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***