Professional Documents
Culture Documents
Silo - Tips Request For Proposals RFP Data Warehouse Business Intelligence System Professional Services
Silo - Tips Request For Proposals RFP Data Warehouse Business Intelligence System Professional Services
Silo - Tips Request For Proposals RFP Data Warehouse Business Intelligence System Professional Services
Copies of this RFP and all related materials are available at the above
address and on-line in a downloadable format from Santa Clara County’s
Web site at www.sccgov.org see Contracting Opportunities/RFPs
/Solicitations or go directly to BidSync’s website www.BidSync.com
TABLE OF CONTENTS
I. INVITATION ............................................................................................................... 4
A. EVALUATION CRITERIA............................................................................ 43
B. APPEAL PROCESS………………………………………….……………........43
APPENDIXES
I. INVITATION
The Santa Clara County, Social Services Agency (SSA), is seeking proposals from
qualified firms to provide professional services to assist the SSA in developing and
implementing an enterprise data warehouse and business intelligence system.
II. CALENDAR
Date Event
Friday, October 10, 2008 Release of Request for Proposals (RFP)
Friday, October 17, 2008 3:00 Deadline To Submit Written Questions via
pm BidSync.com
Wednesday, October 22, 2008 Response to Questions/RFP Amendments
(Addendum) Posted on BidSync
Thursday, October 30, 2008 3:00 Deadline to Submit Proposals
pm
Monday, November 3, 2008 Initial Screening Completed
Rejection Notices Sent
Monday, November 10, 2008 RFP Response Evaluation
The County of Santa Clara (County) is located at the southern tip of the San
Francisco Bay. With a population of 1,682,585, it is the fifth largest county in the
State of California.
The Social Services Agency (SSA) employs over 2,480 staff with an annual budget
of $600 million. SSA has approximately 40 District Offices and Program Locations
that provide services for residents of Santa Clara County.
The SSA’s Information Systems (IS) Department currently has approximately 100
staff. The IS Department has three purposes: (1) to provide leadership, coordination
and support in the use of information technology in process design, service delivery,
and program administration; (2) to design, develop, and maintain both the
technological infrastructure of the Agency and the Agency’s applications; and (3) to
carry out the purpose of providing information for reporting, decision-making,
evaluation, learning, program integrity, and accountability.
The Social Services Agency is a culturally sensitive and socially responsible public
agency providing high quality, professional, financial, and protective services for
residents of Santa Clara County.
Prevent abuse and to ensure the medical, physical, financial, and emotional well-
being of children and adults at risk of abuse, neglect, or exploitation.
- Maintain or restore family and kinship ties whenever possible and help families
understand and learn the skills and behaviors needed to safely care for and
nurture their children and elders.
-
- Maintain safe, healthy, and independent lifestyles for residents through
specialized and in-home services aimed at preventing or delaying
institutionalization in a manner that respects their personal liberty.
-
- Assist residents in acquiring the resources needed to gain and retain competitive
employment and to secure a more challenging, satisfying, and economically
rewarding life for themselves and their children.
C. PROJECT VISION
The vision of the Enterprise Data Warehouse and Business Intelligence project is to
develop an enterprise approach to provide the data integration among many
disparate sets of data, and a consolidated view of data across the Social Services
Agency (SSA) without impacting the operational performance of existing data
sources. SSA can begin to reduce the complications of having users obtain different
answers for the same question by having one version of the “truth”. Furthermore,
this infrastructure will not only enable SSA to share information, fully understand the
data inter-relationship, and reduce duplication of costs and efforts, but also
empower SSA stakeholders with self-service access information, data analysis
using drill-down capabilities, and management of key business performance
indicators in real-time to make strategic decisions.
D. DEFINITION OF ACRONYMS
The scope of work shall consist of developing and implementing an enterprise data
warehouse and business intelligence system for the SSA. The system is expected
to enhance SSA’s ability to integrate various data sources with the goal of more fully
understanding the inter-relationships between its programs and the dynamics that
drive its caseloads and program outcomes, and to improve access from the web for
data analysis and management of business performance metrics. The warehouse
and business intelligence layers are used not only to improve analytical capability,
but also to support agency-wide management information reporting.
