Grants Management Solution (RFP)

expired opportunity(Expired)
From: Raleigh(City)
274-BMS2020-01

Basic Details

started - 09 Jan, 2020 (about 4 years ago)

Start Date

09 Jan, 2020 (about 4 years ago)
due - 20 Feb, 2020 (about 4 years ago)

Due Date

20 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
274-BMS2020-01

Identifier

274-BMS2020-01
City of Raleigh

Customer / Agency

City of Raleigh
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Request for Proposals # 274-BMS2020-01 Title: Grants Management Solution Issue Date: Thursday, 1/9/20 Due Date: Thursday, 2/20/20 not later than 2:00 PM EST LATE PROPOSALS WILL NOT BE ACCEPTED Issuing Department: Budget & Management Services Direct all inquiries concerning this RFP to: Kirsten Larson Grants Program Administrative Manager Email: Kirsten.Larson@Raleighnc.gov 2 Table of Contents 1. Introduction ............................................................................................... 3 1.1 Purpose .............................................................................................. 3 1.2 Background ........................................................................................ 4 1.3 RFP Timeline ...................................................................................... 7 1.4 Pre-Proposal Conference ................................................................... 7
1.5 Proposal Question .............................................................................. 7 1.6 Proposal Submission Requirements & Contact Information ............... 8 1.7 Rights to Submitted Material .............................................................. 9 1.8 Communications ................................................................................. 9 1.9 Lobbying ............................................................................................. 9 1.10 Conflicts of Interest ............................................................................. 9 1.11 Proposer Expenses .......................................................................... 11 1.12 Proposer Acceptance ....................................................................... 11 2. Proposals ................................................................................................ 11 2.1 Request for Proposals Required Document Format ......................... 11 2.2 RFP Documents ............................................................................... 15 3. Proposal Evaluation ............................................................................... 15 3.1 Proposal Evaluation Criteria (Stage 1) ............................................. 15 3.2 Interview/Demonstration (Stage 2) ................................................... 16 3.3 Final Selection .................................................................................. 16 3.4 Notice to Proposers Regarding RFP Terms & Conditions ................ 17 4. Contract Terms ....................................................................................... 17 5. Scope of Services ................................................................................... 17 Appendix I – Proposal Cost Form .................................................................... 26 Appendix II – Proposer Questionnaire ............................................................ 27 Appendix III – Reference Questionnaire .......................................................... 28 Appendix IV – Contract Standard Terms & Conditions ................................. 30 Appendix V – Exceptions to RFP ..................................................................... 38 Appendix VI - PeopleSoft File Interface Technical Specifications ................ 39 Appendix VIII - City of Raleigh Vendor Security Checklist ............................ 42 Appendix IX – Functional Requirements ......................................................... 45 3 1 Introduction 1.1 Purpose The City of Raleigh (COR) currently does not have one consolidated source for all information on active, grants the City receives (grantee) and awards (grantor). The COR is looking to procure a solution(s) that will provide end-to-end grants lifecycle support enabling COR staff to successfully manage grantor and grantee activities (pre-award, post-award through grants close-out). The COR is soliciting bids for a solution that meets the following project objectives for grants received (grantee): • One Central Location. Implement a centralized system to help administer grants received by the City through the entire grants lifecycle. Progression of grants is tracked in one system and is visible to all who have a grants management role. The system supports a streamlined and consistent grants process. • Align Grant Activities with the Organization’s Objectives. Implement a grants management system that ensures accountability and alignment of grant activities relative to organizational objectives, with reliable tracking of grant and project financials, goals, and performance metrics. • Standardization. Implement a grants management system, to ensure data collection and reporting is standardized across the entire organization. This aids in transparency, produces more timely and accurate reporting, and assists with the COR’s ability to comply with federal grant compliance requirements, such as the Uniform Guidance, DATA Act, GONE Act and GREAT Act. Reports will be more reliable and complete which will help COR staff meet the completeness test from an audit perspective. • Compliance. Implement a grants management system to increase the ability to track and meet compliance requirements; particularly in the area of timely reporting submissions. Manual tracking on spreadsheets is also utilitized by the COR when managing the multiple categories of grants the City awards to other organizations (or grantmaking). The COR is soliciting bids that meet these grantmaking project objectives (grantor): • Increase overall process efficiency. • Increase the ease of application form and grant recipient report form generation and revision. • Reduce the duplication of data entry by tracking everything from one central database instead of multiple spreadsheets. • Automate the tallying of grant panelist application scores. • Enable staff to easily generate reports on how much grant funding has been distributed per agency, grantee demographics, project impact and/or grant compliance. • Improve grant compliance tracking and reporting. 4 • Improve grant recipient tracking and reporting. • Reduce the cost for organizations to apply for and report on City grant funding. • Improve the user experience and customer service outcomes for grant panelists and organizations A detailed scope of services is provided in Section 5 of this solicitation. All information related to this solicitation, including any addenda, will be posted to the North Carolina Interactive Purchasing System (IPS) at: https://www.ips.state.nc.us/IPS/. 1.2 Background The City of Raleigh, the Capital City of North Carolina, remains one of the fastest growing areas in the country. A great economy, top educational institutions, and exceptional health care facilities are some of the characteristics that attract people to the triangle area. The mild climate, diverse work force and proximity to Research Triangle Park combine to make Raleigh a great place to live. Raleigh is a 21st Century City of Innovation focusing on environmental, cultural, and economic sustainability. The City conserves and protects our environmental resources through best practice and cutting-edge conservation and stewardship, land use, infrastructure and building technologies. The City welcomes growth and diversity through policies and programs that will protect and enhance Raleigh’s existing neighborhoods, natural amenities, history, and cultural and human resources for future generations. The City leads to improve quality of life for neighborhoods and standard of living for all citizens. The City works with universities, colleges, citizens, and local partners to promote new technology, create new job opportunities, and encourage local businesses and entrepreneurs. The City enlists and prepares 21st Century staff with the skill sets to carry out the duties of the City through transparent civic engagement and by providing the very best customer service to our citizens. COR Grants Program (Grants Received) The COR manages millions of dollars in grant funding each year. In FY19, City staff managed approximately $53 million in grant funding. The majority of grant funding is received from the federal government either as pass-through funding or per a direct program, but the COR also receives state, local and private grant funding. More information on grant funding received can be found in the City’s Comprehensive Annual Financial Report (CAFR) on the COR website. Two primary positions, one in the Budget & Management Services Department and one in the Finance Department, oversee and manage the citywide grants-received program. The City also has grant project and award managers in City departments who are responsible for writing and applying for the grant, as well as overseeing the day-to-day operations related to the grant spending and other programmatic aspects. Currently, seven departments have active, open grants. Each open grant requires at least one award manager and one project manager. Sometimes, there https://www.ips.state.nc.us/IPS/ https://www.ips.state.nc.us/IPS/ https://raleighnc.gov/services/government/comprehensive-annual-financial-report-cafr https://raleighnc.gov/services/government/comprehensive-annual-financial-report-cafr 5 are multiple project managers for a particular grant (i.e. Community Development Block Grant funding). Many times, a department award manager is assigned to multiple grants. Another requirement of the City’s grants program is that approval from the City’s Grants Committee, comprised of City leadership, must be obtained before a department can apply for a grant. Thirty-one grants totaling approximately $35 million were approved and applied for in FY19. Of those, twenty grants were awarded totaling almost $19M. • For grants received, multiple spreadsheets are used to track key grant activity such as:Start and end dates • Revenue and expenditure activity • Grantor (Agency) • Grantee (COR – plus notes subrecipients as applicable) • Grant Number (CFDA - Catalog of Federal Domestic Assistance) or other award identifying number • Award Amount • Match Requirements • Applicable Compliance Requirements (By type and frequency - milestone reports, Federal Financial Report (FFR), Reimbursement requirements, Subrecipient Monitoring, etc.) • Pending Reimbursements • Outstanding Grant Budget Amounts Due to the manual nature of spreadsheets, there is room for error and incompleteness. Grant managers are, at times, not confident in the data tracked or maintained and the current phase of each grant. In addition, the process used by COR departments is not standardized Other means of tracking grants is through folders established on the City’s network to manage pre-award and post-award documents such as the grant agreements, contracts, key procurement documents, authorized compliance backup (submitted FFR or reimbursement), invoice backup, final closeout and