Loading...
HomeMy WebLinkAboutContract 28356lo/tJN� C� � f r q �R���S�fONAL SE1�V1CI�S A(9R�Fl�I�N�' �0�� �a This PROFESSIONAL SERVICES AGREEMENT {"Agreement"} is made and entered into by and �etween the CIiY O� �OR�' 1N�R�'b (the "City°}, a home rule municipal carporation situated in portions vf Tarrant anci Denton CoUnties, Texas, acting by and through Charles Boswell, its duly authorized Assistant City Manager, and ,�VIZI�N i�CHN10LOC1�5 CROU� ("Consul�an�"j a Texas corporation and acting by and thro�gh ���c�,� ,� ���� its duly authorized � � s; r�,�D �� . 1. SCO�� 8�' ��RVI�E�. Consultant hereby agrees to provide the City with professional consulting services. Such services are interim suppor� af the City's mainframe computer en�ironment. Consultant shall pro�i�e day-to-day support af the mainframe-operating environment by providing technical management of the current environmen�, transition to the new enviranmenfi, and technically manage the new en�ironment. 2, i��lll�. The term of this Agreement shall be far one year beginning on October 1, 2002 and expire S�ptem�er 3�, 2003. 3. COIUYPFIV�r4�lON. The City shall pay Consultant an amount not to exceed $153,600.00 in accordance with the provisions of this Agreement. Consul#ant shall not perform any additional services �For the City not specified by this Agreement Unless tY�e City requests and appro�es in wrifiing the additional costs for such services. The City shall not be liable for any additiona[ expenses of Consultant not specified by this A�reement unless the City first appro�es such expenses in writing. 4. T�RI!lYfN�►�18N. 4.1. 'INritten Notice. The City or Consultant may t�rminafe this Agreement at any time ar�d for any reason by its providing the other party with 30 days' written notice of termination. �JU � d�11[�a�� �`.1����v�t! Cil. . .. � �.u� l� !j ,� �r 4.2 Non-appropriatian of Funds. ln the eWent no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due h�reunder, City will notify Cansultant of such occurrence and this Agreement shall terminate on the last day of the fiscaf period fvr which appropriations were recei�ed 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 appro�riated. 4.3 Duties and �bliqa�ions af the Parties. In the event that this Agreement is terminated prior to the Expiration Date, the City shall pay Consultant far services actually rendered as of the effective date of termination and Consultant shall confinue to provide the City wi#h services requested by the City and in accordance wifh this Agreement up to the effective date of termination. 5. 91SCL�SUR� O� ��N��ICTS AR�D GOIV�I���if�� IfdF'�RIV�A�IOiV. Cansultant hereby r,varrants to the City tha# Consultant has made full disclosure in writing of any existing or potential conflicts of interest related ta Consultant's services and proposed ser�ices w�th respect to ihe Sco�e 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 disc�osure to the City in writir�g. Consultant, for itself and its officers, agents and emplvyees, further agrees that ifi shall trea# al1 information provided to it by the C�ty as conf�dential and shall not disclose any such information to a third party without the prior written approval of the Ci�y. 6. I�' ��PEI���Wi CON�'�ACiO�. It is expressly understaod and agreed #Mat Consultant shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of fhe City. Subject to and in accordance with the conditions and provisions of this Agreement, Consultant shall have the exclusive right to contraf �he detaifs of its operations and acti�ities and be solely responsible for the acts and omissians of its ofFicers, agents, servants, employees, contractvrs and subcontractors, Consultant acicnowledges that the doctrine of respondeaf superior s�all not apply as between the City, its officers, agents, servanfs and employees, and Consultant, its officers, agents, employees, ser�ar�ts, contractors and subcontractors. C�nsultant further agrees that �othing herein sha{I be construed as the creatio� of a partnership or joint enterprise between City and Consultant. 