CITY OF WORTHINGTON, OHIO

Similar documents
Request for Proposal General Ledger Software

City of Loveland, Ohio

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

City of Merriam, Kansas

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Town of Manchester, Connecticut General Services Department. Request for Proposal

INCIDENT RESPONSE PLAN

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

Request for Proposal. Electronic Health Records and Practice Management Software

Water Utility Disinfection Survey

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

Black Hawk County Engineer

Request for Proposal Internet Access

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Sample Request For Proposals

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

INVITATION TO BID (ITB)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Chatham County Request for Proposals Biannual Customer Service Survey

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal For Scrap Metal Removal

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request For Proposal (RFP) for

Town of Manchester, Connecticut General Services Department. Request for Proposal

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR PROPOSALS FOR IT Services Eng & Maintenance Services

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

SECTION 2 - STANDARD TERMS & CONDITIONS

Request for Proposal # Postage Meter Lease & Maintenance Service

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR PROPOSALS PROVIDE DIGITAL SIGNAGE SOLUTION

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

TOWN OF MIDLAND ADMINISTRATION DEPARTMENT REQUEST FOR PROPOSAL FILE # F Information Technology Strategic Plan

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS PROFESSIONAL CONSULTING SERVICES RFP

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

CITY OF LOCKHART 308 W. San Antonio St. Lockhart, TX REQUEST FOR PROPOSALS (RFP) FINANCIAL AUDIT SERVICES

Management of Jobing.com Arena

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

REQUIRED SIGNATURE PAGE FOR PROPOSALS. Disaster Restoration and Recovery Services

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Request for Proposal # Executive Recruitment Services

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Ohio Public Employees Retirement System. Request for Proposal

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUEST FOR PROPOSAL

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal

Request for Proposals

Request for Proposal

FLORENCE COUNTY SOUTH CAROLINA REQUEST-FOR-PROPOSALS NO /17

REQUEST FOR PROPOSALS COMPLETE STATISTICAL REVALUATION OF THE TOWN OF SALEM, NH

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

MANDATORY GENERAL TERMS AND CONDITIONS:

Transcription:

CITY OF WORTHINGTON, OHIO REQUEST FOR PROPOSALS (RFP) FOR INFORMATION TECHNOLOGY ASSESSMENT ISSUE DATE: March 14, 2016 ISSUED BY: CITY OF WORTHINGTON 6550 N. HIGH ST. WORTHINGTON, OH 43085 INQUIRIES: INFORMATION DUE: POINT OF CONTACT (POC) ROBYN STEWART CITY OF WORTHINGTON ASSISTANT CITY MANAGER RSTEWART@CI.WORTHINGTON.OH.US 614-786-7354 April 18, 2016 at 4:00 p.m. INFORMATION TECHNOLOGY ASSESSMENT PAGE 1

TABLE OF CONTENTS PROPOSAL REQUIREMENTS AND FORMS PAGE CHECKLIST... 3 INTRODUCTION... 4 BACKGROUND... 4 PURPOSE... 4 SCOPE OF WORK... 5 CONTRACT TERM... 6 RESPONSE INSTRUCTIONS... 6 PROPOSAL CONTENT... 7 CONTACT WITH CITY EMPLOYEES / WRITTEN QUESTIONS... 7 PRESENTATION AND INTERVIEW... 7 REVIEW AND EVALUATION... 8 RIGHT OF REFUSAL... 9 PROCUREMENT SCHEDULE... 9 EXPENSE OF PREPARING RESPONSES TO THIS RFP... 9 PUBLIC RECORDS... 10 TAX EXEMPTION... 10 INCOME TAX... 10 COMPLIANCE... 10 INDEMNIFICATION/INSURANCE... 10 RELATIONSHIP OF THE PARTIES... 11 ASSIGNMENT... 11 TERMINATION... 11 APPENDIX RESPONSE/PRICE PROPOSAL FORM INFORMATION TECHNOLOGY ASSESSMENT PAGE 2

CHECKLIST Offerors are urged to complete this checklist to confirm that all required documents are included with their proposal. I. REQUIRED PROPOSAL FORMS TRANSMITTAL LETTER (offeror supplied) RESPONSE/PRICE PROPOSAL FORM (attached) EXCEPTIONS LETTER (as needed offeror supplied) INFORMATION TECHNOLOGY ASSESSMENT PAGE 3

