Loading...
HomeMy WebLinkAbout1994-10-11; City Council; 12896; AWARDING CONTRACT TO MCGLADREY AND PULLEN TO ASSIST CITY IN EVALUATING AND SELECTING A FINANACIAL INFORMATION SYSTEMM” MTG, /bc%/-(;;.c;i DEPT. FIN 4 AWARDING OF CONTRACT TO MCGLADREY & PULLEfdcITY A’ TO ASSIST CITY IN EVALUATING AND SELECTING A FINANCIAL INFORMATION SYSTEM CITY M i 9 2 0 LE Q, z 0 F 0 a 6 z 3 0 0 Y OF CARLSBAD - AGWUA BILL ---<7 G ‘a TAB# ~~8~~ wm DEPT. I RECOMMENDED ACTION: Adopt Resolution No.qy-295 authorizing the Mayor to sign a contract witt McGladrey & Pullen to assist the City in evaluating and selecting a financia information system. ITEM EXPLANATION: The City’s current financial information system is approximately 10 years old. Duc to its basic design and age, the system is no longer able to keep up with thc increasing demand for timely financial information which is vital to the City’: management. With the advent of newer technology, systems are now availablc to the City which will provide this information as well as perform many of thc repetitive data entry tasks, thus saving thousands of employee hours annually. The first step in this process is to evaluate and document the City’s needs. Nexi the City will develop a Request for Proposal (RFP) for the necessary software an( hardware to address the identified needs. In March 1994, Council authorized sta to proceed with the selection of a consultant to assist the City in performing thes steps. A committee was formed to select the consultant which consisted of represent: tives from seven different departments within the City. The committee develope( the RFP and sent it to various consulting firms located throughout the Unite( States. Nine (9) proposals were received in answer to the RFP. The proposal were evaluated by the committee and five (5) finalists were selected for interviews The City was very fortunate to receive such a strong response to our initial RFF however, it did make the selection more difficult. All five consultants which wer interviewed had excellent qualifications and references. Based on the interviews and after much discussion, the committee selected th firm of McGladrey & Pullen as their recommendation for the project consultan McGladrey & Pullen is the nation’s eighth largest accounting and consulting firr with offices throughout the U.S. Our project will be staffed by individuals in bot their Southern California Consulting Group and their National lnformatio Technology Consulting Group. The individuals assigned to our project have great deal of experience in providing software evaluation and selection service to other governmental agencies as well as private companies. They have a hig degree of technical knowledge and a strong background in government accounting. In addition, their fees were competitive with the other proposal received. The services McGladrey & Pullen will provide include a needs analysis t determine the City’s informational system requirements for both now and in thc i , W PAGE TWO OF AGENDA BILL NO. /&! gqd7 future, an RFP for software and hardware that can be distributed to appropriate vendors and an evaluation of the responses to the RFP. The attached agreement (Exhibit 2’ contains additional details of the contracted services and other background informatior about McGladrey & Pullen. At the completion of the consultant’s services, the City will have selected software anc hardware and completed contract negotiations with the vendors. It is anticipated that tht consultant’s work will take approximately six months. Upon finalizing the recomrnenda tions for the hardware and software solutions, staff will return to Council for authorizatior to award the contract and begin implementation of the system. Implementation of thc complete system will probably take another six months to a year. FISCAL IMPACT: The 1994-95 Capital Improvement Program shows an appropriation of $900,000 for thii project. The total cost for the system may vary depending upon the results of thc consultant’s work. The funding has come from the following sources: General Fund Balance $580,000 Water District 50,000 Sewer Fund 50,000 Data Processing Fund 220,000 TOTAL $900,000 The fees for the consultant, McGladrey & Pullen, are not to exceed $54,000 including a travel expenses. They will be paid from the amounts previously appropriated in th 1994-95 CIP. EXH! BITS: 1. Resolution No. yq*&!$sauthorizing the Mayor to sign a contract with McGladrey t Pullen to assist the City in evaluating and selecting a financial information systerr 2. Agreement between the City of Carlsbad and McGladrey & Pullen for profession{ services in the capacity of independent information systems consultant. - -. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 W W EXHIBIT 1 RESOLUTION NO. 94 -285 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING THE MAYOR TO SIGN A CONTRACT WITH MCGIADREY & PUUN TO ASSIST THE CITY IN EVALUATING AND SELECTING A FINANCIAL INFORMATION SYSTEM WHEREAS, the City's current financial information system is approximately 10 years old and is no longer able to keep up with the increasing demand for timely information required for the management of the City; and WHEREAS, a new financial information system will allow the City to save thousands of hours annually in employee time by eliminating duplication of data entry; and WHEREAS, the Council adopted Resolution No. 94-82 on March 14, 1994 authorizing staff to proceed with the selection of a consultant to assist in the analysis of the City's financial information needs and with the selection of software and hardware to fulfill those needs; and WHEREAS, staff requested and evaluated proposals from a number of consulting firms; and WHEREAS, staff is recommending the selection of McGladrey & Pullen as the consutting firm to assist the City with the aforementioned tasks based on their background, experience of their personnel and competitive fees; and WHEREAS, sufficient funds have been previously appropriated as reflected in the 1994-95 Capital Improvement Program adopted by City Council on June 21, 1994. Ill Ill Ill - *. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27. 28 m m NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Mayor is authorized to execute the attached contract (Exhibit 2) between the City of Carlsbad and McGladrey & Pullen for professional services in the capacity of independent information systems consultant to provide assistance in the analysis of the City's financial information needs and the selection of software and hardware to fulfill those needs. 3. That funds are available in the General Capital Construction fund for the payment of the contract. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council on the 1 lth day of OCTOBER , 1994, by the following vote, to wit: AYES: Council Members Lewis, Stanton, Kulchin, Nygaard, NOES: None ABSENT: None I ATTEST: I - l2Je&Ah (SEAL) ALETHA L RAUTENKRANZ, City Clerk 1 \. W W EXHIBIT 2 AGREEMENT THIS AGREEMENTl made and entered into as of the I 3 +h day of QC~ a€~ , 1994 by and between the CilY OF CARLSBAD, a municipal corporation, hereinafter referred to as "Cityt1, and McGLADREY & PULLEN, hereinafter referred to as "Consultant". RECITALS City requires the services of a Consultant to perform professional services in the capacity of independent information systems consultant, providing the necessary guidance in evaluating the City's information systems needs, as well as facilitating the selection of systems which will satisfy current and future information systems requirements; and Consultant possesses the necessary skills and qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Consultant agree as follows: 1. CONSULTANT'S OBLIGATIONS Consultant will provide professional services as stated in SECTION 111. DETAILEC PROPOSAL of the Consultant's Proposal for Systems Selection (Exhibit A). The lasl sentence of SECTION 111, B, 8. is amended to read "Based on these discussions, we wil determine the most appropriate vendors for further consideration and will schedulc demonstrations of the top two or three systems." In addition, the second paragraph c SECTION 111, E, is amended to read as follows: Our fees for providing these service's are based on our standard hourly rates. OL not-to-exceed fees, including travel expenses, for providing the services outlined i this proposal will be $54,000 if attendance at three vendor demonstrations ar Page 1 of 11 - .- W W requested or $49,000 if attendance at only two vendor demonstrations are requested. Our normal policy is to bill monthly for services provided. 2. CITY OBLIGATIONS The City shall comply with the obligations stated in the Request for Proposals (RFP: for Systems Consultant, dated June 1, 1994 (on file in the City's Finance Department and shall make personnel available for meetings and discussion as needed for thl completion of the project. 