Loading...
HomeMy WebLinkAbout8.4 Agmt Cayuga Info Sys .)<~'~:.. '. ,;~1 ~,' ,.. J:,~.I.. .'F"- . - -. , .""" , . AGENDA STATEMENT CITY COUNCIL MEETING DATE: APRIL 23, 1996 SUBJECT: Services Agmcmcnt with Cayuga lnfonnati.on Systems to assist with implementation of the City's InfonnatiGD Systems Master Plan Report Prepared by: Steve Honse, Administrative Assistant EXHIBITS ATTACHED: 1. Proposal Excerpts 2. 'Proposed Agreement RECOMMENDATION: A .../ Authorize the City Manager to execute the Agreement substantially / {,.AI' in the fonn presen1ed. FINANCIAL STATEMENT: Sufficient funding is include4in the adopted, blldget e'; DESCRIPTION: On March 12, 1996, the City Council/authorized staff to circulate a Request for Proposal for a computer consultant tol'Cview the City's Informadon Systems l\fastcr Plan. Of the eight RFPs that were circulated, only one company, CayugaJ:nfonni\tionSysteJns (CIS), responded. CIS is a local company that is well qualif'lCd to pedonn tbetasksspeciW in,the.RPP~ In October of 1994, the City Council adopted, the Information Sysrcms Mas1I;r "..The mission in aeating the master plan was to first analyze the City's existing computer system.. .N~ theiUnciions of the staff wereexammed to determine how the introduction of new technology could improve efficiency. Fmally, the plan provided a guide for implementing 1eclm.ology over the next five years. By providing a guide, the City no longer needs to evaluate technology on aycar..to-year batis. Instead, decisions related to the infonnation system have been made in the context of a long term plan. The initial phase, (FY 1994-95) of the ~ plan was th~instaUation of a loca1atef.Det\VtIdt (LAN). The LAN provided the City with tbeabiJit;y to share infonnationanQ teSoUl'Ce$~ as pJinterB, software and databases. This configuration is conunonly refereed to asa "client/scrver"~ Once, the LAN was installed, it became possible to implement the other elements of the master plJut.. (discu.ssedbelow). Master Plan Scbedule '. Under the Infonnation' Systems Master Plan, the following projects.are scheduled o_the next two years: · Electronic Land Infonnation Database · AutomatedDoc:wnent ImaSing . ----~------~-~~---~------~~-~----~-~--~-~-~-~-~~-~-~~~-~~~~~------- COPIES TO: laIry Tubbs, Cayuga Infonnation Systems Hlcc..t'onasI.......t.doc .. lTEMNO.1lA .l... . " "",.',1" , ."GeojraphiC InfonMtic:mSymem. .. · 'I'eImit Tracl&l" ,.' . .. '. UtUkatiQn of dIda:fro~ the San, Ramon Aerial Project . Migmion' from theIBM$y~toanotheroperating system , .. ,0.>.. ,"'. . ',,".' ':""":~'JIhJ;' ,. '''.,~...'' ");,m~, 'i'':--~i;( "';~i:"~'" . W"'!> ~...... ".'-\.-, " Thepro~(ft~;a~ ~requi1i.tbe to OtyWll1 make significant investments in ncw'eotnpu..- ..'." ,.,: "::(:"l systemS.':Oty staff does JIOtCUJmldy,have theetpertise r.o,ckvelop an overall appioaoh in whith'Oach .." ',:. vead6r's~ iscvQuUJd:.f. COJrJPatibilitywithdte otberClemcmts of theJI1aStef plan. ltis ~., th....l~aI,~bofoNke1 do;qisions :_'~. Given tile signiticQtexpcnse, OOOlplcxi1y, and compatibilitY"__, theCit)'Win~,~_Jces ofJl COA$Jdtant in order to make ~C)JDH:d choicos. This ~~ideftd(iedin'.~Plalt 'ancfscheduled 10 occurtbis fiscal year; The sum of $13,500 was bad~fOr tJJijoxpeuse fn'.tlU ,..,', CIP,budger. ~. '. . As.pedfied iIItbe mquat:ftJrpieposai" thC.~ Will a1~ .teclmiQaiaSpects of'the ,MasterPlan.itf '. <m!erto'.-Wist staff Wiib ,. 'p18~s imj~;1betQnsultant will makerecommci1datiOJlS uto...,' ~,~ &nct'voDdOrs, ~costs,8ndeJ1aurethattcclmicalaspectS ofthcplanltt compatilde... ^ <:' ." \. ".'.' ,< . ~', ,. AnaI"of~ReciWed ..In~;:-~"~~=.--u~ .... .. ~t~..........~" 1,;....... .".,.;m.~....dft.oot~m-+ ~...dt.. and" . "'u.... ~~~...!::. :', " .- : .~-'-.1I~to .l......--..-.~_,,~_ _1~lg, . gtO..-aPUI\i ~on~. . " ~_a,:liinited41Umbet':of':tiJ.W,~li~ng in 1~t81 operations: and Ofen':feWer,tJi8t ~~:'UlsucJtawWevttJetyOf~ .',' " ':,'. ': ". ,,',~it:U~1W;"~~~be()bjediVe. '~efkms that were iJl~to'. 'i'.' ~'~:::::.. '. ***~\"'_~:tb1b_b"aftH~tsoftWate.;CoRseq1JDDdy tbenDJrtber,of ..... i'" .' . ~'~,~su~~'~andi. '. ... ; . . .'... .; .', .. .1,....... ;.....~1li~,~t.~.~... "~y"~ 1M. ~._ .... ............1.:.. .10._. .;.............w...... " \.: _........:~;!.::~~'i,....,~,........... I1.I.I.l:;.T ......DUWI '~'i&IIIU' un: "'"~. '" v......17.Rf v.JV ~............. , -, . ,', ";'-~:~i~J(j()IlbUtS'u;;.d1i8~~~H' .', i' . '..' > ;.' " ,:,'.'.. ;, ,,~ .' ,.\ ,..! ~ - " J, '. .' .. ..._3~?==~~r.;:; 'y i ~ ',.'1 , , ":. ~ ~ -"' :. -:",. ~1>>'oposes to perfonn all services, as outlined in the Scope of Services, in 160 hours at an hourly rate of . ;" $8 '. The total cost for the initial scope of services will not exceed $12,800 as calculated on a timCand materials basis. A total of $13,500 was included in the current budget to fund this expenditure. The CIS proposal includes an optional Phase 2, which offers to provide additional services at an additional cost of ~:. $7,500. Phase Two relates to the implementation a document imaging system. This phase will only be ." undertaken if the results of Phase 1 indicate that the project should be pursoedin Fiscal Year 1996/97 . , Work Product Pbase 1 Under the initial phase of the project, the following systems will be evaluated: electronic land infonnation database, automated document imaging system, GIS, permit tracking. utilization of data from the San Ramon Aerial Project, and replacement of the ffiMSystem/36. Tasks 1. Major software products for the above systems will be evaluated. Based-Upon these evaluations. a tabular matrix will be constructed in order to rank each product acc~g ,to: . Estimated cost . Feature differences between various options . Compatibility 2. As related to the replacement of the System/36, the consultant will complete 'allof the elements of task 1 and also address the following issues: . Limitations as related to software availability . Maintenance and support issues '.