The amount of data accumulated and stored with SSA is large and originates from
many disparate sources such as the Child Welfare Systems (CWS/CMS), California
Welfare Information system (CalWIN), and the Adult & Aging Program’s system
California Management Information Payroll System – (CMIPS). Data is also
received from Enterprise systems (e.g. SAP) of Santa Clara County such as
Financial and Human resources, from other state agencies such as the Employment
Development Department, and ad hoc systems and databases developed within the
agency. The “Section IV.E” of the RFP provides a detailed description of the major
SSA applications with data size, number of users, tables and reports.
Consistent with this scope, the selected vendor shall assist in developing and
implementing an enterprise data warehouse and business intelligence system for
the following five departments of the Social Service Agency:
The system developed by a vendor must include all data warehouse functionalities
to create a clean, reliable and integrated central repository of information for the
above departments. Also, the business intelligence functionality is an integral part
of the data warehouse solution to improve agency-wide management information
reporting and analytical capability. Furthermore, this system must be very user
friendly, web- enabled, flexible, and fully scalable.
The vendor must have experience and expertise with all aspects of building best-of-
breed data warehouse and business intelligence solution. In particular, it’s expected
that the vendor has the experience and business knowledge in implementing the
A single vendor is expected to build the entire data warehouse and business
intelligence solution based on the SSA’s technology platform which consists of
Oracle database, ETL tool (Oracle Warehouse Builder or Business Object Data
Integrator), and Business Objects Reporting/Business Intelligence tool (e.g. BO XI
R2, BO Xcelsius).
The vendor is also expected to transfer the knowledge of this system to SSA
personnel by working closely with SSA information technology resources during the
project life cycle. The vendor will be responsible for the system documentation.
SSA will own the finished system, and the system will be fully maintained by SSA
without the needed support of the vendor.
Within the scope of the project, SSA’s first priority is to respond to In-Home
Supportive Services (IHSS). IHSS services for the aged, blind and disabled
population are routine household tasks such as house cleaning, meal preparation,
personal hygiene and transportation services. These services are provided to
persons who are unable to perform these tasks for themselves because of personal
functional limitations, and who otherwise could not remain in their own homes
without this assistance. With the capability to access to integrated data from
multiple sources (e.g. Provider, Case assignment), and to monitor IHSS key
performance indicators in real-time, SSA can make strategic decisions concerning
administrative and financial needs to serve more effectively our elderly and disabled
recipients.
The project’s second priority need is the client Welfare-To-Work (WTW) and Work-
Participation-Rate (WPR) requirements as set forth in the Deficit Reduction Act
(DRA) of 2005. Under the Welfare Act of 1996, adults receiving assistance are
expected to engage in work activities and develop the capability to support
themselves before their time-limited assistance runs out. All states including
California and subsequently Santa Clara County SSA are required to assist
recipients in making the transition to employment. The DRA requires the state
through the counties to meet the work participation rates and other critical program
requirements in order to maintain their full Federal funding and avoid penalties.
In addition, with immediate access to accurate Caseload information, and the ability
to obtain trend analysis on Intake data, the Department of Employment and Benefits
Services (DEBS) can make the needed adjustments to the program in a more
timely and effective manner.
The third priority need is Department of Family and Children Services (DFCS)
relating to the Title IV-E Waiver. Title IV-E of the Social Security Act establishes:
• The Foster Care and Adoption Assistance programs for certain children who
receive foster care services or subsidized adoption.
Serial Number: RFPITDW2009 Page 10 of 46
County of Santa Clara Request for Proposals
Social Services Agency Data Warehouse & Business Intelligence System
Under the Title IV-E program, each individual program is funded at different levels
(or amounts of dollars). The aim of the waiver program is to utilize spending
flexibility for a series of proactive reinvestment strategies to better direct financial
resources away from expensive care and ineffective services to prevention, early
intervention, and long-term support strategies that serve youth and their caretakers
with engaging, cost effective, localized, familial, and neighborhood and mentor-
based supports. It is incumbent upon SSA to fully understand the changes in cost,
performance, and effectiveness of this strategic program on a real-time basis. The
ability to understand performance and respond quickly to positive or adverse affects
of the waiver program is essential to its overall success.
The fourth priority need is the Department of Fiscal and Administrative Services
(DFAS) in managing and monitoring the financial data such as client payments and
collections to proactively identify potential overpayments or new funding for the
SSA.
B. Project Schedule
SSA has developed the following preliminary project roadmap. SSA and the
awarded vendor will jointly fine-tune the implementation phases and the schedule
for the project.
