Active SLED Opportunity · CALIFORNIA · PUBLIC WORKS - ENGINEERING DIVISION

    Enterprise Resource Planning (ERP) Assessment Consulting Services

    Issued by Public Works - Engineering Division
    localRFPPublic Works - Engineering DivisionSol. 222868
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due Jun 9, 2026
    PUBLISHED
    May 8, 2026
    Posting date
    JURISDICTION
    Public Works
    local
    NAICS CODE
    541512
    AI-classified industry

    AI Summary

    The City of Thousand Oaks requests proposals for consulting services to assess and modernize its Enterprise Resource Planning (ERP) system, including evaluation, RFP development, and vendor selection support.

    Opportunity details

    Solicitation No.
    222868
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    May 8, 2026
    Due Date
    June 9, 2026
    NAICS Code
    541512AI guide
    Agency
    Public Works - Engineering Division

    Description

    The City of Thousand Oaks (City) requests proposals from qualified consulting firms to conduct the Enterprise Resource Planning (ERP) Assessment Project, the initial phase of the City’s ERP modernization initiative. This project advances the City’s Information Technology Strategic Plan (ITSP) by promoting technology-driven efficiency, integration, and customer-focused service delivery.

    The City’s current ERP system, Central Square Naviline, has supported core administrative functions – including finance, human resources, payroll, utility billing, and procurement – for more than 30 years. While reliable, the system was designed for an earlier era of technology and governance. To achieve the City’s technology vision, a modern ERP solution is needed to streamline operations, strengthen integration, and provide advanced capabilities such as artificial intelligence (AI), automation, analytics, and digital workflows.

    The selected consultant will partner with the City to conduct a comprehensive ERP assessment that evaluates current systems, processes, and workflows; identifies improvement opportunities; and defines the functional and technical requirements for a modern ERP environment. In addition, the consultant will assist the City in developing a detailed ERP Request for Proposals (RFP), guiding the procurement and evaluation process, supporting vendor assessments and demonstrations, and helping the City select the ERP solution best aligned with its operational needs and strategic goals.

    Background

    The City of Thousand Oaks is located in eastern Ventura County and consists of 56 square miles. The City population is approximately 122,000. The City is a general law city operating under the Council/Manager form of government. The City Council is comprised of five members elected by district, with one member serving as Mayor on an annual basis.

    The City has the following departments:

    • City Attorney
    • City Clerk                                      
    • City Manager / City Council
    • Community Development                   
    • Cultural and Community Services 
    • Finance
    • Human Resources
    • Information Technology
    • Public Works
    • Strategic Communications and Public Affairs

    The citywide Adopted Budget for FY 2025-26 totals $303 million which includes 401 full-time positions. Municipal operations include two library facilities (Grant R. Brimhall Library and Newbury Park Branch Library), as well as the Thousand Oaks Civic Arts Plaza, which includes the Bank of America Performing Arts Center (home to the Fred Kavli Theatre and the Janet and Ray Scherr Forum Theatre). Public Works operations are supported by two primary facilities (the Municipal Services Center and the Hill Canyon Treatment Plant). The City also owns the Los Robles Greens Golf Course (18 holes and driving range) and related event/banquet facilities, operated under a management agreement.

    The City contracts for police services from the Ventura County Sheriff’s Office. Fire services are provided by the Ventura County Fire Protection District and recreation and park services are provided by the Conejo Recreation and Park District, a separate Special District.

    Project Details

    • Department: Information Technology
    • Department Head: Anthony Moore (Chief Technology Officer)

    Important Dates

    • Questions Due: 2026-05-22T00:00:00.000Z

    Evaluation Criteria

    • Acceptance Period

      Unless otherwise specified herein, the Proposal is firm for a period of Ninety (90) days.

    • Scope of Work

      The consultant will conduct a comprehensive, enterprise-wide assessment to evaluate redundancies, inefficiencies, and integration opportunities across both major and ancillary systems. This holistic review will ensure the City's ERP strategy is grounded in a complete understanding of its technology landscape and will result in a roadmap of clear recommendations for system integration, modernization, and long-term sustainability.

      Project Phasing Overview

      This ERP Assessment Project will be organized into the following project phases:

      Phase 1 - ERP Assessment and Scoping

      Phase 2 - ERP Request for Proposals (RFP) Development

      Phase 3 - RFP Process and Selection Support

      General Requirements

      • Coordinate closely with City staff and designated project leadership for appropriate governance support.
      • Provide regular progress updates and status reports.
      • Ensure that all deliverables are clear, actionable, and aligned with the City’s strategic and operational goals.

