HomeMy WebLinkAbout05/04/2010, C 2 - UTILITY BILLING SOFTWARE SYSTEM UPGRADE � J
council MaagD. 5-4-10
j agcnaa REpont
CITY O F SAN LUIS O B I S P O
FROM: Bill Statler, Director of Finance &Information Technology
Jennifer Thompson, Revenue Supervisor
SUBJECT: UTILITY BILLING SOFTWARE SYSTEM UPGRADE
RECOMMENDATION
Approve the Request for Proposals (RFP) for the upgrade of the utility billing system and
authorize the City Manager to award the contract if within the project budget of$150,000.
DISCUSSION
Overview
Efficiency is always a high priority for the Utilities and Finance & Information Technology (IT)
Departments as staff continually seek new ways to reduce cost, streamline workflow processes,
improve customer service and ensure accuracy. One way to accomplish these priorities is to take
advantage of proven new technologies. The City has been well-served since 1999 by its current
utility billing system. However, since that time, there have been significant improvements in
utility billing technology. This upgrade is necessary to improve mission-critical, day-to-day
utility billing services to the community and ensure that these services are provided in an
efficient, reliable and cost effective manner.
In moving forward with this project, staff recommend that the Council approve the RFP for the
upgrade of the utility billing system and authorize the City Manager to award the contract if
within the project budget of$150,000, which was approved in the 2007-09 Financial Plan.
Background
The City's current utility billing system (ACS) was installed in 1999 to beat a "Y2K" deadline.
At the time, it was the most cost effective product that could be installed in a timely manner.
The system is functional but there are several areas that require extensive staff time and manual
intervention resulting in less efficient use of limited staff resources. ACS has also not kept pace
with increasing customer service demands and modern utility billing trends such as electronic bill
presentment and Automated Meter Reading (AMR) technology.
The current ACS system is maintained on an IBM platform and is thus the only technology
application in the City that uses IBM hardware and its related proprietary operating system
software. The City's operating system/data base standard is SQL server. Using non-standard
hardware and system operating software requires a unique skill set for the City's network
services staff charged with management of the platform, resulting in less efficient use of already
limited IT staff resources. Utilities and Finance & IT staff have conducted preliminary reviews
of utility billing software systems, including software features and capabilities, hardware
platforms and operating systems. Based on staff's preliminary reviews, there are a number of
utility billing systems to select from that would be compatible with the City's IT standards.
0, a- !
Utility Billing Software System Upgrade Page 2
The utility billing system upgrade was included in the 2007-09 Financial Plan, Capital
Improvement Plan (Appendix B, page 3-117). Although the City would normally have issued an
RFP much sooner, a number of key activities have been in process that would have made a
software upgrade difficult. These include initiating web based utility billing and staff turnover.
Now that these activities are complete, staff recommends that a formal RFP process occur so that
the City can be assured of keeping pace with current technology.
RFP and Proposal Evaluation Process
As set forth in the RFP, proposals will be evaluated by a review team composed of
representatives from Administration,Utilities and Finance& IT based on the following criteria:
1. Understanding of the work required by the City.
2. Quality, clarity and responsiveness of the proposal.
3. Demonstrated competence and professional qualifications necessary for successfully
performing the work required by the City.
4. Recent experience in successfully performing similar services.
5. Proposed approach in completing the work and ability to implement the replacement in a
timely manner.
6. References.
7. Background and related experience of the specific individuals to be assigned to this project.
8. Proposed compensation.
As reflected above, contract award will not be based solely on price, but on a combination of
factors as determined to be in the best interest of the City. After evaluating the proposals and
further discussing with the selected finalists, the City reserves the right to further negotiate the
proposed work and/or method and amount of compensation.
Project Schedule
The following summarizes the anticipated project schedule:
1. Issue RFP 05/05/10
2. Pre-proposal teleconference 05/25/10
3. Receive proposals 06/16/10
4. Evaluate proposals 07/14/10
5. Conduct finalist interviews and product demonstrations 08/02/10
6. Award contract 08/27/10
7. Begin implementation 10/01/10
8. Project completion 12/15/10
It is anticipated that the FoxPro Application Replacement will be completed before the Utility
Billing Software Upgrade implementation begins in order to avoid competing staff resources.
Utility Billing Software System Upgrade Page 3
CONCURRENCES
The Utilities Department concurs with this recommendation.
FISCAL IMPACT
As reflected in the 2007-09 Financial Plan, Capital Improvement Plan (Appendix B, page 3-117),
the cost estimate for upgrading the utility billing system is $150,000.
Pro'ect Funding by Source
Percent Cost
Water Fund 50% 75,000
Sewer Fund 50% 75,000
Total 100% $150,000
ALTERNATIVE
Do not upgrade the system. Given the importance of the utility billing system in supporting the
mission-critical billing and payment processing of utility bills, the ability of this upgrade to
increase productivity and improve customer service, we do not recommend this option.
ATTACHMENT
RFP for Utility Billing Software System Upgrade
\\chstore4\Team\UB System Upgrade\RFP CAR.doc
�a 3
City of macht�1en
�,,_,,, san tins oB�spo
990 Palm Street ■ San Luis Obispo,CA 93401
Notice Requesting Proposals for Utility Billing Software
UTILITY BILLING SOFTWARE
The City of San Luis Obispo is requesting sealed proposals for Utility Billing Software pursuant to
Specification No. 90863. All proposals must be received by the Finance Division by June 16, 2010 at
3:00 pm when they will be opened publicly in the City Hall Council Chambers, 990 Palm Street, San
Luis Obispo, CA 93401.
Proposals received after said time will not be considered. To guard against premature opening, each
proposal shall be submitted to the Finance Division in a sealed envelope plainly marked with the
proposal title, specification number, proposer name, and time and date of the proposal opening.
