Loading...
HomeMy WebLinkAbout1998-08-04; City Council; 14816; The Mattox Group/@doc Agreement ApprovalCIF' OF CARLSBAD - AGENa4 BILL RECOMMENDED ACTION: Adopt Resolution No. 98 -3 79 , approving an Agreement with The Mattox Group/@doc LLC to assist the City in preparation of a Citywide Records Management Program and to provide Electronic Document Management Requirements Analysis, System Design and Selection Assistance. ITEM EXPLANATION: In March, 1994, the City began work on replacement of it's financial information system (FIS). The entire FIS project consisted of seven phases. The first six phases are complete and Phase VI1 is well under way. Included in the seventh phase is the replacement of the City Clerk's Legislative Indexing Program, which is approximately 10 years old and not Year 2000 compliant. In preparation for replacement of the Legislative Indexing Program, the City Clerk's staff began researching the available technologies for both enhanced retrieval and storage of records. Staff in several other city departments were simultaneously reviewing ways to deal with the inundation of records of all sizes, including maps, the need to access and share information, and the ever increasing costs of document storage space. Therefore, a Records Management Committee was established with representatives from thirteen city departments to review their similar needs for records storage, and for use of the latest technology to organize and automate their records, forms and maps. The Committee determined that, in addition to City Hall, there are a number of facilities located throughout Carlsbad in which the city conducts business, and which will require access to the information. Once the Committee reached consensus regarding general requirements for the citywide Records Management Program and the Electronic Document Management and Information Resource Management System, it was determined that a consultant was needed to assist with project, due to the size and complexity of the project and technical issues that would need to be addressed. The Records Management Program will provide a citywide method for evaluating and tracking all types of records, provide a citywide Uniform Filing System and approved Retention Schedule, and will provide an organized method for storage of necessary records and disposition of other records at the appropriate time. The Electronic Document Management System will allow departments to share and access information stored electronically. This project will reduce records storage costs for departments, and will improve their ability to retrieve information in a much quicker and effective manner. /4 - -c I PAGE 2, AGENDA BILL NO. 1 qi 8 I b The Committee has gone through a lengthy process to select an independent consultant. First an RFI (Request for Information) was prepared and sent to various consulting firms throughout the State. Eight responses were received and reviewed. The price estimates varied widely, as did the thoroughness of the responses. The responses did however, contain additional information for the Committee to consider, including the recommendation that the city would be wise to implement a citywide Records Management Program prior to automating any records. The Committee also considered the option of utilitizing the State of California Master Service Agreements to hire a consultant for this project, but determined that more of our detailed concerns and requirements could be addressed if an RFP (Request for Proposals) were issued. An RFP was prepared and issued to various consulting firms located throughout the State, on March 11, 1998. Two consulting firms submitted proposals by the deadline of April 6, 1998. Both firms have excellent qualifications, and are well known in their field. Both had previously submitted responses to our RFI , and both are also qualified by the State of California under their Master Services Agreement. The cost estimates in both proposals were very similar. The Committee interviewed representatives of each firm during May, 1998. Based on the interviews and reference checks, and after much discussion, the Committee selected the firm of Mattox Group/@docLLC. Their firm specializes in government consulting with California as their primary focus. The individuals assigned to our project have a great deal of experience in both records management, document management and imaging, performing costlbenefit analyses, developing functional specifications and technical requirements, preparing RFP’S, and contract negotiation. The services Mattox Group/@docLLC will provide are as follows: Phase I: 1. 2. Phase 2: 1. 2. 3. Review current city records operations and prepare a citywide Records Management Program, including Legal References and Authority, Procedures Manual, Uniform Filing System, and Retention Schedule; and Conduct a needs and requirements assessment, and provide a report and recommendations for an Electronic Document Management System, including the estimated cost for implementation. Develop RFP for system, including appropriate vendor list for hardware and software; and Assist with evaluation of proposals, vendor demonstrations, and make recommendations regarding proposed systems; and Assist in contract negotiations with selected vendor(s), resulting in approved contract(s) with implementation plan(s) rcI t PAGE 3, AGENDA BILL NO. 14, 81 6 The attached Agreement with Mattox Group/@doc LLC (Exhibit 2) contains additional details of the contracted services and other background information about the firm. At the completion of the consultant's services, the City will have selected hardware and software and completed contract negotiations with the selected vendor(s). It is anticipated that the consultant's work will take approximately six months. After recommendations for hardware and software solutions are finalized, staff will return to Council for authorization to award the contract(s) for system implementation. FISCAL IMPACT: The fees for the consultant are not to exceed $120,000, including all expenses. Funds for this phase of the project have been budgeted, and are available in the City Clerk's and the Financial Information Systems Budgets. ($58,000 in City Clerk's Account No. 00102107490 and $62,000 in FIS Account No. 301 17107490). EXHIBITS: 1. Resolution No. 98 - 2 39 , approving an agreement with The Mattox Group/@docLLC to assist the City in preparation of a Records Management Program and Electronic Document Management Requirements Analysis, System Design and Selection. 2. Agreement with The Mattox Group/@docLLC. 3 7. 1 2 c 4 C E 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 98-279 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AGREEMENT WITH THE MATTOX GROUP/@DOC LLC FOR PREPARATION OF A CITYWIDE RECORDS MANAGEMENT PROGRAM, AND ELECTRONIC DOCUMENT MANAGEMENT REQUIREMENTS ANALYSIS. SYSTEM DESIGN AND SELECTION. WHEREAS, the City has implemented a financial information system to incorporate the latest technology and is proceeding into Phase VII; and WHEREAS, the need exists to replace the existing legislative history indexing program which is not Year 2000 compliant and has been scheduled for replacement as part of Phase VII; and WHEREAS, there is also a great need to organize and automate other types of city records, forms and maps; and WHEREAS, the Records Management Program will help reduce the need for offsite records storage for city departments; and WHEREAS, the Electronic Document Management Program will allow departments to share information stored electronically and will improve employees’ ability to retrieve the information in a much quicker and effective manner; and WHEREAS, the Records Management Committee requested and evaluated proposals from consulting firms; and //I //I Ill r. 1 4 < 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 WHEREAS, the Records Management Committee is recommending the selection of The Mattox Group/@doc LLC, as the consulting firm to assist the City with the above referenced tasks based on their qualifications, experience of their personnel and competitive fees; and WHEREAS, sufficient funds have been previously appropriated and are available in the City Clerk and Financial Information Systems budgets. 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 Agreement with the Mattox Group/@doc LLC to provide professional services for preparation of a Records Management Program and Electronic Document Management Requirements Analysis, System Design and Selection is hereby approved. 3. That the City Council does hereby authorize the appropriation of $58,000 from City Clerk’s Account No. 001021 07490, and $62,000 from the Financial Information Systems Account No. 301 171 07490 for this project, and authorizes staff to transfer the funds into the appropriate account. /I/ /I/ //I //I //I /I/ /I/ I. 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 PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council on the 4th day of August , 1998, by the following vote, to wit: AYES: Council Members Lewis, Finnila, Nygaard, Kulchin and Hall NOES: None ABSENT: None ” : A. LEW’S,.Mayor ATTEST: n ALETHA L. RAUTENKRANZ, City Clerk (SEAL AGREEMENT THIS AGREEMENT is made and entered into as of the day of August , 1998, by and between the CITY OF CARLSBAD, a municipal - corporation, hereinafter referred to as "City", and The Mattox Group/@doc, hereinafter referred to as "Contractor." RECITALS City requires the services of an independent Contractor. to provide the necessary professional services for preparation of a Citywide Records Management Program and Electronic Document Management Requirements Analysis, System Design, and Selection; and Contractor 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 Contractor agree as follows: 1. CONTRACTOR'S OBLIGATIONS Contractor will provide professional services as stated in Section 3, Phases 1 and 2 of Contractor's Proposal, dated April 1 , 1998, (attached as Exhibit "A"); with the timeline (attached as Exhibit 'W) which modifies Section 4 of the Contractor's Proposal; and in accordance with the City's Request for Proposals, (attached as Exhibit "C"), as modified on page 4. rev. 711 I98 -1 - 2. CITY OBLIGATIONS The City shall provide the support requested by contractor, as outlined in Section 8 of Contractor's Proposal, dated April 1, 1998, (attached as Exhibit "A), with the exception that office space, chairs, phones and filing cabinets will not be provided by the City. 3. PROGRESS AND COMPLETION The work under this contract will begin on September 9, 1998, or within ten (1 0) days after receipt of notification to proceed by the City, whichever is later, and be completed within three hundred and sixty (360) calendar days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by the City Clerk. The City Clerk will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City inaction or other agencies' lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed.for Phases 1 and 2 shall not exceed $100,000, plus expenses; and expenses for the project (Phases 1 and 2) shall not exceed 20% of the project cost, or $20,000; for a total maximum not to exceed fee of $120,000, including expenses. rev. 7/1/98 -2 - No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, "Changes in Work." The City reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the City. 