126
REQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM (HMIS) Specification No. 65371 Required for use by: CITY OF CHICAGO (Department of Human Services) This RFP distributed by: CITY OF CHICAGO (Department of Procurement Services) All proposals and other communications must be addressed and returned to: Montel M. Gayles, Chief Procurement Officer Attention: Esmeralda Soto Department of Procurement Services Bid and Bond Room - Room 301, City Hall 121 North LaSalle Street Chicago, Illinois 60602 A Pre-Proposal Conference will be held on May 5, 2008, at 12 P.M. Central Standard Time, in Room 403, Conference Room B, City Hall, 121 N. LaSalle Street, Chicago, Illinois . Attendance is Non-Mandatory, but encouraged. Proposals must be received no later than 4:00 p.m., Central Standard Time, on May 21, 2008 Esmeralda Soto, Contract Negotiator, (312) 744-0763 ____________________________________________________________________________________ RICHARD M. DALEY MONTEL M. GAYLES MAYOR CHIEF PROCUREMENT OFFICER ____________________________________________________________________________________

REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

REQUEST FOR PROPOSAL (“RFP”)

for

CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM (HMIS)

Specification No. 65371

Required for use by:

CITY OF CHICAGO(Department of Human Services)

This RFP distributed by:

CITY OF CHICAGO(Department of Procurement Services)

All proposals and other communications must be addressed and returned to:

Montel M. Gayles, Chief Procurement OfficerAttention: Esmeralda Soto

Department of Procurement ServicesBid and Bond Room - Room 301, City Hall

121 North LaSalle StreetChicago, Illinois 60602

A Pre-Proposal Conference will be held on May 5, 2008, at 12 P.M. Central Standard Time, inRoom 403, Conference Room B, City Hall, 121 N. LaSalle Street, Chicago, Illinois. Attendance is

Non-Mandatory, but encouraged.

Proposals must be received no later than 4:00 p.m., Central Standard Time, onMay 21, 2008

Esmeralda Soto, Contract Negotiator, (312) 744-0763

____________________________________________________________________________________RICHARD M. DALEY MONTEL M. GAYLESMAYOR CHIEF PROCUREMENT OFFICER____________________________________________________________________________________

Page 2: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

i

TABLE OF CONTENTSPage

I. GENERAL INVITATION.......................................................................................................... 11.1 Purpose of the Request for Proposal .............................................................................. 11.2 Downloadable RFP Documents ...................................................................................... 11.3 Initial Set-up & Time Commitment ................................................................................ 21.4 Term of Contract ............................................................................................................ 2

II. BACKGROUND ........................................................................................................................ 2

III. SOFTWARE REQUIREMENTS................................................................................................ 33.1 Description of Software.................................................................................................. 33.2 Platform… .................................................................................................................... .73.3 Hosting and Training…………………………………………………… ................ …….83.4 Additional Requirements…………………………………………… ...................... …….8

IV. WARRANTY AND MAINTENANCE....................................................................................... 84.1 Technical Support Scope ................................................................................................ 84.2 Technicians .................................................................................................................... 84.3 Software Upgrades ......................................................................................................... 84.4 Technical Support Services & Response Times .............................................................. 94.5 Software Escrow ............................................................................................................ 9

V. GENERAL INFORMATION AND GUIDELINES .................................................................... 95.1. Communications between the City of Chicago and Respondents..................................... 95.2. Deadlines and Procedures for Submitting Proposal ....................................................... 105.3. RFP Information Resources.......................................................................................... 115.4. Procurement Timetable................................................................................................. 115.5. Confidentiality ............................................................................................................. 11

VI. PREPARING PROPOSALS: REQUIRED INFORMATION .................................................... 116.1. Format of Proposal .......................................................................................................... 126.2. Required Contents of Proposal ........................................................................................ 12

VII. EVALUATING PROPOSALS ................................................................................................. 19

VIII. SELECTION PROCESS........................................................................................................... 21

IX. ADDITIONAL DETAILS OF THE RFP PROCESS................................................................. 219.1 Addenda....................................................................................................................... 219.2 City's Rights to Reject Proposals .................................................................................. 229.3 No Liability for Costs ................................................................................................... 229.4 Prohibition of Certain Contributions-Mayoral Executive Order No. 05-1 ...................... 229.5 False Statements........................................................................................................... 23

Page 3: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

ii

EXHIBITS

Exhibit 1: Scope of Services

Exhibit 2: Company Profile Information

Exhibit 3: Company References/Client Profile Information

Exhibit 4: Respondent Response to Mandatory Requirements

Exhibit 5: Cost Proposal

Exhibit 6: Economic Disclosure Statement and Affidavit

Exhibit 7: Contract Insurance Requirements and Insurance Certificate

Exhibit 8: Homeless Management Information System (HMIS) Acronyms & Terms

Exhibit 9: City of Chicago, Standard Contract Terms and Conditions

Exhibit 10: Federal Register / Vol. 69, No. 146 / Friday, July 30, 2004 / NoticesPart II – Department of Housing and Urban Development: HMIS; Data and TechnicalStandards Final Notice

Page 4: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

1

REQUEST FOR PROPOSAL (“RFP”)

for

CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Specification No. 65371

I. GENERAL INVITATION

1.1 Purpose of the Request for Proposal

The City of Chicago (“City”), acting through its Department of Human Services (“Department”),invites the submission of proposals from firms with expertise and experience in the hosting andmaintenance of an off the shelf web-based software that meets the data requirements and technicalstandards required by the Department of Housing and Urban Development (HUD) under it’s sponsoredHomeless Management Information System (HMIS) program. The selected Respondent shall performall services and functions associated with the seamless installation and implementation of the softwareand services as required in this RFP.

A contract awarded from this RFP is funded by HUD and is subject to all applicable federal laws andguidelines which will be incorporated into the contract.

Only companies with demonstrated experience in the area of working with HUD HomelessManagement Information Systems (HMIS) data requirements / technical standards, and with an interestin making their services available to the City of Chicago, are invited to respond to this RFP. Forpurposes of this RFP, Chief Procurement Officer (“CPO”) means the Chief Procurement Officer forthe City of Chicago. “Respondents” means the companies or individuals that submit proposals inresponse to this RFP. The documents submitted will be referred to as “Proposals.”

The work contemplated is professional in nature. It is understood that the selected Respondent actingas an individual, partnership, corporation or other legal entity, is of professional status, licensed toperform in the State of Illinois and licensed for all applicable professional discipline(s) requiringlicensing and will be governed by the professional ethics in its relationship to the City. It is alsounderstood that all reports, information, or data prepared or assembled by the Respondent under acontract awarded pursuant to this RFP may be made available to any individual or organization, underFreedom of Information Act (FOIA).

The Respondent shall be financially solvent and each of its members if a joint venture, its employees,agents or sub-consultants of any tier shall be competent to perform the services required under thisRFP document.

1.2 Downloadable RFP Documents

RFP DOCUMENT CAN BE DOWNLOADED AND PRINTED FROM URL ADDRESS:Hhtp://www.ci.chi.il.us/webportal/COCWebPortal/COC_EDITORIAL/Spec65371.pdf

Page 5: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

A Respondent who chooses to download a RFP solicitation instead of picking it up in person will beresponsible for checking the aforementioned web site for clarifications and/or addenda. Failure toobtain clarification and/or addenda from the web site shall not relieve Respondent from being boundby any additional terms and conditions in the clarification and/or addenda, or from consideringadditional information contained therein in preparing your bid or proposal. Note, there may bemultiple clarifications and/or addenda. Any harm to the Respondent resulting from such failure shallnot be valid grounds for a protest against award(s) made under the solicitation.

All Respondents are responsible for obtaining all RFP materials. If Respondent chooses to downloadand print the RFP document, the Respondent must contact the City of Chicago, Department ofProcurement Services, Bid & Bond Room by either: faxing a legible copy of Respondent’s businesscard, referencing Specification No. 65371 to (312) 744-5611 or by calling the Bid & Bond Room at(312) 744-9773, to register Respondent’s Company as an RFP document holder, which will entitleRespondent to received any future clarifications and/or addendum related to this RFP.

1.3 Initial Set-up & Time C ommitment

Any contract awarded pursuant to this RFP solicitation shall have the software installed, tested, andmade operational within 10 business days of contract award. Concurrently to the installation theselected Respondent will work with the Department of Innovation & Technology (DoIT) and theChicago Department of Human Services (CDHS) to cleanse data for the migration. This cleansing willinclude:

Transforming approximately 100,000 records into the new HMIS application Consolidation of duplicate clients into one entry Consolidation of duplicate Delegate Agencies into one entry Assist CDHS in analyzing and resolving edit reports Creation as needed, of child records to maintain data integrity or ensure all

relational integrity Standardization of addresses.

Project management is crucial for immediate software installation/hosting and reasonable resourcesmade available to the City for a successful and timely completion.

1.4 Term of Contract

Any contract awarded pursuant to this RFP solicitation shall be for a base contract period of three (3)years plus three (3) optional extension periods of one (1) year each, at the discretion of the City.

II. BACKGROUND

The Department seeks to reduce poverty by providing resources and support to Chicago’s mostvulnerable residents and to respond rapidly to people in crisis. The Department provides direct servicesand also administers federal, state, and City funds to a network of approximately 100 DelegateAgencies providing homeless services, prevention programs, housing options, social services, anddomestic violence services.

The Department is responsible for managing the administrative funds to operate the HomelessManagement Information System (HMIS), a federally mandated application from the Department ofHousing and Urban Development (HUD). Chicago’s HMIS performance is currently evaluated as part

Page 6: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

of the annual HUD SuperNOFA application, which determines McKinney Vento Funding - the largestsource of funding for homeless services in Chicago.

This HMIS web-based computerized data collection application should facilitate the collection ofinformation on homeless individuals and families using residential or other homeless assistanceservices and stores the data in an electronic format. It should allow for data integration from allhomeless services providers in the community and capture basic descriptive information on everyperson served. A final notice on data and HMIS technical standards was put out by the FederalRegister on July 30, 2004, copy provided as Exhibit 10, of this RFP.

The existing web-based system responsible for generating these required reports is the SoftscapeCaseOne system that manages our HMIS components. There are other components such as the casemanagement function, referral services, and other database connections that complete the existingsystem, but this is not enough to be in compliance with HUD.

HUD’s goals for HMIS is threefold: 1. real-time information on housing and services providers; 2.create a network, for better delivery system between housing, services providers, and the localcommunity, and 3. tracking and reporting critical information about the complex characteristics andservice needs of homeless clients.

The selected Respondent shall perform all services and functions associated with supportingapplications, databases and system inventory as required in this RFP. All itemization of work taskscontained in the Scope of Service are intended to be descriptive, but not restrictive. Submission of aproposal will be construed as acceptance of additional work requested by the Department, in order tofulfill the monthly allotted time commitment, or to assist the Department with information technologyproject beyond those described herein should the Respondent be awarded a contract.

III. SOFTWARE REQUIREMENTS

3.1 Description of Software

The Department seeks sealed proposals for the hosting and implementation of a tested and fullyfunctional off the shelf web-based software solution used by the social service industry and uniquelydesigned to meet HMIS data collection and technical standards. The object of this Request forProposal is to enter into a contract for the license, hosting, training and support of a tested and ready touse web-based data tracking and classifying software.

Respondent must be capable of providing a turn-key solution for the hosting and implementation ofHMIS, so the Department is in compliance with HUD requirements. This web-based software toolneeds to accurately reflect the rapid exchange of real time information. The Software must adhere tonational standards and have the ability to exchange information with all levels for government. Theminimum components included in the Request for Proposal will include a fully functional andintegrated software system including, but not limited to all that is listed in the Chart below and Scopeof Services, in Exhibit 1.

Page 7: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

Software/Services Requirements ExplanationCommercial Off the Shelf HomelessManagement Information System Web-basedSoftware Application

Must adhere to HUD Federal Registerstandards, see Exhibit 10.

Must adhere to City’s hardware andsoftware standards, see Exhibit 1,Attachment IV.

Work with CDHS and DoIT to gatherCity specific requirements.

Will provide hosting. Will implement a Public Key

Infrastructure or similar technology forClient/desktop authentication.

Provide a support and maintenanceagreement for post-implementationincluding Service Level Agreements(“SLA”).

Purchase by 07/20/2008.Develop phased Implementation Plan forapproximately 100 delegate agencies to belive by 09/01/2008

Work with CDHS to ensure all delegateagencies are in compliance to be live oruploading data on a weekly basis by09/01/2008.

Recommend best practices forimplementation.

Coordinate User Acceptance Testing(“UAT”) in separate UAT environment.

Incorporate feedback from UAT intosoftware.

Manage the Data Migration from Softscape’sCase One application to the new software.

Provide XSD (XML schema). Create an XML schema containing all

fields in the software application. Validate Softscape’s HMIS data. Convert and migrate Softcape’s data

files to the new software format. Conduct quality assurance testing to

ensure data has been migratedsuccessfully.

Run reports against migrated data forquality assurance.

Develop and schedule Train-the-Trainertrainings, by 9/01/2008.

Include considerations for various userlevels, high turnover rate and ongoingtraining.

Include impact analysis on policytraining in light of new softwareapplication.

Include training staff resources. Initial training should be completed by

08/01/2008. Develop written training reference

materials in an electronic format

Page 8: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

Software/Services Requirements ExplanationDevelop technical support plan for agenciesgoing live

Recommend best practices forsupporting the approximately 100delegate agencies.

Define support roles and responsibilitiesbetween Respondent, CDHS & DoIT.

Must have an issue trackingmechanism.

Manage software Interfaces Must interface via web-services and ora secured data upload site for thosedelegate agencies that decide not to bedirect users.

Must have a 2 way interface withvarious City applications (listed in detailin Scope of Services, Exhibit 1)

Must upload Community ResourceNetwork (CRN)’s data on a monthlybasis.

Develop industry standard SLA’s andperformance measures

Must be available 24 hours/7days withminimal to no unplanned outages.

Provide recovery back-up plan, in casesystem failure.

Recommend industry standard SLA’sand performance measures for software

Conduct stress testing. Determine issue resolution on

anticipated obstacles and timeframe. SLA reports must be provided on a

monthly basis. Frequency and length of planned

outages for system maintenance mustbe provided.

Develop written documentation for procedures Procedures for going live, ongoingsupport, implementation timelines andother related project commitments

As changes occur, the writtendocumentation must be kept current.

Recommend procedures and policies toensure data quality and completeness

Meeting HUD requirements is crucial tocontinue providing essential homelessservices. Recommendations areneeded to ensure agencies’ collecteddata is accurate and complete.

Define reports to help with data qualityanalysis.

Produce Reports Must be able to produce mandatedHUD reports, other standard CDHSreports and ad-hoc reports.

Must develop operational managementreports.

Page 9: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

Additional Software Description

1. Browser based with no client setup – the application is accessed with a web browser over theinternet or intranet. Provide your firms connection security guidelines and assurance. Howdoes your firm provide user and/or agency authentication/authorization?

2. Communication interface providing the ability to send messages to cell phones, pagers,personal digital assistants (PDA), Blackberry devices and personal computers. What is yourmessaging protocol (HTTP, POST, SOAP, TP, etc.) and connection security (SSL, SSH,VPN, TLS, etc.)?

3. Must support interoperability standards – the ability of software and hardware on differentmachines from different vendors to share data.

4. Ad-HOC reports – used to design and generate reports from a wide range of data sources.How will new data be merged into/unduplicated with existing data? List all types of reportsavailable to view or print.

5. Extensible Markup Language (XML) interface capabilities – use of this industry standard forcompatible data exchange between a number of systems regardless of the vendor. Arequirement to directly connect to other systems within the City to import event data. Alsoprovide, if applicable, a list of any proprietary vendor data format and/or any HL-7 formatsin your software. Provide sample data for whichever format used. XML is preferred foruniformity, and portability of standard across different states/regions and systems.

6. Hosting capabilities plus additional Alternate Service Providers (ASP) – Software anddatabase will be hosted by Respondent award the contract. A requirement for an ASP isrequired for backup and continuity of information flow to responsible departments shouldthe primary server become unavailable.

7. Must provide Alternate Service Providers (ASP) to host the database off site.

8. Provide the ability for an actual and separate “Train-the-Trainer” training instance of thesoftware.

9. Software must be supported on handhelds, personal digital assistants, (PDA), and mobiledevices. The software, thin client or browser based must provide speed and functionalitywith adequate response times that is consistently repeatable on PDA’s and mobile devices.

10. Integration into the City’s Groupwise email. Must also be able to integrate with other emailsystems such as Outlook Exchange.

11. Homeless Management Information Systems (HMIS) compliant. The associated forms mustcomply with the HMIS standards in regards to the data elements captured and displayed toinsure compliance and standardization, plus interoperability across governmental agencies;see Exhibit 10.

12. City must be given notice of any upgrades to the system: The selected Respondent will berequired to provide patches and critical upgrades. All patches and upgrades must be testedthoroughly before being rolled-out to the product environment.

Page 10: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

7

13. Work with the Department to identify orphaned records, corrupt records, and any otherinaccurate data in the system, and identify the source of the problem with a solution.

14. Standardizing terminology and definitions of homeless services: the taxonomy must be thesame adopted by information and referral programs, libraries, crisis lines and other programsthroughout the United States, see Exhibit 8 for those required by HMIS.

15. Client management component to track individuals at program exit, such as 1) Where theclient will be staying after they leave the program, 2) is the move permanent or transitionaland 3) does the move involve a HUD subsidy or other subsidy.

16. Unlimited client license. Access to the Chicago Homeless Management Information Systemis not limited to number of seat licenses available since involvement of many departments isdependent on the type incident.

17. All software and database support must be local to remedy technical issues that can not beresolved over the telephone. The technician must be capable of responding to this level ofmaintenance by being on site within 2 hours of the request being made.

3.2 Platform

The proposed solution (if on-site) must meet the following specific platform requirements:1. The preferred platform for the application is Sun/Solaris. Version 10 is preferable. Other

Unix platforms will be considered, such as Windows 2003 and RedHat Linux AdvancedServer 4.x. Respondents should indicate their installed base by type of platform thesolution is available on.

2. The application will utilize at least three tiers – Database, Application server, and Client(browser). An application tier and/or a reporting engine are required as well.

3. The City also supports the use of Citrix ICA technology to deliver applications runningon its server to Windows-based client PCs, while shifting the application processing to itscentralized application server(s).

4. The preferred application server platform is BEA Weblogic or Citrix Presentation Server4.0. Respondents should indicate their installed base by application server platform type.

5. The application server will reside in a DMZ, accessible from both the Internet and the CityLAN/WAN environment.

6. The system will utilize Oracle 10GR2 or RAC 9.i, as the database.7. The user interface for the application must be browser-based.8. The application must support Internet Explorer 6.0 and up.9. Reporting system Hardware replication will be used to nightly refresh a copy of the

database that will be used to perform all ad hoc reporting queries.10. Standard reports (HUD mandated) should run off a separate reporting database server so as

to not impact performance on the application server.

NOTE: Respondent are invited to propose an ASP back-up model to meet the City’srequirements, for backup and continuity of information flow. Respondents should clearlyindicate in the Executive Summary if they are proposing, in addition to, an ASP back-up model.Two Cost Proposals should be prepared, apart from the primary recommendation, one or morefor the alternative recommendations with proposed cost for each backup solution. In an ASPback-up model, the platform requirements are as following:

The system will utilize Oracle version 10GR2 or RAC 9.i, as the database. This isrequired because some application interfacing will be at the Oracle database level.

Page 11: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

8

The user interface for the application must be browser-based. The application must support Internet Explorer 6.0 and up.

3.3 Hosting and Training

Respondent shall provide all necessary personnel and technical resources for the proper hosting of theChicago Homeless Management Information System in a complete and professional manner. Trainingshall be performed by qualified and experienced individuals.

Respondent must provide training and training documentation in printed and media (Microsoft Word)form to the Department Project Manager. This training must include all levels of functionality of theChicago Homeless Management Information System. All levels include end user throughadministrative training. Respondent must describe in detail how they will provide onsite training.What other methods of training are available? Will there be a need to travel or will the trainer beavailable on-site?

Respondent will provide a “train the trainer” training plan for City Staff. Training will be completedprior to rolling-out the implementation of the Chicago Homeless Management Information System.

3.4 Additional Requirements

Respondent shall provide documentation for backup procedures, frequency of backups, and any otherapplicable and appropriate operating recommendations and guidelines.

Refer to the provided and required matrix in the Scope of Service, in Exhibit 1, for more details on therequirements.

IV. WARRANTY AND MAINTENANCE

The Respondent must address the following areas:

4.1 Technical Support Scope

Respondent must provide software support and necessary software upgrades such as patches orrevisions to correct software problems. Refer to Attachment VII, “Functional & TechnicalRequirements” in the Scope of Services in Exhibit 1.

4.2 Technicians

Respondent must provide qualified software technicians to perform repair services and applicationsupport within the specified response times stated below in 4.4. How many technicians are availablefor this function? Provide a list of tasks the technician will perform for the monthly preventivemaintenance (PM). What reports are available on repairs?

4.3 Software Upgrades

Respondent must perform upgrades to the latest, proven, and thoroughly tested software and includingupgrades to the latest networking protocols. Software upgrades may include, but are not limited to, thelatest software revisions, patches, and load testing to thoroughly test the application software.Respondent must perform all upgrades requested by HMIS or Department on an as needed basis.

Page 12: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

9

When upgrades become available, how will the Department be informed? What down-time may beendured as a result of an upgrade to Chicago Homeless Management Information System?

4.4 Technical Support Services & Response Times

Upon receiving a call from the Department’s help desk, Respondent will determine the nature andextent of the problem, resolve remotely, or dispatch a technician to perform software repairs.

Respondent must commit to making the following services for Software and Reporting supportavailable to the City:

Twenty four (24) hours per day, seven (7) days a week software support Response time limits for software support 30 Minutes (1/2) hour by telephone for production

issues – 48 hours for non-production issues. Provide contact information on local individuals who can be notified within the Respondent’s

organization, should an on-site call be needed.

Respondent must attend onsite support meetings as needed. Please address the items listed above indetail and whether you are able to accommodate the response times required.

4.5 Software Escrow

Respondent must be willing to enter into a Source Code Escrow Agreement with a trustee mutuallyacceptable to the City and Respondent with the City as beneficiary. The Source Code EscrowAgreement provides that the City may access the source code and associated documents upon thediscontinuance of the Software, bankruptcy of the Respondent, failure or inability of Respondent toperform maintenance and technical services on the Chicago Homeless Management InformationSystem.

V. GENERAL INFORMATION AND GUIDELINES

5.1 Communications Between the City of Chicago and Respondents

A. Submission of Questions or Requests for Clarifications

Respondents must communicate only with the Department of ProcurementServices. All questions or requests for clarification must be in writing, sent by mail,email or fax at 312-744-7679, and directed to the attention of Esmeralda Soto,[email protected] Department of Procurement Services, Room 403,City Hall and must be received no later than 4:00 p.m. Central Standard Time, onTuesday, May 6, 2008. Respondents are encouraged, but not required, to submitquestions 1 week prior to the scheduled Pre-Proposal Conference. The face of eachenvelope or the cover sheet of the fax must clearly indicate that the contents are“Questions and Request for Clarification” about the RFP, and are “Not a Proposal”and must refer to “Request for Proposal (“RFP”) for CHICAGO HOMELESSMANAGEMENT INFORMATION SYSTEM for the City of Chicago, SpecificationNo. 65371.” No telephone calls will be accepted unless the questions are general innature. A Respondent that deviates from any of these restrictions may be subject toimmediate disqualification from this RFP process.

B. Pre-Proposal Conference

Page 13: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

10

The City will hold a Pre-Proposal Conference in Department of Procurement Services,in Room 403, City Hall, Conference Room B, 121 N. LaSalle Street, Chicago, Illinoisat 1:00 p.m. CST on Monday, May 5, 2008. All interested parties are invited to attend.The City will answer questions and clarify the terms of the RFP at the Pre-ProposalConference. The City may respond both to questions raised on the day of theconference and to questions faxed or mailed prior to the deadline for receipt ofquestions per 5.1 A.

5.2 Deadline And Procedures for Submitting Proposals

1. To be assured of consideration, Proposals must be received by the City of Chicago inthe City’s Bid and Bond Room (Room 301, City Hall) no later than 4:00 p.m. CST onWednesday, May 21, 2008. The Bid and Bond Room can be reached at telephonenumber 312-744-9773.

2. The City may, but is not required to accept Proposals that are not received by the dateand time set forth in Section 5.2.1 above. Only the Chief Procurement Officer(“CPO”) is empowered to determine whether to accept or return late Proposals.

Failure by a messenger delivery service or printing service to meet the deadline willnot excuse the Respondent from the deadline requirement. Hand-carried Proposalsmust be placed in the depository located in the Bid and Bond Room located in Room301, City Hall. The time of the receipt of all Proposals to this RFP will be determinedsolely by the clock located in the Bid and Bond Room of City Hall. It is Respondent'ssole responsibility to ensure that the Proposal is received as required.

3. Proposals must be delivered to the following address:

Montel M. Gayles, Chief Procurement OfficerDepartment of Procurement ServicesBid and Bond RoomRoom 301, City Hall121 North LaSalle StreetChicago, Illinois 60602

4. Respondent must submit 1 hardcopy original and 7 duplicate hardcopies of theProposal. The original documents must be clearly marked as “ORIGINAL”, and mustbear the original signature of an authorized corporate agent on all documents requiringa signature. Respondent must enclose all documents in sealed envelopes or boxes.Please include in the Proposal, an URL of a test demo site of the application with therequired credential information to be made available to the City from May 21, 2008through July 31, 2008.

5. The outside of each sealed envelope or package must be labeled as follows:

Proposal EnclosedRequest for Proposals (RFP) for Chicago Homeless Management InformationSystemSpecification No. 65371Due: 4:00 p.m. CST, May 21, 2008Submitted by: (Name of Respondent)Package ____ of ____

Page 14: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

11

5.3 RFP Information Resources

Respondents are solely responsible for acquiring the necessary information or materials.Information for preparing a response to this RFP can be located in the following areas of theCity’s website: www.cityofchicago.org/Procurement:

Pre-Bid/Proposal Conference Attendees Addendums and Exhibits, if any.

5.4 Procurement Timetable

The timetable for the RFP solicitation through contract award is summarized below. Note thatthese are target dates and are subject to change by the City.

Key Activity Target Date

City Issues RFP Monday, April 28, 2008

Pre-Proposal Conference Monday, May 5, 2008

Post-Conference Questions Due Tuesday, May 6, 2008

Proposals Due Wednesday, May 21, 2008

Contract Award Thursday, July 31, 2008

5.5 Confidentiality

Respondent may designate those portions of the Proposal, which contain trade secrets or otherproprietary data that must remain confidential. If a Respondent includes data that is not to be disclosedto the public for any purpose or used by the City except for evaluation purposes, the Respondent must:

A. Mark the title page as follows: “This RFP proposal includes trade secrets or other proprietarydata (“data”) that may not be disclosed outside the City and may not be duplicated, used or disclosed inwhole or in part for any purpose other than to evaluate this Proposal. The data subject to thisrestriction are contained in sheets (insert page numbers or other identification).” The City, forpurposes of this provision, will include any consultants assisting in the evaluation of Proposals. If,however, a contract is awarded to this Respondent as a result of or in connection with the submissionof this data, the City has the right to duplicate, use, or disclose the data to the extent provided in theresulting contract. This restriction does not limit the City’s right to use information contained in thedata if it is obtained from another source without restriction.

B. Mark each sheet or data to be restricted with the following legend: “Use or disclosure of datacontained on this sheet is subject to the restriction on the title page of this Proposal.”

All submissions are subject to the Freedom of Information Act.

VI. PREPARING PROPOSALS: REQUIRED INFORMATION

Each Proposal must contain all of the following documents and must conform to the

Page 15: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

12

following requirements.

6.1 Format of Proposals

Proposals must be prepared on 8 ½" X 11" letter size paper (preferably recycled), printed double-sided,and bound on the long side. The City encourages using reusable, recycled, recyclable and chlorine freeprinted materials for bids, proposal, reports and other documents prepared in connection with thissolicitation. Expensive papers and bindings are discouraged, as no materials will be returned. Submit1 hardcopy original, 7 duplicate hardcopies, and a CD of the Proposal. Please include in the Proposal,an URL of a test demo site of the application with the required credential information to be madeavailable to the City from May 21, 2008 through July 31, 2008.