~;.., 3 " , . . . As related to document imaging, the consultant will complete all the ele~ts of task 1, and also make specific reconunendations as to the advisability of obtaining such a sy$tCl1l at this time. 4. The consultant will report on the most efficient implementation schedule for the master plan components over the coming years. Phase Two Phase Two relates to the implementation a document imaging system. This phase will only be undertaken if the results of Phase 1 indicate that the project should be :pursued in FISCal Year 1996/91. Task 1 would be petfonned at a cost of $3.200. Task 2 would be perfonned at a cost of $55 per hour. Tasks 1. Develop specifications and assist in the se1ection.of a d.ocumeIltimagiagSyStem. . Prepare RFP .. . Evaluate Responses 2. Assist in the implementation of a document imaging system Recommendation It is recommended that the Council authorize the City Manager to execute theapeemeJlt and award the . contract for professional services to Cayuga Information System for Phase One~ .:. ~.\ . r.'~,:" , I,' ' .',', , , ." .""'. " . Response to the City of Dublin Computer Consultant Services RFP "March 25, 1996 CO:MPANYBACKGROUND Cayuga Information Systems (CIS) is a computer consulting and services company, founded in 1990. CIS provides data processing consulting and operations services to business, municipal agencies, public and private utilities, and special districts. CIS does not sell computer hardware or software; rather, we operate as independent consultants, able to specify the best combination of products to meet our client I s needs. Our consulting team provides a wide range of specialized services, including: · Computer system planning and design services. · Hardware and software configuration, including site and needs analysis, creation of detailed specifications, evaluation of RFP responses, installation management, and ongoing training and support. Systems may range from single-user, single- function PCs, to wide-area networks and integrated mini-computer and mainframe systems. . Integration of existing or newly acquired software and hardware, to eliminate duplicate data entry, reduce hardware costs, and insure data integrity. · Areas of specialization include municipal, public works, and special district accounting systems; geographic infonnation (mapping) systems; maintenance management; purchasing and inventory systems; business office systems; water and wastewater utility operations; and laboratory data management systems. The consulting team has substantial experience with the types of systems in use and proposed for use by the City. This experience includes: Previous Master Plans: CIS has completed data processing evaluations for the following clients: · City of Campbell, CA · Metropolitan Transportation Commission · Dublin San Ramon Services District " · Fairfieltl-Suisun Sewer District · Vallejo Sanitation and Fire Control District · Oro Lorna Sanitary District CIS is currently completing an :MIS Master Plan for the City of Albany, and is developing system specifications for multiple projects at the City of Benicia. CIS has also contributed to the short- EXH IBIT 1 (Page 1 of 8) Response to the City of Dublin Computer Consultant Services RFP March 25, 1996 and long-range planning efforts of a number of other public and private entities. Each of these projects has been completed on time and within the initial budget guidelines. . Municipal Government: CIS has provided information systems planning services to numerous cities, counties, and special districts. Over two-thirds of CIS I S income over the last four years has derived from contracts with public agencies. Operating Systems: The project team has extensive experience with the following operating environments: · DOSlWindows (3.1, WFW, and 95) · Macintosh OS · SCO and HP Unix · Novell Netware (2.x through 4.x) · OS/36 and OS/4oo operating systems CIS provides routine support for clients with multi-platform information systems. CIS also supports the numerous hardware and software interfaces required in a multi-platform environment. Applications Software: The project team has provided specifications and support for a variety of specialized software, including: ." · Fund accounting · Document imaging · Geographic information systems (GIS) · Maintenance management · Police and fire dispatch and, records management · Recreation management · Purchasing and inventory Hardware and Cabling: CIS has specified network cabling, LAN and WAN communications equipment, and peripheral equipment such as printers, plotters, scanners, and other specialized devices. .. , . EXHIBIT 1 (Page 2 of 8) .' .':, . Response to the City of Dublin Computer Consultant Services RFP March 25, 1996 PERSONNEL We have assembled a team which provides an ideal mix of professionals, experienced in managing all aspects of an information systems design project. We propose to integrate our team with City staff, to provide cohesive and thorough design services. The President of CIS, Larry Tubbs, has been the primary consultant for all master plan and design projects undertaken by CIS. He will function as project manager