Loading...
HomeMy WebLinkAbout158-10 RESOLUTIONRESOLUTION NO. 158-10 A RESOLUTION AWARDING RFP # 10-11 AND APPROVING A CONTRACT WITH PLANTE & MORAN, PLLC, IN AN AMOUNT NOT TO EXCEED $60,000.00, FOR THE PERFORMANCE OF A CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP # 10-11 and approves a contract, a copy of which is attached as Exhibit "A," with Plante & Moran, PLLC, in an amount not to exceed $60,000.00, for the performance of a city-wide information technology assessment. PASSED and APPROVED this 7th day of September, 2010. APPROVED: ATTEST: By. BY: ELD J ,Mayor RA E. SMITH, City Clerk/Treasurer City of Fayetteville RFP 10-11, City-wide Information Technology Assessment Contract Agreement This contract executed this 747 day of 2010, between the City of Fayetteville, Arkansas, and Plante & Moran, PLLC .In consideration of the mutual covenants contained herein, the parties agree as follows. WITNESSETH: WHEREAS, City has previously determined that it has a need for a CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES; and WHEREAS, City, after soliciting competitive proposals for such services pursuant to City of Fayetteville RFP 10-11 (herein after referred to as Request for Proposal or RFP), City has awarded this contract to Plante & Moran, PLLC; and WHEREAS, Plante & Moran, PLLC has represented that it is able to satisfactorily provide these services according to the terms and conditions of the RFP, which are incorporated herein by reference, and the terms and conditions are contained herein; and NOW THEREFORE, in consideration of the above and mutual covenants contained herein, the parties agree as follows: 1. Services to be Performed: Plante & Moran, PLLC hereby agrees to provide the City with A CITY- WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES, as requested and more specifically outlined in the RFP, this agreement, and all subsequent official documents that form the Contract Documents for this Agreement. 2. Time of Service: Services shall be performed in a timely manner, according to the following project schedule: Action City Council Deadline Agenda Session City Council Meeting - award contract Notice to Proceed Date & Time Friday, August 20, 2010 Tuesday, August 31, 2010 Tuesday, September 07, 2010 City of Fayetteville RFP 10-11, City -Wide IT Assessment Contract Page 1 of 5 Friday, September 10, 2010 Firm begins work Monday, September 13, 2010 On site info gathering (week of) Monday, September 13, 2010 Preliminary results meeting on site TBD Final DRAFT due Friday, October 22, 2010 Final report due - presented to City Tuesday, October 26, 2010 3. Term of Agreement: Services performed pursuant to this Contract shall commence upon execution of this agreement and continue until project is complete, unless canceled or terminated within thirty (30) days written notice by either party. 4. Amendment of Contract: This Contract may be amended only by mutual agreement of the parties. 5. Assignment and Subcontracting: Plante & Moran, PLLC shall perform this contract. No assignment or subcontracting shall be allowed without the prior written consent of the City. In the event of a corporate acquisition and/or merger, Plante & Moran, PLLC shall provide written notice to the City within thirty (30) business days of such notice of action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a Proposer, which has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purposes of this Agreement. 6. Cancellation: The City of Fayetteville reserves the right to cancel this Contract, without cause, by giving thirty (30) days notice to Contractor of the intent to cancel, or with cause if at any time Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the Plante & Moran, PLLC to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source any services which have not been provided within the period of time City of Fayetteville RFP 10-11, City -Wide IT Assessment Contract Page 2 of 5 stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by the City. In the event that sufficient budgeted funds are not available for a fiscal period, the City shall notify Plante & Moran, PLLC of such occurrence and the Contract shall terminate on the last day of the then current fiscal period without penalty or expense to the City. The City reserves the right to terminate within the thirty (30) day notice because of budgetary issues. 7. Compensation: As compensation for Plante & Moran, PLLC providing services to the City as described herein, the City shall pay Plante & Moran, PLLC in arrears, based on the submission of invoices for work completed and properly authorized. Compensation to Plante & Moran, PLLC for all services presented in the scope of work will be provided to the city for a not to exceed price of $60 000.00. 8. Permits & Licenses: Plante & Moran, PLLC shall secure and maintain any and all permits and licenses required to complete this contract. 9. Minimum Insurance Requirements: Plante & Moran, PLLC shall maintain insurance in at least the amounts required in the RFP throughout the term of this contract. Plante & Moran, PLLC must provide a Certificate of Insurance in accordance with the insurance requirements listed within the RFP, evidencing such coverage prior to issuance of a purchase order or commencement of any work under this contract. Plante & Moran, PLLC shall ensure that any subcontractors or persons hired by subcontractors maintain the same level of insurance coverage as Plante & Moran, PLLC. 10. Indemnification: Plante & Moran, PLLC shall indemnify, pay the cost of defense, including but not limited to attorneys' fees, and hold harmless the City from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by or from the said Plante & Moran, PLLC; or by, or in consequence of any neglect in safeguarding the work; or on account of any act or omission, neglect or misconduct of Plante & Moran, PLLC; or by, or on account of, any claim or amounts recovered under the Workers' Compensation Law or of any other laws, by-laws, ordinances, order of decree, except only such injury or damage as shall have been occasioned by the sole negligence of the City of Fayetteville. The first ten dollars ($10.00) of compensation received by Plante & Moran, PLLC represents specific consideration for this indemnification obligation. City of Fayetteville RFP 10-11, City -Wide IT Assessment Contract Page 3 of 5 11. Governing Law & Jurisdiction: Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. 12. Severability: The terms and conditions of this agreement shall be deemed to be severable. Consequently, if any clause, term, or condition hereof shall be held to be illegal or void, such determination shall not affect the validity of legality of the remaining terms and conditions, and notwithstanding any such determination, this agreement shall continue in full force and effect unless the particular clause, term, or condition held to be illegal or void renders the balance of the agreement impossible to perform. 13. Changes in Scope or Price: Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 14. Freedom of Information Act: Documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Plante & Moran, PLLC will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. 15. Documents Comprising Contract: The contract shall include this Agreement for CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES, as well as the following documents, which are incorporated herein by reference. a. Appendix A: City of Fayetteville's Request for Proposal and all of its addenda and attachments issued on or about Friday, July 2, 2010; Appendix B: Plante & Moran, PLLC's August 18, 2010 revised Terms and Conditions. c. Appendix C: Plante & Moran, PLLC's Proposal; and d. Appendix D: Plante & Moran, PLLC's Certificate of Insurance as required, listing the City as an additional insured. City of Fayetteville RFP 10-11, City -Wide IT Assessment Contract Page 4 of 5 If there is a conflict between the terms of this Agreement and the above referenced documents, the conflict shall be resolved as follows: the terms of this Agreement shall prevail over the other documents, and the terms of the remaining documents shall be given preference in their above listed order. WITNESS OUR HANDS THIS 74 DAY 0 ATT C P Y SECRUARY 2-7tte/v A/o/tr7h4ts—re-a• Seterlif-t‘szol BUSINESS ADDRESS La ,2010. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LI NELD Jt • I I, Mayor Atte t: 0/'\0_9 Sondra Smith, City Clerk BY CONTRACTOR A c.,414-1 12v.ithv FAvcr keit City of Fayetteville RFP 10-11, City -Wide IT Assessment Contract Page 5 of 5 NAME AND TITLE Don Marr Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 9/7/2010 City Council Meeting Date Agenda Items Only Administration Division Action Required: Administration Department A contract awarding RFP 10-11 to Plante & Moran, PLLC in an amount not to exceed $60,000 to conduct a city-wide information technology assessment. 