Sections should be separated by labeled tabs and organized in accordance with subject mattersequence as set forth below. Each page of the Proposal must be numbered in a manner so as tobe uniquely identified. Proposals must be clear, concise and well organized.

6.2. Required Content of Proposals

Respondents are advised to adhere to the submittal requirements of the RFP. Failure to comply withthe instructions of this RFP may be cause for rejection of the non-compliant Proposal. Respondentmust provide information in the appropriate areas throughout the RFP. Submission of a Proposal inresponse to this RFP constitutes acceptance of all requirements outlined in the RFP. By submitting aresponse to this RFP, you are acknowledging that if your Proposal is accepted by the City, yourProposal and related submittals may become part of the contract. While the City recognizes thatRespondents provide costs in varying formats, compliance with the enclosed costing structure inExhibit 5 is critical to facilitating equitable comparisons.

Respondents must complete the Matrix in Exhibit 1,“Scope of Services”, Attachment VI - Functional& Technical Requirements and Exhibit 4, “Vendor Response to Mandatory Requirements.” Provideyour firms connection security guidelines and assurance. How does your firm provide user and/oragency authentication/authorization? Respondents must address each mandatory requirement underthe column heading “Describe and Explain” and must be able to fulfill all mandatory requirements.Failure to fulfill all mandatory requirements will result in disqualification from further consideration.

At a minimum, the Proposal must include the following items:

1. Cover Letter

Respondent(s) must submit a cover letter signed by an authorized representative of theentity committing Respondent to provide the Services as described in this RFP inaccordance with the terms and conditions of any contract awarded pursuant to the RFPprocess. The cover letter must:

(i) Indicate the number of years the entity has been in business, and provide anoverview of the experience and background of the entity and its key personnelcommitted to this project.

(ii) Identify the legal name of the entity, its headquarters address, its principalplace of business, its legal form (i.e., corporation, joint venture, limitedpartnership, etc.), and the names of its principals or partners and authority todo business in Illinois.

Page 16: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

13

(iii) Indicate the name and telephone number(s) of the principal contact fororal presentation, or negotiations.

(iv) Acknowledge receipt of Addendum, if any, issued by the City.(v) Provide statement of objections, if any, to the City of Chicago’s Standard

Terms and Conditions stipulated in Exhibit 9.

2. Executive Summary

Respondent must provide an executive summary which explains its understanding ofthe City’s intent and objectives and how their Proposal would achieve those objectives.The summary must discuss Respondent’s proposed solution including plan forimplementing and monitoring the services; approach to project management;strategies, tools and safeguards for ensuring performance of all required services;equipment, software and firmware considerations; training and on-going support; andany additional factors for the City’s consideration.

3. Professional Qualifications and Specialized Experience of Respondent and TeamMembers Committed to this Project

If Respondent proposes that major portions of the work will be performed by differentteam members (joint venture partners, subcontractors, etc.), Respondent must providethe required information as described below for each such team member.

A. Company Profile Information (See Form in Exhibit 2)

If Respondent is a joint venture, attach a copy of the joint ventureagreement signed by an authorized officer of each joint venture partner.Each partner must execute:

(i) Separate Economic Disclosure Statement and Affidavit (“EDS”)completed by each partner and one in the name of the joint venture asshown in Exhibit 6.

(ii) Insurance certificate in the name of the joint venture business entity.(iii) Identify participants in Respondent’s “Team.” For example if

Respondent is a business entity that is comprised of more than one legalparticipant (e.g., Respondent is a general partnership, joint venture, etc.),then Respondent must identify or cause to be identified all participantsinvolved, their respective ownership percentages, and summarize therole, degree of involvement, and experience of each participantseparately.

If Respondent has a prime contractor / subcontractor relationship instead,this information regarding role, involvement and experience is alsorequired for any subcontractor that is proposed to provide a significantportion of the work.

(iv) Provide a chronological history of all mergers and/or acquisitionsinvolving the Respondent team members, including all present andformer subsidiaries or divisions and any material restructuring activities,

Page 17: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

14

if applicable. Include any such forthcoming actions, if such disclosurehas already been made generally available to the public and is permittedby law.

B. Company References/Client Profile (See Form in Exhibit 3)

Respondent must provide five (5) references and preferably frommunicipalities on contracts of similar scope and magnitude as described in thisRFP. Experience will not be considered unless complete reference data isprovided. At a minimum, the following information must be included for eachclient reference:

- Client name, address, contact person name, telephone, and fax number.- Description of software provided similar to the software outlined in

Section III, Software Requirements of this RFP.- Nature and extent of Respondent’s involvement as the prime contractor.

Identify services, if any, subcontracted, and to what other company.- Total dollar value of the contract.- Contract term (Start and Expiration).

The City may solicit from previous clients, including the City of Chicago, orany available sources, relevant information concerning Respondent’s record ofpast performance. All client reference information must be supported andverified. Reference contracts must be aware that they are being used andagreeable to City interview for follow-up.

C. Capacity to Perform City Project

Describe how any uncompleted projects and/or contractual commitments toother clients will affect your ability to deliver services, capacity to performwithin City’s timeline and affect dedicated resources committed to the City’sproject. Respondent must provide a summary of current and future projectsand commitments and included projected completion dates. Identify whatpercentage of the services will be performed utilizing your own workforce,equipment and facilities?

D. Business License / Authority to do Business in Illinois.

Respondent must provide evidence of appropriate licenses or certifications thatthe Respondent is authorized by the Secretary of State to do business in theState of Illinois, with its Proposal.

4. Professional Qualifications and Specialized Experience and Local Availability ofKey Personnel.Respondent must provide a summary who will be dedicated to the services describedin this RFP. For each person identified, describe the following information:

- Title and reporting responsibility.

Page 18: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

15

- Proposed role in this project, including the functions and tasks for whichthey will have prime responsibility (also indicate areas of secondaryresponsibility, if appropriate)

- Pertinent areas of expertise and past experience- Base location (local facility, as applicable)- Resumes or corporate personnel profiles which describe their overall

experience and expertise.

5. Implementation Plan and Schedule

Each Respondent will be evaluated on its overall strategy, methodology, timetable, andapproach to meeting the HMIS and City requirements. The Proposal must include aplan that addresses: a detailed project plan timeline for the implementation anddelivery of hosting the Chicago Homeless Management Information System, dedicatedresources, milestones, names of individuals, etc required to successfully complete theturnkey hosting by the designated date.

The Chicago Homeless Management Information System should be accompanied by afull set of user administrator and technical documentation. An itemized list must beprovided that contains hosting, instructions, the manufacturer, license key, softwaredescription, software version level, release date of the software version, andspecifications. What type of training media documentation will be provided? Willdocumentation accompany software updates? Respondent must describe in detail howthey will provide onsite training. What other methods of training are available? Willthere be a need to travel or will the trainer be available off-site (e.g. webinar, or otherinteractive media)?

6. Overview of Respondent’s Plan for Implementing the Software

Respondent must provide a comprehensive and detailed implementation plan whichdemonstrates the capacity to successfully complete the project within the projecttimeline satisfying the scope of service and software requirements as described inthis RFP. The implementation plan must address, but not be limited to, thefollowing areas:

A. Project Timeline / Hosting Completion

All responses should, at a minimum, detail the proposed timeline for phasedimplementation, project deliverables and services outlined in Exhibit 1, Scope ofServices. All costs should, at a minimum, reflect the ability to meet this timeline.

B. Organization Chart

The plan must include an organization chart which clearly illustrates all firms(joint venture partners, if any, subcontractors); their relationship in terms ofproposed Services; and key personnel involved and the following information:

(i) A chart which identifies not only the proposed organizational structure, butalso key personnel by name and title. Staffing levels of each organizationalunit should be estimated.

Page 19: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

16

(ii) The specific role of each of the firms in a team or joint venture for eachtask/work activity must be described.

C. Dedicated Resources

(i) Describe facilities, equipment, personnel, software/hardware technologiesand other resources available for implementing any proposed Services.

(ii) Staffing requirements. Provide an assessment of staffing needs for eachmajor activity area by job title and function. The assessment shouldinclude full-time equivalents for technicians, professional staff andsupervisors committed to the City of Chicago.

(iii) Submit resumes for key personnel that will be committed to thisengagement. Correlate team members to the tasks they will be performingduring implementation/transition and on-going operations. Along witheach resume, Respondent should identify each primary team memberworking on staff with Respondent, as well as those working in asubcontracting capacity. For each proposed key personnel, describeprevious related experience and provide references including: name,address, and telephone number of contact person, and brief description ofwork history.

D. Software/Hardware

Respondent must provide information on its ability to comply with themandatory software requirements for the Chicago Homeless ManagementInformation System. Respondent will need to address any and all integrationissues with any databases currently used by the Human Services. Whenupgrades become available, how will the Department be informed? Whatdown-time may be endured as a result of an upgrade to Chicago HomelessManagement Information System?

E. Acceptance Testing Criteria

Explain in full detail what constitutes a fully functional acceptable ChicagoHomeless Management Information System. What testing criteria and durationfor the tests are considered standard procedure? Provide documents for thetesting criteria.

F. Training Plan

Respondent must describe in detail how they will provide onsite training.What other methods of training are available? Explain how training will beconducted. Will this be a classroom environment, hands-on, or computer basedtraining? What material and training manuals will be provided? This willinclude any software administration training, preventive maintenance training,and user training. Is there a testing certification required for the systemadministrator and users? Will there be a need to travel or will the trainer beavailable on-site?

Page 20: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

17

G. Preventive Maintenance & Technical Support

Provide information on how preventive maintenance will be conducted and thefrequency for the central server Chicago Homeless Management InformationSystem. What methods are available for technical support to be contacted(phone, web, email, or fax)? Who will have access to request for TechnicalSupport?

H. Back-up Contingency

Explain and provide in full detail any and all back-up contingency procedures.

I. Security

Explain and provide in full detail on how the Chicago Homeless ManagementInformation System will be protected from viruses, and any unauthorizedaccess to the server.

7. Software Capabilities

Respondent must provide a complete response to Exhibit 4 Vendor Response ToMandatory Requirements and the Functional & Technical Requirements Matrix(Attachment VI, under Scope Exhibit I). Failure to fully answer all questions maydeem your response as being incomplete and cause for rejecting your Proposal.Failure to fully comply with the Mandatory Requirements will be grounds forrejecting the proposal.

8. Preliminary Cost Proposal Detail

The City is requesting detailed information regarding the costs for the Servicesrequired. In Exhibit 5 Cost Proposal, detail the price schedule options indicated.The Respondent is responsible for disclosing any charges or fees not listed on theschedules that the City would incur with the Respondent, before, during, and afterthe implementation.

For purposes of comparing costs between Respondents, Respondents should notdeviate from the compensation methods outlined in Exhibit 5. The City reserves theright to negotiate a final fixed price, terms, and conditions with selectedRespondent.

9. Minority and Women Business Enterprises Commitment

It is the policy of the City of Chicago that local businesses certified as MinorityBusiness Enterprises (MBE) and Women Business Enterprises (WBE) in accordancewith Section 2 92 450 of the Municipal Code of Chicago and Regulations GoverningCertification of Minority and Women owned Businesses shall have the maximumopportunity to participate fully in the performance of all City contracts.

The Chief Procurement Officer has determined that the nature of the services to beprovided under this contract are such that neither direct nor indirect subcontractingopportunities will be practicable or cost effective. Therefore, there will be no stated

Page 21: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

18

goals for MBE/WBE participation resulting from this contract. This determination isbeing made pursuant to Section 2 92 450 of the Municipal Code of Chicago.

10. Financial Statements

Respondent must provide a copy of its audited financial statements for the last 3 years.Respondents that are comprised of more than one entity must include financialstatements for each entity. The City reserves the right to accept or reject any financialdocumentation other than the financial statements requested by this section.

11. Economic Disclosure Statement and Affidavit (“EDS”)

Respondent must submit a completed and executed Economic Disclosure Statementand Affidavit. If Respondent is a business entity other than a corporation, then eachmember, partner, etc., of Respondent must complete an EDS, as applicable, per theinstructions on the EDS form. In addition, any entity that has an interest in Respondentor in one or more of its members, partners, etc., and is required pursuant to theMunicipal Purchasing Act for Cities of 500,000 or More Population (65 ILCS 5/8-10-8.5) or Chapter 2-154 of the Municipal Code of Chicago to provide a disclosure mustsubmit a completed and executed EDS as an “entity holding an interest in anApplicant” as described in the EDS. All affidavits must be notarized. The EDS form isattached to this RFP as Exhibit 6.

Respondent must not scan or otherwise reproduce the EDS form for purposes ofaltering the form.

Subcontractors may be asked, at the City’s discretion, to provide an EDS duringthe evaluation process.

12. Legal Actions

Respondent must provide a listing and a brief description of all material legal actions,together with any fines and penalties, for the past 5 years in which (i) Respondent orany division, subsidiary or parent entity of Respondent, or (ii) any member, partner,etc., of Respondent if Respondent is a business entity other than a corporation, hasbeen:

A. A debtor in bankruptcy; orB. A plaintiff or defendant in a legal action for deficient performance under a

contract or violation of a statute or related to service reliability; orC. A respondent in an administrative action for deficient performance on a

project or in violation of a statute or related to service reliability; orD. A defendant in any criminal action; orE. A named insured of an insurance policy for which the insured has paid a claim

related to deficient performance under a contract or in violation of a statute orrelated to service reliability; or

F. A principal of a bond for which a surety has provided contract performance orcompensation to an obligee of the bond due to deficient performance under acontract or in violation if a statute or related to service reliability; or

G. A defendant or respondent in a governmental inquiry or action regardingaccuracy of preparation of financial statements or disclosure documents.

Page 22: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

19

13. Insurance

Prior to contract award, the selected Respondent will be required to submit evidence ofinsurance in the amounts specified in the attached Exhibit 7.

VII. EVALUATING PROPOSALS

An Evaluation Committee, which will include the representatives of the Department of HumanServices, Department of Innovations and Technology and the Department of ProcurementServices and may include representatives of other departments of the City (“EvaluationCommittee” or “EC”) will review and evaluate the Proposals, as described below.

In evaluating Proposals, the EC will first consider the completeness and responsiveness of theRespondent’s Proposal. The RFP proposal evaluation process is organized into three phases:

Phase I - Preliminary Proposal AssessmentPhase II - Proposal & Product/System Demonstration EvaluationPhase III - Site Visits and/or Oral Presentations (if necessary)

Phase I - Preliminary Proposal AssessmentPhase I will involve an assessment of the Respondent’s compliance with and adherence to allsubmittal requirements requested in Section 6.2., Required Content of the Proposal. Proposalwith a software solution which fails to meet all mandatory requirements in Exhibit 4 will bedisqualified from further consideration. Proposals which are incomplete and missing keycomponents necessary to fully evaluate the Proposal may, at the discretion of the EC, berejected from further consideration due to “non-responsiveness” and rated Non-Responsive.Proposals providing responses to all sections including completed EDS forms will be eligiblefor detailed analysis in Phase II, Proposal Evaluation.

Phase II - Proposal & URL of a Test Demo Site of the Application EvaluationIn Phase II, the EC will evaluate the extent to which a Respondent’s proposal meets the projectrequirements set forth in the RFP. Phase II will include a detailed analysis of the Respondent’squalifications, experience, proposed implementation plan, preliminary cost proposal and otherfactors based on the evaluation criteria outlined in Section VII. Evaluating Proposals.

As part of the evaluation process, the EC will review the information required by Section VI,for each Proposal received and URL of a test demo site of the application with the requiredcredential information to be made available to the City from May 21, 2008 through July 31,2008. The EC may also review other information gained by checking references and byinvestigating the Respondent’s financial condition.

The City reserves the right to seek clarification of any information that is submitted by anyRespondent in any portion of its Proposal or to request additional information at any timeduring the evaluation process. Any material misrepresentation made by a Respondent mayvoid the Proposal and eliminate the Respondent from further consideration.

The City reserves the right to enlist independent consulting services to assist with theevaluation of all or any portion of the Proposal responses as it deems necessary.

Page 23: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

20

In addition, the Evaluation Committee will review the Respondent's Proposal using thefollowing criteria (not necessarily listed in order of importance):

A. Professional and Technical Competence:

1. Proposed Software Capabilities and Ability to provide the Services described in theRFP, including capacity to achieve the project goals, objectives and scope ofservices described in this RFP.

2. Professional Qualifications and Specialized Experience of Respondent and itsTeam on projects of similar scope and magnitude (e.g., specifically with respect tolarge organizations, government agencies, and other HMIS project implementationprojects nationwide).

3. Professional Qualifications and Specialized Experience of Respondent’s TeamPersonnel and other Key Personnel and Local Availability of Key Personnelcommitted to the City of Chicago project.

4. Past and Current Performance of the Respondent (and Team members) on othercontracts in terms of quality of services and compliance with performanceschedules. The Committee may solicit from current and/or previous clientsincluding the City of Chicago, other government agencies, or any available sources,relevant information concerning the Respondent’s record of performance.

B. Quality Assurance, Plan Comprehensiveness and Adequacy of the proposed,Implementation Plan including ability to meet project timelines, staffing plan, localavailability and commitment of personnel who will manage and oversee the City ofChicago project.

The Evaluation Committee will review each proposal for the Respondent’sunderstanding of the objectives of the services and how these objectives may be bestaccomplished. Each Respondent will be evaluated on their overall strategy,methodology, timetable, and approach to meeting the City’s requirements.

C. Cost Proposal relative to information provided in Exhibit 5.

D. Legal Actions - The EC will consider any legal actions, if any, against Respondent andany division, subsidiary or parent company of Respondent, or against any member,partner, etc., of Respondent if Respondent is a business entity other than a corporation.

E. Financial Stability – The EC will consider the financial condition of Respondent.Respondent must be financially stable to ensure performance over the duration of thecontract.

F. The degree to which Respondent accepts the City of Chicago, Standard ContractTerms and Conditions (T&C) enabling the City to successfully negotiate a contractwith the selected Respondent.

G. Compliance with Laws, Ordinances, and Statutes – The EC will considerRespondent’s compliance with all laws, ordinances, and statutes governing thecontract.

Page 24: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

21

H. Conflict of Interest – The EC will consider any information regarding Respondent,including information contained in Respondent’s Proposal, that may indicate anyconflicts (or potential conflicts) of interest which might compromise Respondent’sability to satisfactorily perform the proposed Services or undermine the integrity of thecompetitive procurement process. If any Respondent has provided any services for theCity in researching, consulting, advising, drafting or reviewing of this RFP or anyservices related to this RFP, such Respondent may be disqualified from furtherconsideration.

VIII. SELECTION PROCESS

After the Evaluation Committee (“EC”) completes its review of Proposals in Phase II, it maysubmit to the Commissioner of Human Services (“CDHS”) a recommended short list ofRespondents (Phase III), or the EC may forego Phase III and submit a recommendation toselect one Respondent, or a recommendation to reject any or all Proposals.

Phase III- Site Visit and/or Oral PresentationsIf the EC submits a short list of Respondents for further review, then, in the sole discretion ofthe Commissioner of CDHS, those short-listed Respondents may be subject to a site visitand/or invited to appear before the Evaluation Committee for an oral presentation and/orsystem demonstration; to clarify in more detail information what was submitted inRespondent’s Proposal; and/or to ask Respondent to respond to additional questions.Afterwards, the Evaluation Committee will make a final evaluation of the Respondents.

If the Commissioner of CDHS makes a the selection recommendation, the recommendationwill be forwarded to the Chief Procurement Officer for authorization to enter into contractnegotiations with the selected Respondent.

The City will require the selected Respondent to participate in contract negotiations. The City'srequirement that the selected Respondent negotiate is not a commitment by the City to award acontract. If the City determines that it is unable to reach an acceptable contract with theselected Respondent, including failure to agree on a fair and reasonable cost proposal for theServices or any other terms or conditions, the Commissioner of CDHS may ask the ChiefProcurement Officer to terminate negotiations with the selected Respondent, and to negotiatewith any of the other qualified Respondents, until such time as the City has negotiated acontract meeting its needs.

The City reserves the right to terminate this RFP solicitation at any stage if the ChiefProcurement Officer determines this action to be in the City's best interests. The receipt ofProposals or other documents will in no way obligate the City of Chicago to enter into anycontract of any kind with any party.

IX. ADDITIONAL DETAILS OF THE RFP PROCESS

9.1 Addenda

If it becomes necessary to revise or expand upon any part of this RFP, an addendum will be sent to allof the prospective Respondents listed on the “Take Out Sheet” prior to the Proposal due date.

Page 25: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

22

Prospective Respondents are automatically listed when they sign or leave a business card for a copy ofthe RFP package in the Bid and Bond Room. Each addendum is incorporated as part of the RFPdocuments, and the prospective Respondent must acknowledge receipt.

The addendum may include, but will not be limited to, the following:

1. Responses to questions and requests for clarification sent to the Department ofProcurement Services according to the provisions of Section 5.1 A herein; or

2. Responses to questions and requests for clarification raised at the Pre-ProposalConference or by the deadline for submission of questions.

9.2 City's Rights to Reject Proposals

The City of Chicago, acting through its Chief Procurement Officer, reserves the right to reject any andall Proposals that do not conform to the requirements set forth in this RFP; or that do not contain atleast the information required by Section VI. If no Respondent is selected through this RFP process,then the Chief Procurement Officer may utilize any other procurement method available under theMunicipal Purchasing Act and the Municipal Code of Chicago, to obtain the Software Productdescribed here.

9.3 No Liability for Costs

The City is not responsible for costs or damages incurred by Respondents, member(s), partners,subcontractors or other interested parties in connection with the RFP process, including but not limitedto costs associated with preparing the Proposal and of participating in any conferences, site visits,product/system demonstrations, oral presentations or negotiations.

9.4 Prohibition on Certain Contributions – Mayoral Executive Order No. 05-1

Pursuant to Mayoral Executive Order no. 05-1, from the date of public advertisement of this request forqualifications/proposals/information through the date of award of a contract pursuant to this request forqualifications/proposals/information, Respondent, any person or entity who directly or indirectly hasan ownership or beneficial interest in Respondent of more than 7.5 percent ("Owners"), spouses anddomestic partners of such Owners, Respondent’s proposed Subcontractors, any person or entity whodirectly or indirectly has an ownership or beneficial interest in any Subcontractor of more than 7.5percent (“Sub-owners”) and spouses and domestic partners of such Sub-owners (Respondent and allthe other preceding classes of persons and entities are together, the “Identified Parties”) must not: (a)make a contribution of any amount to the Mayor of the City of Chicago (the “Mayor”) or to hispolitical fundraising committee; (b) coerce, compel or intimidate its employees to make a contributionof any amount to the Mayor or to the Mayor’s political fundraising committee; (c) reimburse itsemployees for a contribution of any amount made to the Mayor or to the Mayor’s political fundraisingcommittee; or (d) bundle or solicit others to handle contributions to the Mayor or to his politicalfundraising committee;

If Respondent violates this provision or Mayoral Executive Order No. 05-1 prior to the award of anagreement resulting from this request for qualifications/proposals/ information, the Chief ProcurementOfficer may reject Respondent’s proposal.

For purposes of this provision:

Page 26: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

23

“Bundle” means to collect contributions from more than one source which are then deliveredby one person to the Mayor or to his political fundraising committee.

"Contribution" means a "political contribution" as defined in Chapter 2-156 of the MunicipalCode of Chicago, as amended.

Individuals are “Domestic Partners” if they satisfy the following criteria:

(A) they are each other's sole domestic partner, responsible for each other'scommon welfare; and

(B) neither party is married; and(C) the partners are not related by blood closer than would bar marriage in the

State of Illinois; and(D) each partner is at least 18 years of age, and the partners are the same sex, and

the partners reside at the same residence; and(E) two of the following four conditions exist for the partners:

1. The partners have been residing together for at least 12 months.2. The partners have common or joint ownership of a residence.3. The partners have at least two of the following arrangements:

a. joint ownership of a motor vehicle;b. a joint credit account;c. a joint checking account;d. a lease for a residence identifying both domestic partners as tenants.

4. Each partner identifies the other partner as a primary beneficiary in a will.

"Political fundraising committee" means a "political fundraising committee" as definedin Chapter 2-156 of the Municipal code of Chicago, as amended.

Any contract awarded pursuant to this solicitation will be subject to and containprovisions requiring continued compliance with Executive Order 2005-01.

9.5 False Statements

(a) 1-21-010 False Statements

Any person who knowingly makes a false statement of material fact to the city in violation ofany statute, ordinance or regulation, or who knowingly falsifies any statement of material factmade in connection with an application, report, affidavit, oath, or attestation, including astatement of material fact made in connection with a bid, proposal, contract or economicdisclosure statement or affidavit, is liable to the city for a civil penalty of not less than $500.00and not more than $1,000.00, plus up to three times the amount of damages which the citysustains because of the person's violation of this section. A person who violates this sectionshall also be liable for the city's litigation and collection costs and attorney's fees.

The penalties imposed by this section shall be in addition to any other penalty provided for inthe municipal code. (Added Coun. J. 12-15-04, p. 39915, § 1)

(b) 1-21-020 Aiding and Abetting.

Any person who aids, abets, incites, compels or coerces the doing of any act prohibited by this

Page 27: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

24

chapter shall be liable to the city for the same penalties for the violation. (Added Coun. J. 12-15-04, p. 39915, § 1)

(c) 1-21-030 Enforcement.

In addition to any other means authorized by law, the corporation counsel may enforce thischapter by instituting an action with the department of administrative hearings. (Added Coun.J. 12-15-04, p. 39915, § 1)

Page 28: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

EXHIBIT 1

SCOPE OF SERVICES

Page 29: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

SCOPE OF SERVICE

The Respondent shall provide a Commercial Off the Shelf (COTS) package solution specifically designed tomeet the HUD requirements for the Homeless Management Information System, and perform all necessaryimplementation and integration services required to complete this project. Detailed information regardingvarious aspects of this project is included in this section.

Commercial Off-the-Shelf (COTS) Package Solution

The selected Respondent will provide a COTS package solution, designed to meet the requirements asspecified by HUD in the Federal Register dated July 30, 2004, copy provided in Exhibit 10, and the URLlink: http://hmis.info/ClassicAsp/documents/HUD%20Data%20and%20Technical%20Standards.pdfDetailed functional and technical requirements are contained in Attachment VI of the Scope of Service.Respondents are to complete the matrix, indicating requirements that can be met directly by the package, andthose functions that will require product modification or custom development. Due to the time sensitivity ofthis project, minor modifications or customization may be considered; therefore, provide time required withtask under “Approach/Comments”.

Services

The primary deliverable for this RFP is a package application designed to provide HMIS functionality. Inaddition to the package itself, the selected Respondent will provide the following services:

1. Develop a project plan for the phased implementation of the application for the ChicagoDepartment of Human Services and their 100 delegate agencies

2. Install and configure the package software on servers provided by the City3. Configure the application as needed by HUD requirements in order to meet required functionality,

see Exhibit 10 of the RFP4. Develop required interfaces. These are further defined in the “Interfaces” section, below.5. Train City personnel on the product’s configuration, usage and customization capabilities. This is to

include technical training and development of user “train the trainer” training program withmanuals and reference materials.

6. Develop any required reports (HUD mandated and CDHS specific)7. Provide recommendations on backup and recovery of the application database, and assist in

implementation of appropriate backup and recovery procedures. The preferred backup utilities areLegato DMO (RMAN) and Veritas Oracle Backup Module.

8. Work with the City to design, implement, and test a business continuity plan for the application9. Provide business continuity and disaster recovery recommendations10. Provide implementation and post production application maintenance and support

Reporting

The proposed solution must provide the reports required by HUD. They are the Annual HomelessAssessment Report (AHAR) and the Annual Progress Report (APR). In addition, the Community ServicesBlock Grant (CSBG) Report and a quarterly report for the Department of Human Services. The system mustsupport generation of reports in the following forms:

1. Ad hoc reporting environment (Business Objects Universe)2. Paper: Reports will be printable.3. On-line viewing: Reports will be accessible on-line, via a web browser.