In general, the Enterprise Data warehouse and Business Intelligence project will be
implemented in three major phases. Each phase will deliver incremental
functionality to complete the data and business intelligence infrastructure required
while reducing the project risks, and producing quicker deliverables.
The Phase 1 addresses the immediate needs of the DEBS and DAAS
departments. More specifically, this phase will leverage the Los Angeles
County (LA) Data warehouse system (i.e. DPSS) as an “accelerator” for
developing our initial solution.
In order to reduce the project costs and risks for the Phase 1, SSA will
maximize the reuse of DPSS components where possible.
Phase 2 will enhance the data infrastructure with the DFCS data sources
(e.g. Child Welfare System - CWS), and create additional dashboards /
Key performance indicators (KPI), and reports for the DFCS subject area.
Phase 3 will add the financial data sources. It will provide critical financial
information to SSA Finance stakeholders to perform ad-hoc financial data
analysis. Furthermore, the end-user will be able to obtain a consolidated
overpayment view for different social service programs.
This scope of work is expected to be completed in maximum three (3) years with
multiple incremental phases. The schedule will include acceptance testing for
deliverables.
For the response of this RFP, respondents are permitted to propose a project
plan/schedule that include additional milestones and deliverables to develop an
optimum solution and to fit their specific solution life cycle.
C. Project Objectives
Consistent with this project scope, the solution developed by the vendor needs to
meet the following project objectives:
Develop an efficient and standardized method for data collection from various
data sources
Develop a data architecture / enterprise data model
Reduce overall project costs and risks by leveraging the Los Angeles County
(LA) Data warehouse system (i.e. DPSS) components as an “accelerator” for
developing our initial solution.
Develop an efficient method to stage, cleanse, transform and load information
into SSA data warehouse
Develop a standardized method for improving data quality with a common
repository of consistent business data definition and data relationship
Make aggregated and detailed data available to the SSA end-user community
Provide SSA end-users with a data exploration/ analysis capabilities via drill-
through to detail and “what if” scenarios.
Provide ad hoc queries/reporting for more sophisticated users to access the data
Provide scorecard/dashboard capabilities to manage key performance
indicators of SSA programs from the web
Provide Alerts capabilities to monitor pre-defined business events or/and notify
an individual or a group when action may be required
Provide a flexible and scalable solution to support future SSA’s business
information needs.
Develop a solution that allows a marked improvement in analytical capability,
and compliance with state and federal regulations.
1. Executive Summary
Include an executive summary which should be one or two page summary
intended to provide the Evaluation Committee with an overview of the
significant business features of the proposal.
Provide at least one (1) reference that demonstrate the vendor has
successfully developed a comparable solution (Data Warehouse and
Business Intelligence) related to social service business domain for
state or local government.
Provide a strategy road map and project plan to accomplish this scope
of work. Also, identify at minimum the list of deliverables identified in
the (Section IV. D.3) to be produced for each system development life
cycle phase (e.g. design).
Provide the resource cost with hourly rate for each resource identified
and project estimation. Estimate the total effort (hours) and cost for
each implementation phase (reference section IV. B). Also, within
each implementation phase, breakdown the estimated efforts and
costs by system development life cycle phases (i.e. design, coding).
Design specifications and Code: Design and develop the solution for
the five identified departments / units based on the proposed solution
and techniques. All design specifications including functional design,
data base design, screen, report, and program specifications, etc. shall
be included as part of the deliverable.
The developed solution should meet:
a) The following high-level data warehouse requirements but are not
limited to:
o Supporting of the Extract-Transform-Load (ETL) process from
multiple data sources to create a clean and centralized data
repository for the four identified SSA’s departments.
o Integration of information from internal and external sources to
provide a consolidated view and complete picture of agency
activity and performance (e.g. caseload, client).
o Scalable solution to accommodate the number of users agreed
upon and maintain the defined response time levels.
There are also small applications such as KIDS - Children’s Shelter Management, and
CATR - Corrective Actions Tracking and Reporting applications.
At this stage, we have many potential data sources for the data warehouse, but the two
major one are CIS and CWS/CMS. In addition, the SSA systems received SAP
financial data and Peoplesoft human resources information from County systems in flat
files format.
The following table provides an estimation of the size of the data bases:
The following sub-sections provide the detail description of main SSA applications with
data size, number of users, tables and reports.
CalWIN / CIS
CalWIN is by far the largest and most complex application whose data we will migrate
into the Data Warehouse. The application is run by EDS in their Data Center in
Rancho Cordova, and is provided for the 18 county CalWIN Consortium. CIS is the
local copy of the CalWIN Database, and it resides here at SSA.