60,000.00 Cost of this request 4470.9470.5315.00 Account Number 10013.1 Project Number Budgeted Item X 80,000.00 Category / Project Budget 19,187.00 IT Assessment & Project Mgmt. Program Category / Project Name IT Improvements Funds Used to Date Program / Project Category Name 60,813.00 Sales Tax Capital Remaining Balance Fund Name Budget Adjustment Attached -Pcuil Department Director g-19-2,00 Date e57-.20 — Date Finan�e and Internal S (L f(ijfrjt)4"" Pl2 ices Director Date Date Or7/ o Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Received in City Clerk's Office 08-20-10P02:46 RCVD Comments: Revised January 15, 2009 ARKANSAS City Council Agenda Memo City Council Meeting Date: 9/7/2010 To: Mayor and Members of the City Council From: Don Marr, Chief of Staff Thru: Mayor Jordan Date: 8/20/2010 Subject: RFP 10-11 Information Technology Assessment Services Recommendation: The RFP 10-11 Selection Committee recommends that the City of Fayetteville, AR contract with Plante & Moran PLLC for conducting a city-wide information technology assessment and the development of a road map based on the findings of the IT Assessment that can be utilized for CIP and Budget Planning purposes. Background: During the Capital Improvement Projects Budget for 2010, the City Council approved $80,000 for a IT Technology Assessment Project. City Staff followed the Professional Services selection process as outlined in City Purchasing policies. The Selection committee reviewed 8 proposals that were submitted in response to the City's RFP request, and the committee short listed two (2) finalist. Each finalist visited on-site and made presentations to the Selection Committee. The Selection Committee recommends the selected contractor unanimously. This IT assessment is focused on determining the current state and capabilities of the City's existing IT infrastructure and operations in regards to meeting the future needs and goals of the City. The assessment provides an independent analysis of the State of existing IT infrastructure, the state of current IT Governance practices, and the state of current IT management processes. The assessment will also provide an evaluation of current IT staffing levels and capabilities, and review of our existing applications portfolio, and will make recommendations regarding current and future applications portfolios and provide benchmarking data of IT operations against similarly situated cities, and finally this assessment will provide full recommendations regarding all aspects of Information Technology within the scope of the assessment. This contract is capped at $60,000. The proposed contract is attached, along with the RFP 10-11 response that is referenced in the contract attached Budget Impact: $80,000 is budgeted in the CIP and 2010 Approved Budget, for IT Assessment. We will be utilizing this budget and we believe the use of this expertise will allow us to better define a road map for future IT expenditures and productivity/efficiency and cost improvements for the City's IT projects. 113 West Mountain 72701 (479) 575-8323 accessfayetteville.org TDD (Telecommunications Device for the Deaf) (479)-521-1316 RESOLUTION NO. A RESOLUTION AWARDING RFP # 10-11 AND APPROVING A CONTRACT WITH PLANTE & MORAN, PLLC, IN AN AMOUNT NOT TO EXCEED $60,000.00, FOR THE PERFORMANCE OF A CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP # 10-11 and approves a contract, a copy of which is attached as Exhibit "A," with Plante & Moran, PLLC, in an amount not to exceed $60,000.00, for the performance of a city-wide information technology assessment. PASSED and APPROVED this 7t1 day of September, 2010. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer a e RFP 10-11, Appendix A City issued RFP - Info. ONLY No Signatures Required City of Fayetteville, Arkansas Purchasing Division — Room 306 113W. Mountain Fayetteville, AR 72701 ARKANSAS Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR PROPOSAL: RFP 10-11, City-wide Information Technology Assessment DEADLINE: Thursday, July 22, 2010 at 2:00 PM, Central Standard Time DELIVERY LOCATION: Room 306 — 113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforenci.fayetteville.ar.us, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: Friday, July 2, 2010 REQUEST FOR PROPOSAL RFP 10-11, City-wide Information Technology Assessment No late proposals will be accepted. RFP's shall be submitted in sealed envelopes labeled "RFP 10-11, City- wide Information Technology Assessment" with the name and address of the bidder. All Proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: Contact Person: E -Mail: Title: Phone: Business Address: City: State: Zip: Signature: Date: City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 1 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment Advertisement The City of Fayetteville, Arkansas is seeking sealed proposals from qualified firms / providers to perform a City-wide Information Technology Assessment. To be considered, proposals shall be received at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas before Thursday, July 22, 2010 at 2:00 PM, Central Standard Time. No late proposals shall be accepted. Proposal forms must be downloaded from the City's web site at http://www.accessfavetteville.org. All questions regarding the RFP process should be directed to Andrea Foren at aforenci.fayetteville.ar.us or (479)575-8220. Proposers shall be qualified to do business and licensed in accordance with all applicable laws of the state and local governments where the project is located. Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to proposal and receives contracts for goods, services, and construction. Also, City of Fayetteville encourages all prospective Proposers to subcontract portions of their contract to qualified small, minority, and women business enterprises. The City of Fayetteville reserves the right to reject any or all proposals and to waive irregularities therein, and all Proposers shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any Proposer because of such rejections, nor shall the Proposers seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Proposal in response to this invitation shall constitute an agreement of the Proposer to these conditions. CITY OF FAYETTEVILLE By: Andrea Foren, CPPB Title: Purchasing Agent Ad date: 07/02/2010 City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 2 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment Table of Contents SECTION: PAGE NUMBER Cover Page 1 Advertisement 2 SECTION A: General Conditions 4 SECTION B: Scope of Services and General Information 11 SECTION C: Statement of Disclosure 19 SECTION D: Authorized Negotiator Information 20 SECTION E: Addendum Acknowledgement Form 21 SECTION F: Draft Agreement/Contract 22 Statement of No -Submittal 26 ATTACHMENTS: # OF PAGES Appendix A: City Organizational Chart 1 Appendix B: City IT Organizational Chart 1 Appendix C: City WAN Chart 1 City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 3 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION A: General Conditions 1. SUBMISSION OF PROPOSAL: a. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document. The names of respondents only will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. b. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. c. Proposals shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the RFP. e. Proposers must have experience in work of the same or similar nature, and must provide references that will satisfy the City of Fayetteville. Proposer must furnish a reference list of five (5) clients for whom they have performed similar services and must provide information as requested in this document, at least two (2) of the five references shall be government references (state, county, city, etc). f. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service agreement must be identified in its response to the RFP. Failure to do so may lead the City to declare any such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any manufacturer's names, trade name, brand name, catalog number, etc. used in specifications are for the purpose of describing and establishing general quality levels. Such references are NOT intended to be restrictive. Proposals will be considered for all brands that meet the quality of the specifications listed for any items. 4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotiation with an individual Proposer does not require negotiation with others. b. The City of Fayetteville reserves the right to select the proposal that it believes will serve the best interest of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request for proposal. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 4 of 26 e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for proposal or in proposals submitted. f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or proposal data without changing the terms of the proposal. g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. 5. EVALUATION CRITERIA: The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not guaranteed to be ranked. 6. COSTS INCURRED BY PROPOSERS: • All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement. 7. ORAL PRESENTATION: An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion. 8. CONFLICT OF INTEREST: a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract With The City" which states the following: i. An employee of the City shall be permitted to conduct business with the City, provided the contract or job is for services, is submitted as a competitive bid, is approved by the City Council following disclosure of the direct or indirect financial interest of the individual employee, and the total sum payable under the contract does NOT exceed $500.00. b. The Proposer shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or first-class mail within thirty days of receipt of notification. 