CITY OF LAGUNA NIGUEL

Size: px
Start display at page:

Download "CITY OF LAGUNA NIGUEL"

Transcription

1 CITY OF LAGUNA NIGUEL REQUEST FOR PROPOSALS INTEGRATED MUNICIPAL ENTERPRISE RESOURCE PLANNING (ERP) SOFTWARE SOLUTION AND SERVICES Issued January 30, 2017

2 CITY OF LAGUNA NIGUEL REQUEST FOR PROPOSALS FOR INTEGRATED MUNICIPAL ENTERPRISE RESOURCE PLANNING (ERP) SOFTWARE SOLUTION AND SERVICES I. INTRODUCTION TABLE OF CONTENTS A. General Information 1 II. DESCRIPTION OF THE GOVERNMENT A. Background of the City of Laguna Niguel 2 B. Fund Structure 2 C. Financial Related Systems 2 D. Technology Infrastructure 3 E. Internal Audit Function 5 III. SCOPE OF WORK TO BE PERFORMED A. Scope of Work 6 IV. TIMETABLE A. Key Dates 12 V. PROPOSAL REQUIREMENTS A. Inquiries 13 B. Submission of Proposals 13 VI. EVALUATION PROCEDURES A. Review of Proposals 17 B. Evaluation Criteria 17 VII. ATTACHMENT A 18

3 CITY OF LAGUNA NIGUEL REQUEST FOR PROPOSAL FOR INTEGRATED MUNICIPAL ENTERPRISE RESOURCE PLANNING (ERP) SOFTWARE SOLUTION AND SERVICES I. INTRODUCTION A. General Information The City of Laguna Niguel, California (the City ) is requesting proposals from qualified, competent, knowledgeable, and experienced software companies ( vendors ) providing an integrated municipal enterprise resource planning ( ERP ) software solution for Financial Management, including Payroll and automated Timekeeping Management, and Human Resource Management. The successful vendor will provide and administer the duties and responsibilities set forth in this Request for Proposal ( RFP ), in compliance with all applicable laws, regulations, policies and procedures. Vendors submitting proposals must be prepared to enter into a contract ( Agreement ) for the services and duties as set forth in this RFP. There is no expressed or implied obligation for the City to reimburse responding vendors for any expenses incurred in preparing proposals in response to this request. Materials submitted by respondents are subject to public inspection under the California Public Records Act (Government Code Sec et seq.), unless exempt. To be considered, five (5) copies of a proposal must be received by the City Clerk s Office at Crown Valley Parkway, Laguna Niguel, CA by 4:00 P.M. on March 7, The City reserves the right to reject any or all proposals submitted. During the evaluation process, the City reserves the right, where it may serve the City's best interest, to request additional information or clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the City, vendors submitting proposals may be requested to make oral presentations / demonstrations as part of the evaluation process. The City reserves the right to retain all proposals submitted and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the vendor of the conditions contained in this request for proposals, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City and the vendor selected. It is anticipated the selection of a vendor will be completed in early April Following the notification of the selected vendor, a recommendation and proposed contract will be prepared for review and approval by the City Council at the May 2, 2017 Council Meeting.

4 Page 2 II. DESCRIPTION OF THE GOVERNMENT A. Background of the City of Laguna Niguel The City was incorporated on December 1, 1989, servicing an area of approximately 14.8 square miles in South Orange County with a current population of 65,952. The City is a general law city, which operates under the council/manager form of government. The following services are provided to its citizens: public safety, planning, building, code enforcement, engineering, street maintenance, street lighting, park maintenance, recreation, and general administrative services. The City's fiscal year begins on July 1 and ends on June 30. The City s operating budget in Fiscal Year is approximately $36.3 million, with a capital improvement budget of approximately $16.5 million. The City s operations are organized into five functions (general government, public safety, community development, public works, and parks and recreation), with 68 budgeted full-time positions. Public safety is contracted with the Orange County Sheriff and Orange County Fire Authority. The accounting, treasury and financial reporting aspects of the City are centralized within the Finance program of the general government function. Finance is headed by the Director of Finance, and also includes a Purchasing Manager, Senior Accountant and two Account Clerks. IT is contracted with a service organization, in addition to an IT Network Administrator that is a City employee. B. Fund Structure The City currently maintains a total of 14 funds, including the general fund, one internal service fund, one capital projects fund and 11 special revenue funds. The City adopts an annual appropriated budget for all funds. C. Financial Related Systems The City s current software applications environment is as follows: Company: Unit4 / Software: Agresso (Cloud based) o Accounts Receivable / Billing o Accounts Payable / Check Preparation & Writing o Budget (annual) o General Ledger Software: BarScan o Capital Assets excluding infrastructure