Proposals shall be submitted using the forms provided in the specification package.
A pre-proposal tele-conference will be held on May 25, 2010 to answer any questions that the
prospective proposers may have regarding the City's request for proposals.
Specification packages and additional information may be obtained by contacting Jennifer Thompson at
(805) 781-7129 or jthompso@slocity.org.
Ca-y
® The City of San Luis Obispo is committed to including disabled persons in all of our services,programs and activities.
Telecommunications Device for the Deaf(805)781-7410.
ATTACHMENT
Specification No. 90863
TABLE OF •
A. Description of Work 1
B. General Terms and Conditions 5
Proposal Requirements
Contract Award and Execution
Contract Performance
C. Special Terms and Conditions 10
Proposal Content
Proposal Evaluation and Selection
Proposal Review and Award Schedule
Alternative Proposals
Accuracy of Specifications
D. Agreement 13
E. Insurance Requirements 15
F. Proposal Submittal Forms 17
Proposal Submittal Summary
Required Functionality
References
Statement of Past Contract Disqualifications
(2C2 -S
�- ATTACHMENT
Section A
DESCRIPTION OF WORK
PURPOSE
The City of San Luis Obispo ("City") is requesting proposals from qualified vendors to upgrade its
Utility Billing ("UB") software and hardware. The proposed solution should accommodate all current
City UB processes and procedures. The selection and implementation of new UB software should also
be seen as an opportunity to improve City business functions, productivity and use new and future
technology.
BACKGROUND
The City is a community of approximately 44,000, situated on the Central Coast of California. It
provides a high quality and dependable potable water supply to its residents and businesses. The City
also provides wastewater collection (sewer) service and non-potable recycled water for landscape
purposes.
The Revenue Division of the Finance and Information Technology Department ("F&IT") performs the
billing for water and sewer accounts. It has three staff members dedicated entirely to Utility Billing
functions and three staff members that participate in Utility Billing activities part time. The City has
approximately 14,500 residential, commercial, landscape and fireline accounts.
The City has 22 separate meter reading and billing cycles. Meters are read four days per week and utility
bills are produced once per week, with each customer receiving one bill per month. The City has a 3-tier
billing structure for residential water customers and a 2-tier billing structure for commercial water
customers. Sewer charges are billed based upon water consumption with an average winter water use
("AWWU")cap for residential customers.
Meter reading, billing and shut offs for non-payment are accomplished on a master calendar that is
currently maintained outside of the billing system. Water meters are read manually and input into
handheld devices provided by a third party vendor, Radix. This data is then processed and transferred
into the UB system using software also provided by Radix.
Daily payment processing is accomplished through a variety of methods including online web payments,
automated clearing house ("ACH") payments, electronic receipt and posting of payments made through
online bill payment providers and scanning of remittance stubs received through the mail and over the
counter.
The City offers three special utility programs: Low Income Assistance, Water Conservation and the
Utility Billing Adjustment Committee(UBAC). The Low Income Assistance Program allows eligible
customers to receive a 15%reduction on their monthly utility bills for water and sewer charges and
provides one-time payment assistance to customers experiencing difficulty paying one month's utility
bill. The City Water Conservation Department provides services such as water audits and public
education. The Utility Billing Adjustment Committee assists water and sewer customers with billing
questions and concerns, and resolves any billing problems that may arise.
Currently the City uses IMB AS/400 running SIX v5 R2 as the platform for the UB software.
02
_1_
ATTACHMENT
SCOPE OF SERVICES
The City desires a UB software application that will meet current core functions and future needs of the
City and will integrate all aspects of utility services, including maintaining accounts, billing and
collection; interface to meter reading system, service order processing, payment interfaces and customer
web access. Additionally, the City desires to implement newer technologies and processes such as an
interface with Automated Meter Reading ("AMR"), improvements to reporting functions, the ability to
email bills and overall automation and streamlining of the utility billing process.
In addition to UB software, the City wishes to contract with a vendor who will lead the installation of the
new software and the conversion of current UB data to the new software. They should also be prepared
to train all key users and to extend technical support so long as the City contracts with the vendor.
At the end of this RFP the City will enter into a professional services agreement with the vendor that
provides the best value for the UB software, conversion, implementation, training and support and meets
all the specifications of this RFP.
REQUIRED FUNCTIONALITY
The Required Functionality Table included with the submittal forms in Section F describes current UB
system functionality and requirements along with functions that are not currently used but that the City is
interested in implementing. The table is organized in eight functional categories:
General: This includes information technology, user, support and interface requirements.
Customer, Account and Location Management: This includes the creation, maintenance and use of
customer accounts.
Rates and Fees Management: This includes the maintenance and application of all utility rates,
miscellaneous charges, fees and taxes.
Meter Reading and Inventory Management: This includes meter inventory, reading and consumption
requirements.
Billing Management: This includes the preparation, calculation,printing and mailing of bills.
Financial Management: This includes payments, adjustments,refunds, deposits and accounting entries.
Delinquency Management: This includes penalties and interest, payment plans, shut offs and
collections.
Service Order Management: This includes creating, completing and managing service orders.
Reporting: This includes standard and user created reports to query data.
HARDWARE AND SOFTWARE STANDARDS
The City will prefer solutions that comply with the following standards:
Server hardware—HP Servers.
Server operating system—Windows 2008 R2.
-2-
ATTACHMENT
Databases—Microsoft SQL.
Virtual Infrastructure—VMware vSphere 4.0 update 1.
Minimum workstation—Dell Optiplex 760(Windows XP Pro SP3,4 GB of RAM, Intel Q9550 CPU).
Networking— l OGb Ethernet Core with 1 Gb connections to the desktops.
Vehicle mounted laptops—Panasonic CF-19 or CF-30.