CWS/CMS - CAD
The CWS/CMS system is managed by IBM, for the entire State of California. Once a
week we get an extract from IBM, which is loaded locally into the CWS/CMS – CAD
database. It is the second largest potential data source into the Data Warehouse.
The CMIPS System runs by EDS for the entire State of California. It is a Mainframe-
based system, tracking client services and managing the payroll services for the
providers. We are getting a monthly CD from EDS which we load locally for ad-hoc
reporting purposes.
Name CMIPS
Server: picard
Technology Database: Oracle 9i
Reporting Software: EDS Proprietary Ad-Hoc
Reporting Tool
12 Tables
Data Layer
100 MB
Reports 25
Users 25 maximum
Security User based
Type – Vendor based (EDS)
Type
Update Frequency Monthly
The VACS Application is used by Recovery and Legal (a unit within FMS, our
Financial organization) to track, manage, and collect debts owed by our clients due to
benefit overpayments. The application runs locally at SSA, but is interfacing nightly
with CalWIN. Synchronizing claim status and balances between the two systems is
no easy task.
Name VACS
The APS/Cares application allows the Adult Protective Services unit to manage their
caseload of clients, track reports about elderly abuse, and how they were handled. It
is a Web Based application that was developed in-house. While some of its reports
are still run within the application, we have converted recently the majority of reports
to Business Objects.
Name APS/Cares
CDS / Archive
The CDS/Archive application contains static data about very old CDS/GIS cases that
were not converted to CalWIN. The application allows user to search the data for
specific case and client, and display the information it was able to find.
Server: picard
Technology Database: Oracle 9i
Software: ASP (Classic)
35 Tables
Data Layer
500 MB
Reports None
Users 2000 maximum
Security User based
Built by San Mateo County
Type
Update Frequency Never (Static data)
EASY
Name EASY
Server: picard
Technology Database: Oracle 9i
Reporting Software: Business Objects 6.5 and internal
Java reports
50Tables
Data Layer
500 MB
Reports 10 - 12
Users 25 maximum
Security User based
DFCS – SCC IS
Type
Reporting – DFCS Applications and Decision Support
Update Frequency Daily
KIDS
Name KIDS
CARE
CATR
Name CATR
SSI
Name SSI
VSS
Name VSS
Server: Sunrise
Technology Database: Ingres
Software: Ingres OpenRoad
77 tables
Data Layer
29,739,195 rows
Reports 35
Users 12
Security User based
Type In House
Update Frequency Daily
Employment Connection
Server: Sunrise3
Technology Database: Ingres
Software: Ingres OpenRoad
14 tables
Data Layer
513,543 rows in user tables (7/8/08)
Reports 4 reports
Users 15-20
Security User based
Type In House
Update Frequency Daily
F. TECHNOLOGY
The following main databases and software’s are used by the project:
• Databases: Oracle 10g: The warehouse uses Oracle 10g to store the
central data repository, and support the varying levels of business
intelligence reporting requirements
• Communication:
Protocol TCP/IP
Topology Ethernet
Routers/ switches Cisco
Bandwidth – network Gigabit (sx/lx)
Bandwidth – to the desktop 10/100 MB/ second
2. Users / Tools
Of the 1800 or so CalWIN / DEBS users, about 400 are using Business Objects
to view ad-hoc reports. The vast majority of them are using InfoView – the web
based portal of Business Objects. Once they’re in, they will usually search for
reports that ran overnight (we have about 200 scheduled reports running every
night), and look at (or print) the PDF output.
On the CWS/CMS side, we will initially have about 150 users, all using
InfoView to look at their reports. On the CMIPS side (IHSS), there are likely to
be 25 users who will be using the system in a similar manner (viewing reports
that were previously executed using InfoView). Finally, there are about 10
VACS users and 5 APS users.
All in all, we are looking at 600 users using InfoView to view PDF reports
throughout the day (at 10% to 15% concurrent rate, which would be 60 to 90
concurrent users). In addition, there are the 15 super users who are using Full
Client (Desktop Intelligence) to actually create reports.
The figures above are consistent with the current Agency business model,
where most social / eligibility workers do not access Business Objects directly.
Instead, it’s the supervisors and managers who get the reports on a regular
basis. Should that policy ever change, to the point where every worker is
allowed to log into Business Objects and view his/her own reports, the number
of users will increase dramatically, to about 3000 (with 300 to 500 concurrent
users). At the moment, however, there are no defined plans to do so.
