Loading...
HomeMy WebLinkAboutContract 33437 CITY SECRETARY CONTRACT NO. I PROFESSIONAL SERVICES AGREEMENT This PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into by and between the CITY OF FORT WORTH (the "City'), a home rule municipal corporation situated in portions of Tarrant, Denton and Wise Counties, Texas, acting by and through Richard Zavala, its duly authorized Assistant City Manager, and THOTH SOLUTIONS, INC. ("Consultant") a Texas corporation and acting by and through James R. Johnson, its duly authorized Officer and Agent. 1. SCOPE OF SERVICES. Consultant hereby agrees to provide the City with professional consulting services for the purpose of conducting a technology assessment of the Human Resources (HR) systems and impact of other existing mainframe systems. Attached hereto and incorporated for all purposes incident to this Agreement is Exhibit A describing the Scope of Work. 2. TERM. This Agreement shall commence upon the date that both the City and Consultant have executed this Agreement ("Effective Date") and shall continue in full force and effect until terminated in accordance with the provisions of this Agreement or when the City provides Consultant with written notice that Consultant has fulfilled its obligations under this Agreement and that Consultant's services are no longer required. 3. COMPENSATION. The City shall pay Consultant an amount not to exceed $103,300.00 in accordance with the provisions of this Agreement. Consultant shall not perform any additional services for the City not specified by this Agreement Unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Consultant not specified by this Agreement unless the City first approves such expenses in writing. 4. TERMINATION. 4.1. Written Notice. The City or Consultant may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 04-19-06 A10 :55 IN wG MM 1 4.2 Non-appropriation of Funds In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Consultant of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall be been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Consultant for services actually rendered as of the effective date of termination and Consultant shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Consultant hereby warrants to the City that Consultant has made full disclosure in writing of any existing or potential conflicts of interest related to Consultant's services and proposed services with respect to the Scope of Services. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Consultant hereby agrees immediately to make full disclosure to the City in writing. Consultant, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. 6. RIGHT TO AUDIT. Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of the consultant involving transactions relating to this Contract. Consultant agrees that the City shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Consultant reasonable advance notice of intended audits. Consultant further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working 2 hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractors and subcontractors. Consultant acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Consultant, its officers, agents, employees, servants, contractors and subcontractors. Consultant further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Consultant. 8. LIABILITY AND INDEMNIFICATION. CONSULTANT SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. CONSULTANT COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS OR LAWSUITS FOR EITHER PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) ANDIOR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF CONSULTANT, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 9. ASSIGNMENT AND SUBCONTRACTING. Consultant shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants such consent, the assignee or subcontractor shall execute a written agreement with 10M�1AL HCOE 3 the City under which the assignee or subcontractor agrees to be bound by the duties and obligations of Consultant under this Agreement. 10. INSURANCE. Consultant shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits Commercial General Liability $1,000,000 Each Occurrence $1,000,000 Aggregate Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Property damage $500,000 Bodily injury per person per occurrence Coverage shall be on any vehicle used by the Consultant, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle" shall be any vehicle owned, hired and non-owned Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease - per each employee $500,000 Disease - policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act (Art. 8308 — 1.01 et seq. Tex. Rev. Civ. Stat.) and minimum policy limits for Employers' Liability of $100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee 10.2 Certificates. Certificates of Insurance evidencing that the Consultant has CITY MR I ��Y 4 Ta. obtained all required insurance shall be delivered to the City prior to Consultant proceeding with any work pursuant to this Agreement. All policies shall be endorsed to name the City as an additional insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty (30 ) days notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Consultant's insurance policies. Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. 11. COMPLIANCE WITH LAWS, ORDINANCES, RULES AND REGULATIONS. Consultant agrees to comply with all applicable federal, state and local laws, ordinances, rules and regulations. If the City notifies Consultant of any violation of such laws, ordinances, rules or regulations, Consultant shall immediately desist from and correct the violation. 