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1 ) year from date thereof. The contract may be extended by the City Manager for one (1) additional one (1) year period 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 Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. Payments shall be made on the basis of hours of work completed: during the course of the project, and out-of-pocket expenses incurred in accordance with the firm's proposal. Interim billing shall not cover a period of less than a calendar month. -3 - rev. 711 I98 7. FINAL SUBMISSIONS Within fourteen (14) days of completion and approval of the City Clerk the Contractor shall provide to the City the following deliverables for Phases 1 and 2 as specified. in Section 3 of the Contractor‘s Proposal dated April 1. 1998, (attached as Exhibit “A): Phase 1: e e e e e e e e e e Copy of presentation slides. Summary of findings for each department. Recommendations for uniform filing system. Draft Records Management Manual. Summary of conversion requirements for applicable departments. Worktlows. Validation of summaries. Recommendations and system design. Cosubenefit analysis. Compilation of deliverables to date in report format (paper and electronic). Phase 2: RFP in paper and electronic form. List of vendors with contact information. Spreadsheet with weighted criteria. Demo outline and scoring form. Customer reference questionnaire. Assistance in contract negotiation with successful bidder, resulting in approved contract(s) with implementation plan@). a. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change rev. 711 198 -4- h in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be fowvarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company 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 or making of this agreement. For breach or violation of this warranty, the City shall have-the right to annul this agreement without liability, or, in its discretion, to deduct from the 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 Contractor shall comply with the state and federal laws regarding nondiscrimination. -5 - rev. 711 198 11. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work as provided for in this contract, the City ,Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the City and all work in progress to the City Clerk. The City Clerk shall make a determination of fact based upon the documents detivered to City of the percentage of work which the Contractor has performed which is usable and of worth 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. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor 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 Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in rev. 711 I98 -6 - anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Code sections 12650 et sea., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees, The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from the selection process. Minitiall The provisions of Carfsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. 13. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor's own way as an independent Contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor shall be under control of the City only rev. 711 I98 -7 - as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide services under this agreement shall not be considered empfoyees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or its employees or subcontractors. The City shall not be required to pay any workers' compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the City within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment. which the City may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the City from any balance owing to the contractor. The Contractor 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. -8 - rev. 711 I98 14. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all documents, drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary 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. 15. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the City, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the City. Contractor shall have the right to make one (I) copy of the plans for its records. 16. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in City and hereby agrees to relinquish all claims to such copyrights in favor of City. 17. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the City of Carisbad and its officers, officials, employees and volunteers from and against all claims, damages, rev. 7/1 I98 -9 - losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any willful misconduct, or negligent act, or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 18. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. 19. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the City. The Contractor shall bind every subcontractor and every subcontractor of a -10 - rev. 711198 20. 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, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof 21. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the City, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 22. Q Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. -11 - rev. 711 I98 ..- .I 23. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 24. 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 Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 25. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V" and shall meet the City's policy for insurance as stated in Resolution No. 91-403. -12 - rev. 711 I98 A A. Coveraaes and Limits. Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor's work for the City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1,000,000 per accident for bodily injury. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The City shall be named as an additional insured on all policies excluding Workers' Compensation. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. -13 - rev. 711 198 3. The Contractor shall obtain occurrence coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the City sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 26. RESPONSIBLE PARTIES The name of the persons who are authorized to give written. notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: For City: Title Assistant Citv Clerk Name Karen R. Kundtz Address 1200 Carlsbad Villaae Dr. Carlsbad. CA 92008 -14 - rev. 711 I98 For Contractor: Title Manaaer Name Addie Mattox Address 573 East Anaela Pleasanton, CA 94566 27. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. 28. ENTIRE AGREEMENT This agreement, together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. -15 - rev. 711 I98 Executed by Contractor this 30 day of , 192:-f’ . CONTRACTOR: fJuK A-z’rC@ (name of Contractor) v By: (sign here) (print name1title) ATTEST: City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney -16 - rev. 711 198 c - '. CALIFORNIA ALL-PURPO~~ ACKNOWLEDGMENT "lo 5907 "" - - "" '7- %"? before me, kkfl&,d On OAT€ &p G he , k\&c/ a;, personally appeared pl&K I \< ')LA . TITLE OF OFFICER - E.G.. 'JANE DOE. ~OTARY PUB NAME(!?,) OF SIGNER(S) 0 personally known to me - OR -&roved to me on. the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL I% CORPORATE OFFICER . 0 PARTNER(S) 0 LIMITED ATTORNEY-IN-FACT 0 TRUSTEE@) GUARDIAFUCONSERVATOR OTHER: 0 GENERAL SIGNER IS REPRESENTING I DESCRIPTION OF ATTACHED DOCUMENT ' -3TLE OR TYPE OF DOCUMENT jh " - NU~ER OF PAGES q030-9Y DATE OF DOCUMENT SIGNER~S) OTHER THAN NAMED ABOVE. 1 wmaIdoc.com Consulting and Training in Document Technologies Proposal to the City of Carlsbad Consulting Services for Electronic Document Imaging and Information Resource Management April 1, 1998 Submitted by the Mattox Group/@doc 573 East Angela Pleasanton, CA 94566 fax 510 - 485-9328 510 - 461-9297 Table of Contents 1. Company Background .................................................................................................... 2 2. Statement of Understanding ........................................................................................... 3 3. Methodology .................................................................................................................. 3 4. Timeline ......................................................................................................................... 7 5. Client References ........................................................................................................... 8 6. Our Project Team ......................................................................................................... 1 1 7. Fees .................................... ;................ ......................................................................... 11 8. Support Expected from the Ci ..................................................................................... I1 1. Company Background The Mattox Group, a California corporation, has been consulting to user organizations for 22 years. Since 1987, we have specialized in document imaging and management. We have an impressive list of public sector clients. Recently, the Mattox Group formalized its relationship with four senior document management experts to form a new organization called @doc LLC. We had been working together as independent consultants for several years and decided that we could provide bcttcr service to our clients if we formed a single firm. Consequently, there arc four California-based @doc partners who work together continually as a team. We are not a loose organization of individuals who benefit hm marketing themselves as a company, but actually consult as independents. We arc hll time, salaried partners with California as our geographic focus and govemment as our primary industry. We augment our staff with several highly respected independent document and records management consultants who subcontract to us when we are awarded laxp contracts or when specific expertise is required. This assignment requires expertise in rccords management, so we have included two highly qualified records management consultants on our project team. We have bear dyzing requirements imd developing business cases for document imaging and management for 10 years. We frequently develop strategies for our public sector clients to manage idonnation more effectiveiy. This front end work has given us extensive experience performing cost/benefit analyses, developing functional specifications and technical requirements, and preparing RFPs. Our contribution to your project would combine our expertise in woMow and process redesign, codbenefit analysis and strategic planning for document system. We have applied these skills to other government agencies and think we an well qualified for this assignment. 2 The Mattox Group has qualified on the State of California Master Services Agreement for Imaging and Workflow. We are certified as WE by the California Department of Transportation. The Mattox Group/@doc is not affiliated or compensated by any hardware, software vendors or integrators. We do not sell software, hardware or integration services. Our practice is totally dedicated to solving our clients’ information management problems. 