Page 30: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

4. PDF, Word, HTML and Excel (Reports can be produced in PDF, Word, HTML and Excel formats.This will be possible both automatically based on a report definition, and manually based on userrequest. Run by user)

Data Migration

The proposed solution must provide a process to migrate all of the existing historical data in its entirety fromthe current HMIS CaseOne application into the proposed solution. The data will be provided to theRespondent in the form of a CSV or XML file.

Note: Coordination between City and selected Respondent on this portion of the scope is very timesensitive and required to be done within 10 business days from award of contract.

Implementation Phases

Implementation of HMIS across the Department of Human Services and their approximately 100 delegateagencies is expected to take place as quickly as possible; provide a feasible time schedule. The City ofChicago desires completion of this implementation over a 2 month time frame. Respondents to the RFPmust describe their strategy for this implementation.

Project Costs

The tables in Exhibit 5, “Cost Proposal” are provided as an outline of the minimum information requested. Itwas not intended to limit the Respondents to only what is listed. Respondents are asked to provide costinformation for their proposed solution. This four tables contain:

Software Cost Summary – This table is to contain all software related costs for the proposedsolution. Please provide pricing for all available licensing models/options (per seat, per server,enterprise, etc.) for each of the required products by inserting a line into the table for each option,and clearly indicate which licensing option is being recommended as most advantageous to the Cityby hi-lighting the line(s) containing this option. Please note that costs for all required softwarecomponents are to be itemized, whether they are the solution provider’s products or not. If requiredor recommended software components are not specifically mentioned in the table, they are to belisted and priced at the end of the table under “Software costs not detailed above”.

Services Cost Summary – This table is to contain the costs associated with all requested installation,implementation, customization, and integration services. Please provide cost information for each ofthe service components itemized in the table. If required or recommended service components arenot specifically mentioned in the table, they are to be listed and priced at the end of the table, under“Service/Implementation costs not detailed above”.

Total Cost – This table is to be used to summarize the costs contained in the previous two tables andprovides a total cost for the proposed solution.

Deliverables

The following deliverables must be included in the scope of the project. These deliverables aredetailed in Attachment I. For all user manuals and guides, please include both the initial and futureupdates needed as changes occur.

1. Project Plan2. Security Documentation

Page 31: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

3. Data Dictionary4. Entity Relationship Diagram5. Configuration / Minor Customization Implementation and Test Plan6. Configuration / Minor Customization Test Results7. Data Migration Plans, including Audit Reports8. Data Migration Results9. User Acceptance Test Plan & Scripts10. User Acceptance Test Results11. Integration / Interface Development Plan12. Integration Test Plan13. Integration Test Results including regression test14. Systems Testing15. Stress Test Plan16. Stress Test Results17. System and Operations Documentation18. Software Code contained in a Version Control System with Technical Documentation19. Training Manuals – User and Technical20. User Training21. Technical Training22. User Manual – Hard and Softcopy23. Technical Manual – Hard and Softcopy24. Help Desk Scripts25. Ad Hoc Reporting Environment -

Business Objects reporting layer/ universe and documentation26. Testing Business Continuity Plan27. Production Checklist28. Final User Acceptance29. Production Implementation Plan30. Initial Production Support31. Knowledge Transfer to City User and Technical Staff and ongoing support staff if

different Respondent32. Updated Project Plans and Status Reporting33. Post-Production Resource Plan / Recommendation including but not limited to:

- Application Support- Infrastructure Support- Upgrades to the Database

34. Software Development Life Cycle Process and Procedures

Page 32: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

Technical Considerations

The Department of Innovation and Technology (DoIT) is the City’s Department responsible for theimplementation and support of technology throughout the City. DoIT works with all City Departments andhas close ties to City Sister Agencies to develop applications, share data and provide system integration andinfrastructure development.During this project, the selected Respondent will work with various teams in DoIT. The DoIT projectmanager for this project will work with the selected Respondent to identify the appropriate people withwhom to meet and will set up and participate in any meetings with DoIT Staff.

Interfaces & Integration Considerations

This section outlines various enterprise systems currently in place or in production at the City of Chicagowith which HMIS may need to interface. The degree to which the interface may need to take place isunknown and during the process, application, and gap analysis, any possible interfaces should bedocumented and explored. The selected Respondent will receive any technical documentation on thesesystems once selected and the DoIT project manager will make sure the Respondent will have time with thenecessary system experts/specialists to get all the information they need for the project. Details on anyinterface development will need to be included in the functional requirements section included in thesoftware RFP.

Customer Service Request (CSR) formerly 311/ City Service Request System, an Oracledatabase which tracks and processes service request by citizens and other City Departments.The CSR system and the 311 Call Center allows the City to improve services to citizens byresponding to requests in a timely and efficient manner. CSR has put citizens in touch with avast array of services and programs the City of Chicago has to offer. The City provides one pointof contact, 311, which makes it easier and quicker for citizens to obtain City services for theirneighborhood, get information on upcoming events and programs, and to take care of non-emergency police matters. City Departments have the ability to track services and resourcesfrom the time a request is made through the resolution process. Motorola is the contractedRespondent for this effort. CSR is the application used. HMIS will receive the service requestsand update the CSR application in turn when the service requests have been completed. Realtime interfacing is required.

Geographical Information Systems (GIS) – The City has standardized on EnvironmentalSystems Research Institute (ESRI) software for their GIS tools. The City has a centralized datarepository housed at DoIT that contains the City’s geographic data including data on: streets,addresses, buildings, parks, cemeteries, transit lines, political boundaries, City facilities andother information. The repository uses ESRI’s Spatial Data Engine (SDE) and Oracle to housethe data and users can retrieve the information using ESRI’s ArcView software on their desktop,or Intranet/Internet applications or services can be built to view/query the data using ESRI’sArcIMS software. The ability to leverage the City’s geographic data will help CDHS andDelegate Agencies in providing services. Real time interfacing is preferred.

Business Objects (BO) -- The standard ad-hoc reporting platform for the City of Chicago isBusiness Objects XI R2: Web Intelligence (WebI). This report writing tool, which is entirelyweb-based, allows users to perform data analysis with an easy-to-use drag and drop interface. ABusiness Objects universe is a semantic layer that allows users to craft questions using businessterminology which is then converted by WebI to SQL statements and then sent to the enterprisedatabase. WebI allows users to share documents with other WebI users through a shared

Page 33: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

repository. In addition, WebI documents can also be converted into a variety of formats so thatnon-WebI users can easily view and print them. Business Objects can connect to many differentdatabase types including ORACLE, SQL Server, Paradox, MS Access and MS Excel. TheRespondent is expected to install and monitor City provided VPN hardware on productionnetwork to allow City access to its reporting database. Real time interfacing is preferred,however, a nightly batch job is acceptable.

Enterprise Case Management System (ECM) –The future Enterprise Case ManagementSystem will be the case management system for the other City Human Infrastructuredepartments. With the proper client consents and IGAs, HMIS data may be shared with theother departments in order to provide holistic services. A nightly batch job is acceptable.

City’s Back End Matching –As HMIS will be interfacing with the Enterprise CaseManagement System, an ECM ID will need to be tied to the HMIS client records. The City hasdeveloped a custom application to de-duplicate and generate the appropriate ECM ID. This doesnot replace the de-deduplication functionality of HMIS. A nightly batch job is acceptable.

City’s Income Eligibility Tool –This future Income Eligibility Tool will help clients attainaccess to all of their eligible public benefit programs. The details of the interface requirementswill be determined after the City has acquired the Tool.

CDHS Delegate Agencies’ Case Management Systems –Some Delegate Agencies will beparticipating in HMIS via an interface instead of direct use of the application. In this case, aXML schema will need to be provided by the Respondent for the Delegate Agencies to use toupload their data. A nightly batch job is acceptable.

The following table contains information on all known systems with interface needs. Please note this list issubject to change.

Dept System Owner/Respondent

Real-time/Batch

Direction Frequency

1. DoIT City CSR/311system

DoIT/Motorola Real-time Both

3. DoIT City of ChicagoGIS

DoIT Real- time Both

4. DoIT IncomeEligibility Tool(TBD)

To BeDetermined

Real-time Both

5. DoIT CommunityResourceNetwork (CRN)

CommunityResourceNetwork

Batch Both Monthly

6. DoIT Business Objectsuniverse(BO)

DoIT Batch In Nightly

7. DoIT City Back EndMatching

DoIT Batch Both Nightly

8. DoIT Enterprise CaseManagement(ECM)

DoIT Batch Both Nightly

9. CDHS CDHS DelegateAgencies

CDHSDelegateAgencies

Batch In Nightly

Page 34: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

7

LIST OF ATTACHMENTS

Attachment

I. List of Project Deliverables

II. Standard Project Schedule

III. Sample Status Report

IV. City Hardware and Software Standards Overview

V. City Service Oriented Architecture(SOA) Methodology

VI. Hours of Availability and Business Continuity Requirements

VII. Functional & Technical Requirements

VIII. Reports, Forms & Reference Document List

Page 35: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

8

Attachment I: LIST OF PROJECT DELIVERABLES

Below is a list of expected deliverables for this project (see items marked “required”. Depending onthe Respondent’s proposed solution, the type and format of the deliverable may change. All changesin deliverables (the reduction or increase in the number of deliverables) will be discussed with theselected Respondent during the initial project meeting and subsequent project meetings. Refer toExhibit 5 Cost Proposal to indicate a proposed payment schedule based on key deliverables.

The expected deliverables the City expects include the ones marked required below.

Deliverable Explanation Req/Opt1 Project Plan Compliant with the City’s standards and guidelines (see

Attachment IV. This schedule should include a work break downstructure, timeline and milestones that include all project phasesand resources. This project schedule should be created andmaintained throughout the project. Changes and impacts to theschedule should be documented and discussed at status meetings.

Required

2 SecurityDocumentation

This document should define all levels of security and accesscontrol to the application and data.

Required

3 Data Dictionary This document should describe all of the individual data elementsand their relationships and indexes.

Required

4 EntityRelationshipDiagram

This document should describe all of the individual data elementsand their relationships and indexes.

Required

5 Configuration /MinorCustomizationImplementationand Test Plan

This document should define all configuration and customizationwork that will be done to meet the functional requirements of thesystem, and how they will be tested.

Required

6 Configuration /MinorCustomizationResults

This shows the results of the configuration / customizationimplementation and test plan.

Required

7 Data ConversionPlans

These plans should document the data conversion from the currentsystems to the new system. The conversion plans must addressdata cleansing plans. They should include adequate testing toensure that the data is correct in the new system. Data conversionplans will need to be provided for each department and system tobe converted.

Required

8 Data ConversionResults

This shows the results of the data conversion detailing recordsconverted and those that were not converted.

Required

9 User AcceptanceTest Plan &Scripts

This plan should include all of the test elements necessary to showend-to-end user operation of the system and give detailed scripts toaccomplish the tests. This plan must be provided on a department-by-department basis, as the department is migrated.

Required

10 User AcceptanceTest Results

This document is the result of the test scripts run, including errorsand resolutions.

Required

11 Integration /InterfaceDevelopmentPlan

This plan should include the generic and custom interfaces thatneed to be developed.

Required

Page 36: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

9

Deliverable Explanation Req/Opt12 Integration Test

PlanThis plan should test any integrations defined for the system withother systems.

Required

13 Integration TestResults

This is the result of the integration test, including errors andresolutions.

Required

14 Systems Testing Testing of the system's software and hardware components as acomplete and integrated system. It should ensure that eachfunction of the system works as expected and that any errors(bugs) are noted and analyzed. It should additionally ensure thatinterfaces for export and import routines, function as required.This should be the last step before User Acceptance Testing.

Required

15 Stress Test Plan This plan should identify the main points of the system that needto be tested concurrently to identify weaknesses in loading thesystem. It should include how to test these items. Online entryand report queries against a fully loaded database are examples.

Required

16 Stress TestResults

This is the result of the stress test, including errors and resolutions. Required

17 System andOperationsDocumentation

This document must include all elements necessary to operate andmaintain the system on an ongoing basis. At a minimum, thisshould include all of the items in the pre-production checklist.

Required

18 Software Code inVersion Controlw/Technical Doc.

This document should contain the software code changes made forevery deployment with their corresponding dates.

Required

19 Training manuals– user andtechnical

These manuals must provide for end-user and technical training ofthe system.

Required

20 User Training Training for train the trainer in the use of the system. Required21 Technical

TrainingTraining for technical resources in the management, maintenanceand operations of the system.

Required

22 User manual –hard and softcopy

This is the user reference manual for operation of the application,trouble-shooting assistance, etc.

Required

23 Technical manual– hard andsoftcopy

This is the technical reference manual for system administrators,covering administrative functions.

Required

24 Help Desk Script This script is for the NDS help desk to assist in first call triage ofany issues with the system. It should employ a calling hierarchythat shows solutions to common problems and who to escalate tofor specific issues. There is a template that can provideguidelines.

Required

25 Ad hoc reportingenvironment

Creation of the reporting database for ad hoc reporting viaBusiness Objects, the City’s Standard tool.

Required

26 Testing BusinessContinuity Plan

This tests the operation of the application in off-line mode as wellas bringing up the application at a remote site.

Required

27 ProductionChecklist

A standard template exists to record that all aspects of operation,support and training have been completed so that the applicationcan be implemented in production.

Required

28 Final UserAcceptance

Final user acceptance is defined as the owning department(s)approval, via signature, that the application meets all requirementsand is ready for production (production checklist has beencompleted).

Required

Page 37: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

10

Deliverable Explanation Req/Opt29 Production

ImplementationObtaining final user acceptance and moving the application anddatabase as needed so that it is in an approved productionenvironment and ready for use by the City.

Required

30 Initial ProductionSupport

This includes the initial support of the application after productionimplementation for a period of 3 Indicate how long this isrequested. This includes user support, programming and databasesupport.

Required

31 KnowledgeTransfer to Cityuser andtechnical staff

This addresses communication of all aspects of the application toCity staff so that they understand and can support it on an ongoingbasis.

Required

32 Updated projectplans, statusreports, etc

Ongoing, based on agreed-upon status meetings Required

33 Post-ProductionResource Plan

Recommendation including but not limited to: Application Support Infrastructure Support Upgrades to the Database

Required

34 SoftwareDevelopmentLife CycleProcess andProcedures

This document should contain the processes on how softwarechanges are made and migrated to each environments ofdevelopment, UAT, staging, training and production fromrequirements to implementation. It should include qualityassurance and the procedures followed.

Required

Page 38: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

11

Attachment II: STANDARD PROJECT SCHEDULE

The City of Chicago Department of Innovation and Technology has a standard template for projects.

The project schedule provided by the Respondent should include the tasks listed below; more tasks should beincluded in the schedule to accurately reflect how the Respondent will be managing this project. If aparticular task is not within the scope of the Respondent’s proposal, mark “NA”. Time duration per eachtask (in days) should also be noted. Because there are many parts to this project and several of the tasks canhappen simultaneously, please create a master project schedule and separate schedules for each of the majortasks outlined in the scope of work. The master schedule and each individual project schedule must beincluded in the proposal.

A fully detailed project schedule and frequency for providing updates to that schedule will be determinedduring contract negotiations and will depend partly on the overall project duration.

1. Project management2. Project execution3. Project closure4. Systems engineering5. Minor Customization Requirements6. Application analysis & design7. Test planning, specifications, and execution8. Unit testing9. System testing10. Integration testing11. Data preparation12. Data conversion13. Data cleansing14. Data loading-entry15. Configuration management16. Quality management17. Quality control (product)18. Quality assurance (process)19. Independent Validation & Verification20. Training planning, development, and execution21. Delivery & Installation22. Transition and transition support23. Operations & management24. Support planning25. Support services26. Resource Planning

Page 39: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

12

Attachment III: SAMPLE STATUS REPORT

Date:

To:

From:

Project:

Period:

Person(s):

Project Status/Activity Summary:

Date Time/HoursSpent

Work Description Planned Unplanned Outcomes/Action Items (ifany)

Total

Deliverables achieved:

General Activities and deliverables for next period:

Problems or Issues that need attention/action from the City:

Other Comments:

Signature:

Page 40: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Attachment IV: CITY HARDWARE AND SOFTWARE STANDARDS OVERVIEWCITY OF CHICAGO

Department of Innovation and TechnologySYSTEM ARCHITECTURE HANDBOOK

City Hardware and Software Standards Overview

INTRODUCTION

This document provides a high-level list of current City standards for its hardware andsoftware environments and is intended primarily for City department and Respondent use. Thesestandards do not mean that other software and hardware, which might have been previouslylisted as standard, may not be used or supported, but the following items should bepurchased for any new initiative or growth/replacement needs. City departments will need todetermine if the standard hardware/software item has been deployed in their department, ifrequired for a new initiative.

Any proposals for non-standard hardware or software purchases or questions/commentsshould be forwarded to the Department of Innovation and Technology (DoIT) Architectureteam for review.

An asterisk (*) denotes standards currently under review (in all sections in this document).DoIT will review and update these standards on a regular basis.

CURRENT SERVER STANDARDS – PLATFORMS AND FUNCTIONALITY

FunctionalityOperating

System (O/S)HardwarePlatform File Database Application Web Email Print

Novell Netware6.5/ OES v.1

HP Bundledwith O/S

N/a N/a N/a GroupWise7

Bundled withO/S

Solaris 10(Unix)

SunMicrosystems

N/a Oracle10GR2

OracleRAC

limited to9.208

BEAWebLogic

Apache N/a N/a

RedHat LinuxAdvancedServer 4.x

Dell, HP N/a Oracle10GR2OracleRAC

limited to9.208

BEAWebLogic

Apache N/a N/a

Windows 2003Server

Dell, HP Bundledwith O/S

Oracle10GR2

CitrixPresentation

Server 4.0

N/a N/a Bundled withO/S

Page 41: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

CITY OF CHICAGODepartment of Innovation and Technology

SYSTEM ARCHITECTURE HANDBOOKCity Hardware and Software Standards Overview

CURRENT CLIENT WORKSTATION STANDARDS

Type HP Model Dell Model

Basic Desktop EVO DC5700 Optiplex 745

High-end Workstation EVO XW4400 Precision 390

Business Notebook HP6910P Latitude D630

CURRENT NETWORK PRINTER STANDARDS

PRINTER CATEGORY MODEL PRINT OUTPUT

Personal Printer - 1 user HP LaserJet 1022N Monochrome (Black & White)

HP LaserJet P2015DN Monochrome (Black & White)Small Workgroup2-8 users HP LaserJet 2605DN COLOR

HP LaserJet P3005DN Monochrome (Black & White)Mid-Size Workgroup8-12 users HP LaserJet 3800DN COLOR

HP LaserJet 4250DTN Monochrome (Black & White)Large Workgroup12-20 users HP LaserJet 4700DN COLOR

HP LaserJet 9040DN Monochrome (Black & White)DepartmentalGreater than 20 users HP LaserJet 5550DN COLOR

HP LaserJet 4345xMFP Monochrome (Black & White)Multi-FunctionPrint/Copy/Fax/Scan

HP LaserJet 4730xMFP COLOR

Page 42: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

CITY OF CHICAGODepartment of Innovation and Technology

SYSTEM ARCHITECTURE HANDBOOKCity Hardware and Software Standards Overview

CURRENT STANDARDS – NOTEBOOK COMPUTERS and HANDHELDDEVICES

Type Operating System (O/S) Products - Uses

HP HP6910P – Ethernet, WiFi IEEE8.02.11g

Business Notebook Windows XPDell Latitude D630– Ethernet, WiFiIEEE 8.02.11g

Ruggedized Notebook Windows 2000, XPPanasonic Toughbook CF-19 – WiFiIEEE 8.02.11g, EVDO, GPRS,1xRTT

Tablet Windows XP Professional TabletEdition

HP2710P - Ethernet, WiFi IEEE802.11g

Windows CE/Pocket PC HP iPaq - – WiFi 8.02.11g, EVDO,GPRS, 1xRTT

Handheld

RIM

Blackberry Enterprise Solution w/Desktop Software version 4.0devices tested and approved:Blackberry 7290 and 7520

GUIDELINES FOR SELECTING HANDHELD DEVICES: Rugged devices may be requireddepending on the environment that the handheld will be used in. Handheld applications canbe developed using one of three models: 1) run completely on the handheld (completelydisconnected), 2) run on the handheld but exchange data with a backend system eitherwirelessly or by synchronizing (occasionally connected) or 3) run on the handheld or througha browser and require a full time connection to the backend system (fully connected). It isstrongly encouraged that all developed systems use the occasionally connected model due tothe limitations of wireless technology.

Page 43: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

CITY OF CHICAGODepartment of Innovation and Technology

SYSTEM ARCHITECTURE HANDBOOKCity Hardware and Software Standards Overview

CURRENT STANDARDS – UTILITIES by SERVER PLATFORM

UtilitiesOperatingSystem(O/S)

HardwarePlatform

Back-up

Scheduling

DBBack-up

FTP VirusProtectio

n

HardwareMonitorin

g

FileSystemMgmt

NovellNetware6.x

Dell, HP VeritasNet

Backup

5.0

BundledwithO/S

Notsupporte

d

Bundledwith O/S

McAfeeNetshield

4.4

Insight Mgr Bundled withO/S

Solaris 10(Unix)

SunMicrosystems

Legato7.x

O/S LegatoDMO

(RMAN)

Internal:Bundledwith O/SExternal

:SSL

VPN**

n/a Sun RSM,Big Brother

VeritasVolumeMgr 4.x

RedHatLinuxAdvancedServer 4.x

HP Legato7.x

O/S LegatoDMO

(RMAN)

Internal:Bundledwith O/SExternal

:SSL

VPN**

n/a Big Brother n/a

Windows2003Server

Dell, HP NetBacku

p5.0

BundledwithO/S

VeritasOracleBackupModule(RMAN)

Bundledwith O/S

McAfee8.0

HP: InsightMgr

Dell: OpenManage

Bundled withO/S

** See the DoIT Architect team for further guidance.

Page 44: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

CITY OF CHICAGODepartment of Innovation and Technology

SYSTEM ARCHITECTURE HANDBOOKCity Hardware and Software Standards Overview

CURRENT STANDARDS – MAJOR BUSINESS APPLICATION TYPES

Function City Standard

Financials – general ledger, payroll, accountsreceivable & payable, purchasing

Oracle applications

Human Resource tracking Oracle applicationsGIS ArcGISWork order tracking Motorola (Suncoast)Inspections/Permitting related to Cityinfrastructure/services

Motorola (Suncoast)

Inspections/Permitting related to a building HansenLicensing IRISEnterprise case management To Be DeterminedAd hoc reporting Business ObjectsImaging – document storage FileNET, Alfresco, SharePointImaging – workflow FileNET, Alfresco, SharePointPortal BEA WebLogic

CURRENT STANDARDS – ENTERPRISE MANAGEMENT SOFTWARE

Function City Standard

Remote email/handheld integration Groupwise mobile (for non-RIM devices)Content Filtering Smart Filter DAAnti-spam MessageScreen (Info Crossing)Email archiving Message Manager (CA)Desktop management LanDeskSecurity/single sign-on Enterprise LDAPFull Disk Encryption Entrust (Checkpoint/Pointsec) Disk SecurityMobile Media Encryption Entrust (Checkpoint/Pointsec) Media Security

Page 45: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

CITY OF CHICAGODepartment of Innovation and Technology

SYSTEM ARCHITECTURE HANDBOOKCity Hardware and Software Standards Overview

CURRENT STANDARDS – CUSTOM APPLICATION DEVELOPMENT

Standards regarding the application and integration server environment can be found in thisdocument: Technical Development Guidelines. Policies for development methodologies andapproach are included in: Application Development Policies. The City is moving to aconfiguration-based development process, which will be further defined in the comingmonths.

Development Tool/Function City Standard

Project Management/Planning MS ProjectInternet Search Engine Fast SearchApplication Server BEA WebLogicCustom Development BEA WorkshopChange Control MS SharepointProject Collaboration MS SharepointAutomated Testing Cruise ControlVersion control and course code storage CVS

CURRENT OBJECTIVES

The following technologies are currently under review to determine a standard:

� Security/single sign-on

� Application monitoring/metrics

� Web forms

� Metadata repository

� Internet search engine

Page 46: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Attachment V: CITY SERVICE ORIENTED ARCHITECTURE METHODOLOGYCITY OF CHICAGO

Department of Innovation and TechnologyService Oriented Architecture (SOA)

SOA is now the de facto architecture and infrastructure arm of the City’s sharing/integration methodology.As a strategic enterprise alternative to custom-built point-to-point software interfaces, SOA currentlyintegrates many of the City’s Enterprise Applications and other critical business process applications &services

SOA at the City of Chicago means the policies, practices, frameworks that enable application functionalityto be provided and consumed as sets of services published at a granularity level relevant to the serviceconsumer. Services can be invoked, published and discovered, and are abstracted away from theimplementation using a single, standards-based form of interface.

SOA is not just an architecture of services as seen from a technology perspective, but also includes thepolicies, practices, and frameworks that ensure the correct services are provided & consumed and are looselycoupled components for building distributed systems by being reused and/or recombined, while remaininginteroperable, discoverable and standards-based.

The City’s SOA is built on BEA WebLogic & AquaLogic Platforms WebLogic Integration (WLI): business-process management AquaLogic Data Services: real-time data aggregation AquaLogic Service Bus: messaging bus AquaLogic Service Registry: management/discovery of services

Technology: J2EE Programming Language: JAVA Just-In-Time Compiler: JAVA Virtual Machine (JVM) Applications Server: BEA WebLogic Database Access API: JDBC, EJB Entity Beans

RFPs for COTS, Purchased Applications, and InterfacesAfter functional integration requirements among applications &/or services are determined, thentechnical integration alternatives should be reviewed with the BIS technical lead team to decide theinterface design.

The following are some basic assumptions regarding interfaces between applications/services: If the to-be-purchased (ie, new) application does not use (web)services, the (web)service of a

City application/service might communicate either to the Oracle instance of the new applicationdirectly or through the Aqualogic ESB.

If a Java Web Service will be deployed, it will be accomplished using the Aqualogic ESB underthe direction and guidelines of BIS' technical lead team.

Minimally (eg, if only one interface is anticipated for a new application/service), the WSDL forits (web)service may contain only the data elements needed for its integration with another Cityapplication /service. Where more than one interface is anticipated for a new application, thenthe WSDL will be expected to be broadened to include the relevant data elements of the otherCity applications/services.

Page 47: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

City of Chicago’s SOA Toolbox

UDDI

SSO

WCM

Google Search is being tested

Page 48: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

The key systems, City’s Enterprise Applications {COTS or platform Respondent}, involved inthe Enterprise integration effort are currently:

Enterprise Portal {BEA}

Inspections & Permits (IPI) / {Hansen 7 & 8} (core application for the City’s PROPERTYSERVICES business processes)

CRM Systems (core applications for the City’s PUBLIC SERVICES business processes)

o City Service Request System (CSR) / {Motorola}

o Administrative Hearings Management System (AHMS) / {Motorola}

o City Works / {Motorola-Azteca }

ERP suite {Oracle eBusiness} (core applications for the City’s RESOURCE MANAGEMENTbusiness processes):

o FMPS (eg, Financials including A/R, Purchasing)

o Payroll

o CHIPPS (Human Resources)

GIS (ESRI)

Page 49: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

List of the City’s reusable SOA Services

LDAPProvides user sign-on security to and eventually across applications.

City EmailProvides SMTP plain text email service to clients as aweb service or as a publish/subscribe design pattern as well.

User Management ServicesProvide services related to users and groups for the enterprise LDAP directory. Insulates clients from LDAPschema and JNDI coding. Also enforces City business rules related to these entities in a centralized manner.

CSRProvides SOAP access to Motorola's CSR product. Allows clientapplications to post new Service Requests instances to CSR and also postupdates to existing Service Requests instances to CSR.

Payment EnginePayment Engine provides a consistent centralized payment service for City departments web applications

Transition GatewayProvides a mechanism for all receivables & payments to & from the Cashiering system that will nowleverage the FMPS Accounts/ Receivable (A/R)

A/RProvides access to the FMPS Oracle eBusiness Accounts/Receivable (A/R) and will leverage iWay Adaptortechnology for greater ease and maintainability with interfaces from/to other applications and services

Intelligent Dispatcher (ID)The Intelligent Dispatch web services (ie, a component of the CDB) allows the user to retrieve a variety ofCDB information from multiple sources including various database stored procedures and GIS EJBs.