      Phase 1 – ERP Assessment and Scoping

      • Conduct a comprehensive review of the City’s current ERP system (CentralSquare Naviline) and all related major business processes, workflows, and data flows. Please refer to Attachment B for examples.
      • Evaluate the City’s existing systems to identify redundancies, integration gaps, and potential functions suitable for inclusion within a modern ERP.
      • Facilitate workshops with departmental stakeholders to document current processes and identify opportunities for improvement, standardization, and automation.
      • Assess business requirements across functional areas, including Finance, Human Resources, Payroll, Procurement, Computerized Maintenance Management, Customer Relationship Management, Asset Management, Service Desk, and Utility Billing.
      • Define high-level functional and technical requirements for a future ERP solution.
      • Provide a comprehensive reporting and analytics strategy that supports operational, financial, managerial, and executive-level reporting requirements. This may include:
        • Native ERP reporting tools
        • Embedded analytics modules
        • Integration with third-party Business Intelligence (BI) tools
        • Implementation of a data warehouse or data lake architecture
      • Assess organizational readiness for ERP modernization, identify areas requiring additional change management support, evaluate potential risks of resistance, and recommend a change management approach to support the ERP initiative.
      • Prepare a written Current State Assessment and Future State Design Report summarizing findings, improvement opportunities, and system integration recommendations.

      Key Deliverables:

      • Current and future state assessment
      • Business process and system improvement recommendations
      • Functional and technical requirements summary
      • System integration and consolidation recommendations
      • Presentation of key findings to the City’s project team

      Phase 2 – ERP Request for Proposals (RFP) Development 

      Building on Phase 1 results, the Consultant shall:

      • Develop a comprehensive ERP RFP document, including detailed functional and technical requirements, evaluation criteria, vendor response templates, and pricing structure.
      • Recommend an appropriate procurement and evaluation methodology consistent with City purchasing policies.
      • Coordinate with the City to finalize RFP content, ensuring alignment with the ITSP vision and project objectives.

      Key Deliverables:

      • Draft ERP RFP document for City Project Team review
      • Final ERP RFP document incorporating feedback from the draft review
      • Recommended RFP timeline and vendor communication plan

      Phase 3 – RFP Process and Selection Support

      The Consultant shall:

      • Assist the City throughout the ERP RFP process, including vendor outreach, pre-proposal meetings, scheduling demonstrations, and written clarifications.
      • Participate in proposal evaluations, demonstrations, and reference checks as a neutral advisor.
      • Provide technical and functional insight to support scoring consistency and documentation.
      • Support negotiation and final vendor selection recommendations.

      Key Deliverables:

      • RFP process project plan
      • Provide written clarifications to ERP vendor RFP questions
      • RFP response and demonstration scoring templates
      • Summary of vendor RFP responses and evaluation results
      • Coordinate vendor demonstrations
      • Final selection recommendation report

       


       
    • Introduction and Cover Letter

      Provide a cover letter describing your interest in this Request for Proposals (RFP):

      1. Provide the name, address, phone number, fax number, and email address of the contact person.
      2. If your firm is subcontracting portions of this work, please indicate the firms with which you will be partnering along with the name, address, phone number, fax number, and email address of the contact person. Indicate the task that will be subcontracted and how the subcontract work will be managed and checked for quality control.
    • Project Background Information and Purpose

      Information Technology Strategic Plan

      In January 2025, the City adopted a comprehensive Information Technology Strategic Plan (ITSP) establishing a five-year roadmap to modernize, integrate, and transform the City’s technology environment (Attachment A). The ITSP provides direction for how technology will be leveraged to enhance organizational efficiency, service delivery, and data-driven decision-making across all departments. The ITSP is organized around five strategic focus areas:

      • Innovative and Adaptable Technology Investments
      • User Experience and Customer Service
      • Data Accessibility for Decision-Making
      • Business Process Support and Training
      • IT Governance and Security

      This Enterprise Resource Planning (ERP) Assessment Project – identified as Initiative 1.3.F within the ITSP – represents a foundational step toward realizing these goals. This effort will establish the groundwork for selecting and implementing a modern ERP system that aligns with the City’s strategic objectives, supports operational excellence, and enables data-driven, customer-centric service delivery.

      Purpose of the ERP Assessment Project

      The City’s existing ERP system, CentralSquare Naviline, has supported core administrative functions for more than three decades. While the system remains reliable, it was designed for a previous era of technology and governance. Modern ERP solutions now extend well beyond traditional financial and human resources functions, offering integrated, user-focused, and data-driven capabilities that improve efficiency, automation, and informed decision-making.

      The purpose of this project is to ensure the City is fully prepared for a successful ERP implementation by conducting a comprehensive evaluation of existing business processes, workflows, and supporting systems. The results will define the opportunities and requirements needed to design a modern, efficient, and integrated ERP environment.

      The City will engage a professional consultant to lead the assessment, guide business process reviews, and translate findings into functional and technical requirements for the ERP RFP. The consultant will evaluate the City’s existing application landscape and provide recommendations regarding which opportunities exist for business functions and modules to be incorporated within the future ERP platform, which systems should remain standalone solutions, and where consolidation opportunities exist. This effort will establish a clear foundation for ERP procurement and implementation, ensuring that the City’s future solution aligns with organizational goals, maximizes value, and enables efficient, data-driven service delivery.

      Existing ERP System Overview

      The City currently utilizes CentralSquare Naviline, Version 9.1.23.2.0 (Naviline) as its ERP system. Naviline has been in place for more than three decades and supports a broad range of core business functions. 