2. Statement of Understanding We understand the City intends to contract with qualified consultants to accomplish the following in Phase 1 : 0 To develop a Citywide records management program: legal references and authority for retention, retention schedule, uniform filing system with procedures manual to assist users to use the system. 0 To identi@ Citywide requirements for document imaging and management technology. The result will be a management report that summarizes system requirements and analyzes the opportunities for increased productivity and better public service potentially resulting fiom the introduction of new technology. The report will contain cost estimates for the proposed technology and system support. We will also deliver an implementation plan that outlines recommendations for a phased implementation approach. In Phase 2, we understand the consultants will: 0 Prepare an GP for a document management system. 0 Assist the City to evduate vendor responsg 0 Assist with contr& negotiations with the selected vendor. Attend City Council Meetings throughout the project and/or assist City staff to prepare presentation material for them. 3. Methodology Our most successfi~l projects result fiom working closely with our client’s project team. * If you have not already done so, we recommend selecting 6 - 10 managers from various departments to function as reviewers throughout the project. We encourage City Clerk, 3 Information Systems, Human Resource~, Engineering or Public Works and Finance to be included on the team. Throughout the engagement, we request progress meetings with the project team to discuss our findings and preliminary recommendations. Our goal is to produce a system design that meets your requirements but contains no surprises. The final report should be a summary of findings and recommendations already familiar to the project team. Phase 1 We believe the City is wise to develop a records management program before automating files. The industry is rich with disaster stones about organizations that spent significant funds automating paper messes. Consequently, we complete the following activities in developing an effective records management program. 0 Project kickoff presentations so that study participants are exposed to the concept of effective records programs and are aware of technology options for mariaging documents online. We also describe the interview process and explain the role of study participants in the project and the questions we ask during interviews. Deliverable - copy of presentation slides. 0 Conduct interviews and data collection in each department. The stiucturtd data collection tools we Use provide information needed to design a records management program as well as identify requirements for document management technology (infomation shared among departments, documents needed by the public, master files of contracts which may be helpfid in creating new documents, etc.). All organizations require that records be managed, but few decide there is justification for converting dl paper files to electronic ones. Document management systems typidly handle a subset of all files. Dehrablc - sum- offindings for each dcporlmcrJ Review mnt filing systems, security requirements, document formats, &. During the interview process, our methodology includes soliciting opinions and experience concerning filing inefficiencies, bottlenecks, hardcopy retrieval problems (c.g. lack of space, multiple file formats, lost records, misfiles, "out-of-file" problems). We will identi@ record types that are vital to City business, contain historically important information, arc subject to access based on the Public Records Act, or are confidential. Delkrablc - recommendations for uniform fiing system. 0 Review list of records types provided and conduct legal research to determine records retention times and associated legal citations. 0 Prepare draft procedures manual describing Records Program maintenance activities including Records Retention Schedule maintenance, active and inactive records management, vital records protection, training, records transfer and disposition requirements. Delivemble - drafl Records Management Manual 4 d Identify requirements for conversion from film and/or paper to images. Deliverable - sumnto~y of conversion requirements for applicable deprvmenrp 0 Document current workflows for major processes that will be impacted by the document management system. Deliverable - workflows. 0 Analyze and summarize requirements for records management and automation in each area; validate with department representatives as required. Deiivemble - validate summaries. 0 Draft recommendations for a Citywide system design with appropriate alternatives * with associated pros and cons. Recommendations will include proposed workflows illustrating new ways of sharing information, discussions about staffresponsibilities in light of technology, space considerations, interfaces with existing systems. We will identify risks and constraints that might impact the success of the proposed system. Deliverable - recommendations and system design 0 Obtain estimated hard-, sohare, interfaces, maintenance and conversion costs and prepare cost/benefit analysis based on improvements anticipated and operational savings. We have detailed spreadsheets with system components that we customize for each client. Deiiverabie - cosanefd analysis 0 Finalize report which includes study results and proposed system functional requirements. Much of this report will become sections of the RFP. Deliverablk - compilation of deliwrables to date in reprt format in paper and elccbonic form Phase 2 RFP We have developed an extensive check list for preparing document management RFPs. Recently, we have enhauced the functionality and cost sections of ow material to reflect internetlintranet fimctions. In addition, we hue prepared detailed cost lists which bidders must complete. We recommend providing electronic versions of the RFP to facilitate bidders’ tesponses and to ensure complete, consistent responses. We have been collecting terms and conditions that specifically relate to OUT industry. This database is updated to reflect changing licensing trends, new technology, and hands- on experience implementing systems. 0 Develop the RFT. We typically include the following sections: - Introduction to the organization - Goals for the system and implementation phases 5 - Instructions to bidders - deadlines and format of responses - Tenn~ and conditions unique to document management systems - Vendor selection criteria - Scope of work and deliverables - Description of current work processes - Description of redesigned processes - Detailed information about input, storage and retrieval projections - Detailed description of current computing environment with requirements for interfaces, if appropriate - Functional requirements - Technical requirements - Support expectations - Customer references - Cost spreadsheet Deliverable - RFP irr paper and electronic form Preparc a list of vendors that can deliver and support the proposed system. Delivembk - list of vendors with contact informalion. Develop an evaluation spreadsheet that corresponds to the RFP. We have a libmy of such spreadsheets which we customize for each client. Deliverablr - spredheet with weighted criteria. Answer questions at bidders’ conference. Once finalists have been selected, we will develop a system demonstration outline to send to vendors and coordinate the demonstrations for the project team and others you think should be involved. We will prepare a demo score sheet to ensure consistency when rating each finalist. Deliverables - demo outhe and scoring fom8. We will also develop a customer reference questionnaire and use it when chdg vendors’ customer references. If there are customers nearby, we recommend visits to these sites and using the questionnaire as an outline for the visit. Dekrde - customer refikmtce qwcrtionnaue Once the winner has been identified, we will assist the City’s Purchasing and Legal staff to negotiate the contract. Typically, the vendor will submit an implementation plan; we recommend tying payments to the deliverables on this plan once the deliverable has been tested and accepted. Phase 3 , We are available to assist with implementation and have provided other clients with the following services: 6 .. I- “ 0 Project maaagement 0 Develop the system acceptance plan and assist in system testing. 0 Assist in managing the vendor relationship in terms of reviewing the implementation plan and coordinating events and deliverables from the City’s side. 0 Review each vendor deliverable for completeness and accuracy. 0 We are particularly concerned about user training, procedures and system documentation and would play an active role in reviewing user training materials and documentation before training occurs. Some clients have asked us to participate in training classes and develop new procedures which are incorporated into the training Pro” 0 Develop performance measurement program to ensure program compliance throughout the City after implementation, by means of annual audit reviews. 4. Timeline Phase 1 - Analysis and design: records management program, electronic document management requirements and system design July 1 - September 25,1998 Phase 2 - RFP and vendor selection RFP 2 weeks Sept 28-Oct 9 Bidders’ Conference 1 week Oct 19 Wait for responsu 3 weeks Oct ~O-NOV 6 Evaluate bids, select finalists assumes 6 bidders 2 weeks NOV 9-20 Demos, check references 2 weeks NOV 23-Da 9 Select vendor, negotiate 2 weeks Dec 10-22 This schedule assumes there lire six bidders and that final negotiations take no more than two weeks. We have experienced contract negotiations taking two months when both legal departments objected to thorny terms and conditions. 