7. L1�4�fLI�Y r4[V� IN���iPlIFICATION. CONSUL7ANT SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PR�PERTY LOSS, PROPERTY DAMAGF ANDIOR PERSONAL 1NJURY, INCLUDING DEATH, TO ANY AND ALL P�ERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTEI1fT CAUSED BY THE NEGLIGENT ACT(Sj OR �MISSIDN(5), MALFEASANCE OR 1NTENTIONAL MISCONDUCT OF CONSULTANT, 1TS OFFICERS, AGENTS, SERVANTS �R EMPLOYEES. CONSULTANT COVENRNTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY, IT5 �FFlCERS, AGENTS, SERVANTS AND EMPLOYEES, FROM AND AGAINST A11�'Y AND ALL CLAIMS OR LA WSUITS FOR ElTHER PROPERTY DAMAGE OR LOSS (1NCLUDING ALLEGFD DAMAGE OR LOSS TD CONSULTANT'S BUSINESS AND ANY RESUL.TING LOS7 PROFfTS) ANDIOR PERSONAL INJURY, INCLUDING DEATN, TO AN� AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL 4R ASSERT"ED, ARISING OL/T �F OR IN CONNEC710N WITH TN15 AGREEMENT, TO THE EXTEIVT CAUSED BY 7HE NEGLIGENT ACTS OR OMISSIONS OR MALFEASANCE OF C�NSULTANT, ITS �FFICERS, AGENTS, SERVANTS OR ENIPLOYEES. �. �ssi�n�n��n�� ��� su�co�Y����i��. Consultant shall not assign or subcontrac# any ofi its duties, obfigations or rights under this Agreement without #he prior written consent of the City. If the City granfs s�ch consent, the assignee or subcontractor shali execute a written agreement with the City under which the assignee or subcontractor agrees to be bound by the duties and obligatians of Consultant under this Agreement. 9. COI�lIPLIAfVC� l�ill�b �AY��. ORDiNA[V���, �U�ES AND R�GL��TIOf�S. Consultant agrees to comply with all federal, state and local laws, ordir�ances, ruies and regulations. If the Gity notifies Consultant of any �iafatian of such laws, ordinances, rules or regulations, Consultant shall immediately desist fram and correct the violation. � o. �o���isc�i�i�,��io� cov�����r. Consultant, for itself, Et5 personal representatives, assigns, subconfractors and successors in Enterest, as part of the consideration her�in, agrees that in the performance of Consultant's duties and obligations hereunder, if shall not discriminate in the treafinent ar �mplvyment of any individual or group of indi�iduals on �he basis of race, calor, national origin, religion, hand�cap, sex, or familial status. If any claim arises from an alleged vialation of this non-discrim�nation 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. � � . NOTIC�S. Notices required pursuant to the pro�isions of #his Agreement shall be canclusively determined to ha�e been deli�ered when (1) hand-defivered ta the other party, its agenfs, employees, servants or representa#i�es, (2) delivered by facsimile with electronic canfirmatian of the transmission, ar �3} recei�ed by the other party by United States Mail, regisfered, return receipt request�d, addressed as follows: To THE GITY: City of Fork Worth11T Solutions 1 Q00 Throckmorton Fort Vllorth TX 76102-6311 To CONSULTANT: Aviz�on Technologies Graup 1630a Addison Road, Suite 2590 Addison TX 75Q01 Facsimile: (817) 871-8654 1�. �O�lCli�i��f� ��' �f+ll���Y���. Fax: (972) $18-8402 Neither the City nor Consultant shall, during the term of this agreement and additionally a period of one year after its termination, so[icit for employment or employ, whether as emplayee or independen# contract�or, any person who is or has been employed by the other du�ing the term of this agreement, without t1�e prior written consen� of the person's employer, 13. GO�EF�NIl�IFIV��►� P�IdIl�RS. It is �nderstaod and agreed that by executian of this Agreement, the Gity does not wai�e or surr�nder any of its go�ernmental powers. ��. �o ��i���. 