5 Page 3 II. DESCRIPTION OF THE GOVERNMENT (CONTINUED) C. Financial Related Systems (Continued) Service Organization / Company: ADP, LLC (Web-based) o Payroll Processing o Timekeeping & Approvals o Human Resources Company: Active Network / Software: ActiveNet (web-based) o Recreation management (registrations and revenues) Company: Sungard / Software: TRAKiT system (web-based) o Planning and Building & Safety permits None of the above products used by the City are integrated with Agresso, therefore, manual journal entries are prepared to enter transactions into the general ledger. All other processes are manual / tracked in Excel, including, but not limited to, purchasing, investments, grants, and reporting (CAFR and external reporting). D. Technology Infrastructure The City s current technology environment is as follows: The Information Technology ( IT ) function handles the City's computer systems, including networking, security, websites, databases, applications, services, virtual and physical servers, telecommunications, and desktop support. The City s core campus (which includes City Hall and Police Services) is on a fiber backbone. Remote sites (three Parks and Recreation locations) are connected to the core campus via Wireless Backhaul. Our Internet connection is a 100Mb/s dedicated fiber connection through Cox Communications. The City has standardized HP desktops running Windows 7, 10 (32 and 64 bit) and Office 2010 (32 and 64 bit). The server infrastructure consists of Dell, HP servers running VMWare ESXi and virtual guests running Windows 2008r2, 2012 operating systems. In addition, we have standardized on Microsoft SQL Server 2012 (64 bit). IT supports approximately 160 full and part-time employees and volunteers, with 130 desktop/laptops, and over 22 servers (both physical and virtual). The IT function also supports desktop phones, cell phones, printers, and all network equipment (switches, routers, and firewalls).

6 Page 4 II. DESCRIPTION OF THE GOVERNMENT (CONTINUED) D. Technology Infrastructure (Continued) In addition to Microsoft products, IT also provides support for all departmental and enterprise-wide applications including Agresso, TRAKiT, MCCI LaserFiche, BarScan, ActiveNet, and various smaller networked applications. The City s Finance Department operates from a single location. The current accounting system runs on an SQL Server platform. There are six primary workstations and various non-finance department users with inquiry and reporting capability. The Finance Department has three networked printers. The PCs run on Windows 7 and will upgrade to Windows 10 sometime in the future. The desktops are connected to the City domain network allowing internet, file sharing, and printing to network resources. Technology Current Standard Database SQL 2012 Service Operating System Service 2012, 2008r2 migrating to 2016 Desktop Operating System Win 7 and 10 x86 and x64 Desktop Hardware HP desktops, laptops Office Productivity Office 2010 migrating to Office 365 Browser IE 11, Chrome, Edge, Firefox Server/Client Exchange 2010 Virtual Environment VMWare ESXi for Servers Storage Area Network (SAN) Active Directory User & Computer Account SQL 2012 The City s desired technology environment is as follows: The purpose of this RFP is to identify a vendor to provide the City with a new financial information system (backbone) and to implement the software applications listed above and the systems configuration described below. The City requests vendors tailor their proposals to a Brower-based client/server application developed with the latest Microsoft Technologies (e.g.,.net) rather than the existing configuration and preferably compatible with Remote Desktop Services and different web browsers (IE, Chrome, Edge, Firefox). However, vendors may propose alternative configurations if they are more cost and/or technically effective. Any alternative or revised configurations must be clearly identified and explained in the vendor s proposal. This discussion should include an explanation of the rationale behind any revisions to the proposed configuration.