      Modules currently in use include:

      • Fiscal Services
        • Accounts Receivable
        • Cash Receipts
        • Government Management and Budgetary Accounting (GMBA)
          • General Ledger
          • Disbursements
          • Budgeting
          • Reporting
        • Payroll/Personnel
        • Purchasing/Inventory
        • Continuing Property Records
        • Procurement Card Tracking
        • Year End Processing
        • Extended Reporting
      • Human Resources
        • Payroll/Personnel
        • Year end Processing
      • Community Services
        • Cash Receipts
        • Land/Parcel Management
      • Utilities
        • Customer Information System
        • Land/Parcel management
        • Cash Receipts
      • Public Works
        • Continuing Property Records
      • Other
        • Click2Gov Employee Self Service
        • Document Management Services
        • Building Inspections (Read only historical data for reference)
        • Building Permits (Read only historical data for reference)
        • Code Enforcement (Read only historical data for reference)

      The City’s technology environment includes numerous complementary systems and departmental applications implemented over time to address specific operational needs. Although the system continues to support daily operations, it does not easily integrate with many of the City's other systems and applications, creating inefficiencies, fragmented processes, duplicate data entry, and limited data visibility. 

      Citywide Systems Landscape

      As part of the ITSP, the City is planning to modernize several major business systems, including its Computerized Maintenance Management System (CMMS), Customer Relationship Management System (CRMS), and Service Desk Systems. These efforts reflect the City’s broader goal of improving integration, service delivery, and data accessibility across all operations. In addition to these major platforms, departments rely on a range of specialized business systems and software applications to support specific operational, administrative, and service delivery needs. As a result, the City’s current technology environment includes overlapping functionality, varying levels of integration, and fragmented data across systems.

      As the City plans for its future ERP environment, it recognizes the importance of evaluating this broader systems landscape in relation to the capabilities of modern ERP solutions, including where functions may be more effectively incorporated within the ERP platform, where separate systems should remain in place, and where integration or streamlining opportunities exist. This perspective is intended to support a well-informed ERP strategy that reflects the City’s operational needs, promotes appropriate integrations, and reduces unnecessary system complexity over time.

      The consultant’s work will help establish the foundation for the City’s ERP procurement and implementation by ensuring that requirements, integration needs, and process improvement opportunities are clearly defined and aligned with organizational goals.

    • Notice

      Notice is hereby given that sealed proposals will be received electronically, until Monday, June 8, 2026 before 5:00 pm local time, for performing all work necessary and incidental to:

      The City of Thousand Oaks invites proposals from qualified consulting firms to perform an Enterprise Resource Planning (ERP) assessment of the City’s existing ERP framework and associated business processes. The selected consultant will also provide vendor-neutral assistance with preparation of an ERP solicitation and the evaluation/selection process.

      Proposals shall be submitted via the City's eProcurement Portal:

      https://procurement.opengov.com/portal/toaks

      Submissions through the portal will be closed after the scheduled deadline and no proposals will be accepted after that time.

      Copies of the Proposal Package may be downloaded from the City's eProcurement Portal. Proposers are required to register with the City prior to downloading solicitation documents from the website and to be eligible to submit a proposal. Registration information is used to notify proposers via e-mail of addenda to procurement actions. You may view summary information about solicitations, but you must be registered at this site and logged in before you can download solicitation documents via the City's eProcurement Portal. When registering please use the following NIGP Codes: 92015.

    • Authorized Distributor.

      Successful Proposer must be an Authorized Distributor for the product offered, or with his Proposal, he must submit documentation from an authorized distributor from whom he has purchased the specified materials or equipment. Said documentation must state that the distributor will honor all manufacturers' warranties.

    • Proposal Information

      Proposers should note that the City desires and expects your Proposal to include those tasks and services that you believe may be required to complete the Scope of Work, based on your firm’s expertise and prior experience.

      Prepare a proposal to City of Thousand Oaks. The proposal shall address all tasks outlined below, and any additional tasks you believe are necessary, and your approach to accomplishing the same. Include meetings with key officials, stakeholders and expected number of presentations. Include a timeline and a fee proposal that describes the process and key milestones for completing the project on time and within budget.

      Reports, memoranda, and other documents furnished under this Scope of Work will be of a quality acceptable to the City. Deliverables must: be of neat appearance, complete, accurate, as error-free as possible, organized and technically and grammatically correct, reflect the incorporation of City and other agency review comments, and be checked to meet all of the contract requirements.

      Optional/Additional Scope - The Consultant shall list all other sub-tasks deemed necessary for successful completion of the project. This shall be broken down into sub-tasks, as appropriate, and the Consultant’s fee proposal should reflect the corresponding costs.

    • Proposal Opening/Rejection/Waiver

      All Proposals and/or Statement of Qualifications, irrespective of irregularities or informalities, will be opened at the time stipulated in the Request for Proposals (RFP) document. This is not a public opening. A tally of the names will be performed and may be released upon request. No other information will be released.

      The City of Thousand Oaks reserves the right to postpone the Submittal Deadline and opening of Proposal any time before the date and time announced in the Request for Proposals (RFP) or subsequent addenda. The dates listed in the "Timeline" section for the proposal review and contract award process are the tentative dates, and can be subject to change.

      City also reserves the right to waive non-substantial irregularities in any Proposal, to reject any or all Proposals, to reject or delete one part of a Proposal and accept the other, except to the extent that Proposals are qualified by specific limitations.