3. PROGRESS AND COMPLETION The work under this contract will begin within twenty-five (25) days after receipt c notification to proceed by the City and be completed within one year from the date c such notification. Extensions of time may be granted if requested by the Consultant ani agreed to in writing by the Finance Director. The Finance Director will give allowanc for documented and substantiated unforeseeable and unavoidable delays not caused t a lack of foresight on the part of the Consultant, or delays caused by City inaction f other agencies' lack of timely action. 4. FEES TO BE PAID TO CONSULTANT The total shall not exceed the fee payable according to Paragraph 6, "Payment Fees," and shall be as stated in SECTION Ill. E. DETAILED PROPOSAL of tl Consultant's Proposal for Systems Selection (Exhibit A) with a maximum not exceed f of $54,000, including travel expenses. No other compensation for services will allowed except those items covered by supplemental agreements per Paragraph "Changes in Work." The City reserves th'e right to withhold a ten percent (1 0%) retenti until the project has been accepted by the City. Page 2 of 11 - ... W U 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. This contract may be extended by the City Manager for one (1) additional year, or parts thereof, based upon a review of satisfactory performance and the City’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. 6. PAYMENT OF FEES Payments will be made on the basis of hours of work completed during the course of the engagement and out-of-pocket expenses incurred in accordance with the firm’s dollar cost bid proposal. Interim billing shall cover a period of not less than a calendar month. 7. FINAL SUBMISSIONS The Consultant shall deliver to the City the reports listed in SECTION 111. C. DETAILED PROPOSAL of the Consultant’s Proposal for Systems Selection Assistancc (Exhibit A) within seven days of completion and approval of the report by the City. 8. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Consultant or the City and informal consultations with the other party indicate that a change in the condition of the contract is warranted, the Consultant or the City may request a change in contrac Such changes shall be processed by the City in the following manner: A letter outlinin the required changes shall be forwarded to the City by Consultant to inform them of th proposed changes along with a staterrlent of estimated changes in charges or tin schedule. A supplemental agreement shall be prepared by the City and approved t the City according to the procedures described in Carlsbad Municipal Code Sectic Page 3 of 11 - .. W W 3.28.172. unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES Such supplemental agreement shall not render ineffective or invalidate The Consultant warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Consultant, to solicit 01 secure this agreement, and that Consultant has not paid or agreed to pay any cornpan) or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award 01 making of this agreement. In addition, the Consultant warrants that they will not receivc any fee, commission, percentage, brokerage fee, gift, or any other consideration from any vendor upon the purchase or award of contract by the City for any hardware o software products. For breach or violation of this warranty, the City shall have the rigt to annul this agreement without liability, or, in its discretion, to deduct from th agreement price or consideration, or otherwise recover, the full amount of such fee commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Consultant shall comply with the state and federal laws regardin nondiscrimination. 11. TERMINATION OF CONTRACT In the event of the Consultant’s failure to prosecute, deliver, or perform the work i provided for in this contract, the City may terminate this contract for nonperformance t notifying the Consultant by certified m’ail of the termination’ of the Consultant. TI Consultant, thereupon, has five (5) working days to deliver said documents owned I the City and all work in progress to the Finance Director. The Finance Director sh Page 4 of 11 .. W make a determination of fact based upon the documents delivered to City of the percentage of work which the Consultant has performed which is usable and of wortt- to the City in having the contract completed. Based upon that finding as reported to the City Manager, the Manager shall determine the final payment of the contract. 12. DISPUTES If a dispute should arise regarding the performance of work under this agreement the following procedure shall be used to resolve any question of fact or interpretation no otherwise settled by agreement between parties. Such questions, if they becornc identified as a part of a dispute among persons operating under the provisions of thi' contract, shall be reduced to writing by the principal of the Consultant or the City Financi Director. A copy of such documented dispute shall be forwarded to both partie involved along with recommended methods of resolution which would be of benefit t both parties. The City Finance Director or principal receiving the letter shall reply to th letter along with a recommended method of resolution within ten (10) days. If tt- resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining tt- dispute shall be forwarded to the City Council for their resolution through the Office t the City Manager. The City Council may then opt to consider the directed solution to tl problem. In such cases, the action of the City Council shall be binding upon the partic involved, although nothing in this procedure shall prohibit the parties seeking remedil available to them at law. 13. SUSPENSION OR TERMINATION OF SERVICES - This agreement may be terminated'by either party upon tendering thirty (30) d2 written notice to the other party. In the event of such suspension or termination, up request of the City, the Consultant shall assemble the work product and put same Page 5 of 11 .. W W order for proper filing and closing and deliver said product to City. In the event of termination, the Consultant shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. 14. STATUS OF THE CONSULTANT The Consultant shall perform the services provided for herein in Consultant’s owr way as an independent contractor and in pursuit of Consultant’s independent calling, anc not as an employee of the City. Consultant shall be under control of the City only as tc the result to be accomplished, but shall consult with the City as provided for in thc request for proposal. The persons used by the Consultant to provide services under thi: agreement shall not be considered employees of the City for any purposes whatsoevei The Consultant is an independent contractor of the City. The payment made to thl Consultant pursuant to the contract shall be the full and complete compensation to whic the Consultant is entitled. The City shall not make any federal or state tax withholding on behalf of the Consultant or his/her employees or subcontractors. The City shall nc be required to pay any workers’ compensation insurance or unemployment contribution on behalf of the Consultant or his/her employees or subcontractors. The Consultar agrees to indemnify the City for any tax, retirement contribution, social security, overtin payment, unemployment payment or workers’ compensation payment which the Ci may be required to make on behalf of the Consultant or any employee or subcontract of the Consultant for work done under this agreement. Page 6 of 11 .. W U The Consultant shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Consultant shall cause all specifications to conform to all applicable requirements of law: federal, state and local. Consultant shall provide all necessaq supporting documents, to be filed with any agencies whose approval is necessary. The City will provide copies of the approved documents to any other agencies, i necessary. 16. OWNERSHIP OF DOCUMENTS - All plans, studies, reports, and specifications as herein required are the property c the City, whether the work for which they are made be executed or not. In the event thi contract is terminated, all documents, plans, specifications, reports, and studies shall b delivered forthwith to the City. Consultant shall have the right to make one (1) copy c the documents for hidher records. 17. REPRODUCTION RIGHTS The Consultant agrees that all copyrights which arise from creation of the wo pursuant to this contract shall be vested in City and hereby agrees to relinquish all clain to such copyrights in favor of City. City acknowledges that Consultant owns copyrigh to SelectTM and all related products. Page 7 of 11 *. a W 18. HOLD HARMLESS AGREEMENT The City, its officers, and employees shall not be liable for any claims, liabilities penalties, fines, or any damage to goods, properties, or effects of any person whatever nor for personal injuries or death caused by, or resulting from, any intentional o negligent acts, errors or omissions of Consultant or Consultant’s agents, employees, o representatives. Consultant agrees to defend, indemnify, and save free and harmless thi City and its officers and employees against any of the foregoing claims, liabilitie: penalties or fines, including liabilities or claims by reason of alleged defects in any plar and specifications, and any cost, expense or attorney’s fees which are incurred by tt- City on account of any of the foregoing. 