7 Page 5 II. DESCRIPTION OF THE GOVERNMENT (CONTINUED) D. Technology Infrastructure (Continued) In some cases, the City may already have the necessary products needed to support the applications proposed, or may be able to get better pricing for the necessary products than the vendor. Where existing hardware and software licenses can be used, vendors are encouraged to use them. The vendor should provide the specifications (and pricing if the vendor is acting as a reseller) for any and all necessary platform elements to support the proposed application software. The specifications must be detailed and specific so the City can easily obtain pricing information, which will be added to the vendor s proposal as part of the total cost of the system to be compared to other proposals. Overall, the City s desired hardware architecture consists of: centralized networked server hosting financial, business and human resources management information systems, with internal access provided through a number of Active Directory Domain networked PCs running Windows 7, 10 and preferably compatible with other non-windows operating systems and mobile applications and devices. The goal of this architecture is to provide: internal employee access to the City s financial, business and human resources management systems for inquiry, controlled data input and report writing, seamless government processes providing improved workflows with online forms striving toward a paperless environment external (customer) on-line services to the City s systems for: o human resource functions, such as employment applications o inspections, o permits, o plan submissions, and o payments Secured vendor hosted solution for backup capability E. Internal Audit Function The City does not maintain an internal audit function.

8 Page 6 III. SCOPE OF WORK TO BE PERFORMED A. Scope of Work It is the intent of the City to purchase financial software to serve the current and projected needs in the Finance Department. Vendors will be required to respond to this RFP with a proposal that will satisfy the specifications outlined in this document or so state those specifications which require exceptions to be taken. This RFP states the overall scope of products and services desired, specific application software functionality, hardware configuration, and vendor qualifications. The successful vendor will seek to establish turnkey, user friendly solutions that possess strong internal checks and balances. Vendors responding to this RFP shall: 1. Specify the number of years they have been in the public sector software industry. Provide the number of customers served and the percentage of annual revenues from public sector customers. 2. Indicate whether they or any product being proposed has ever been purchased by another company or acquired due to a merger or acquisition. If yes, provide details regarding the name of the companies involved and specific products affected. 3. Describe the overall solution approach, which should include a discussion regarding the approach to working with the City and include the following items: The suggested organizational structure for the project, including both the vendor s staff and subcontractors to be used by the vendor and City staff. Identify the roles each would play, the effort involved in these roles, and the skills necessary to satisfy these roles. Shared risk, meaning how the vendor proposes to work together with the City as a team to minimize risk for the project. Partnering, meaning how the vendor proposes to work with other vendors, whose solutions the City has already implemented. 4. List and describe all proposed software modules. The vendor is required to provide hosting services for these modules and must clearly state the software product, versions, and release that are proposed as well as any hardware that is required, including the make, model, and configuration.

9 Page 7 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) 5. Provide information about any firm involved with the proposal including the software vendor, implementation vendor, and/or any third party vendors so that the City can evaluate the vendor s overall product quality, stability, customer service and support, and ability to support the commitments set forth in response to the RFP. The City desires to contract with a single vendor for all hardware and software, hardware/software maintenance, installation, data conversion, training, project implementation/administration, and on-going maintenance and technical support. However, the City reserves the right to evaluate each application module on its own standard of performance, regardless of whether other application modules of the vendor are considered by the City. The City, at its discretion, may require a vendor to provide additional supporting information or clarify requested information. All vendors shall provide the following information: Company Name Location of corporate headquarters Location of nearest office/location to City Number of years in business Number of clients on current version Other industries serviced 6. Provide references for both the software and implementation services. The City considers these references to be an important part of its decision-making process to award a contract. Vendors should assume that all references will be contacted. Failure to provide this information may result in the vendor not being evaluated. The City reserves the right to contact additional clients for references, if deemed necessary. Please provide three (3) public sector client references that include the following: name of client, address, phone numbers and addresses of contact persons with knowledge of the project, number of employees, size of operating budget, contract dates (from-to), contract value, and summary of project scope and tasks. 7. Present, in detail, the features and capabilities of the proposed application software and technical environment.