      The City reserves the right to reject the Proposal of any Proposer who previously failed to perform adequately for the City or any other governmental agency. The City expressly reserves the right to reject the Proposal of any Proposer who is in default on the payment of taxes, licenses or other monies due the City of Thousand Oaks.

    • Explanation of How Proposer Will Perform the Work

      Proposer must describe in detail how the requirements of this RFP will be met, and may provide additional related information with the proposal. The proposal should be presented in a format that corresponds to, and references, the sections outlined in the Scope of Work, and should be presented in the same order. Responses to each section and subsection should be labeled to indicate which item is being addressed. Proposal should be straightforward, concise and provide “layman” explanations of technical terms that are used. Emphasis should be concentrated on conforming to the RFP instructions and responding to the RFP requirements. Proposers should outline and describe their recommended governance structure for the ERP assessment project, including how governance will support cross-departmental collaboration, executive sponsorship, and timely decision-making. 

      If a complete response cannot be provided without referencing supporting documentation, you must provide such documentation with the proposal indicating where the supplemental information can be found.

    • Brand Names

      Manufacturers’ names, trade names, brand names, model and catalog numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for alternative brands that meet or exceed the quality of the specifications listed for any item.

    • Addenda Acknowledgment

      Each Proposal shall include specific acknowledgment of receipt of all addenda issued during the solicitation period. Failure to so acknowledge may result in the Proposal being rejected as not responsive. Each addendum must be acknowledged via the City's eProcurement Portal.

       

    • Phases/Services

      At this time the base agreement is anticipated to cover ______________ only at this time. ___________phases/services for the selected consultant may be issued as an amendment at a later date.

    • Authorized Signatures

      Every Proposal must be signed by the person or persons legally authorized to bind the Proposer to a contract for the execution of the work. Upon request of the City, any agent submitting a Proposal on behalf of a Proposer shall provide a current power of attorney certifying the agent’s authority to bind the Proposer. If an individual makes the Proposal, their name, signature, and post office address must be shown. If a firm or partnership makes the Proposal, the name and post office address of the firm or partnership and the signature of at least one of the general partners must be shown. If a corporation makes the Proposal, the Proposal shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person signing on behalf of the corporation. Upon request of the City, the corporation shall provide a certified copy of the bylaws or resolution of the board of directors showing the authority of the officer signing the proposal to execute contracts on behalf of the corporation.

    • For Material Goods or Equipment

      Proposals must include without limitation, written warranties, maintenance/service agreements, license agreements, and lease purchase agreements. The omission of these documents renders a proposal non-responsive.

      Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence, or are indicative of failure to comprehend the complexity and risk of this Request for Proposals (RFP), may be rejected.

    • Brand Substitutions

      Proposals will be considered on equipment or material complying substantially with specifications, provided each deviation is stated and each substitution is described in detail. Standard catalog sheets or technical data will not be accepted in lieu of this requirement. The City of Thousand Oaks will be the sole determiner of whether such substitutions are equivalent to the materials or equipment specified.

    • PROPOSAL REVIEW PROCESS AND AWARD OF CONTRACT

      The Proposal will be evaluated by a review committee of City staff using a two-stage selection process described below.

      The Committee will evaluate all Proposals and/or Statement of Qualifications received in accordance with the EVALUATION CRITERIA. The City reserves the right to establish weight factors that will be applied to the criteria depending upon order of importance. The criteria, however, are not listed in any order of preference. Weight factors and evaluation scores will not be released. The City is not obligated to accept the lowest Proposal, but will make an award in the best interests of the City after all factors have been evaluated.

    • Proposals Retention

      City reserves the right to retain all Proposals for a period of Ninety (90) days for examination and comparison.

    • Mandatory Pre-Proposal Meeting

      A mandatory pre-proposal meeting will be held at NO VALUE on NO VALUE at NO VALUE. Proposers are required to attend the pre-proposal meeting to be eligible to submit a proposal.

      If attending the pre-proposal meeting, please RSVP through the City’s e-Procurement Portal.

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, May 8, 2026

    • Tentative Schedule

      Please submit the tentative schedule recommended to perform each of the three phases of the project.

    • Phase 1 – Written Proposal Review/Finalist Candidates Selection.

      The City reserves the right to further negotiate the proposed work scope and/or method and amount of compensation.

      The Review committee may also contact and evaluate the Proposer's and subcontractor's references; contact any Proposer to clarify any response; contact any current users of a Proposer’s services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process.

      Discussions may, at the City’s sole option, be conducted with responsible Proposers who submit proposals determined to be reasonably susceptible of being selected for an award. Discussions may be for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and written revision of proposals. Revisions may be permitted after submissions and before award for obtaining best and final proposals. In conducting discussions, the City will not disclose information derived from proposals submitted by competing Proposers.

    • Compliance With OSHA.

      Proposer agrees that all item(s) offered comply with all applicable Federal and the State Occupational Safety and Health Act, laws, standards and regulations, and that Proposer will indemnify and hold the buyer harmless for any failure to so conform.

    • Optional Pre-Proposal Meeting

      An optional pre-proposal meeting will be held at NO VALUE on NO VALUE at NO VALUE.

      If attending the pre-proposal meeting, please RSVP through the City’s e-Procurement Portal.