reconciliations, etc. This inventory is maintained to document a good control environment and to support ongoing compliance should a review or Single Audit request arise. Grants received user data: 50 department project and award managers 2-3 BMS staff 3-5 Finance staff COR Agency Grants Program (Grantmaking) The City of Raleigh provides grant funding to non-profit agencies through four primary grant categories: 1) Arts 2) Human Services, 3) Community Enhancement, and 4) Other Outside Agencies. Agencies seeking financial support from the City are required to apply for grant funding by submitting an application and following 6 the designated process. In FY20, the City awarded approximately $3 million in grant funding to 75 non-profits through the aforementioned categories. The City also provides pass-through federal grant funding to non-profit organizations. These subrecipients apply for and are awarded funding through a process similar to the non-profit grant award process. In any given year, the City may have 10-15 subrecipients across multiple departments. Finally, the City awards grants to for-profit businesses. The City awards $500,000 in building upfit grants, $250,000 in entrepreneur support grants and $50,000 in building façade grants each fiscal year. Grantmaking user data: • USER DATA FOR ARTS GRANT PROGRAM o COR (City of Raleigh) Arts Staff: 3-10 people o Non-City Grant Panelists: 15-30 people o Arts Grant Applicants/Recipients: 50-100 applicants o Grant Programs: 3-15 • USER DATA FOR OTHER OUTSIDE AGENCY (OOA) GRANT PROGRAM o COR BMS staff: 2 people o COR Grant Panelists: 5-10 people o OOA grant applicants/recipients: 5-10 applicants o Grant programs: 1 • USER DATA FOR HUMAN SERVICES AGENCY GRANT PROGRAM o COR H&N-Office of Human Relations staff: 1-3 people o Non-City Grant Panelists: 7-9 people o Grant applicants/recipients: 50-75 applicants/ 30-40 recipients o Grant programs: 1 • USER DATA FOR COMMUNITY ENHANCEMENT GRANT PROGRAM o COR H&N-CD/Community Enhancement Grant staff: 1-3 people o COR Grant Panelists: 4-5 people o Grant applicants/recipients: 9-16 applicants o Grant programs: 4-5 • USER DATA FOR EMERGENCY SOLUTION GRANT PROGRAM o COR H&N-CD/Emergency Solutions Grant (ESG) staff: 1-3 people o COR Grant Panelists: 1-2 people o Grant applicants/recipients: 8-10 applicants o Grant programs: 3-5 • USER DATA FOR TRANSIT GRANT SUBRECIPIENT PROGRAM o COR Transit staff: 1-3 people o COR and non-City Grant Panelists: 5-10 (mix of internal and external individuals) o Grant applicants/awardees: 5-10 7 1.3 Request for Proposal (RFP) Timeline Provided below is a list of the anticipated schedule of events related to this solicitation. The City of Raleigh reserves the right to modify and/or adjust the following schedule to meet the needs of the service. All times shown are Eastern Time (EST): 1.4 Pre-Proposal Conference A pre-proposal conference will be held via WebEx on January 16, 2020 at 2:00 PM EST. WebEx meeting link (copy and paste): https://cormp.webex.com/cormp/j.php?MTID=m795e62e8674bfa19e9185e99c9efedfe Join by phone: 1-650-479-3208 Access code: 735 041 689 No password needed. Attendance by prospective proposers is strongly encouraged but is not mandatory. Prospective Proposers are encouraged to submit written questions in advance. 1.5 Proposal Question It is the Proposer's responsibility to ensure that all addenda have been reviewed and considered in the preparation of its proposal. Requests for clarification and questions to this RFP must be received by the City not later than the date shown above in Section 1.3, entitled “RFP Timeline” for the submittal of written inquires. The firm’s failure to request clarification and submit questions by the date in the RFP Timeline above shall be considered to constitute the firm’s acceptance of all City’s terms and conditions and requirements. The City shall issue addenda reflecting questions and answers to this RFP, if any, and shall be posted to North Carolina Interactive Purchasing System (IPS). No information, instruction or advice provided orally or informally by any City personnel, whether made in response to a question or otherwise in connection with this RFP, shall be considered authoritative or binding. Respondents shall be entitled to rely only on written material contained in an Addendum to this RFP. RFP Process Date Time RFP Advertisement Date January 9, 2020 Pre-Proposal Conference January 16, 2020 2:00 pm EST Deadline for written questions January 23, 2020 2:00 pm EST City Response to questions (anticipated) January 30, 2020 2:00 pm EST Proposal Due Date and Time February 20, 2020 2:00 pm EST Interview/ Demonstrations TBD 8 It is important that all Respondents submitting to this RFP periodically check the North Carolina Interactive Purchasing System (IPS) for any Addenda. It is the Respondents responsibility to ensure that all addenda have been reviewed and, if required signed and returned. All questions related to this solicitation must be submitted in writing (via email) to the following individual: Contact Name Email Address Kirsten Larson Kirsten.Larson@raleighnc.gov Questions submitted via telephone will not be answered. 1.6 Proposal Submission Requirements and Contact Information Proposals must follow the format as defined in Section 2 PROPOSALS, and be addressed and submitted as follows: DELIVERED BY US POSTAL SERVICE DELIVERED BY ALL OTHER MEANS City of Raleigh City of Raleigh ATTN: Kirsten Larson ATTN: Kirsten Larson Budget & Management Services Budget & Management Services 222 West Hargett St, Suite 311 222 West Hargett St, Suite 311 Raleigh, NC 27601 RFP Number: 274-BMS2020-01 RFP Title: Grants Management Solution Raleigh, NC 27601 RFP Number: 274-BMS2020-01 RFP Title: Grants Management Solution Proposals must be enclosed in an envelope or package and clearly marked with the name of the submitting company, the RFP number and the RFP Title. Proposers must submit: A. one (1) signed original; B. one (1) electronic version of the signed proposal and; C. Three (3) copies of proposal. The electronic version of the Proposal must be submitted as a viewable and printable Adobe Portable Document File (PDF) on a Flash Drive. Both hard copy and electronic versions must be received by the City on or before the RFP due date and time provided in Section 1.3. Proposals received after the RFP due date and time will not be considered and will be returned unopened to the return address on the submission envelope or package. Any requirements in the RFP that cannot be met must be indicated on Appendix V, “Exceptions to the RFP” and submitted with proposal. Proposers must respond to the entire Request for Proposals (RFP). Any incomplete proposal may be eliminated from competition at the discretion of the City of Raleigh. The City 9 reserves the right to reject any or all proposals for any reason and to waive any informality it deems in its best interest. Proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. If the Firm elects to mail in its response, the Firm must allow sufficient time to ensure the City’s proper receipt of the package by the time specified in Section 1.3, “RFP Timeline”. Regardless of the delivery method, it is the responsibility of the Firm to ensure that their response arrives at the designated location specified in this Section by the due date and time specified in Section 1.3, “RFP Timeline”. 1.7 Rights to Submitted Material All proposals and supporting materials, as well as correspondence relating to this RFP, shall become the property of the City. The content of all submittals will be held confidential until the selection of the firm is made. Proposals will be reviewed by the Evaluation Team, as well as other City staff and members of the general public who submit public record requests. Any proprietary data must be clearly marked. In submitting a Proposal, each Prospective Proposer agrees that the City may reveal any trade secret materials contained in such response to all City staff and City officials involved in the selection process and to any outside consultant or other third party who serves on the Evaluation Team or who is hired by the City to assist in the selection 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 Proposer of the conditions contained in this Request for Proposal. Proposals marked entirely as “confidential”, “proprietary”, or “trade secret” will be considered non-responsive and will be removed from the evaluation process. 1.8 Communications All communications of any nature regarding this RFP with any City staff, elected City officials, evaluation committee members, are strictly forbidden from the time the solicitation is publicly posted until award. Questions must be submitted in writing to the individual designated in Section 1.1. prior to the deadline provided in Section 1.3. Violation of this provision may result in the firm’s proposal being removed from consideration. 1.9 Lobbying By responding to this solicitation, the firm certifies that is has not and will not pay any person or firm to influence or attempt to influence an officer or employee of the 10 City or the State of North Carolina, or any elected official in connection with obtaining a contract as a result of this RFP. 1.10 Conflicts of Interest City of Raleigh contracts are controlled by three conflict of interest provisions. First, federal procurement standards provide in 2 CFR 200.318 (c)(1), No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a Federal award if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or a firm which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. The officers, employees, and agents of the non-Federal entity may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Similarly, the North Carolina General Statutes provides a criminal statute for conflicts of interest in public contracting. N.C.G.S. § 14-234(a): (1) No public officer or employee who is involved in making or administering a contract on behalf of a public agency may derive a direct benefit from the contract except as provided in this section, or as otherwise allowed by law. (2) A public officer or employee who will derive a direct benefit from a contract with the public agency he or she serves, but who is not involved in making or administering the contract, shall not attempt to influence any other person who is involved in making or administering the contract. (3) No public officer or employee may solicit or receive any gift, favor, reward, service, or promise of reward, including a promise of future employment, in exchange for recommending, influencing, or attempting to influence the award of a contract by the public agency he or she serves. City of Raleigh Charter Section 3.9 regulates private transactions between the City and its officials and employees. The Charter states: "No member of the City Council, official, or employee of the City of Raleigh shall be financially interested, or have any personal beneficial interest, either directly or indirectly, as agent, representative, or otherwise, in the purchase of, or contract for, or in furnishing any materials, equipment or supplies to the City of Raleigh, nor shall any official or employee of the City of Raleigh accept or receive, or agree to accept or receive, directly or indirectly, from any person, firm or corporation to whom any contract may be awarded or from whom any materials, equipment or supplies may be purchased by the City of Raleigh, by rebate, gift, or otherwise, any money or anything of value whatsoever, or any promise, obligation or contract for future reward or compensation, for recommending or procuring the uses of any such materials, equipment or supplies by the City of Raleigh; no member of the City Council, official or employee of the City of Raleigh shall for his own personal 11 benefit operate, directly or indirectly, any concession in any building or on any lands of the City of Raleigh, nor shall any official or employee of the City of Raleigh bid for or be awarded any contract granting concessionary rights of any nature or kind from the City of Raleigh; it shall be unlawful for any member of the City Council, official or employee of the City of Raleigh to bid for or to purchase or to contract to purchase from the City of Raleigh any real estate, equipment, materials, or supplies of any nature or kind whatsoever, either directly or indirectly, at either public or private sale, either singly, or through or jointly with any other person.” 