INTRODUCTION The City of Worthington s IT needs have historically been met by a technology team of three individuals which includes the IT Manager who has recently retired. Prior to formulating a plan to replace the services previously provided by this newly retired staff member, our intent is to assess our current technology environment to determine existing strengths and weaknesses and provide a basis for future investment. A suburb of Columbus, Ohio, the City of Worthington is a vibrant community and is known for its high quality services and responsiveness to citizen requests and concerns. Worthington provides services to approximately 14,000 citizens and its boundaries are primarily within the outer-belt surrounding the central Ohio metropolitan area. BACKGROUND The City of Worthington is primarily a Microsoft Windows Active Directory domain network environment. All of the City s department buildings have been connected via fiber to allow for shared networking & internet services, telephony system, and a security camera system. The City s network is segmented into VLANs for each building. We have an internal MS Exchange server for City Email services and several MS SQL DB based application systems. The City has approximately 150 Full Time employees and numerous Part Time and Seasonal employees. The City also has approximately 30 servers and 200 PCs, laptops, and vehicle Mobile Data Terminals. The City s public website is hosted by an outside vendor. PURPOSE The City is seeking the services of a qualified firm experienced in assessing Information Technology (IT) for the purpose of performing an Audit of the City s IT environment. The successful proposer will review the existing IT infrastructure, systems, equipment, policies, and procedures for an independent, comprehensive assessment of the City s computing infrastructure, and will perform interviews with various City staff (IT consumers) to determine vision, strengths and capabilities. The following is a list of the departments within Worthington s local government: Administration Finance Law Personnel Fire & EMS Mayor s Court Parks & Recreation Planning & Building Police Service & Engineering The overall goal of this RFP is to obtain a firm, fixed priced contract for IT assessment services as described herein. INFORMATION TECHNOLOGY ASSESSMENT PAGE 4

SCOPE OF WORK The IT can be summarized as a Current State Analysis. The RFP respondent that is awarded a contract on the merits of its offer (hereinafter successful offeror or contractor ) shall be responsible to: Conduct periodic meetings to discuss progress and unique issues that have surfaced Provide a weekly status report noting progress against each measure to the management team. The format of the report will be provided by the City. Notify the management team separately and immediately of any urgent issues identified and an estimation of the risk. Provide an assessment report of the City s information technology system environment including: o IT Structure within the Organization o Third party service providers and a high level evaluation of each o Identification of formal policies and procedures o Identification of DR Plan o Change control process o User id/password management and logical access controls o LAN/WAN lifecycle and practices o Broadband/ISP fit and competence o Telecommunication system(s) lifecycle and practices o Security controls - network, system and application o Penetration testing o Internal vulnerability testing o Power systems o Backup/Restore routines o Antivirus systems and practices o Remote access practices and infrastructure o Problem escalation, resolution o Maintenance and testing o Desktop Hardware Asset Details and Lifecycle o Printer Hardware Asset Details and Lifecycle o Server Hardware Asset Details and Lifecycle o Storage Hardware Asset Details, Lifecycle & Remaining Capacity o Physical access and environmental controls o List of Software Solutions (onsite) and Lifecycle o List of Software Solutions (hosted) and Lifecycle o Microsoft licensing audit (OS, CALS, Productivity, Server, SQL) o Server OS use and management o Desktop OS use and patch management o Database use and patch management o BYOD device platform and management o Adobe licensing audit INFORMATION TECHNOLOGY ASSESSMENT PAGE 5

o Other Software licensing audit o Software Installation practices o Software Maintenance practices o Purchasing practices and governance o Hardware Maintenance practices o Recommendations for immediate, practical and cost effective improvement o Estimation of City staff s capacity for change Please note that secure information (IP addresses, DNS specifics, etc.) is not to be included in the report but rather attached as an appendix as necessary. Project Completion: The assessment completion date shall be within a mutually agreed period of time after receipt of Notice to Proceed. A non-mandatory pre-proposal conference will be held on Tuesday, March 29, 2016 @ 2:00 p.m. (local time) for all offerors. The conference will be held at Worthington s City Hall, 6550 N. High St., Worthington, OH 43085. CONTRACT TERM The initial term of the proposed contract shall be for a set period of time. The contract shall be in effect from the date of execution by the City through project completion. RESPONSE INSTRUCTIONS All responses should include the forms provided or exact copies of such forms (adjust columns and field size, add rows as necessary) and be submitted by 4 p.m. on Monday, April 18, 2016 via e-mail, hand delivery or postal mail to the POC shown on the cover of this RFP. Additional pages may be attached and cross-referenced as necessary. Unnecessarily lengthy documents are discouraged. All responses are to include a searchable, digital copy of the proposal on a USB drive. It is the sole responsibility of the offeror to see that its proposal is received in the proper time. Proposals received after the specified time will not be considered. Adherence to the rules set forth in this RFP is mandatory to ensure a fair and objective analysis of all proposals. Failure to comply with or complete any portion of this request may result in rejection of a submitted proposal. Receipt of a proposal by the City or submission of a proposal to the City confers no rights upon the offeror nor obligates the City in any manner. INFORMATION TECHNOLOGY ASSESSMENT PAGE 6