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, May 8, 2026

    • Business License

      The selected Proposer and any sub-contractors/sub-consultants must have a valid City of Thousand Oaks Business License prior to execution of the contract. Additional information regarding the City’s Business License program may be obtained by going to the following website:

      https://toaks.gov/businesslicenses

       

    • Delivery Hours

      Unless otherwise specified, all items must be delivered to: (Buyer – insert delivery address or delete this clause), Monday through Friday, between the hours of 8:00 A.M. & 12:00 P.M. and 1:00 P.M. and 5:00 P.M., excluding holidays

    • Phase 2 - Oral Presentations/Interviews and Consultant Selection

      Finalist candidates may be invited to make a presentation to the Review Committee and answer questions about their proposal. The purpose of this second phase is two-fold: to present the project and to clarify and resolve any outstanding questions or issues about the proposal.

      Contract award will be based on a combination of factors that represent the best overall value for completing the work as determined by City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentation phase; and proposed compensation.

      A Notification of Intent to Award may be sent to any Proposer selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing Proposers unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City in its sole discretion may negotiate a contract with another Proposer or withdraw the RFP/Q.

    • Estimated Hours

      Please submit the estimated hours for Proposer staff in performing each phase of the work, including sub-consultants.

    • Delivery Time.

      The maximum time allowed for delivery is: (Buyer – insert the maximum number of days by which delivery must be made) from receipt of order. Time is of the essence of this contract. Proposer shall state earliest delivery time in his Proposal. The City reserves the right to cancel any order not received within the time stated by the Proposer in his Proposal. Delivery time will be a factor in award when a maximum time for delivery is stipulated herein. Solicitation documents will inform Proposer when delivery is a factor in award.

    • Services and Data

      Please identify any services and/or data Proposer needs from the City of Thousand Oaks in order to complete the work.

    • Cancellation Of Solicitation

      The City of Thousand Oaks may cancel this solicitation at any time.

       

    • No Pre-Proposal Meeting

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, May 8, 2026

    • Compliance With Laws

      The Proposal shall comply with current federal, state, and other laws relative thereto.

       

    • Proposer's Qualifications and Background

      Proposer must provide proof of qualifications and experience related to the area of proposed services.

      The Proposer's experience shall demonstrate expertise in ERP assessment and modernization projects, as well as a comprehensive understanding of enterprise technology environments, including integration of cloud-based business, collaboration, or communication systems (e.g., ERP, CRM, UCaaS).

      The Proposer’s experience shall be set forth and submitted, as follows:

      1. Company ownership. If incorporated, the state in which the company is incorporated and the date of incorporation.
      2. Location of company offices.
      3. Location of officer servicing any California accounts.
      4. Number of employees both locally and nationally.
      5. Locations from which employees will be assigned.
      6. Name, address, email address, and telephone number of the Proposer’s point of contact for this project.
      7. Company background/history and why Proposer is qualified to provide the services described in this Request for Proposals (RFP)
      8. Length of time Proposer has been providing services described in this RFP/Q. Please provide a brief description.
      9. A Statement of Qualifications of the proposed project team members, including identification of the project manager. Include specific experience in municipal government information technology management consultancy. Provide concise resumes for all staff to be assigned. Consultant must commit that the staff identified in its proposal will be actually assigned to this project.
      10. In the event the Consultant intends to subcontract any of the proposed work stated in its proposal, the Consultant shall submit the information required above for each proposed subcontractor.
    • Demonstration Of Product Offered.

      A demonstration of the item(s) offered may be required. If the demonstration cannot be performed at a City facility, the demonstration must be performed within a 60-mile radius of the (Purchasing) Office. Proposers shall indicate on their Proposal the location of the demonstration site. Proposals for item(s) that do not perform to the City’s satisfaction during the demonstration will be declared non-responsive and will not be considered for award of Proposal.

    • Solicitation Documents, Examination Of

      It is the responsibility of the Proposer to carefully and thoroughly examine the documents contained in this Request for Proposals (RFP). Proposer shall satisfy themselves as to the character, quantity, and quality of work to be performed and materials, labor, supervision or equipment necessary to perform the work as specified by this Request for Proposals (RFP). The failure or neglect of the Proposer to examine the Request for Proposals (RFP). Documents shall in no way relieve them from any obligations with respect to this solicitation. The submission of a proposal shall constitute an acknowledgment upon which the City may rely that the Proposer has thoroughly examined and is familiar with the Request for Proposals (RFP) and the project. No claim will be allowed for additional compensation that is based upon a lack of knowledge of any solicitation document.

    • F.O.B. Point & Shipping Charges

      All prices shall be quoted F.O.B. destination, freight prepaid, City of Thousand Oaks, California. All shipping, handling and freight charges must be shown separately on the Proposal form.

    • Negative History

      Proposer must include in their Proposal a complete disclosure of any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Proposer or in which the Proposer has been judged guilty or liable within the last 5 years.

      If there is no information to disclose then, Proposer must affirmatively state there is no negative history.

      Failure to comply with the terms of this provision will disqualify any proposal. The City reserves the right to reject any Proposal based upon the Proposer’s prior history with the City or with any other party, which documents, without limitation, unsatisfactory performance, adversarial or contentious demeanor, significant failures to meet contract milestones or other contractual failures.