and lead consultant to the City on the proposed project. Richard Blisard and George Balm, respectively Compu~ Resource Specialist and Field Technician for CIS, will provide purchasing, specification, arid installation support for both phases of the work plan. Resumes for these individuals are presented on the following pages. ~ j EXHIBIT 1 (Page 3 of 8) Response to the City of Dublin Computer Consultant Services RFP March 25, 1996 Current Position: Education: Expertise: Work History: . RESUMES Larry Tubbs, M. Engr. President of Cayuga Information Systems. Master of Engineering in Environmental Engineering, Cornell University, Ithaca, N.Y., 1976. Bachelor of Science in Civil Engineering, Cornell University, Ithaca, N.Y., 1975. ,.' Substantial. experience in computer programming and systems development on personal computers and PC networks, on mM, Apple, Digital, Wang, Prime, and other minicomputers, and Apollo Unix workstations. Fluent in Paradox, PAL, dBase, Clipper, WordPerfect, and other common microcomputer products. Has created custom database applications under Wang VS. Fluent in Fortran, Basic, RPG, am various utility and statistical packages. Thorough knowledge of V AXJVMS and major DigitallOftware products, and mM Systeml36 operations and programming. Has directed computer system specification and acquisition for municipalities, businesses, and water/wastewater treatment facilities, for both real-time and batch data management applications. Data Processing Supervisor, Delta Diablo Sanitation District, Antioch CA. 1988 to 1990. .: Responsible for systems development and implementation in accounting, engineering, laboratol}', operations, and maintenance departments. Designed and constrocted specia1ized software for laboratory data management, work order processing, purchasing, and labor scheduling. Implemented a geographic information system (GIS) for mapping of collection systems. Provided training and support services for third-party and custom software and hardware. Director of Product Development, System Analysis Corp., Wellesley. MA. 1986 to 1988. Supervised a team of programmers am quality control specialists in design and construction of hospital laboratol}' software pacbges. Designed and constrocted a hospital blood bank data management program. Senior Engineer, James M. MonJgomery Consulting Engineers, Inc., Walnut Creek, CA, 1980 to 1986. Designed and directed various programming and analysis projects. Responsible for development of research directions and methods in COIllpJter applications in sanitary engineering for the Walnut Creek office, and shared responsibility for development of in~house programs for engineering use company wide. Pqncipal author of many original software pacbges, implemented on a variety of computer systems, 'for plant maintenance management, wastewater collection system analysis, water system design, revenue planning, and administrative functions. . EXHIBIT 1 (Page 4 of 8) .-.. .. .' .': .. . ReSponse to the City of Dublin Computer Consultant Services RFP March 25, 1996 Larry Tubbs (continued) Principal Investigator: Resources fOT the Future, Inc., 1979. Combined an original nonpoint source pollution mod~l with generalized agricultural production data to estimate the total national nonpoint source loading of agricultural pollutants to surface waters. Research Specialist: Cornell University, 1976 to 1979. Responsible for the development of nmnerous nonpoint source pollutant loading models, validated with field data and combined with existing models to produce a general framewoIk for estimatiDg pollutant loading from large areas. Also, was member of a project team which evaluated reservoir construction alternatives to maximize water supply to the northern areas of Algeria. Publications: Myers, n.w. and LJ. Tubbs. 1976. wPreliminary Design studies of Surface Water Resource Systems in Northern Algeriaw. Design Project in fulfillment of Master of Engineering degree, Cornell University . Tubbs, L.J. and D.A. Haith. J.977. wSimulation of Nutrient Losses from Croplandw. ASAE Paper No. 77-2502. American Society of Agricultural Engineers, St. Joseph, Michigan. Haith, D.A. and L.J. Tubbs. 1978. wModeling Nutrient Export in Rainfall and Snowmelt Runoff' . In: R.C. Loehr et aI. (ed.), Best Management Practices for Agriculture and Silviculture, Ann Axbor Science Publishers, Ann Arbor, Michigan. Tubbs, LJ., and D.A. Haith. 1979. wEstimating Nonpoint Source Nutrient Loadings from Croplandw. Grant No. R80492S010, U.S. Environmental Protection Agency, Athens, Georgia. Haith, D.A. and L.J. Tubbs. 1980. WWatershed Loading Functions for Nonpoint Sourcesw. Journal of the Environmental Engineering Division, ASCE., vol. 107, no. EEl, February 1981. Tubbs, LJ. and D.A. Haith. 