9. WITHDRAWL OF PROPOSAL: A proposal may be withdrawn prior to the time set for the proposal submittal, based on a written request from an authorized representative of the firm; however, a proposal shall not be withdrawn after the time set for the proposal. 10. LATE PROPOSAL OR MODIFICATIONS: a) Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 5 of 26 11. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: a. The laws of the State of Arkansas apply to any purchase made under this request for proposal. Proposers shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 12. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 13. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that his proposal is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 14. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19- 101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 16. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by Proposers prior to submitting a proposal on this requirement. 17. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 6 of 26 Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 18. CERTIFICATE OF INSURANCE: The successful Proposer shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid throughout project completion. 19. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its Proposer to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 20. PAYMENTS AND INVOICING: The Proposer must specify in their proposal the exact company name and address which must be the same as invoices submitted for payment as a result of award of this RFP. Further, the successful Proposer is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original RFP. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the Proposer even if the hourly work actually performed by the Proposer would not justify such fee. The City will not agree to allow any increase in hourly rates by the contract without PRIOR Fayetteville City Council approval. 21. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all qther legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City 22. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this work, the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purpose of this Agreement. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 7 of 26 23. NON-EXCLUSIVE CONTRACT: Award of this RFP shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 24. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 25. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 26. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 27. SERVICES AGREEMENT: A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful proposer and presented to the City of Fayetteville for approval and signature of the Mayor. 28. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS: Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFP form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFP response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer's RFP response and presented in the form of an addendum to the original RFP documents. 29. OTHER GENERAL CONDITIONS: a) Proposer is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 8 of 26 b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c) Each Proposer should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d) Proposers must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer. e) The City reserves the right to request any additional information it deems necessary from any or all Proposers after the submission deadline. f) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g) If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h) Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. i) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone (479.575.8220) or e-mail ( aforenaci.fayetteville.ar.us ). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. j) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail (aforenci.fayetteville.ar. us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. k) "Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises." I) At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit an "Authorized Negotiator Form" containing the signature of a duly authorized officer or agent of the Proposer's company empowered with the right to bind and negotiate on behalf of the Proposer for the amounts and terms proposed. m) Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a RFP's content or to exclude any relevant or essential data. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 9 of 26 n) Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. o) The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substan- tially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. P) The successful Proposers attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville.. 30. EVALUATION CRITERIA & SELECTION COMMITTEE: A selection committee has been appointed to oversee the selection process, which will include reviewing and evaluating each RFP response, interviewing the top candidates for selection, and any follow-up documentation or information requested from the top candidates. The criteria listed below will be used by the City to evaluate and score responsive and qualified proposals. Proposers shall include sufficient information to allow the City to thoroughly evaluate and score their proposals. Each proposal submitted is not required to be ranked by the selection committee; however, all proposals will be evaluated. The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed below, based on the evaluation of the selection committee. 1) 15% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the firm. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors, if used, must be listed with information on their organization. 15% Experience, Competence, and Capacity for Performance: Information reflecting the names, titles, and qualifications (including experience and technical competence) of the major personnel assigned to this specific project. Provide detailed breakdown of subcontractor's staff to be used and how they are to be used to supplement your staff. This section of the evaluation criteria includes the amount of work presently underway for your firm; please present this in your RFP. 3) 35% Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope you wish to present) indicating methods and schedules for accomplishing each phase of work. Include with this the amount of work presently underway. The Firm's ability and commitment to complete the project in the timeframe outlined by the City will also be taken into consideration. 4) 20% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, ability to meet past budgets, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom we can contact for information. 5) 15% Price: Complete pricing to the City for all services described herein. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 10 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION B: Scope of Services and General Information 1) Introduction and Background The City of Fayetteville, Arkansas is seeking sealed proposals from qualified firms / providers to perform a City- wide Information Technology Assessment. The City has hired a project management company, Accio.US, to assist with oversight of this assessment. This project management firm has also assisted the City in the preparation of this RFP. About Fayetteville Located in the Northwest corner of Arkansas and surrounded by the breathtaking Ozark Mountains, natural beauty frames Fayetteville. With a population over 70,000, and nearing half a million regionally, Fayetteville has all the resources and advantages of a large city, yet its unique quality of life and heritage set it apart. • Home to the University of Arkansas, Fayetteville was positioned at Number 15 in Forbesannual list of the top 100 metropolitan areas in the nation for businesses. • US News and World Report in its newly released "2011 America's Best Colleges" guide, ranked University of Arkansas' Supply Chain Management and Logistics Specialty among the top 25 nationally. • US News and World Report ranked the University of Arkansas' Sam M. Walton College of Business and the School of Law in the top tier of its 2011 edition of America's Best Graduate School. Other rankings awarded to the City include: • No. 2: Best Cities for Recession Recovery, 2009, Forbes.com • No. 4: Best Places for Business and Careers, 2009 Forbes . No. 6: Smarter Cities Ranking, 2009, Natural Resources Defense Council • No. 7: Best Places to Live, Work and Play, 2008, Kiplinger . No. 7: Top College Sports Towns, 2010 Forbes • No. 9: Healthiest Housing Markets, 2009, Builder magazine Mayor Lioneld Jordan First elected in November of 2008, Lioneld Jordan is serving his first term as Mayor of the City of Fayetteville. He previously served as Vice Mayor for four years and eight years as Alderman from Ward Four, instituting the monthly ward meetings that serve as the model for his Town Hall Meetings as Mayor. Mayor Jordan's priority projects for his first term include developing a comprehensive economic development program focused on Green Jobs that pay a living wage, providing open government that encourages citizen participation, effectively managing the City budget and enhancing the quality of life in Fayetteville by supporting sustainable development, environmental protection, a vibrant arts community, affordable housing, and alternative transportation. Mayor Jordan is an advocate of using technology for enabling citizens to be more closely connected to the City. As part of his open government philosophy, the Mayor maintains an active presence on Facebook that provides citizens a means of direct communication. The City's AccessFayetteville.org website contains a wealth of information regarding current activities, including streaming video of City Council meetings and other events. It serves as an information repository for City documents and information related to City planning. The Mayor's goal for the future is to enable the citizens to meet all their informational and transactional needs with the City via the AccessFayetteville.org website. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 11 of 26 City Council The Fayetteville City Council is in support of Mayor Jordan's open government philosophy. In their view, technology plays a key role both in serving citizens and facilitating internal operations. Along with the emphasis placed on the City's external website, the Council's goal is for the City to realize internal operating improvements and efficiencies through the effective use of technology. The Council also views as important the City's positioning in regard to making use of open -source software and outside software development resources. Access to City data via data warehousing strategies or open API's is desired in order to ensure an environment that can rapidly adapt to changing demands for information and applications. The Council looks to the City-wide technology assessment to provide a view to the ability of the current technology base to meet the external and internal goals of the City. Specifically, the Council would like to see the City available technology functionality and operations compared against "best of class" in municipalities or business operations where possible. Information Technology The Information Technology Division operates within the Department of Administration, reporting to the Finance Director. It is made up of two distinct functional areas. IT Operations and Support 2. Geographic Information Systems Operations The Division is the central provider, coordinator and administrator of IT -related applications, hardware and infrastructure for all areas of the City except for Police and Fire. Police and Fire have IT staff reporting directly to their organizations responsible for supporting their specific technology. The Division supports a range of stand alone Utilities that are part of the City's infrastructure. The City has approximately 500 IT users within its overall staff of approximately 750. Approximately 150 of these users reside in Police and Fire. PC desktops are the primary technology interface, with laptops and a variety of mobile devices in use across the City. There is no comprehensive mobile communications strategy in place today. There is no standard desktop image in use. Desktop software purchases may be budgeted and made by City Divisions independent of central IT. The City has at minimum 326 license users of Microsoft Office and 124 licensed users of Adobe Standard or Professional. The City has a number of outlying network locations supported by T1 data lines provided primarily by AT&T. IT planning has been traditionally aligned with the City's annual budget process. Operations and support historically have primarily focused on the major applications in use by the City. ➢ New World Financials and Utilities (AS/400) ➢ Hansen Public Safety ➢ ESRI GIS ➢ EMC Documentum - Document Management ➢ Novell GroupWise On -going or planned projects for the next 12 months currently include: ➢ Data center server virtualization and migrations ➢ Network Core Switch replacement ➢ Installation of fiber to certain remote network sites ➢ Time and Attendance software City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 12 of 26 ➢ AS/400 Hardware replacement/upgrade ➢ New World Utility Billing Software Upgrade ➢ New World Systems Parking Management software upgrade ➢ GIS ArcServer Upgrade - Upgrade and migrate the GIS SDE SQL server and data. New Versions of GIS software are expected to be released to July, 2010 ➢ Paperless utility billing While the City is currently in the early stages of a roll -out of new VoIP voice capability, the IT function has no responsibility other than IP networking related to that roll -out. As part of Mayor Jordan's focus on open government, the past two years have seen an increased focus on development for the City's external web presence. In particular, there has been a strong desire to use technology to better enable all aspects of citizens' informational and transactional activities with the City. A strong emphasis has been placed on adding functionality ranging from electronic document archives accessible from the main website to electronic billing and on-line bill payment for City services (utilities, waste). Progress has been slow and time lines to completion are not identified. Video delivery via the City's external web presence has led to questions concerning the best strategies for archiving video that currently are unresolved. City IT staff play the role of systems integrator for Division or Department activities that require integration between New World, Hansen and GIS software. Purchasing of many point solutions is initiated and driven by various Divisions within the City, with central IT involved in the processes and taking on back -end integration responsibilities. Currently the City is experiencing user complaints regarding certain applications, network speed and overall reliability. Common understanding or consensus does not exist as to the source issues leading to these complaints. These activities have generated frustration and concerns regarding the state of the City's underlying IT infrastructure, applications portfolio, operations, and IT staffing currently in place to support the increasing demands being placed upon it. Questions exist regarding the overall IT direction in regards to applications portfolio and meeting anticipated future needs. In order to begin to address these concerns and questions, City Administration determined that an appropriate first step was to conduct an independent City-wide assessment of all matters pertaining to IT infrastructure and operations. The writing of this RFP document was commissioned in May, 2010. Accio.US of Fayetteville, Arkansas was selected to oversee the RFP preparation and will not be responding to this RFP. RFP Preparation In preparation for the construction of this RFP document and City-wide assessment activities to follow, the following actions were taken (information will be compiled and available in electronic format upon beginning of work): ➢ Interviews were conducted regarding IT matters with 15 key leaders within the City. These included Division and Department Heads, a City Council member, Internal Audit and selected others. The results of these interviews were compiled and informed the RFP preparation. ➢ Data gathering was commenced, including all documents pertaining to IT operations, applications user counts, hardware and software inventories for data centers, network and desktop hardware, WAN and LAN network documentation, hardware maintenance, software maintenance, software usage, project listings, capital budgeting and historical IT cost. ➢ An end -user survey instrument was created. The survey will be conducted and concluded by mid -July, 2010. The hope is that assessment firm candidates will have a rich selection of data already gathered and available so that minimal time will be required during the assessment for information requests and responses. The goal of the City is that the bulk of the time spent in the IT assessment deal with the substantive issues and decisions facing the City going forward rather than boiler -plate activities and commentary. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 13 of 26 2) City Technology Goals 2.1 Statement from the Mayor's 2010 State of the City Address - Technology Goals Directional Statement - Key Goals and Objectives of the City of Fayetteville "We will invest in our technology infrastructure to make government more efficient, to save taxpayers money, and to make the City government more accessible and responsive." 