7 5. C tient References The Mattox Group has specialized in imaging and document management technology for 10 years and offer Several public sector clients as references. Selected clients of Ms. Nye " . . are also included. City and Counw ofDenuer - We are currently under contract with Denver to complete a requirements study and codbenefit analysis in several key departments: Clerk-Recorder, Assessment, City Attorney, Auditor, and Police. The scope of work includes analyzing current work processes, identifying opportunities and requirements for document management, system design, conversion requirements, and a detailed cost justification analysis. Addie Mattox, Bud Porter-Roth, and Brian Tuemmler comprise the project team. We started this contract in March and will deliver our find report in May. As yet we have not recommended a solution. Our fee for this work is $70,000. We have been asked to submit a proposal for developing an RFP. Contact Chiquita Hysaw-McGowin, project manager, Budget and Management Office, 303 - 640-3 140. City of Mesa, Arizona - population is 350,000. We are currently under contract to assist Mesa to implement a Saros-based system for Police Records and Courts. We completed a Citywide feasibility study and recommended a phased implementation approach starting with Police Records, then Courts and Prosecutor. We then completed a codbenefit analysis and technical requirements for these departments. Next we identified and interviewed potential solution providers and participated in vendor selection. We are in the process of overseeing the integrator's work plan, system design, user interface, etc. We began this assignment in 1996 and have consulted to the City of Mesa on ail phases of the project. As with many of our clients, there have been delays in budget approval processes, so months have transpired between project phases. Our fees have been about $60,000. AddieMattox has been the primary consultant on this assignment, with assistance from Brian Tuemmler during the data collection and analysis phase. Contact Nathan Betz, project manager, Information Systems, 602 - 644-3605. Santu Clam V4Jlcy Wbtrr DisW - We have consulted to the District in all phases of their document mamgemat system. We first completed a records management plan for engineering project rccoI(Is, then performed a feasibility study for document management. We next wrote RFPs for document management and for conversation. We assisted with vendor selection and have been working with the District to install pilot systems in three user areas: Technical Services (engineering drawings), Real Estate, and Water Revenue (part of Accounting). The. integrated system is based on Documentum, with Adobe Capture as the fiont end. It is interesting to note that the Water District uses HP mainframes for financial systems, management system uses information on the mainframe for project documents indexing - with the same Imaging Database as Carlsbad. The Water District's document 8 c ‘. I fields. In Water Revenue meta data from the I-P-based WRIS system populates well file . information for the document management system. Addie Mattox has been the consultant responsible for this client. Our current responsibility is to evaluate the success and impact of the technology in the pilot areas. We have been working with the District for three years and have been awarded several contracts for a total of around S 150,000. Contact Grant Bennett, Senior Project Manager, 408 - 265-2600. State of Cal~ornia Board of Equalization - We completed a feasibility study for this large organization that collects sales and use taxes from about one million tax payers. Our assignment was to work with their staff to analyze the costs and benefits of document imaging and ICR for tax returns and associated correspondence. Our contract was extended to include the remittance processing requirements for Cashiering. We based system costs on Unisys and BancTec systems, with ICR software fiom Wheb. This project is currently waiting until year 2000 issues on existing systems arc fixed Denise Tueder and Addie Mattox formed the project team. Our fees totaled arod $70,000. Contact Ray Greenhouse, 916 - 323-3043. County Reconfer Om- - Orange County, Sonoma County and Santa Clara County. We completed feasibility studies for all three Recorder’s Offices which included cost/btnefit analyses as well as system hctionai requirements. In Sonoma and Santa Clara, we completed RFPs and w& involved in vendor selection for Santa Clara, where IBM was selected. For Sonoma, we developed a County-wide strategy for imaging to ensure that the County followed a coordinated approach to this technology. We are currently under contract with the Sonoma Recorder to assist them to select a vendor solution. Our fees were about $40,000 and the current contract is for $25,000. Brian Tuemmler and Addie Mattox comprise the project team. Contact Claire McCullough, Assistant County Recorder, 707 - 527-3246. Universidy of Cd~ornh, we of the hexident - Ms. Mattox recently consulted to the Benefits group in the role of technology advisor. This client has undertaken a reengin- effort involving staff at all levels. Ms. Mattox was responsible for providing technical direction based on the business goals and redesigned processes the reengineering teams have identified. To date, FileNet’s IMS and workflow products, internet, intranet and interactive voice technologies have been the basis for redesigning information delivery. Date of engagement 1997 - present. Contract amount is $18,000. Contact Myrna Walton, Director, Program Coordination Employee Benefits, 5 10 - 987- 053 1 Metropoiitan Wder DisM of Southern CuiiJornia - Ms. Nye completed a comprehensive records inventory at over 20 sites of Metropolitan records in hatdcopy, microfilm and electronic formats; developed a records retention schedule and coordinated 9 legal research into pertinent regulatory records keeping requirements; designed and developed a database to collect inventory data and prepare the retention schedule using the client's existing records management system, Cuadra Associates, STAR product. We coordinated review and approval of the retention schedule with General Counsel's ofice and prepared presentations to the Board, which resulted in the adoption of the records program and approval of the retention schedule. . Our contract was extended to include implementation of the retention schedule throughout Metropolitan, to manage all records management databases in the Cuadra STAR application softwart; and to develop a uniform filing classification system. Barbara Nye, CRM has served as project manager of the project team throughout the project. The project team completed the database, records inventory and retention schedule on schedule and under the initial contract budget of $5 17,OOO. The scope of work was expanded to a budget of $1.2 million. Contact Rita Mendoza, Records 213-217-6911. City of Los Angela, Deportment of Water and Power - Barbara Nye completed a comprehensive records inventory at sites over southern California; developed 28 computerized records retmtion schedules (one for each Division) and !mccessllly coordinated approval through the City Attorney and City Council. We designed and developed a mainfiame database to store and retrieve Department records accessible to all sites and ova 5,000 employees. We developed and published several procadures manuals including the Records Program Manual, Database Users' Manual, Records Retention Center Operations and Vital RecorddDisaster Recovery Program Manuals. We developed training programs and held courses for approximately 2,000 Department staff. The initial contract budget was $5 million. Barbara Nye, CRM, served as Senior Records Analyst hm 1987-1991 and was promoted to Project Manager. She served in this capacity to project close in 19%. The scope of work was expanded over the life of the project to a budget of $25 million. Contact Gary E. Wong, 213-367-1 522. 10 6. Our Project Team The Mattox Gmup/@doc employs only senior consultants and subcontractors. Addie Mattox will serve as project manager. She will work closely with Brian Tuemmler and Bud Porter-Roth on document management requirements, cost/benefit analysis, RFP and vendor selection. Barbara Nye, working with Jean Caughell, will be responsible for the records management portion of this engagement. The Mattox Group has earned an excellent reputation for preparing sound business cases for document management technology. Addie Mattox has been invited to speak at the AIIM national conference on this subject for the past six years and was recruited by AIM to write their white paper on preparing the business case. Bud Porter-Roth is recognized in the industry as an expert in RFP preparation was hired by AIIM to write their RFP guidelines (TR-27) and has been final editor for several AIIM technical reports including human factors, printers, and monitors. .. ADDIE MATTOX Addie Mattox is the founder of the Mattox Group. She formed the firm in 1976 after spending four years at IBM. Interspersed with her independent consulting career, Ms. Mattox joined Coopers & Lybrand to set up a Southern California ofice automation practice in 1983. In 1986, she spent a year with Arthur Young in San Francisco. Ms. Mattox 's client list includes domestic and international companies, from a wide range of industries including: utilities, law firms, banks, insurance companies, aerospace, manufkcturing, research, petroleum, entertainment, health care and publishing. Her government clients include state, city and county agencies, and the military. * For the past ten years, the Firm has focused on document management technologies and re-engineering. Ms. Mattox has extensive project management experience and also hctions as senior consultant for her clients. Her skills include: . :. 0 0 0 0 .a Strategic pldg to incorporate imaging and document management into information technology strategies Feasibility studies for imaging and document management system Requirements analysis for integrated information systems Cost/benefit analyses Workflow/re-engineering studies that identify current flows and projected flows illustrating the potential impact of document management technology Request for proposal preparation and vendor selection Implementation planning and assistance: project management, procedures, training, implementing and measuring pilot installations Presentations and Publicatwns Ms. Mattox has been a present& at AlIM national conferences for the past several years as well as spoken at many technical conferences over the years. Bringing the Business Case for Document Management to Senior Management, AIIM 1994,1995,1996,1997 Document Management Systems and Intmnets, AIM 1996, 1997 Managing Documents on the Intranet, Documation, 1997 Case Studies in Workjlow, Documation West, 1998 Lessons Learned about Document Management Technology, Managing Electronic Records, 1997 Nit& Gritty likperience with Document Managemendlmaging, AIIM, 1996,1997 whire Paper, Bringing the Business Caw to Munagement, AIIM Publications, 1997 MBA, Pepperdine University, Los Angeles Graduate degree in English as a Second Language, UCLA BA, California State University at Los Angeles Mr. Porter-Roth has joined @doc as a partner after many succcssfu( years consulting with his own firm, Porter-Roth Associates, a company specializing in document management technology. Mr. Porter-Roth is responsible for development of document management system strategies, cost-justification of systems, system requirements and feasibility development, and request for proposal (RFP) development. Mr. Porter-Roth has been a Frequent speaker and writer on document management technology in general and specifically on development of RFPs, proposals, and cost-benefit analysis. 