12. NON-DISCRIMINATION COVENANT. Consultant, for itself, its personal representatives, assigns, subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Consultant's duties and obligations hereunder, it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non- discrimination covenant by Consultant, its personal representatives, assigns, subcontractors or successors in interest, Consultant agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 13. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives, (2) delivered by facsimile with electronic confirmation of the transmission, or (3) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To THE CITY: To CONSULTANT: City of Fort Worth/IT Solutions Thoth Solutions, Inc. 1000 Throckmorton PO Box 57 Fort Worth TX 76102-6311 Allen, TX 75013 0101 l 1 PRECOP1D Cid N(rIAMA, i(Y s �T. ' 0lIx,U K I IEX- Facsimile: (817) 392-8654 Facsimile: (972) 442-7222 14. SOLICITATION OF EMPLOYEES. Neither the City nor Consultant shall, during the term of this agreement and additionally a period of one year after its termination, solicit for employment or employ, whether as employee or independent contractor, any person who is or has been employed by the other during the term of this agreement, without the prior written consent of the person's employer. 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 16. NO WAIVER. The failure of the City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 17. CONSTRUCTION. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Consultant shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy, fires, strikes, lockouts, natural disasters, wars, riots, material or labor restrictions by any governmental authority, transportation problems and/or any other similar causes. ORICIALA HMO '�yO� tl �QRQ� 6 �Y. ;�`:,v7i1111 , aEN. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 20. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 21. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Consultant, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. [Signature Pages Follow] IN WISS WHE OF;the parties hereto have executed this Agreement in multiples this ay of I , 200 . CITY OF FORT WORTH: THOTH SOLUTIONS, INC. By: B �C Ri hard Zavala /a� . John Acting Assistant City Manager Thoth Solutions, Inc. President ATTEST: ATTEST: By: City Secret By: _ l'i'lt)do APPROVED AS TO FORM AND LEGALITY: By. Assistant ity Attorney M&G: ` to -!?i take EXHIBIT A STATEMENT OF WORK The objective for this assessment will be to provide two (2) highly skilled and dedicated technical experts to complete a current state assessment of the legacy Human Resource and mainframe systems. TSI will provide a detailed handbook of the systems that will allow for 1) a thorough and comprehensive understanding of the Human Resource systems and functionality, and 2) provide the necessary documentation of the current system in order to develop an appropriate Human Resource Information System (HRIS) solution. The consultant would be responsible for reviewing current systems, analyzing data flows and preparing extensive documentation on their findings. This effort will not exceed a period of ninety (90) days for completion. The purpose of this handbook will be to provide more time effective troubleshooting, to assist in establishing HR process and efficiency improvements of the current system, and to disseminate knowledge of the overall system functionality. The following will be addressed upon commencement of this assessment: A. Services shall include: 1. Technical Writing: Provide documentation in such a way as to illustrate functions within the system and how transactions are created. Documentation of business rules — Business rules within our systems are complex and require in-depth analysis to determine how the system performs calculation and delivers output. The Human Resources systems underwent modifications without proper documentation and have created a situation where transactions are performed without a total understanding of the conclusions. Documentation of these business rules will allow us to comprehend how transactions occur within the system. All project documentation will be stored in the final Audit Handbook that will be turned over to the City in both hard and softcopy formats. Throughout the duration of the assessment, project documentation will also be stored on the City network in a shared folder. 2. Mapping of Systems Extensive data mapping of the systems — This includes: data flow diagram (DFD), complete data maps that show inflows and outflows of data including predecessors and secondary data feeds, and Entity Relationship Diagrams (ERD). The ERD's shall illustrate a systems relational mapping to include the interchange of data between all scoped systems.. 2 3. Policies and Procedures A written assessment of current HR policies, administrative regulations, and practices that impact current and future systems. This will include identifying and documenting how the business rules align with the existing policies. 4. Complex Business Analysis Written analysis of the overall system and how business rules drive transactions. The deliverable analysis should include definitions of business rules and suggestions on how those rules can be made more efficient and effective. 