City DataBase (CDB) ServicesA user can retrieve the unique City-ID for a given a person or company within a given application/context. Auser can also update CDB identification data on a specific person or company or building/structure using theCity-ID and its application/context.

Page 50: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

The following integration patterns of the City of Chicago are: Portals Message broker Enterprise Service Bus (ESB) Legacy Integration Government To Government (G2G) Integration Mobile Integration Process Automation

PortalsIntegration Service Respondent/Product Implementation NotesPortal BEA Weblogic Portal Part of the BEA java Platform

Back-End Application Integration

Message broker/enterprise servicebus

BEA Java

Application server BEA Java

EII BEA Liquid data

Application interface TBD TBD

Legacy integration TBD TBD

MESSAGE BROKERIntegration Service Respondent/Product Implementation NotesMessage broker BEA Weblogic Integration Server Java platform

Messaging Sun JMS Java platform

Application interface Web services, Sun JCA, and BEAWLI adapters.

Java platform compliant

Security BEA Enterprise Security Serverimplementing LDAP, tokens, andPKI.

Security will use the COC Novel e-directory LDAP server as afoundation, coupled with Kerberossecurity tokens, and Verisign PKIinfrastructure

ESBThe Enterprise Service Bus Implementation Table defines the services identified in the ESB referencearchitecture.Integration Service Respondent/Product Implementation NotesEnterprise Service Bus (ESB) BEA ESB Server Aqualogic Java

Translation and transformation BEA WLI and ESB server Java

Application interface Web services, Sun JCA, and BEAWLI adapters

Java platform compliant

Security BEA Enterprise Security Serverimplementing LDAP, tokens, andPKI.

Security will use the COC Novel e-directory LDAP server as afoundation, coupled with Kerberossecurity tokens, and Verisign PKIinfrastructure

Page 51: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

INTEGRATION

Legacy integrationIntegration Service Respondent/Product Implementation Notes

Legacy integration - data interface TBD TBD

Legacy integration - messageinterface

TBD TBD

Legacy integration - screen/reportinterface

TBD TBD

Legacy integration - service interface TBD TBD

G2G (Government to Government) IntegrationIntegration Service Respondent/Product Implementation NotesB2B connectivity TBD TBD

Partner connectivity TBD TBD

Partner management TBD TBD

B2B security TBD TBD

Back-End Application Integration TBD

Broker/enterprise service bus WLI SOAP BEA java

Translation and transformation TBD TBD

Routing WLI

Application interface TBD TBD

Legacy integration TBD TBD

G2G security TBD TBD

Mobile integrationIntegration Service Respondent/Product Implementation Notes

Mobile integration server MobileAware

Mobile security TBD TBD

Back-End Application Integration

Broker/enterprise service bus BEA Java

Translation and transformation BEA

Routing BEA

Application interface TBD TBD

Legacy integration TBD TBD

A2A security TBD TBD

Process Automation

Page 52: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

7

Process automation requires underlying application integration servicesThe Implementation Table specifies all the integration services provided in the Process Automationintegration solution, along with relevant implementation details.Integration Service Respondent/Product Implementation NotesProcess modeling FileNet use of BPEL standard model

supported

Process simulation FileNet integrated component

Process management FileNet

Rules management ILOG Rules management may replaceprocess management or may augmentit.

Workflow management Multiple products; legacy systems,WLI, and FileNet

many workflow management engineswork within architecture

Application interface BEA SOA based infrastructure Web service; data interface (ODBC,JDBC).

Process repository FileNet Part of enterprise repository

BAM Nothing selected yet

City of Chicago’s Software & Hardware Standards

For all basic Software and Hardware standards refer to the City of Chicago’s Internet site (http://egov.cityofchicago.org/city/webportal/home.do ) by : Selecting the ‘City Departments’ tab on the top of the page Selecting the ‘Business & Information Services’ Department Selecting the ‘BIS - Hardware & Software Standards’ on the left side of the page Then within the HW / SW Standards document (on page 6 of 6)

(http://egov.cityofchicago.org/webportal/COCWebPortal/COC_EDITORIAL/CityStandards.pdf ) ,selecto ‘Application Development Policies’o ‘Technical Development Guidelines’

Page 53: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

8

Attachment VI - HOURS OF AVAILABLITY & BUSINESS CONTINUITY REQUIREMENTSPlease complete with the following table with the hours of availability for the application. The desired hoursof availability is 24 hours with the exception of planned outages for system maintenance (1-2 hours). Thiscan be revisited during contract negotiations. Please refer to Section 4.4 Technical Support Services &Response Time of the RFP for requested needs of the City.

HOURS OF AVAILABILITY for the PROPOSED APPLICATIONFrom (CST) To (CST)

Weekdays (Mon.-Fri.)SaturdaySundayCity Holidays

BUSINESS CONTINUITY REQUIREMENTSThe information in this section provides expectations for operations in the case of an application or hardwareoutage and/or in the case of a disaster event:

Event Desired functionality

Planned or Unplanned outage of application Application is available off-line with data to beuploaded when the application is back on-line.

Catastrophic failure to the database environment All database updates must be audit trailed, so thattransactions can be recovered and alldata/transactions must be recoverable to theprevious night’s backup.

Plan if the application was down for more than 8hours

The selected Respondent must work with the Cityto design a recovery strategy at the City’s disasterrecovery site.

Plan for extended outage The selected Respondent must work with the Cityto design a recovery strategy at the City’s disasterrecovery site.

Page 54: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

9

Attachment VII: FUNCTIONAL & TECHNICAL REQUIREMENTS

The Requirements Checklists list the City’s functional and technical requirements for the application. It alsorates the need for the requirement as follows:

Ranking Description

A Mandatory

B Should have to run business, may not be an immediate need

C Nice to have

The Respondent should complete the column marked “Rating” with one of the following:

Rating Description

4 Application meets requirements with no modifications (package solution)

3Application can be modified to meet requirement with minimal modifications (8 personhours)

2Application can be modified to meet requirement with medium modifications (40 personhours)

0 Application would require major modifications to meet this requirement (> 40 hours) or itcannot be done

If the proposed solution is a package application, and it does not meet the requirements ranked “A” or“B” by the City, and modifications are required (the rating is less than 4), please put the cost of modifyingthe package in the column headed “cost” and in the column headed “Approach (if modificationsrequired)/Comments,” indicate whether the requirement may be met by one of the following methods:

Minor modification to a package Custom development Use of third party software is recommended Provided in the next package release (please provide target date as well in this case)

If the proposed solution is a custom application, the cost column may be left blank and the totaldevelopment cost indicated on the last page of this section.

Respondent’s Approach:Please complete the information below for your overall approach in addition to the detailed functional items(check one and provide the requested information):

Existing software package – please indicate package name, Respondent and release:

Existing software package with modifications – please indicate package name, Respondent andrelease as well as tools for modifications:

Total custom development – please indicate tools and platform to be used:

Other – please describe:

Page 55: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

1

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

Case History1. The new HMIS must meet all the

requirements set forth by the HUD FederalRegister 07/30/2004

A

2. HIPPA compliant A3. Progressively add assessment information

from multiple agencies for same client A

4. View, add, edit and delete all clientinteractions, history, referrals, assessments,family members, household, status, needs,goals, outcomes and services, even thosewhere the client refuses services, based onsecurity level of user

A

5. Record requests for services currently notprovided or higher demand for existingservices

B

6. Track the changes in funding sources forclients. (i.e. a client receiving services fundedfrom CSBG, then moves into an apartment,funded from Corporate funds)

A

7. Upload client data from offline formsgathered by mobile outreach teams with nointernet access

B

8. Indicate that a case has been closed, reasonfor closing and enter follow-up activities A

Page 56: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

9. Track changing follow-up dates. Forexample, case worker indicates a specific datefor follow-up activity, activity appears ondaily to-do list, client doesn’t make follow upappointment, case worker would indicate anew follow up date but old date shouldcontinue to be in the system – thus a patterncould be identified if client has habit ofrequesting service but then never followingup

A

10. Link a referral with particular goals and/oroutcomes on the service plan A

11. Inactivate a client (as opposed to closing acase) for some defined period of time(example: if client were in hospital ortreatment center for an extended period oftime)

A

12. Manage and track a client and their familymembers across multiple agencies anddepartments

A

13. Calendar functionality with automatedreminders, appointments, events and meetingswith clients or other users

B

14. Apply different security levels to users foraccess sensitive client data such as case notesor private health information

A

15. Identify and track department defined vitalstatistics and milestones per program, agency,funding source and department

A

16. Indicate that the client has provided consent A17. Audit all client records A

Page 57: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

18. Approve users to define required dataelements and make changes as business ruleschange

A

19. Print intakes, assessments and other screensper business need A

20. Provide Bed Management to track usage ofbeds by clients A

21. Exit clients out of programs and or beds bygroups in additional to individual A

Client Identification22. Automatically determine eligibility based on

user-defined business rules and decision trees A

23. Enter and update local/state/federal program-mandated income guidelines for variousservices for eligibility determination

A

24. Create various levels of alerts or remindersbased on user-defined business rules anddecision trees (i.e. service availability basedon age, crisis intervention, no response tohome delivered meals service, dangerousclient, finish incomplete assessment) to besent to various authorized users

A

Page 58: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

25. Search on multiple personal identifiers on aclient record. These identifiers include SocialSecurity Number, First Name, Last Name,Date of Birth, Date of Death, Race, Ethnicity,Aliases, Gender, Street Address, Zip Codes,Wards, Community areas and other client IDssupplied by the City.

A

26. Create a unique identification key and trackclients who may not give consent for theiridentifying information to be released.

A

27. Interface with the City’s 311/CSR system inreal time and associate the clients withinHMIS

A

28. Link and track family and householdrelationships A

29. De-duplicate client records A30. Define and update ever changing business

rules and decision trees for approved users A

31. Add, modify or delete data fields and valuesin the application A

32. Count the number of referrals, services andassessments made perclient/user/agency/charter/department

A

Page 59: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

Access to Information33. View agency/site profiles, and their services

offered A

34. Identify duplicate information (clients andevents) A

35. Post monthly calendar of services C36. Search and track referral information A37. Incorporate the existing city geo codes(GIS)

to client addresses and Service provider sites A

38. Generate a unique system case number A39. Set up business rules for record retention for

approved users A

40. Link service units (authorized and used) tobudgeted dollar amounts for the service anddetermine how much money may be left for agiven service

B

41. Locate HMIS service providers (specific toservice) in close proximity to the client usingGIS codes

A

42. View client records enrolled into similarprograms across agencies A

43. Search the Community Resource Networkdatabase (either hosted or onsite) to locateservice providers using either GIS ormanually entered criteria

A

44. Create Data Sharing Networks (DSN, groupof service providers sharing portions of clientcase data) and manage them

A

Page 60: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

45. Hide certain client records (only originatingagency can view their client records) A

Reporting46. Track accurate de-duplicated counts of clients

and their associated households for reportingpurposes

A

47. Produce client letters, vouchers and formswith some sections to be tailored on a case bycase instance

B

48. Monitor the system activities of theiremployees and the results of their assignedcases (ex: track worker productivity andutilization, length of cases, time logged ontosystem, etc.)

A

49. Generate, save and send reports electronically A50. Create reports comparing client activities and

outcomes for user-defined time periods(example: compare results in current year tothe same time period in prior year)

A

51. Support federal (AHAR, APR, CSBG, etc),state and local reporting requirements as theychange, as part of the standard reports

A

52. Produce reports showing counts & percentageof clients and activities within a user-definedperiod of time

A

53. Produce a report of referrals made andreceived tosites/agencies/programs/departments during auser-defined time period

A

54. Sort client & service provider data in a varietyof ways A

Page 61: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

7

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

55. Produce reports relating funding and programoutcomes A

56. Report the number of occurrences forassessments during a user-defined period oftime

B

57. Produce a historical analysis of patientindicators like levels, medications, etc. inorder to place clients that are doing well inother programs

A

58. Group or list clients for specific services.(i.e., wait lists, unavailable services list, etc.) A

59. Produce reports that would look at the entirepopulation of clients served by user-defineddata elements (i.e.; by ward, by age, byservice, etc.)

A

60. Conduct internal audits of services in the newHMIS system. A

61. Report on every field to accommodate ad-hocreporting A

62. Generate standard reports; status reports,budget/spending reports, etc. A

63. Collect and report on program information atthe aggregate level and report by grant, byprovider and by client (length of time, totalnumber of people in program) The selectioncriteria should not be mutually exclusive.

A

64. Generate files from reports A65. Generate system usage/Traffic logs/system

performance A

66. Track point in time changes of client data A

Page 62: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

8

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

67. Report on the number of missing or NULL onany data elements A

68. Report on client bed usageCommunication

69. Send/receive electronic referrals A70. Create an electronic outcome confirmation

(Ex: Referral follow-up, completion of tasks,goals met, appointments, etc.) A

71. Send service plans and reports to ServiceProviders electronically A

72. Make referrals to agencies and serviceproviders outside of City services (e.g. stateservice, etc) A

73. Set up business rules for automatic generationof reminder messages to users for clientfollow up activities A

74. Broadcast system messages to differentgroups of users (i.e. security level, agency,program, department, all) A

Outcomes75. Capture information sent to callers and track

the follow-up process A76. Track information only referrals B

Process Changes77. Connect to call center application (311/CSR)

where clients can be entered and referred forservice to agencies based upon geo-codes A

78. Build a process workflow A

Page 63: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

9

FUNCTIONAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable) Approach (if modifications required)/Comments

79. Build business logic for data entry (i.e. mencannot be pregnant, start dates must be beforeend dates, etc.) A

Page 64: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

10

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

Client Capabilities1. HIPAA compliant A2. Have multi-colored screens B3. On-line training B4. A menu-driven system with overrides through

command keys A

5. Set appropriate fields to default values A6. On-line help screens A7. On-line field help A8. Modify screens to fit needs for data collection

and input efficiency A

9. A web application so that any location withan Internet connection can gain access A

10. A standardized referral form that could beused for all agencies A

11. A user friendly Windows based system A12. Enter and track case notes electronically A13. Apply business rules to automatically

populate fields based on certain entries (e.g.,zip code)

A

14. Electronic versions of all basic forms A15. Access and update client data in real-time A16. A logical screen layout and screen flow for

usability A

17. Point and click technology wherever possible(e.g., drop down lists, disability codes,income ranges, etc.)

A

18. Mark a client record for deletion forauthorized users A

Page 65: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

11

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

19. Move between various types of clientinformation without having to start over everytime

A

20. Utilize a Spell Check function for open textfield boxes (i.e. comments) B

21. Enter P.O. Boxes in the city or suburbs. A22. Web client to support IE 6.0 and up A23. Search for programs by agency A24. Search agencies by program type A25. Add, modify and delete agencies, programs,

service types and service details using theapplication configuration tools

A

26. An issue tracking tool ATechnical Infrastructure and Server Functionality

27. Software specifically designed for HMIS A28. A turnkey system A29. Batch on-line transactions A30. A back-up and restore utility A31. User-defined purge criteria for audit trail

records A

32. User-defined edits such as: range test,alpha/numeric check, required/optional field,table validation, date validation

A

33. Create an audit trail of changes made on aclient’s record –including user who made thechange, date/time change was made and anindication of the kind of change that wasmade

A

Page 66: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

12

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

34. User defined fields to capture additional dataregarding a client that can be sorted,aggregated, and reported on

A

35. Automatically calculate and update client agebased on birth date A

36. A relational database A37. Must adhere to City Hardware and Software

Standards for its database if hosted by theCity

A

38. Must meet City Hardware and SoftwareStandards for its database platform if hostedby the City

A

39. An ASP (hosted) deployment will be stronglyconsidered. In this model, Oracle is still therequired database, but other platformrequirements are less rigid.

A

40. Must meet City Hardware and SoftwareStandards for its web server environment A

41. Secured transport between servers, and to andfrom workstations A

42. All network communication will be viaTCP/IP protocols. A

43. All addressing requirements for theapplication must be via names registered inDNS. No hard-coded IP addresses will bepermitted.

A

44. All configuration / customization must beportable between versions of the software A

45. Configurations / customizations must notrequire re-linking during upgrades A

Page 67: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

13

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

46. Validate addresses thru City’s GIS system B47. Merge duplicate cases and or clients A48. Provide multiple environments (i.e. training,

user acceptance, data migration) synchronizedwith production, for authorized users

A

49. Provide a training environment whereauthorized users can manage the refresh ofdata used for training classes

A

50. Apply any and all system functionalitychanges to be applied enterprise wide A

51. Provide a training reporting environment forB.O. A

52. Connect and maintain a VPN appliance withthe City of Chicago A

Application Interfaces53. Bi-directional interfaces with other systems

in batch or real time in accordance to businessneeds

A

54. Interface to the City of Chicago GIS/Geocodesystem, Business Objects, City Back EndMatching, CSR/311 and CDHS DelegateAgency systems

A

55. A monthly update of the CommunityResource Network (CRN) database A

56. Import/export data from several differentsystems in the following formats: CSV, XML& EXCEL

A

Reporting57. Store predefined report formats B

Page 68: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

14

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

58. Define a combination of titles and/orcolumnar captions B

59. Define different data line formats within thesame report B

60. Determine the number of individual printlines per page B

61. Make separate calculations horizontallybetween columns B

62. Permit each calculation to contain multiplefactors, including user-defined constraints B

63. Specify the spacing between columns B64. Draw an unlimited number of separate levels

of subtotals within the body of the report B

65. Permit total lines to be formatted differentlythan data lines B

66. Designate the specific fields that comprise thesort key (minimum of 5 sort fields) B

67. Create a graph report B68. Use all arithmetic functions A69. Perform statistical functions A70. Run a report by Service Provider A71. Select the data fields to be included in an ad

hoc report A

72. Real-time funding and performance reports A73. Compatible with Business Objects for ad-hoc

reporting A

74. Produce mandated funding source reports forfederal, state or local government entities andupdate as requirements change

A

Page 69: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

15

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

System Security Requirements75. Define comprehensive and flexible security

controls to restrict access to specific data forviewing, adding, modifying and deleting

A

76. Secure access to the system utilizingpasswords and usernames A

77. Copy security profiles B78. Upload client consent forms and other

documents C

79. Safeguard to prevent deletion of entire clientrecord A

80. Secure Web-based access to the applicationby using SSL and one of the following: PKIor IP address restriction

A

81. Automatically log out user after 30 minutes ofsystem inactivity with warning messages A

Respondent Support Requirements82. Respondent will supply training on the system

using the Train the Trainer approach A

83. Respondent will be responsible for modifyingcode and will provide support for themodified code

A

84. Respondent will provide dedicated Chicagotechnical support resources available to theCity of Chicago project

A

85. Respondent will have implemented over 10installations with a representative number inHMIS

A

Page 70: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

16

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

86. Respondent will supply toll-free telephonesupport between the hours of 7:00 AM and8:00 PM CST

A

87. Respondent will provide source code or enterinto an escrow agreement A

88. Respondent will have been in business morethan 5 years A

89. Respondent will guarantee response time forservice/support with a two to four hourmaximum for critical problems

A

90. Respondent will provide a user forum forenhancements B

91. Respondent will maintain currentdocumentation (user help guides, procedures,schemas, data dictionary, etc.) asrequirements change

A

92. The Respondent will install a City providedVPN appliance to designatedApplication/Production server for accessinginternal City resources

A

HIPAA Requirements93. Differentiate and tag use and disclosure of

information in accordance with HIPAAstandards (example: Disclosures to theindividual who is the subject of theinformation or uses or disclosures madepursuant to an individual’s authorization.)

A

94. Support policies and procedures that limit itsdisclosure of, and request for, protected healthinformation for payment and health careoperations to the minimum necessary

A

Page 71: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

17

TECHNICAL REQUIREMENTSCity Section Respondent Section

Req #Requirement

CityRanking Rating

Cost (ifapplicable)* Approach (if modifications required)/Comments

95. Support the HIPAA defined Health Care DataElements Dictionaryhttp://www.cms.hhs.gov/HIPAAGenInfo/

A

96. Support changes to the HIPAA Privacy Ruleshttp://www.cms.hhs.gov/HIPAAGenInfo/ A

ADA Compliance Requirements97. Comply with all ADA requirements for

accessibility. These requirements includeprovisions for accessibility to those that aresight impaired, hearing impaired, and thosewith limited mobility and dexterity. Pleaserefer to the following web sites for details.State of Illinois,http://www.illinois.gov/ito/accessibility.cfmFederal 508http://www.section508.govand W3C standards.http://www.w3.org/

A

Page 72: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

18

Attachment VIII: REPORTS, FORMS & REFERENCE DOCUMENT LIST

Below is a list of sample reports, forms, and reference materials. Information from these sampleswas used to create the list of data elements, as well as determine requirements for standard and ad

hoc reporting. The documents have been grouped in the following categories:Agency

Captures information about who the agency is, services provided, hours ofoperation, location, contacts

Client Tracks client interactions Tracks progress against service plan Captures information about who a client is, where he lives, client needs,

demographicsFunding

Identifies funding information for reporting to funding sources and for fundingapplications

Operations Captures activities, services, costs, resources at aggregate number level on

daily, weekly, monthly, annual basisPolicies & Procedures

Includes materials used for reference purposes (procedures, guidelines, etc.)

Note: Not all report samples were captured. Therefore, this list should not be considered complete.These samples will be available to the Respondent who is selected for HMIS implementation. Thefollowing is an inventory of the sample documents received.

Document TypeAgency

1. Child Care Voucher documentation audit reports Report2. Agency quarterly performance evaluation Report3. User Policy, Responsibilities and Statement of

EthicsForm

4. Agency Partner Agreement Form5. Interagency Agreement Form6. Data Sharing Network Agreement Form

Client1. Client Consent for Data Sharing Network Form2. Client Release of Information for Referrals Form3. Client Consent to Enter Clinical Information Form4. Client Revocation of Data Sharing Network Form5. Client Revocation of Referral Form6. Client Revocation of Consent to Enter Clinical

InformationForm

7. Domestic Violence Notice Reference8. Non-discrimination Compliance Questionnaire Form9. Application for subsidized child care and

employment-related child careForm

10. Workforce Analysis Form, EmploymentTransactions form (IDCFS)

Form

11. Rental Assistance Application Form

Page 73: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

19

Document Type12. HSPRO0305 – Immunization Coverage Levels Report

Funding1. Summary Report of Services by Program Type

(quarterly CSBG report to IDCCA)Report

2. HOPWA Programs application Form3. Funding performance reports Report4. IDHS Emergency Food and Shelter grant

applicationForm

5. IDCCA CSBG grant application Form6. CDBG program descriptions and selection criteria Reference7. Outreach 24 Service Request Count Report8. Monthly Client Assessment Summary Report9. Dispatch/Request Number Assignment Log Report10. Shift Summary Report Report11. Service Tally Sheet Form12. Monthly food box distribution report Report13. Specialized child care support (respite care, special

needs, day care homes) reportReport

14. Homeless Second Stage Call-in Log Report15. Homeless Transitional breakdown Report16. Homeless overnights breakdown; overnight shelter

censusReport

17. Emergency Response Centers – Daily Client Count Report18. Annual Homeless Assessment Report (AHAR) Report19. Annual Progress Report (APR) Report

Policies & Procedures1. Emergency procedures Reference2. Emergency Operations Summary Plan Reference3. CDHS Winter Emergency Message Points Reference4. CSBG Income Guidelines Reference5. Shelter Clearinghouse Listing Reference

Page 74: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

20

EXHIBIT 2

COMPANY PROFILE INFORMATION

Submit a completed company profile information sheet for prime, each joint venture partner andsubcontractor(s), as applicable.

(1) Legal Name of Firm: _______________________________________________________________

(2) Doing Business under Other Company Name?

If yes, Name of Company: __________________________________________________________

(3) Headquarters Address: _____________________________________________________________

(4) City, State, Zip Code: ______________________________________________________________

(5) Web Site Address: _________________________________________________________________

(6) Proposed Role: Prime Subcontractor/Subconsultant Joint Venture Partner

Supplier or Other: ____________________________________________

(7) Number of Years in Business: ________________________________________________________

On the backside of the form specify for each whether installation was database / operating system / platform.

(8) Number of installed:

HMIS accounts: ___, proposed solutions:___ , & developed projects to date (of similar magnitude):___

(9) Total Number of: Employees:________, full-time technical Staff: ______, & support staff:_______

(10) Total Annual Revenues separated by last 3 full fiscal years: ________________________________

(11) Major Products and/or Services Offered:__________________________________________________________________________

__________________________________________________________________________

(12) Other Products and/or Services: ______________________________________________________

________________________________________________________________________________

(13) Briefly describe your firm’s expertise in strategic direction providing solutions for a client:

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

(14) Briefly describe your firm’s experience in hosting and implementation of HMIS for clients:

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

Page 75: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

21

EXHIBIT 3

COMPANY REFERENCES/CLIENT PROFILE INFORMATION

Submit a completed client profile information sheet for each company reference. Provide aminimum of 3 references.

(1) Client Name: ____________________________________________________________________

(2) Address: _______________________________________________________________________

(3) City, State, Zip Code: ______________________________________________________________

(4) Project Manager: _________________________________________________________________

(5) Telephone Number: ________________________________________________________________

(6) E-mail: __________________________________________________________________________

(7) Number of Employees in Client Organization: ___________________________________________

(8) Project Scope of Services/Goals: _____________________________________________________

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

(9) Contract Award Date: Completion Date:

(10) Initial Contract Amount: $ Final Contract Amount: $

(11) Describe how the client's goals were met. Describe the HMIS hosting and implementation. Attach

additional pages, as necessary.

________________________________________________________________________________

________________________________________________________________________________

________________________________________________________________________________

(12) Discuss significant obstacles to implementation and how those obstacles were overcome:__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

(13) Is the client still utilizing this HMIS?

__________________________________________________________________________

__________________________________________________________________________

__________________________________________________________________________

(14) What was the cost/financing structure of the contract?

__________________________________________________________________________

___________________________________________________________________________

___________________________________________________________________________

Page 76: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

22

EXHIBIT 4

RESPONDENT RESPONSE TO MANDATORY REQUIREMENTS(Use attachment for each if necessary)

Scope of SoftwareFunctional Component

Compliant(Yes or No)

Describe and Explain

Browser based with no client set up. Connection security Authentication/authorization

Paging interface - messagingprotocol to cell phones, pagers PDAor other devices

Support interoperability standards

Ad-Hoc Crystal based reports.How will new data be merged? Listof reports available.

XML Interface capabilities, &Are there any other formats?

Hosting capabilities plus additionalAlternate Service Provider (ASP)For backup and continuity of info.

Full database replication is requiredbetween multiple instances of thesoftware product at one site andbetween instances at different sites.

Page 77: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

23

Scope of SoftwareFunctional Component

Compliant(Yes or No)

Describe and Explain

Provide the ability for a live andtraining separate instance of thesoftware.

Software must be supported onhandhelds and mobile devices.

Integration into the City’s Groupwiseand other email system

HMIS compliant with all associatedforms & data elements captured.

Providing notice of critical upgradesand patches to the software.

Collaboration to identify corruptrecords, and/or other inaccurate data,its source & propose a solution.

Adopted standardize terminology anddefinitions of homeless services, andlog of software error codes.

Client management component totrack individuals at program exit.Unlimited client license.

All software and database supportmust be local.

Page 78: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

24

EXHIBIT 5

COST PROPOSAL

PROPOSED HARDWARE AND SYSTEM SOFTWARE CONFIGURATION AND ESTIMATED COSTPlease complete the appropriate sections below for the proposed configuration. Indicate “N/A” if a particular componentis not needed. The Respondent Comments column should be used for any clarifications, options or justifications if therecommended configuration is not included in the City Hardware and Software Standards. Please be aware that the Cityhas contracts with specific Respondents to procure hardware and shrink-wrap software, but you must provide an estimatedcost. This configuration will be reviewed to determine whether additional hardware is needed or if it can be addressed byexcess capacity in the appropriate environment.

Description Qty. RecommendedConfiguration

Est. Cost Respondent Comments

Client WorkstationHardware (brand/model)

ProcessorRAMDisk Storage

SoftwareOperating System/ReleaseApplication softwareOther operating software(browser software and release,etc.)