1.11 Proposer Expenses The City of Raleigh will not be responsible for any expenses incurred by any Proposer in the development of a response to this Request for Proposal or any other activities associated with this procurement including but not limited to any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to City of Raleigh and/or its representatives. Further, the City of Raleigh shall reserve the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement/purchase order by the recommended Proposer even if the awarding authority for each entity has formally accepted a recommendation. 1.12 Proposer Acceptance Submission of any proposal indicates a Proposer’s acceptance of the conditions contained in this RFP unless clearly and specifically noted otherwise on Appendix V, “Exceptions to RFP” and submitted with proposal. Furthermore, the City of Raleigh is not bound to accept a proposal on the basis of lowest price, and further, the City of Raleigh has the sole discretion and reserves the right to cancel this RFP, and to reject any and all proposals, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the City of Raleigh’s best interests to do so. The City of Raleigh reserves the right to accept or reject any or all of the items in the proposal, and to award the contract in whole or in part and/or negotiate any or all items with individual Proposers if it is deemed in the City of Raleigh’s best interest. Moreover, the City of Raleigh reserves the right to make no selection if proposals are deemed to be outside the fiscal constraint or not in the best interest of the City of Raleigh. 2 PROPOSALS 2.1 Request for Proposals Required Document Format Responses must follow the format outlined below. The City may reject as non- responsive at its sole discretion any proposal that does not provide complete and/or adequate responses or departs in any substantial way from the required format. Proposal responses shall be organized in the following manner: 1. Cover letter / Letter of Intent1 2. Corporate Background and Experience2 12 3. Financial Statement2 4. Application Software4 5. Hosting Options4 6. Technical Requirements4 7. Implementation Plan3 8. Staffing Plan2, 3 9. Ongoing Support Services4,5 10. Functional System Requirements4 11. License & Maintenance Agreements5 12. Client References6 13. Proposed Cost5 *Items noted above using the superscript of 1, 2, 3, 4, 5, 6 correspond with the like numbered items in the evaluation criteria table located in Section 3.1 of document. Cover Letter/ Letter of Intent Provide an introduction letter summarizing the unique proposal of your firm to meet the needs of this service requirement and the intent as it may pertain to the Request for Proposal. This letter should be presented on the firm’s official letterhead and signed by an authorized representative who has the authority to enter into a contract with the City on behalf of the firm. Additionally, include the name, address, telephone and email address of the individual who serves as the point of contact for this solicitation. Corporate Background and Experience Include background information on the firm and provide detailed information regarding the firm’s experience with similar projects. Provide at least five references from clients that are similar in size and complexity to the City of Raleigh (include contact persons, firm, telephone number and email address). All of these references should be similar solutions to that which is submitted in the proposal. Reference information should include the total cost for each listed project, the length of the project, public or private sector, and those involved in the project who are also proposed for the grant management solution project. The preference is to have at least one reference from the public sector. Failure to provide a list of all similar contracts in the specified period may result in the rejection of the firm’s proposal. In addition, the City requests a listing of all local government clients. The evaluation team reserves the right to contact any or all listed references, and to contact other public entities regarding past performance on similar projects. Financial Information Recent audited or reviewed financial statements prepared by an independent certified public accountant (CPA) that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the audited or reviewed financial statements were prepared more than six (6) months prior to the issuance of this RFP, the Proposer shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures from the date of the 13 audited or reviewed financial statements to the end of the most recent financial reporting period (i.e., the quarter or month preceding the issuance date of this RFP)). OR Recent compiled financial statements prepared by an independent CPA that shall include, at a minimum, a balance sheet, income statement (i.e., profit/loss statement) and cash flow statement and, if the compiled financial statements were prepared more than three (3) months prior to the issuance of this RFP, the Proposer shall submit its most recent internal financial statements (balance sheet, income statement and cash flow statement or budget with entries reflecting revenues and expenditures to date), and other evidence of financial stability such as most recently filed income tax return, evidence of a line of credit/loans/other type of financing with statement of amount in use/outstanding balance (e.g., a complete copy commitment letter, loan agreement, billing statement reflecting the line of credit or statement from lender acknowledging the commitment to fund the Proposer’s stated financing), personal guaranty with copies of personal income tax filing and statement of net worth or such other evidence that is accurate, reliable and trustworthy regarding the Proposer’s financial stability. All financial information, statements and/or documents provided in response to this solicitation shall be kept confidential provided that EACH PAGE is marked as follows: “CONFIDENTIAL – DO NOT DISCLOSE EXCEPT FOR THE EXPRESS PURPOSE OF PROPOSAL EVALUATION. “ “Recent” shall be defined as financial statements that were prepared within the 12 months preceding the issuance date of this RFP. Consolidated financial statements of the Proposer’s parent or related corporation/business entity shall not be considered, unless: (1) the Proposer’s actual financial performance for the designated period is separately identified in and/or attached to the consolidated statements, (2) the parent or related corporation/business entity provides the State with a document wherein the parent or related corporation/business entity will be financially responsible for the Proposer’s performance of the contract and the consolidated statement demonstrates the parent or related corporation’s/business entity’s financial ability to perform the contract, financial stability and/or such other financial considerations identified in the evaluation criteria; and/or (3) Proposer provides its own internally prepared financial statements and such other evidence of its own financial stability identified above. The firm’s failure to provide any of the above-referenced financial statements may result in the proposal being removed from consideration. Proposers are also encouraged to explain any negative financial information, and to provide documentation supporting those explanations and demonstrating the financial strength of the firm. 14 Project Team - Experience and Certifications Include the proposed staffing, deployment and organization of personnel to be assigned to this project. The Proposer shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. If the Vendor is using a subcontractor please include information on subcontracting staff being used and their specific role on the project. Provide an overall project organizational structure for City staff involvement during the project. Identify the roles and responsibilities of each component of this structure. This includes an appropriate governance structure in which to manage the project. Project Understanding, Approach and Schedule Provide the completed requirements table and, also, a comprehensive narrative, outline, and/or graph demonstrating the firm's understanding and approach to accomplishing the tasks outlined in the Scope of Work section of this RFP as well as hosting options, technical requirements, an implementation plan, ongoing support services and license & maintenance agreements. A description of each task and deliverable and the proposed schedule for accomplishing each shall be included. Additional detail on information to be included in the RFP response can be found in Section 5. Cost The Cost Proposal shall be submitted and contain: The City will not consider time and materials pricing. Vendors shall provide firm and fixed pricing based on the functionality described. For each item, indicate if the cost is one-time, annual, or other. Vendors are to provide pricing for a Vendor-Hosted and/or Hybrid Option. The system is installed and hosted by the Vendor or at a third-party site arranged by the successful Vendor. Hosted means a solution in which the Vendor hosts the software and provides all hardware, disaster recovery, support, database administration, redundancy and web connectivity. The solution must be web-based and require NO client-side software, other than standard browsers with plug-ins that the Vendor must identify in their response. The successful Vendor is responsible for the installation and configuration of all software and utilities necessary for a fully operational system. The successful Vendor will be responsible for all installation, training and conversion services. The successful Vendor will be responsible for all hardware purchases and maintenance in this model. The Vendor will include personnel costs (including hourly rates and total hours), travel and subsistence expenses, subcontractor costs (if any), and any other costs (e.g. office expenses). The licensing can be either subscription-based or perpetual - the City owns the license in this model. Please clearly identify your licensing model in your proposal. 