    • Cost Of Proposal

      The City is not liable for any costs incurred by Proposers before entering into a formal contract. Costs of developing the proposals or any other such expenses incurred by the Proposer in responding to the Request for Proposals (RFP) are entirely the responsibility of the Proposer, and shall not be reimbursed in any manner by the City.

    • Manufacturer & Model Number.

      Proposer must state the manufacturer name and model number of each item proposed in this Proposal.

    • Client References

      A minimum of three references from similar projects performed (references from local government clients are preferred) within the last five years must be provided. Information provided shall include:

      1. Client name, client Project Manager, address, telephone number, and email address. If client is not a local government, please indicate the type of business.
      2. Type of service provided to client.
      3. Project description.
      4. Project dates (starting and ending).
      5. Staff assigned to that project.
      6. Discuss final outcome.
    • Definition Of Terms

      For the purposes of this RFP/Q, the following definitions apply:

      1. City of Thousand Oaks and City. City of Thousand Oaks and City are used interchangeably and are synonymous with one another.
      2. Contractor/Consultant. Same as Successful Proposer.
      3. Review Committee. An independent committee established by the City to review, evaluate, and score the proposals, and to recommend award of the proposal determined by the committee to be in the best interest of the City.
      4. May/Should. Indicates something that is not mandatory. Failure to do what “may" or "should" be done will not result in rejection of your proposal.
      5. Must/Shall. Indicates a mandatory requirement. A proposal that fails to meet a mandatory requirement may be deemed non-responsive and not be considered for award.
      6. Proposer. The person or firm making the offer.
      7. Proposal and/or Statement of Qualifications. The offer presented by the Proposer.
      8. RFP/Q. Acronym for Request For Proposals / Request for Qualifications.
      9. Submittal Deadline. The date and time on or before all proposals must be submitted.
      10. Successful Proposer. The person, contractor, or firm to whom the award is made.
    • Compensation

      Proposal must list Maximum Payment in a not to exceed amount, as well as providing a breakdown of cost to complete the work including, but not limited to, hourly rates, reimbursables and maximum anticipated cost.

    • New And Unused.

      Unless specifically provided to the contrary, all material and equipment shall be new and unused and of the current production year. Proposals that are received for other than the current production year or for items and materials that have been previously used will be rejected.

    • Safety Standards

      Item(s) offered by the Proposer must conform to Safety Orders of the State of California, Division of Industrial Safety.

    • Compensation - For Materials and Equipment

      Proposal must list Maximum Payment in a not to exceed amount, as well as providing a breakdown of cost to complete the work including, but not limited to, hourly rates, reimbursables and maximum anticipated cost, and unit cost for equipment.

    • Disqualification Of Proposer

      If there is reason to believe that collusion exists among the Proposers, the City may refuse to consider any Proposal from participants in such collusion. No person, firm, or corporation under the same or different name, shall make, file, or be interested in more than one Proposal for the same work unless an alternate Proposal is called for. A person, firm, or corporation who has submitted a sub-Proposal to a Proposer, or who has quoted prices on materials to a Proposer, is not thereby disqualified from submitting a sub-Proposal or quoting prices to other Proposers. Reasonable ground for believing that any Proposer is interested in more than one Proposal for the same work will cause the rejection of all Proposals for the work in which a Proposer is interested. If there is reason to believe that collusion exists among the Proposers, the City of Thousand Oaks may refuse to consider all Proposals from participants in such collusion. Proposers shall submit as part of their Proposal documents the completed Non-Collusion Affidavit provided herein.

    • Demonstrated Competence and Professional Qualifications

      Services for professional architectural, landscape architectural, engineering, environmental, land surveying, or construction project management shall be on the basis of demonstrated competence and on the professional qualifications necessary for the satisfactory performance of the services required.

    • Samples.

      For evaluation purposes, samples may be requested from any Proposer. Samples shall be provided at no charge unless Proposer indicates on his Proposal the charge for samples. The City reserves the right to consume samples for testing purposes. The City may retain samples until delivery and acceptance of contracted items. Proposer shall remove samples at his expense within (30) days of request by the City.

    • Documents To Be Returned With Proposal or Statement of Qualifications

      Failure to completely execute and submit the required documents before Submittal Deadline may render a proposal non-responsive. The documents that must be returned by the Submittal deadline are listed in the "Vendor Questionnaire" section.

       

    • Testing

      After delivery, random samples may be submitted to a commercial laboratory, or other inspection City, for testing to determine if they conform to the specifications. In cases where tests indicate the samples do not meet specifications, the cost of the testing shall be borne by the contractor. When tests indicate the materials do not meet specifications, the City reserves the right to cancel the award and purchase the goods in the open market at the expense of the Proposer.

    • Execution Of Agreement

      The Successful Proposer will be required to execute an agreement in the form attached to this Request for Proposals (RFP) and comply with all requirements of said Agreement. In case of failure of the Successful Proposer to execute and return the contract and all required documents within the time allowed, the City may, at its option, consider that the Proposer has abandoned the contract, in which case the Proposal Security Bond, if one was required, shall be forfeited by the Proposer and become the property of the City.