Middleware/ConnectivityODBC/SQLNet/Other

Application ServerHardware (brand/model)

ProcessorRAMDisk Storage

SoftwareOperating System/ReleaseOperating System Utilities

SchedulerOther?

Application softwareLicensesKeysCOTS “Commercial OffThe Shelf”

Customized SoftwareInterfaces

Middleware/ConnectivityDatabase Connectivity(ODBC, SQLNet, other)

Communications Ports

Page 79: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

25

Description Qty. RecommendedConfiguration

Est. Cost Respondent Comments

WEB SERVERHardware (brand/model)

ProcessorRAMDisk Storage

SoftwareOperating System/ReleaseOperating System Utilities

SchedulerMiddleware/Connectivity

Database Connectivity(ODBC, SQLNet, other)

Communications Ports

FILE SERVERHardware (brand/model)

ProcessorRAMDisk Storage

SoftwareOperating System/ReleaseOperating System Utilities

SchedulerOther?

DATABASE SERVERHardware (brand/model)

ProcessorRAMDisk Storage

SoftwareOperating System/ReleaseOperating System Utilities

SchedulerOther?

Database Software/ReleaseDatabase utilities

Middleware/ConnectivityDatabase Connectivity(ODBC, SQLNet, other)

Communications Ports

Other hardware/devices notdetailed above

Describe device and list purpose,manufacturer, model number andany other specifications

Page 80: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

26

Description Qty. RecommendedConfiguration

Est. Cost Respondent Comments

Remote CommunicationsExtranet Client

VPNISDNInternal DSL

Extranet NetworkVPNISDNInternal DSL

External (Non-Internet) Dial-Up

Ad Hoc Reporting EnvironmentSoftwareRelease/version

Total cost for this configuration:

*The cost must include all costs for training, one year warranty, hosting, and support for the required integration andinterfaces of the software.

Software Cost Summary

Please indicate all software costs for this implementation. If a required software component is not itemized below, pleaseinclude it in the “Other” category, and explain the item.

SoftwareTotal

QuantityProposed

Peritemcost

TotalCost

Total AnnualPost WarrantyMaintenance

Cost*

WarrantyPeriod andWarrantyEffct. Dte.

Application Software Package

Client licenses, if applicable

Escrow Cost N/A N/A

Total Application Package CostsDatabase Management SoftwareOther software needed (pleasedescribe)Service/Implementation costsnot detailed above. List andprice all items.

N/A N/A

TOTAL SOFTWARE COSTS N/A N/A

• Monthly maintenance cost should include all software upgrades at no additional cost

Page 81: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

27

Services Cost Summary

Please indicate the cost for all services required for this implementation. These services are described in Section J –Scope and Approach.

ServicesHours Cost

perHour

Total Cost Total AnnualPost WarrantyMaintenance

Cost*

WarrantyPeriod andWarranty

Effective DateProject ManagementPackage installation andconfiguration“Mandatory” Feature customizationcosts from Exhibit 1, Attachment VII– If your package requirescustomization (Rating 0-3) toprovide Mandatory features (RankA), please indicate the total costs.“Should Have” Featurecustomization costs from Exhibit 1,Attachment VII – If your packagerequires customization (Rating 0-3)to provide “Should have” features(Rank B), please indicate the totalcosts.“Nice to have” Featurecustomization costs from Exhibit 1,Attachment VII – If your packagerequires customization (Rating 0-3)to provide “Nice to have” features(Rank C), please indicate the totalcosts.Interface development (described in,Exhibit 1, Scope of Services)- Enterprise Case ManagementSystem interface- Other Case Management Systemsinterface- Community Resource Network(CRN)- City of Chicago GIS/Geocode- Business Objects- Income Eligibility Tool interface- City’s Back End Matchinginterface- CSR/311 InterfaceData cleansing and migration(described in Services)Training- Technical- User “train the trainer”

Report development

Page 82: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

28

ServicesHours Cost

perHour

Total Cost Total AnnualPost WarrantyMaintenance

Cost*

WarrantyPeriod andWarranty

Effective DateBackup and recoveryrecommendationsBusiness Continuityrecommendations and testingService/Implementation costs notdetailed above. List and price allitems.TOTAL SERVICES COSTS

Total CostThis section is a summary of the previously stated costs for modifications as well as overall software and implementationcosts. Please ensure every cost for a successful implementation, as stated in the previous sections, is provided on thetables that follow.

Total Software CostsTotal Services CostsTotal Hardware CostsTotal Travel Costs*Total Start-up Installation Costs To be determined by the City

Grand Total Project Cost

Annual Hosting CostAnnual Software Maintenance CostAnnual Hardware Maintenance Cost (est.)

Total Annual Maintenance Cost

Proposed Payment Schedule

Please include a proposed payment schedule by project phase, including specific deliverables. The total should match theabove Total Software Costs, any non-standard hardware devices, and Travel Costs. This may be refined based on contractnegotiations, if accepted.

Project Deliverable Estimated Hours(if applicable)

Cost

1 (ex: City-approved Detailed Design)

2

3

Etc.

Total

Page 83: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

29

This table is provided as an outline of the minimum information required. It was not intended to limitthe respondents to only what is listed. Please add lines as needed.

Summation

Indicate if the cost is an annual cost subject to a percentage increase, or a fixed cost for the base termof the contract.

CHICAGO HOMELESS MANAGEMENTINFORMATION SYSTEM

Proposed Cost /__

Chicago Homeless Management Information System $

Chicago Homeless Management Information System Training $

Alternate Service Provider (ASP) $

Total Chicago Homeless Management Information SystemCost

$

Software Hosting $

*Total Software and Hosting Cost $

Post Warranty Annual Maintenance and Technical Support $

Post Warranty Training $

Grand Total Cost $

Page 84: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

EXHIBIT 6

ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT

Page 85: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

INSTRUCTIONS FOR COMPLETINGCITY OF CHICAGO

ECONOMIC DISCLOSURE STATEMENTAND AFFIDAVIT

The City of Chicago (the "City") requires disclosure of the information requested in thisEconomic Disclosure Statement and Affidavit ("EDS") before any City agency, department or CityCouncil action regarding the matter that is the subject of this EDS. Please fully complete eachstatement, with all information current as of the date this EDS is signed. If a question is not applicable,answer with "N.A." An incomplete EDS will be returned and any City action will be delayed.

Please print or type all responses clearly and legibly. Add additional pages if needed, beingcareful to identify the portion of the EDS to which each additional page refers.

For purposes of this EDS:

“Applicant” means any entity or person making an application to the City for action requiring CityCouncil or other City agency approval.

“Disclosing Party” means any entity or person submitting an EDS.

“Entity” or “Legal Entity” means a legal entity (for example, a corporation, partnership, joint venture,limited liability company or trust).

“Person” means a human being.

WHO MUST SUBMIT AN EDS:

An EDS must be submitted in any of the following three circumstances:

1. Applicants: An Applicant must always file this EDS. If the Applicant is a legal entity, statethe full name of that legal entity. If the Applicant is a person acting on his/her own behalf, statehis/her name.

2. Entities holding an interest: Whenever a legal entity has a beneficial interest (i.e. direct orindirect ownership) of more than 7.5% in the Applicant, each such legal entity must file an EDSon its own behalf.

3. Controlling entities. Whenever a Disclosing Party is a general partnership, limitedpartnership, limited liability company, limited liability partnership or joint venture that has ageneral partner, managing member, manager or other entity that can control the day-to-daymanagement of the Disclosing Party, that entity must also file an EDS on its own behalf. Eachentity with a beneficial interest of more than 7.5% in the controlling entity must also file an EDSon its own behalf.

Ver. 11-01-05

Page 86: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 1 of 13

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT

SECTION I -- GENERAL INFORMATION

A. Legal name of Disclosing Party submitting this EDS. Include d/b/a/ if applicable:

Check ONE of the following three boxes:

Indicate whether Disclosing Party submitting this EDS is:1. [ ] the Applicant

OR2. [ ] a legal entity holding a direct or indirect interest in the Applicant. State the legal name of the

Applicant in which Disclosing Party holds an interest:

OR3. [ ] a specified legal entity with a right of control (see Section II.B.1.b.) State the legal name of the

entity in which Disclosing Party holds a right of control:

B. Business address of Disclosing Party:

C. Telephone: Fax: Email:

D. Name of contact person:

E. Federal Employer Identification No. (if you have one):

F. Brief description of contract, transaction or other undertaking (referred to below as the "Matter") to which thisEDS pertains. (Include project number and location of property, if applicable):

G. Which City agency or department is requesting this EDS?

If the Matter is a contract being handled by the City’s Department of Procurement Services, please completethe following:

Specification # and Contract #

Page 87: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 2 of 13

SECTION II -- DISCLOSURE OF OWNERSHIP INTERESTS

A. NATURE OF DISCLOSING PARTY

1. Indicate the nature of the Disclosing Party:[ ] Person [ ] Limited liability company*[ ] Publicly registered business corporation [ ] Limited liability partnership*[ ] Privately held business corporation [ ] Joint venture*[ ] Sole proprietorship [ ] Not-for-profit corporation[ ] General partnership* (Is the not-for-profit corporation also a 501(c)(3))?[ ] Limited partnership* [ ] Yes [ ] No[ ] Trust [ ] Other (please specify)

* Note B.1.b below.

2. For legal entities, the state (or foreign country) of incorporation or organization, if applicable:

3. For legal entities not organized in the State of Illinois: Has the organization registered to do business inthe State of Illinois as a foreign entity?

[ ] Yes [ ] No [ ] N/A

B. IF THE DISCLOSING PARTY IS A LEGAL ENTITY:

1.a. List below the full names and titles of all executive officers and all directors of the entity. Fornot-for-profit corporations, also list below all members, if any, which are legal entities. If there are no suchmembers, write "no members." For trusts, estates or other similar entities, list below the legal titleholder(s).

Name Title

1.b. If you checked “General partnership,” “Limited partnership,” “Limited liability company,” “Limitedliability partnership” or “Joint venture” in response to Item A.1. above (Nature of Disclosing Party), listbelow the name and title of each general partner, managing member, manager or any other person or entitythat

Page 88: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 3 of 13

controls the day-to-day management of the Disclosing Party. NOTE: Each legal entity listed below mustsubmit an EDS on its own behalf.

Name Title

2. Please provide the following information concerning each person or entity having a direct or indirectbeneficial interest (including ownership) in excess of 7.5% of the Disclosing Party. Examples of such aninterest include shares in a corporation, partnership interest in a partnership or joint venture, interest of amember or manager in a limited liability company, or interest of a beneficiary of a trust, estate or other similarentity. If none, state “None.”

NOTE: Pursuant to Section 2-154-030 of the Municipal Code of Chicago (“Municipal Code”), the City mayrequire any such additional information from any applicant which is reasonably intended to achieve fulldisclosure.

Name Business Address Percentage Interest in theDisclosing Party

SECTION III -- BUSINESS RELATIONSHIPS WITH CITY ELECTED OFFICIALS

Has the Disclosing Party had a "business relationship," as defined in Chapter 2-156 of the Municipal Code, with anyCity elected official in the 12 months before the date this EDS is signed?

[ ] Yes [ ] No

If yes, please identify below the name(s) of such City elected official(s) and describe such relationship(s):

SECTION IV -- DISCLOSURE OF SUBCONTRACTORS AND OTHER RETAINED PARTIES

The Disclosing Party must disclose the name and business address of each subcontractor, attorney, lobbyist,accountant, consultant and any other person or entity whom the Disclosing Party has retained or expects to retain in

Page 89: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 4 of 13

connection with the Matter, as well as the nature of the relationship, and the total amount of the fees paid or estimatedto be paid. The Disclosing Party is not required to disclose employees who are paid solely through the DisclosingParty's regular payroll.

“Lobbyist” means any person or entity who undertakes to influence any legislative or administrative action onbehalf of any person or entity other than: (1) a not-for-profit entity, on an unpaid basis, or (2) himself. “Lobbyist”also means any person or entity any part of whose duties as an employee of another includes undertaking to influenceany legislative or administrative action.

If the Disclosing Party is uncertain whether a disclosure is required under this Section, the Disclosing Partymust either ask the City whether disclosure is required or make the disclosure.

Name Business Relationship to Disclosing Party Fees(indicate whether Address (subcontractor, attorney, (indicate whetherretained or anticipated lobbyist, etc.) paid or estimated)to be retained)

(Add sheets if necessary)

[ ] Check here if the Disclosing party has not retained, nor expects to retain, any such persons or entities.

SECTION V -- CERTIFICATIONS

A. COURT-ORDERED CHILD SUPPORT COMPLIANCE

Under Municipal Code Section 2-92-415, substantial owners of business entities that contract with the City mustremain in compliance with their child support obligations throughout the term of the contract.

Has any person who directly or indirectly owns 10% or more of the Disclosing Party been declared in arrearage onany child support obligations by any Illinois court of competent jurisdiction?

[ ] Yes [ ] No [ ] No person owns 10% or more of the Disclosing Party.

If “Yes,” has the person entered into a court-approved agreement for payment of all support owed and is the personin compliance with that agreement?

[ ] Yes [ ] No

Page 90: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 5 of 13

B. FURTHER CERTIFICATIONS

1. The Disclosing Party and, if the Disclosing Party is a legal entity, all of those persons or entitiesidentified in Section II.B.1. of this EDS:

a. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarilyexcluded from any transactions by any federal, state or local unit of government;

b. have not, within a five-year period preceding the date of this EDS, been convicted of a criminaloffense, adjudged guilty, or had a civil judgment rendered against them in connection with: obtaining,attempting to obtain, or performing a public (federal, state or local) transaction or contract under apublic transaction; a violation of federal or state antitrust statutes; fraud; embezzlement; theft; forgery;bribery; falsification or destruction of records; making false statements; or receiving stolen property;

c. are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(federal, state or local) with commission of any of the offenses enumerated in clause B.1.b. of thisSection V;

d. have not, within a five-year period preceding the date of this EDS, had one or more publictransactions (federal, state or local) terminated for cause or default; and

e. have not, within a five-year period preceding the date of this EDS, been convicted, adjudgedguilty, or found liable in a civil proceeding, or in any criminal or civil action, including actionsconcerning environmental violations, instituted by the City or by the federal government, any state, orany other unit of local government.

2. The certifications in subparts 2, 3 and 4 concern:

the Disclosing Party; any “Applicable Party” (meaning any party participating in the performance of the Matter,

including but not limited to any persons or legal entities disclosed under Section IV, “Disclosureof Subcontractors and Other Retained Parties”);

any "Affiliated Entity" (meaning a person or entity that, directly or indirectly: controls theDisclosing Party, is controlled by the Disclosing Party, or is, with the Disclosing Party, undercommon control of another person or entity. Indicia of control include, without limitation:interlocking management or ownership; identity of interests among family members, sharedfacilities and equipment; common use of employees; or organization of a business entityfollowing the ineligibility of a business entity to do business with federal or state or localgovernment, including the City, using substantially the same management, ownership, orprincipals as the ineligible entity); with respect to Applicable Parties, the term Affiliated Entitymeans a person or entity that directly or indirectly controls the Applicable Party, is controlled byit, or, with the Applicable Party, is under common control of another person or entity;

Page 91: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 6 of 13

any responsible official of the Disclosing Party, any Applicable Party or any Affiliated Entity orany other official, agent or employee of the Disclosing Party, any Applicable Party or anyAffiliated Entity, acting pursuant to the direction or authorization of a responsible official of theDisclosing Party, any Applicable Party or any Affiliated Entity (collectively "Agents").

Neither the Disclosing Party, nor any Applicable Party, nor any Affiliated Entity of either theDisclosing Party or any Applicable Party nor any Agents have, during the five years before the date this EDSis signed, or, with respect to an Applicable Party, an Affiliated Entity, or an Affiliated Entity of an ApplicableParty during the five years before the date of such Applicable Party's or Affiliated Entity's contract orengagement in connection with the Matter:

a. bribed or attempted to bribe, or been convicted or adjudged guilty of bribery or attempting tobribe, a public officer or employee of the City, the State of Illinois, or any agency of the federalgovernment or of any state or local government in the United States of America, in that officer's oremployee's official capacity;

b. agreed or colluded with other bidders or prospective bidders, or been a party to any suchagreement, or been convicted or adjudged guilty of agreement or collusion among bidders orprospective bidders, in restraint of freedom of competition by agreement to bid a fixed price orotherwise; or

c. made an admission of such conduct described in a. or b. above that is a matter of record, but havenot been prosecuted for such conduct; or

d. violated the provisions of Municipal Code Section 2-92-610 (Living Wage Ordinance).

3. Neither the Disclosing Party, Affiliated Entity or Applicable Party, or any of their employees, officials,agents or partners, is barred from contracting with any unit of state or local government as a result ofengaging in or being convicted of (1) bid-rigging in violation of 720 ILCS 5/33E-3; (2) bid-rotating inviolation of 720 ILCS 5/33E-4; or (3) any similar offense of any state or of the United States of America thatcontains the same elements as the offense of bid-rigging or bid-rotating.

4. Neither the Disclosing Party nor any Affiliated Entity is listed on any of the following lists maintainedby the Office of Foreign Assets Control of the U.S. Department of the Treasury or the Bureau of Industry andSecurity of the U.S. Department of Commerce or their successors: the Specially Designated Nationals List,the Denied Persons List, the Unverified List, the Entity List and the Debarred List.

5. The Disclosing Party understands and shall comply with (1) the applicable requirements of theGovernmental Ethics Ordinance of the City, Title 2, Chapter 2-156 of the Municipal Code; and (2) all theapplicable provisions of Chapter 2-56 of the Municipal Code (Office of the Inspector General).

Page 92: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 7 of 13

6. If the Disclosing Party is unable to certify to any of the above statements in this Part B (FurtherCertifications), the Disclosing Party must explain below:

If the letters "NA," the word "None," or no response appears on the lines above, it will be conclusivelypresumed that the Disclosing Party certified to the above statements.

C. CERTIFICATION OF STATUS AS FINANCIAL INSTITUTION

For purposes of this Part C, under Municipal Code Section 2-32-455(b), the term "financial institution" means abank, savings and loan association, thrift, credit union, mortgage banker, mortgage broker, trust company, savingsbank, investment bank, securities broker, municipal securities broker, securities dealer, municipal securities dealer,securities underwriter, municipal securities underwriter, investment trust, venture capital company, bank holdingcompany, financial services holding company, or any licensee under the Consumer Installment Loan Act, the SalesFinance Agency Act, or the Residential Mortgage Licensing Act. However, "financial institution" specifically shallnot include any entity whose predominant business is the providing of tax deferred, defined contribution, pensionplans to public employees in accordance with Sections 403(b) and 457 of the Internal Revenue Code. (Additionaldefinitions may be found in Municipal Code Section 2-32-455(b).)

1. CERTIFICATION

The Disclosing Party certifies that the Disclosing Party (check one)

[ ] is [ ] is not

a "financial institution" as defined in Section 2-32-455(b) of the Municipal Code.

2. If the Disclosing Party IS a financial institution, then the Disclosing Party pledges:

"We are not and will not become a predatory lender as defined in Chapter 2-32 of the Municipal Code. Wefurther pledge that none of our affiliates is, and none of them will become, a predatory lender as defined inChapter 2-32 of the Municipal Code. We understand that becoming a predatory lender or becoming anaffiliate of a predatory lender may result in the loss of the privilege of doing business with the City."

If the Disclosing Party is unable to make this pledge because it or any of its affiliates (as defined in Section

Page 93: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 8 of 13

2-32-455(b) of the Municipal Code) is a predatory lender within the meaning of Chapter 2-32 of theMunicipalCode, explain here (attach additional pages if necessary):

If the letters "NA," the word "None," or no response appears on the lines above, it will be conclusivelypresumed that the Disclosing Party certified to the above statements.

D. CERTIFICATION REGARDING INTEREST IN CITY BUSINESS

Any words or terms that are defined in Chapter 2-156 of the Municipal Code have the same meanings when used inthis Part D.

1. In accordance with Section 2-156-110 of the Municipal Code: Does any official or employee of the Cityhave a financial interest in his or her own name or in the name of any other person or entity in the Matter?

[ ] Yes [ ] No

NOTE: If you checked "Yes" to Item D.1., proceed to Items D.2. and D.3. If you checked "No" to ItemD.1., proceed to Part E.

2. Unless sold pursuant to a process of competitive bidding, or otherwise permitted, no City electedofficial or employee shall have a financial interest in his or her own name or in the name of any other personor entity in the purchase of any property that (i) belongs to the City, or (ii) is sold for taxes or assessments, or(iii) is sold by virtue of legal process at the suit of the City (collectively, "City Property Sale"). Compensationfor property taken pursuant to the City's eminent domain power does not constitute a financial interest withinthe meaning of this Part D.

Does the Matter involve a City Property Sale?

[ ] Yes [ ] No

3. If you checked "Yes" to Item D.1., provide the names and business addresses of the City officials oremployees having such interest and identify the nature of such interest:

Name Business Address Nature of Interest

4. The Disclosing Party further certifies that no prohibited financial interest in the Matter will be acquiredby any City official or employee.

Page 94: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 9 of 13

E. CERTIFICATION REGARDING SLAVERY ERA BUSINESS

The Disclosing Party has searched any and all records of the Disclosing Party and any and all predecessor entitiesfor records of investments or profits from slavery, the slave industry, or slaveholder insurance policies from theslavery era (including insurance policies issued to slaveholders that provided coverage for damage to or injury ordeath of their slaves) and has disclosed in this EDS any and all such records to the City. In addition, the DisclosingParty must disclose the names of any and all slaves or slaveholders described in those records. Failure to complywith these disclosure requirements may make the Matter to which this EDS pertains voidable by the City.

Please check either 1. or 2. below. If the Disclosing Party checks 2., the Disclosing Party must disclose below or inan attachment to this EDS all requisite information as set forth in that paragraph 2.

____1. The Disclosing Party verifies that (a) the Disclosing Party has searched any and all records of theDisclosing Party and any and all predecessor entities for records of investments or profits from slavery, the slaveindustry, or slaveholder insurance policies, and (b) the Disclosing Party has found no records of investments orprofits from slavery, the slave industry, or slaveholder insurance policies and no records of names of any slaves orslaveholders.

____2. The Disclosing Party verifies that, as a result of conducting the search in step 1(a) above, the DisclosingParty has found records relating to investments or profits from slavery, the slave industry, or slaveholder insurancepolicies and/or the names of any slaves or slaveholders. The Disclosing Party verifies that the following constitutesfull disclosure of all such records:

SECTION VI -- CERTIFICATIONS FOR FEDERALLY-FUNDED MATTERS

NOTE: If the Matter is federally funded, complete this Section VI. If the Matter is not federally funded, proceedto Section VII.

A. CERTIFICATION REGARDING LOBBYING

1. List below the names of all persons or entities registered under the federal Lobbying Disclosure Act of1995 who have made lobbying contacts on behalf of the Disclosing Party with respect to the Matter: (Beginlist here, add sheets as necessary):

Page 95: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 10 of 13

(If no explanation appears or begins on the lines above, or if the letters "NA" or if the word "None" appear, itwill be conclusively presumed that the Disclosing Party means that NO persons or entities registered underthe Lobbying Disclosure Act of 1995 have made lobbying contacts on behalf of the Disclosing Party withrespect to the Matter.)

2. The Disclosing Party has not spent and will not expend any federally appropriated funds to pay anyperson or entity listed in Paragraph A.1. above for his or her lobbying activities or to pay any person or entityto influence or attempt to influence an officer or employee of any agency, as defined by applicable federallaw, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress, inconnection with the award of any federally funded contract, making any federally funded grant or loan,entering into any cooperative agreement, or to extend, continue, renew, amend, or modify any federallyfunded contract, grant, loan, or cooperative agreement.

3. The Disclosing Party will submit an updated certification at the end of each calendar quarter in whichthere occurs any event that materially affects the accuracy of the statements and information set forth inparagraphs A.1. and A.2. above.

If the Matter is federally funded and any funds other than federally appropriated funds have been or will bepaid to any person or entity for influencing or attempting to influence an officer or employee of any agency(as defined by applicable federal law), a member of Congress, an officer or employee of Congress, or anemployee of a member of Congress in connection with the Matter, the Disclosing Party must complete andsubmit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Theform may be obtained online from the federal Office of Management and Budget (OMB) web site athttp://www.whitehouse.gov/omb/grants/sflllin.pdf, linked on the pagehttp://www.whitehouse.gov/omb/grants/grants_forms.html.

4. The Disclosing Party certifies that either: (i) it is not an organization described in section 501(c)(4) ofthe Internal Revenue Code of 1986; or (ii) it is an organization described in section 501(c)(4) of the InternalRevenue Code of 1986 but has not engaged and will not engage in "Lobbying Activities".

5. If the Disclosing Party is the Applicant, the Disclosing Party must obtain certifications equal in formand substance to paragraphs A.1. through A.4. above from all subcontractors before it awards any subcontractand the Disclosing Party must maintain all such subcontractors' certifications for the duration of the Matterand must make such certifications promptly available to the City upon request.

B. CERTIFICATION REGARDING EQUAL EMPLOYMENT OPPORTUNITY

If the Matter is federally funded, federal regulations require the Applicant and all proposed subcontractors to submitthe following information with their bids or in writing at the outset of negotiations.

Page 96: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 11 of 13

Is the Disclosing Party the Applicant?

[ ] Yes [ ] No

If “Yes,” answer the three questions below:

1. Have you developed and do you have on file affirmative action programs pursuant to applicable federalregulations? (See 41 CFR Part 60-2.)

[ ] Yes [ ] No

2. Have you filed with the Joint Reporting Committee, the Director of the Office of Federal ContractCompliance Programs, or the Equal Employment Opportunity Commission all reports due under theapplicable filing requirements?

[ ] Yes [ ] No

3. Have you participated in any previous contracts or subcontracts subject to the equal opportunity clause?

[ ] Yes [ ] No

If you checked “No” to question 1. or 2. above, please provide an explanation:

SECTION VII -- ACKNOWLEDGMENTS, CONTRACT INCORPORATION, COMPLIANCE, PENALTIES,DISCLOSURE

The Disclosing Party understands and agrees that:

A. By completing and filing this EDS, the Disclosing Party acknowledges and agrees, on behalf of itself and thepersons or entities named in this EDS, that the City may investigate the creditworthiness of some or all of thepersons or entities named in this EDS.

B. The certifications, disclosures, and acknowledgments contained in this EDS will become part of any contractor other agreement between the Applicant and the City in connection with the Matter, whether procurement, Cityassistance, or other City action, and are material inducements to the City's execution of any contract or taking otheraction with respect to the Matter. The Disclosing Party understands that it must comply with all statutes,ordinances, and regulations on which this EDS is based.

C. The City's Governmental Ethics and Campaign Financing Ordinances, Chapters 2-156 and 2-164 of theMunicipal Code, impose certain duties and obligations on persons or entities seeking City contracts, work, business,or transactions. The full text of these ordinances and a training program is available on line atwww.cityofchicago.org/Ethics, and may also be obtained from the City's Board of Ethics, 740 N. Sedgwick St.,Suite 500, Chicago, IL 60610, (312) 744-9660. The Disclosing Party must comply fully with the applicableordinances.

Page 97: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 12 of 13

D. If the City determines that any information provided in this EDS is false, incomplete or inaccurate, anycontract or other agreement in connection with which it is submitted may be rescinded or be void or voidable, andthe City may pursue any remedies under the contract or agreement (if not rescinded, void or voidable), at law, or inequity, including terminating the Disclosing Party's participation in the Matter and/or declining to allow theDisclosing Party to participate in other transactions with the City. Remedies at law for a false statement of materialfact may include incarceration and an award to the City of treble damages.

E. It is the City's policy to make this document available to the public on its Internet site and/or upon request.Some or all of the information provided on this EDS and any attachments to this EDS may be made available to thepublic on the Internet, in response to a Freedom of Information Act request, or otherwise. By completing andsigning this EDS, the Disclosing Party waives and releases any possible rights or claims which it may have againstthe City in connection with the public release of information contained in this EDS and also authorizes the City toverify the accuracy of any information submitted in this EDS.