2.2 City of Fayetteville Technology Goals Make effective use of technology to enable the City of Fayetteville to: • Improve operational effectiveness, efficiencies and responsiveness in all areas of City operations, with internal only or external facing to the citizens. • Improve labor efficiencies and reduce or prevent the need for future staff additions • Provide on-line facilities for citizens use in conducting business with the City • Represent excellence in environmental stewardship - minimizing to use of paper and consumption of resources 2.3 Purpose, Goals / Objectives - City-wide Technology Assessment Purpose: The City-wide Technology Assessment is being undertaken in order to determine the current state and capability of the City's existing IT infrastructure and operations in regards to meeting the future needs and goals of the City. Specific Goals / Objectives of the Assessment are to receive: 2.3.1 Independent analysis of: • The state of existing IT infrastructure • The state of current IT Governance practices • The state of current IT management processes 2.3.2 Evaluation of: • Current IT staffing level and capability • Existing applications portfolio 2.3.3 Recommendations regarding applications portfolio 2.3.4 Benchmarking of IT operations against similarly situated cities 2.3.5 Recommendations regarding all aspects of Information Technology within the scope of the Assessment 3) Scope 3.1 The Scope of the IT assessment includes all aspects of IT infrastructure, software portfolio, operations and staffing 3.1.1 Observations and interviews with City and IT staff/management and should be used as necessary in conducting the work 3.2 Out of Scope: 3.2.1 Any type of business process review outside of the areas of IT operations or specific use of applications software is not in scope. 3.2.2 Any business process review related to specific use of applications software should be solely for the purpose of assessment of the software. 4) Deliverables 4.1 Assessment of current technology infrastructure, including: City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 14 of 26 4.1.1 Security 4.1.2 Data network 4.1.3 Data center hardware and operations 4.1.4 Desktops and other end user hardware 4.1.5 End user software 4.1.6 Recommendations regarding current technology infrastructure 4.2 Assessment of current IT operations, including: 4.2.1 IT Governance 4.2.2 IT Organization 4.2.3 IT Documentation 4.2.4 IT Management processes 4.2.5 Staff size and capabilities 4.2.6 Software purchasing, development, maintenance and support processes 4.2.7 End user computing and related support processes 4.2.8 End user training 4.2.9 IT Help Desk 4.2.10 Recommendations regarding current IT operations 4.3 Assessment of existing applications and end -user software portfolio, including: 4.3.1 State of the current software implementation(s) 4.3.2 Informed commentary regarding the current implementation(s) suitability for meeting the City's Goals as well as current needs 4.3.3 Assessment of existing software portfolio and delivered functionality against "best in class" municipalities. 4.3.4 Recommendations regarding applications software portfolio: Upgrades, migrations to vendor's other products, or potential consideration of other vendor's software applications 4.4 Benchmarking of IT operations against similarly situated Cities. General criteria includes: 4.4.1 Population range of 50,000 to 100,000 4.4.2 Major university within city of at least 15,000 full time students 4.4.3 City responsibility for public utilities, with utility service area extending beyond city limits 4.4.4 City using New World, Hanson, or a similar type of comprehensive City management software package 4.4.5 Example cities currently used as benchmarks for various City activities includes Ames, IA, Iowa City, IA, Champaign, IL, Columbia, MO, Denton, TX, Lawrence, KS, and Urbana, IL 4.5 Summary Report including: 4.5.1 Summary of findings 4.5.2 Key Issues facing the City regarding technology, both short-term and long-term 4.5.3 Areas of greatest opportunities 4.5.4 Identification of technologies not in use by the City of Fayetteville that may be applicable and appropriate for future consideration 4.5.5 Recommended priorities and action plan City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 15 of 26 4.5.6 A discussion of implications, including financial and time frame where appropriate, related to key issues, areas of opportunity and recommended priorities and action plan 5) City Provided Resources 5.1 City staff will be provided to support the management study as required 5.2 IT staff will make themselves and IT resources available for review/discussion 5.3 The City will provide needed workspace and meeting facilities 5.4 The City will assist in coordinating resources and scheduling meetings as needed 6) Timeline 6.1. Timeline for RFP Process - The timeline listed below is the City's estimation of time required to complete the RFP process. All efforts shall be made to abide by this schedule but it may change due to different circumstances. 6.1.1 RFP Notification - Friday, July 2, 2010 6.1.2 Question period — through Thursday, July 15, 2010 6.1.3 Proposals due - Friday, July 22, 2010 @ 2:00 PM CDT 6.1.4 Interviews - Thursday August 5, Friday, August 6, 2010 6.1.5 City Council Review and Approval -September 7, 2010 6.1.6 Notice to Proceed -Friday, September 10, 2010 6.2 Timeline for project - The City has developed the following general timeline: 6.2.1 Execute approved contract - by September 10, 2010 6.2.2 Initiate on -site information gathering: Week beginning September 13, 2010 6.2.3 Preliminary results meeting on site - Friday, October 8, 2010 6.2.4 Final report draft due - Friday, October 22, 2010 6.2.5 Final report completed and results presented to City: Tuesday, October 26, 2010 7) Qualifications 7.1 Firm must have a minimum of five years of IT consulting experience in one or more appropriate areas including IT Management, IT operations, IT project management, and IT strategic planning. 7.2 Firm must be experienced in providing IT consulting services for state, county or municipal government as well as for general business. 7.2.1 Project overviews and references should be provided for a five (5) clients with projects conducted within the past three years, two of which should related to municipalities, including: a. Client b. Client description c. Contact information for the Client contact person or project manager d. Project scope - Please give quantitative indications if possible e. Project description f. Estimated cost of entire project g. Description of the specific services provided City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 16 of 26 h. Location where services were performed i. Firm staff involved in the project that would be expected to participate in the City of Fayetteville project j. A statement acknowledging if the project was completed on time and on budget or explanation of any variance 7.3 Lead consultant must have: 7.3.1 A minimum of three years of appropriate IT consulting experience in IT management and/or IT strategic planning 7.3.2 Served as a lead consultant in a similar engagement with at least one government agency within the past three years 7.4 Additional consideration via the selection criteria is given for additional experience and for experience specific to municipal government with a similar scope of service to those being requested 7.5 Background information must be provided for each resource that would be assigned to work on this project, including: 7.5.1 Name and Title 7.5.2 Referenced Projects participation 7.5.3 Potential Project Role 7.5.4 Years Experience with firm or other firms / companies: a. Consulting b. Other (describe) 7.5.5 Education: Degree(s)/Year/Specialization 7.5.6 Current Certification(s) / Registration(s) 7.5.7 Other Experience & Qualifications relevant to the proposed project 8) RFP Response Format All Proposers shall submit eleven (11) original copies of their proposal as well as one (1) electronic copy on a properly labeled CD or other electronic media device. The electronic copy submitted should be contained into one (1) file. The use of Adobe PDF documents is strongly recommended but not required. Files contained on the CD or electronic media shall not be restricted against saving or printing. The electronic copy shall be identical to the original papers submitted. Electronic copies shall not be submitted via e-mail to ANY City employees. Proposals should be no more than twenty five (25) pages; single sided, standard, readable, print on standard 8.5x1 1 papers. The following items will not count toward the page limitations: appendix, cover sheet, letter of transmittal, resumes (no more than 1 page per person), and forms provided by the City for completion. The contents should be labeled as listed below. 