Mobile connection—Verizon Wireless EVDO Rev A.
Virtual Private Network(VPN)—Juniper SSL VPN appliance.
Printers—HP LaserJet.
Exceptions to the standards will be accepted and could be awarded to if there are compelling reasons. In
the response make note of any exceptions and give a brief explanation of why that exception was
decided.
RESPONSE AND PERFORMANCE REQUIREMENTS
The submitted proposal must address all categories and performance expectations within this RFP.
Before submitting a proposal, vendors shall examine the specifications in order to understand all existing
conditions and limitations. The vendor shall indicate in the proposal the total sum to cover the cost of all
items included in the RFP.
1. Executive Summary
Provide a concise overview describing the proposed approach to completing the work.
2. Description of Organization and Qualifications
Provide a description of the major business functions,history and structure of the organization. Include a
profile of the office location,staff and services that will be assigned to the City's account.
Specify the number of years the vendor has been in the public sector software business. Provide a brief
statement of the company's background demonstrating longevity and financial stability.
Describe internal performance metrics used to quantify key customer support responsiveness, such as
issues resolved on fust call or average time to reach issue resolution.
Provide the following background information on the proposed UB software: original development, date
of first release and date of most recent release.
3. Experience on Similar Projects
Provide summaries or brief descriptions of a minimum of three projects performed which are most
related to requirements of this project. Limit descriptions to those most relevant to this project and most
representative of the firm's capabilities. References must be for goods and services provided within the
last five years. Include the name of the client and a contact person, date of installation, software
installed, any installation issues and custom features or extensive report capabilities.
4. Detailed Description of Proposed Solution
Describe how the vendor will meet all of the functionality requirements listed in Section F. Indicate for
each of the requirements whether the software is fully compliant, requires a modification or is not
available.
Ca-�
-3-
ATTACHMENT
Provide a timeline with proposed dates beginning with contract execution and ending with full
implementation.
5. Software and Hardware Platform
Describe the software and hardware platform required and provide a brief explanation of any exceptions
to the City's standards.
6. Data Conversion
Describe how the vendor will convert current UB data into the new UB software. Conversion should
include two years historical consumption and financial data.
7. Implementation and Training
This proposal shall include a detailed schedule, identification of project manager, team members and key
personal with resumes attached for all personnel involved.
Provide an installation plan as part of this proposal. This plan shall be detailed enough so that the City
shall know every step of the installation process. Each task shall be broken out and described in detail.
Describe the approach and resources needed to implement the proposed software.
Provide user training approach that will properly prepare staff, supervisors and other personnel on the
day-today use of the application.
Provide training approach that will properly prepare City Network Services staff in the administration,
management and any planned and unplanned maintenance of the application.
If there are exceptions to the City's hardware and software standards then training of the City's Network
Services staff must include administration, management and planned and unplanned maintenance of the
components that are exceptions.
8. System Testing and Acceptance
The City cannot accept the software until it has validated that the vendor has met all requirements stated
in this RFP. The vendor shall provide all labor and supervision for the installation and testing.
The City, working with the vendor, shall develop acceptance procedures to ensure the software is
installed properly and accepted. All software provided shall be tested to confirm that it is compliant with
the current specification. All software is to be free from defects in design, material, workmanship and is
capable of sustained performance in the operating environment.
All of the software shall pass the tests described below and have the City declare that the objectives of
the tests have been met.
a. Free from operational defects.
b. Compliant with all specifications and requirements.
c. Delivered and accounted for; including all media, documentation, training and support
items.
Ca - 9
-4-
ATTACHMENT
9. Warranty and Post Implementation Support
The vendor must warranty timely response and remediation of technical problems. If there is a system
failure or other problems, the City needs to be assured that the vendor shall respond immediately to
correct problems so that the service is not disrupted in any way.
Describe all support resources available. The vendor should provide support that is capable of solving
any software-related problems during all City business hours.
Supply a copy of the maintenance agreement that is proposed.
Describe the software maintenance services,terms and dates.
10. Annual Maintenance and Upgrades
Provide the Annual Maintenance Fees.
It is expected that upgrades shall be available to allow the City to take advantage of improvements in
both software and hardware capabilities. The vendor shall provide regular upgrades to the software from
date of implementation. Describe the upgrade process.
11. Pricing
Provide detailed pricing of all costs to fully implement a successful operation of a UB system. Include
cost of software license fees, modification costs, implementation, training, hardware, add-on Yd party
software,annual maintenance, travel, data conversion and any other anticipated costs.
Cc�- /o
-5-
(J
ATTACHMENT
Section B
GENERAL TERMS AND CONDITIONS
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal shall meet
all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By
virtue of its proposal submittal, the proposer acknowledges agreement with and acceptance of all
provisions of the RFP specifications..
2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the
specifications and accompanied by any other required submittals or supplemental materials.
Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the
Department of Finance and Information Technology, City of San Luis Obispo, 990 Palm Street,
San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should
be clearly labeled with the proposal title, specification number, name of bidder, and date and
time of proposal opening. No FAX submittals will be accepted.
3. Insurance Certificate. Each proposal must include-a certificate of insurance showing:
a. The insurance carrier and its A.M. Best rating.
b. Scope of coverage and limits.
C. Deductibles and self-insured retention.
The purpose of this submittal is to generally assess the adequacy of the proposer's insurance
coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are
not required until contract award. The City's insurance requirements are detailed in Section E.
4. Proposal Quotes and Unit Price Extensions. The extensions of unit prices for the quantities
indicated and the lump sum prices quoted by the proposer must be entered in figures in the
spaces provided on the Proposal Submittal Form(s). Any lump sum proposals shall be stated in
figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the
total amount stated by any proposer for any item are not in agreement,the unit price alone will be
considered as representing the proposer's intention and the proposal total will be corrected to
conform to the specified unit price.