1981. wSimulation Model for Agricultural Nonpoint Source Nutrientsw. Journal of the Water Pollution Control Federation, vol. 53, no. 9, September 1981. Tubbs, L.J.. 1983. wComputerized Methods for Wastewater Collection System Master Planningw. Presented at the 50th Annual Meeting of the PNPCA, Boise, Idaho, October 16, 1983. Tubbs, L.J.. 1990. wGeopphic Information Systems in the Delta Diablo Sanitation Districtw. Presented at wGIS in the 90'sw, Pleasanton, CA, November 29, 1990. "- Tubbs, LJ.. 1991. .Strategies for Success - Planning the Right Information Systems for Your Business.. Bay Area Computer Currents, December 17, 1991. Tubbs, w.. 1996. wInfonnation Systems Planning for Public Agenciesw. Presented at wTechnology: Managing for the FutureW, Sonoma-Marin Training Consortium, Peta1uma, CA, Febroary 9, 1996. Citizenship: u.s. Citizen EXHIBIT 1 (Page 5 of 8) Response to the City of Dublin Computer Consultant Services RFP March 25, 1996 .' Richard Blisard Current Position: Computer Resource specialist for Cayuga Information Systems. Company provides computer software and hardware consulting services to municipal clients. Education: A.S. in Electronic/Computer Technology, West Valley College, Saratoga, CA 1983 Certified Network Administrator, 1995 Certificate in Network Management, University of California Extension, Santa, Cruz, CA. Will complete in 1996. Expertise: Former network administrator for 3D-node Novell 3.x network. Included Netware administration, cc:Mail, communication server, PC configuration and upgrade, client support, and network: backup. Experienced with DOSlWindows pC's 8Dd Apple Macintosh computers and peripherals; desktop applications including Microsoft Word and Excel, cc:Mail, ESI, Aldus Pagemaket, Adobe TIlustrator, and others. Directly participated in sening up Unix servers for E-Mail and file transfer, and configuration of network management systems. Excellent working background with analog, digital, and RF troubleshooting to component level. Work History: Computer Resource Specialist. Cayuga Information Systems, Wabwt Creek. CA.. .': Responsible for onsite networlc adnrinistration and configuration, service of PC's, network servers and components, and software applications. Provide end-user training for standard and custom programs. Provide advice and specifications for computer hardware and software. Product Specialist, A.ndrew VSAT Systems IN:.. Fremont. CA. Responsible for systems design, parts procurement, system integration and testing, resource coordination, timely shipping, international site installation, and customer support/training of satellite teJ~mication equipnent and peripherals. Accomplished field and facilities installation of lwelliteiground station equipment. Corrected customer difficulties and provided detailed technical support. Electronic Technician m, Microwave Associates Telecommunications Sources, San Jose. ct. Experienced with testing, tuning, and troubleshooting of microwave phase-locked oscillators, frequency synthesizers, strip-line oscillators, and frequency multipliers. Further experience with 4S0MHz tel~ communications synthesizer/converter. Responsible for co-worlcers productivity in the test depara::Mm when supervisor was absent. Produced status reports and attended management meetings. Citizenship: u.s. Citizen .~ EXHIBIT 1 (Page 6 of 8) . . . .~esponse to the City of Dublin Computer Consultant Services RFP March 25, 1996 Current Position: Education: Expertise: Work History: George P. Bako Field Technician for Cayuga Information Systems. Company provides computer software and hardware consulting services to municipal clients. AA Degree, COIDpJter Science, with concentration in communications, networking, and PC han:lware mpport. Diablo Valley College, 8/90 to 6/94. . Considerable experience with Novell Netware 3.1x versions. Familiarity with Lantastic 4.0 through 6.0. Well versed in Word for Windows, WordPerfect, Lotus 1-2-3, and Paradox. Able to diagnose and repair hardware problems with PC's and network devices. Over ten years of independent computer study, the Jast five on mM compatible computers. Some experience with computer programming (BASIC, Pascal, and C) Field Technician, Cayuga lnfonnation Systems, Wabutt Creek, CA. February 1995 to present. Responsible for onsite service of PC's, network servers and components, and software applications. Provide end-user training for standard and custom programs. Compile requirements and specifications for computer hardware and software. Administrative Clerk I, California Bancrhares Homeowner Association Services Department. Fe~ruary 1992 to February 1995. Mamt'lined the HOA's database of customer's payments, updating database daily as payments arrive. Answer phones and faxlmail daily customer payment reports to the different Management companies. , Computer Database Operator for Dr. Ronald E. Grafton, D.D.S. September 1998 to April 1990. Created, modified, and maintained a current list of active and non.active patients. Provided Zip Code organized mailing labels and/or alphabetized Sl1IllDUU)' lists. Citizenship: u.s. Citizen " i EXHIBIT 1 {Page 7 of 8} Response to the City of Dublin Computer Consultant Services RFP March 25, 1996 CLIENf REFERENCES . City of Benicia, CA Created plans, specifications, and bid fonns for pennit tracking, parcel data management, and building inspection software. Currently supporting the City in design and purchase of a City-wide document imaging system, and replacement of the existing BRC-Advanced System/36 financial management system. Contact: Kitty Hammer, Senior Planner, City of Benicia, 250 East L Street, Benicia, CA (707) 746-4280 City of Campbell, CA Completed a master plan for City-wide infonnation systems. Currently providing full- time, on site MIS support and development. Contact: Gretchen Conner, Finance Director, City of Campbell, 70 North First St., Campbell, CA (408) 866-2111 Dublin San Ramon Services District .. Created a master plan for District information systems. Completed specifications for data, phone, radio, and video cabling. Contact: Robert Gresens, EngineerlPlanner, Dublin San .