15 Whether Hosted Model or Hybrid Model, the City will retain ownership of all data maintained in the system at all times. In presenting software license fees, the Vendor should: • Explain all factors that could affect licensing fees; • Make clear what type of license is offered for each price (enrollment based, budget based, named user, concurrent use, etc.); • Indicate which product versions are included in the proposal; • Make clear the extent of any implementation services that are included in the license fees (installation, configuration, training, etc.); and • Identify whether the licensing is perpetual or subscription-based. To the extent possible, Vendors shall show any applicable discounts separately from the prices for products and services. The City prefers that Vendors provide separate prices for each item in the proposed solution. Additionally, the Vendor is encouraged to present alternatives to proposed itemized costs and discounts, such as bundled pricing, if such pricing would be advantageous to the City. The Cost Proposal shall contain a cost summary sheet with all pricing information and a total not to exceed cost representing the maximum amount for all licensing and work to be performed under the heading “Total Cost”. 2.2 RFP Documents This RFP is comprised of the base RFP document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this RFP in advance of any Contract award are incorporated herein by reference. 3 PROPOSAL EVALUATION 3.1 Proposal Evaluation Criteria (Stage 1) This is not a bid. There will not be a public opening. The Proposals received in response to this RFP will be evaluated and ranked, by the Proposal Evaluation Committee in accordance with the process and evaluation criteria contained below. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. After thoroughly reading and reviewing this RFP, each Evaluation committee member shall conduct his or her independent evaluation of the proposals received and score the responses on their merit in accordance with the evaluation criteria set forth in the following table. The Proposers selected for interviews/demonstrations will be notified in writing of the date and time. The Proposers’ interview/demonstrations shall be based solely upon information provided in each Proposer’s original proposal. No new information may be presented. Additional information can 16 be found in Section 3.2. Criteria (a) Weight (b) Score (0-3) (a) x (b) Weighted Score 1. Cover Letter/ Letter of Intent 5 2. Firm Qualifications 15 3. Project Understanding/ Implementation Plan & Schedule 25 4. Meets the Functional Requirements 30 5. Proposed Cost – Initial & Ongoing 15 6. Client References 10 Total Score (without Interview/Demonstrations) Score Points 0- Missing or Does Not Meet Expectation 2- Meets Expectation 1- Partially Meets Expectation 3- Exceeds Expectation 3.2 Interview/Demonstration (Stage 2) A short-list of firms will be invited to Stage 2 of the evaluation process, the Interview/ Demonstration. Interview/demonstrations are an important aspect of the evaluation process that offers the City an opportunity to see how the proposer’s solution meets the critical components of the RFP and to meet the project team members who would be working on this project. The Interview/Demonstration criteria will be released to those short-listed firms. Proposers invited to the Interview/Demonstration should plan to have all team members working on the project available. 3.3 Final Selection Proposals will be evaluated and ranked according to the criteria and weighted values set forth in section 3.1. A short-list of firms will be invited to participate in Stage 2 of the evaluation process and will be ranked according to criteria and weighted values provided. Contract negotiations with the most qualified firm will commence after the Interview/Demonstration and reference check processes. If negotiations are unsuccessful, the City will then pursue negotiations with the next most qualified firm. All Proposers will be notified of their standing immediately following the City’s decision. 17 The City shall not be bound or in any way obligated until both parties have executed a contract. The City also reserves the right to delay the award of a contract or to not award a contract. 3.4 Notice to Proposers Regarding RFP Terms and Conditions The City requires the selected Proposer to utilize the City’s standard contract terms and conditions (Appendix IV). All exceptions must be listed on the form included in Appendix V. It shall be the Proposer’s responsibility to read the Instructions, the City’s contract terms, all relevant exhibits, attachments, and any other components made a part of this RFP and comply with all requirements and specifications herein. Proposers are also responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this RFP. 4 CONTRACT TERMS The Contract shall have an initial term of 1-3 years, beginning on the date of the Contract award (the “Effective Date). In addition, the City reserves the right to extend a contract term for a 1-year period up to 3 years. 5 SCOPE OF SERVICES Awarded Vendor shall provide delivered services as set forth in this RFP and more particularly described in this Section 5. 5.1 Expected Scope of System Solution The City is soliciting proposals from qualified providers of grant management software whose solution meets or exceeds current City requirements and provides a solution set that will allow the City to continue to leverage this investment well into the future. The City has a preference that responding vendors propose a fully-integrated solution that will include the core functional areas outlined below for both grants received and grants awarded including software, hardware specifications, project management, and other technology services. Vendors are not required to propose a solution for every functional area requested by the City; however, are encouraged to partner with other software providers to submit a proposal that satisfies all functional areas. Those vendors that have the best solution for the 18 functional areas noted below have the ability to respond for those areas separately; however, will be required to provide responses to requirements and pricing for the following associated functional areas. Software: Grants Received Administration and Management Grants Awarded/Grantmaking Administration and Management Services may include, but are not necessarily limited to the following: Required Services • Project Management • Implementation • System Documentation Development and Training for Staff • Integration and Interface Development • Software Modifications • Implementation Services • Organizational Change Management • System Documentation Development • Operational Redesign Assistance • Ongoing Support and Maintenance Services • Hardware Design and Installation Consulting (if on-premise) • Software Installation (if on-premise) • Report Development Assistance • Change Management Assistance • Testing Assistance • Dev/Test/Staging/Production Environments Optional Services • On-Going Hosting Services (if applicable) 5.2 Application Software As the City of Raleigh is considering a Vendor hosted or a hybrid solution, the Vendor is required to provide a general description of the product and how it will meet requirements of this RFP. Both approaches should provide for a web-based application. This section must address, at a minimum, the following items: a) Describe the overall proposed technology solution. b) Describe the product direction for the company, including time frames. c) Describe unique aspects of the Vendor's solution in the marketplace. d) Describe components of the solution that are industry standards versus being proprietary to the Vendor. e) For third party products proposed that are integrated with the Vendor’s solution provide the following for each product: (i) Reason this product is a third-party product versus being part of the software Vendor’s solution. (ii) Extent to which this third-party product is integrated with the Vendor’s solution. 19 f) Vendors should provide hosting options that are available to the COR and the cost breakdown of each. 5.3 Technical Requirements The City has established technology standards and would prefer the Vendor adhere to them in regard to the grant management solution implementation. As part of the proposal process, Vendors will be required to submit significant technical detail about the proposed solution. (See Appendix VIII – City of Raleigh Vendor Security Checklist.) 5.4 Implementation Plan The Vendor is to provide an implementation plan in narrative format supported by an activity-level project plan that details how the proposed solution is to be implemented. This implementation plan should include the following elements: 1. General Implementation Approach 2. Project Management Approach 3. Hardware, Software & Storage Design and Installation 4. Report Development 5. Integrations and Interfaces 6. Training 7. Change Management Approach 8. Testing 9. Operational Redesign 10. System Documentation and Manuals 11. Disaster Recovery Plan 12. Knowledge Transfer The Vendor should not be constrained to only include the above items in the Vendor’s proposal response if the Vendor feels that additional elements may add value to the overall implementation. The City requests that the Vendor provide their work plan in a Microsoft Project format as part of the proposal response. It is expected that the Vendor will lead the efforts in each of the implementation areas described below unless stated otherwise. Further details on what is to be provided as part of the Vendor’s proposed implementation plan are included in the following subsections. 5.4.1 General Implementation Approach Provide a general overview of the implementation approach you plan to use for the City that includes addressing the following items: 1. Describe how you transition from the sales cycle to the implementation phase of the project. 2. Describe key differentiators of the approach as it relates to implementing a solution on time, within budget and with the ability to meet the needs of a diverse client like the City. 3. Describe how you conclude on a preferred implementation phasing. 20 4. What is your recommended approach for this implementation? 5. If part of your implementation plan, describe your approach towards running parallel systems for a period of time. Any unique tools, techniques or methods that used should be described in this section. 5.4.2 Project Management Approach The City expects the Vendor to provide project management resources leading to the successful deployment of the system. This project manager will work as a team member with the City’s Implementation Team. It is expected that this project manager will be “on the ground” as appropriate to team with the City of Raleigh project manager and Implementation Team. This project manager can be an employee of the Vendor or a partner of the Vendor. In either case, the costs for the project manager should be clearly denoted in the pricing section of this RFP. As part of any significant engagement, the City employs a project management approach that is based on the Project Management Institute’s project management body of knowledge (PMBOK). The City would expect responding Vendors to adhere to such standards as part of the project. Provide an overall description of the Vendor project management approach towards this type of engagement and projected timing for major phases. Provide a high-level work plan for achieving the successful deployment of your proposed system. 