F. The information provided in this EDS must be kept current. In the event of changes, the Disclosing Partymust supplement this EDS up to the time the City takes action on the Matter. If the Matter is a contract beinghandled by the City’s Department of Procurement Services, the Disclosing Party must update this EDS as thecontract requires.

The Disclosing Party represents and warrants that:

G. The Disclosing Party has not withheld or reserved any disclosures as to economic interests in the DisclosingParty, or as to the Matter, or any information, data or plan as to the intended use or purpose for which the Applicantseeks City Council or other City agency action.

For purposes of the certifications in H.1. and H.2. below, the term "affiliate" means any person or entity that,directly or indirectly: controls the Disclosing Party, is controlled by the Disclosing Party, or is, with the DisclosingParty, under common control of another person or entity. Indicia of control include, without limitation: interlockingmanagement or ownership; identity of interests among family members; shared facilities and equipment; commonuse of employees; or organization of a business entity following the ineligibility of a business entity to do businesswith the federal government or a state or local government, including the City, using substantially the samemanagement, ownership, or principals as the ineligible entity.

H.1. The Disclosing Party is not delinquent in the payment of any tax administered by the Illinois Department ofRevenue, nor are the Disclosing Party or its affiliates delinquent in paying any fine, fee, tax or other charge owed tothe City. This includes, but is not limited to, all water charges, sewer charges, license fees, parking tickets, propertytaxes or sales taxes.

H.2 If the Disclosing Party is the Applicant, the Disclosing Party and its affiliates will not use, nor permit theirsubcontractors to use, any facility on the U.S. EPA's List of Violating Facilities in connection with the Matter forthe duration of time that such facility remains on the list.

Page 98: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Page 13 of 13

H.3 If the Disclosing Party is the Applicant, the Disclosing Party will obtain from any contractors/subcontractorshired or to be hired in connection with the Matter certifications equal in form and substance to those in H.1. andH.2. above and will not, without the prior written consent of the City, use any such contractor/subcontractor thatdoes not provide such certifications or that the Disclosing Party has reason to believe has not provided or cannotprovide truthful certifications.

NOTE: If the Disclosing Party cannot certify as to any of the items in H.1., H.2. or H.3. above, an explanatorystatement must be attached to this EDS.

CERTIFICATION

Under penalty of perjury, the person signing below: (1) warrants that he/she is authorized to execute this EDS on behalf ofthe Disclosing Party, and (2) warrants that all certifications and statements contained in this EDS are true, accurate andcomplete as of the date furnished to the City.

Date:(Print or type name of Disclosing Party)

By:

(sign here)

(Print or type name of person signing)

(Print or type title of person signing)

Signed and sworn to before me on (date) , by , at

County, (state).

Notary Public.

Commission expires: .

11/01/05 Version

Page 99: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

EXHIBIT 7

CONTRACT INSURANCE REQUIREMENTS AND INSURANCE CERTIFICATE

Page 100: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

PROFESSIONAL SERVICES INSURANCE REQUIREMENTSChicago Department of Human Services (CDHS)

Chicago Homeless Management Information System

Respondent must provide and maintain at Respondent's own expense, during the term of theAgreement and time period following expiration if Respondent is required to return and perform any ofthe Services or Additional Services under this Agreement, the insurance coverage and requirementsspecified below, insuring all operations related to the Agreement.

A. INSURANCE TO BE PROVIDED

1) Workers Compensation and Employers Liability

Workers Compensation Insurance, as prescribed by applicable law, covering all employeeswho are to provide a service under this Agreement and Employers Liability coverage with limitsof not less than $500,000 each accident, illness or disease.

2) Commercial General Liability (Primary and Umbrella)

Commercial General Liability Insurance or equivalent with limits of not less than$2,000,000 per occurrence for bodily injury, personal injury and property damage liability.Coverages must include the following: All premises and operations, products/completedoperations, separation of insureds, defense and contractual liability (with no limitationendorsement). The City of Chicago is to be named as an additional insured on a primary, non-contributory basis for any liability arising directly or indirectly from the Services.

Subcontractors performing Services for Respondent must maintain limits of not less than$1,000,000 with the same terms herein.

3) Automobile Liability (Primary and Umbrella)

When any motor vehicles (owned, non-owned and hired) are used in connection with Servicesto be performed, Respondent must provide Automobile Liability Insurance with limits of notless than $2,000,000 per occurrence for bodily injury and property damage. The City ofChicago is to be named as an additional insured on a primary, non-contributory basis.

Subcontractors performing Services for Respondent must maintain limits of not less than$1,000,000 with the same terms herein.

4) Error & Omissions/Professional Liability

When any system technicians, cyber engineers, project managers or EDP professionalsincluding but not limited to system programmers, hardware and software designers/consultantsor any other professional consultants perform Services in connection with this Agreement,Professional Liability Insurance covering acts, errors or omissions must be maintained withlimits of not less than $2,000,000. Coverage must include performance of or failure to performEDP, performance of or failure to perform other computer services and failure of softwareproduct to perform the function for the purpose intended. When policies are renewed or

Page 101: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

replaced, the policy retroactive date must coincide with, or precede, start of Services on theAgreement. A claims-made policy which is not renewed or replaced must have an extendedreporting period of two (2) years.

Subcontractors performing Services for Respondent must maintain limits of not less than$1,000,000 with the same terms herein.

5) Valuable Papers

When any plans, designs, drawings, specifications, media, data, reports, records, files andother documents are produced or used under this Agreement, Valuable Papers Insurancemust be maintained in an amount to insure against any loss whatsoever and must have limitssufficient to pay for the re-creation and reconstruction of such records.

6) All Risk Property/Installation Floater

All Risk Property/Installation Insurance must be maintained by the Respondent at replacementcost insuring loss or damage to City property including CDHS systems equipment, materials,parts and supplies that are part of the project during the course of design, development,installation, testing and while any property is at Respondent’s site. Coverage must include intransit, offsite, faulty workmanship or materials, testing and mechanical-electrical breakdown.The City of Chicago is to be named as an additional insured and loss payee.

Respondent is responsible for all loss or damage to City property at full replacement costincurred during installation, maintenance and/or repair of the CDHS system and variouscomponents including replacement parts, materials and/or supplies while in the care, custodyand control of Respondent or loss to any other City property as a result of the Agreement.

Respondent is responsible for all loss or damage to personal property (including but not limitedto materials, equipments, tools and supplies), owned, used, leased, or rented by Respondent.

B. ADDITIONAL REQUIREMENTS

Respondent must furnish the City of Chicago, Department of Procurement Services, City Hall, Room403, 121 North La Salle Street, Chicago, IL 60602, original Certificates of Insurance, or such similarevidence, to be in force on the date of this Agreement, and Renewal Certificates of Insurance, orsuch similar evidence, if the coverages have an expiration or renewal date occurring during the termof this Agreement. Respondent must submit evidence of insurance on the City of Chicago InsuranceCertificate Form (copy attached as Exhibit-) or equivalent prior to execution of Agreement. Thereceipt of any certificate does not constitute agreement by the City that the insurance requirements inthe Agreement have been fully met or that the insurance policies indicated on the certificate are incompliance with all Agreement requirements. The failure of the City to obtain certificates or otherinsurance evidence from Respondent is not a waiver by the City of any requirements for theRespondent to obtain and maintain the specified coverages. Respondent must advise all insurers ofthe Agreement provisions regarding insurance. Non-conforming insurance does not relieveRespondent of the obligation to provide insurance as specified in this Agreement. Non-fulfillment ofthe insurance conditions may constitute a violation of the Agreement, and the City retains the right tosuspend this Agreement until proper evidence of insurance is provided, or the Agreement may beterminated.

Page 102: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

The insurance must provide for 60 days prior written notice to be given to the City in the eventcoverage is substantially changed, canceled or non-renewed.

Any deductibles or self-insured retentions on referenced insurance coverages must be borne byRespondent.

Respondent hereby waives and agrees to require their insurers to waive their rights of subrogationagainst the City of Chicago, its employees, elected officials, agents, or representatives.

The coverages and limits furnished by Respondent in no way limit Respondent’s liabilities andresponsibilities specified within the Agreement or by law.

Any insurance or self-insurance programs maintained by the City of Chicago do not contribute withinsurance provided by Respondent under this Agreement.

The required insurance to be carried is not limited by any limitations expressed in the indemnificationlanguage in this Agreement or any limitation placed on the indemnity in this Agreement given as amatter of law.

If Respondent is a joint venture or limited liability company, the insurance policies must name the jointventure or limited liability company as a named insured.

Respondent must require all Subcontractors to provide the insurance required in this Agreement, orRespondent may provide the coverages for Subcontractors. All Subcontractors are subject to thesame insurance requirements of Respondent unless otherwise specified in this Agreement.

If Respondent or Subcontractors desire additional coverages, the party desiring the additionalcoverages is responsible for the acquisition and cost.

The City of Chicago Risk Management Department maintains the right to modify, delete, alter orchange these requirements.

Human Services –Chicago Homeless Information System (CHIS) 04/23/2008

Page 103: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

INSURANCE CERTIFICATE OF COVERAGEName Insured: Specification #:

Address (Street): RFP:

(City/State/Zip) Project #:

Contract #:

Description of Operation/Location:

The insurance policies and endorsements indicated below have been issued to the designated named insured with the policy limits as set forth hereincovering the operation described within the contract involving the named insured and the City of Chicago. The Certificate issuer agrees that in the eventof cancellation, non-renewal or material change involving the indicated policies, the issuer will provide at least sixty (60) days prior written notice of suchchange to the City of Chicago at the address shown on this Certificate. This certificate is issued to the City of Chicago in consideration of the contractentered into with the named insured, and it is mutually understood that the City of Chicago relies on this certificate as a basis for continuing suchagreement with the named insured:

Type of Insurance Insurer NamePolicy

NumberExpiration

DateLimits of Liability

All Limits in Thousands

General Liability

Claims made [ ] Occurrence

Premise-Operations

Explosion/Collapse Underground CSL Per Occurrence $

Products/Completed-Operations

Blanket Contractual

Broad Form Property Damage General Aggregate $

Independent Contractors

Personal Injury

PollutionProducts/CompletedOperations Aggregate $

Automobile Liability CSL Per Occurrence $

Excess Liability

Umbrella Liability

Each Occurrence

$

Worker’s Compensation and Employer’sLiability

Statutory/IllinoisEmployers Liability $

Builders Risk/Course of Construction Amount of Contract

Professional Liability $

Owner Contractors Protective $

Other $

a. Each Insurance policy required by this agreement, excepting policies for worker’s compensation and professional liability, will read:“The City of Chicago is an additional insured as respects operations and activities of, or on behalf of the named insured, performed undercontract with or permit from the City of Chicago.”

b. The General, Automobile and Excess/Umbrella Liability Policies described provide for severability of Interest (cross liability) applicable tothe named insured and the City.

c. Workers Compensation and Property Insurers shall waive all rights of subrogation against the City of Chicago.

d. The receipt of this certificate by the City does not constitute agreement by the City that the insurance requirements in the contract havebeen fully met, or that the insurance policies indicated by this certificate are in compliance with all contract requirements.

Name and Address of Certificate Holder and Recipient of Notice

Signature of Authorized Rep

Agency/Company:

Address

Certificate Holder/Additional Insured

City of ChicagoProcurement Department121 N. LaSalle St., #403Chicago, IL 60602 Telephone

For City use only

Name of City Department requesting certificate: (Using Dept.)

Address: ZIP Code: Attention:

Page 104: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Exhibit 8Homeless Management Information System (HMIS)

Acronyms & Terms

Acronyms

AIRS - Alliance of Information & Referral Systems

AHAR - Annual Homeless Assessment Report

APR - Annual Progress Report

CHO - Covered Homeless Organization

CoC - Continuum of Care

DOB - Date of Birth

DV - Domestic Violence

ESG - Emergency Shelter Grants

FIPS - Federal Information Processing Standards Codes for states, counties, & named populated

places.

HIPAA - Health Insurance Portability and Accountability Act of 1996

HMIS - Homeless Management Information System

HUD - U.S. Department of Housing and Urban Development

I&R - Information and Referral

MH - Mental Health

NOFA - Notice of Funding Availability

PIT - Point in Time

PKI - Public Key Infrastructure

PPI - Personal Protected Information

S+C - Shelter Plus Care (McKinney Vento Program)

SA - Substance Abuse

SHP - Supportive Housing Program

SRO - Single Room Occupancy

SuperNOFA - Super Notice of Funding Availability.

SSN - Social Security Number

SSI - Supplemental Security Income

SSO - Supportive Services Only

TA - Technical Assistance

TANF - Temporary Assistance for Needy Families

VAWA - Violence Against Women Act

XML - Extensible Markup Language

Page 105: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

TermsAlliance of Information and Referral Systems (AIRS) -The professional association for over 1,000community information and referral (I&R) providers serving primarily the United States andCanada. AIRS maintains a taxonomy of human services.

Annual Progress Report (APR) - report that tracks program progress and accomplishments inHUD`s competitive homeless assistance programs. The APR provides the grantee and HUD withinformation necessary to assess each grantee`s performance.

Audit Trail - A record showing who has accessed a computer system and what operations he orshe has performed during a given period of time. Most database management systems includean audit trail component.

Bed Utilization - An indicator of whether shelter beds are occupied on a particular night orover a period of time.

Biometrics - refers to the identification of a person by computerized images of a physical feature,usually a person`s fingerprint.

Chronic homelessness - HUD defines a chronically homeless person as an unaccompaniedhomeless individual with a disabling condition who has either been continuously homeless for ayear or more OR has had at least four (4) episodes of homelessness in the past three (3) years.To be considered chronically homeless, persons must have been sleeping in a place not meantfor human habitation (e.g., living on the streets) and/or in an emergency homeless shelter duringthat time.

Client Intake - The process of collecting client information upon entrance into a program.

Consumer - An individual or family who has or is currently is experiencing homelessness.

Continuum of Care (CoC) - A community with a unified plan to organize and deliver housing andservices to meet the specific needs of people who are homeless as they move to stable housingand maximize self-sufficiency. HUD funds many homeless programs and HMIS implementationsthrough Continuums of Care grants.

Coverage - A term commonly used by CoCs or homeless providers. It refers to the number ofbeds represented in an HMIS divided by the total number of beds available.

Covered Homeless Organization (CHO)- Any organization (including its employees, volunteers,affiliates, contractors, and associates) that records, uses or processes data on homeless clientsfor an HMIS. The requirements of the HMIS Final Notice apply to all Covered HomelessOrganizations.

Data Quality - The accuracy and completeness of all information collected and reported to theHMIS.

Data Standards - See HMIS Data and Technical Standards Final Notice.

De-identification - The process of removing or altering data in a client record that could be used toidentify the person. This technique allows research, training, or other non-clinical applications touse real data without violating client privacy.

Page 106: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Digital Certificates - An attachment to an electronic message used for security purposes. Themost common use of a digital certificate is to verify that a user is sending a message is who he orshe claims to be and to provide the receiver with the means to encode a reply.

Disabling Condition - A disabling condition in reference to chronic homelessness is defined byHUD as a diagnosable substance use disorder, serious mental illness, developmental disability,or chronic physical illness or disability, including the co-occurrence of two or more of theseconditions. A disabling condition limits an individual`s ability to work or perform one or moreactivities of daily living.

Emergency Shelter - Any facility whose primary purpose is to provide temporary shelter for thehomeless in general or for specific populations of the homeless.

Emergency Shelter Grant (ESG) - A federal grant program designed to help improve the quality ofexisting emergency shelters for the homeless, to make available additional shelters, to meet thecosts of operating shelters, to provide essential social services to homeless individuals, and tohelp prevent homelessness.

Encryption - Conversion of plain text into unreadable data by scrambling it using a code thatmasks the meaning of the data to any unauthorized viewer. Computers encrypt data by usingalgorithms or formulas. Encrypted data are not readable unless they are converted back into plaintext via decryption.

Final Notice - See HMIS Data and Technical Standards Final Notice

Hashing - The process of producing hashed values for accessing data or for security. A hashedvalue is a number or series of numbers generated from input data. The hash is generated by aformula in such a way that it is extremely unlikely that some other text will produce the same hashvalue or that data can be converted back to the original text. Hashing is often used to checkwhether two texts are identical. For the purposes of Homeless Management Information Systemsit can be used to compare whether client records contain the same information without identifyingthe clients.

Homeless Management Information System (HMIS) - Computerized data collection tool designedto capture client-level information over time on the characteristics and service needs of men,women, and children experiencing homelessness.

HMIS Data and Technical Standards Final Notice - Regulations issued by HUD via the FederalRegister describing the requirements for implementing HMIS. The HMIS Final Notice containsrules about who needs to participate in HMIS, what data to collect, and how to protect clientinformation.

Inferred Consent - Once clients receive an oral explanation of HMIS, consent is assumed for dataentry into HMIS. The client must be a person of age, and in possession of all his/her faculties (forexample, not mentally ill).

Informed Consent - A client is informed of options of participating in an HMIS system and thenspecifically asked to consent. The individual needs to be of age and in possession of all of hisfaculties (for example, not mentally ill), and his/her judgment not impaired at the time ofconsenting (by sleep, illness, intoxication, alcohol, drugs or other health problems, etc.).

Information and Referral - A process for obtaining information about programs and servicesavailable and linking individuals to these services. These services can include emergency food

Page 107: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

pantries, rental assistance, public health clinics, childcare resources, support groups, legal aid,and a variety of non-profit and governmental agencies. An HMIS usually includes features tofacilitate information and referral.

McKinney-Vento Act - The McKinney-Vento Homeless Assistance Act was signed into law byPresident Ronald Reagan on July 22, 1987. The McKinney-Vento Act funds numerous programsproviding a range of services to homeless people, including the Continuum of Care Programs: theSupportive Housing Program, the Shelter Plus Care Program, and the Single Room OccupancyProgram, as well as the Emergency Shelter Grant Program.

Notice of Funding Availability - An announcement of funding available for a particular program oractivity. See also SuperNOFA.

Penetration Testing - The process of probing a computer system with the goal of identifyingsecurity vulnerabilities in a network and the extent to which outside parties might exploit them.

Permanent Supportive Housing - Long term, community based housing that has supportiveservices for homeless persons with disabilities. This type of supportive housing enables specialneeds populations to live independently as possible in a permanent setting. Permanent housingcan be provided in one structure or in several structures at one site or in multiple structures atscattered sites.

Point in Time Inventory - A calculation of the numbers of beds in a region on one particular night.

Point in Time Count - A snapshot of the homeless population taken on a given day. Since 2005,HUD requires all CoC applicants to complete this count every other year in the last week ofJanuary. This count includes a street count in addition to a count of all clients in emergency andtransitional beds.

Privacy Notice - A written, public statement of an agency�s privacy practices. A notice informsclients of how personal information is used and disclosed. According to the HMIS Data andTechnical Standard, all covered homeless organizations must have a privacy notice.

Program Data Elements - Data elements required for programs that receive funding under theMcKinney-Vento Homeless Assistance Act and complete the Annual Progress Reports (APRs).

Public Keys - Public keys are included in digital certificates and contain information that a sendercan use to encrypt information such that only a particular key can read. The recipient can alsoverify the identity of the sender through the sender`s public key.

Scan Cards - Some communities use ID cards with bar codes to reduce intake time byelectronically scanning ID cards to register clients in a bed for a night. These ID cards arecommonly referred to as scan cards.

Single Room Occupancy - A residential property that includes multiple single room dwelling units.Each unit is for occupancy by a single eligible individual. The unit need not, but may, contain foodpreparation or sanitary facilities, or both. It provides rental assistance on behalf of homelessindividuals in connection with moderate rehabilitation of SRO dwellings.

Shelter Plus Care Program - A program that provides grants for rental assistance for homelesspersons with disabilities through four component programs: Tenant, Sponsor, Project, and SingleRoom Occupancy (SRO) Rental Assistance.

Page 108: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

Super Notice of Funding Availability - The consolidation of all HUD`s homeless grants programinto one Notice of funding availability. The SuperNOFA funds the Continuum of Care Competition.

Supportive Housing Program - A program that provides housing, including housing units andgroup quarters that has a supportive environment and includes a planned service component.

Supportive Services - Services that may assist homeless participants in the transition from thestreets or shelters into permanent or permanent supportive housing, and that assist persons withliving successfully in housing.

Transitional Housing - A project that has its purpose facilitating the movement of homelessindividuals and families to permanent housing within a reasonable amount of time (usually 24months).

Unduplicated Count - The number of people who are homeless within a specified location andtime period. An unduplicated count ensures that individuals are counted only once regardless ofthe number of times they entered or exited the homeless system or the number of programs inwhich they participated. Congress directed HUD to develop a strategy for data collection onhomelessness so that an unduplicated count of the homeless at the local level could beproduced.

Universal Data Elements - Data required to be collected from all clients serviced by homelessassistance programs using an HMIS. These data elements include date of birth, gender, race,ethnicity, veteran`s status, and Social Security Number (SSN). These elements are needed forCoCs to understand the basic dynamics of homelessness in their community and for HUD tomeet the Congressional directive.

Written Consent - Written consent embodies the element of informed consent in a written form. Aclient completes and signs a document consenting to an understanding of the options and risks ofparticipating or sharing data in an HMIS system. The signed document is then kept on file at theagency.

Page 109: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

i

EXHIBIT 9Table of Content: City of Chicago Standard Contract Terms & Conditions

1. Deliverables .................................................................................................................................... 12. Standard of Performance ................................................................................................................ 13. Personnel........................................................................................................................................ 14. Minority and Women's Business Enterprises Commitment............................................................... 35. Indemnification................................................................................................................................ 36. Ownership of Documents ................................................................................................................ 37. Records and Audits ......................................................................................................................... 38. Confidentiality ................................................................................................................................. 49. Assignments and Subcontracts ....................................................................................................... 510. Term of Performance ...................................................................................................................... 511. Timeliness of Performance.............................................................................................................. 512. Agreement Extension Option........................................................................................................... 613. Basis of Payment ............................................................................................................................ 614. Method of Payment ......................................................................................................................... 615. Funding........................................................................................................................................... 616. Non-Appropriation ........................................................................................................................... 617. Subcontractor Payments ................................................................................................................. 618. Disputes.......................................................................................................................................... 619. Compliance with All Laws Generally ................................................................................................ 620. Nondiscrimination............................................................................................................................ 721. Inspector General............................................................................................................................ 722. MacBride Ordinance........................................................................................................................ 823. Business Relationships with Elected Officials .................................................................................. 824. Chicago "Living Wage" Ordinance ................................................................................................... 825. Warranties and Representations ..................................................................................................... 926. Ethics.............................................................................................................................................. 927. Joint and Several Liability.............................................................................................................. 1028. Business Documents..................................................................................................................... 1029. Conflicts of Interest ....................................................................................................................... 1030. Non-Liability of Public Officials ...................................................................................................... 1031. EDS / Certification Regarding Suspension and Debarment ............................................................ 1032. Events of Default Defined.............................................................................................................. 1133. Remedies...................................................................................................................................... 1134. Early Termination .......................................................................................................................... 1235. Suspension ................................................................................................................................... 1236. Right to Offset ............................................................................................................................... 1337. Entire Agreement .......................................................................................................................... 1338. Counterparts ................................................................................................................................. 1339. Amendments................................................................................................................................. 1340. Governing Law and Jurisdiction..................................................................................................... 1441. Severability ................................................................................................................................... 1442. Assigns ......................................................................................................................................... 1443. Cooperation .................................................................................................................................. 1444. Waiver .......................................................................................................................................... 1445. Independent Contractor................................................................................................................. 1446. Electronic Ordering and Invoices ................................................................................................... 1547. Participation by Other Local Government Agencies ....................................................................... 1548. Environmental Warranties and Representations ............................................................................ 1549. Firms Owned or Operated by Individuals with Disabilities .............................................................. 1550. Deemed Inclusion ......................................................................................................................... 1551. Authority ....................................................................................................................................... 1652. Definitions ..................................................................................................................................... 16

Page 110: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

1

CITY OF CHICAGO GENERAL TERMS AND CONDITIONS*

Page 111: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

2

1. Deliverables

In carrying out its Services, Contractor must prepare orprovide to the City various Deliverables. "Deliverables"include work product, such as written reviews,recommendations, reports and analyses, produced byContractor for the City.

The City may reject Deliverables that do not includerelevant information or data, or do not include alldocuments or other materials specified in thisAgreement or reasonably necessary for the purpose forwhich the City made this Agreement or for which theCity intends to use the Deliverables. If the Citydetermines that Contractor has failed to comply with theforegoing standards, it has 30 days from the discoveryto notify Contractor of its failure. If Contractor does notcorrect the failure, if it is possible to do so, within 30days after receipt of notice from the City specifying thefailure, then the City, by written notice, may treat thefailure as a default of this Agreement under the defaultsection.

Partial or incomplete Deliverables may be accepted forreview only when required for a specific and well-defined purpose for the benefit of the City and whenconsented to in advance by the City. Such Deliverableswill not be considered as satisfying the requirements ofthis Agreement and partial or incomplete Deliverables inno way relieve Contractor of its obligations under thisAgreement.

2. Standard of Performance

Contractor must perform all Services required of it underthis Agreement with that degree of skill, care anddiligence normally shown by a contractor performingservices of a scope and purpose and magnitudecomparable with the nature of the Services to beprovided under this Agreement. Contractoracknowledges that it is entrusted with or has access tovaluable and confidential information and records of theCity and with respect to that information; Contractoragrees to be held to the standard of care of a fiduciary.Any review, approval, acceptance of Services orDeliverables or payment for any of the Services by theCity does not relieve Contractor of its responsibility forthe professional skill and care and technical accuracy ofits Services and Deliverables. This provision in no waylimits the City's rights against Contractor under thisAgreement, at law or in equity.

Contractor must be appropriately licensed to performthe Services, if required by law, and must ensure that allServices that require the exercise of professional skillsor judgment are accomplished by professionals qualifiedand competent in the applicable discipline andappropriately licensed as may be required by law.Contractor must provide copies of any such licenses.Contractor remains responsible for the professional andtechnical accuracy of all Services or Deliverablesfurnished, whether by Contractor or its Subcontractors

or others on its behalf. All Deliverables must beprepared in a form and content satisfactory to theDepartment and delivered in a timely manner consistentwith the requirements of this Agreement.

If Contractor fails to comply with the foregoingstandards, Contractor must, at the City’s option, performagain, at its own expense, all Services required to be re-performed as a direct or indirect result of that failure,unless the reason is failure to have and maintainrequired licensure. See the subsection in thisAgreement regarding failure to comply with licensurerequirements.

3. Personnel

i) Adequate Staffing

Contractor must, upon receiving a fully executedcopy of this Agreement, assign and maintain duringthe term of this Agreement and any extension of itan adequate staff of competent personnel that isfully equipped, licensed as appropriate, available asneeded, qualified and assigned exclusively toperform the Services. Contractor must includeamong its staff the Key Personnel and positions asidentified below. The level of staffing may berevised from time to time by notice in writing fromContractor to the City and with prior written consentof the City.

ii) Key Personnel

Contractor must not reassign or replace KeyPersonnel without the written consent of the City."Key Personnel" means those job titles and thepersons assigned to those positions in accordancewith the provisions of this section. The Departmentmay at any time in writing notify Contractor that theCity will no longer accept performance of Servicesunder this Agreement by one or more KeyPersonnel listed. Upon that notice Contractor mustimmediately suspend the key person or personsfrom performing Services under this Agreement andmust replace him or them in accordance with theterms of this Agreement. Key Personnel, if any, areidentified in Exhibit _.

iii) Salaries and Wages

Contractor and Subcontractors must pay all salariesand wages due all employees performing Servicesunder this Agreement unconditionally and at leastonce a month without deduction or rebate on anyaccount, except only for those payroll deductionsthat are mandatory by law or are permitted underapplicable law and regulations. If in theperformance of this Agreement Contractorunderpays any such salaries or wages, theComptroller for the City may withhold, out ofpayments due to Contractor, an amount sufficient topay to employees underpaid the difference between

Page 112: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

3

the salaries or wages required to be paid under thisAgreement and the salaries or wages actually paidthese employees for the total number of hoursworked. The amounts withheld may be disbursedby the Comptroller for and on account of Contractorto the respective employees to whom they are due.The parties acknowledge that this section is solelyfor the benefit of the City and that it does not grantany third party beneficiary rights.

