboniferous-Permian resid- ual strata in Jiyang Depression is generally 200-800 m, with a maximum thickness of 900 m; the organic

One degree lower is prision mayor medium to reclusion temporal minimum.. Two degrees lower is prision correctional medium to prision

Auto Insurance Coverage Types Auto Insurance Coverage Types • Liability – Coverage for all sums the insured is legally obligated to pay due to an  accident

Commercial general and excess/ umbrella liability insurance, (including broad form contractual coverage) and automobile and excess/umbrella liability insurance written on an

It indicates the locations with a significant Local Moran statistic classified by type of spatial correlation: (a) high-high association (HH), a county with many biotech firms has

Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and

Primary Coverage: The Contractor’s Commercial General Liability Policy shall apply as primary insurance and any other insurance carried by the Architect or the Owner shall be

For any claims related to this contract, the Contractor’s insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the County, its