10 Page 8 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) 8. Describe the proposed level of integration between the different software products or modules (for example, between Finance and Payroll/HR and between Finance and Community Development). If the proposal does not contain software for all scope options, describe the proposed level of integration that would fulfill the functions listed in this RFP but not proposed. 9. Describe the tools and the ability of the proposed software system to integrate with existing City software systems in use at the City: Unit 4/Agresso software (financial), Version 5.5.3; (Automated Data Processing (ADP) software (payroll), Release /Build ; Sungard Public Sector (Trakit) software (building and safety permitting), Version ; and ActiveNet software (parks and recreation registrations), Version ). 10. Describe the proposed services for hosting, including: Information on the specific hosting services provided. Service desk support services. User setup, authentication, and management processes. Application support. Operational support services. Technology infrastructure services. Disaster recovery services. Impact on City network and bandwidth. 11. Explain service levels that will be used to guarantee optimal performance for the City through the proposed hosting agreement. Describe the response time and standard metrics. 12. Describe the technical support cost structure for support calls. 13. Provide a detailed plan for implementing the proposed system. The information must include: Proposed phasing for roll-out of the new system. Explanation of the advantages and risks associated with this plan.

11 Page 9 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) 14. Explain the proposed methodology for implementation. The information must include: Overview of the key implementation phases or activities. Description of key deliverables. Overview of the approach to business process improvement, including a description of the specific proposed services that will be provided to ensure the City adopts best business practices. 15. Explain the proposed vendor staffing for the project, including: Number of staff the vendor will assign. Approximate dedication to the project of each resource and approximate time work will be completed (on-site vs. off-site). Major roles and responsibilities for each key phase and activity for implementation. 16. Provide project team resumes for key members of the implementation team expected to be on the City s project. 17. Explain the proposed project management services, including: Role of the vendor project manager. Role of the City project manager. Proposed format and process for project status reports. Proposed quality assurance procedures. Description of how the project manager will ensure that the City s goals and objectives are met throughout the project. 18. Explain the expected City staffing for the project, including: Number of resources. Key responsibilities for each resource. Assumed participation in the project, including all time spent working on the project (with and without vendor consultants).

12 Page 10 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) 19. Provide an overview of the proposed training plan/strategy, specifying how and when training is to be delivered for on-site training and web training services for the core project team, end users, and information technology personnel. 20. Explain any roles and responsibilities the City is expected to provide for the training effort, including, but not limited to, training coordination, training material development, training delivery, etc. 21. Describe the nature of post-implementation and on-going support to be provided, including: Post-implementation Support: Days on-site support after go-live Other on-site support after go-live (month-end, quarter-end, year-end, open enrollment, etc.) Other Support: Remote desktop support Additional on-site support Telephone Support: Hours available (and time zone) Problem reporting and resolution procedures Response times for various levels of severity User Groups: Local user group User group members (number) Upgrades/Patches: Frequency (major and minor releases) Requirements How are they delivered? How many versions are currently supported?

13 Page 11 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) For this RFP, the scope is divided into the categories listed below. Vendors are required to submit their proposals for both scope requirements: Scope Requirements #1 (Finance) General Ledger Project / Grant Accounting Payroll Time & Attendance Purchasing Contracts Administration Accounts Payable Capital Assets Budget Cash Receipts / Cashiering Asset Management Investments/Treasury Scope Requirements #2 (Human Resources) Human Resources Reporting Benefits Performance Compensation Planning Compliance Recruitment Risk Employee Records Employee Relations Employee Self-Service Time and Attendance Training & Development The City will require the development of a detailed statement of work, including a high-level project plan, prior to contract signing.

14 Page 12 III. SCOPE OF WORK TO BE PERFORMED (CONTINUED) A. Scope of Work (Continued) The selected vendor will furnish all labor, materials, equipment, products, tools, transportation, and supplies required to complete the services. Any additional services not identified in the Agreement will be mutually agreed to in writing by each party. The City expects a project start of May Implementation will be focused on the financial system, followed by Payroll/Human Resources, or as recommended by the vendor. The vendors should plan on staff from all City departments having access to the new system, primarily for the invoice approval process. It is anticipated that approximately 50 users will have access, with six (6) of those users in Finance. Vendors should use the estimated user counts to properly license all proposed modules and propose training services for all City staff. IV. TIMETABLE A. Key Dates It is anticipated that the City will follow the below timetable for selecting a vendor: Release RFP January 30, 2017 Questions From Vendors Received By February 17, 2017 Answers Provided to Vendor Questions February 21, 2017 Proposal Due Date March 7, 2017 Vendor Demonstrations After March 13, 2017 Notification of Vendor to be Recommended to Council Early April 2017 Recommended Vendor Presented to Council May 2, 2017