12 Citv of Carfrbad " c? 11 e Manaaement Proposal End-user work includes feasibility studies for commercial companies including financial institutions, communications companies, retail department stores, and County governments. Mr. Porter-Roth recently completed the second of two studies for the California Court of Appeals. This project involved assessing the document management workflow from the trial courts to the Court of Appeals and included a strategy for addressing the document management and storage needs. Prior to @doc and Porter-Roth Associates, Mr. Porter-Roth was a senior consultant with TRW Financial Services and director of business development at Plexus Computers. Representative ProjecB California State Court of Appeals The Court of Appeals requested two studies be performed on the appeals process. The first project analyzed the documents involved in the appeals process, how those documents are characterized, and how the documents could be transmitted and stored by the Courts. The second project studied how the received electronic documents can be used by the Court's staff during the process of writing an opinion. Both studies provided the Court with recommended hardware and software vendors, implementation plans, and recommendations on appropriate internal software for viewing and annotating court . records. County of Marin, Northern California The County of Marin engagement was to provide a document management system study. This study reviewed the operations of the Courts and recommended whether imaging technology was feasible. The study also included a cost-benefits analysis, survey of qualified vendors, model implementation plan', and a vendor recommendation. Mr. Porter-Roth has written extensively for the document management industry is author of AIIM's guide to writing a request for proposal (RFP) TR-27. Mr. Porter-Roth is also author of the book, Proposal Development: How to Respond and Win the Bid, and has written many articles for industry publications. * Profmioad Associations Association for Momation and Image Management (AIIM) - Trade Member AIIM Master of Information Technologies Certified Document Imaging Architech (CDIA) AIIM Committee Chairman for Request for Proposal Guidelines (TR-27) AlIM Committee Member.(past Chairman) for Optical Character Recognition Education BA, University of California, Berkeley ' Teaching Credential, University of California, Berkeley 13 Mr. Tuedm is a senior consultant with the Mattox Group and a partner in @doc and offers over six years of experience assisting international clients in the areas of strategic and information planning projects with an emphasis on new technologies such as document management analysis, imaging, and workflow. He has experience in identifying infomation and document management systems requirements and business process innovations. He has worked in a variety of industries including oil & gas exploration and operations, nuclear energy, government, research and with various document management environments; including compliance, CAD, file management and coordination, and re-engineering work functions. Mr. Tuemmler‘s responsibilities include project management, fiurctional and technical analysis and design, workflow design, architecture definition, development and implementation of client-server based imaging systems. His expertise is in showing clients the benefits of process improvement and technology enhancement while guiding their organization through successful change management. Representative Rojeclb INTERNATIONAL OIL, COMPANY Manager Worked with company staff to design and develop an Enterprise-widd Document Management strategy. Provided the project plan, direction and coordination of the project team in the development of the Document Strategy. Conducted facilitations with the 45 intewiewees comprising all the company’s departments to determine business needs and requirements. Lad the project team in developing the strategy document including strategic goals, tactical goals, project identification, and technology description and infrastructure as well as the final presentation of the project to management. Project managed the design and implementation of the production engineering Saros EDMS for the refinery in Kazakstan. The system managed over 10,OOO engineering drawings and 90,OOO rccords available through workstations and through the WEB. Managed ~CSOU~C~S and customer satisfaction as well as wrote workflow redesign recommendations. Designed and tested the system and wrote training materials and other support deliverables MAJOR U.S. CONSULTING COMPANY Senior Consultant Industry focus included: Government, Information Technology and Healthcan. Coordinated and facilitated planning, analysis, design and implementation of a 200 person department reengineering project. The project included definition and design of 14 -4 r4 Citv of Carbbad In.,de Mmaaement Proposal supporting technologies including document management as well as process, organizational and skill set changes. Responsible for the project management of an Information TeChn010gy Strategic Plan development and Business Area Study. Designed company Ncompass methodology for the "implementation phase" and "workflow analysis" of a reengineering project; including the training program. Presented to various groups and wrote an article on the integration of the reengineering practice with automated workflow applications. Clients included: Arizona Department of Transportation - Highways, Information Technologies, and Remote Office Automation divisions; Health Partners of Southern Arizona, City of Phoenix. MTERNATIONAL DOCUMENT MANAGEMENT CONSULTING FIRM consultant Industry focus included: Oil & Gas, Nuclear and Electric Power and Government. Performed requirements analysis and facilitated meetings to determine imaging and document management wowow and office information needs in the following environments: oil exploration and operations, including engineering drawing, procedures manuals, change orders; accounting, including invoice processing and contracts development; Electronic Document Distribution over a wide area for electrical power production; file maintenance and retention. Project managed implementation of 250 seat imaging, full-text search, engineering drawing maintenance system for Nuclear Waste company. Analyzed, summarized and presented data for the cost/benefit justification of document management systems. Wrote RFPs for: 250 seat imaging, full-text search system; accounts payable imaging and worldlow system; and public records access imaging system. Designed system for management of engineering CAD documents over several remote locations. Clients include: Hamilton Oil, Occidental International Oil and Gas, Amow UK, UK Nirex Ltd., Electric Power Research Institute, Sonoma County Recorder, City of Mesa MTERNATIONAL SOFTWARE PRODUCTS COMPANY Localization Pmject Manager Managed the tocalizationltranslation of dBase and Paradox for the Latin American market; including translation engineering, manuals, help files, sample file in Spanish and Portuguese. SeIccted and managed vendors for translation, artwork and printing. Scheduled and implemented the manufacturing, production and inventory of database products. Provided methodology changes to allow consideration of localization issues in the design of software. Language: English, Spanish, basic French and basic Russian CASE and Workflow Tools: Design IDEF, Service Model, ADW 15 Methodologies: IDEFO, BAA, BPI, BPR, ISP, Ncompass Educafwn Monterey Institute of International Studies, hf. B. A., International Management, 1991 University of California at Santa Barbara, B. A., Political Science, International Relations Focus, 1987 BARBARA NYl% Ms. Nye has over 23 years of experience in the management of records and information systems. She is a Certified Records Manager whose experience includes the design, development and administration of records and information management systems in the public utility, municipal water agency, state agency, manufacturing, engineering, construction, and nuclear industries, including three high-level U.S. Department of Energy projects. Her background also includes experience in the development of infoxmation management resources, database design and implementation workflow analysis, training programs, procedures development and image management. Ms. Nye was project manager of the team pre-qualified by the State of California, Office of Momation Services to provide Records Management Consulting services for all Stafe agencies. She is cmtly enrolled in course work toward the AIIM-sponsored Certified Document Imaging Architech (CDIA) designation. IndeDendent Consultant. ICTUS, Sierra Madre, CA (March 1998 - Present) As independent records and information management consultant, affiliated with File Pros, Inc., a woman-owned busii located in Orange County, California, responsible for business development and project management including: Consulting on redesign of filing classification system and workflow analysis as part of moving corporate headquarters equipment and space planning needs project, for Corporate Legal -t of First American Title hurance Company, Santa Ana, California. Consulted on filing system and records retention requirements for Aura Systems, Inc., Legal Department, a high technology firm in Los Angeles, California Consulted on filing system and records retention requirements for San Bemardino County Association of Governments in San Bemardino, California. 16 STONE & WEBSTER ENGMEERING CORPORATION Boston, / LOS Angeles, CA (February 1987 - March 1998) As PROJECT MANAGER for the Metropolitan Water District of Southern California, responsible for the design, development and implementation of a comprehensive mor& management program, including development of a District-wide records retention schedule, vital and historical records protection. Oversee maintenance and enhancements . . of client records management systems including retention schedule, archives, file classification, and legal researih databases, and library management system. Assist client in logistics of major transfer of inactive records to offsite storage warehouse; lead Indexing Task Force for Electronic Document Management System (EDMS), coordinating study for perfonning in-house imaging service for EDMS; and conducting a needs assessment for the Legal Library data management system. As PROJECT MANAGER for the California State Department of General Services, responsible for the management of projects under the Master Services Agre!cment for Records Management Consulting (MSG 6009). Projects included an alternatives anaIysis of commercially-available sohare packages for inactive records warehouse management and development and presentation of a seminar on electronic records management of State records. As PROJECT MANAGER for the Los Angeles Department of Water and Power, responsible for enhancing Department usage of the established Records Management Program (RMP) by applying automated resources and providing services to other City agencies. Completed design and implementation of a comprehensive RMP including: program management; development of RMP resources (e.g., a records retention schedule database, RMP manual, a vital records program, and a disaster recovery program); installation analysis to determine how an integrated records management p~ogtam should be installed within each Division; the development of an RMP functional specification addressing all operational needs of the system; operations of the Records procesSing Center, an evaluation of the alternatives available to meet the needs identified in the RMP functional specification; and feasibility study for imaging systems. Scope of work included ongoing evaluation of information technologies, including database management systtny image management systems, and electronic records management to determine their applicability to the RMP and automation of client work process. As PROJECT MANAGER for the Orange County Transportation Authority, responsible for the “Micrographics and Imaging Feasibility Study”. This study provided recommendations .to the Authority concerning the appropriate application of imaging techniques to improve productivity and records protection. As Manager of the Los Angeles Ofice - Responsible for general office management including all human resources, ofice leasing, business development, telecommunications and procurement activities. 