5.4.3 Hardware, Software and Storage Design and Installation The Vendor is expected to set up (or expand) a hosting environment and provision, configure and test all system software for the hosted or hybrid solution. 5.4.4 Report Development For specific reporting requirements, it is anticipated that the Vendor will take the lead on developing any reports required as part of the initial deployment of the system with input from City staff. The Vendor is expected to provide specialized knowledge and information to City staff during the development of needed reports, via technical training on the tools used for report development, database schema and architecture, etc. in addition to providing responses to the following items. 1. Provide information on your reporting approach including: 2. Description of various methods of reporting including Business Intelligence 3. Methods for the City to identify, specify, and develop required custom City reports during the implementation. 4. Methods for the City to develop required custom City reports post- implementation 21 5.4.5 Integrations and Interfaces The City desires a solution that supports the ability to minimize redundant data entry where possible. The City’s Enterprise Resource Planning (ERP) System is PeopleSoft. It is expected that information generally would need to be entered only once into a single system. Components within the system should be integrated in real-time with each other such that batch processes are not required to transfer information from one area of the system to another unless that is the preference of the City. Existing City interfaces between core applications that may currently exist (e.g., AP posting to GL) or shadow systems that will likely be replaced are not included as they are assumed to be included in an integrated Grants Management Solution. Please provide the following: 1. Describe the extent to which the various components are integrated together versus being purchased separately and interfaced. 2. Describe your approach towards interfacing and integration with other solutions including use of specific tools, methods and standards. 3. Describe data exchange standards (e.g. XML, Web Services, or EDI) supported or provided by your product. 4. As it pertains to the City’s current technical environment described previously, identify potential issues for integrating with specific technologies that are used within the City. If local customizations are made, do you provide any tools or assistance to easily incorporate customizations into new version/release of your software? Integration Component Description General Intent Priority PeopleSoft City’s Financial System (ERP) One-Way communication of financial data (Grant spending, budgets and reimbursements) Nice to Have for Grants Received Preferred for Grantmaking Single Sign-On (Active Directory) Active Directory Federated Services/Microsoft Azure Allow users to authenticate with their City of Raleigh credentials for single sign-on Nice to Have Power BI Data Visualization Preferred 5.4.6 Training The City intends to explore the advantages, disadvantages and related costs of two implementation training approaches: 1. End User Training Approach: All end-user and technical training will be performed on-site through implementation and be performed by the Vendor. 22 a. End user implementation training will be provided by the Vendor and include joint participation by the relevant City process owner team lead supporting the process area in the new software system. b. Technical Implementation training will include training for City IT staff on the technologies required to support the new Grants Management Solution. 2. Train the Trainer Approach: The Vendor will incorporate a “train the trainer” approach where only key City team leads will be trained through implementation on their modules and then they will train the remainder of the City staff in their respective areas. a. There would be roughly ten (10) subject matter experts (SME’s) for each module including one team lead. This training would be provided at a City facility. b. Training materials supplied by the Vendor would be used by SME’s and team leads for training their staff. c. Web conference or remote online tutorial sessions would be available to SME and team lead staff to participate in after initial training was completed in their module. d. Technical implementation training will include training of up to five (5) key IT staff to support the new system. The Vendor should provide an overall description of both training methods, including the following: 1. General timeframes in which both types of training will be conducted 2. The Vendor must list the nature, level, and amount of training to be provided for both options in each of the following areas: a. Technical training (e.g., programming, operations, etc.) b. User training c. Other staff (e.g., executive level administrative staff) d. Pricing 5.4.7 Operational Redesign With the deployment of a new software, the City wishes to take advantage of capabilities within the solution that provide support for operational improvements. Vendors are requested to describe their approach towards operational redesign including discussion on the optimal time in which to conduct redesign as it relates to implementation of the new software. 5.4.8 Organizational Change Management Approach The City recognizes that a movement from the current environment to a new solution will present change management challenges. The Vendor should clearly identify their approach towards Organizational Change Management including any unique approaches or tools that will be used. 23 5.4.9 Testing The Vendor should describe their recommended approach to the following types of testing that are anticipated to be performed on the project and the type of assistance they anticipate providing to the City related to system, integration, stress/performance, user acceptance testing (UAT). 5.4.10 System Documentation and Manuals The Vendor is expected to provide user manuals and online help for use by the City as part of the initial training and on-going operational support. Additionally, the Vendor is expected to provide technical documentation such as interfaces and network designs. 1. Describe what documentation (user guide, technical guide, training materials, etc.) is available on the system proposed and any related costs. 2. Describe what types of documentation you anticipate developing during the project. 3. Describe what types of documentation are accessible to the user via the grant management solution (ex. help files, etc.). 5.4.11 Disaster Recovery Plan Please describe the services you provide around disaster recovery, if any, as part of your proposed solution. 5.4.12 Knowledge Transfer The Vendor should describe their process for ensuring that a transfer of knowledge occurs back to City staff such that staff can support and maintain the software in the most proficient manner once the Vendor implementation engagement is complete. 5.5 Staffing Plan 1. This section must include the proposed staffing, deployment and organization of personnel to be assigned to this project. The Proposer shall provide information as to the qualifications and experience of all executive, managerial, legal, and professional personnel to be assigned to this project, including resumes citing experience with similar projects and the responsibilities to be assigned to each person. If the Vendor is using a subcontractor please include information on subcontracting staff being used and their specific role on the project. 2. Please provide an overall project organizational structure for City staff involvement during the project. Identify the roles and responsibilities of each component of this structure. This includes an appropriate governance structure in which to manage the project. 24 5.6 Ongoing Support Services 1. Please specify the nature and conditions of any post-implementation support options including: a. Post-go live support that is included in the proposal response b. Onsite support (e.g. system tuning, application configuration, interface issues, report development, network optimization, user training and tips to optimize the user experience) c. Telephone support d. Help Desk services (If there is a service level agreement for your help desk, please provide a copy with your RFP response.) e. Toll-free support line f. Software user group (i.e. - information about it, where it is held and when. If no, are you planning one?) g. Online knowledgebase (i.e. – how it is accesses, who updates it, etc.) 2. Describe your maintenance programs and options. 3. For both Vendor Hosted and Hybrid models, the following requirements must be met: a. The system must be available 24 x 7 x 365 with a minimum of 99.99% uptime including scheduled maintenance. b. Maintenance windows must be scheduled outside of normal business hours and agreed upon with City staff. Windows should be pre-defined and communicated to City staff. Any non-standard window must be communicated to City staff at least two weeks in advance, with the exception of emergencies. In an emergency, the Vendor is to work with designated City staff to determine appropriate time and communication to staff. 4. All data must reside in the United States. 5. Vendors must provide a copy of their incident response plan. 5.7 License and Maintenance Agreements Sample license and maintenance agreements must be provided in this part of the Vendor's response for all components of the recommended solution (i.e., hardware, software, operating system, database, etc.). Indicate the basis on how licenses are determined. Proposals that require the City to enter into license agreements that do not meet City contracting requirements and standards may render a proposal non-responsive to this solicitation. 5.8 Functional System Requirements Responses to the requirements referenced in this RFP must be provided in this section of the Vendor's response. Use the spreadsheet (Appendix XX) provided and attach added explanation pages as necessary. 25 APPENDIX I Proposal Cost Form Awarded Contractor shall perform the services to be performed as set forth in this RFP and more particularly described in Section 5 for a not to exceed total amount of $___________________________________________________. Proposer shall attach proposal cost breakdown to Appendix I – Proposal Cost Form. Firm Name: ____________________________________________________________ Authorized Signature _______________________________Date__________________ Signed by: _____________________________________________________________ [Type or Print Name] Title of Signer: __________________________________________________________ 26 APPENDIX II PROPOSER QUESTIONNAIRE The following questions must be answered, and data given must be clear and comprehensive. If necessary, questions may be answered on separate sheets. The Proposer may submit any additional information desired. Company Name: d/b/a (if applicable) Street / PO Box: City: State: Zip: Phone: Fax: E-Mail: Website (if applicable): Sole Proprietor Partnership Corporation Other Number of years in business under company’s present name: Fed Tax ID #: DUNS # Are you certified with the North Carolina Secretary of State to conduct business (if required)? (Check One) YES: NO: Not Applicable: Are you properly licensed/certified by the Federal and/or State of North Carolina to perform the specified work? YES: NO: Not Applicable: ATTACH COPY OF ALL APPLICABLE LICENSING/CERTIFICATION DOCUMENTS Are/will you be properly insured to perform the work? YES: NO: Contact for this Contract: Title: Phone: Fax: E-Mail: Have you ever defaulted or failed on a contract? (If yes, attach details) YES: NO: List at least three (3) references for which you have provided these services (same scope/size) in the past three years - preferably government agencies. Do not include City of Raleigh as a reference to meet the requirement of listing at least (3) references. PROPOSERS ARE RESPONSIBLE FOR SENDING REFERENCE QUESTIONNAIRE (APPENDIX III) TO THEIR REFERENCES. 1. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 2. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 3. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 4. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: 5. Company: Contact Person: Title: Phone: Fax: E-Mail: Describe Scope of Work: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Authorized Signature: Date: 27 APPENDIX III City of Raleigh 274 BMS – Grant Management Solution REFERENCE QUESTIONNAIRE _______________________________________________________________ (Name of Business Requesting Reference) This form is being submitted to your company for completion as a business reference for the company listed above. This form is to be returned to the City of Raleigh, Kirsten Larson – Grants Program Administrative Manager, via email to Kirsten.Larson@raleighnc.gov no later than 2:00 p.m. ET, February 20, 2020 and MUST NOT be returned to the company requesting the reference. For questions or concerns regarding this form, please contact the City of Raleigh, Point of Contact above. Company Providing Reference Contact Name and Title/Position Contact Telephone Number Contact Email Address Questions: 1. In what capacity have you worked with this company in the past? If the company was under a contract, please acknowledge and explain briefly whether or not the contract was successful. Comments: 2. How would you rate this company’s knowledge and expertise? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 3. How would you rate the company’s flexibility relative to changes in the scope and timelines? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: mailto:Kirsten.Larson@raleighnc.gov mailto:Kirsten.Larson@raleighnc.gov 28 4. What is your level of satisfaction with hard-copy materials, e.g. reports, logs, etc. produced by the company? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 5. How would you rate the dynamics/interaction between the company and your staff? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 6. Who were the company’s principle representatives involved in providing your service and how would you rate them individually? Would you comment on the skills, knowledge, behaviors or other factors on which you based the rating? (3= Excellent; 2= Satisfactory; 1= Unsatisfactory; 0= Unacceptable) Name: Rating: Name: Rating: Name: Rating: Name: Rating: Comments: 7. With which aspect(s) of this company’s services are you most satisfied? Comments: 8. With which aspect(s) of this company’s services are you least satisfied? Comments: 9. Would you recommend this company’s services to your organization again? Comments: _________________________________________________________________________ _________________________________________________________________________ _________________________________________________________________________ 29 APPENDIX IV CONTRACT STANDARD TERMS AND CONDITIONS The contract terms provided herein shall become a part of any contract issued as a result of this solicitation. Any exceptions to the contract terms must be stated in the submittal. Any submission of a proposal without objection to the contract terms indicates understanding and intention to comply with the contract terms. If there is a term or condition that the firm intends to negotiate, it must be stated in the proposal. The successful firm will not be entitled to any changes or modifications unless they were first stated in the proposal. The City of Raleigh reserves the right, at its sole discretion, to reject any or all submittal package(s) containing unreasonable objections to standard City of Raleigh contract provisions. 1. Compensation; Time of Payment The standard City of Raleigh payment term is NET 30 days from the date of invoice. For prompt payment all invoices should be emailed to (accountspayable@raleighnc.gov) or mail to the City of Raleigh, Accounts Payable, PO Box 590, Raleigh, North Carolina 27602-0590. All invoices must include the Purchase Order Number. Invoices submitted without the correct purchase order number will result in delayed payment. 2. Workmanship and Quality of Services All work performed under this Contract shall be performed in a workmanlike and professional manner, to the reasonable satisfaction of the City, and shall conform to all prevailing industry and professional standards. 3. Non-discrimination To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. 4. Minority and Women Owned Business Enterprise The City of Raleigh prohibits discrimination in any manner on the basis of race, color, creed, national origin, sex, age or handicap or sexual orientation and will pursue an affirmative policy of fostering, promoting and conducting business with women and minority owned business enterprises. The City of Raleigh encourages mailto:accountspayable@raleighnc.gov mailto:accountspayable@raleighnc.gov 30 participation by certified minority and women-owned businesses. If there are any questions, Contact the MWBE Program Manager, PO BOX 590 Raleigh, NC 27602, mwbe@raleighnc.gov, or 919-996-4330. 5. Assignment This Contract may not be assigned without the express written consent of the City. 6. Applicable Law All matters relating to this Contract shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 7. Insurance Contractor agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Contract the following coverages and limits. The requirements contained herein, as well as City’s review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this Contract. Commercial General Liability – Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Automobile Liability – Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Contract and/or are brought on a COR site. Worker’s Compensation & Employers Liability – Contractor agrees to maintain Worker’s Compensation Insurance in accordance with North Carolina General Statute Chapter 97 with statutory limits and employees liability of no less than $1,000,000 each accident. Additional Insured – Contractor agrees to endorse the City as an Additional insured on the Commercial General Liability, Auto Liability and Umbrella Liability if being used to meet the standard of the General Liability and Automobile Liability. The Additional Insured shall read ‘City of Raleigh is named additional insured as their interest may appear’. mailto:mwbe@raleighnc.gov 31 Certificate of Insurance – Contractor agrees to provide COR a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Contractor’s insurer. If Contractor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Contractor agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602-0590 Umbrella or Excess Liability – Contractor may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest ‘Each Occurrence’ limit for required policies. Contractor agrees to endorse City of Raleigh as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a ‘Follow-Form’ basis. Professional Liability – Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleigh’s Risk Manager. 8. Indemnity Except to the extent caused by the sole negligence or willful misconduct of the City, the Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Contractor in the performance of this Contract. This representation and warranty shall survive the termination or expiration of this Contract. The Contractor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Contract. 32 9. Intellectual Property Any information, data, instruments, documents, studies, reports or deliverables given to, exposed to, or prepared or assembled by the Contractor under this Contract shall be kept as confidential proprietary information of the City and not divulged or made available to any individual or organization without the prior written approval of the City. Such information, data, instruments, documents, studies, reports or deliverables will be the sole property of the City and not the Contractor. All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets invented, developed, created or discovered in performance of this Contract shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Contractor’s performance of this project shall vest in the City. Works of authorship and contributions to works of authorship created by the Contractor’s performance of this project are hereby agreed to be ‘works made for hire’ within the meaning of 17 U.S.C. 201. 10. Force Majeure Except as otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Contract, neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Contract must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Contract by this provision. 11. Advertising The Contractor shall not use the existence of this Contract, or the name of the City of Raleigh, as part of any advertising without the prior written approval of the City. 12. Cancellation The City may terminate this Contract at any time by providing thirty (30) days written notice to the Contractor. In addition, if Contractor shall fail to fulfill in timely and proper manner the obligations under this Contract for any reason, including the voluntary or involuntary declaration of bankruptcy, the City shall have the right to terminate this Contract by giving written notice to the Contractor and termination will be effective upon receipt. Contractor shall cease performance immediately upon receipt of such notice. 33 In the event of early termination, Contractor shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Contractor under this section exceed the total amount due Contractor under this Contract. The Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract, and the City may withhold any payment due to the Contractor for the purpose of setoff until such time as the City can determine the exact amount of damages due the City because of the breach. Payment of compensation specified in this Contract, its continuation or any renewal thereof, is dependent upon and subject to the allocation or appropriation of funds to the City for the purpose set forth in this Contract. 