- -': Ramon Services District, 7051 Dublin Blvd., Dublin, CA 94568 (510) 828-0515 Additional references are available on request. .. , . EXHIBIT 1 (Page 8 of 8) STANDARD CONTRACTUAL SERVICES AGREEMENT . " THIS AGREEMENT 1S made at Dublin, California, as of , 19___, by and between the CITY OF DUBLIN, a municipal corporation (" CITY" ), and Cayuaa Information Systems, ( "CONTRACTOR" ), who agree as follows: 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, CONTRACTOR shall provide to CITY the services described in Exhibit A. CONTRACTOR shall provide said services at the time, place and in the manner specified in Exhibit A. 2. PAYMENT. CITY shall pay CONTRACTOR for services rendered pursuant to this Agreement at the time and in the manner set forth in ::,~<~;xhibit B. The payments specified in Exhibit B shall be the only payments 4IIlo be made to CONTRACTOR for services rendered pursuant to this Agreement. CONTRACTOR shall submit all billings for said services to CITY in the manner specified in Exhibit Bi or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which CONTRACTOR uses for billing clients similar to CITY. 3. FACILITIES AND EOUIPMENT. Except as set forth ln Exhibit C, CONTRACTOR shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. CITY shall furnish to CONTRACTOR only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. ~REEMENT ~ge 1 of 2 4/1/90 ~'Lk~~'\ ~ d--, \ 0 \- -::L 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit Dare part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, th~ other term or condition shall control insofar as it is inconsistent with the general provisions. 5 . EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. This Agreement shall be administered by Steve Honse ("ADMINISTRATOR"). All correspondence shall be directed to or through the ADMINISTRATOR or his or her designee. 7. NOTICES. Any written notice to CONTRACTOR shall be sent to: Cayuga Information Systems, Attn: Larry Tubbs 175 Sierra Drive, Suite 208 Walnut Creek, CA 94596 Any written notice to CITY shall be sent to: City of Dublin, Attn: Steve Honse ." 100 Civic Plaza Dublin, CA 94568 Executed as of the day first above stated: CITY OF DUBLIN a municipal corporation By "CITY" Attest: City Clerk By "CONTRACTOR" Approved as to form: City Attorney AGREEMENT Page 2 of 2 4/1/90 . L~k:.~ \ t :L '2.0" L Work Product e In addition to the tasks described in the preceding portion of this Scope of Services, CIS will generate an Individual program matrix (matrix). The matrix is defined as a table which ranks each product according to its characteristics, which at a minimum will include price, features, goodness of fit, and platform. The purpose of the matrix is to determine which combination of software and hardware products will result in the greatest utility at the lowest cost. CIS will prepare the matrix is such a way that it will: . Alert the City to any potential incompatibility between systems; and . Demonstrate which combination of products offer the greatest value; and . Clearly estimate all direct and indirect cost associated with the implementation of the proposed systems. At a minimum, the matrix will include the all hardware and software required to make the following systems operational: .:' 1. Electronic Land Information Database 2. Automated Document Imaging 3. Geographic Information System 4. Permit Tracking .. 5. Utilization of Data from the San Ramon Aerial Project 6. Migration from the System/36 to another operating system The matrix will only rank software as described above. CIS will provide hardware estimates for each system, but there will be no ranking of platforms. e: EXH IBIT "A" (Page 1 of 6) Phase 1 . Task 1.1: Master Plan Review and Requirements Analysis Consultant shall review the City's previous InfoDnation Systems Master Plan, and indicate where updates are required, due to work completed since the time the Plan was completed, and due to changes in available technology and budget. Consultant shall verify the intended timing and scope of each infonnation systems component detailed in the Plan. Particular attention will be paid to the proposed financial systems update, and the proposed document imaging system. Key personnel shall be interviewed, and asked to provide an assessment of current systems, potential improvements, and an assessment of their computer capabilities and the capabilities of their subordinates. Levels of usage for each existing computer and application program shall be assessed. Future expansion of services and the resulting load on the infonnation systems shall be estimated. Consultant shall also review the City's hardware and software inventory. Recommended changes to data processing operations shall be compiled and presented to management at .. the end of the inventory process. These recommendations can be incorporated in the evaluation, or used as a separate work list of tasks to be completed independent of the evaluation. Particular attention will be given to the goals and objectives of the City, and how these goals may be supported by infonnation systems; the data flow between departments within the City, and between the City and outside entities; and identification and assessment of critical systems and databases. ~- Final product of this task shall be a letter report, detailing the results of the requirements analysis. Task 1.2: Development Alternatives Hardware and software strategies shall be developed, to meet current needs and to anticipate future operations. Strategies shall include alternative recommendations, with estimates of costs and other impacts to the City. The evaluation shalt be specific for the financial and document imaging systems, and general as they