4. Minority and Women's Business EnterprisesCommitment

In the performance of this Agreement, including theprocurement and lease of materials or equipment,Contractor must abide by the minority and women'sbusiness enterprise commitment requirements of theMunicipal Code of Chicago (AMunicipal Code@), '' 2-92-420 et seq. (1990), except to the extent waived by theChief Procurement Officer and the Special ConditionsRegarding MBE/WBE Commitment set forth in Exhibit_. Contractor's completed Schedules C-1 and D-1 inExhibit _, evidencing its compliance with thisrequirement, are a part of this Agreement, uponacceptance by the Chief Procurement Officer.Contractor must utilize minority and women's businessenterprises at the greater of the amounts listed in thoseSchedules C-1 and D-1 or the percentages listed inthem as applied to all payments received from the City.

5. Indemnification

(a) Contractor must defend, indemnify, and holdharmless the City, its officers, representatives, electedand appointed officials, agents and employees from andagainst any and all Losses, including those related to:

(i) injury, death or damage of or to any person orproperty;

(ii) any infringement or violation of any propertyright (including any patent, trademark or copyright);

(iii) Contractor’s failure to perform or cause to beperformed Contractor’s promises and obligations asand when required under this Agreement, includingContractor’s failure to perform its obligations to anySubcontractor;

(iv) the City’s exercise of its rights and remediesunder the remedies section of this Agreement; and

(v) injuries to or death of any employee ofContractor or any Subcontractor under any workerscompensation statute.

(b) "Losses" means, individually and collectively,liabilities of every kind, including losses, damages andreasonable costs, payments and expenses (such as, butnot limited to, court costs and reasonable attorneys' feesand disbursements), claims, demands, actions, suits,proceedings, judgments or settlements, any or all of

which in any way arise out of or relate to Contractor’sbreach of this Agreement or to Contractor’s negligent orotherwise wrongful acts or omissions or those of itsofficers, agents, employees, consultants,Subcontractors or licensees.

(c) At the City Corporation Counsel’s option,Contractor must defend all suits brought upon all suchLosses and must pay all costs and expenses incidentalto them, but the City has the right, at its option, toparticipate, at its own cost, in the defense of any suit,without relieving Contractor of any of its obligationsunder this Agreement. Any settlement must be madeonly with the prior written consent of the CityCorporation Counsel, if the settlement requires anyaction on the part of the City.

(d) To the extent permissible by law, Contractor waivesany limits to the amount of its obligations to defend,indemnify, hold harmless, or contribute to any sums dueunder any Losses, including any claim by any employeeof Contractor that may be subject to the WorkersCompensation Act, 820 ILCS 305/1 et seq. or any otherrelated law or judicial decision (such as, Kotecki v.Cyclops Welding Corporation, 146 Ill. 2d 155 (1991)).The City, however, does not waive any limitations it mayhave on its liability under the Illinois WorkersCompensation Act, the Illinois Pension Code, any otherstatute or judicial decision.

(e) The indemnities in this section survive expiration ortermination of this Agreement for matters occurring orarising during the term of this Agreement or as the resultof or during Contractor’s performance of Servicesbeyond the term. Contractor acknowledges that therequirements set forth in this section to defend,indemnify, and hold harmless the City are apart fromand not limited by the Contractor's duties under thisAgreement, including the insurance requirements inExhibit _ of this Agreement.

6. Ownership of Documents

All Deliverables, data, findings or information in anyform prepared, assembled or encountered by orprovided to Contractor under this Agreement areproperty of the City, including, all copyrights inherent inthem or their preparation. During performance of itsServices, Contractor is responsible for any loss ordamage to the Deliverables, data, findings orinformation while in Contractor's or any Subcontractor'spossession. Any such lost or damaged Deliverables,data, findings or information must be restored at theexpense of Contractor. If not restorable, Contractormust bear the cost of replacement and of any losssuffered by the City on account of the destruction, asprovided in the indemnification section of thisAgreement.

7. Records and Audits

(a) Records

Page 113: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

4

(i) Contractor must deliver or cause to be delivered tothe City all documents, including all Deliverablesprepared for the City under the terms of this Agreement,promptly in accordance with the time limits prescribed inthis Agreement, and if no time limit is specified, thenupon reasonable demand for them or upon terminationor completion of the Services under this Agreement. IfContractor fails to make such delivery upon demand,then Contractor must pay to the City any damages theCity may sustain by reason of Contractor’s failure.

(ii) Contractor must maintain any such recordsincluding Deliverables not delivered to the City ordemanded by the City for a period of 5 years after thefinal payment made in connection with this Agreement.Contractor must not dispose of such documentsfollowing the expiration of this period without notificationof and written approval from the City in accordance withthe notice section of this Agreement.

(b) Audits

(i) Contractor and any of Contractor's Subcontractorsmust furnish the Department with all informationthat may be requested pertaining to the performanceand cost of the Services. Contractor must maintainrecords showing actual time devoted and costs incurred.Contractor must keep books, documents, papers,records and accounts in connection with the Servicesopen to audit, inspection, copying, abstracting andtranscription and must make these records available tothe City and any other interested governmental agency,at reasonable times during the performance of itsServices.

(ii) To the extent that Contractor conducts anybusiness operations separate and apart from theServices required under this Agreement using, forexample, personnel, equipment, supplies or facilitiesalso used in connection with this Agreement, thenContractor must maintain and make similarly availableto the City detailed records supporting Contractor'sallocation to this Agreement of the costs and expensesattributable to any such shared usages.

(iii) Contractor must maintain its books, records,documents and other evidence and adopt accountingprocedures and practices sufficient to reflect properly allcosts of whatever nature claimed to have been incurredand anticipated to be incurred for or in connection withthe performance of this Agreement. This system ofaccounting must be in accordance with generallyaccepted accounting principles and practices,consistently applied throughout.

(iv) No provision in this Agreement granting the City aright of access to records and documents is intended toimpair, limit or affect any right of access to such recordsand documents which the City would have had in theabsence of such provisions.

(v) The City may in its sole discretion audit the recordsof Contractor or its Subcontractors, or both, at any timeduring the term of this Agreement or within five yearsafter the Agreement ends, in connection with the goods,work, or Services provided under this Agreement. Eachcalendar year or partial calendar year is considered anAaudited period.@ If, as a result of any such audit, it isdetermined that Contractor or any of its Subcontractorshas overcharged the City in the audited period, the Citywill notify Contractor. Contractor must then promptlyreimburse the City for any amounts the City has paidContractor due to the overcharges and also some or allof the cost of the audit, as follows:

A. If the audit has revealed overcharges to the Cityrepresenting less than 5% of the total value, basedon the Agreement prices, of the goods, work, orServices provided in the audited period, then theContractor must reimburse the City for 50% of thecost of the audit and 50% of the cost of eachsubsequent audit that the City conducts;

B. If, however, the audit has revealed overcharges tothe City representing 5% or more of the total value,based on the Agreement prices, of the goods, work,or Services provided in the audited period, thenContractor must reimburse the City for the full costof the audit and of each subsequent audit.

Failure of Contractor to reimburse the City inaccordance with subsection A or B above is an event ofdefault under the default section of this Agreement, andContractor will be liable for all of the City’s costs ofcollection, including any court costs and attorneys= fees.

8. Confidentiality

(a) All Deliverables and reports, data, findings orinformation in any form prepared, assembled orencountered by or provided by Contractor under thisAgreement are property of the City and are confidential,except as specifically authorized in this Agreement or asmay be required by law. Contractor must not allow theDeliverables to be made available to any otherindividual or organization without the prior writtenconsent of the City. Further, all documents and otherinformation provided to Contractor by the City areconfidential and must not be made available to anyother individual or organization without the prior writtenconsent of the City. Contractor must implement suchmeasures as may be necessary to ensure that its staffand its Subcontractors are bound by the confidentialityprovisions in this Agreement.

(b) Contractor must not issue any publicity newsreleases or grant press interviews, and except as maybe required by law during or after the performance ofthis Agreement, disseminate any information regardingits Services or the project to which the Services pertainwithout the prior written consent of the Commissioner.

Page 114: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

5

(c) If Contractor is presented with a request fordocuments by any administrative agency or with asubpoena duces tecum regarding any records, data ordocuments which may be in Contractor's possession byreason of this Agreement, Contractor must immediatelygive notice to the Commissioner and the CorporationCounsel for the City with the understanding that the Citywill have the opportunity to contest such process by anymeans available to it before the records, data ordocuments are submitted to a court or other third party.Contractor, however, is not obligated to withhold thedelivery beyond the time ordered by a court oradministrative agency, unless the subpoena or requestis quashed or the time to produce is otherwiseextended.

(d) HIPAA and AIDS Confidentiality Act. To the extentnot defined here the capitalized terms below and inAttachment A will have the same meaning as set forthin the Health Insurance Portability and AccountabilityAct (Act). See 45 CFR parts 160, 162 and 164.Contractor and all its Subcontractors must comply withthe Act and all rules and regulations applicable to itincluding the Privacy Rule, which sets forth theStandards for Privacy of Individually Identifiable HealthInformation at 45 CFR part 160 and part 164 subparts Aand E; the Standards for Electronic Transactions, whichare located at 45 CFR parts 160 and 162 and theSecurity Standards, which are located at 45 CFR parts160, 162 and 164. Contractor must also comply withthe Illinois AIDS Confidentiality Act (410 ILCS 305/1through 16) and the rules and regulations of the IllinoisDepartment of Public Health promulgated under it. IfContractor fails to comply with the applicable provisionsunder the ACT or the Illinois AIDS Confidentiality Act,such failure will constitute an event of default under thisAgreement for which no opportunity for cure will beprovided.

Additionally, if Contractor is a Business Associate itmust comply with all requirements of the Act applicableto Business Associates including the provisionscontained in Attachment A.

9. Assignments and Subcontracts.

Contractor must not assign, delegate or otherwisetransfer all or any part of its rights or obligations underthe Agreement or any part of it, unless otherwiseprovided for in the Agreement or without the expresswritten consent of the Chief Procurement Officer and theDepartment. The absence of such a provision or writtenconsent voids the attempted assignment, delegation ortransfer and is of no effect as to the Services or theAgreement. No approvals given by the ChiefProcurement Officer operate to relieve Contractor of anyof its obligations or liabilities under the Agreement.

All subcontracts and all approvals of Subcontractorsare, regardless of their form, considered conditionedupon performance by the Subcontractor in accordancewith the terms and conditions of the Agreement. If any

Subcontractor fails to observe or perform the terms andconditions of the Agreement to the satisfaction of theDepartment, the City has the absolute right upon writtennotification to immediately rescind approval and torequire the performance of the Agreement by Contractorpersonally or through any other City-approvedSubcontractor. Any approval for the use ofSubcontractors in the performance of the Servicesunder the Agreement under no circumstances operatesto relieve Contractor of any of its obligations or liabilitiesunder the Agreement.

Contractor, upon entering into any agreement with aSubcontractor, must furnish the Chief ProcurementOfficer and the Department with a copy of itsagreement. All subcontracts must contain provisionsthat require the Services be performed in strictaccordance with the requirements of the Agreement,provide that the Subcontractors are subject to all theterms of the Agreement and are subject to the approvalof the Department and the Chief Procurement Officer. Ifthe agreements do not prejudice any of the City's rightsunder the Agreement, such agreements may containdifferent provisions than are provided in the Agreementwith respect to extensions of schedule, time ofcompletion, payments, guarantees and matters notaffecting the quality of the Services.

Contractor must not transfer or assign any funds orclaims due or to become due under the Agreementwithout the prior written approval of the ChiefProcurement Officer. The attempted transfer orassignment of any funds, either in whole or in part, orany interest in them, which are due or to become due toContractor under the Agreement, without such priorwritten approval, has no effect upon the City.

Under the Municipal Code of Chicago, ch. 2-92, Section2-92-245, the Chief Procurement Officer may makedirect payments to Subcontractors for Servicesperformed under the Agreement. Any such paymenthas the same effect as if the City had paid Contractorthat amount directly. Such payment by the City toContractor's Subcontractor under no circumstancesoperates to relieve Contractor of any of its obligations orliabilities under the Agreement. This section is solely forthe benefit of the City and does not grant any third partybeneficiary rights.

The City expressly reserves the right to assign orotherwise transfer all or any part of its interests underthis Agreement to any successor.

10. Term of Performance

The Agreement takes effect as of the date in thepreamble and continues until oruntil the Agreement is terminated in accordance with itsterms, whichever occurs first.

11. Timeliness of Performance

Page 115: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

6

(a) Contractor must provide the Services andDeliverables within the term and within the time limitsrequired under the Agreement. Further, Contractoracknowledges that TIME IS OF THE ESSENCE andthat the failure of Contractor to comply with the timelimits described in this section may result ineconomic or other losses to the City.

(b) Neither Contractor nor Contractor’s agents,employees or Subcontractors are entitled to anydamages from the City, nor is any party entitled to bereimbursed by the City, for damages, charges or otherlosses or expenses incurred by Contractor by reason ofdelays or hindrances in the performance of theServices, whether or not caused by the City.

12. Agreement Extension Option

The Chief Procurement Officer may at any time beforethis Agreement expires elect to extend this Agreementfor up to 2 years, under the same terms and conditionsas this original Agreement, by written amendmentsigned by both parties.

13. Basis of Payment

The City will pay Contractor according to the Scheduleof Compensation in the attached Exhibit for thecompletion of the Services in accordance with thisAgreement, including the standard of performance inSection __.

14. Method of Payment

Contractor must submit monthly invoices to the City forcosts billed, as outlined in the Schedule ofCompensation in Exhibit __. The invoices must be insuch detail as the City requests. The City will processpayment within 60 days after receipt of invoices and allsupporting documentation necessary for the City toverify the Services provided under this Agreement.

15. Funding

The source of funds for payments under this Agreementis Fund number . Payments under thisAgreement must not exceed $ without awritten amendment in accordance with Section 39.Funding for this Agreement is subject to the availabilityof funds and their appropriation by the City Council ofthe City.

16. Non-Appropriation

If no funds or insufficient funds are appropriated andbudgeted in any fiscal period of the City for payments tobe made under the Agreement, then the City will notifyContractor in writing of that occurrence, and theAgreement will terminate on the earlier of the last day ofthe fiscal period for which sufficient appropriation wasmade or whenever the funds appropriated for paymentunder the Agreement are exhausted. Payments for

Services completed to the date of notification will bemade to Contractor. No payments will be made or dueto Contractor and under the Agreement beyond thoseamounts appropriated and budgeted by the City to fundpayments under the Agreement.

17. Subcontractor Payments

Consultant must submit a status report of Subcontractorpayments with each invoice for the duration of theAgreement on the “Subcontractor Payment Certification”form required by the City. The form can be downloadedfrom the City’s website at:http://egov.cityofchicago.org/webportal/COCWebPortal/COC_EDITORIAL/subcompliance.pdf. The statementmust list the following for Consultant and for eachSubcontractor and supplier for the period for whichpayment is requested:

(i) Total amount invoiced by the Consultant for theprior month;(ii) The name of each particular Subcontractor orsupplier utilized during the prior month;(iii) Indication if the Subcontractor or supplier isacting as an MBE, WBE, DBE, or non-certified firmon this Agreement;(iv) The vendor/supplier number of eachSubcontractor or supplier;(v) Total amount invoiced that is to be paid to eachSubcontractor or supplier.

If a Subcontractor has satisfactorily completed its Work,or provided specified materials in accordance with therequirements of the Agreement, Consultant must paySubcontractor for such work or materials within fourteen(14) calendar days of Consultant receiving paymentfrom the City.

18. Disputes

Except as otherwise provided in this Agreement,Contractor must and the City may bring any disputearising under this Agreement which is not resolved bythe parties to the Chief Procurement Officer for decisionbased upon the written submissions of the parties. (Acopy of the "Regulations of the Department ofProcurement Services for Resolution of Disputesbetween Contractors and the City of Chicago" isavailable in City Hall, 121 N. LaSalle Street, Room 301,Bid and Bond Room, Chicago, Illinois 60602.) TheChief Procurement Officer will issue a written decisionand send it to the Contractor by mail. The decision ofthe Chief Procurement Officer is final and binding. Thesole and exclusive remedy to challenge the decision ofthe Chief Procurement Officer is judicial review bymeans of a common law writ of certiorari.

19. Compliance with All Laws Generally

(a) Contractor must observe and comply with allapplicable federal, state, county and municipal laws,statutes, ordinances and executive orders, in effect now

Page 116: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

7

or later and whether or not they appear in thisAgreement, including those set forth in these generalterms and conditions, and Contractor must pay all taxesand obtain all licenses, certificates and otherauthorizations required by them. Contractor mustrequire all Subcontractors to do so, also. Further,Contractor must execute an Economic DisclosureStatement and Affidavit ("EDS") in the form attached tothis Agreement as Exhibit _. Notwithstandingacceptance by the City of the EDS, Contractor’s failurein the EDS to include all information required under theMunicipal Code renders this Agreement voidable at theoption of the City. Contractor must promptly update itsEDS(s) on file with the City whenever any information orresponse provided in the EDS(s) is no longer completeand accurate.

(b) Notwithstanding anything in the Agreement to thecontrary, references to a statute or law are consideredto be a reference to (i) the statute or law as it may beamended from time to time; (ii) all regulations and rulespertaining to or promulgated pursuant to the statute orlaw; and (iii) all future statutes, laws, regulations, rulesand executive orders pertaining to the same or similarsubject matter.

20. Nondiscrimination

(a) Contractor

Contractor must comply with applicable federal, state,and local laws and related regulations prohibitingdiscrimination against individuals and groups. If thisAgreement is federally funded in whole or in part,additional provisions related to nondiscrimination maybe set forth in Exhibit _.

(i) Federal Requirements

Contractor must not engage in unlawfulemployment practices, such as (1) failing orrefusing to hire or discharging any individual, orotherwise discriminating against any individual withrespect to compensation or the terms, conditions,or privileges of the individual’s employment,because of the individual's race, color, religion, sex,age, handicap/disability or national origin; or (2)limiting, segregating or classifying Contractor’semployees or applicants for employment in any waythat would deprive or tend to deprive any individualof employment opportunities or otherwise adverselyaffect the individual’s status as an employee,because of the individual's race, color, religion, sex,age, handicap/disability or national origin.

Contractor must comply with, and the proceduresContractor utilizes and the Services Contractorprovides under this Agreement must comply with,the Civil Rights Act of 1964, 42 U.S.C. sec. 2000eet seq. (1981), as amended and the Civil Rights Actof 1991, P.L. 102-166. Attention is called to: Exec.Order No. 11246, 30 Fed. Reg. 12,319 (1965),

reprinted in 42 U.S.C. 2000e note, as amended byExec. Order No. 11375, 32 Fed. Reg. 14,303(1967) and by Exec. Order No. 12086, 43 Fed.Reg. 46,501 (1978); Age Discrimination Act, 42U.S.C. '' 6101-6106 (1981); Age Discrimination inEmployment Act, 29 U.S.C. ''621-34;Rehabilitation Act of 1973, 29 U.S.C. '' 793-794(1981); Americans with Disabilities Act, 42 U.S.C.'12101 et seq.; 41 C.F.R. Part 60 et seq. (1990);and all other applicable federal statutes, regulationsand other laws.

(ii) State Requirements

Contractor must comply with, and the proceduresContractor utilizes and the Services Contractorprovides under this Agreement must comply with,the Illinois Human Rights Act, 775 ILCS 5/1-101 etseq. (1990), as amended and any rules andregulations promulgated in accordance with it,including the Equal Employment OpportunityClause, 44 Ill. Admin. Code ' 750 Appendix A.Furthermore, Contractor must comply with thePublic Works Employment Discrimination Act, 775ILCS 10/0.01 et seq. (1990), as amended, and allother applicable state statutes, regulations andother laws.

(iii) City Requirements

Contractor must comply with, and the proceduresContractor utilizes and the Services Contractorprovides under this Agreement must comply with,the Chicago Human Rights Ordinance, ch. 2-160,Section 2-160-010 et seq. of the Municipal Code ofChicago (1990), as amended, and all otherapplicable City ordinances and rules.

(b) Subcontractors

Contractor must incorporate all of this section byreference in all agreements entered into with anysuppliers of materials, furnisher of services,Subcontractors of any tier, and labor organizations thatfurnish skilled, unskilled and craft union skilled labor, orthat may provide any such materials, labor or services inconnection with this Agreement. Further, Contractormust furnish and must cause each of itsSubcontractor(s) to furnish such reports and informationas requested by the federal, state, and local agenciescharged with enforcing such laws and regulations,including the Chicago Commission on Human Relations.

21. Inspector General

It is the duty of any bidder, proposer or Contractor, allSubcontractors, every applicant for certification ofeligibility for a City contract or program, and all officers,directors, agents, partners and employees of anybidder, proposer, Contractor, Subcontractor or suchapplicant to cooperate with the Inspector General in anyinvestigation or hearing undertaken pursuant to Chapter

Page 117: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

8

2-56 of the Municipal Code of Chicago. Contractorunderstands and will abide by all provisions of Chapter2-56 of the Municipal Code of Chicago. All subcontractsmust inform Subcontractors of the provision and requireunderstanding and compliance with it.

22. MacBride Ordinance

The City of Chicago through the passage of theMacBride Principles Ordinance seeks to promote fairand equal employment opportunities and labor practicesfor religious minorities in Northern Ireland and provide abetter working environment for all citizens in NorthernIreland.

In accordance with Section 2-92-580 of the MunicipalCode of the City of Chicago, if the primary contractorconducts any business operations in Northern Ireland,the contractor must make all reasonable and good faithefforts to conduct any business operations in NorthernIreland in accordance with the MacBride Principles forNorthern Ireland as defined in Illinois Public Act 85-1390(1988 Ill. Laws 3220).

The provisions of this section do not apply to contractsfor which the City receives funds administered by theUnited States Department of Transportation, except tothe extent Congress has directed that the Department ofTransportation not withhold funds from states andlocalities that choose to implement selective purchasingpolicies based on agreement to comply with theMacBride Principles for Northern Ireland, or to theextent that such funds are not otherwise withheld by theDepartment of Transportation.

23. Business Relationships with Elected Officials

Pursuant to Section 2-156-030(b) of the Municipal Codeof the City of Chicago, it is illegal for any elected officialof the City, or any person acting at the direction of suchofficial, to contact, either orally or in writing, any otherCity official or employee with respect to any matterinvolving any person with whom the elected official hasa business relationship, or to participate in anydiscussion in any City Council committee hearing or inany City Council meeting or to vote on any matterinvolving the person with whom an elected official has abusiness relationship. Violation of Section 2-156-030(b) by any elected official with respect to theAgreement is grounds for termination of theAgreement. The term business relationship is definedas set forth in Section 2-156-080 of the Municipal Codeof Chicago.

Section 2-156-080 defines a "business relationship"as any contractual or other private business dealing ofan official, or his or her spouse, or of any entity in whichan official or his or her spouse has a financial interest,with a person or entity which entitles an official tocompensation or payment in the amount of $2,500 ormore in a calendar year; provided, however, a financialinterest shall not include: (i) any ownership through

purchase at fair market value or inheritance of less thanone percent of the share of a corporation, or anycorporate subsidiary, parent or affiliate thereof,regardless of the value of or dividends on such shares,if such shares are registered on a securities exchangepursuant to the Securities Exchange Act of 1934, asamended; (ii) the authorized compensation paid to anofficial or employee for his office or employment; (iii)any economic benefit provided equally to all residents ofthe City; (iv) a time or demand deposit in a financialinstitution; or (v) an endowment or insurance policy orannuity contract purchased from an insurance company.A Acontractual or other private business dealing@ shallnot include any employment relationship of an official’sspouse with an entity when such spouse has nodiscretion concerning or input relating to the relationshipbetween that entity and the City.

24. Chicago "Living Wage" Ordinance

(a) Section 2-92-610 of the Municipal Code of Chicagoprovides for a living wage for certain categories ofworkers employed in the performance of City contracts,specifically non-City employed security guards, parkingattendants, day laborers, home and health careworkers, cashiers, elevator operators, custodial workersand clerical workers ("Covered Employees").Accordingly, pursuant to Section 2-92-610 andregulations promulgated under it:

(i) If Contractor has 25 or more full-timeemployees, and

(ii) If at any time during the performance of theAgreement, Contractor and/or any Subcontractor orany other entity that provides any portion of theServices (collectively "Performing Parties") uses25 or more full-time security guards, or any numberof other full-time Covered Employees, then

(iii) Contractor must pay its Covered Employees,and must assure that all other Performing Partiespay their Covered Employees, not less than theminimum hourly rate as determined in accordancewith this provision (the "Base Wage") for allServices performed under the Agreement.

(b) Contractor’s obligation to pay, and to assurepayment of, the Base Wage will begin at any time duringthe term of the Agreement when the conditions set forthin (a)(i) and (a)(ii) above are met, and will continue untilthe end of the term of the Agreement.

(c) As of July 1, 2007, the Base Wage is $10.33 perhour, and each July 1 thereafter, the Base Wage will beadjusted, using the most recent federal povertyguidelines for a family of four as published annually bythe U.S Department of Health and Human Services, toconstitute the following: the poverty guidelines for afamily of four divided by 2000 hours or the current basewage, whichever is higher. At all times during the termof this Agreement, Contractor and all other Performing

Page 118: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

9

Parties must pay the Base Wage (as adjusted inaccordance with the above). If the payment ofprevailing wages is required for Services done under theAgreement, and the prevailing wages for CoveredEmployees are higher than the Base Wage, thenContractor and all other Performing Parties must paythe prevailing wage rates.

(d) Contractor must include provisions in allsubcontracts requiring its Subcontractors to pay theBase Wage to Covered Employees. Contractor agreesto provide the City with documentation acceptable to theChief Procurement Officer demonstrating that allCovered Employees, whether employed by Contractoror by a Subcontractor, have been paid the Base Wage,upon the City’s request for such documentation. TheCity may independently audit Contractor and/orSubcontractors to verify compliance with this section.Failure to comply with the requirements of this sectionwill be an event of default under this Agreement, andfurther, failure to comply may result in ineligibility for anyaward of a City contract or subcontract for up to 3 years.

(e) Not-for-Profit Corporations: If Contractor is acorporation having federal tax-exempt status underSection 501(c)(3) of the Internal Revenue Code and isrecognized under Illinois not-for-profit law, then theprovisions of Section (a) through (d) above do not apply.

25. Warranties and Representations

In connection with signing and carrying out thisAgreement, Contractor:

(a) warrants that Contractor is appropriately licensedunder Illinois law to perform the Services required underthis Agreement and will perform no Services for which aprofessional license is required by law and for whichContractor is not appropriately licensed;

(b) warrants it is financially solvent; it and each of itsemployees, agents and Subcontractors of any tier arecompetent to perform the Services required under thisAgreement; and Contractor is legally authorized toexecute and perform or cause to be performed thisAgreement under the terms and conditions stated in thisAgreement;

(c) warrants that it will not knowingly use the servicesof any ineligible contractor or Subcontractor for anypurpose in the performance of its Services under thisAgreement;

(d) warrants that Contractor and its Subcontractors arenot in default at the time this Agreement is signed, andhave not been deemed by the Chief ProcurementOfficer to have, within 5 years immediately precedingthe date of this Agreement, been found to be in defaulton any contract awarded by the City ;

(e) represents that it has carefully examined andanalyzed the provisions and requirements of this

Agreement; it understands the nature of the Servicesrequired; from its own analysis it has satisfied itself as tothe nature of all things needed for the performance ofthis Agreement; this Agreement is feasible ofperformance in accordance with all of its provisions andrequirements, and Contractor warrants it can and willperform, or cause to be performed, the Services in strictaccordance with the provisions and requirements of thisAgreement;

(f) represents that Contractor and, to the best of itsknowledge, its Subcontractors are not in violation of theprovisions of ' 2-92-320 of the Municipal Code , and inconnection with it, and additionally in connection withthe Illinois Criminal Code, 720 ILCS 5/33E as amended,and the Illinois Municipal Code, 65 ILCS 5/11-42.1-1;

(g) acknowledges that any certification, affidavit oracknowledgment made under oath in connection withthis Agreement is made under penalty of perjury and, iffalse, is also cause for termination under the remediesand early termination sections of this Agreement; and

(h) warrants and represents that neither Contractor noran Affiliate of Contractor (as defined below) appears onthe Specially Designated Nationals List, the DeniedPersons List, the unverified List, the Entity List, or theDebarred List as maintained by the Office of ForeignAssets Control of the U.S. Department of the Treasuryor by the Bureau of Industry and Security of the U.S.Department of Commerce (or their successors), or onany other list of persons or entities with which the Citymay not do business under any applicable law, rule,regulation, order or judgment. AAffiliate ofContractor@means a person or entity that directly (orindirectly through one or more intermediaries) controls,is controlled by or is under common control withContractor. A person or entity will be deemed to becontrolled by another person or entity if it is controlled inany manner whatsoever that results in control in fact bythat other person or entity (either acting individually oracting jointly or in concert with others) whether directlyor indirectly and whether through share ownership, atrust, a contract or otherwise.