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 nof constitute a waiv�r of the City's or Consultant's respective right to insist upon appropriate perFormance or fo assert any such right on any future occasion. 1�. Y�IV��r �l���t7�Itl���l� /"�IY� �/�rE1Vt7Gt7. This Agreement shall be construed in accordance with the laws of the State af Texas. If any action, whether real or asserted, at law or in equity, is brough# on the basis of this Agreement, venue for such action shal! lie in state courts located in Tarrant County, Texas or the United States Disfrict Court for the Northern District of Texas, Fort Wor�h Division. In any such action, the prevailing party shall be �ntitled to recover from the other party reasonable attorneys' fees incurred in the bringing ar defending of th� action. 16. S�V�F�4�I�I�Y. If any pravisian of this Agreement is held to be the validity, legality and enforceability of the remaining be afFected or impaired. 11. FORGi� flllr4J�lJ��. invalid, illegal or unenforceabfe, pro�isions shall nvt in any way The City and Consultant shall exercise their best efforts to meet their respecti�e duties ar�d obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due io force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of omission, fires, strikes, lockouts, nationa{ disasters, wars, riofs, material or labor restrictions by any gavernmental authority, transportation problems ar�dlor any other similar causes. 18. H�ADIiVG� iVOi C�1VTFt�LLIN�. Headings and titles used in this Agre�ment are for reference purposes only and shall not be deemed a�art of this Agreement. 19. �NiIR1�iY 8� �,CR�Efi�ERlT. This Agreement, including the schedul� af exhibiis atfached hereto and ar�y documents incor�orated herein by reference, confains #he entire understanding and agreement between the C�ty and Consultant, their assigns and successars in interest, as to the matters• contained herein. Any prEor or cvntemporaneous oral or written agr+eement is hereby declared null and �oid to the extent in conffict with any pro�ision of this Agreemenf. This Agreement shall not be amended unless agreed to in writing by both parties and, if required, approved by the City's City Council. IN WiT ESS WHEREOF, the pa�ties hereto have executed this Agreemeni in multiples this L'`'�� day of G,,.._ , 20Q2. � CITY OF F�RT WORTH: B�: � � Charles R. Boswell Assistant City Manager AVIZION TECHNOLOGlES GROUP, Ii�C. By. 1- � � {name) �-�n,�,�,�� #� `� � {title} ���g���� ATTEST: , . I ,� g'J�.- - - - � -� _ - - ,� - City Secretar�'i APPROVED AS TO FORM AND LEGALITY: � d , � , l Assist�ht City�Attorn�y M&�: P� � ��o � � °l�l� ATTEST: By; f�. I ' lal�c.� �m�'c.� ►P I��,S - �;t���'r4R ,�G SU1ES.� �J�' Y�'L�i�li��� ����(�aG°��i. G�����U�D �. -- . — — —�. �,n °� �i,�!d��� ��p �cope af Wox1� For the Ciiy of For� Worth — IT �oiutions Department li��C Pd9690 ��p; A`ei�ioH i�cpr�ol�i�s �ree� ���ir���d �1�rnit�r ag bou�: �f0 ba�� �p �flor�ci� Fsti�a� N1�r��F�i� ��; ���,8��.�0 Day ta-d�y support for the mainframe op�rating enrrironment Technical�y manage the current environment Transi�ion bo the new en�ironment Technicafly mar�age �he new environment The suppori is 7/24. All off hours suppart is phone based and may require on-site response. This scope of services includes pro�iciency with the foffowing: WiS Senrers (W/�OQO) SNA Server (NT 4) Token Ring (to t�e 3745) •' �thernet (�o rest of tFte city) TCP�iP IBM — z051.3 -Operating System � IBM — CICS Transac�ion Server Z.2 IBM — Tivoli Neiview �.3 D62 Relatinnal Connect DB2 Datajaner (SQL) - �ES2 VTAM ACF 1/8/2003 1 Scape of Wark For the City of Fort Worth — T"1' Solutions Depa�rtrnent 11+I&C P-9690 (continued) Netview (Tivoli) SM5 SMP�R TSOIISPF V5AM CandE� dB2 Tools • � Xerox