5. Proposal Withdrawal and Opening. A proposer may withdraw its proposal, without prejudice
prior to the time specified for the proposal opening, by submitting a written request to the
Director of Finance and Information Technology for its withdrawal, in which event the proposal
will be returned to the proposer unopened. No proposal received after the time specified or at
any place other than that stated in the "Notice Requesting Proposals" will be considered. All
proposals will be opened and declared publicly. Proposers or their representatives are invited to
be present at the opening of the proposals.
6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed
to make or file, or to be interested in more than one proposal, except an alternative proposal
when specifically requested; however, an individual or business entity that has submitted a sub-
proposal to a proposer submitting a proposal, or who has quoted prices on materials to such
proposer, is not thereby disqualified from submitting a sub-proposal or from quoting prices to
other proposers submitting proposals.
-6-
�. ATTACHMENT
7. Cooperative Purchasing. During the term of the contract, the successful proposer will extend
all terms and conditions to any other local governmental agencies upon their request. These
agencies will issue their own purchase orders, will directly receive goods or services at their
place of business and will be directly billed by the successful proposer.
8. Communications. All timely requests for information submitted in writing will receive a
written response from the City. Telephone communications with City staff are not encouraged,
but will be permitted. However, any such oral communication shall not be binding on the City.
CONTRACT AWARD AND EXECUTION
9. Proposal Retention and Award. The City reserves the right to retain all proposals for a period
of 60 days for examination and comparison. The City also reserves the right to waive
non-substantial irregularities in any proposal, to reject any or all proposals,to reject or delete one
part of a proposal and accept the other, except to the extent that proposals are qualified by
specific limitations. See the "special terms and conditions" in Section C of these specifications
for proposal evaluation and contract award criteria.
10. Competency and Responsibility of Bidder. The City reserves full discretion to determine the
competence and responsibility, professionally and/or financially, of bidders. Bidders will
provide, in a timely manner, all information that the City deems necessary to make such a
decision.
11. Contract Requirement. The bidder to whom award is made(Contractor) shall execute a written
contract with the City within ten (10) calendar days after notice of the award has been sent by
mail to it at the address given in its proposal. The contract shall be made in the form adopted by
the City and incorporated in these specifications.
12. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in Section E of these specifications within 10 (ten) calendar
days after notice of contract award as a precondition to contract execution.
13. Business Tax and License. The Contractor must have a valid City of San Luis Obispo business
tax and license certificate before execution of the contract. Additional information regarding the
City's business tax program may be obtained by calling(805) 781-7134.
CONTRACT PERFORMANCE
14. Ability to Perform. The Contractor warrants that it possesses, or has arranged through
subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out
and complete the work thereunder in compliance with any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
15. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances, regulations and adopted codes during its performance of the work.
16. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
C a
-7-
ATTACHMENT
17. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
18. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
19. Public and Employee Safety. Whenever the Contractor's operations create a condition
hazardous to the public or City employees, it shall, at its expense and without cost to the City,
furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other
devices and take such other protective measures as are necessary to prevent accidents or damage
or injury to the public and employees.
20. Preservation of City Property. The Contractor shall provide and install suitable safeguards,
approved by the City, to protect City property from injury or damage. If City property is injured
or damaged resulting from the Contractor's operations, it shall be replaced or restored at the
Contractor's expense. The facilities shall be replaced or restored to a condition as good as when
the Contractor began work.
21. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors
engaged for the performance of this work that only persons authorized to work in the United
States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws
shall be employed in the performance of the work hereunder.
22. Contractor Non-Discrimination. In the performance of this work, the Contractor agrees that it
will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination
in employment of persons because of age, race, color, sex, national origin or ancestry, sexual
orientation,or religion of such persons.
23. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done
hereunder by changes in the work or by any default, act, or omission of the City, or by strikes,
fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or
labor due to federal government restrictions arising out of defense or war programs,then the time
of completion may, at the City's sole option,be extended for such periods as may be agreed upon
by the City and the Contractor. In the event that there is insufficient time to grant such
extensions prior to the completion date of the contract, the City may, at the time of acceptance of
the work,waive liquidated damages that may have accrued for failure to complete on time, due to
any of the above, after hearing evidence as to the reasons for such delay, and malting a finding as
to the causes of same.
24. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment or services provided by the
Contractor(Net 30).
25. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to
ascertain that the services of the Contractor are being performed in accordance with the
requirements and intentions of this contract. All work done and all materials furnished, if any,
shall be subject to the City's inspection and approval. The inspection of such work shall not
relieve Contractor of any of its obligations to fulfill its contract requirements.
Ca -/3
-a-
ATTACHMENT
26. Audit. The City shall have the option of inspecting and/or auditing all records and other written
materials used by Contractor in preparing its invoices to City as a condition precedent to any
payment to Contractor.
27. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall
not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or
degree with the performance of the work hereunder. The Contractor further covenants that, in
the performance of this work, no subcontractor or person having such an interest shall be
employed. The Contractor certifies that no one who has or will have any financial interest in
performing this work is an officer or employee of the City. It is hereby expressly agreed that, in
the performance of the work hereunder, the Contractor shall at all times be deemed an
independent contractor and not an agent or employee of the City.
28. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect
and hold the City and its agents, officers and employees harmless from and against any and
all claims asserted or liability established for damages or injuries to any person or property,
including injury to the Contractor's employees, agents or officers that arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of the
Contractor, and its agents, officers or employees, in performing the work or services herein,
and all expenses of investigating and defending against same, provided, however, that the
Contractor's duty to indemnify and hold harmless shall not include any claims or liability
arising from the established sole negligence or willful misconduct of the City, its agents,
officers or employees.
29. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of
the contract, or its right, title or interest, or its power to execute such a contract to any individual
or business entity of any kind without the previous written consent of the City.
30. Termination. If, during the term of the contract, the City determines that the Contractor is not
faithfully abiding by any term or condition contained herein, the City may notify the Contractor
in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten)
calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days
specified in the notice, such shall constitute a breach of the contract and the City may terminate
the contract immediately by written notice to the Contractor to said effect. Thereafter, neither
party shall have any further duties, obligations, responsibilities, or rights under the contract
except, however, any and all obligations of the Contractor's surety shall remain in full force and
effect, and shall not be extinguished, reduced, or in any manner waived by the termination
thereof.
In said event, the Contractor shall be entitled to the reasonable value of its services performed
from the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination, minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last
milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in
the Agreement payment schedule; compensation for any other work, services or goods performed
or provided by the Contractor shall be based solely on the City's assessment of the value of the
work-in-progress in completing the overall workscope.
Ca -ly
-9-
ATTACHMENT
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined in the City's sole discretion, so as to permit a
full and complete accounting of costs. In no event, however, shall the Contractor be entitled to
receive in excess of the compensation quoted in its proposal.
ATTACHMENT
Section C
TERMSSPECIAL • •
PROPOSAL CONTENT
Your proposal must include the following information:
1. Submittal Forms
a. Proposal submittal summary
b. Required Functionality
c. References
d. Statement of past contract disqualifications
e. Certificate of insurance
Note: For ease of electronic preparation, proposers may prepare their own submittal
forms as long as they contain the same information in a similar format.
2. Response to Performance Requirements
a. Executive Summary
b. Description of organization and qualifications
c. Experience on similar projects
d. Detailed description of proposed solution
e. Description of software and hardware platform
f. Data conversion plan
g. Implementation and training plan
h. System testing and acceptance plan
i. Description of warranty and post implementation support
j. Description of post implementation upgrades
3. Compensation
Proposed compensation and payment schedule tied to accomplishing key tasks.
4. Proposal Length and Copies
Proposals should not exceed 35 pages, including attachments and supplemental materials.
The minimum font size is 11 point,with minimum left and right margins of one-inch, and top and
bottom margins of 0.7 inches.
5. Proposal Submittal
Proposals must be submitted by May 26, 2010 at 3:00 pm in the format described in the RFP
specifications and accompanied by any other required submittals or supplemental materials.
Five copies of the proposal must be submitted.
PROPOSAL EVALUATION AND SELECTION
Proposals will be evaluated by a review committee based on the following criteria:
Ca-��
ATTACHMENT
1. Understanding of the work required by the City.
2. Quality, clarity and responsiveness of the proposal.
3. Demonstrated competence and professional qualifications necessary for successfully performing
the work required by the City.
4. Recent experience in successfully performing similar services.
5. Proposed approach in completing the work and ability to implement the replacement in a timely
manner.
6. References.
7. Background and related experience of the specific individuals to be assigned to this project.
8. Proposed compensation.
As reflected above, contract award will not be based solely on price, but on a combination of
factors as determined to be in the best interest of the City. After evaluating the proposals and
discussing them further with the finalists or the tentatively selected contractor, the City reserves
the right to further negotiate the proposed work and/or method and amount of compensation.
PROPOSAL REVIEW AND AWARD SCHEDULE
The following is an outline of the anticipated schedule for proposal review, contract award and
completion of work:
1. Issue RFP 05/05/10
2. Pre-proposal teleconference 05/25/10
3. Receive proposals 06/16/10
4. Evaluate proposals 07/14/10
5. Finalist interviews and Demonstrations 08/02/10
6. Present recommendation to the City Manager for contract award 08/13/10
7. Award contract 08/27/10
Proposers should provide a timeline for proposed dates from contract execution to full
implementation.
ALTERNATIVE PROPOSALS
The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's
project objectives but in a different way. In this case, the proposer must provide an analysis of the
advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City
would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length
of the proposal may be expanded proportionately by the number of alternatives submitted.
ACCURACY OF SPECIFICATIONS
The specifications for this project are believed by the City to be accurate and to contain no affirmative
misrepresentation or any concealment of fact. Proposers are cautioned to undertake an independent
analysis of any test results in the specifications, as City does not guaranty the accuracy of its
interpretation of test results contained in the specifications package. In preparing its proposal, the
proposer and all subcontractors named in its proposal shall bear sole responsibility for proposal
preparation errors resulting from any misstatements or omissions in the plans and specifications that
could easily have been ascertained by examining either the project site or accurate test data in the City's
possession. Although the effect of ambiguities or defects in the plans and specifications will be as
determined by law, any patent ambiguity or defect shall give rise to a duty of proposer to inquire prior to
-12-
ATTACHMENT
proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against
the proposer. An ambiguity or defect shall be considered patent if it is of such a nature that the proposer,
assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence
of the ambiguity or defect. Furthermore, failure of the proposer or subcontractors to notify City in
writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to
assert said defects or ambiguities subsequent to submittal of the proposal.
To the extent that these specifications constitute performance specifications, the City shall not be liable
for costs incurred by the successful proposer to achieve the project's objective or standard beyond the
amounts provided there for in the proposal.
In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged
ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall
immediately notify the City in writing, and the Contractor and all subcontractors shall continue to
perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and
irrespective of whether or not a change order, time extension, or additional compensation has been
granted by City. Failure to provide the hereinbefore described written notice within one (1) working day
of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right
to assert the causative role of the defect or ambiguity in the plans or specifications concerning the
dispute.
-13-
ATTACHMENT
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and
[CONTRACTOR'S NAME IN CAPITAL LETTERS],hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, on[date], City requested proposals for Utility Billing Software Upgrade per Specification No.