26. Ethics

(a) In addition to the foregoing warranties andrepresentations, Contractor warrants:

(i) no officer, agent or employee of the City isemployed by Contractor or has a financial interestdirectly or indirectly in the Agreement or thecompensation to be paid under the Agreementexcept as may be permitted in writing by the Boardof Ethics established under the Municipal Code ofChicago (Chapter 2-156).

(ii) no payment, gratuity or offer of employmentwill be made in connection with the Agreement by oron behalf of any Subcontractors to the primeContractor or higher tier Subcontractors or anyone

Page 119: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

10

associated with them, as an inducement for the awardof a subcontract or order.

(b) Contractor further acknowledges that anyAgreement entered into, negotiated or performed inviolation of any of the provisions of Chapter 2-156 isvoidable as to the City.

27. Joint and Several Liability

If Contractor, or its successors or assigns, if any, iscomprised of more than one individual or other legalentity (or a combination of them), then under theAgreement, each and without limitation every obligationor undertaking in the Agreement to be fulfilled orperformed by Contractor is the joint and severalobligation or undertaking of each such individual orother legal entity.

28. Business Documents

At the request of the City, Contractor must providecopies of its latest articles of incorporation, by-laws andresolutions, or partnership or joint venture agreement,as applicable.

29. Conflicts of Interest

(a) No member of the governing body of the City orother unit of government and no other officer, employeeor agent of the City or other unit of government whoexercises any functions or responsibilities in connectionwith the Services to which this Agreement pertains ispermitted to have any personal interest, direct orindirect, in this Agreement. No member of or delegateto the Congress of the United States or the IllinoisGeneral Assembly and no alderman of the City or Cityemployee is allowed to be admitted to any share or partof this Agreement or to any financial benefit to arisefrom it.

(b) Contractor represents that it, and to the best of itsknowledge, its Subcontractors if any (Contractor andSubcontractors will be collectively referred to in thissection as "Contracting Parties"), presently have nodirect or indirect interest and will not acquire any director indirect interest in any project or contract that wouldconflict in any manner or degree with the performanceof its Services under this Agreement.

(c) Upon the request of the City, Contracting Partiesmust disclose to the City their past client lists and thenames of any clients with whom they have an ongoingrelationship. Contracting Parties are not permitted toperform any Services for the City on applications orother documents submitted to the City by any ofContracting Parties= past or present clients. IfContracting Parties become aware of a conflict, theymust immediately stop work on the assignment causingthe conflict and notify the City.

(d) Without limiting the foregoing, if the ContractingParties assist the City in determining the advisability orfeasibility of a project or in recommending, researching,preparing, drafting or issuing a request for proposals orbid specifications for a project, the Contracting Partiesmust not participate, directly or indirectly, as a prime,subcontractor or joint venture in that project or in thepreparation of a proposal or bid for that project duringthe term of this Agreement or afterwards. TheContracting Parties may, however, assist the City inreviewing the proposals or bids for the project if none ofthe Contracting Parties have a relationship with thepersons or entities that submitted the proposals or bidsfor that project.

(e) Further, Contracting Parties must not assign anyperson having any conflicting interest to perform anyServices under this Agreement or have access to anyconfidential information, as described in this Agreement.If the City, by the Commissioner in his reasonablejudgment, determines that any of Contracting Parties'services for others conflict with the Services thatContracting Parties are to render for the City under thisAgreement, Contracting Parties must terminate suchother services immediately upon request of the City.

(f) Furthermore, if any federal funds are to be used tocompensate or reimburse Contractor under thisAgreement, Contractor represents that it is and willremain in compliance with federal restrictions onlobbying set forth in Section 319 of the Department ofthe Interior and Related Agencies Appropriations Act forFiscal Year 1990, 31 U.S.C. ' 1352, and related rulesand regulations set forth at 54 Fed. Reg. 52,309 ff.(1989), as amended. If federal funds are to be used,Contractor must execute a Certification RegardingLobbying, which is part of the EDS and incorporated byreference as if fully set forth here.

30. Non-Liability of Public Officials

Contractor and any assignee or Subcontractor ofContractor must not charge any official, employee oragent of the City personally with any liability orexpenses of defense or hold any official, employee oragent of the City personally liable to them under anyterm or provision of the Agreement or because of theCity's execution, attempted execution or any breach ofthe Agreement.

31. EDS / Certification Regarding Suspension andDebarment

Contractor certifies, as further evidenced in the EDSattached as Exhibit _, by its acceptance of thisAgreement that neither it nor its principals is presentlydebarred, suspended, proposed for debarment,declared ineligible or voluntarily excluded fromparticipation in this transaction by any federaldepartment or agency. Contractor further agrees byexecuting this Agreement that it will include this clausewithout modification in all lower tier transactions,

Page 120: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

11

solicitations, proposals, contracts and subcontracts. IfContractor or any lower tier participant is unable tocertify to this statement, it must attach an explanation tothe Agreement.

32. Events of Default Defined

The following constitute events of default:

(a) Any material misrepresentation, whethernegligent or willful and whether in the inducement or inthe performance, made by Contractor to the City.

(b) Contractor's material failure to perform any ofits obligations under this Agreement including thefollowing:

(i) Failure to perform the Services with sufficientpersonnel and equipment or with sufficient material toensure the timely performance of the Services;

(ii) Failure to have and maintain all professionallicenses required by law to perform the Services;

(iii) Failure to timely perform the Services;

(iv) Failure to perform the Services in a mannerreasonably satisfactory to the Commissioner or theChief Procurement Officer or inability to perform theServices satisfactorily as a result of insolvency, filingfor bankruptcy or assignment for the benefit ofcreditors;

(v) Failure to promptly re-perform, as required,within a reasonable time and at no cost to the City,Services that are rejected as erroneous orunsatisfactory;

(vi) Discontinuance of the Services for reasonswithin Contractor's reasonable control;

(vii) Failure to comply with paragraph15 above inthe performance of the Agreement;

(viii) Failure promptly to update EDS(s) furnished inconnection with this Agreement when the informationor responses contained in it or them is no longercomplete or accurate;

(ix) Failure to comply with any other material termof this Agreement, including the provisions concerninginsurance and nondiscrimination; and

(x) Any other acts specifically stated in thisAgreement as constituting an act of default.

(c) Any change in ownership or control of Contractorwithout the prior written approval of the ChiefProcurement Officer (when such prior approval ispermissible by law), which approval the ChiefProcurement Officer will not unreasonably withhold.

(d) Contractor's default under any other agreement itmay presently have or may enter into with the City forthe duration of this Agreement. Contractoracknowledges that in the event of a default under thisAgreement the City may also declare a default underany such other agreements.

(e) Contractor’s violation of City ordinance(s) unrelatedto performance under the Agreement such that, in theopinion of the Chief Procurement Officer, it indicates awillful or reckless disregard for City laws andregulations.

33. Remedies

(a) Notices. The occurrence of any event of defaultpermits the City, at the City’s sole option, to declareContractor in default. The Chief Procurement Officermay in his sole discretion give Contractor an opportunityto cure the default within a certain period of time, whichperiod of time must not exceed 30 days unlessextended by the Chief Procurement Officer. Whether todeclare Contractor in default is within the sole discretionof the Chief Procurement Officer and neither thatdecision nor the factual basis for it is subject to reviewor challenge under the Disputes provision of thisAgreement.

The Chief Procurement Officer will give Contractorwritten notice of the default, either in the form of a curenotice ("Cure Notice"), or, if no opportunity to cure willbe granted, a default notice ("Default Notice"). If theChief Procurement Officer gives a Default Notice, he willalso indicate any present intent he may have toterminate this Agreement, and the decision to terminateis final and effective upon giving the notice. If the ChiefProcurement Officer decides not to terminate, thisdecision will not preclude him from later deciding toterminate the Agreement in a later notice, which will befinal and effective upon the giving of the notice or on thedate set forth in the notice, whichever is later. The ChiefProcurement Officer may give a Default Notice ifContractor fails to effect a cure within the cure periodgiven in a Cure Notice. When a Default Notice withintent to terminate is given as provided in this sectionand the notice section of this Agreement. Contractormust discontinue any Services, unless otherwisedirected in the notice, and deliver all materialsaccumulated in the performance of this Agreement,whether completed or in the process, to the City.

(b) Exercise of Remedies. After giving a DefaultNotice, the City may invoke any or all of the followingremedies:

(i) The right to take over and complete theServices, or any part of them, at Contractor’s expenseand as agent for Contractor, either directly or throughothers, and bill Contractor for the cost of the Services,and Contractor must pay the difference between thetotal amount of this bill and the amount the City wouldhave paid Contractor under the terms and conditions

Page 121: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

12

of this Agreement for the Services that were assumedby the City as agent for Contractor under this section;

(ii) The right to terminate this Agreement as to anyor all of the Services yet to be performed effective ata time specified by the City;

(iii) The right of specific performance, an injunctionor any other appropriate equitable remedy;

(iv) The right to money damages;

(v) The right to withhold all or any part ofContractor's compensation under this Agreement;

(vi) The right to deem Contractor non-responsiblein future contracts to be awarded by the City;

(vii) The right to declare default on any othercontract or agreement Contractor may have with theCity.

(c) City’s Reservation of Rights. If the ChiefProcurement Officer considers it to be in the City’s bestinterests, the CPO may elect not to declare default or toterminate this Agreement. The parties acknowledgethat this provision is solely for the benefit of the City andthat if the City permits Contractor to continue to providethe Services despite one or more events of default,Contractor is in no way relieved of any of itsresponsibilities, duties or obligations under thisAgreement, nor does the City waive or relinquish any ofits rights.

(d) Non-Exclusivity of Remedies. The remedies underthe terms of this Agreement are not intended to beexclusive of any other remedies provided, but each andevery such remedy is cumulative and is in addition toany other remedies, existing now or later, at law, inequity or by statute. No delay or omission to exerciseany right or power accruing upon any event of defaultimpairs any such right or power, nor is it a waiver of anyevent of default nor acquiescence in it, and every suchright and power may be exercised from time to time andas often as the City considers expedient.

34. Early Termination

(a) In addition to termination under the default andremedies sections of this Agreement, the City mayterminate this Agreement, or all or any portion of theServices to be performed under it, at any time by anotice in writing from the City to Contractor. The City willgive notice to Contractor in accordance with theprovisions of the notice section of this Agreement. Theeffective date of termination will be the date the notice isreceived by Contractor or the date stated in the notice,whichever is later. If the City elects to terminate thisAgreement in full, all Services to be provided under itmust cease and all materials that may have beenaccumulated in performing this Agreement, whethercompleted or in the process, must be delivered to the

City effective 10 days after the date the notice isconsidered received as provided under the noticesection of this Agreement (if no date is given) or uponthe effective date stated in the notice.

(b) After the notice is received, Contractor must restrictits activities, and those of its Subcontractors, to windingdown any reports, analyses, or other activitiespreviously begun. No costs incurred after the effectivedate of the termination are allowed. Payment for anyServices actually and satisfactorily performed before theeffective date of the termination is on the same basis asset forth in the compensation section of this Agreement,but if any compensation is described or provided for onthe basis of a period longer than 10 days, then thecompensation must be prorated accordingly. Noamount of compensation, however, is permitted foranticipated profits on unperformed Services. The Cityand Contractor must attempt to agree on the amount ofcompensation to be paid to Contractor, but if not agreedon, the dispute must be settled in accordance with thedisputes section of this Agreement. The payment somade to Contractor is in full settlement for all Servicessatisfactorily performed under this Agreement.

(c) Contractor must include in its contracts withSubcontractors an early termination provision in formand substance equivalent to this early terminationprovision to prevent claims against the City arising fromtermination of subcontracts after the early termination.Contractor will not be entitled to make any earlytermination claims against the City resulting from anySubcontractor’s claims against Contractor or the City.

(d) If the City's election to terminate this Agreement fordefault under the default and remedies sections isdetermined in a court of competent jurisdiction to havebeen wrongful, then in that case the termination is to beconsidered to be an early termination under this section.

35. Suspension

The City may at any time request that Contractorsuspend its Services, or any part of them, by giving 15days prior written notice to Contractor or upon informaloral, or even no notice, in the event of emergency. Nocosts incurred after the effective date of suchsuspension are allowed. Contractor must promptlyresume its performance of the Services under the sameterms and conditions as stated in this Agreement uponwritten notice by the Chief Procurement Officer andsuch equitable extension of time as may be mutuallyagreed upon by the Chief Procurement Officer andContractor when necessary for continuation orcompletion of Services. Any additional costs orexpenses actually incurred by Contractor as a result ofrecommencing the Services must be treated inaccordance with the compensation provisions in thisAgreement.

No suspension of this Agreement is permitted in theaggregate to exceed a period of 45 days within any one

Page 122: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

13

year of this Agreement. If the total number of days ofsuspension exceeds 45 days, Contractor by writtennotice to the City may treat the suspension as an earlytermination of this Agreement under the provision in thisAgreement.

36. Right to Offset

(a) In connection with Contractor’s performance underthis Agreement, the City may offset any incrementalcosts and other damages the City incurs in any or all ofthe following circumstances:

(i) if the City terminates this Agreement for defaultor any other reason resulting from Contractor’sperformance or non-performance;

(ii) if the City exercises any of its remedies underthe remedies section of this Agreement;

(iii) if the City has any credits due or has made anyoverpayments under this Agreement.

The City may offset these incremental costs and otherdamages by use of any payment due for Servicescompleted before the City terminated this Agreement orbefore the City exercised any remedies. If the amountoffset is insufficient to cover those incremental costsand other damages, Contractor is liable for and mustpromptly remit to the City the balance upon writtendemand for it. This right to offset is in addition to andnot a limitation of any other remedies available to theCity.

(b) As provided under ' 2-92-380 of the MunicipalCode, the City may set off from Contractor’scompensation under this Agreement an amount equal tothe amount of the fines and penalties for eachoutstanding parking violation complaint and the amountof any debt owed by Contractor to the City as thoseitalicized terms are defined in the Municipal Code.

(c) In connection with any liquidated or unliquidatedclaims against Contractor, and without breaching thisAgreement, the City may set off a portion of the price orcompensation due under this Agreement in an amountequal to the amount of any liquidated or unliquidatedclaims that the City has against Contractor unrelated tothis Agreement. When the City’s claims againstContractor are finally adjudicated in a court ofcompetent jurisdiction or otherwise resolved, the Citywill reimburse Contractor to the extent of the amount theCity has offset against this Agreement inconsistentlywith such determination or resolution.

37. Entire Agreement

(a) General

This Agreement, and the exhibits attached to it andincorporated in it, constitute the entire agreementbetween the parties and no other terms, conditions,

warranties, inducements, considerations, promises orinterpretations are implied or impressed upon thisAgreement that are not addressed in this Agreement.

(b) No Collateral Agreements

Contractor acknowledges that, except only for thoserepresentations, statements or promises contained inthis Agreement and any exhibits attached to it andincorporated by reference in it, no representation,statement or promise, oral or in writing, of any kindwhatsoever, by the City, its officials, agents oremployees, has induced Contractor to enter into thisAgreement or has been relied upon by Contractor,including any with reference to: (i) the meaning,correctness, suitability or completeness of anyprovisions or requirements of this Agreement; (ii) thenature of the Services to be performed; (iii) the nature,quantity, quality or volume of any materials, equipment,labor and other facilities needed for the performance ofthis Agreement; (iv) the general conditions which may inany way affect this Agreement or its performance; (v)the compensation provisions of this Agreement; or (vi)any other matters, whether similar to or different fromthose referred to in (i) through (vi) immediately above,affecting or having any connection with this Agreement,its negotiation, any discussions of its performance orthose employed or connected or concerned with it.

(c) No Omissions

Contractor acknowledges that Contractor was givenample opportunity and time and was requested by theCity to review thoroughly all documents forming thisAgreement before signing this Agreement in order that itmight request inclusion in this Agreement of anystatement, representation, promise or provision that itdesired or on that it wished to place reliance.Contractor did so review those documents, and eitherevery such statement, representation, promise orprovision has been included in this Agreement or else, ifomitted, Contractor relinquishes the benefit of any suchomitted statement, representation, promise or provisionand is willing to perform this Agreement in its entiretywithout claiming reliance on it or making any other claimon account of its omission.

38. Counterparts

This Agreement is comprised of several identicalcounterparts, each to be fully signed by the parties andeach to be considered an original having identical legaleffect.

39. Amendments

No changes, amendments, modifications or discharge ofthis Agreement, or any part of it are valid unless inwriting and signed by the authorized agent of Contractorand by the Mayor, Comptroller, and Chief ProcurementOfficer of the City or their respective successors andassigns. The City incurs no liability for Additional

Page 123: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

14

Services without a written amendment to thisAgreement under this section.

Whenever under this Agreement Contractor is requiredto obtain the City’s prior written approval, the effect ofany approval that may be granted pursuant toContractor's request is prospective only from the later ofthe date approval was requested or the date on whichthe action for which the approval was sought is to begin.In no event is approval permitted to apply retroactivelyto a date before the approval was requested.

40. Governing Law and Jurisdiction

This Agreement is governed as to performance andinterpretation in accordance with the laws of the State ofIllinois.

Contractor irrevocably submits itself to the originaljurisdiction of those courts located within the County ofCook, State of Illinois, with regard to any controversyarising out of, relating to, or in any way concerning theexecution or performance of this Agreement. Service ofprocess on Contractor may be made, at the option ofthe City, either by registered or certified mail addressedto the applicable office as provided for in thisAgreement, by registered or certified mail addressed tothe office actually maintained by Contractor, or bypersonal delivery on any officer, director, or managingor general agent of Contractor. If any action is broughtby Contractor against the City concerning thisAgreement, the action must be brought only in thosecourts located within the County of Cook, State ofIllinois.

41. Severability

If any provision of this Agreement is held or deemed tobe or is in fact invalid, illegal, inoperative orunenforceable as applied in any particular case in anyjurisdiction or in all cases because it conflicts with anyother provision or provisions of this Agreement or of anyconstitution, statute, ordinance, rule of law or publicpolicy, or for any other reason, those circumstances donot have the effect of rendering the provision in questioninvalid, illegal, inoperative or unenforceable in any othercase or circumstances, or of rendering any otherprovision or provisions in this Agreement invalid, illegal,inoperative or unenforceable to any extent whatsoever.The invalidity, illegality, inoperativeness orunenforceability of any one or more phrases, sentences,clauses or sections in this Agreement does not affectthe remaining portions of this Agreement or any part ofit.

42. Assigns

All of the terms and conditions of this Agreement arebinding upon and inure to the benefit of the parties andtheir respective legal representatives, successors andassigns.

43. Cooperation

Contractor must at all times cooperate fully with the Cityand act in the City's best interests. If this Agreement isterminated for any reason, or if it is to expire on its ownterms, Contractor must make every effort to ensure anorderly transition to another provider of the Services, ifany, orderly demobilization of its own operations inconnection with the Services, uninterrupted provision ofServices during any transition period and mustotherwise comply with the reasonable requests andrequirements of the Department in connection with thetermination or expiration.

44. Waiver

Nothing in this Agreement authorizes the waiver of arequirement or condition contrary to law or ordinance orthat would result in or promote the violation of anyfederal, state or local law or ordinance.

Whenever under this Agreement the City by a properauthority waives Contractor's performance in anyrespect or waives a requirement or condition to eitherthe City's or Contractor's performance, the waiver sogranted, whether express or implied, only applies to theparticular instance and is not a waiver forever or forsubsequent instances of the performance, requirementor condition. No such waiver is a modification of thisAgreement regardless of the number of times the Citymay have waived the performance, requirement orcondition. Such waivers must be provided to Contractorin writing.

45. Independent Contractor

(a) This Agreement is not intended to and does notconstitute, create, give rise to, or otherwise recognize ajoint venture, partnership, corporation or other formalbusiness association or organization of any kindbetween Contractor and the City. The rights and theobligations of the parties are only those set forth in thisAgreement. Contractor must perform under thisAgreement as an independent contractor and not as arepresentative, employee, agent, or partner of the City.

(b) This Agreement is between the City and anindependent contractor and, if Contractor is anindividual, nothing provided for under this Agreementconstitutes or implies an employer-employeerelationship such that:

(i) The City will not be liable under or by reason ofthis Agreement for the payment of any compensationaward or damages in connection with the Contractorperforming the Services required under thisAgreement.

(ii) Contractor is not entitled to membership in anyCity Pension Fund, Group Medical InsuranceProgram, Group Dental Program, Group Vision Care,Group Life Insurance Program, Deferred Income

Page 124: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

15

Program, vacation, sick leave, extended sick leave, orany other benefits ordinarily provided to individualsemployed and paid through the regular payrolls of theCity.

(iii) The City is not required to deduct or withhold anytaxes, FICA or other deductions from anycompensation provided to Contractor.

46. Electronic Ordering and Invoices

The Consultant shall cooperate in good faith with theCity in implementing electronic ordering and invoicing,including but not limited to catalogs, purchase orders,releases, and invoices. Consultant shall acceptelectronic purchase orders and releases upon requestof the Chief Procurement Officer. Consultant shallprovide the City electronic catalogs, copies of invoicesand other electronic documents upon request. Theelectronic ordering and invoice documents shall be in aformat specified by the City and transmitted by anelectronic means specified by the City. Such electronicmeans may include, but are not limited to, disks, e-mail,EDI, FTP, web sites, and third party electronic services.The Chief Procurement Officer reserves the right tochange the document format and/or the means oftransmission upon written notice to the Consultant.Consultant shall ensure that the essential information,as determined by the Chief Procurement Officer, in theelectronic document, corresponds to that informationsubmitted by the Consultant in its paper documents.The electronic documents shall be in addition to paperdocuments required by this contract, however, bywritten notice to the Consultant, the Chief ProcurementOfficer may deem any or all of the electronic orderingand invoice documents the official documents and/oreliminate the requirement for paper ordering and invoicedocuments.

47. Participation by Other Local GovernmentAgencies

Other local government agencies may be eligible toparticipate in this agreement pursuant to the terms andconditions of this Contract if such agencies areauthorized, by law or their governing bodies, to executesuch purchases, and if such authorization is allowed bythe City of Chicago’s Chief Procurement Officer, and ifsuch purchases have no net adverse effect on the Cityof Chicago, and result in no diminished services fromthe Consultant to the City’s user departments pursuantto such purchases. Examples of such LocalGovernment Agencies are: Board of Education, ChicagoPark District, City Colleges of Chicago, Chicago TransitAuthority, Chicago Housing Authority, Chicago Board ofElections, Metropolitan Pier and Exposition Authority(McCormick Place, Navy Pier), and the MunicipalCourts. Said purchases shall be made upon theissuance of a purchase order directly from the LocalGovernment Agency. The City will not be responsiblefor payment of any amounts owed by any other LocalGovernment Agencies, and will have no liability for the

acts or omissions of any other Local GovernmentAgency.

48. Environmental Warranties and Representations

In accordance with Section 11-4-1600(e) of theMunicipal Code of Chicago, Contractor warrants andrepresents that it, and to the best of its knowledge, itssubcontractors have not violated and are not in violationof the following sections of the Code (collectively, theWaste Sections):

7-28-390 Dumping on public way;7-28-440 Dumping on real estate without permit;11-4-1410 Disposal in waters prohibited;11-4-1420 Ballast tank, bilge tank or otherdischarge;11-4-1450 Gas manufacturing residue;11-4-1500 Treatment and disposal of solid or liquidwaste;11-4-1530 Compliance with rules and regulationsrequired;11-4-1550 Operational requirements; and11-4-1560 Screening requirements.

During the period while the Agreement is executory,Contractor’s or any subcontractor’s violation of theWaste Sections, whether or not relating to theperformance of the Agreement, constitutes a breach ofand an event of default under the Agreement, for whichthe opportunity to cure, if curable, will be granted only atthe sole designation of the Chief Procurement Officer.Such breach and default entitles the City to all remediesunder the Agreement, at law or in equity.

This section does not limit Contractor’s and itssubcontractors= duty to comply with all applicablefederal, state, county and municipal laws, statutes,ordinances and executive orders, in effect now or later,and whether or not they appear in the Agreement.

Non-compliance with these terms and conditions maybe used by the City as grounds for the termination of theAgreement, and may further affect Contractor's eligibilityfor future contract awards.

49. Firms Owned or Operated by Individuals withDisabilities

The City encourages contractors to use Subcontractorsthat are firms owned or operated by individuals withdisabilities, as defined by Section 2-92-586 of theMunicipal Code of the City of Chicago, where nototherwise prohibited by federal or state law.

50. Deemed Inclusion

Provisions required by law, ordinances, rules,regulations, or executive orders to be inserted in thisAgreement are deemed inserted in this Agreementwhether or not they appear in this Agreement or, uponapplication by either party, this Agreement will be

Page 125: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

16

amended to make the insertion; however, in no eventwill the failure to insert the provisions before or after thisAgreement is signed prevent its enforcement.

51. Authority

Execution of this Agreement by Consultant is authorizedby a resolution of its Board of Directors, if a corporation,or similar governing document, and the signature(s) ofeach person signing on behalf of Consultant have beenmade with complete and full authority to commitConsultant to all terms and conditions of thisAgreement, including each and every representation,certification and warranty contained in it, including therepresentations, certifications and warranties collectivelyincorporated by reference in it.

52. Definitions

The following words and phrases have the followingmeanings for purposes of this Agreement:

"Additional Services" means those services which arewithin the general scope of Services of this Agreement,but beyond the description of services required underthe Scope of Services provision, and all servicesreasonably necessary to complete the AdditionalServices to the standards of performance required bythis Agreement. Any Additional Services requested bythe Department require the approval of the City in awritten amendment before Consultant is obligated toperform those Additional Services and before the Citybecomes obligated to pay for those Additional Services.

"Agreement" means this Professional ServicesAgreement, including all exhibits attached to it andincorporated in it by reference, and all amendments,modifications or revisions made in accordance with itsterms.

"Chief Procurement Officer" means the ChiefProcurement Officer (“CPO”) of the City and anyrepresentative duly authorized in writing to act on /theCPO’s behalf.

"Chief Financial Officer" means the Chief FinancialOfficer (“CFO”) of the Department of Finance and anyrepresentative authorized in writing to act on the CIO’sbehalf.

"Department" means the City Department of Finance orother participating City department.

"Executive Director" means the means the executiveof the participating Department and any representativeauthorized in writing to act on the Executive Director’sbehalf.

"Services" means, collectively, the services, duties andresponsibilities described in the Scope of Services inthis Agreement and Exhibit _ of this Agreement andany and all work necessary to complete them or carry

them out fully and to the standard of performancerequired in this Agreement.

"Subcontractor" means any person or entity with whomConsultant contracts to provide any part of the Services,including subcontractors and subconsultants of any tier,suppliers and materials providers, whether or not inprivity with Consultant.

Page 126: REQUEST FOR PROPOSAL (“RFP”) for CHICAGO …bids.centerdigitalgov.com/CN_20080429_0002_104140.pdfREQUEST FOR PROPOSAL (“RFP”) for CHICAGO HOMELESS MANAGEMENT INFORMATION SYSTEM

17

Exhibit 10

Federal Register / Vol. 69, No. 146 / Friday, July 30, 2004 / Notices

Part II – Department of Housing and Urban Development:HMIS; Data and Technical Standards final Notice

URL link:

http://hmis.info/ClassicAsp/documents/HUD%20Data%20and%20Technical%20Standards.pdf