19. ASSIGNMENT OF CONTRACT The Consultant shall not assign this contract or any part thereof or any monies dL thereunder without the prior written consent of the City. 20. SUBCONTRACTING The Consultant shall not subcontract any of the work to be performed under th contract by the Consultant unless specifically approved in writing by the City. If tt Consultant shall subcontract any of the work to be performed under this contract by t Consultant, Consultant shall be fully responsible to the City for the acts and omissi0 of Consultant’s subcontractor and of the persons either directly or indirectly employ by the subcontractor, as Consultant is for the acts and omissions of persons direc employed by Consultant. Nothing contained in this contract shall create any contract! relationship between any subcontractor of Consultant and the City. The Consultant sf bind every subcontractor and every subcontractor of a subcontractor by the terms oft Page 8 of 11 .. W U contract applicable to Consultant's work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. 21. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, 01 approving of this agreement, shall become directly or indirectly interested personally ir this contract or in any part thereof. No officer or employee of the City who is authorizec in such capacity and on behalf of the City to exercise any executive, supervisory, o similar functions in connection with the performance of this contract shall become directl! or indirectly interested personally in this contract or any pad thereof. 22. VERBAL AGREEMENT OR CONVERSATION c No verbal agreement or conversation with any officer, agent, or employee of the Cit, either before, during or after the execution of this contract, shall affect or modify any c the terms or obligations herein contained nor entitle the Consultant to any additioni payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, "Hold Harmless Agreement," all term! conditions, and provisions hereof shall insure to and shall bind each of the partie hereto, and each of their respective heirs, executors, administrators, successors, ar assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day arld year first written abov Page 9 of 11 .. W W 25. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Consultant will not be required to file a conflict of interest statement as a requirement of this agreement. However, Consultant hereby acknowledges that Consultant has the legal responsibility for complying with the Politica Reform Act and nothing in this agreement releases Consultant from this responsibility. 26. INSURANCE The Consultant shall obtain and maintain policies of general liability insurance automobile liability insurance, and a combined policy of worker’s compensation anc employers liability insurance from an insurance company authorized to do business ir the State of California which meets the requirements of City Council Resolution No. 91 403 in an insurable amount of not less than one million dollars ($1,000,000) each, unles a lower amount is approved by the City Attorney or the City Manager. This insuranc shall be in force during the life of this agreement and shall not be canceled without thirt (30) days prior written notice to the City sent by certified mail. The City shall be named as an additional insured on these policies. The Consultar shall furnish certificates of insurance to the City before commencement of work. Ill I// Ill 111 Ill Ill Page 10 of 11 a W Executed by Consultant this 4” day of , 1994. CONSULTANT: McGLADREY & PULLEN CITY OF CARLSBAD, a municipal corporation of the State of California d@ ( Mayor AllEST: GecKU4 A/- I Jd /G( (print nkme here) / rvlc GLfhJ4fLl(e,h &I. 4 w (title and organization of sidnatory ALETHA L. RAU‘TENKRANZ City Clerk (Proper notarial acknowledgment of execution by CONSULTANT must be attached.) (President or vice-president and secretary or assistant secretary must sign fo corporations. If only one officer signs, the corporation must attach a resolution certifiec by the secretary or assistant secretary under corporate seal empowering that officer tc bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY ~k l2epuQ City Attorney ,b dL--9$ Page 11 of 11 0 e - I 194 County of k Acknowledged before me this ydday Of&h,m My commission expires 1/11 /79 * U / cy say SteinAauxez DAKOTA COUNTY 7 e.#./..".... .. NOTARY PUBLIC - MlNHfSOTA Y commirrlon expirea 1-11-99 /. .. *-..--,. c.v- - *-~-----. EXHIBIT A 1.- 0 0 R- I I 1 1 1 I I I 1 I I 1 I I I i I CSI tlilijcd Pubiic Arcountanps anti Consultants II 0 e 1 I I I I 1 I I 1 1 s I 1 I I I RSI internat CGLADREY & PULLEN 1- maM Certified Public Accountants and Consultants September 7, 1994 Ms. Lisa Hildabrand Finance Director City of Carlsbad 1200 Carlsbad Village Drive I Carlsbad, California 92008 Dear Ms. Hildabrmd: McGladrey & Pullen is pleased to present this proposal to assist the City of Carlsbad in the evaluation, selection and implementation of data processing systems. Our Firm has extensive experience in assisting local governmental entities in the evaluation of their information systems needs, and the implementation of systems which will satisfy current and future requirements. McGladrey & Pullen is not affiliated with any hardware or software vendor who would potentially be providing solutions to satisfy your information technology needs. Therefore we can be impartial and independent when analyzing your needs and potential solutions. The remainder of this proposal is provided in accordance with the outline requested in you Request for Proposal. We believe that you will find our Firm to be uniquely qualified to assist you with this important project. 445 Minnesota Street, Suite 11800 Worl (612) 293-8428 FAX (612) 293-8497 Th RSM Intern2 National Information Technology Consulting Group St. Paul, Minnesota 55101-2170 Sf 1; m 0 1 -. 1 1 I I 1 1 - I 1[ 1 I I I I I N 1 Ms. Lisa Hildabrand Finance Director City of Carlsbad September 7, 1994 Page Two Please contact Geoff Wold at (612) 293-8440 if you desire additional information. We loo forward to the opportunity to serve the City of Carlsbad. Sincerely, 1 McGLADREY & PULLEN I J t! LLd-4 wk ./ i/ Lad Geoffiey hi?WoJ!l, Partner National Director of Information Technology Consulting Services c - National Information Technology Consulting Group I: 0 0 1- I 1 I 1 1 CONTENTS PAGl I. McGLAIDREY & PULLEN BACKGROUND INFORMATION A. McGladrey & Pullen Background B. General Qualifications C. The McGladrey & Pullen Difference 11. PROJECT TEAM QUALIFICATIONS AND REFERENCES A. Project Organization 1 B. Staffing I 111. DETAILED PROPOSAL A. Objectives of the Project B. Scope and Approach C. List of Deliverables 1 D. Software 1 I I 1 I I i I I E. Timing and Fees 1 IV. APPENDICES 1 APPENDIX A - BIOGRAPHICAL OUTLINES OF 1 CONSULTING STAFF APPENDIX B - REFERENCES FROM PREVIOUS PROJECTS APPENDIX C - INFORMATION SYSTEMS CONSULTANT I QUESTIONNAIRE CITY OF CARLSBA Proposal for 0 0 Systems Selection I :. I -. I I I I I ! 1 1 1 1 I I I I 1 I. McGLADREY & PULLEN BACKGROUND INFORMATION A. McGLADREY & PULLEN BACKGROUND McGladrey & Pullen, the nation's eighth largest accounting and consulting firm, has over 2,500 people serving more than 80,000 clients through 75 offices across the nation. In addition, we are affiliated through The McGladrey Network with approximately 50 firms that operate over 100 offices. Organized as a partnership in 1926, McGladrey & Pullen is headed by 400 partners, every one of whom has direct client-serving responsibilities. The Firm is led by a 12-partner Board of Directors, and firm-wide administrative functions are performed cost-effectively from several offices around the country. Its 75 offices are divided into six geographically and market-relatec 1 regions for administrative purposes. The Firm's collective expertise is organized along both functional and industry lines. Audit and Accounting, Tax and Consulting divisions are headed by firm-wide coordinators who spend much of their time ensuring that our practitioners have access to the latest information in their areas of hctional specialization. Additional firm-wide coordinators direct, oversee and provide leadership in various areas of industry specialization. Functiona and industry specialization are intertwined, and because coordinators are active client-serving partners, their knowledge of developments in their area of specialization is based on "real world" experience. B. GENERAL QUALIFICATIONS This project will be staffed by our Southern California Consulting Group an our National Information Technology Consulting Group, which is headquartered in St. Paul, Minnesota. These two groups consist of approximately 60 highly skilled professionals who provide technology-relatec consulting services throughout the United States. I 1 CITY OF C'ARLSBA Proposal for a e Systems Selection 1: R- 1 I 1 I I t 1 B 1 1 8 Novel1 LAN 1 8 1 1 I I McGladrey & Pullen has extensive consulting experience in the following areas: 8 Technology and strategic information systems planning 8 Needs assessment e Data processing feasibility studies e Hardware and software selection e Computer contract negotiations 8 Implementation planning 8 Long-range systems planning 8 Workflow analysis 8 Organizational analysis 8 Microcomputer and networking assistance e Disaster recovery planning 8 Telecommunications 8 Human resources e Records management e Other specialized services for government We have evaluated and implemented governmental application software on a variety of hardware platforms and operating environments, including: e IBM (mainframe, midrange and PC) 8 Unisys 0 Digital Equipment Corporation e NCR e Hewlett-Packard e Various UNIX systems 1 2 CITY OF CMUSBA Proposal for 0 e Systems Selection 1: 1 -. 