17 -1 EFFECTIVE SOLUTIONS. PIC.. SAN FRANCISCO. CA (September 1984 - February 1987) As CONSULTANT, responsible for the performance of work on three high-level U.S. Department of Energy projects. Participated in development of senior-level project documents needed to implement a systems engineering approach to project management, and evaluated the impact of this approach on records and information management systems. As CONSULTANT to the Facility Projects Division of International Technologies evaluated existing records system. Recommended improvements to establish sufficient control and responsiveness to local, state, and federal health, safety and hazardous waste management regulations. MORRISON-KNUDSEN ENGINEERS (INTERNATIONAL ENGINEERING COMPANY - IECO). SAN FRANCISCO, CA (July 1982 - September 1984) As RECORDS MANAGER, developed and managed corporate and client management and document control systems for international consulting engineering firm including micrographics needs assessments, database design on mini- and microcomputers and in-. house archival records service center. Developed project engineering document control systems designed to mat NQA-1 standards for MKE's participation in U.S. Department of Energy Uranium Tailings Remedial Action (UMTRA) project. GATEWAY SYSTEMS. MC.. SAN FRANCISCO. CA (August 1981 - July 1982) As APPLICATIONS ANALYST responsible for the design and implementation of records and information management systems. Major projects included analysis and design of records management systems for Georgia Power Plant Alvin Vogtle and for Apple Computers. LEV1 STRAUSS & CO.. SAN FRANCISCO. CA (October 1980 - August 1981) As RECORDS SYSTEM AUDITOR, responsible for auditing compliance to Corporate Records Management Program. Prepared audit plans, conducted audits and compiled reports of domestic and international records system status. Prepared, edited and issued Corporate Records Management Manual. Educahon University of California, Berkeley, BA Comparative Literature University of California, Los Angeles, Various cow in system documentation, ' computer interface design, database design and programming, and imaging systems. 18 t Certified Records Manager (CRM) - 1979, recertified in 1993. Certified Document Imaging Architect (CDIA) (In progress) German Language Proficiencf (Zertificat Deutsch als Fremdsprache (ZDAF)), Goethe institute of San Francisco - 1997 Association of Records Managers and Administrators, Greater Los Angela Chapter (ARMA) - Vice President / President-Elect Association of Records Managers and Administrators, Greater Los Angela Chapter (ARMA) - Board Memk since 1995 ARMA - E-Mail Records Management Guidelines Committee, Member Association of Information and Image Management (AIIM) - Member Institute of Certified Records Managers - Member (Certified by Examination, 1979; Re- certification completed 1993) Institute of Certified Records Managers - Examination Grader “Electronic Records Management for the State of California” 1997 “Identitjling Electronic Records for the Records Retention Schedule“ 1996 “Paperwork Management: A Panel Discussion”, Greater Southem California Government and Business TechExpo, 1996. 19 “Best Practices: Electronic Records Management at the Los Angeles Department of Water & Power,” Greater Southern California Government and Business TechExpo, 1995. Contributor, “Application of Systems Engineering Methods to Development of Information Resource Management Programs”, Waste Management Conference 1987. ‘Why File It?: Records Storage & Retrieval Strategies,” University of California Extension, Berkeley, California, Records Management Seminar, 1982. “Records Turnover: A Critical Path Method Approach,” Nuclear Records Management Association Annual Symposium, Houston, 1980. JEAN CAUGHELL Ms. Caughell has recently retired from a 29-year career with Occidental Oil and Gas Corporation, with worldwide headquarters in Bakersfield, CA. Throughout her career with Oxy, she has been involved in the development of records and information management, from origination of documents and technical data, appropriate distribution of information, easily retrievable filing systems, and finally, their ultimate legally prescribed retention andor destruction. Ms. Caughell and her staffpublished an Wonnation Management manual which was endorsed by Oil an Gas Corporate management. The responsibility of implementing these document management procedures at the Bakersfield headquarters and in all it foreign subsidiaries was delegated to Ms. Caughell and other highly trained personnel in the Information Systems and Services department. High priority was given to applying technology to these procedures according to phased approaches, providing current eficiencies as well as flexibility to more ahead as new technologies evolve and become cost efficient. When Oxy decided to investigate the feasibility of imaging technology, Ms. Caughell hired the Mattox Group to assist her with severd projects including a strategic document management plan for the North Sea Operations, Relocation Department in Tulsa, Exploration d Engineering in Bakersfield, and the Lima, Peru Operation. Ms. Caughell worked closely with the consulting team in all phases of the requirements analysis and cost/benefit study. She researched the vendor market place and made recommendations to management for a phased system implementation. Ms. Caughell participated in most of Oxy’s foreign subsidiary ofice set-ups, with responsibility for Administrative Services, which includes information management as well as many other services. 20 c .- 7. Fees Our billing rate is $125 an hour plus expenses. Fees for this project will be: 0 Phase 1 - records management program and electronic records system requirements; hours and fees for this phase are divided equally between the records management program and electronic document management system requirements. 480 hours @ $125 = 560,000 0 Phase 2 - RFP and vendor selection. 320 hours @ $125 = $40,000 Our "not to exceed" fec is $ 100,OOO. Expenses are billed in addition to fees. We have contacted several condo complexes and find that timing for this project falls in the middle of the tourist season. There appear to be few properties for rent and extremely high prices for those.available. Perhaps the City would have some recommendations. We typically add 1 OO? to our fee for expenses. However, in this situation, 15% may be more realistic. $lOO,OOO + 15% = $1 15,000. 8. Support Expected from the City - .* We request the following support hm the City: e e e e e e e Project team participation in progress meetings. Cooperation of City staf€ for interviews, validation, and data collection. Access to dm IS and network staff available to collaborate on mainfuame and networking issues. Support staffto set and maintain interview schedule, __-_. __ __ _. Office wi d?- desks, chairs, phones and one filing cabinet or shelf during data ! collection wxj validation. -" Co-sts for existing operations as requested during data collection - organization charts, space, copier costs, filing cabinets, etc. Descripaon of existing computer platforms (hardware and SO-) and written network schematic. Written description of mainframe, hardwart, software. . 21 0 Written description of systems that may be integrated with document management, 0 Standard terms and conditions for sohare and hardware acquisition (we will provide 0 Background information about the City to be placed in the EWP such as GIs. specialized terms and conditions). Thank you for considering OUT services. If you have questions, please contact Addie ’ Mattox at 707 - 935-0753, fax 707 - 938-4875, email amattox@atdoc.com 22 4 z 1 I r 4 a ....... 3 ...... - . ....... - + ........ ........ ....... , ...... y; y - mIBIT "B" .... ... .... .. .... .... .... .t.. .... .... .... .... .... .... ... .... .... .... ... .... ... .... ....... , ....... .+ ....... $ ....... ' ....... .... .,.. .... .... .... ...... d Q - ........ ;i .............. REQUEST FOR PROPOSALS FOR ELECTRONIC DOCUMENT IMAGING AND INFORMATION RESOURCE "BNT . CONSULTANT The City of Carlabad (City) invites your proposal to perform professional services as an independent electronic document imaging and information resource management consultant to the City. The primary purpose for retention of a consultant is to assist the City in developing a Citywide Records Management Program; performing a need8 and requirements analysis; and preparing a Request for Proposals for an electronic imaging and document management automation system. In addition, the consultant will be required to: I. ) analyze the proposals and provide recommndatione; 2. ) assist in the interview of vendors. and demonstrations of potential systems; and 3.) assist with the final contract negotiations with the selected vendor. All questions regarding this proposal should be directed to Karen Kundtz, Assistant City Clerk, City of Carlsbad, at (760) 434-2917. Carlsbad is located 35 miles north of the City of San Diego, on the southern California coast. The City semes an area of approximately 42 square miles and has a population of over 70,000 . Industries in the area include a major regional shopping center, 22 auto dealers, 24 hotels, several businem and light industry parks and numerous land developers building single and multi-family housing in a variety of comrmnity settings. Prior to the recession, Carlsbad warn .one of the fastest growing communities in San Diego County. Growth has slowed over the last several years, but has picked up again with the recovery in the real estate industry. It is anticigated that build-out will occur in 25 to 30 years, with an ultimate population of approximately 135,000. 1 1200 Carlsbad Village Drive Carfsbad. CaYfomia 92008-1989 (760) 434-2808 @ , / C. i Carlsbad is a general law City incorporated in 1952. The City is governed by a five member City Council, under the Council/Manager form of government. The City currently has approximately 500 full time employees. For fiscal year 1997-98, the projected combined operating budget for the city is in excess of $82 million with a capital budget of approximately $66 million. The City-provides a full range of services including police, fire, parks and recreation, library, planning and engineering, various maintenance services, and administration. The City provides water and sewer services through the Carlabad Municipal Water District (CMWD), a subsidiary district of the City. In addition to City Hall, there are a number of facilities located throughout Carlsbad in which the City :conducts businesa. Many of these facilities will require accesa to the electronic image management system. . Rmcord8 Si- The city of Carlsbad (including the Municipal Water District) currently has: 0 0 0 0 Scattered site8 throughout the city (See enclosed Facility Finder) Each department haa its own filing system Some departments have records retention schedules Each department controls its own files Each department has offsite 'files (in different locations) A few departments have some files on micro fiche Sonw departments have never filmed any documents and ham yearm of old files in storage Record8 are in a variety of sizes and include large lrrapa Carlabad Municipa.1 Water District has maps scanned in TIP format 2 Novel1 WAN Network V4.11 e Primary applications are Microsoft Office V7 and GroupWise V5.1 0 Seven seners in a routed wide area T1 Citywide network 0 350 Windows 95 clients on Pentium PC's HP3000 Series 70 0 Applications include utility billing, fleet management, business license, and recorda management. All applications utilize HP'e Image database; .All application8 will eventually be transferred to the HP9000 K210. (within two years) 0 90 users from all City departments 0 ACCea8 via terminal emulation on Citywide network HP9000 K210 0 Applications include general ledger, account8 payable, human rcsources, purchasing, payroll, and pemita. All application8 use Informix database. 