    • Prevailing Wage and Apprenticeship

      The work described herein may be a “public work”, as defined in Labor Code Section 1771, thus obligating Contractor/Consultant and subcontractor to pay prevailing wages under the California Labor Code. Contractor/Consultant and subcontractor agrees to indemnify, defend and hold City harmless from any claim that prevailing wages should have been paid, and shall be liable for the payment of the same and any penalties thereon. It is the responsibility of the Proposer to be familiar with the California Labor Code, and failure or neglect of the Proposer to understand the California Labor Code shall in no way relieve him from any obligations. 

      Labor Code section 1777.5 requires the use of qualified apprentices by all trades, regardless of the dollar amount of their portion of the work, on public works contracts over $30,000. Apprentices shall be used at no less than the ratio required by law, and shall be paid at the prevailing wage for apprentices in the trade for which they are registered. It is Contractor/Consultant’s sole responsibility to ensure that they and their subcontractors comply with the specific requirements of section 1777.5.

    • Conflict Of Interest

      Proposer covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. Contractor certifies that to the best of his knowledge, no one who has or will have any financial interest under this contract is an officer or employee of the City of Thousand Oaks.

    • Warranty, Manufacturer.

      A copy or description of the manufacturer’s warranty shall accompany each Proposal for the item(s) proposed, detailing the scope and length of the warranty. Specify in detail the following:

      a. The length and terms of the warranty/maintenance and service provided with each item.

      b. For each item, Proposers must specify if subcontractors will perform warranty/maintenance/service, location(s) where warranty/maintenance/ service will be performed, along with contact name and phone number for each location.

       

    • Questions And Comments

      Questions and comments regarding this solicitation must be submitted in writing via the City's eProcurement Portal before Thursday, May 21, 2026 Any response will be answered in the Question and Answer section of the project and/or in a form of an addendum and will be sent as promptly as is practical to all parties registered with the City pursuant to the Registration Section set out below. All such addenda shall become a part of the Request for Proposals (RFP). Any prospective Proposer who obtained the Request for Proposals (RFP) from anyone other than the City is responsible for registering with the City to receive subsequent Addenda.

    • Warranty, Proposer

      Successful Proposer shall fully warrant all materials and equipment furnished under the terms of this contract, against poor and inferior quality, for a period of not less than one (1) year from date of the final acceptance by the City. Time is of the essence of this contract. While under warranty, successful Proposer shall repair or replace inoperable materials or equipment in a timely manner to minimize the disruption of City operations.

       

       

    • Price Discrepancies

      In the event that there are unit price items in a Proposal schedule and the "amount" indicated for a unit price of an item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly. If there is more than one item in a proposal schedule, and the total indicated for the schedule does not agree with the sum of prices of the individual items, the prices given for the individual items shall govern and the total for the schedule will be corrected accordingly. The Proposer will be bound by said corrections.

    • Any Other Information

      Please submit any other information which would assist City in making this contract award decision.

    • Submittal

      Required delivery method for submitting proposals is electronically via the City's eProcurement Portal. The Proposal will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must bear original signatures and figures prior to being scanned/uploaded. If no document can be identified as bearing original signatures, Proposer's proposal may be rejected at the discretion of the City.

    • Proposal Deadline

      Proposals shall not be accepted after Monday, June 8, 2026 at 5:00 pm. The City reserves the right to extend the Submittal Deadline when it is in the best interest of the City.

    • Registration

      Proposers are required to register with the City prior to downloading documents from the website and to be eligible to submit a Proposal. This information is used to notify Proposers via e-mail of addenda to procurement actions. You may view summary information about solicitations but you must be registered at this site and logged in before you can download solicitation documents: https://procurement.opengov.com/portal/toaks

      Proposer, when registering please identify NIGP Codes: 92015. Additional codes can be added based on the products or services your business provides. Those needing assistance registering at the website may contact Grace Ng, Assistant Analyst, (805) 449-2239; e-mail: gng@toaks.gov.

      Solicitations may be downloaded by vendors who have registered online at the City’s Purchasing website. A Proposer who fails to register with the City as outlined above shall be deemed non-responsive and not be considered for award.

    • Proposal or Statement of Qualifications Modifications

      Any Proposer who wishes to make modifications to a proposal already received by the City must withdraw their proposal via the City's eProcurement Portal in order to make the modifications. All modifications must be properly initialed by Proposer’s authorized representative, executed, and submitted in accordance with the terms and conditions of this solicitation. It is the responsibility of the Proposer to ensure that a modified or withdrawn Proposal is resubmitted before the Submittal Deadline.

    • Proposal or Statement of Qualifications Withdrawal

      A Proposer may withdraw their Proposal, without prejudice prior to the time specified for the proposal opening, via the City's eProcurement Portal.

    • Confidential Information

      The original copy of each NO VALUE submitted to the City shall be retained for official files and will become public record after the notice regarding award of a contract. Please note that pricing information in a NO VALUE submitted to a government agency is not confidential.