1 I 1 I 1 I 0 Other City applications I 1 Our specific application experience includes: Budgetary and fund accounting Accounts receivable and cash receipts Accounts payable and cash disbursements Purchasing and encumbrance accounting Payroll Human resources 0 Utility billing Parks and recreation Planning Property records Special assessments Public safety Geographic information systems Public works C. THE McGLADREY & PULLEN DIFFERENCE A number of important factors contribute to good, productive working relationships between clients and their consultants. These factors include the skills and personalities of the persons assigned to an engagement, the quality of the services delivered, experience, cost, and more. We believe we have some special qualities that distinguish us from other public accounting and consulting firms, as described below. 1 I with local governmental organizations. McGladrey has significant information systems planning experience Providing services of the highest quality is a basic tenet of our Firm. We believe this fundamental strength is enhanced by our orientation 1 help clients anticipate future needs. This approach is part of our basic service to clients. 1 1 1 8 I I I McGladrey provides professional services in a cost-efficient manner. We are competitive because we are not a "headquarters" organization. We locate many of our best professionals in our operating offices to better and more efficiently serve you. 3 CITY OF CARLSBA Proposal for 0 e Systems Selection i _- I: 1 I 1 1 I 1 I follows: II 1 I 1 I II I 1 1 11. PROJECT TEAM QUALIFICATIONS AND REFERENCES A. PROJECT ORGANIZATION Mr. Geoff Wold or Mr. Stan Mork will serve as project director for this project. Both Mr. Wold and Mr. Mork have been providing governmental consulting services to McGladrey & Pullen clients for many years, and have worked with many cities and counties to evaluate their information technology needs and to implement automated solutions. Mr. Wold and Mr. Mork will be assisted by other members of our staff specializing in information technology consulting for local government. Biographical outlines for Mr. Wold, Mr. Mork and other members of our staff are included in Appendix A of our proposal. Appendix B of our proposal includes various references from previous governmental consulting projects. I B. STAFFING Assuming an early October start date, we will assign the on-site staffing as 0 Technical Team: - Geoffrey Wold - Nancy Kaplan or Patricia Bloechl 0 Financial Team: - Maryellen Galuchie - Mohan Chhabra or Jeffrey Woods 4 CITY OF CARLSBAl Proposal for a Systems Selection 1 *- I- s 1 B 111. DETAILED PROPOSAL This section contains our detailed proposal for providing the services requested by the City of Carlsbad. Our approach is based upon the services requested in your May 23, 1994 letter. T A. OBJECTIVES OF THE PROJECT The primary objectives of this project are as follows: 1. Identify the information processing requirements of the City of Carlsbad, and to define the extent that these requirements and objectives are presently being satisfied. Identify appropriate hardware and software alternatives to satisfy current and future informational needs. Develop system specifications for software and hardware systems, an( prepare a Request for Proposal to be distributed to appropriate vendors. Evaluate all proposals received to determine the most appropriate system for implementation. Assist in contract negotiation (in a non-legal capacity) for the new system. I 1 2. 3. I 6 I 1 e I I 0 I r II 4. 5. Additional objectives, which are not part of this initial project but may be performed later, include: 6. Assist in the development of a detailed implementation plan to guide the implementation effort. Perform a post-implementation review to ensure that the system implemented performs as specified by the vendor. 7. 5 CITY OF CARLSBA Proposal for a a Systems Selection I -- 1: E E' s I' I I 1 I 1 1 I e I 1 1 B. SCOPE AND APPROACH The scope of the project will include the financial accounting systems used within the City. In connection with our assistance, we propose to perform the following tasks 1. Conduct an initial meeting with the City's computer selection committee to finalize the process for conducting the study, identify departmental participants for interviews, etc. Thoroughly analyze existing manual and automated systems, procedures and reports within the City. This analysis will be accomplished by performing detailed interviews with key departmentz personnel. We will evaluate the quality, effectiveness and flexibility of existing systems in terms of satisfying the operating needs and information requirements of the organization. During the interview process, the following information will be gathered, confirmed and documented: 2. 0 Copies of appropriate records, forms and reports being used in Write-ups and other documentation on present policies and each department 0 procedures for each functional area Current and estimated future transaction volumes 0 0 Departmental satisfaction with existing computer hardware, software, training and support 1 0 Observations regarding future informational needs a Based on your organizational structure, we anticipate conducting approximately 15 - 20 individual or group interviews with departmental personnel. The fee estimate provided with this proposa is based on an assumption of a maximum of 20 interview sessions. Additional interviews over this amount would require a revision to 01 final fee quotation. We will develop a Needs Analysis and Long-Range Systems Plan Report and present this information to management. 6 CITY OF CARLSl3A.i Proposal for e Systems Selection I .- I: 1 I 1 I 1 I I 8 1 I 1 1 1 4 1 1 Y 3. Based on the information gathered in Step 2 above, we will assemble the current and future requirements into a detailed Request for Proposal (RFP), and generate the following RFP materials to facilitate the evaluation and comparison of vendor proposals: a. Application software considerations: 0 Processing and reporting requirements, capabilities, Internal control requirements (e.g., access controls, data Processing mode (i.e., batch and on-line) Average and peak processing volumes for the next five attributes, functions and features for each application input controls, audit trails, etc.) 0 0 0 years 0 Conversion requirements 0 Other application considerations b. System software considerations: 0 Operating system 0 Fourth generation languages 0 Program language 0 Compilers 0 Database management system 0 Access security sohare 0 On-line report generators 0 Other systems software C. Hardware and communications considerations: 0 Equipment speeds, capacities, and capabilities for each component 0 Service and support requirements 0 Telecommunications hardware requirements 8 Expansion requirements 8 Space requirements 0 Other technical requirements 0 Environmental requirements (i.e, conditioning and humidity) 7 CITY OF CARLSBAl Proposal for 0 Systems Selection 1 +- d. Documentation considerations: 0: I I I 1 I 1 U 1 u I II I 1 1 I e Hardware e System software e Application software e. MIS and user training considerations: e Hardware System software e Application software f. Vendor considerations: e Number of users e Financial condition 0 Size 0 Expertise e Other vendor considerations g. Cost considerations: e Acquisition costs e Maintenance costs e Direct costs e Indirect costs e Life cycle costs e Other relevant cost considerations h. Other evaluation criteria Assist the computer selection committee in developing vendor proposal evaluation criteria, such as: 4. m a The vendor’s performance record to-date in meeting the requirements of their existing customers conversion, implementation and ongoing modifications as they are needed or required e The amount of vendor support that will be available for The financial stability, longevity and strength of the vendor e e Conversion difficulty a The cost of the system to include costs incurred indirectly, as I well as those billed directly by the vendor 8 CITY OF C&SBAl Proposal for 0 e I ,- I- I I 1 I I I 0 Other criteria I I Io I I I Systems Selection a The internal controls provided within the system which preveni unauthorized access to data, and provide adequate audit trails to mechanical malfunction 0 The operational flexibility during periods of system failure due The availability of users to allow reference investigation The quality of system, program, operation and user 0 Adherence to the requested proposal format. This includes the 0 0 documentation provided thoroughness of the proposal as well as the format of the presentation 0 Equipment capacities, capabilities and features Software features and capabilities a Hardware/software service capability a a Equipment and software modularity and ease of upgrade The experience required and number of personnel necessary to operate and maintain the system 5. Develop a list of potential vendors for consideration, distribute the RFP to appropriate vendors and work with them during the preparation of their proposals. We will conduct a bidders conference to further clarify the Request for Proposal and answer questions for 8 potential bidders. 