64 user license 0 Accc9ls via terminal emulation on Citywide netivork HP720 UNIX Workstation with an attached HP X-Station 0 Only application is the Geographic Information Syetem (01s) using ARC/Info by ESRI 2 usera in' 01s department 0 Connected to the Novel1 network for file and print service. 3 miatincr Commuter Svstemm (Continued): (2) DEC VAX 4100 0 Only application is Computer Aided Dispatch system by PRC 0 30 users in public safety only 0 Access provided via dedicated terminals and terminal emulation on network HP3000 935 Reuuirmnenta for New Svstem: Only application is DRA/INLEX 3000, an integrated library catalogue circulation system 60 users from library and other city departments Access via dedicated terminals, terminal emulation on citywide network, and via Internet (to authorized local public libraries only) 0 Provide a storage method which is legally approved for archival purposes (100 years) 0 Software non-proprietary (readable by more than one system) 0 Easy to use (appropriate for users at all levels of the organization and with varied computer skills) 0 Provide Indexing with flexible fields and search capabilities (ipduding multiple search and drill d0wm-1- capabflitiorP Allow for nfuzzyr searches, GEO reference, boolean query, for easy retrieval of information 0 Ability to hege -0 into electronic foraull various sizes of recorda, forma and maps, and update =&track cm.ea- 0 0 - 0 Provide aib&&&q city-wide j storaga and retrieval of documents and informatiom by multiple users and departments) 0 Provide levels of security of ktaged slOCtrOniC documents an& information (controlled access) 0 Ability to provide for future public access to information (in accordance with security levels) I 4 L 11. CONSULTMT RES?OMSIBILITIES The consultant will be responsible for assisting and directing the City in preparation of a citywide record8 management program, and in the selection of an electronic document imaging management system, including both hardware and software. More specifically, the consultant selected should be prepared to provide at the least the following: Phr8r It Review current City records operations and prepare a Citywide Records Management Program, including Legal References and Authority, Procedures Manual, Uniform Filing System, and Records Retention Schedule; 0 Review current City and records operations, conduct a needs and requirements assessment, and provide a report with recommendation8 for an Electronic Document Imaging Management System, to include an estimated coat of implementation (both hardware and software coats); Pha.. 11: rn Develop a Req~e8t for Proposals and an appropriate vendor mailing list for the software and hardware, in accordance with City regulations; /* . . " 0 Assist in the evaluation of the proposals and demonstrations, and make recommendations regarding the vendors proposed ayatems; 0 Assist in negotiating the contract with the selected vendor; 0 Attend City Council Meetings at various stage8 during the project to de presentations and/or assist staff in presentations. * S The City would like to maintain an option to extend the contract through the implementation period of the system. 111. PROPOSECD FORMAT Proposal estimates should be broken down by Phases, and should include a cost analysis and number of hours for tasks included in each phase of the project, in addition to the total project cost and total number of hours. '. All Proposals must include the following: 1. A Statement of Understanding. Include a paragraph which demonstrates your understanding of the City's needs and goals as described in the Request for Proposals. . 2. Number of years in business. 3. Number of employees. 4. A description of the methodology that would be followed in carrying out the consultant's responsibilities and an estimated timetable for achieving each of the project Phases I, 11, and 111, outlined in Section If above. 5. A list of government/municipal agencies that your company has workad with during the past three years. Provide the following information for at leaet three ar- which are eimilar in size a scope to the project requested by this proposal : 6 a. b. d. e. f. C. Name, address and telephone number of the agency Time period for the project Brief description of the scope of the project Recomended softwarc/hardware solutions Information regarding the cost of the project Person(s) to contact for a reference 6. Resumes of key peraon(s1 who would work on this project any municipal agencies they have worked with and their level of involvement. . indicating their role in the project. Be sure to include 7. Thr -+ 8ol.ct.d not bo p=vjdr or r.c.iv- c-eaaation fr- thr ultinrrtr rwmd rqlyIplpdpf or aorvic- If you have any affiliation or compensation arrangements with vendor8 of hardware or software, please list them in the proposal. If none, then include a:. statement that your company is totally independent of any hardware, software.?'or service suppliers, 8. provide your rate structure for profesaional feed, administrative support, travcl/lodging, office ad any other fees normally aaaociated with a project Of this b type. ma fox 9. Billing and payment expectations. 10. Any additionahinformation that you want to proiride. 11. The selected consultant will be required to sign a contract in a form similar to that presented in "it 1" attached. Any antioipated change8 should be outlined in the proposal . The City rememe8 the right to reject any and all proposals and to waive informalities and minor irregularitiea in any proposal reviewed. Further, the City may reject any proposal which doem not conform to the instructions herewith. Nothing in the Request for Proposals shall be deemed to commit the City to pay any cost incurred in the preparation of the submittal or to engage any consultant who responds. 7 - A mandatory, pre-proposal conference Wednesday, March 25, 1998, at 10 :00 will be held on a.m., in the City Council Chambers, 1200 Carlsbad Village Drive, Carlsbad, The conference will provide an opportunity for all interested bidders to ask questions regarding the RFP. city personnel will be available to answer any questions, and to provide a tour of City facilities as requested. If you aro unablo to rttond, plea.. havo repromu3trtivo of your compaay attond. If Your co~ll~arw i8 not r9mrmmppf.d at thr Cmr. wur PrQporal will not br com. v. RBvLm ot OROP~W All proposals submitted will be evaluated by a comnittee based upon, but not limited to, related experience of the proposers, demonstrated knowledge of a variety of systems/solutions, professional qualifications of individuals to be assigned to the project, understanding of the project, and responsiveness of the proposal. While costs are important, they will not be the overriding factor in the selection. The committee may choose to interview the top candidates . Those selected for interview will be required to provide samples of RFP's that they have written for the purchase of similar system, including hardware and software, for other clients. The proposer deemed to be the most qualified . by the committee will be recommended for award of the contract. The anticipated timing for the selection process is outlined below: city requemts proposals March 11, 1998 Consultantrs eukait proposals April 6, 1998 Committea' review6 proposals and selects April 17, 1998 0 Commfttee.inte~iews top consultants April 20 - 0 Conanittee selects consultant and makes May 15, 1998 ". -. . .. 7 r : . the top two or three consultant8 -4 ' May 1, 1998 a recomncndation' to hire consultant 0 Committee3 presents Consultant Agreement to the 'City Council for approval (if n.oi..rry) May 26 or June 2, 1998 0 consultant begins work within 30 days of. July 1, 1998 approval of contract VI. PROPOSAL SUBXISSION The sole source of contact regarding this RFP is Karen Kundtz, Assistant City Clerk. A total of eight (8) copies of the Proposal should be submitted to Karen's'attention at the address below no later than 5:OO p.m., on Monday, April 6, 1998. (-la bgB& not br Submit proposals to: Karen R, Kundtz, Assistant City Clerk City of Carlabad City Clerk's Office 1200 Carlsbad Village Drive Carlsbad, CA 92008.-1989 If any question8 arise regarding thie proposal, please contact Karen at (760) 434-2917. .* 9 .- - EXHIBIT 1 AGREEMENT THIS AGREEMENT is made and entered into as of the day of ,lQ-, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and , hereinafter referred to a8 "Contractor." to provide the necessary se~fbfpreparation . of ;andContracborpomememh necessary skill8 and qualifkatkms to provide the services required by the Cb, NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1- 1 rev. 10/22/97 1 The work under this contract will begin within ten (1 0) day8 atbr receipt of notitication to proceed by the City and be completed within day8 of that date. Extensions of time may be granted if requested by the Contmdq and agreed to in writing by the . The will give. allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by City supplemental agrwmmt8 per Paragraph 8, "Changes in Wok' The City rclserv86 the right to withhold a tetn percant (10%) retention until the pmjeat has been accepted by the City. " Incm paymerrt6, if applicable, should be made a8 outlined in attached Exhibit "A.' 2 rev. 1Ol22197 5. 5 This agreement shall extend for a period of from date thereof. The antact may be extended by the City Manager for additional one (1) year periods or parts thereof, based upon a review of satisfadory performance and the City's needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. Payment of approved item on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoioe. 7. - Within days of completion and approval of the the Contractor shall deliver to the City the foNawing items: in contrad sudpchange@'drau be processed by the Ci in the fdlowing manner. A letter outlining the requhd changes shall be forwarded to the City by contractor to rev. 10122197 3 *. II .- Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalMate unaffected portions of the agreement. 9. COVENANTS AGMST CONTINGENT FEEQ The Contractor warrants that their firm has not employed 01 retained any company or person, other than a bona tide employee working for the Contractor, to solicit or secum this agmt, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration conbingent upon, or msulting from, the award or making of this agreement For breach or vidatkn of thb warranty, the City sbd hamQm .