8.1 Cover Sheet 8.2 Table of Contents 8.3 Letter of Transmittal 8.3.1 Submitted on the provider's letterhead - no more than four (4) pages 8.3.2 Concisely state the provider's understanding of the services required by the City 8.3.3 Provide a summary of why the Respondent believes itself to be the most qualified City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 17 of 26 8.3.4 A statement granting the City and its representatives authorization to contact any previous client of the Respondent (or a Respondent's Team Member) for purposes of ascertaining an independent evaluation of the Respondent's or a Respondent's Team member's performance 8.3.5 Additional relevant information not requested elsewhere in this RFP 8.3.6 A statement indicating that to the best of the Respondent's abilities, all information contained in the RFP submittal is complete and accurate 8.3.7 The signature of the letter shall be that of a person authorized to represent and bind the firm/provider 8.4 Executive Summary 8.5 Firm Qualifications, including: 8.5.1 Firm Overview, including: a. Areas of specialization b. Firm history c. Location of home and branch offices; d. Principal officers of the firm e. Type of organization: Individual or sole proprietorship, professional corporation, partnership, joint venture, etc. 8.5.2 Project References - see section 7.2 8.5.3 Proposed Project Staffing - see section 7.5 8.5.4 Other relevant information not otherwise requested 8.5.5 Proof of insurance — The firm shall provide and maintain in force at all times during the term of the contract contemplated herein insurance for: a. Workers' Compensation as required by Arkansas State Law, Commercial b. General Liability, & Automobile Liability. c. Proof of such shall be submitted prior to award of contract 8.6 Project Approach 8.6.1 Proposed Project Charter statement 8.6.2 Summary Overview of Approach 8.6.3 Critical success factors 8.6.4 Quality review process 8.6.5 Project team - roles and responsibilities 8.6.6 Project calendar, including: a. High level work plan b. Anticipated days on -site c. Timing of specific resource involvement 8.6.7 Communication strategy 8.6.8 Project risk assessment 8.6.9 Proposed deliverables 8.7 Pricing 8.7.1 Pricing should be based on time and materials with a "do not exceed" pricing cap 8.7.2 Hourly rates should be provided for all resources that will be assigned to the project City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 18 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION C: Statement of Disclosure — To Be Submitted With ALL Proposals This page does not count towards page limitations set forth in this request for proposal or bid. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. Printed Name Signature Date City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 19 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION D: Authorized Negotiator Information — To Be Submitted With ALL Proposals At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. PART1: Pr�rrYOta,tylncfcrtro v ig Name of Firm: Name of Primary Contact: Title of Primary Contact: Phone#1 (cell preferred): E -Mail Address: PART 2 Contact for LegallyBinding Contracts Phone#2: Is the primary contact (listed in Part I) able to legally bind contracts? YES NO (circle one) If no, please list contact that can legally bind a contract for the firm: Name: Title: Phone#1 (cell preferred): E -Mail Address: Date: Signed: Phone#2: City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 20 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION E: Addendum Acknowledgement Form Please acknowledge receipt of addenda for this invitation to bid or request for proposal by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. I ADDENDUM NO. I SIGNATURE AND PRINTED NAME I DATE RECEIVED Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in the section above. Failure to do so may result in being considered non- responsive. Information regarding addenda issued is available on the City of Fayetteville website under the Purchasing Division at www.accessfaVetteville.org by selection "Bid's, RFP's, and RFQ's" under the "Business" heading. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 21 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION F: Draft Agreement This contract executed this day of , 2010, between the City of Fayetteville, Arkansas, and Contractor .In consideration of the mutual covenants contained herein, the parties agree as follows. WITNESSETH: WHEREAS, City has previously determined that it has a need for a CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES; and WHEREAS, City, after soliciting competitive proposals for such services pursuant to City of Fayetteville RFP 10-11 (herein after referred to as Request for Proposal or RFP), City has awarded this contract to Contractor; and WHEREAS, Contractor has represented that it is able to satisfactorily provide these services according to the terms and conditions of the RFP, which are incorporated herein by reference, and the terms and conditions are contained herein; and NOW THEREFORE, in consideration of the above and mutual covenants contained herein, the parties agree as follows: 1. Services to be Performed: Contractor hereby agrees to provide the City with A CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES, as requested and more specifically outlined in the RFP, this agreement, and all subsequent official documents that form the Contract Documents for this Agreement. 2. Time of Service: Services shall be performed in a timely manner, as specified in the RFP. 3. Term of Agreement: Services performed pursuant to this Contract shall commence upon execution of this agreement and continue until project is complete, unless canceled or terminated within thirty (30) days written notice by either party. 4. Amendment of Contract: This Contract may be amended only by mutual agreement of the parties. 5. Assignment and Subcontracting: Contractor shall perform this contract. No assignment or subcontracting shall be allowed without the prior written consent of the City. In the event of a corporate City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 22 of 26 acquisition and/or merger, Contractor shall provide written notice to the City within thirty (30) business days of such notice of action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local,, state, or federal laws. Action by the City awarding a proposal to a Proposer, which has disclosed its intent to assign or subcontract in its response to the RFP, without exception shall constitute approval for purposes of this Agreement. 6. Cancellation: The City of Fayetteville reserves the right to cancel this Contract, without cause, by giving thirty (30) days notice to Contractor of the intent to cancel, or with cause if at any time Contractor fails to fulfill or abide by any of the terms or conditions specified. Failure of the Contractor to comply with any of the provisions of this contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source any services which have not been provided within the period of time stated in the proposal, or if no such time is stated, within a reasonable period of time from the date of order or request, as determined by the City. In the event that sufficient budgeted funds are not available for a fiscal period, the City shall notify Contractor of such occurrence and the Contract shall terminate on the last day of the then current fiscal period without penalty or expense to the City. The City reserves the right to terminate within the thirty (30) day notice because of budgetary issues. 7. Compensation: As compensation for Contractor providing services to the City as described herein, the City shall pay Contractor in arrears, based on the submission of invoices for work completed and properly authorized. 8. Permits & Licenses: Contractor shall secure and maintain any and all permits and licenses required to complete this contract. 9. Minimum Insurance Requirements: Contractor shall maintain insurance in at least the amounts required in the RFP throughout the term of this contract. Contractor must provide a Certificate of Insurance in City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 23 of 26 accordance with the insurance requirements listed within the RFP, evidencing such coverage prior to issuance of a purchase order or commencement of any work under this contract. Contractor shall ensure that any subcontractors or persons hired by subcontractors maintain the same level of insurance coverage as Contractor. 10. Indemnification: Contractor shall indemnify, pay the cost of defense, including but not limited to attorneys' fees, and hold harmless the City from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by or from the said Contractor; or by, or in consequence of any neglect in safeguarding the work; or on account of any act or omission, neglect or misconduct of Contractor ; or by or on account of, any claim or amounts recovered under the Workers' Compensation Law or of any other laws, by-laws, ordinances, order of decree, except only such injury or damage as shall have been occasioned by the sole negligence of the City of Fayetteville. The first ten dollars ($10.00) of compensation received by Contractor represents specific consideration for this indemnification obligation. 11. Governing Law & Jurisdiction: Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas with Arkansas law applying to the case. 12. Severability: The terms and conditions of this agreement shall be deemed to be severable. Consequently, if any clause, term, or condition hereof shall be held to be illegal or void, such determination shall not affect the validity of legality of the remaining terms and conditions, and notwithstanding any such determination, this agreement shall continue in full force and effect unless the particular clause, term, or condition held to be illegal or void renders the balance of the agreement impossible to perform. 