6. Evaluate vendor bids received. We will use the materials developed in the above steps to facilitate the process and to ensure that all vendor responses are normalized. We will also prepare a report outlining the advantages and disadvantages of each vendor response that addresses the capability of the vendor to meet your requirements. Assist in checking vendor references and obtain additional informatioi to help assure that the hardware and software will perform as indicated and within the time fiame indicated, and the vendor is capable of providing the desired services. Provide the above information and documentation to the computer selection committee and respond to their questions. Based on these discussions, we will determine the most appropriate vendors for Mer consideration and will schedule demonstrations of the top two 7. 8. 1 systems. 1 9. Prepare an agenda for each vendor demonstration that can be sent to the respective vendors for advance preparation. 9 I 1 CITY OF CARLSBA Proposal for m a Systems Selection I *- I: I i 1 1 1 I 1 I I I 1 B 1 1 10. Attend and direct the vendor demonstrations to ensure that all pertinent requirements are addressed, including the demonstration. b anticipate conducting a two-day demonstration for each finalist. the City requires additional demonstrations beyond the three finalists, we will be happy to provide these services at our standard hourly rates. We will also coordinate site visits for the final vendors. We do not believe it will be necessary for our staff to accompany you on these site visits. However, we will be available to provide these additional If I services at your request. 11. Following the demonstration, we will meet with the computer selection committee to discuss the vendor demonstrations and assist ii determining the most appropriate vendor for implementation. Present our fmdings and final recommendations to the appropriate management and governing boards of the City of Carlsbad. Assist in developing and negotiating a contract (in a non-legal capacity) with the selected vendor, including the following considerations: 12. 13. e An acceptable implementation schedule covering all phases of the hardware and software installation I e Performance requirements and acceptance criteria for: - Hardware - Software - Communications - Modifications e Training - Conversion - Other services A major portion of the software costs for each application Hardware and software payments should also include a m module are payable after the software is tested and demonstrated on the delivered hardware retainage amount which is payable after all the application modules have been accepted and all the documentation has been delivered otherwise in writing The Request for Proposal will govern all disputes unless 10 CITY OF C'SBA Proposal for e 0 Sysiems Selection 1 _- I.- 1 II 1 1 1 I 1 I I 1 I I 1 I I I e Penalty clauses for late or non-performance * Performance bond i Other important issues In addition to steps 1 - 13 outlined above, we will be available to assist you in the following implementation activities upon completion of the project. These additional services are not included in our initial fee estimate. 14. Assist in the systems implementation process by working with you and the selected vendor to develop a detailed implementation plan, including the following activities: e Organizational considerations, such as: - Implementation committee - Operational changes - Procedural changes - Workflow Internal control considerations Site preparation Education and training Software modifications e Hardware and software installation Testing Operational start-up Post-implementation review Other implementation activities 15. Upon completion of the system implementation effort, conduct a pod implementation review to ensure that all vendor contractual commitments have been fulfilled. 11 CITY OF CARLSBA 1 _- Proposal for 0 rn 1.- 1 1 B II 1 1 1 1 I I I R I 1 I 0 Other Relevant Information 1 i Systems Selection C. LIST OF DELIVERABLES We will keep you informed concerning our progress throughout the engagement through periodic status reports related to project activities. The major reports include: 1. Needs Analysis and Long-Range Systems Plan Report This document will contain all applicable information and data developed during the project, including tables and exhibits. The preliminary report contents are outlined below: 0 Executive Summary: - Project Objectives - Project Scope - Project Approach - Summary Recommendations 0 Needs Analysis 0 Systems Plan: - Prioritized Applications - Application Sohare Features, Functions and Capabilities 0 Hardware Plan 0 Communications Plan 0 Sohare Plan 0 Staffing and Education Plan 0 Implementation Plan 2. Request for Proposal e Background Information 0 Proposal Instructions 0 Application Sohare Specifications 0 Systems Sohare Specifications 0 Hardware and Communications Specifications 0 Documentation Specifications 0 Training and Education 0 Preformatted Cost Forms 12 e W Proposal for Systems Selection CITY OF CARLSBA I.- I -. I I I 1 i 1 I 1 I I 1 1 1 t I 3. Proposal Evaluation Report 0 Executive Summary 0 Software Functionality Comparison 0 Hardware Capabilities Comparison 0 Hardware Expansion Comparison Life Cycle Cost Comparison Advantages and Disadvantages Other Relevant Information I 4. Vendor Demonstration and Evaluation Guide 5. 6. Contractual Documents and Recommendations Site Visitation and Evaluation Guide I 7. Final Systems Selection Report D. SOFTWARE To assist in the selection process, we have developed a PC-based tool called SELECTTM, which helps automate the RFP process. We anticipate using SELECTTM, our Systems Selection software. SELECTTM is an "expert system" Le., one that represents the accumulated knowledge of experts in a specific field transferred to a computer program. The SELECTTM system which uses the revolutionary concept of an "electronic RFP" was developed by McGladrey & Pullen consultants specializing in governmental informatior systems consulting. These specialists have assisted numerous organizations in evaluating existing systems and selecting new systems. 1. Product Features and Contents The SELECTTM software has the following features and contents: a. General Functions 0 Is PC-based and menu driven Provides a systematic approach to selecting systems Interfaces with word processing software Specific to the credit union industry Uses extensive on-line help screens Includes a features, functions and capabilities database, 0 Interfaces with spreadsheet sohare 0 0 0 0 0 with numerous user-defined fields 13 w w Proposal for Systems Selection CITY OF CARLSBA I.- I- I 1 1 I 1 1 i I 1 1 1 1 1 I I I 0 Is adaptable for use in selecting any system alternative, .. Mainframe computers e Mid-range computers - Service centers - Facilities management alternatives - Distributed or departmental systems - Specialized computers including: - LANs and WANs b. Definition of System Requirements Includes an automated needs assessment process Provides a method of reviewing computer system Uses predesigned user surveys, questionnaires and othei Includes databases of preformatted information for - Hardware configurations - Technical background information 0 internal control requirements forms 0 1 vendor responses: e Cost worksheets .. References c. Request for Proposal Development 0 Automatically generates an electronic RFP Uses predesigned documents to guide vendors in their responses: - RFP table of contents e Background information - RFP instructions - Estimated volumes - Suggested equipment configuration Provides optional automatic printing of a paper RFP 14 Proposal for e W Systems Selection CITY OF CARLSBAl c- I- 1 I 1 I 1 1 d. Vendor Proposal Evaluation 1 * Consolidates vendor responses to compare: - Hardware components and expandability - Software capabilities Provides comprehensive comparative and reports and Includes evaluation and decision support tools: - Vendor reference questionnaire - Demonstration guide - Site visitation guide - Ranking and rating techniques - costs graphs e. Contract Negotiation Includes contact provisions guide, review checklist and negotiating methods 1 f. Implementation Plan I and techniques Provides implementation planning and scheduling tools g. Security 0 Contains user ID and password capability I I I 1 1 I I I Encrypts passwords