      If a NO VALUE contains confidential information protected by a statutory exemption, a Proposer may clearly label that part of the NO VALUE as "CONFIDENTIAL" and list the statute which exempts the information from disclosure. The “CONFIDENTIAL” part of the NO VALUE shall be uploaded in the Vendor Questionnaire section, separate from the rest of the NO VALUE. If no part of the NO VALUE is segregated and marked confidential, the absence of such designation or marking shall constitute a complete waiver of all claims for damages caused by any release of the information. If a public records request for labeled information is received by the City, the City will make reasonable efforts to notify the Proposer of the request and delay access to the material for up to five working days after notification to the Proposer. During that time, it will be the duty of the Proposer to obtain a protective order of its labeled information. Failure to so act in that time shall constitute a complete waiver.

      If specific parts of the NO VALUE are claimed to be exempt by statute and if the Proposer obtains a protective order from a court of law, the City will withhold only those portions that are protected and disclose the remainder as required under the California Public Records Act.

      A NO VALUE labeled in its entirety as “CONFIDENTIAL” will be considered non-responsive and will not be considered.

    • Levine Act Compliance

      California Government Code section 84308 (Levine Act) prohibits any Thousand Oaks City Council member from participating in any action related to a contract, agreement, or franchise agreement (excluding labor or competitively bid contracts) if the Council member receives a campaign contribution totaling more than $500 (aggregated) from the party to the contract, agreement or franchise agreement, their agents, or any financially interested participant who actively supports or opposes the matter within the previous twelve (12) months. Council members must also disclose any eligible campaign contribution received on the record of the proceeding.


      Council members are prohibited from accepting, soliciting, or directing a campaign contribution of more than $500 (aggregated) from a party, their agent/representative, or a financially interested participant during a proceeding and for 12 months following the date a final decision is made. In addition, a party, their agent/representative, or a financially interested participant is prohibited from contributing more than $500 (aggregated) to a Council member during a proceeding and for 12 months following the date a final decision is made.

      The Levine Act also requires parties to certain contracts, agreements, or franchise agreements to disclose any campaign contribution over $500 (aggregated) within the preceding twelve (12) months by the party to the agreement, contract, or franchise agreement and their agents. The Levine Act does not apply to competitively bid, labor, or personal employment contracts.


      All proposals must include completion of the Levine Act Disclosure Form.

    Submission Requirements

    • NON-COLLUSION AFFIDAVIT FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

       

    • LEVINE ACT DISCLOSURE FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • PROPOSED EQUIPMENT AND MATERIAL MANUFACTURES FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • EQUIPMENT AND MATERIAL COST PROPOSAL/SCHEDULE FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • PROPOSAL (required)

      Please upload your proposal.

    • COST PROPOSAL (required)

      Please upload your cost proposal in this section separately from the rest of your proposal. 

    • W-9 (required)

      Please submit your company's W-9 form. 

    • CONFIDENTIAL INFORMATION

      Upload a separate document containing only the information you consider confidential under law, including under Government Code Section 7927.605: “corporate financial records, corporate proprietary information including trade secrets, and information relating to siting within the state furnished to a government agency by a private company for the purpose of permitting the agency to work with the company in retaining, locating, or expanding a facility within California.” As you are submitting a Proposal to a government agency, note that pricing information is not confidential.

      Clearly label your separated document containing confidential information as “CONFIDENTIAL”, and include the law or legal authority which exempts the information from disclosure; then submit it in the response below. 

      If there is no confidential portion of the proposal, a response to this question is not required. 

    • NIGP Category Codes (required)

      Please enter the NIGP Category Codes for this project:

    • Type of Solicitation (required)

      Please select the type of solicitation. Descriptions for each type are below.

      Request for Proposals: Involves inclusion of a specific proposal for services to provide for the City's description of the work through provision of a detailed scope of work and allocation of manpower and resources.

      Request for Qualifications: A RFQ does not include a detailed proposal or scope of work, but rather involves the provision of qualifications of the consultant to perform based on the City's general description of work and the consultant's expression of experience, expertise, and/or qualification to do that work based on similar work done (Government Code Section 4526).

      Request for Proposal/Qualifications: Combining both the RFP and RFQ - an RFP/Q Involves both inclusion of a specific proposal for services and also the provision of qualifications of the consultant to be performed.

    • Labor Type (required)

      Please choose the option that best describes the labor requirements.

    • Pre-Proposal Conference (required)

      Please select the correct statement amount the pre-proposal conference:

    • Summary of Product and/or Services (required)

      Please provide the summary of product and/or services. You can copy and paste what you have in the Summary section here. This will show as the short description in the notice.

    • Is this RFP/RFQ for Materials or Equipment? (required)
    • Is this RFP/Q for Labor or Services? (required)
    • Is this RFP/Q for General Services or Professional Services? (required)
    • Time Frame for References (required)

      For the Client References section, decide what is the appropriate time frame for references from similar projects performed.

      Example: three (3) years

    • Acceptance Period Time frame (required)

      Please enter the period time follow the example. Your answer will populate the blank space.

       

      Acceptance Period. Unless otherwise specified herein, proposals are firm for a period of __________

       

      Example: ninety (90) days, one hundred twenty (120) days, etc.

    • Will you use an electronic pricing table? (required)
    • Type of Vendor Submission (required)

      Will the vendor be submitting a proposal or a statement of qualifications?

    • Separate Cost Proposal (required)

      Do you want the cost proposal to be submitted separately from the rest of the proposal? 

    Key dates

    1. May 8, 2026Published
    2. June 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.