Printer Management Tools (XPAF) QMF (for Windaws) — Ro�ket 5oftware SYSJD Attachmate ' Beta 4Z WP 1.30 CICS RACF %�i Ki� -"V�ew Direct for MV5 6.2 " MV5 Quick Ref for Windows ' JCL Plus 3.5 � CA-1 CA�Copycat CA — Intertest "Candle Omegamon �I for MVS Version 5.20 "Candle Om�gaman II for CIC5 Version 5.20 QMF for Windows 6.i and 3.3 Fiie-Aide MVS 8.8 ` CIMS V 11.5 1/8/2003 7 5cape of Work For the Ciiy of Furt Wartf� — IT Salutions Depaxtment 1Vi&C P-9690 (cnntinued) �uti� �r�d ��n�ibili%�. Systems Manag�ment Plannin� Product Installation PrasJutt D�-insi�flatio� Upgrades System PerFormanc� and 7uning Con�guration and re-canfiguration (Changes) Scheduled Maint�nance as directed by management va�zoos :� C`ity of �o�� bVo�th, �'exas �IJt���r �nd� �o���i� Conn�na�����t�o� DATE REFERENCE NUMB�R LOG (VAME PAGE � a��2ia� �-���� ��VI��� aooz-o��4 � of 3 SUSJECT PR4FESS[ONAL 5ER1�'�CES �ONTRACT W1TH AV[ZI�N TECHNOLOGIES GROUP, IMC. T� PR�VIDE INTERIM MAINFRAME OPERATING ENVIRONMENT SUPPORT FOR THE INFORMATION TECHNOLOGY SOLUTIONS DEPARTMENT REC�MMENDATI�N: It is recommended fhat the City Council: 1. Authorize the City Manager ta execute a prafessional services contract with Avizion Technologies Group, Inc. for interim support of the City's mainfram� compu#er aperating environment at a cast nat to exceed $153,6p0 for the Information Techno[ogy Solutions Department using State of Texas Catalogue purchasing pracedures; and 2. Authorize the contract to begin Octaber 1, 2002, and expire 5eptem6er 30, 2003. D15CUS510N: On April 23, 2002 (M&C P-9586), th� Cify Cauncil authorized a professional services contract with Avizion Technologi�s Group, Inc. (A�izion} to remediate �he exisfing IBM mainframe computer operating environment. The remediation, wf�ich was needed to c�rrect significant prvblems wit�in the mainframe computer's operating environment that nega#ively impacted its perfiormance, reliabifity and security, is also a prerequisit� to oufisourcing the enviranment. To receive the best price and reduce rislc, it is necessary ta resolve any majar problems with the environment and optimize it. While the design, conf9guration and testing of the new operating environment are complete, full implementation will be delayed unfil mid-November to avoid disruptions ta the fisca{ year-end clasing processes adminis#�red by the Finance Department. Day-to-day support for the mainfrarne opera#ing environment is needed ta technically manage tF�e c�arrent environment, transition to the new environment, and technically manage the new enviranment until �ither a contract is executed to autsource the entire mainframe function or it is determined that outsourcing is nof a viable aption and a long-term arrangement for supporting fhe mainframe operating environmen# is bid and executed. It is estimated that the tatal period of iime to resolve this situation will be 12 months or less. A Request for Proposal (R�P) for outsourcing the entire mainframe computer function has been released, wit� a due date of Navember 2�, 2D02. It is anticipated ihat eualuatian of the proposals will be completed by the end af December 2002, and a fuli analysis and recommendation by City staff will be pro�ided to the City Council �y mid-January 20�3. If the recommendation is ta nat autsource th� entire mainframe camputer function, staff will issue an RFP for long-#erm support of the mainframe operating enviranment #hat A�izion is doing now, which would be implemented by mid-April 24Q3. If the recommendatian is to autsource the entire mainframe computer function, complete fransitiQn to the outsnurcer w�ulci be aniicipated by the end af June 20Q3. Depending on the propasals «csived, the cost-feasibility of outsourcing the entire mainframe computer f�nction might deEay implementation until �ctober 2�D3, when