Finally, a note about timing and usage: the model under which we operate
today has the following key components to it:
At the early morning hours, the source databases get updated with the
previous day information
At around 7:00 or 8:00 am, the scheduled jobs execute automatically,
creating reports based on the fresh data and publish them into Business
Objects. This process will normally finish within a couple of hours
Throughout the day, users log into Business Objects to view their reports.
Not a lot of “ad-hoc” activity therefore happens during the day (in other
words, the busiest time is between 4:00am to 10:00am).
3. Server Layer:
In addition, we have just purchased a new Sun server, Avenger, who is very
similar to Exeter (4 x 1.8GHz CPUs, 24GB RAM) specifically to host the Data
Warehouse Database.
V. INSTRUCTIONS TO VENDORS
A. SUBMISSION OF PROPOSAL
Postmarks will not be accepted as the time-of-delivery and proposals must actually
be delivered by 3:00 pm to the address below on the due date.
1. Submit a total of eight (8) copies of the proposal. Seven (7) paper copies,
one (1) original and six (6) copies; plus submit one (1) electronic copy
(CD) of the original proposal.
2. The original paper copy must be single-sided; rubber band or clip the
original copy. Do not bind or staple the original and do not use binders.
3. The six (6) copies must be double-sided; each copy must be bound or
stapled separately in the required order. Do not use binders.
8. In a sealed envelope, provide one (1) original copy of the most recent
year’s financial statements, as well as for the preceding two (2) years if
they exist. The financial statements must be prepared by an
independent, certified public accountant. The submission shall include
the audit opinion, balance sheet, income statement, retained earnings,
cash flows, and notes to the financial statements. If independently
audited financial statements do no exist for the Vendor, the Vendor shall
state the reason and, instead, submit sufficient information such as the
latest Dun and Bradstreet report to enable a County Auditor and/or
Evaluation Committee to determine the financial stability of the Vendor.
The County may request and the Vendor shall supply any additional
financial information requested in a timely manner.
All Requirements listed in this RFP must be clearly identified in the proposal.
Proposals submitted by vendors in response to this RFP must follow the format and
instructions herein.
B. SUBMISSION OF QUESTIONS
1. Vendors must submit questions about this RFP in writing on-line through
www.BidSync.com
4. As of the issuance date of this RFP and continuing until the final date for
submission of proposals, all County personnel are specifically directed
not to hold meetings, conferences or technical discussions with any
vendor for purposes of responding to this RFP. Any vendor found to be
acting in any way contrary to this directive may be disqualified from
entering into any contract that may result from this RFP.
The RFP Response must be organized and indexed using tabs in the following
format and must contain, at a minimum, all listed items in the sequence indicated.
2. Incurring Cost
Any cost incurred by the Vendor for set up and demonstration of the
proposed equipment and/or system will be borne solely by the Vendor.
3. Vendor Responsibility
Any contract that may result from the RFP must specify that the vendor is
solely responsible for fulfillment of the contract with the County. The County
will make contract payments only to the vendor.
4. Subcontractors
5. Amended Proposals
A vendor may submit an amended proposal before the deadline for receipt of
proposals. Such amended proposals must be complete replacements for a
previously submitted proposal and must be clearly identified as such in the
transmittal letter. The County personnel will not merge, collate, or assemble
proposal materials.
Vendor will be allowed to withdraw their proposals at any time prior to the
deadline for receipt of proposals. The vendor must submit a written
withdrawal request signed by the vendor’s duly authorized representative
addressed to:
7. Guarantee of Proposal
Responses to this RFP, including proposal prices, will be considered firm and
irrevocable for one-hundred and twenty (120) days after the due date for
receipt of proposals or one-hundred twenty (120) days after receipt of a best
and final offer, if one is submitted.
8. Ownership of Proposals
All documents and materials submitted in response to the RFP will become
the property of the County.
13. No Obligation
This RFP does not obligate the County or any of its agencies and
departments to the eventual rental, lease, purchase, etc., of any professional
services offered until a valid written contract is fully executed.
This procurement and any agreement with Vendors that may result must be
governed by the laws of the State of California. Venue for legal action will be
the County of Santa Clara.