- mdo annul this agreement without liability, or, in its discretion, to deduct from the agreement price or eonsidedon, or othefwh ~BCOVW, the full amount of such fee, commisskn, me, brokqe feea, gift. Or confingerd fee. 10. N0N"ON Cw . The Contractor shall comply with the state and federai laws regarding rev., 10/22/97 4 A 4 shall make a determination of fact based upon the documents delivered to City the percentage of work which the Contractor has performed which is usabie and of worth to the City in having the contract completed. Based upon that finding as reported to the Ci Manager, the Manager shall determine the final payment of the contract This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension w terrmnabon, .. Ci Manager shaY make the final determination as to the portiom of tadtrr completed and the compensation 60 be made. - they become idmtibd rn a part of a dispute among person8 09eratirY) under the pmvisiom ofthtrmntmct, shall be reduced to writing by the principal of the Contractor or the City . A copy of such documented dispute shall be forwarded to both partierr involved along with recommended method8 of resolution which would be of bendit to both parties. The City or principal receiving the lettec shall reply to the letter along with a recommended method of resdm withhr ten (10) days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the dispute shall be forwarded to the City Council for their resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties invoked, although nothing in thb procedure shall prohibit the pdes seeking remedies available to them at law: The Contracbr agree8 that any contract daim submittad tn thq City must be asserted LUI part of the contract process as set forth in thb agtecrment and not in. anticipation of litigatkrr or in conjunction with litigation. The Contractor adulowfedgea that if a fakm dah h submitted to the Ci, it may be conskJered fraud and the Contractor may be subject to criminal prosecution. The Conbador dumdedges that California Government Code sections 12650 et s&,.the False Claims Ad, pmvidea for civii penah wherr, a pemn knowingly submii a false daim to a public entity. These provisions indude- daim made with deliberate ignorance of the fWe infomratior, or in mckhms dimgad of the tnrth or falsity of infixmation. If ths-(=ity of Cad8bad seeks to recover pedtieo pumumt to the False Claims Act, it is entitlsd to recov~~ its litigation cos& induding atbmefls fees. The Contractor acknowledges that the filing of . a false daim may subjed the Contractor to an administratbe debarment pding wherein the Corttracbor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor aduKmrlm debarment 6 rev. 10122197 by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from’the selectkrr pmess. - (Initial) The provision8 of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. - (I n itial) 14. STATUS OF THE CONTRACTOR - The Contractor shall perform the services provided for herein in Contractor‘s own way as an independent Contractor and in pursuit of ContracWs independent calling, and not as an employee of the City. Contractor shall be under conbrd of ths City only as to the result to be accomplished, but shall consult with the City as pcpv#ed for in thg. request for proposal. The persons used by the Contractor to prwide sewices under thb agreement shall not be considered employees of the Ci fw any purposcw whatsower. The Contractof b an independentContractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete ampensatbn to which the Contractor is edtled. The Cii shall not make any federal 01 state tax withholdings on behalf of tho Contractor 01 hisher employee8 or subamtractom. The City shall. not be ,required to pay any workers’ compemath insurance or unemployment on behalf of the Contractor or hidher empbyem or subcontractom The Contmdw agrees to indernndy the Ci within 30 days for any tax, retirement corrtdbuWt, social security, overtime payment, unemployment payment or workem’ compensation payment which the City may be required bo make 01) behalf of . 7 this agreement of such indemnification arnount may be deducted by the City from any balance owing to the CoWador. The Contrador 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. CONFO- TO -QUI- The Contractor shall cause all drawings and specitlcatkns to confdrm to all applicable requirements of law. federal, state and local. contmdw shall provide all necessary supporting doarmnts, to be filed with any agencies whose approval is necessary. . , The City will prov#e copb of the approved plans to any 0th agencb. 16. -SHIP OF D0CU-S All plans, studies, sketches, drawings, reports, and spdkxthw a8 herein required are the propsrty of the City, whether the work for which they am made be .. executed or not In the event this contract is terminated,. all doarrnenta, plans, ’ * It. Contractof shall have the rigM Q make one (1.) copy of the plans fbr hidher records. pursuant to this contrad shal be vested in City and hereby agrees to relinquish all dainw to such copyrights in favor of City. rev. 10/22/97 - Con-. agrees to indemnify and Md harmless the City of Carisbad and its officers, officiab, 8mp(oy886 and vdunteen from and against all dahs, damages, losses and expense8 induding attorneys fees arising out of the perfrxmance of the work described herein caused by any willful misconduct, or negligent act, or omission of the contractor, any subcon-, anyone directty or indirectly employed by any of them 01 anyone for whose acb any of them may be liable. 19. PSStQNMENT OF CON- The Contractor shall not assign this contract or any part thereof or any monies .. due thereunder without the prkr written consent of the Cii. 20. SUBCO-NQ . IftheContrador~~bcorrtradanyaftheworkbo~~underthb contract by the Contractor, Contractor shall be fully resporrsible to the cy( fw the acts and omisskns of ContmcWrr subcontractor and of the person8 either diredty or indir8ctty employed by the subamtractor, as Contractw b for the acts and omiz18iocIs of persons dim miay Contrador. Nothing contained k thk amtract shall mate any contradud rda#oruhip between any sutxmtmtw ofcontracdpr and the City. The ContmcWdM bind every subcontra- and 8~81y subamtractor of a subcontracaoricb&~g~ .,of thb contract applicabk to Contradots work unless Specrflcd~~Bo~~kthesubcontractin~apprwedinmitingby the city. 21. PROW I- .. . . .. rev. 10i22197 9 NooffldaloftheCitywhoisauthomedinsuchca~onbehalfoftheCityto negotiate, make, accept, or approve, or take part in negotiating, maWng, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the Ci who is authortzed ' in such capacity and on behalfd the City to exercise any executive, .. supervisory, or similar functions in connection with the performance of thk contract Jhaa beawne directly or indirectly intemsted personally in this contract or any part thereof. e 22. nQEL additional payment whatsower under the terms of thb co(lfrBd above. 10 L 1 The COrrbacdM shall file a conflict of interest statement with the City Clerk in accordance with the requirements of the City's conflict of interest code incorporating Fair Political Practices Commission Regulation 18700 as it defines A consuitant. The disclosure category shall be categories OR The City ha8 determined, using the guidelines of the Polii Refom Ad and the Cis conflict of inbmst code, that the Contractor will not be required to fb a conflict d interest statement a8 a requirement of this agreement. However, Co@radw hereby acknowledges that contracbor ha8 the legal responsibility for camglyirr(l with tho. Pditid Rem Ad and nothing in this agreement release8 contracdor fFom thi8 responsibility. 26. jNSURANa The Contractor shall obtain and maintain for the duration of the amtract and any and all amendment$ insurance against daim for injuries to pmmm of damage to Said insurance drdl be obtaind from an insurance carrier admitted and authorited to do busin- in tho Stab of California. The insurance carrier b required to have a current Bds Kay Rating &.not less than "A-:V" and shall memt the Cia policy for insurance ab stated in Rdutkn No. 91403. . 11 A contracdor shaU maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. ' Comprehensive General Liability Insurance. $1 ,~,~ combined single-lirnit per occurmnce~ for bodiiy injury, personal injury and properly damage. If the submitted polidea contain aggregate limits, general aggregate limb shall apply separately to the wodc under this contract or the general aggregate shal be twice the required per occurmnca limit. I 2. AutomoMe Liability (id the use of an aubomoMls b involved fcx. . injury and pmpwty dm. 3. W&m' Compensation and EmpbyerS Liability. Wodcers' Compmsatkn limits aa required by the Labor Code of the Stab d California and Employer's Liability limits of $l,OOO,O00 per accident for bodily injury. rev. 10/22/97 12 1. The City shd be named as an additional insumd on all polidea excluding Workem' Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work. 3. The Contractor shall obtain Occumnce coverage, exduding Professional Liabilii which shall be written as daims-made coverage. 4. This insurance shall be in force during the lii of the agreement and any extension themof and shall not be canceled without 30 day8 prkr written notice to ttreCitysentbycerwiedmail. 5. If the contracaor fails to maintain any of the insurance coverag-. . required bin, then the City will have the option to dedare the Contractor in breach, or ... ... ... ... .. . . .. . .. ... ... ... ... ... rev. 10122197 13 27. The nams d the persons who are authorized to give written nom or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as folknw For City: Title Name Addm For contracb#: Title Name Addre88 Archiihse Number: 14 rev. 10/22/97 hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. . Executed by Contractor this day of e 19 * CONTRACTOR: CITY OF CARLSBAD, a municipal corporation of the State of California (name of Contractor) By: By: City Manager or Mayor (sgn hem) (print name/title) ATTEST: By: (sign here) ALETHA L. RAUENKRANZ (print namdtitle) Ci Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (PtesMent 01 vice-president and secretary of assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or a88j3fBnt secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R BALL City Attorney "Y Deputy City Attomey 15 rev. 10/22/97 ,- City of Carlsbad August 10,1998 The Mattox Group/@doc 573 East Angela St. Pleasanton CA 94566 Attn: Addie Mattox RE: APPROVED CONSULTANT AGREEMENT The Carlsbad City Council has approved the Agreement for a Citywide Records Management Program and Electronic Document Management System with The Mattox Group/@doc. Enclosed for your records is a fully executed original agreement. Also enclosed is a copy of the Agenda Bill and Resolution which approved the Agreement. Section 27 of the Agreement requires that you obtain a City business license. Though licenses are handled by our Finance Department, I have obtained the application for you. Please contact the Finance Department at (760) 434-2882 with any license questions. As I told you earlier today, we are scheduled for the Water District Meeting Room on September IO, 1998. I think that three sessions that day should be enough. I am working on a memo for Lee to send to all department heads regarding their selection of participants for the meetings. I am also planning on encouraging all committee members to attend one of the sessions. As soon as I have a Purchase Order Number for this project, I will call you. Assistant City Wrk Enclosures 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 - (760) 434-2808 @