90863;and
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said
Utility Billing Software..
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained,the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as
first written above,until acceptance or completion of said Software.
2. INCORPORATION BY REFERENCE. City Specification No. 90863 and Contractor's
proposal dated[date],are hereby incorporated in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For providing the Utility Billing Software Upgrade as specified in this
Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed [$
.001.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by
this Agreement and the said specification.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement
shall be in writing and shall be effective only upon approval by the City Manager.
C 0),—!
-14-
ATTACHMENT
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically
incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral
agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of
any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties
hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage
prepaid by registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo,CA 93401
Contractor Name
Address
8. AUTHORITY TO EXECUTE.AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year
first above written.
ATTEST: CITY OF SAN LUIS OBISPO
By:
City Clerk City Manager
APPROVED AS TO FORM: CONTRACTOR
By:
City Attorney
Oc� ao
_15_
ATTACHMENT
Section E
INSURANCE REQUIREMENTS
The Contractor shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damages to property which may arise from or in connection with the performance
of the work hereunder by the Contractor, its agents,representatives, employees or subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code
1 (any auto).
3. Workers'Compensation insurance as required by the State of California and Employer's Liability
Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession.
Minimum Limits of Insurance. Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property
damage. If Commercial General Liability or other form with a general aggregate limit is used,
either the general aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Errors and Omissions Liability: $1,000,000 per occurrence.
Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared
to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects the City, its officers, officials, employees and
volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related
investigations,claim administration and defense expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be
endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as
respects: liability arising out of activities performed by or on behalf of the Contractor; products
and completed operations of the Contractor; premises owned, occupied or used by the
Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage
shall contain no special limitations on the scope of protection afforded to the City, its officers,
official, employees, agents or volunteers.
2. For any claims related to this project, the Contractor's insurance coverage shall be primary
insurance as respects the City, its officers, officials, employees, agents and volunteers. Any
insurance or self-insurance maintained by the City, its officers, officials, employees, agents or
volunteers shall be excess of the Contractor's insurance and shall not contribute with it.
3. The Contractor's insurance shall apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer's liability.
-16-
ATTACHMENT
4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty
(30) days' prior written notice by certified mail, return receipt requested, has been given to the
City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of
no less than ANLL
Verification of Coverage. Contractor shall famish the City with a certificate of insurance showing
maintenance of the required insurance coverage. Original endorsements effecting general liability and
automobile liability coverage required by this clause must also be provided. The endorsements are to be
signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be
received and approved by the City before work commences.
C a -aa
-17-
ATTACHMENT
Section F
PROPOSAL SUBMITTAL FORMS
The undersigned declares that she or he has carefully examined Specification No. 90863, which is hereby
made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the
proposing firm; and agrees to perform the specified work for the following cost quoted in full:
PROPOSAL ITEM: Utility Billing Software
Software
Modifications
Data Conversion
Installation
Training
Other Costs (Submit Detail)
Total Initial Costs
Annual Maintenance Costs
❑ Certificate of insurance attached; insurance company's A.M. Best rating:
Firm Name and Address
Contact Name
Phone Email
Authorized Representative
Name
Title Date
ca a3
_18_
O ATTACHMENT
REQUIRED FUNCTIONALITY
Respond to all aspects of the functional specifications and criteria in the functionality table. Each
function must be fully integrated into the UB system. Any deviations or exceptions from the
specifications must be clearly noted in the proposal. The City will entertain other options and
recommendations if they can improve upon the current requirements.
Vendors are instructed to review and respond to each functionality requirement by indicating each item
with one of the following responses:
• Fully Compliant (C): Indicates that the vendor's standard software meets and/or exceeds the
requirement.
• Modification/Custom Software (M): Indicates that a software modification or custom software
is required to meet and/or exceed this requirement. If there is a cost associated with this, list the
dollar amount.
• Not Available (NA): Indicates that the vendor software does not and cannot meet this
requirement.
Table: Functionality Requirements
No. I Functionality Response
General
I Must be compatible with current IT infrastructure: Microsoft SQL data base and
Windows Server 2008 R2 network operating system.
2 Supports at least three full time and six part time users concurrently.
3 Includes user defined fields with parameters defined by the user.
4 Uses wizards to expedite processes such as setting up new accounts,meter change
outs and creating service orders.
5 Provides various levels of security. Access should allow each user group to be
anted full access,read-only access or limited access.
6 Provides technical support at least 8 am to 5 pm Pacific Time Monday through
Friday for software and 24 hours per day, seven days per week for hardware.
7 Interfaces to cash register, general ledger,meter reading,remittance processing
software, Shorete] phone tree,parcel inventory and mapping and web application.
Customer Account and Location Management
8 Support an unlimited number of accounts.
9 Ability to define, add, change and delete an unlimited number of account types.
Ability to query an account based on various search criteria such as customer
10 name,account number, social security number,phone number,parcel number,
service address or meter number.
11 Provides summary and detail level inquiry of customer records.
12 Model accounts(templates)allow you to create new accounts by copying the
model and changing the details.
13 Provides new account set up and account maintenance on-line real-rime.
14 Provides user defined fields to be maintained for each customer record.
15 Ability for unlimited notes on accounts with the ability to assign alert flags to
accounts with notes.
16 Ability to provide an audit trail for changes to an account.
ca aY
-19-
ATTACHMENT
Table: Functionality Requirements
No. Functionality Response
17 Support unlimited transaction and consumption history. History purging should
be controlled by the user.
18 Accommodates new customers at an existing service change of address through an
automated transfer function..
19 Ability to transfer customer balance, deposits and other occupant related
information to a new account when a customer transfers to a new service address.