The contract between the County and a vendor will follow the format
specified by the County and contain the terms and conditions set forth in
Appendix B, “Contract Terms and Conditions.” The County reserves the right
to negotiate provisions in addition to those contained in this RFP. The
contents of this RFP, as revised and/or supplemented, and the successful
vendor’s proposal may be incorporated into and become part of the contract.
Should a vendor object to any of the County’s terms and conditions, vendor
must propose specific alternative language and indicate the reason for the
objection. Vendor must provide a brief discussion of the purpose and impact,
if any, of each proposed change followed by the specific proposed alternate
wording. The County may or may not accept the alternative language but will
consider all changes to the Terms and Conditions during its evaluation.
General references to the vendor’s terms and conditions or attempts at
complete substitutions are not acceptable to the County and may result in
disqualification of the vendor’s proposal. If a vendor’s proposal does not
indicate an objection for a specific term or condition, that term or condition
will be deemed accepted by vendor and ineligible for negotiation.
Vendors must submit with the proposal any additional terms and conditions
that they expect to have included in a contract negotiated with the County.
The vendor must provide the evidence of the ability to produce an insurance
certificate as required by the County.
All proposals become the property of the County, and subject to the
disclosure requirements of the California Public Records Act (CPRA,
California Government Code section 6250 and following). If proprietary
information is contained in or attached to the written proposal, and vendor
claims that it is not subject to the CPRA, the proposal must clearly mark that
information “proprietary” or “confidential. In the event of a CPRA request for
such information, the County will ask vendor to provide the legal basis for
exempting it under the CPRA. If in the County’s sole discretion, the vendor
provides an adequate legal basis to keep the information confidential, the
County will request the vendor to agree in writing to defend and indemnify
the County in any litigation that may result from denial of a CPRA request.
The County will disclose the information under the CPRA unless vendor
responds timely and agrees to do indemnify the County.
23. Confidentiality
All data and information gathered by the vendor and its agents in this RFP
process, including reports, recommendations, specifications and data, must
be treated by the vendor and its agents as confidential. The vendor and its
agents must not disclose or communicate this information to a third party or
use it in advertising, publicity, propaganda, or in another job or jobs, unless
written consent is obtained from the County. Generally, each proposal and all
documentation, including financial information, submitted by a vendor to the
County is confidential until negotiations are complete when such documents
become public record under state and local law.
version of the RFP in the vendor’s possession and the version maintained by
the County, the version maintained by the County will govern.
A. The County reserves the right to reject any and all proposals, as well as the
right to cancel this procurement prior to the execution of a contract if it is
determined in the best interest of the County for any reason, including but not
limited to:
B. All vendors will be notified in writing when the County rejects all proposals.
C. Vendors will not be reimbursed for any costs associated with the preparation
or submittal of responses to this RFP.
D. The County is under no obligation to award this project to the vendor whose
proposal represents the lowest cost. The selection of a vendor will be based
on the vendor’s overall qualifications as determined by an evaluation of
proposals according to the selection criteria.
E. The County reserves the right to waive or correct any minor or inadvertent
defects, irregularities, informalities, or technical errors in any proposal or RFP
process, or as part of any subsequent contract negotiation, and/or to request
clarification from any vendor.
G. The County reserves the right to use any or all ideas presented in any
proposal, whether accepted or not. Selection or rejection of a specific
proposal does not affect this right.
Serial Number: RFPITDW2009 Page 41 of 46
County of Santa Clara Request for Proposals
Social Services Agency Data Warehouse & Business Intelligence System
H. The County reserves the right to accept all or a portion of any proposal(s).
I. The County reserves the right to reduce, amend, and/or rescind this RFP any
time prior to final execution of the contract.
J. Proposals are confidential until the Contract has been negotiated. Generally,
each proposal and all documentation, including financial information,
submitted by any vendor to the County is confidential until the contracts are
negotiated, when the documents become public records under state and
local law.
K. Any changes to this RFP will be posted on the County’s Web site at
www.sccgov.org. Vendor’s must register on-line at www.BidSync.com web
site and download a copy of this RFP to receive updates.
L. The County in its sole discretion may award funds in any amount. The
County is under no obligation to award a contract at the amount the vendors
request in their proposal.
B. Identify the name, title, telephone and fax numbers, and e-mail address of
the person authorized by the organization to contractually obligate the
organization;
C. Identify the name, title, telephone and fax numbers, and e-mail address of
the person authorized to negotiate the contract on behalf of the organization;
D. Identify the names, titles, telephone and fax numbers, and e-mail addresses
of persons to be contacted for clarification;
H. Identify any sections or portion of a section of the proposal that the vendor
claims contain “proprietary” or “confidential” information.