13. Laws/Safety Standards The Contractor shall comply with all laws, ordinances, codes, rules, regulations, safety standards and licensing requirements that are applicable to the conduct of its business, including those of Federal, State, and local agencies having jurisdiction and/or authority. All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type(s) of devices offered and furnished. Further, all items furnished by the Contractor shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. Contractor must comply with North Carolina Occupational Safety and Health Standards for General Industry, 29CFR 1910. In addition, Contractor shall comply with all applicable occupational health and safety and environmental rules and regulations. Contractor shall effectively manage their safety and health responsibilities including: A. Accident Prevention Prevent injuries and illnesses to their employees and others on or near their job site. Contractor managers and supervisors shall ensure personnel safety by strict adherence to established safety rules and procedures. 34 B. Environmental Protection Protect the environment on, near, and around their work site by compliance with all applicable environmental regulations. C. Employee Education and Training Provide education and training to all contractors employees before they are exposed to potential workplace or other hazards as required by specific OSHA Standards. 14. Applicability of North Carolina Public Records Law Notwithstanding any other provisions of this Contract, this Contract and all materials submitted to the City by the Contractor are subject to the public records laws of the State of North Carolina and it is the responsibility of the Contractor to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Contractor understands and agrees that the City may take any and all actions necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Contract. To the extent that any other provisions of this Contract conflict with this paragraph, the provisions of this section shall control. 15. Miscellaneous The Contractor shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Contract, and will reimburse the City for the replacement value of its loss or damage. The Contractor shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Contractor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Contract. Such employees shall not be employees of or have any individual contractual relationship with the City. This Contract may be amended only by written agreement of the parties executed by their authorized representatives. 16. Right to Audit and Access to Records 1. The City may conduct an audit of any services performed and fees paid subject to this Contract. The City, or its designee, may perform such an audit throughout the contract period and for three (3) years after termination thereof or longer if otherwise required by law. 2. The Contractor and its agents shall maintain all books, documents, papers, accounting records, contract records and such other evidence as may be 35 appropriate to substantiate costs incurred under this Contract. The City, or its designee, shall have the right to, including but not limited to: review and copy records; interview current and former employees; conduct such other investigation to verify compliance with contract terms; and conduct such other investigation to substantiate costs incurred by this Contract. 3. “Records” shall be defined as data of every kind and character, including but not limited to books, documents, papers, accounting records, contract documents, information, and materials that, in the City's sole discretion, relate to matters, rights, duties or obligations of this Contract. 4. Records and employees shall be available during normal business hours upon advanced written notice. Electronic mail shall constitute written notice for purposes of this section. 5. Contractor shall provide the City or its designee reasonable access to facilities and adequate and appropriate workspace for the conduct of audits. 6. The rights established under this section shall survive the termination of the Contract, and shall not be deleted, circumvented, limited, confined, or restricted by contract or any other section, clause, addendum, attachment, or the subsequent amendment of this Contract. 7. The Contractor shall reimburse the City for any overcharges identified by the audit within ninety (90) days of written notice of the City’s findings. 17. E – Verify Contractor shall comply with E-Verify, the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law and as in accordance with N.C.G.S. §64-25 et seq. In addition, to the best of Contractor’s knowledge, any subcontractor employed by Contractor as a part of this contract shall be in compliance with the requirements of E-Verify and N.C.G.S. §64-25 et seq. 18. Iran Divestment Act Certification Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147- 86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147-86.59, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 19. Companies Boycotting Israel Divestment Act Certification Contractor certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. 36 20. Data Rights This Section shall govern the rights of the Contract and the City, as the case may be, with respect to the data that is subject to this Agreement. Passport will, by provisions in its Privacy Policy or otherwise, procure from such end users all such lawful consents and rights necessary to grant to City the rights in such data as stated in this Section. Passport’s Privacy Policy, as it may be amended from time to time in Passport’s sole discretion, can be viewed at https://www.passportinc.com/privacy-policy. A. Operational data is data specific to the City’s operation that is provided by City to Passport to be used in the providing of services. Operational data is specific to the City’s operation, which is not available to Passport publicly or by other means. Operational data may include, but is not limited to, zone information, rate information, operational schedules, business metrics, relevant details of partner agreements. In each case, Operational data may refer to past, present, or future states of such items. Operational data is the sole and exclusive property of the City. The City grants Passport a perpetual, irrevocable, royalty-free, non-exclusive, non-assignable, and non-transferrable license to Operational data, provided that, Passport may assign or transfer such license to a successor in connection with the transfer or sale of all or substantially all of its assets or business related to this agreement, or in the event of its merger, consolidation, change in control or similar transaction. B. Payment Card Industry-Data Security Standard Information (“PCI-DSS Information”) consists of the following items, each as defined by the then-current Payment Card Industry Data Security Standards (“PCI-DSS”): Account Data; Cardholder Data; Primary Account Number; and Sensitive Authentication Data. Passport acquires a license or sublicense to the PCI-DSS Information from end users who share such data with Passport in connection with their use of the Software. Passport must secure such data in accordance with PCI-DSS. As such, Passport may not grant City derivative rights to such PCI-DSS Information and Passport shall not be required to disclose such PCI-DSS Information to City. C. Personal identifiable information (“PII”) is any representation of information that permits the identity of an individual to whom the information applies to be reasonably determined or inferred by either direct or indirect means. Name, address, social security number or other identifying number or code, telephone number, or email address directly identify individuals. Certain data elements— including gender, race, birth date, geographic indicator (such as zip code or postal code), and other descriptors—can be used in conjunction or with other data elements to indirectly identify individuals. Information permitting the physical or online contacting of a specific individual (e.g., IP address) is also personally identifiable information. End users of Passport’s Software own PII and license it to Passport pursuant to Passport’s Privacy Policy, as it may be amended from time to time in Passport’s sole discretion. Passport may sublicense PII to the 37 City under certain conditions (including but not limited to the City’s compliance with information security controls and applicable regulations) that shall be memorialized separately if and when applicable. D. Activity data is any data generated in the providing of services under this agreement by Passport to City and by end users’ interactions with the services or with Passport directly that is not otherwise PCI-DSS information or PII as defined above. Activity data may include, but is not limited to, user interaction data, geolocation data, opt-in/opt-out status (including compliance logs), purchase and session data, application diagnostic data, service performance data, and support data. Data that is derived from Activity data is also Activity data. Activity data is the sole and exclusive property of Passport. Passport grants the City an irrevocable, royalty-free, non-exclusive, non-assignable, and non- transferrable license to Activity data for the duration of the term of this Agreement and only to the extent and in the format that Passport chooses in its sole discretion to expose such data through its administrative portal or as otherwise agreed upon with the City and only for the City’s internal use in connection with the services provided under this agreement. 21. PCI Certification For the duration of the term of this Agreement, Passport will maintain Payment Card Industry – Data Security Standard certification. 22. Product Updates Any system-wide improvements or modifications made by Passport to the Software will, when available, be provided to City at no charge to City and will automatically be subject to the terms of this Agreement. City may request new features or functionality to be built into the system, and, to the extent that Passport plans to incorporate such requested new features or functionality into the Software, Passport will develop such features and functionality at no cost to the City pursuant to Passport’s development timeline. If the City desires to expedite such development, Passport may, in its sole discretion, charge City an expedite fee of two hundred dollars ($200.00) per development hour necessary to develop the requested features or functionality, provided, however, that Passport shall first notify City and receive written approval from City to proceed. If the City’s requested features or functionality are created for the City’s use and Passport does not plan to incorporate such requested features into the Software, Passport may, in its sole discretion, charge City a custom development fee of two hundred and fifty dollars ($250.00) per hour for the development of such features or functionality, provided, however, that Passport shall first notify City and receive written approval from City to proceed. In addition to or in lieu of the fees set forth in this section, the parties may establish a monthly software license or maintenance fee that will be mutually agreed between the parties in a separate written addendum to this Agreement. 