5. Project Management Project management methodology shall be applied to insure the project scope, deliverables and milestones are met on time and within budget. The methodology that the City follows is based on PMI and CMM. • Conduct planning meetings as necessary with an administrative working group (hereafter referred to as the "project team"), which will consist of representatives from the HR and IT departments. - Provide a detailed project plan describing methodology, telephone and in-person interviews, site visits, data collection techniques and estimated time frames for each task. • Collect and analyze relevant data and upon completion of the project, supply the collected data to the Human Resources Department and IT Solutions Department. - Communicate progress and findings to the project team on a regular basis throughout the duration of the project. 6. Reporting A process analysis and compliance report that will encompass the current process framework, business events, gaps in operational procedure, and compliance to mandates. 7. HR/IT System Process An analysis of the HR/IT systems process, software applications profile, the current systems, interfaces, and systems support of business processes. 3 B. BACKGROUND The City of Fort Worth currently uses Genesys and other legacy systems as a Human Resources Information System (HRIS). The systems were implemented during the past twenty (20) years and are outdated. They are limited in their expansion and ability to meet the City's current needs. These systems are costly to maintain and require substantial amounts of staff time and constant monitoring. Areas of concern are: • Inaccuracies in calculation of leave accruals; • Limited expandability to change/add earnings and deductions; • Inability to retain history for a set period of time on key employment data (Rate of pay, anniversary date, and job title information); • Security access to payroll and personnel data; and • System processes and changes that are undocumented. Management data available from these systems is extremely limited. These systems include the functions of payroll processing, leave tracking, accrual, employee pay deductions, benefits administration, position control, employee classification tracking and compensation information. The systems require an estimated 4000 hours (annually) of programming time to extract data. This handicaps City management's ability to make cost-effective business decisions. C. Milestone Payments Payments to TSI will be made every two weeks based on the following milestones during the 90 day engagement. A sign off on the deliverables by the project owner will be required before payment is issued. Milestone 1 Requirements Documentation Project Plan 16.66% $17,216.66 Milestone 2 Customer Sign-off on Deliverables 16.66% $17,216.66 Milestone 3 Deliverable 1 16.66% $17,216.66 Milestone 4 Deliverable 2 16.66% $17,216.66 Milestone 5 Documentation of Business Rules and Process 16.66% $17,216.66 Flows Data Map Documentation Milestone 6 Project Close Out 16.66% $17,216.66 Total Cost of Project 100% $103,300 ROD rage i or City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1/31/2006 DATE: Tuesday, January 31, 2006 LOG NAME: 13P05-0219 REFERENCE NO.: **P-10304 SUBJECT: Authorize a Purchase Agreement with Thoth Solutions, Inc., for Professional Services to Document Human Resources Information Systems for the Human Resources Department RECOMMENDATION: It is recommended that the City Council authorize a purchase agreement for professional services to document Human Resources Information Systems with Thoth Solutions, Inc., for Human Resources at a cost not to exceed $103,300.00. DISCUSSION: In August 2005, the City of Fort Worth issued a Request for Proposal (RFP) for a Consultant to document Human Resources Information Systems for the Human Resources Department. The purpose of the proposal is to conduct a technology assessment of the Human Resources (HR) systems and impact of other existing mainframe systems. The study is to acquire a thorough and comprehensive assessment of the HR systems and functions. This project will provide the background for a needs assessment of HR technology and give a complete picture of the current status. Three vendors responded to the RFP. Vendors with responses included: CDG, Thoth and Empower. A team of City employees evaluated the proposals, including Information Technology Solutions and Human Resources personnel. The criteria used to determine the best value for city was: 1) Overall quality of work plan submitted 2) Ability in addressing the project objective 3) Experience on similar projects 4) Reasonableness of cost 5) Experience with public agencies 6) Credentials of staff to be assigned to the project 7) M/WBE After evaluation it was determined that the proposal from Thoth Solutions, Inc., would provide the best solution for the city. BID ADVERTISEMENT — The RFP was advertised in the Commercial Recorder on August 10 and August 17, 2005. M/WBE - Thoth Solutions, Inc., is in compliance with the City's M/WBE Ordinance by committing to 10% MM/BE participation. The City's goal for this project is 10%. http://www.cfwnet.org/council_packet/Reports/mc_print.asp 4/20/2006 Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budget, as appropriated, of the General Fund. BQN\05-0219\LGS TO Fund/Account/Centers FROM Fund/Account/Centers GG01 539120 0141000 $103,300.00 Submitted for City Manager's Office by- Richard Zavala (Acting) (6183) Jim Keyes (8517) Originating Department Head: Karen Marshall (7783) Robert Combs (8357) Additional Information Contact: Trisha Thomason (7798) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 4/20/2006