A. EVALUATION CRITERIA
The evaluation criteria listed below will be utilized in the evaluation of the vendor’s
written proposals. The proposal should give clear, concise information in sufficient
detail to allow evaluation based on the following criteria. A vendor must be
acceptable in all criteria for a contract to be awarded, to that vendor whose proposal
provides the best value to the County.
B. Appeal Process
1. Applicants may appeal the award of the contract to the Social Services
Agency Director. Written appeals are due by Tuesday, December 2,
2008, 3:00 pm
b. An appeal must state the reason(s) for protest including the facts
and citation of law, rule, regulation, or practice upon which the
protest is based.
2. After the contract has been executed, any unsuccessful vendor may
request an explanation of why their proposal may have been declared
irregular and/or of the basis for the award to the successful vendor.
The contract resulting from this RFP will include, but will not be limited to, the following terms and
conditions:
C. Vendor will comply with the provisions of Sections 827 and 10850 et seq. of
the Welfare and Institutions Code (WIC) and California Department of Social
Services (CDSS) Manual of Policies and Procedures, Division 19
Regulations regarding confidential client information, in that all applications
and records concerning any individual receiving services pursuant to this
Contract are confidential.
D. Vendor will comply with the County’s travel policies and guidelines, where
applicable, for all travel, lodging, and meal reimbursements arising from the
performance of the awarded Contract. Travel must be pre-authorized by the
County.
G. Vendor will comply with the County’s contract transition process by providing
all information deemed necessary by the County for use in subsequent
procurement cycles.
H. Vendor will provide copies of the most recent years financial statements, as
well as those for the preceding two (2) years, if they exist. The financial
statements must be prepared by an independent, certified public accountant.
The submission shall include the audit opinion, balance sheet, income
statement, retained earnings, cash flows, and notes to the financial
statements. If independently audited financial statements do no exist for the
Vendor, the Vendor shall state the reason and, instead, submit sufficient
information such as the latest Dun and Bradstreet report to enable a County
Auditor and/or Evaluation Committee to determine the financial stability of the
Vendor. The County may request and the Vendor shall supply any additional
financial information requested in a timely manner.
J. ASSIGNMENT
Contractor hereby assigns to the County all rights, title and interest in and to
any and all intellectual property whether or not patentable or reqistrable
under patent, copyright, trademark, or similar statutes, made or
conceived or reduced to practice or learned by Contractor, either alone or
jointly with others, during the period of Contractor’s agreement with the
County which are related to or useful in the business of the County or result
from tasks assigned to Contractor by the County or result from the use of
premises leased, owned or contracted for by the County.
CONTRACTING PRINCIPLES
Approved by the Board of Supervisors
October, 1997
WHEREAS the County of Santa Clara purchases these services in the interest of
meeting the needs of its residents and such services are integral to the County’s
mission to serve the public;
WHEREAS the County of Santa Clara is concerned over the increased costs of
providing health care to the uninsured through the services of the Santa Clara
Valley Health and Hospital System;
WHEREAS the County of Santa Clara is committed to insuring that services are
provided by responsible contract agencies;
WHEREAS the County of Santa Clara has an interest in encouraging, to the extent
possible, an environment in which labor and employment disputes do not disrupt
the continuous delivery of purchased services;
WHEREAS the County has a strong and ongoing interest in providing continuous
services to the consumers of those services;
WHEREAS the County of Santa Clara needs to know the level of pay and benefits
provided by County contractors in order to intelligently consider their impact;
WHEREAS this consideration should take place in the County’s open and public
discussion of contract awards;
I. Contracting Principles
A. All Type I and Type II contracts, as hereinafter defined shall include a
contract provision specifying that the contractor shall comply with all
applicable federal, state and local rules, regulations and laws.
1. Information regarding the wage level, pay range and benefits for
positions and job classification.
b. The wage level, pay range and benefit costs for all other positions
and job classifications that will be providing actual services and/or
expenditures charged to the contract should specify actual
distribution (or in the case of a new program the projected level) of
wage rates within each pay range by the specific salary level.
However, in no instance would an individual salary be identified
by employee name. In the case of single position job classes the
information may be aggregated with similar job classes.
For example: “In job Classification A there are five positions with
a pay range of $X to $Y. With two employees paid at $X, two
employees paid at $Y and one paid at $Z midpoint between $X and
SY.