20 Provides ability to mark an account as an "internal'account.
21 Provides a CASS certification process to insure and maintain accurate postal
information.
22 Ability to track information through system by customer. Ability to view all
accounts that customer has had and current status of accounts.
23 Ability to track an unlimited number of user-defined events on an account(i.e. late
notices, shut off, etc).
24 Ability to display account information via web application.
Ability to track information through the system by contact or property. Ability to
25 see all accounts at a given property(current and prior) and be able to view all
accounts associated with a customer.
Rates and Fees Management
26 Ability to define, add, change and delete an unlimited number of rate code types
and amounts.
27 Ability to define an effective date for rate tables and prorate charges based on the
effective date.
28 Ability to define service rates that are consumption based, fixed,percentages,
subtract meters,budget based, tiered or seasonally averaged.
Ability to base charges for non-metered services such as sewer on water
29 consumption with the ability to cap sewer charges based on average winter water
use.
30 Ability to define distribution of fees to multiple general ledger accounts based on
user-defined account type, fee category, service type or reason code.
31 Ability to define,add, change and delete an unlimited number of services types.
Ability to assess various types of penalties for high use during mandatory water
32 conservation based upon various criteria such as water budget and percent
reduction.
33 Ability to enter stop and start dates for individual fees on an account.
Meter Reading and Inventory
34 Ability to define,add, change and delete an unlimited number of meter types.
35 Ability to maintain an unlimited number of meters.
36 Identifies a meter by type, size, serial number, manufacturer, location and install
date.
37 Provides ability to enter meter reading data through data entry screens from hand-
held devices or wireless automated meter reading system.
38 Service consumption automatically calculated upon entry of meter reading with
ability to edit readings.
39 Allows concurrent meter reading data entry of one route while processing billing
for another.
40 Maintains meter readings and dates independent of customer or account changes.
r4l Provides ability to enter a meter change without interruption of the billing cycle
and final billing.
C a mss,
-20-
ATTACHMENT
Table: Functionality Requirements
No. Functionality Response
42 Generates work orders based on meter reading exception messages and actions
entered along with meter reading.
43 Abilityto describe the location of the meter at a service location.
44 Ability to view a history of all meters that have been installed at the service
location.
45 Ability to record unlimited notes for a meter.
46 Ability to define meter read types.
47 Ability to estimate meter reads based on user-defined history preference.
48 Ability to identify reads that were estimated versus actual reads.
49 Ability for system to automatically identify roll-over readings based on meter
setup.
Flexible high/low feature that allows the user to set range of parameters that
50 produces consumption edit register for screening variables such as high/low
consumption,no current read, zero consumption,etc.
Ability to change out meters at any time. Where meters have been changed out,
51 ability to show separate individual meter readings and consumption and to show
total consumption and billing amount on the same bill.
52 Ability to change meter reading sequence without changing customer account
number.
53 Ability to graphically display consumption history for an account.
54 Ability to display averse consumption by month for an account.
55 Ability to view consumption history in numeric and graphical format via web
application.
56 Maintains reading instructions,prints instructions on read sheets and provides
information in meter reading interface.
57 Allows user to flag individual accounts for which zero consumption is not
considered to be an exception.
58 Ability to calculate a winter consumption average to be applied as a billing cap.
59 Ability to display and maintain record of past customer caps on their account.
60 Prints meter route pages in customer number or route sequence number order.
BUB g Manallement
61 Supports a multi-cycle billing system.
62 Provides a complete or exception only billing pre-list for review prior to bill
printing.
63 Allows printing of multiple cycles in one billing run.
64 Generates one utility bill covering all services and charges and itemizes charges
separately.
e aratel .
65 Maintains a file of comments for inclusion on utility bills,reminder notices or shut
off notices.
66 Provides user defined free form message on bills.
Bill includes billing date,account number, service period,current read,prior read,
67 consumption billed, itemized charges,balance forward,amount due, due date
numerical and graphical prior-same period usage and average gallons used per
day..
68 Generates a return stub so that cash receipts can be read with an optical character
reader, scanning the account and amount.
69 Provides for billing re-start in event of printerjam.
70 Ability to view and reprint a past bill at any time.
C a aC
-21-
ATTACHMENT
Table: Functionality Requirements
No. Functionality Response
71 Produces final notices.
72 Ability to produce statements for customers with multiple utility accounts.
73 Ability to sort bills by zip plus four to take advantage of postage discounts.
74 Ability to export bills to a file for 3"dparty printing.
75 Ability to prorate bills for new and closed accounts.
76 Supports calculation of consumption using current and previous meter readings
multiplied by user-defined multipliers such as number of dwelling units).
77 Calculates final bills during any cycle based on the internal issuance of a tum off
service order or closing a customer account.
78 Supports billing adjustments such as read errors,automatically adjusts billing
amounts and history.
79 Allows printing of third dual notification bills during bill run.
80 Ability to not print a paper bill and email the bill to the customer.
Financial Management
81 Allows positive or negative transaction adjustments with a complete audit trail.
82 System automatically generates the appropriate journal entries for"internal"
accounts.
83 Provides automatic allocation of payments to billed service with ability to adjust
or override the default distribution.
84 Accepts over-payment or credit adjustment with amount maintained as unapplied
credit balance or be applied to the following month service bill.
85 Provides complete audit trail of payments processed for reconciliation prior to
general ledger cash posting.
86 Ability to enerate a counter invoice detailing charges and balance due.
87 Ability to import payment records from bank website and remittance processing
software.
88 Ability to accept full,over,partial and pre-payments.
89 Ability to distribute partial payments based on user-defined preference (due date,
service type or percentage).
90 Provision for data entry correction of any distribution errors.
91 Provide for auto-pay option for customers to pay from customer's bank account or
credit card.
92 Ability to scan payment information directly into the system using a bar code or
OCR scanner.