PROPOSAL CONTENT Proposals should include concise but complete information about your company, emphasizing your method of approach and why you believe your company to be uniquely qualified for the project. At a minimum, the Proposal should include: Transmittal Letter (offeror supplied). Provide a brief overview of your company highlighting your understanding of the project and the benefits of accepting your proposal; explain the value that you provide to the City as a prospective customer. Since your service team is significant for this project, names and biographies, for key staff positions, as well as identification of any subcontractors that may be associated with the project are requested in the Background Response Worksheet. Response/Price Proposal Form (attached). Complete the provided Response/Price Proposal Form in order to provide the City with information related to your company s responsibility, experience, capability to meet requirements, and pricing. Exceptions Letter (as needed offeror supplied). Should your company take exception to ANY terms and conditions identified in this RFP, a letter must be submitted with the offeror s proposal identifying ALL exceptions. Any exceptions will be part of the evaluation process. The City will not entertain any exceptions not previously submitted with the offeror s response, at the time of contract negotiations. CONTACT WITH CITY EMPLOYEES / WRITTEN QUESTIONS To ensure a fair and objective evaluation of all proposals, all inquiries are required to be submitted in writing to the POC. Written inquiries (e-mail preferred) must be received no later than 5 p.m. on the date indicated in the Procurement Schedule. Questions will be documented and an addendum will be issued with the City s responses. Such addendum will be e-mailed to all known RFP recipients. A copy will be posted to the City s website at www.worthington.org (select Services, Bid Postings ) no later than 5 p.m. on the date indicated in the Procurement Schedule. Though the notification method identified above will be utilized to notify offerors of addenda, it is ultimately the offeror's responsibility to check the City s website for verification of any issued addenda. PRESENTATION AND INTERVIEW Selected offerors may be invited to submit sample materials and/or make presentations to City personnel. Representative(s) attending/hosting these presentations must be qualified to respond to questions related to any component of the proposal. INFORMATION TECHNOLOGY ASSESSMENT PAGE 7

REVIEW AND EVALUATION The City will use a Proposal Evaluation Committee (PEC) comprised of project stakeholders and other City personnel to review all proposals received as part of a documented evaluation process. For each decision point in the process, the PEC will evaluate offerors on a variety of quantitative and qualitative criteria and will then elevate a select number of offerors to compete in the next level. Offerors not previously elevated may be elevated at a later date. The lowest price proposal will not necessarily be selected. The sole purpose of the proposal evaluation process is to determine which offeror can provide the best value to the City (highest level of service and desired deliverables in the most cost effective manner that most closely meets the City s needs). The evaluation process is not meant to imply that one offeror is superior to any other, but rather that the selected offeror can best support the City s needs, based on the information available and the City s best efforts of determination. Evaluation Criteria The proposal evaluation criteria should be viewed as standards that measure how well an offeror s approach meets the desired requirements and needs of the City. The criteria that will be used to evaluate proposals may include, but are not limited to the following: RESPONSIVENESS The degree to which the offeror s Transmittal Letter and overall proposal have responded to the RFP s purpose and scope; included in this criterion is conformance in all material respects to this RFP. Scored by PEC. RESPONSIBILITY Offeror s ability, in all respects, to perform fully the contract requirements and demonstrate the moral/business integrity necessary to assure good faith performance. Scored by PEC. EXPERIENCE Offeror's experience in providing services and deliverables as requested in this RFP including, but not limited to, reference checks. Scored by PEC. CAPABILITY Offeror's capability, flexibility and skill to meet the City s requirements and perform the work identified in the RFP including but not limited to, creative alternatives and value-added services/ technologies. Scored by PEC. COST Cost is scored by the team based on the competitiveness of the pricing as compared to the other proposals. The PEC may also elect to use cost to INFORMATION TECHNOLOGY ASSESSMENT PAGE 8