13. Changes in Scope or Price: Changes, modifications, or amendments in scope, price, or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 14. Freedom of Information Act: Documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, Contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 24 of 26 15. Documents Comprising Contract: The contract shall include this Agreement for CITY-WIDE INFORMATION TECHNOLOGY ASSESSMENT SERVICES, as well as the following documents, which are incorporated herein by reference. a. City of Fayetteville's Request for Proposal and all of its addenda and attachments issued on , 2010; b. Contractor's Certificate of Insurance as required, listing the City as an additional insured; c. Contractor's Proposal. If there is a conflict between the terms of this Agreement and the above referenced documents, the conflict shall be resolved as follows: the terms of this Agreement shall prevail over the other documents, and the terms of the remaining documents shall be given preference in their above listed order. WITNESS OUR HANDS THIS DAY OF , 2010. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS LIONELD JORDAN, Mayor Attest: Sondra Smith, City Clerk CONTRACTOR BY NAME AND TITLE ATTEST: COMPANY SECRETARY BUSINESS ADDRESS City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 25 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Services Statement of No Submittal — If Applicable In order to assist the Purchasing Division of Fayetteville in evaluating and improving our solicitation process, we are asking for completion of this form and returning via fax or e-mail. By submitting this form, it will assist us in evaluating all response, improving our bid solicitation process, and to maintain a positive relationship with our vendors. We, the undersigned, have declined to bid for the following reason(s): 1. 2. 3. 4. We do not offer this service/product Our schedule would not permit us to perform Unable to meet specifications Insufficient time to respond to the Invitation to Bid 5. We are unable to meet bond requirements Other (Explain) *NAME OF FIRM: *BUSINESS ADDRESS: *CITY: *PHONE: *E-MAIL ADDRESS: *BY:( PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: *PLEASE LIST OTHER COMMENTS BELOW: *STATE: *ZIP: *DATE: *Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding. Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding these bid documents. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 26 of 26 Citizens of Fayetteville City Attorney; City Clerk/Treasurer; Mayor.; Kit Williams Sondra Smith Lioneld Jordan City Prosecutor's Chief of Police; Office Admin Cfilf' f< Office Greg Tabor Lana Broyles - Office Mgr Don Mai Police Dept.. ......... City of Fayetteville Organizational Chart Circa January 15, 2010 version 8 David Dayrin Fire Dept. Rudy Moore District Court Administrator rng & Internal Consulting; Department i Internal Audit m'StIttai1ihbTh, Department Director Karen Minkel Department Director, John Coleman VickieDeaton...................._..............................._......................................................, Senior Director f 5 oouivi Lireoevt, caul Dome Connie Edmonston V City Recreational Accounting Division; Programs I _ Yvonne Richardson Center ProgramBilling & Collections Division uepartinent Senior Director Jeremy Pate Division T'lorticulture/City . ................................................ Gardens ;; Budget Division Program Animal Services Division '. Park'Plannmg Human Resource -: Proeram Division rbari Fores try Code Compliance Program r� Proeram Information Technology Division Historic Commrittity-Developmerit- Preservation Programs ._ Communications. & i� y9 rnsportaonServlces Volunteer Services Department Department Director, Lindsley Smith Senior Director Terry Gulley .................................................. for, mzn�: Airport Services Outreach n Division Coordinator Program ........ ........ .d' _. Inspection Services Program tsona issue Internal Design Color Key: Green (darker grey on black and white printouts) indicates a l:)ept or Division that works or will work with the Sustamability Dept. concerning energy efficiency, renewable energy, environmental lands, trails (<reenways and hlueways) horticulture 8, community gardens, urban ecology, watershed management neighborhood & environmental action teams (N.E.A.T.), public information. Community outreach, biofuels, and volunteer coordination. operations iortation Division '' Division teei�Th Ivltnunizatton iston,�;' OMT /Recycling ;I ........ ................. ij Meter Operations Parking &> Solid Waste :ommunications Division Back Flow Water/Sewer ! s TAaintpnanra Information Technology Organization Chart Scott Huddleston IT Director Brad Fulmer I I Cathy Kautzer I IChris Doughty Geolt Alexander John Goddard AdministratorI Systems SR Programmer Network Engineer Systems Analyst GIS Coordinator Analyst Todd Jorgensen GIS Tech Susan Pierce GIS Tech Greg Mitchell GIS Tech Ross Wiseman GIS Tech • Business IData Base Christina Campbell Systems Analyst Administrator Help Desk Tech Fire Fire Ti Drake d2: \ / Nota 3d Z RFP4 11, Appendix C City of Fayetteville WAN w' ! yAdrnin LAN \ � � > Date: Monday, July 19, 2010 City of Fayetteville — Purchasing Division 113 W. Mountain — Room 306 Fayetteville, AR 72701 Phone: 479.575.8220 E -Mail: aforen@ci.fayetteville.ar.us To: All interested parties From: Andrea Foren, CPPB, Purchasing Agent Notice: This addendum is hereby made a part of the proposal documents to the same extent as though it were originally included therein. Proposers should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. Addendum shall be acknowledged in the appropriate form as provided in the RFP documents. The following questions were presented by interested parties are hereby answered and made part of this RFP. All answers to questions are presented in BOLD. At the bottom of page 13 of the City's RFP 10-11, various RFP preparation efforts are described. a. Does the data gathering effort include historical IT plans, current IT job descriptions, and detail concerning IT headcount and personnel turnover? Yes b. Does the data gathering effort include collection of the various IT security and information assurance policies currently in force? No c. Will information concerning hardware and software assets be presented in either database or Excel format? Yes d. Will the results of a recent network discovery be included? Network mapping and devices attached will be provided. e. Will the results of the City's most recent IT security audit be included, including the results of penetration tests? There has not been a security audit within the past year. f. Will information being collected include existing contracts (i.e., maintenance and support, leases, etc.?) Yes g. Will the data gathering effort flag desktops / servers that are not current with vendor supplied maintenance packages? No desktops or servers are on extended maintenance except AS/400's. 2. Are the City's IT costs "charged back" to user agencies? If so, will that data be made available as part of the data gathering effort? There is no charge -back system in place. 3. It is noted in the IT Organization Chart on page 29 the department has a help desk. a. What level of support is provided — i.e., does the IT department field all questions, or are more common questions handled by "super users" in the various user agencies. If so, are these staff within the scope of the assessment? The help desk is the primary first level of support for all areas of the city except for Police and Fire. b. Does the helpdesk use self-service tickets? If so, will such a repository be available as part of the data gathering effort? Users do initiate help desk tickets. Ticket history will be available. Page 1 of 2 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 4. Is there a formal IT change management process? No "formal" process exists. Various levels of documentation exist depending on application. 5. Is there a project management office within IT? No formal PMO exists. 6. What process is currently used to initiate an IT project? Document the project's business case? Prioritize the project against other projects? This discovery should be included within the assessment. 7. Is there an active IT Steering Committee or IT Capital Investment Review Committee? No formal IT committees exist. Would the City consider listing the specific applications in its software portfolio considered to be "in scope?" If not, on page 12 of the RFP the City excludes the Police and Fire Department from the scope of the RFP. Is the Municipal Court, including any community corrections agency, within the scope of the RFP? The major applications "in scope" are listed on page 12 of the RFP. The assessment is intended to be city-wide and both Police and Fire are included in the scope of the assessment. The Municipal Court is also considered within the scope of the assessment. Note: The City also utilizes New World Public Safety software. How many departments will be interviewed as part of this project? There were 16 different areas that were interviewed prior to the RFP being issued. It will be up to the assessment firm to determine the extent of interviews necessary as part of their work. 10. Does the City have a required or anticipated amount of onsite time? The City has no required amount of on -site time. It is anticipated that the assessment firm will make the determination of what is needed to perform the work. It is anticipated that some amount of on -site time will be needed to adequately perform the work. 11. Reference page 13, RFP Preparation: This section states that an end -user survey will be conducted and concluded by mid -July 2010. Could the City provide a copy of this survey to potential bidders? Yes — please see attachment to this addendum for survey results. 