a Includes the capability to require users to change their passwords after a specified period of time each user each menu item Allows the capability to establish security levels for Provides the capability to establish security levels for Logs and reports user access and usage: - Summary reports - Detailed reports 15 Proposal for 0 W Systems Selection CITY OF CWUSBA. I: I: 1 1 R I I I I I 1 I I i I I I 1 2. Equipment Requirements The PC should have the following minimum configuration: IBM compatible microcomputer MS DOS version 3.XX or higher 640 KB of main memory 10 M€3 disk space for the system Hewlett-Packard LaserJet Series I1 printer or Hewlett-Packard Epson-FX dot matrix printer or compatible e e 0 e LaserJet Series I printer with font cartridge to allow landscape printing in line printer font, or i 3. Benefits of the SELECTTM System Selection software The SELECTTM system provides the following benefits: 0 Uses pre-designed surveys and questionnaires to perform the Provides guidance in performing various selection activities Reduces the time needed to develop specifications Decreases the time required to create an RFP Facilitates the consolidation and comparison of vendor Generates reports and graphs automatically Leads the user through the process of rating and ranking Uses proven methodologies and techniques Interfaces with word processing software to simplify use Is easy to learn and use Reduces the effort in evaluating alternatives needs assessment 0 0 e responses e e vendors 0 16 Proposal for 0 w Systems Selection CITY OF CARLSBA. u,- 1: 1 I 1 I 1 I 1 1 I 1 I I I I I 1 E. TIMING AND FEES Based on the approach outlined in this proposal, we estimate the needs assessment and system selection process will require approximately four to five months to complete. Our fees for providing these services are based on our standard hourly rates. Our not-to-exceed fees, including travel expenses, for providing the services outlined in this proposal will be $54,000. Our normal policy is to bill monthly for services provided. If, during the course of the project, our scope should be requested to change (e.g., attendance at three vendor demonstrations rather than two, conducting additional departmental interviews, etc.), we would discuss such matters and their effect on our fee estimate with you prior to proceeding. m 17 1; Proposal for m w 1- c I 1 1 1 I 1 I I I 1 I I I oi 1 1 Systems Selection CITY OF CARLSBAl IV. APPENDICES 18 I: Proposal for e w I 11 J I 1 I I IE I 1 I I I 1 I E System Selection CITY OF C'SBA. APPENDIX A BIOGRAPHICAL OUTLINES OF CONSULTING STAFF I This appendix contains biographical outlines demonstrating the experience of our consulting staff. a 19 I >- a Q I 1 I I I 1 I I 1 I I I I I I GEOFFIWY H. WOLD, CPA, CMA, CSP, CISA, CDP, CM( Geoffrey Wold is the National Director of Information Technology Consulting Services at McGladrey & Pullen. He received the degree of Bachelor of Arts in Mathematics and the degree of Master of Business Administration and Accounting. He has also completed man) graduate courses in accounting and management information systems at the University of Minnesota. Mr. Wold has received the following certifications: B a Certified Public Accountant from the Institute of Certified Public Accountant Certified Management Accountant from the National Association of Certified Information Systems Auditor from the EDP Auditors Association Certified Systems Professional from the Association of Systems Management Certificate in Data Processing from the Institute for Certification of Compute Certified Management Consultant from the Institute of Management Certificate in Production and Inventory Control from the American Accountants a e . a Professionals a Consultants . Production and Inventory Control Society (APICS) Mr. Wold has extensive systedprogramming experience in a variety of hardware. He has programmed in various languages including JCL, PL- 1, COBOL, FORTRAN, BASIC, LOTUS and RPG. Mr. Wold has considerable experience in disaster recovery planning. He has developed several comprehensive plans for large organizations and service centers that have been approved by the Regulatory Agencies. Mr. Wold has been a featured speaker at various seminars that have focused on disaster recovery planning, including the International Conference on Disaster Recovery Planning. He has written five books on "Disaster I Recovery Planning." R.- 0 0 I 1 I I 1 I 1 I I 0 ADABAS 0 Librarian I 1 1 I I I 1 I I Page Two Mr. Wold performs and directs consulting projects for clients in a variety of industries and has specialized in accounting and management information systems. He has extensive experience with both computerized and manual accounting and management information systems. His areas of expertise cover such applications as budgetary and fund accounting systems, general ledger, accounts payable, accounts receivable, cost accounting, encumbrance accounting, purchasing, inventory, fixed assets, payroll, personnel, report generator software, and internal controls systems. Mr. Wold has considerable experience in EDP auditing, audit software and third-party reviews. He has analyzed and evaluated EDP and manual internal controls for several governmental organizations. He has written a book on "Computer Crime Prevention Techniques." Specific IBM systems sohare experience includes: 0 MVSIESA DB2 MVS/XA TSOE 0 VM 0 CICS ACF2 SQL 0 RACF 0 ICCF 0 TOP SECRET 0 CMS 0 IDMSR 0 PANAUDIT 0 DATACOM/DB 0 PANVALET 0 0 Mr. Wold is experienced in feasibility studies, detail system design, the selection of data processing hardware and software, systems implementation, disaster recovery planning and long range systems planning. In particular he has experience with several computer hardware/software systems including NCR, UNISYS, IBM, DEC, Data General, Stratus, Tandem, Control Data, Hewlett-Packard, and other vendors. Mr. Wold is also experienced with EFT, POS devices, telecommunications networks, bar coding, EDI, GIs, EIS, and image processing systems. We has published a book on "Information Systems Managemen and Technology." Mr. Wold also has extensive experience with microcomputer hardware and sohare. Specific experience includes electronic spreadsheets, data base management, graphics, worr processing, file transfer, communications, and office automation software. He also has experience with several microcomputer operating systems including UNIX, DOS, WINDOWS, XENIX, O/S 2 and PICK. Mr. Wold is a member of the American Institute of Certified Public Accountants and the Minnesota Society of Certified Public Accountants. He is also a member of the National Association of Accountants, Institute of Management Accountants and the EDP Auditors Association. He has been a frequent contributor to industry publications where his articles have covered a wide range of planning, operations and information technology topics. He has recently written a book on "Technology Planning." I.- 0 0 I 1 1 1 1 i I 1 1 1 0 Disaster Recovery Planning I I I I I 1 I STANLEY R MOIPK, CCP, CISA Stanley Mork is a Principal with McGladrey & Pullen’s National Information Technology Consulting Group. He received a bachelor of arts degree in Business Administration from Concordia College in Moorhead, Minnesota. He is a Certified Computer Professional and is a Certified Information Systems Auditor. Mr. Mork began his career as a systems representative for two major computer manufacturers. During this experience, his responsibilities included analysis of user requirements, development of hardware and sohare proposals, implementation and training assistance and project management for clients implementing automated business information systems. In addition, he was involved in the implementation of office I automation technology for clients. Prior to joining McGladrey & Pullen, Mr. Mork was a systems analyst for a large agricultural lending organization. He was responsible for all aspects regarding the implementation of minicomputer and microcomputer systems for accounting, office automation and interoffice communications applications for 47 branch oflice locations. In this capacity, he was also involved with user training and development of user documentation for various internally developed sohare applications. As a consultant with McGladrey & Pullen since 1984, Mr. Mork performs information systems related projects for clients in a variety of industries, but has specialized in providing consulting services to state and local government. His specific consulting experience includes: 0 EDP Auditing and Third-party Reviews Information Systems Needs AssessmenVFeasibility Studies 0 Hardware/Sofhare Selection Studies 0 Strategic Information Systems Planning 0 Contract Negotiation 0 Project ManagemenUSystem Implementation Assistance Mr. Mork has evaluated a wide variety of information systems applications for local government, including accounting, corrections, tax, law enforcement records management, computer-aided dispatch, geographic information systems, mapping, CAD, maintenance, human services and court administration. 