relate to other infonnation systems within the City. In particular, Consultant will assess the options for hardware platform selection for the . City. The positive and negative aspects of PCILAN solutions, versus minicomputer-based EXH fBIT "A" (Page 2 of 6) ,...... .' .': solutions such as Unix or Advanced/36 and AS/400 platforms will be detailed, and presented in a fashion which allows informed decision-making during the design and product selection steps. Particular attention will be focused on support and training options available to the City, under each platform and development altemative-:- Each potential system will be identified with an anticipated support, training, maintenance, and replacement cost. The overall support requirements of the City under present and future conditions will be assessed, and alternative support arrangements (in-house staff, outsource, or combination) will be identified and compared. The analysis and alternatives developed under this task shall be designed to answer the following questions, per the City's RFP for this project: · Should the System/36 be replaced with another minicomputer (Le., AS/400 or equivalent) or could existing financial and record-keeping functions be performed on a PC-based server? . Should additional tasks scheduled under the Master Plan (GIS, document imaging, etc.) be performed on the existing City-wide computer network, or could these additional tasks be better performed on the microcomputer which replaces the System/36? . Which platform would achieve maximum compatibility with the additional tasks scheduled under the Master Plan? . What are the costs of the various options? . What are the optical storage options given municipal uses.'? . Based on available technology, where will the (imaging) data reside? Should the data be located on the upgraded/replacement platform to the System/36, or on a decentralized file server, or, with additional storage, on the current network server? . What is the estimated cost to purchase and make operational a document imaging system? Final product of this task shall be a written Systems Options Document, detailing the identified development and support options. . EXHIBIT "A" (Page 3 of 6) Task 1.3: Selected Development Plan . Consultant will work with City staff to select a development plan which best fits the needs of the City. The:final development plan, on acceptance by the City, may be presented to the various departments by the Consultant team. Department management shall then have the opportunity to review the budgetary and staff commitments indicated by the plan. Once the final plan is accepted by City staff and management, the Consultant team shall prepare a detailed implementation pIan, which describes the order, timing, and City labor commitments necessary to implement the plan. Final product of this task shall be an Information Systems Evaluation. Consultant shall provide and distribute up to ten copies of the Evaluation, and shall provide electronic copies of all reports and plans in WordPerfect 6.1 format, or other format as requested by the City. Phase 2: Task 2.1: Prepare Specifications The selected development plan will indicate the timing and general requirements of the e: document management system to be implemented by the City. In this task, the Consultant team shall develop detailed, biddable specifications for the document imaging system, which may be combined by the City into an RFP document. Consultant shall also develop a list of prospective vendors for the imaging system. Task 2.2: Evaluate Proposals from Bidders The Consultant team shall evaluate the vendor responses for -goodness of fit- to the City's needs. Product evaluations shall include detailed examination of bid- responses, attendance at vendor demonstrations, and visits to existing client sites as indicated by the type of product and as requested by the City. The Consultant team shall recommend a single vendor for each product, based on this evaluation. The bid forms will likely include a tabular matrix, indicating which features are met or unmet, and the cost involved in supplying unmet needs as customizations. The tabular matrix in the RFP would then become part of the purchase contract between the City and the vendor, which guarantees that the features promoted by the vendOr will actually be supplied. The ConSultant team shall recommend a selected document imaging vendor or vendors to . the City. H the selected system will require substantial changes in the way that City staff EXHIBIT "A" (Page 4 of 6) . ." . perform day-to-day operations, then the Consultant shall explain the rationale behind the new systems and procedures, and assist City staff in adapting to the new systems. Task 2.3: Implementation Support On request of the City, Consultant shall provide implementation support for the new document imaging systems, which may include: . Assistance in creating or verifying the City's document retention schedule; . Assistance in creating data collection fOnTIs, used for collecting keyword information for existing documents or for new documents to be added to the system; . Assistance in integrating the vendor's imaging system into the City's data processing environment, which may include assistance with workstation upgrades, network upgrades or expansion, or other changes as dictated by the needs of the selected system; . Support for computer-output-to-laser-disc (COLD) features of the imaging system, if available and if selected for use by the City (the COLD feature allows application programs such as financial reporting or word processing programs to write directly to the imaging system, without the need to print and then re-scan paper documents). ~~ EXHIBIT "A" (Page 5 of 6) PROJECT SCHEDULE .' The proposed project schedule is shown in the following table. The schedule is preliminary. and is subject to revision by the City in order to coincide with staff availability and other milestones, such as budget report deadlines and City Council meeting schedules. , , . " Task Start Date End Date Duration 1.1 Master Plan Review and 4/15/96 5/8/96 3 weeks Requirements Analysis 1.2 Development Alternatives .. 