The summary must include the total premium cost, the amount of
the premium paid the employer and employee, and any co-
payments or other employee costs.
2. Length of Service:
E. During the term of any contract all Type II contractors shall provide to the
County copies of any financial audits that have been completed. The
contractor shall use
County funds for County services and shall not use County funds for general
employer costs that do not support or otherwise directly relate to the scope
of contracted services. Consistent with the financial provisions of the
contracts, this shall not preclude the realization of profits or savings.
F. During the term of any contract, all Type II contractors shall advise the
County Department/Agency responsible for monitoring the contract of the
issuance of any legal complaint by an enforcement agency, or of any
enforcement proceedings by any Federal, State or Local agency for alleged
violations of federal, state or local rules, regulations or laws. In addition, the
specific contract may include additional provisions regarding notice to the
County of specific client/patient service issue complaints.
G. During the term of any contract all Type II contractors shall advise the
County of the issuance of citations, court findings or administrative findings
for violations of applicable federal, state or local rules, regulations or laws.
II. Definitions
A. For purposes of this Resolution renewal of any contract shall not include
modifications or amendments that do not extend the original length of the
contract.
B. For purposes of this Resolution services shall not include the rental,
purchase, sale, lease or lease back or lease purchase of goods. Nor shall the
rental, purchase, sale, lease, lease back or lease purchase of any facility or
property be included.
C. For purposes of this resolution Type I Service Contracts shall include any of
the following in which the County purchases services from:
1. Sole Source.
11. Contract is for maintenance services incidental to the purchase (or lease
etc.) of goods or equipment.
III. Implementation
C. This Resolution and its requirements shall be a part of, and shall be added
to, the previously adopted Board policy on Bidding and Contracting.
Background
In October, 1997 the Santa Clara County Board of Supervisors
unanimously approved a set of principles concerning the County’s
purchasing of services. The adoption of these principles was the result
of a 3 year period of discussion and review of public contracting and a
desire to insure contractor responsibility, accountability and a more
complete picture of contractors providing services to the community.
Basic Principles
There are two underlying Basic Principles contained in the County
adopted policy. First that the County funds be used for services to the
residents of the County. Second, that services be provided in a lawful
manner consistent with provisions of law.
Page 2, 3 and part of 4 lay out items of compliance for all contractors.
The definitions found on Pages 4 and 5 of the document help to provided
guidance and information as to what level of information and
compliance are required.
Page 6 details the implementation of the Principles and the steps that
will be followed to monitor the implementation process.
2. Does this mean that we cannot make a profit or be efficient and create
savings within our own business operation?
No. Contractors are free to make a profit or in the case of non profits to
be efficient and save. The key compliance point is that County funds
must be used for County’s services. If and when County services are
provided consistent with the terms of the contract and the contractor has
savings or profit that is perfectly acceptable under the policy.
5. Could violation of this policy cause our contract with the County to be
terminated?
7. Can the County just walk into my business operation and talk to my
employees without letting me know?
Information for other levels must include the pay range and wage
rated within the pay range and wage rates within the pay ranges.
Information is not to be identified by employee name.
10. If I have a new program that is dependent on County funds to start how
do I supply the requested information?
12. We do other work for the County or are submitting a proposal with
another contractor-how do we determine under the $100,000 dollar rule if
we are a Type I or II contractor?
a. Contractor shall, during the term of this contract, comply with all applicable
federal, state, and local rules, regulations, and laws.
The failure of Contractor to comply with this Section or any portion thereof maybe
considered a material breach of this contract and may, at the option of the County,
constitute grounds for the termination and/or non-renewal of the contract.
Contractor shall be provided reasonable notice of any intended or non-renewal on
the grounds of noncompliance with this Section, and the opportunity to respond
and discus the County’s intended action.
Attachment 3
a. Contractor shall comply with all applicable federal, state, and local
rules, regulations, and laws.
The failure of Contractor to comply with this Section or any portion thereof, and or
the breach of Contractor’s warranty thereunder, may be considered a material
breach of this contract and may, at the option of the County, constitute grounds for
the termination and/or non-renewal of the contract. Contractor shall be provided
reasonable notice of any intended termination or non-renewal on the grounds of
noncompliance with this Section, and the opportunity to respond and discuss the
County’s intended action.
Attachment 4
DECLARATION OF CONRACTOR
(To be completed by all Type I or Type II contractors)