1: 0 0 I- 1 I I I 1 8 I 1 1 4 I 1 I I 1 1 I Page Two Mr. Mork has extensive experience in evaluating and implementing application software ox a variety of hardware platforms, including: e IBM (PC, AS/400, 30xx series, FW6000, Systed36 and 38) UNISYS (A and V series) Various UNIX-based systems and other systems vendors e Digital Equipment Corporation e e NCR e Hewlett-Packard e Mr. Mork served as project manager for information systems planning and selection projects for many state and local governmental organizations, including: e City of Burnsville, Minnesota e City of Plymouth, Minnesota 0 City of Richfield, Minnesota e City of Winona, Minnesota e Anoka County, Minnesota e Goodhue County, Minnesota e City of Cottage Grove, Minnesota 0 Public Housing Agency of St. Paul Minnesota Department of Jobs & Training Minnesota Department of Human Services - Refugee & Immigrant Assistanci South Florida Water Management District 0 0 Divisions e e Arapahoe County, Colorado 0 City of Sheboygan, Wisconsin 0 Sheboygan County, Wisconsin 0 City of Manitowoc, Wisconsin City of Two Rivers, Wisconsin 0 I; 0 0 I 1 I I i I I I 1 I 1 I 1 1 1 MARmLLEN A. GALUCHIE, CPA Maryellen Galuchie is a Consulting Services Partner with McGladrey & Pullen. She is a graduate of California State University at Fullerton with a Bachelor of Business Administration degree and is a Certified Public Accountant. Maryellen joined McGladrey & Pullen in 1980 where she performs and directs consulting services for a wide variety of clients and industries, including governmental and not-for- profit entities. She has extensive experience in performing operational audits, evaluating and designing general accounting, cost accounting, management information systems, dat, processing systems, and organizational structures. Examples of services she has provided 1 govenunental entities are: 0 Operational reviews and evaluations. . Evaluations of data processing and system requirements and selection of computer Implementation assistance on data processing system installation and conversion. hardware and software for both microcomputer and minicomputer systems. 0 I 0 Evaluation and design of accounting and reporting systems. I . Design and implementation of financial forecastingbudgeting models. . Development of financial and operational policy and procedure manuals. Design and implementation of cost accounting and evaluation systems. 0 Maryellen is a member of the American Institute of Certified Public Accountants and the California State Society of Certified Public Accountants. I: 0 I 1 1 1 1 I I 1 I' MOHAN CWRA Mohan Chhabra is an Information Systems Supervisor with McGladrey & Pullen. He is a graduate of U.C. San Diego with a Bachelor of Arts degree in Management Science and a minor in Computer Software. Mr. Chhabra has an extensive background in performing operational, procedural and computer system reviews for various industries. He has: 0 Performed operational and procedural reviews, including documentation and Designed, evaluated, procured and implemented both microcomputer and Assisted in developing a company strategic information systems plan. Performed operational reviews of a number of organizations in preparation for the flowcharting for all functional areas within numerous organizations. 0 minicomputer-based management information systems. 0 0 computer information system selection process. Mr. Chhabra has designed, documented and implemented a complete project cost collectior reporting and control system as well as various other financial and production related information collection and reporting systems. Mr. Chhabra has had extensive experience in the coordination and management of minicomputer systems and Local Area Networks (LANs). He has been involved with user training and system documentation on both software and hardware. Additionally, he has implemented systems on and converted systems from a NOVELL network environment to I 1 Hewlett-Packard HP3000 minicomputer system. I Mr. Chhabra has extensive experience with microcomputer software, hardware, peripheral equipment, local area network (NOVELL) and minicomputer connectivity and cabling. Mr. Chhabra is a Chapter Member of the Data Processing Management Association and an Information Technology Associate with the American Institute of Certified Public Accountants. 1 I 1 1 I 1 1 _- 0 0 1 I I 1 1 I 1 1 1 I I i I 1 1 I I NANCY I. KAPLAN Ms. Kaplan is an Information Systems Consultant with McGladrey & Pullen’s National Information Technology Consulting Group. Ms. Kaplan specializes in performing system selection studies for government and financial institutions. Ms. Kaplan has been in the Consulting Services Division of McGladrey & Pullen since 1991. Prior to joining McGladrey & Pullen, Ms. Kaplan was employed by a major hardware and sohare vendor and a regional computer service bureau, where she was extensively involved with system conversion and customer support activities. Through these activities she gained considerable experience with Unisys, DEC and IBM mid-range hardware platforms. Ms. Kaplan has performed several information systems needs assessment and system selection study for city government. These projects involved analyzing the requirements of various City departments, including finance, public works, utilities, parks and recreation, personnellpayroll, clerk, maintenance, and public safety. As a result of the needs assessment process, she developed detailed Requests for Proposal, evaluated proposals from vendors and provided our recommendations to City management and the City Council. He] clients have included the Cities of Cottage Grove, Minnesota; and Two Rivers, Sheboygan 1 and Manitowoc, Wisconsin. Ms. Kaplan recently completed a system selection project for a large metropolitan public housing agency. A detailed RFP was developed for all public housing applications, including finance, maintenance, tenant management and HUD Section 8 applications. Prior to the RFP process, Ms. Kaplan was involved in assisting the agency with a five year strategic information systems plan which outlined the agency’s requirements and the estimated costs for implementing improved technology. In addition to Ms. Kaplan’s local government experience, she has performed project for clients in the areas of vendor contract negotiation, information systems operational reviews, EDP internal control reviews and evaluation of office operations and automation. i *- a m 1 I 1 R 1 I 1 I e Various LAN and UNIX systems i 1 1 I 1 II I I- IRWIN LAGUSKER Irwin Lagusker is a Consulting Services Manager in the Pasadena office of McGladrey & Pullen. He holds a Bachelor of Arts in Economics from the University of California at Santa Barbara. Mr. Lagusker has more than seventeen years consulting and industry experience, focusing primary on the areas of computer systems selection and implementation, financial systems, strategic information systems planning, application reviews, system integration and I migration, and requirements definition. Mr. Lagusker has been involved with public agencies and private sector companies assistin] these clients with long-range planning, improving operational efficiency, and selection and implementing hardware and software. His hardware experience includes: e IBM (AS/400, RS/6000, 43XX, 30XX, and ES9000 series) Hewlett-Packard (3000 and 9000 series) Unisys (A, V and U series) e e Data General e Prime e Tandem e DEC NCR e Honeywell His areas of expertise cover such applications as property tax management information systems, law enforcement, budgetary and fund accounting systems, encumbrance accounting, purchasing, welfare, fire management, law enforcement, court systems, computer-aided dispatch, computer-aided mapping and drafting, vehicle maintenance, reporl generator software, and internal control systems. His applications experience includes accounting, financial management, and reporting, customer service operations, billing, fixed assets, purchasing, report design and development, payroll, human resources, credit and collections. Mr. Lagusker has programming experience in RPG, COBOL, Quick, Quiz, QTP, Inform, Pick, Elf and Lotus. I 1- .- 0 0 I- I 1 1 R 1 I I I 1 1 I I 1 i 1 I JEFFWY L. WOODS Jeff Woods is a Consulting Services Manager in the Western Region of McGladrey & Pullen. Based in the San Bernardino office of McGladrey & Pullen, he is a graduate of California State Polytechnic University at Pomona with a Bachelor of Science degree in 1 Business Administration. Mr. Woods joined McGladrey & Pullen in 1987 as a general services staff member. His duties then consisted primarily of performing audits and reviews. Prior to that time, he v a contractor licensed with the State of California. Mr. Woods has been in public accounting for over six years with a focus on serving a wi variety of clients, including governmental and not-for-profit entities. As a member of the general services staff, Mr. Woods sewed on the financial audit team and special projects team for the City of West Covina. Upon transferring to consulting in 1989, he has been involved in various special projects serving the cities of West Covina, Colton and San Bernardino. Mr. Woods provides a wide range of consulting services, including developing financial budgets and projections; review, evaluation, evaluation, design and implementation of accounting and management information systems; developing accounting and policy manuals, and providing informational reviews. Mr. Woods is currently President of the Inland Empire chapter of the Construction Financial Management Association, and serves as Vice President in the WoodcrestMissio Grove Division of the Greater Riverside Chambers of Commerce. I- Proposal for 0 0 I- I I 1 I 0 I I I c I I 1 I I I .. Systems Selection CITY OF CARLSBA APPENDIX B 1 REFERENCES FROM PREVIOUS PROJECTS This section contains several references for similar types of projects for governmental units. 