15 Page 13 V. PROPOSAL REQUIREMENTS A. Inquiries Inquiries concerning the request for proposals and the subject of the request for proposals must be made by February 17, The City will respond by inclusive of all questions no later than February 21, Inquiries should be made to: Marvin Cruz, Purchasing Manager Crown Valley Parkway, Laguna Niguel, CA CONTACT WITH PERSONNEL OF THE CITY OTHER THAN THE ABOVE REGARDING THIS REQUEST FOR PROPOSALS MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. B. Submission of Proposals The following is required to be received by 4:00 P.M. on March 7, 2017 for a proposing firm to be considered. 1. A master copy (so marked) of a Technical Proposal, along with four (4) copies, in an envelope marked Integrated Municipal Enterprise Resource Planning (ERP), along with electronic versions in PDF, DOC or DOCX formats on USB Flash Media or CD. The technical proposal must include the following: a. Title Page The title page shall show the proposal subject, the Vendor s name, primary contact person s name and contact information. b. Table of Contents c. Transmittal Letter The transmittal letter should briefly state the proposer s understanding of the work to be performed, the commitment to perform the work in the required time frame, and statements as to why the vendor believes it is best qualified to provide the services outlined in this RFP. The transmittal letter should also make a statement that the vendor s offer is a firm, irrevocable offer for 90 days. The proposer should acknowledge the receipt of addenda, if any. The transmittal letter should include the signature of the officer or other designated persons 1) authorized to bind the vendor according to the terms of the proposal, and 2) has the authority to negotiate and extend the terms of the written proposal, if required.

16 Page 15 V. PROPOSAL REQUIREMENTS (CONTINUED) B. Submission of Proposals (Continued) d. Detailed Proposal The detailed proposal should follow the order set forth in Section IIIA. of this RFP. 2. The proposer shall submit an original and four (4) copies of a dollar cost bid in a separate sealed envelope marked as follows: SEALED DOLLAR COST BID PROPOSAL FOR CITY OF LAGUNA NIGUEL FOR INTEGRATED MUNICIPAL ENTERPRISE RESOURCE PLANNING (ERP) SOFTWARE SOLUTION AND SERVICES Vendors shall submit their cost proposal in a separate and sealed packet. The City requests that vendors do not cite cost anywhere else in the proposal in order to prevent evaluators from viewing this information. The City s RFP Evaluation Team will review cost proposals after evaluating the non-cost information in the technical proposal and prior to selecting vendors for software demonstrations. 3. Proposers should send the completed proposal consisting of two separate envelopes addressed to the following: City Clerk s Office City of Laguna Niguel Crown Valley Parkway Laguna Niguel, CA The following are to be included in the Technical Proposal: a. General Requirements The purpose of the technical proposal is to demonstrate the qualifications, competence, and capacity of the vendors seeking to provide integrated municipal enterprise resource planning (ERP) software solution and services to the City in conformity with the requirements of this request for proposals. As such, the substance of proposals will carry more weight than their form or manner of presentation. The technical proposal should demonstrate the qualifications of the vendor and of the particular staff to be assigned to this service. THERE SHOULD BE NO DOLLAR UNITS OR TOTAL COSTS INCLUDED IN THE TECHNICAL PROPOSAL DOCUMENT.

17 Page 15 V. PROPOSAL REQUIREMENTS (CONTINUED) B. Submission of Proposals (Continued) All requested information in this RFP must be supplied. Vendors, however, may take exception to certain requirements in this RFP. All exceptions shall be clearly identified in this section, and a written explanation shall include the scope of the exceptions, the ramifications of the exceptions for the City, and the description of the advantages or disadvantages to the City. Please indicate your willingness to comply with each condition by noting any exceptions. The City, at its sole discretion, may reject any exceptions or specifications within the RFP. b. Sample Documents to be Provided Vendors shall include sample copies of the following documents. Although they are sample forms, the documents must contain all material terms so that the City can fairly evaluate the vendor s forms. Software licensing agreement. Maintenance agreement. Implementation services agreement. Hosting agreement, as applicable. Implementation project plan. Training plan. 5. The following are to be included in the Sealed Dollar Cost Bid: a. Costs / Pricing The sealed dollar cost bid should contain all pricing information relative to performing the services as described in this request for proposal, including initial (nonrecurring) costs and on-going (recurring) maintenance and support. The City is requesting vendors to estimate prices and hours for all categories with the understanding that they may have to make assumptions. Vendors may submit additional pricing sheets as an addendum to the cost template; however the cost template must be completed. The City may award a purchase contract, based on initial offers received without discussion of such offers. Therefore, a vendor s initial offer shall be based on the most favorable terms available. The City may also request revised pricing offers from vendors, and/or enter into contract negotiations thereafter.