perform a trade-off analysis for finalists to determine if the technical differences between proposals justify paying a cost or price differential. Validity of Proposals Proposals are to be good for ninety (90) days from the proposal due date. The City may hold the proposals for ninety (90) days after the proposal due date, and may award a contract at any time during that period. Should there be reasons why a contact cannot be awarded within the specified period; the time may be extended by mutual agreement between the City and the selected offeror. Contract Award The City reserves the right to (a) reject any or all proposals, or to make no award, (b) request modifications to initial proposals or (c) make partial or multiple awards. In addition, the City reserves the right to obtain other supplemental information concerning the offeror. The City further reserves the right to excuse technical defects in a proposal when, in its sole discretion, such excuse is beneficial to the City. The City may award based on initial proposals received, without discussion of such proposals. RIGHT OF REFUSAL The City reserves the right to reject all RFPs in their entirety or to select certain applications from the RFPs. The City reserves the right to award a contract in any manner deemed in the best interest of its citizens. PROCUREMENT SCHEDULE RFP Date March 14, 2016 Pre-Proposal Conference March 29, 2016 Deadline for Submission of Written Questions April 1, 2016 Date of City Response to above mentioned Questions April 6, 2016 Proposals Due April 18, 2016; 4:00 p.m. Evaluation of Proposals April 19 May 6, 2016 Presentations/Interviews (if needed) May 16-20, 2016 Contract Negotiations/Award May 23 - June 3, 2016 Commencement of Services June 13, 2016 EXPENSE OF PREPARING RESPONSES TO THIS RFP The City accepts no responsibility for any expenses incurred by the responders to this RFP including cost associated with RFP responses and presentations. Such expenses are to be borne exclusively by the responders. INFORMATION TECHNOLOGY ASSESSMENT PAGE 9

PUBLIC RECORDS In entering into a contract with the City (or responding to a City solicitation), all offerors are hereby notified that all bids, proposals, quotations, RFI responses, agreements, invoices, correspondence and any other documents submitted to the City become public property and are subject to public disclosure in accordance with Ohio Public Records Law. All public records will be made available upon request, at the earliest time permitted by law. Ownership of all data, materials, and documentation originated and prepared for the City pursuant to this RFP shall belong exclusively to the City and be subject to public disclosure in accordance with Ohio Public Records Law. TAX EXEMPTION The City is exempt from Federal and Ohio State sales tax. A tax exemption certificate will be made available at the successful offeror s request. INCOME TAX When performing work within the City, the contractor will be required to withhold all City income taxes due or payable under the provisions of the Income Tax Ordinance, for wages, salaries, and commissions paid to employees and further agree that any subcontractors shall be required to agree to withhold any such City income taxes due under said chapter for services performed. COMPLIANCE The contractor shall observe and comply with all applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over the City s contract for IT assessment services. The contractor shall comply, when applicable, with the U. S. Department of Labor, Safety and Health Regulations identified as Chapter XVII of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926 and subsequent amendments. The contractor agrees that in the hiring of employees for the performance of work under the contract or any subcontract, no contractor, subcontractor, or any person acting on its behalf shall, by reason of race, sex, disability, color, religion, military status, national origin, age or ancestry or any other class protected by law discriminate against any employee or applicant for employment INDEMNIFICATION/INSURANCE The contractor shall agree to indemnify and hold harmless the City, its officers, elected officials, agents and employees from and against all claims, damages, losses and expenses including attorney s fees arising out of or resulting from the contractor s performance, provided that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or INFORMATION TECHNOLOGY ASSESSMENT PAGE 10

death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the contractor, subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. If the contractor is required to go on City property to perform work or services, the contractor shall assume full responsibility and expense to obtain all necessary insurance as required by the City. RELATIONSHIP OF THE PARTIES The relationship between the parties to a contract resulting from this solicitation shall be that of independent contractors. Nothing contained herein shall be interpreted or construed as establishing an agency or employer/employee relationship between the parties or between either party and the employees or representatives of the other party. The contractor is responsible for all Social Security taxes and Bureau of Workers Compensation contributions for itself and any of its employees. ASSIGNMENT The contractor will not be permitted to sell, transfer, assign or otherwise dispose of the resulting contract or any portion thereof, or of its right, title or interest therein, or the obligation thereunder, without written consent of the City. TERMINATION The City reserves the right to terminate any contract resulting from this solicitation in whole or in part for default (termination due to the contractor s failure to perform satisfactorily) or convenience (termination due to the best interests of the City). After 10 days from delivery of a written notice to the contractor, the City may, without cause and without prejudice to any other right or remedy, elect to terminate the contract. In such case, the contractor shall be paid for work executed, goods delivered and accepted, and any expense sustained plus reasonable profit, unless such termination was due to the act or conduct of the contractor. INFORMATION TECHNOLOGY ASSESSMENT PAGE 11