the City will have complefed ifs lease-purchase of fhe currenfi mainframe computer. �'ity of Fort �orth, �'exas ��yor� ��d �o����l C�r�r����c�toar� I]ATE REFER�NCE NUMBER LOG NAM� PAG� 1 D122102 I�-9690 FZ�VI��D 0002-0254 2 of 3 suB��cr PRO�ESSIONAL SERVICE CONTRACT WITH AI/IZION TECHNOLOGIES GROUP, INC. TO PR�VIDE INTERIM MAINFRAME OPERATING ENVIRONMENT SUPPORT FOR THE INFORMATIQN TECHN�LOGY SOLUTiONS DEPARTMENT The Qualified Information Systems Vendor (QISV} program re�uires evaluation of at least three quotes from quali#ied vendors when possible. The QISV program allows for agencies to use bot� "best practice" and "best rralue" factors to be used in procurement decisions. A request for quotes was issusd to seven QISV vendors on September 4, 2QQ2. Qn Sep#ember 13, 2002, the City of �ort Wor�h received t�ree responses for mainframe operating environment support services. �uotes wer� received from Cornerstone, Avi�ion, and in5ource. In addition to price, the quotes were e�aluated using the following criteria: � Responsiveness of quoted solufion to requested duties and responsibilities and �uotation requirements; and � Problem determination and source identification skills; ar�d • Experience supporting public safety agencies, including National Crime fnformation Center (NCIC) certification ar�d interface experience and appropriate backgraund checks; and � General experience supporting the current ar�d fut�re mainframe environmenfs. Avizion was the most responsive and had the lowest �ricing �n their quoted solution. The 1�2-month costs submitted by the three vendor5 is as follows: Vendor Cost Avizion $153,600 InSource $9 87,140 Cornerstone $296,610 The contract agreement will be used to purchase Avizion services to maintain ti�e current mainframe operating environment, transition fram the current enviror�ment to the new environment, and maintain th� new environment. The maximum term of this cantract is 12 months, but it wiU be terminated upo� execution of a contract to outsource the mainframe environment or a contract to provide long-term mainframe systems support if the decision is made not to outsource fh� mainframe enviranm�;nt. C�iy of �'ort Warih9 Texas �Il�y�� ��� ��a�n��l �o�nr�ur�����io� �ATE REFER�NCE NUMBER LOG NAME PAGE �a�2zro2 �-9690 R�VIS�� ooa2-a254 3 of 3 SUBJECT PROFESSl�NAL SERVICES CONTRACT WITH AVIZIO TECHNOLQGIES GROUP, INC. T4 PROVIDE INTERIM MAINFRAME OPERATING ENVIRONMENT SUPPORT FOR THE INFORMATION TECHNOLOGY SOLUTIONS DEPARTMENT Avizion is designated as a QISV vendor by the State ofi Texas. Under Section 271.083 of the Texas Local Government Code, a local gavernment satisfiies otherwise competitive bidding requirements when i� malces a purchase ihraugh the State of Texas Generaf Service Commission Catalo�ue purcnasing procedure established by Section 2157'.Q61 of the Texas Government Code. The City wiil comply with that procedure fior the purchase agreement authorized under this Mayor and Councif Communication. MIWBE - A waiver of the gaal for MIWBE subcontracting requirements was requesfied by the Purchasing Divisian and approved by fhe M1WBE Office �ecauss the p�rchase nf services is from sources where subcontracting or supplier oppor�unities are negligible. Avizion is a certified woman- owned business enterprise. FlSCAL INFORMATIONICERTIFICATION: The �Enance Direcior certifiies that funds are available in the current operating budget, as appropriated, af the lnforma#ion Systems Fund. CB:n BQN1�2-Q254NVW Submitted for City Manager's Office hy: Gharles Baswell Originating D�partrnent Head: Jim Keyes David Miller Additional Infarmatian Cnntact: Rabert Con�hs David Miller I FUND I A,CCDUNT (to) 6183 � 8517 I (fram) 8450 P168 535120 &357 I 8450 I CEI�TER ao4so2o AMOUNT $153,600.00 CITY SECRETARY APPROVED 12/17/02