18 Page 16 PROPOSAL REQUIREMENTS (CONTINUED) B. Submission of Proposals (Continued) Vendors must submit implementation costs as fully loaded rates that include all necessary travel. The City will require fixed maintenance fees for five (5) years following implementation. The City will not be responsible for expense incurred in preparing and submitting the technical proposal or the sealed cost dollar bid. Such costs should not be included in the proposal. The first page of the sealed dollar cost bid should include the following: Name of Vendor Certification that the person signing the proposal is entitled to represent the vendor, empowered to submit the bid, and authorized to sign a contract with the City b. Hourly Rates The sealed dollar cost bid should also include the hourly rates of the vendor s employees for any additional work to be performed that would be included in a separate agreement as may be necessary. c. Conflict of Interest The proposer affirms to the best of his or her knowledge, there exists no actual or potential conflict between the vendor s business or financial interests, and either the services to be provided under the Agreement, or any commissioner, officer, employee, or agent of the City. For the duration of the Agreement, the proposer shall refrain from undertaking any work for any individual, business, or legal entity, in which direct conflicts of interest regarding the services to be provided thereunder or herein may arise.

19 Page 17 VI. EVALUATION PROCEDURES A. Review of Proposals The goal of the City s evaluation panel is to determine which solution(s) best meets the City s needs. The evaluation panel consisting of City staff will be responsible for reviewing, analyzing, and evaluating the proposals received. After the technical evaluation for each vendor has been established, the sealed dollar cost bid will be opened. The evaluation panel will also evaluate software demonstrations, as well as possibly conduct contract negotiations with the highest rated proposer(s). The evaluation panel will make recommendations to the City Council regarding vendor selection. B. Evaluation Criteria Proposals will be evaluated by the panel, considering, but not limited to, the factors which are listed below. 1. Proposal Evaluation Implementation Approach, including data conversion and training Project Management Approach / Plan Technical compatibility Past experience with similar organizations and references Overall understanding of the City s needs and project risk mitigation Integration of the System Cost 2. Software Demonstrations Demonstrations Evaluation of software including system wide features such as reporting, workflow, security, ease of use, etc., and ability to meet the City s business process needs Implementation Approach COST WILL NOT BE THE PRIMARY FACTOR IN THE SELECTION OF A VENDOR.

20 ATTACHMENT A City of Laguna Niguel Proposal for Integrated Municipal Enterprise Resource Planning (ERP) Proposer Name: 1. One-Time Costs Costs Description Proposed Price Estimated Hardware Acquisition Cost $ Proposed Application Software Licensing Fees Third Party Software (i.e. operating system, databases, reporting tools) Application Development / Customization Installation / Implementation Project Management Training, including all materials Travel Expenses Other One-Time Costs (Describe) Total One-Time Costs $ 2. Hardware Description (Make, Model, Configuration) Proposed Price $ Other One-Time Costs Total Costs $ 3. Software (Product, Version, Release) Description Proposed Price Total Costs $ $

21 4. Travel Expenses Description Proposed Price Total Costs $ 5. Other One-Time Costs $ Description (enhancements, additional modules, communications, etc.) Proposed Price Total Costs $ 6. Recurring Annual Costs $ Description (maintenance and support fees, etc.) Proposed Price Total Costs $ 7. Escrow $ Escrow Fees Proposed Price Year 1 $ Year 2 Year 3 Year 4 Year 5 Total Costs $ 8. Other Value-Added Services Description Proposed Price Total Costs $ $

22 9. Optional Services-Hourly Rates Position/Role Hourly Rate $ Total Costs $