5/8/96 5/15/96 1 week 1.3 Selected Development Plan 5/15/96 5/29/96 2 weeks 2.1 Prepare Document Imaging System 5/29/96 6/14/96 2 weeks Specifications 2.2 Evaluation of Document Imaging TBD* TBD* 2 weeks Products and Vendors 2.3 Implementation Support TBD* TBD* 4 weeks .' * To be detennined, based on release dates and response due dates for RFPs. Consultant shall provide regular reports fo the City detailing progress to date, and any variations in the project plan or timetable as agreed to by the ' City. Monthly invoices shall include detail on the number of hours expended by task, and the estimated percent complete for each task at the time of billing. ~- The City shall designate one individual or a committee as project manager for the City. This individual or committee shall review all work submitted by the Consultant, and shall authorize payment for all work which meets the requirements of the consulting agreement. ,The City project manager or committee shall also be responsible for arranging meeting space, and shall assure that the necessary individuals are available for meeting with Consultant to discuss data processing requirements and development alternatives. . EXHIBIT "At! (Page 6 of 6) .": COST PROPOSAL Standard rate for planning, systems design, and evaluation services is $80.00 per hour. Standard rate for support and implementation services is $55.00 per hour. The City may elect to contract individually for Phases 1 and 2, or to contract only for Phase 1 at this time. I 11 !l .':. " Task Estimated Labor Rate Cost Not Hours per Hour to Exceed Phase 1: Infonnation Systems 160 $ 80.00 $ 12,800.00 Review Phase 2a: Develop Specifications, and 40 80.00 3,200.00 Assist in Selection of a - Document Imaeim! System Phase 2b: Assist in Implementation of 80 55.00 4,400.00 a Document Imaging System PROJECT TOTAL NOT TO EXCEED: 1$ 20,400.00 I il :i ! :1 .J I 'i Hours for Phase 1 and Phase 2a are fixed; hours for Phase 2b are estimated, and will depend on the level of involvement requested by the City in implementation of the imaging system. The City may elect to have all implementation services provided by the document imaging vendor. Office expenses (phone, reproduction, etc.) and any travel costs incurred within the City of Dublin, or between Consultant's offices in Walnut Creek and the City, are included in the hourly labor charges. Consultant typically provides services on a "Time and Materials, Not to Exceed [dollar amount]" basis. Billings are produced monthly for expenses incurred during that month, with payment due within 30 days of billing. Consultant shall provide labor and expense reports to the City at regular intervals during the project, whether a lump sum or hourly rate structure is used. , 'I I I I I i Ii l .: EXH IBIT "B" (Page 1 of 1) EXHIBIT C . CITY shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for CONTRACTOR'S use while consulting with CITY employees and reviewing records and the information in possession of CITY. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of CITY. In no event shall CITY be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. . Exhibit C Page 1 of 1 4/1/90 . EXHIBIT D GENERAL PROVISIONS .'" 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, CONTRACTOR shall be an independent contractor and shall not be an employee of CITY. CITY shall have the right to control CONTRACTOR only insofar as the results of CONTRACTOR'S services rendered pursuant to this Agreement; however, CITY shall not have the right to control the means by which CONTRACTOR accomplishes services rendered pursuant to this Agreement. 2 . LICENSES: PERMITS: ETC. CONTRACTOR represents and warrants to CITY that he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for CONTRACTOR to practice his profession. CONTRACTOR represents and warrants to CITY that CONTRACTOR shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are 4IJ~:egaIIY required for CONTRACTOR to practice his profession. 3. XIME. CONTRACTOR shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of CONTRACTOR'S obligations pursuant to this Agreement. 4. INSURANCE REOUIREMENTS. CONTRACTOR shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the CONTRACTOR'S bid. .:Xhibi t D Page 1 of 7 4/1/90 (a) Minimum Scone of Insurance. as: Coverage shall be at least as broad . 1. Insurance Services Office form number GL 0002 (Ed.1/73) coverlng comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Conunercial General Liability coverage ("occurrence" form CG 0001.) 2. Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code I "any auto II and endorsement CA 0025. 3. Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. CONTRACTOR shall maintain limits n~ (b) Minimum Limits of Insurance. less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bOdily injury, personal injury and property damage. If conunercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers' Exhibit D Page 2 of 7 4/1/90 .' Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per . accident. (c) Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the CITY. At the option of the CITY, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the CITY, its officers, officials and employees; or the CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. (d) Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages. ." a. The CITY, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the CONTRACTOR; products and completed operations of the CONTRACTOR, premises owned, occupied or used by the CONTRACTOR, or automobiles owned, leased, hired or borrowed by the CONTRACTOR. The coverage shall contain no special limitations on the scope of the protection afforded to the CITY, its officers, officials, employees or volunteers. b. The CONTRACTOR I S insurance coverage shall be primary lnsurance as respects the CITY, its officers, officials, employees and volunteers. Any lnsurance or .xhibi t D Page 3 of 7 4/1/90 self-insurance maintained by the CITY, its officers, officials, employees or volunteers shall be excess of the CONTRACTOR I S insurance and shall not contribute with it. .' c. Any failure to comply with reporting prOVlSlons of the policies shall not affect coverage provided to the CITY, its officers, officials, employees or volunteers. d. The CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, officials, employees and volunteers for losses arising from work performed by the CONTRACTOR for the CITY. .' 3. Professional Liability. CONTRACTOR shall carry professional liability lnsurance in an amount deemed by the CITY to adequately protect the CONTRACTOR against liability caused by negligent acts, errors or omissions on the part of the CONTRACTOR in the course of performance of the services specified in this Agreement. 4. All Coverages. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in Exhibit D Page 4 of 7 4/1/90 . limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given .........-. .' to the CITY. (e) AcceDtability of Insurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII. (f) Veri fication of Coveraae. CONTRACTOR shall furnish CITY with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the CITY before work commences. The CITY reserves the right to require complete, certified copies of all required insurance policies, at any time. .. ( g) Subcontractors. CONTRACTOR shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subj ect to all of the requirements stated herein. (h) The Risk Manager of CITY may approve a variation in those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the CITY's interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as CITY may specify in writing, CONTRACTOR shall have no authority, express or implied, to act on ~ibit D Page 5 of 7 4/1/90 ~ behalf of CITY J.n any capacity whatsoever as an agent. - " , , CONTRACTOR shall have no authority, express or implied, pursuant to this Agreement to bind CITY to any obligation whatsoever. . 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. CONTRACTOR shall assign only competent personnel to perform services pursuant to this Agreement. In the event that CITY, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, CONTRACTOR shall, immediately upon receiving notice from CITY of such desire of CITY, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE. CONTRACTOR shall perform all services required pursuant to this Agreement in the manner and according to the " standards observed by a competent practitioner of the profession i.':' which CONTRACTOR is engaged in the geographical area in which CONTRACTOR practices his profession. All instruments of service of ., whatsoever nature which CONTRACTOR delivers to CITY pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in CONTRACTOR's profession. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. CONTRACTOR shall take all responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any subcontractor, to the CITY, to CITY officers and employees, or to parties designated by the CITY, on account of the performance or character of the work, Exhibit D Page 6 of 7 4/1/90 . ~So' ~ ~ unforeseen difficulties, accidents, occurrences or other causes predicated on active or passive negligence of the CONTRACTOR or any . subcontractor. CONTRACTOR shall indemnify, defend and hold harmless the CITY, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including costs of defense), suits, and damages of every kind, nature and description directly or indirectly arising from the performance of the work. This paragraph shall not be construed to exempt the CITY, its employees and officers from its own fraud, willful injury or violation of law whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this agreement is not a construction contract. By execution of this agreement CONTRACTOR acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. " .- Approval of the insurance contracts does not relieve the CONTRACTOR or subcontractors from liability under this paragraph. 10. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, CONTRACTOR shall comply with all applicable rules and regulations to which CITY is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda or other written documents or materials prepared by CONTRACTOR pursuant to this Agreement shall become the property of CITY upon completion of the work to be performed hereunder or upon termination of the Agreement. , , , Axhibit D '--;ge 7 of 7 4/1/90 a:contract.personnel forms