93 Ability to support payment arrangements for customers to schedule payments for
outstanding balances.
94 Ability to recognize pending payments to prevent customers from being included
on the shut off list.
95 Ability to display transaction history including bills,receipts adjustments, utility
billing adjustment committee AC credits and refunds for an account.
96 Ability to display details of transaction and drill down to transaction.
97 Accepts only one deposit per customer account.
98 Ability to automatically apply deposits to a final bill or an account that has been in
ood standing for a user defined period of time.
99 Ability to automate the credit/refund process by batch.
100 Ability to automatically apply deposits to the correct revenue accounts.
101 Ability to display account transaction history via web application.
�a a�
-22-
ATTACHMENT
Table: Functionality Requirements
No. Functionality Response
102 Ability to pay outstanding balances or set up automatic payment from credit card
or checking account via web application.
Delinquency Management
103 Ability to age accounts in 30,60,90 and 120 day increments.
104 Ability to automatically add late penalties or interest to delinquent accounts
according to a flexible rate structure determined by the user.
105 Automatic printing of shut off notices and.service orders through interface to
service orders stem.
106 Ability to produce delinquent bills for customers that have already received a final
bill but continue to maintain an unpaid balance.
107 Automated special payment arrangements allowing customer to pay amount due
over time.
108 Ability to automatically assess a charge to an account if a shut off is processed.
109 Allows selected accounts to be flagged as exempt from receiving past due notices.
110 Processes accounts for write off and collection.
111 Maintains a dynamic shut off list that can be automatically or manually updated.
112 Produces shut off and restore door tags for accounts that are being shut off.
113 Ability to deliver shut off and restore tags to account holders via email.
Service Order Management
114 Ability to define, add, change and delete an unlimited number of service order
types.
115 Service order system provides automated updates to the utility system upon
completion of service order.
116 A history of all service orders related to a service address should remain with the
service address record. Service orders should provide drill down functionally for
details of actual service order.
117 Ability to define a workflow for each service order type with automatic email
notification to responsible parties.
118 Ability to automatically update customer, location, meter and account information
upon coin letion of service order actions.
119 Ability to print or email service orders based on user-defined selection criteria.
120 1 Ability to dispatch and receive completed service orders via email.
Reportin
121 Includes standard financial,operational, service work order reports and audit
trails.
122 Includes end user reporting tool to create reports based on any field combination
or partial field within the UB system.
123 Ability to export reports to Microsoft Excel and Word.
124 Ability to generate a list of accounts,customers or meters based on user-defined
selection criteria.
125 Ability to generate analysis reports with user-defined parameters with flexible
selection criteria and grouping options.
a -�
-23-
ATTACHMENT
REFERENCES
Number of years engaged in providing the services included within the scope of the specifications under
the present business name:
Describe fully the three most similar contracts performed by your firm that demonstrate your ability to
provide the services included with the scope of the specifications. Attach additional pages if required.
The City reserves the right to contact each of the references listed for additional information regarding
your firm's qualifications.
Reference No. l
Customer Name
Contact Individual
Telephone&FAX number
Street Address
City, State,Zip Code
Description of services provided
including contract amount,when
provided and project outcome
Reference No. 2
Customer Name
Contact Individual
Telephone&FAX number
Street Address
City, State,Zip Code
Description of services provided
including contract amount,when
provided and project outcome
Reference No.3
Customer Name
Contact Individual
Telephone&FAX number
Street Address
City, State,Zip Code
Description of services provided
including contract amount,when
provided and project outcome
-24-
ATTACHMENT
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interest in it,
has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal,
state, or local government project because of the violation of law, a safety regulation, or for any other
reason, including but not limited to financial difficulties, project delays, or disputes regarding work or
product quality, and if so to explain the circumstances.
■ Do you have any disqualification as described in the above paragraph to declare?
Yes ❑ No ❑
■ If yes,explain the circumstances.
Executed on at under penalty
of perjury of the laws of the State of California, that the foregoing is true and correct.
Signature of Authorized Proposer Representative
C a -30
-25-
- ATTACHMENT
BIDDERS LIST
UTILITY BILLING SOFTWARE—SPECIFICATION NO. 90863
Sungard Public Sector Tyler Technologies
Terry L Wayland Kyle M Johnson
3 West Broad St Ste 1 1100 Oakesdale Ave SW
Bethlehem PA 18018 Renton WA 98057
Springbrook Software Advanced Utility Systems
Jim Blair Steven Hammond, General Manager
111 SW Fifth Ave Ste 2900
Portland OR 97204
Utility TrakR Cogsdale Corporation
Stamik Systems Inc Ric Glowienka
5111 80th St 11 Alfa St
Lubbock TX 79424 Ottawa Ontario Canada K2J 3S5
Hansen Affiliated Computer Systems(ACS)
Mark Conroy Dale Stang
11092 Sun Center Dr 1733 Harrodsburg Rd
Rancho Cordova CA 95670-6109 Lexington KY 40504-3617
Hams Computer Systems Continental Utility Solutions Inc(CUSI)
1 Antares Dr Ste 400 P O Box 1515
Ottawa Ontario Canada K2E 8C4 Jonesboro AR 72403
RVS Software Donald R Frey&Company Inc
317 Rach Rd 620 South Ste 310 40 North Grand Ave Ste 303
Austin TX 78734 Fort Thomas KY 41075
Associated Systems Inc (ASI) Tri C Systems
242 S Pleasamburg Dr 1002 South Division
Greenville SC 29607 Carterville IL 62918
Core Utility Billing Inc InteData Systems
1201 N McDowell Blvd Ste B Mike Todd, Director of Marketing
Petaluma CA 94954 113 E 5th Stree
Mountain Home AR 72653
Intergov
�a-3 r