1. Organization Name: City of Rosemead, California Contact Person: Mr. Frank Tripeti Telephone Number: (818) 288-6671 Project Description: This project entailed a complete systems selection and evaluation study for s new financial information system. This included the needs assessment, RFP generation, vendor identification and evaluation, and the final system selection. We performed an oversight review of the system implementation. 1 2. Organization Name: City of Burnsville, Minnesota Contact Person: Sallye Johnson Telephone Number: (612) 895-4488 Project Description: We completed a multi-phase information systems project for the City of Burnsville. Our initial project involved the development of a long-range information systems plan which outlined specific organizational information needs and provided cost estimates and an action plan for implementing improved systems throughout the City. This project also included an examination and evaluation of the City’s strategies, policies and procedures regarding the use of information systems. The final phase of this project involved the development of specifications and selection of hardware and sohare to replace the City’s existing minicomputer systems. We also provided general contract negotiation services and informal project management assistance. In another recent project, we assisted the Police Department in an evaluation of hardware and sohare upgrade alternatives, including the implementation of mobile data terminals and computer aided dispatch. 29 0 CITY OF CAlUSBA I -- Proposal for W I- I 1 I 1 B I 1 1 I I 1 I I I I I I System Selection 3. Organization Name: City of Cottage Grove, Minnesota Contact Person: Ms. Diane Archer Telephone Number: (612) 458-2821 Project Description: We performed an information systems needs assessment and system selectior; study for all City automated systems. Our evaluation included financial, utility billing, park and recreation, fire, permits, licensing and office automation applications. We reviewed proposals from approximately eight vendors and provided our recommendations on the most appropriate system for implementation. 4. Organization Name: City of Colton, California Contact Person: Mr. Michael Williams Telephone Number: (909) 370-5035 Project Description: This project entailed an operational review of the City’s existing computer information system. The goal of the project was to identify improvements in the use of the software and hardware, establish additional training requirements and make recommendations for these areas. The system hardware was an HP3000 running in-house developed sohare. 30 a CITY OF CARLSBA *- Proposal for Q I- 1' I I 1 I I I 1 1 I I I 1 I I I Systems Selection 5. Organization Name: City of Plymouth, Minnesota Contact Person: Frank Boyles or Dale Hahn Telephone Number: (612) 559-2800 Project Description: We were engaged by the City of Plymouth to develop comprehensive specifications for a City government information system, including accounting, law enforcement, property records, building permits, utility billing, park and recreation and fire management applications. As part of th project we developed specifications for a property related database management system to track all information related to any parcel within the City. In a separate engagement, we recently assisted the City in evaluating I microcomputer networking alternatives. 6. Organization Name: Anoka County, Minnesota Contact Person: Dale Kolstad Telephone Number: (612) 323-5324 I Project Description: Our initial project with Anoka County involved performing a needs assessment and developing a comprehensive long range data processing plan for the County. A major part of the plan included an analysis and general design for a financial information system that addressed the needs of the entire County. The County uses multiple hardware vendors, including IBM, Unisys and Hewlett Packard. Specific applications included the financial information system and the supporting systems. In separate projects, we performed a systems selection project for the Corrections Department that included a detailed needs analysis and preparation of an RFP. Additionally, we performed a Criminal Justice Information Systems Study and assisted in the selection of computer hardware and software for the Sheriffs Department. A recent project for the County involved the development standards for the implementation of local area networks and open systems within the County. This initial technology plan will be used as a basis for the continued migration to common hardware and software platforms within the County. I addition, we are currently working with the County's department of real estate taxation in the evaluation of imaging technology. 31 0 CITY OF CARLSBA. u -\> Proposal for m 1' I 1 I I I 1 I I 1 1 I 1 I 1 1 Systems Selection 7. Organization Name: Public Housing Agency of the City of St. Paul Contact Person: Ms. Janet Blesener Telephone Number: (612) 298-4481 Project Description: We performed an information systems needs assessment and system selection study for the Public Housing Agency of the City of St. Paul. This project involved developing detailed specifications for financial, housing management, maintenance and development applications for this governmental agency. The PHA manages over 8,000 low income housing units and required a system which would allow for growth and flexibility. A UNIX-based system was selected, which will be connected to multiple Novel local area networks located in the PHA's three major office locations. We also assisted in the negotiation of the final hardware and software contracts I with the selected vendor. 8. Organization Name: City and County of Sheboygan, Wisconsir Contact Person: Ms. Barbara Lillesand Telephone Number: (414) 457-9491 I Project Description: We recently completed an information systems operational review and shared service study for the City and County of the Sheboygan. The first phase of this project involved a detailed analysis of data processing systems and operations within the City and the County and resulted in recommended improvements regarding methods of providing automated systems and services. The second phase of the project included an analysis of the costhenefit of sharing certain data processing systems between the City and County. 32 CITY OF CARLSBA a .? Proposal for 0 @ I' I I I 1 1 1 1 1 1 1 1 1 1 I I 1 1 Systems Selection 9. Organization Name: City of Asheville, North Carolina Contact Person: Larry BOPP Telephone Number: (704) 259-5510 Project Description: This project involved developing a complete long range data processing pia for the City. We reviewed all aspects of the existing financial systems, including utility billing and general ledger. This system was internally developed by the City. We recommended various improvements to the existing systems. We identified the need to perform a hardware/software selection process to replace the existing mainframe hardware and software. In addition, we developed an RFP and assisted with vendor selection and contract negotiations. The City acquired a Unisys mainframe computer system. 10. Organization Name: City of Pasadena, California Contact Person: Ms. Mary Bradley Telephone Number: (818) 405-4603 Project Description: We have performed numerous consulting projects for the City of Pasadena. This has included: Financial and operational studies for various entities, including the Strategic planning for various entities, including the Aquatic Center Rose Bowl Management Reporting Analysis Administrative System Reviews 33 I I I I 1 I I 1 McGLADREY & PULLEN INFORMATION SYSTEMS CONSULTANT QUESTIONNAIRE Please provide an estimate of how many of the following are included in your fixed fee price. If there is no limit (within reason), please so state in the space provided below. Estimated Number 1. Interviews with management and staff for needs analysis 20 2. 3. Number of RFPs evaluated 6* 4. Number of RFPs mailed out (City to pay postage) No Limit Number of finalists as a result of the evaluations (short list for demos) 3 5. Demonstrations by vendors at City offices 3 6. Vendor site visits 0** 7. 8. Presentations to Council 2 9. Any preparation work for implementation included? (i.e., Number of meetings or number of hours of contract negotiation 24 hours implementation plans) Yes***