38 [PAGE INTENTIONALLY LEFT BLANK] 39 APPENDIX V EXCEPTIONS TO RFP Check one: ☐ NO EXCEPTIONS, PROPOSER COMPLIES WITH ALL DOCUMENTS IN RFP. ☐ EXCEPTIONS ARE LISTED BELOW: # RFP Page #, Section #, Appendix # Exceptions [Describe nature of Exception] Explain why this is an issue Proposed Alternative Indicate if exception is negotiable (N) or non-negotiable (NN) 1 2 3 4 5 6 7 8 9 10 FAILURE TO IDENTIFY ANY EXCEPTIONS WILL INDICATE ACCEPTANCE OF ALL TERMS AND CONDITIONS, AND REQUIREMENTS OF THE RFP AND ANY CORRESPONDING ADDENDUM ISSUED. THE CITY, AT ITS SOLE DISCRETION, MAY MODIFY OR REJECT ANY EXCEPTION OR PROPOSED CHANGE. Firm: Authorized Signature Title: Printed Name of Signer Date: 40 APPENDIX VI PEOPLESOFT FILE INTERFACE TECHNICAL SPECIFICATIONS The City of Raleigh: • can send or receive files in EDI data formats: 820, 834, 997 and BAI2. • can send or receive files using SFTP data transmission protocols: FTP, FTPS, SOAP and REST. • can automate file transmissions on a daily, weekly or monthly basis. (See City of Raleigh Interface Transmission Worksheet on following page) • can receive multiple files on the same day by requiring file naming conventions which include date and time stamps. • can produce email acknowledgment of files received. • requires email acknowledgement of files sent. • provides a non-production environment in which we develop and test interfaces prior to moving them to production. • requires our vendors to provide a non-production environment in which to test interfaces prior to moving them to production. • Does not allow a “pull” (get) of files from the source in either direction. Our standard is to have files sent to us and for us to send files out. 41 City of Raleigh Interface Transmission Worksheet For each interface with the City of Raleigh’s financials system being requested, the vendor will need to complete the following Transmission Worksheet at the time of implementation: General Information Direction of Interface Type of interface Company Information Primary Contact Name Phone Email Address Secondary Contact Name Phone Email Address Connection Information Vendor Prod URL IP Address Port User ID Certificates/Password Vendor Dev URL IP Address Port User ID Certificates/Password Raleigh Prod URL IP Address Port User ID Certificates/Password Raleigh Dev URL IP Address Port User ID Certificates/Password File Transmission Vendor Prod Initial Directory Cipher Key Exchange TLS version Vendor Dev Initial Directory Cipher Key Exchange TLS version 42 (CONTINUED) File details File Name Prefix File Name date format File Name Postfix File Extension Frequency Time process Notification Email Data Details File Type Delimiter Header Footer Control Totals Date Format Special Formatting Additional Requirement *Note: As a standard there will be no Pull (get) of files from the source. All files will be sent to the target destination. 43 APPENDIX VIII City of Raleigh Vendor Security Checklist The City of Raleigh provides a wide range of Information Technology that enables services to the citizens of our community. To make sure that these services are provided in a safe, legally compliant manner the following checklist needs to be completed and returned to IT Security Information Response Name of Application and Provider Product URL or Information Contact? Is this a cloud-based solution? Is this a software or hardware solution? Will the COR data be co-mingled with other like customers or kept on separate Physical servers? Is this a web-based program or require a desktop client? Will you need access to sensitive information concerning the City of Raleigh infrastructure or other confidential information – Does this application create, access, modify any confidential City of Raleigh information such as: Employee names, Social Security numbers, physical addresses or other personal identifiable information o Medical records o Financial records o Critical Infrastructure protection information (e.g. City water diagrams) o Non- public Physical safety information o Will you need access to any Personal Identifying Information? SSN#, Credit Card? o Internal or external web site requirements  Vendor access i.e. access to internal COR resources Will you need access to applications residing on the City of Raleigh network? Will you need remote access to the City of Raleigh network or applications? Will you need physical access to City of Raleigh facilities? Operations Do you have documented security policies for your organization? Continuous web application scanning to detect vulnerabilities? SSL certificates to protect data in motion? Do you have data encryption and key management in place? Do you have intrusion prevention in place and functioning? Do you have firewalls in place to prevent unauthorized communications? mailto:CoRInfosec@raleighnc.gov?subject=Vendor%20Security%20Checklist mailto:CoRInfosec@raleighnc.gov?subject=Vendor%20Security%20Checklist 44 (CONTINUED) Compliance Response PCI DSS V3 HIPPA SOC2 SSAE 16 ISO 27001 NIST 800 Other certifications and are they current Last Pen test as well as certifications results. Need dates of certifications and attestations. Antimalware reputation based to protect against virus and malicious URL’s? Do you have a patch management policy in place and is it operational? Monitoring Has your organization instrumented appropriate monitoring tools and integrated your resources into its incident management processes and systems? Shared Services Security review if attached to network, PC, or other devices o Impact statement with risk and requirements for review o Internal or external connectivity (web portals etc.) o Clear understanding of the data being moved o Is the data being secured in transit o Is the date being secured at rest o Where is data being stored o Who has access o Who is administrating o PCI compliance Issue? o HIPPA compliance? What Security policies are required and or in place If taking payments is the hardware PCI compliant? If taking payments is the data encrypted from POS to merchant? If external portal what is external ID issuing process Password reset for external customers /process Password policy for external customers Business Req ID Title Description Delivered or Not Configuration Customization Notes 1 Grants Received and Grantmaking Functional/end user technical assistance for City staff 2 Grants Received and Grantmaking Functional/end user technical assistance for grant applicants/recipients 3 Grants Received and Grantmaking Single sign-on integration for COR staff 4 Grants Received and Grantmaking Intuitive user interface/Ease of data entry 1 Grants Received – Compliance Tracking Track important grant dates (period of performance). 2 Grants Received – Compliance Tracking Track procurement requirements including suspension and debarment 3 Grants Received – Compliance Tracking Ability for user to indicate whether grant has subrecipients 4 Grants Received – Compliance Tracking Ability for user to indicate an understanding of reimbursement request protocol 5 Grants Received – Compliance Tracking Ability for user to indicate an understanding of grant activities allowed/unallowed 6 Grants Received – Compliance Tracking Ability for user to indicate an understanding of grant match or earmarking requirements 7 Grants Received – Compliance Tracking Ability for user to indicate whether grant has Davis-Bacon requirements 8 Grants Received – Compliance Tracking Ability for user to indicate whether grant has program income 9 Grants Received – Compliance Tracking Ability for user to indicate whether grant has real property requirements 10 Grants Received – Compliance Tracking Ability for user to indicate whether grant has equipment management requirements 11 Grants Received – Compliance Tracking Ability for user to indicate an understanding of grantor’s close-out requirements 12 Grants Received – Compliance Tracking Ability for user to indicate whether compliance supplements have been downloaded, reviewed and understood 13 Grants Received – Compliance Tracking Track inventory of equipment and land purchased with grant funding 14 Grants Received – Compliance Tracking Track grant reporting requirements Grants Received and Grantmaking - General Grants Received 1 of 8 larson Text Box Appendix IX - Functional Requirements (p. 45) Business Req ID Title Description Delivered or Not Configuration Customization Notes 15 Grants Received – Compliance Tracking Provide email reminders or notifications of deadlines for reporting requirements, etc. 8 Grants Received - Accessibility ADA accessibility for city staff 16 Grants Received - Tracking phases and award information Track phases (application, award, implementation, closeout) *End-to-End grants lifecycle to manage both grantor and grantee activities in both the pre- award and post-award phases of a grant 17 Grants Received - Tracking phases and award information Track grant application information: Grantor, amount requesting, required match, grant match source, etc. 18 Grants Received - Tracking phases and award information Store grant applications and back-up materials 19 Grants Received - Tracking phases and award information Track grant award info: CFDA number, Grantor award number, Awarding Agency, direct vs. passthrough funding, grant contract number 20 Grants Received - Tracking phases and award information Track whether Council/Grants Committee reviewed, date it was reviewed and if approval was given to proceed. 21 Grants Received - Tracking phases and award information Track in detail the actual costs expended compared to the grant budget 22 Grants Received - Tracking phases and award information Track expenditures vs. time remaining on grant(s) 23 Grants Received - Tracking phases and award information Track active vs. inactive grants 24 Grants Received – Reporting Ability to retrieve a complete grants inventory (which could include all compliance and tracking requirement information 25 Grants Received – Reporting Ability to leverage metadata/pull reports based on criteria 26 Grants Received – Reporting Accurate and timely reporting 27 Grants Received – Single View Allow access to a City of Raleigh internal database of all grant applications and grants awarded to City over multiple years for review purposes 2 of 8 Business Req ID Title Description Delivered or Not Configuration Customization Notes 28 Grants Received – Single View Ability to add attachments and store word documents, image files (maps), video files, PDF documents (all documents pertaining to a grant that are currently stored on the City of Raleigh shared drive). Approximately 200 pages of documents per grant. 29 Grants Received - Integration with PeopleSoft Integrate reimbursement, expense, budget, and performance metric data from one, or many, sources to the grant software 30 Grants Received - Integration with PeopleSoft Tie to A/R to determine what reimbursement cash received vs. what pending (reporting/integration) 31 Grants Received - Integration with PeopleSoft Help with year-end accrual process (reporting/integration) 32 Grants Received - General Ability to deliver additional fields - track different grant attributes based on the grant 33 Grants Received - Search oppor

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

Contract Management Platform

Due: 13 May, 2024 (in 17 days)Agency: Fayette County Public Schools

Wenner-Gren Foundation invites applications for anthropological research grants

Due: 01 May, 2024 (in 5 days)Agency: Wenner-Gren Foundation

ONLINE AUCTION SERVICES

Due: 01 Sep, 2024 (in 4 months)Agency: Department of Enterprise Services

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.