12. Page 16, Section 6. The City has presented an aggressive timeframe for contract approval and notice to proceed. Does the City anticipate that it will adhere to this schedule? Yes 13. Page 16, Section 6.2.5. What is driving the City's deadline to complete the final report by October 26, 2010? The City would like the results of the assessment available in time to inform the 2011 capital budgeting process. 14. Is a presentation to the City Council a requirement of the project? No 15. Page 18, Section 8.7. Can the City provide more detail on how pricing should be presented? The City would like a "not to exceed" pricing quote that includes budgeted expenses. Hourly rates should be provided for all project team members. It is anticipated that billing will be at time & materials rates up to the "not to exceed" pricing. 16. Does the City have a budget established for this project? If so, can the budgeted amount be made available? The City does have an established budget for the project. As per the standard practice of the City, the budgeted amount will not be made available. Page 2 of 2 Telecorn nunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 Direction and Leadership Overall, I am satisfied with the level of Direction and Leadership provided by the City and the IT Staff. The City appears to be "proactive" to changing technology needs. The City has a clear process for how technology related projects are identified, reviewed, prioritized and executed. IT Leadership and Staff are well versed on current and emerging technologies. The process for developing and reviewing annual technology budgets are known and understood. The technology budget and technology staff appear to be appropriate for the size of the City. IT Staff are "customer service" oriented. IT Staff "listen" to my needs and provide an action plan to resolve the request. IT Staff are helping the City meet IT technology needs. Technology planning is aligned with the needs of the Divisions/Departments. City Management provides leadership and support for the IT vision at the City. There is a clear vision for the future of technology at the City. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% MStrongly Disagree ® Disagree ❑ Neither Agree Nor Disagree ❑Agree ■ Strongly Agree Service and Support1 IT Staff are able to deliver results on time and within budget while satisfying stated business requirements. There is a level of trust in working with IT support staff. IT Staff are focused on results. IT Staff behave professionally. IT Staff think creatively and in an innovative manner. IT Staff effectively develop positive working relationships with end -user staff. IT support staff appear to have adequate resources to provide the level of service required. IT support staff appear to have adequate skills to provide the level of service required. There is satisfaction with the quality and effectiveness of service delivered by IT support staff. IT related problems are resolved in an appropriate timeframe. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% ❑Strongly Disagree O Disagree ❑ Neither Agree Nor Disagree ❑Agree 0 Strongly Agree Service and Support2 IT Staff are available during the hours when I need assistance. IT Staff are able to effectively apply technology to solve the City's needs and problems. There is a clear process in how IT related issues are communicated, prioritized and resolved. I feel that my high priority needs are being addressed and prioritized by IT staff. IT support staff identify the nature of the problem and attempt to educate on how to avoid it in the future. IT Staff have an understanding of the business organization, politics and culture. IT Staff look for methods of streamlining tasks. IT Staff look for ways to automate manual tasks. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% O Strongly Disagree Disagree ❑ Neither Agree Nor Disagree O Agree ■ Strongly Agree IT Staff provide effective support in the following areas: Overall, I am satistifed wih the level of service and support from IT staff Documentation Development Project Management Business Analysis Technology Planning End -user Technical Training Information Requests and Report Development Systems (if applicable) Geographic Information Network Support Desktop Support (personal computers, printers, etc.) AS/400 Technical Support Application Support Web/Intranet Development Application Development 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% NA Strongly Disagree ❑ Disagree O Neither Agree Nor Disagree ■Agree ❑ Strongly Agree The designated technology is adequate for my current and future needs: Computer Data Security Wireless Technology Business Applications Imaging Technology Data Storage Remote Access Office Automation Suite (Word, Excel, PowerPoint) Shared Network Drives Network Printers Internet Access Email and Calendaring 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% 0Strongly Disagree Disagree O Neither Agree Nor Disagree O Ag ree ■Strongly Agree The designated specific technology is adequate for my current and future needs: Reporting and Information Delivery The network and system security precautions in place are appropriate and allow me to access data I need to perform my job. Email Desktop Software Mobile Devices Work Order Management Inventory Management Purchasing Card Support GIS EDMS - Document Imaging Hansen New World 65 91 41 I 113 261 141 44 I 125 4' UI1 72 I 42 , 72 I 58 76 I 38 61 I 81 61 I 64 72 78 69 156 sus 66 57 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% IM NA ®Strongly Disagree 0 Disagree O Neither Agree Nor Disagree ■Agree QStrongly Agree Training1 Training classes should be held at my specific building. Training is sufficient to allow me to use technology effectively. The training materials are easy to use and an effective tool after the formal training session. The trainers communicate class material effectively. Training classes are offered at times that are easy to attend. The content of training classes is pertinent to computer users. I would use computer based courseware if relative small incentives were offered for its successful completion. I feel computer based training would be used enough to justify the City investment in the tool. IT should supplement the classroom training offered today, with computer based courseware delivered over the City network directly to my Computer. Adequate technology related training opportunities are being offered to computer users. 107 68 82 84 93 85 91 86 6 " ' 81 92 s t 67 117 , :'* 'i 71 100 64 108 69 104 63 80 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% DNA Strongly Disagree ❑ Disagree ❑ Neither Agree Nor Disagree ■Agree ❑Strongly Agree Training2 Overall, I am satisfied with the level of General Application Training provided. I feel the training I receive is adequate on the Email system. I feel the training I receive is adequate on use of the GIS system. I feel the training I receive is adequate on EDMS for document imaging. I feel the training I receive is adequate on Hansen systems. I feel the training I receive is adequate on New World systems. Overall, I am satisfied with the level of Desktop training provided. Training classes should be held during normal work hours. DNA Strongly Disagree ❑ Disagree ❑ Neither Agree Nor Disagree ■Agree D Strongly Agree Training classes should be held on the weekends. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% Communication1 Interaction with IT regarding needed and on -going projects is effective. Interaction with IT Help Desk/Network Support team is effective. Interaction with IT regarding needed and on -going projects is positive. Interaction with IT Management team is effective. Interaction with IT GIS team is positive. Interaction with IT Help Desk/Network Support team is positive. Interaction with IT Management is positive. Computer users are informed when a problem cannot be resolved within the promised timeframe. When problems occur, IT clearly communicates regarding expected resolution. Computer users are informed when a problem occurs that will impact their work. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% El Strongly Disagree Disagree ❑ Neither Agree Nor Disagree ❑Agree ■Strongly Agree Communication2 Interaction with IT GIS team is effective. Overall, I am satisfied with the level of communication from IT Staff. IT Staff are sharing information that is of value. The City's long-range technology vision and plans for implementation are shared with me. ❑Strongly Disagree Disagree ❑ Neither Agree Nor Disagree ❑Agree ■Strongly Agree Adequate notice is given for scheduled technical maintenance and upgrades. An automated method to initiate a technical support trouble ticket that can be tracked is available and useful. I would use a report of outstanding and resolved technology requests if it was available. 0% 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% plate= — moran City of Fayetteville Ms. Andrea Foren, Purchasing Agent Purchasing Division ......Room 306 113 West Mountain Fayetteville, AR 72701 Dear Andrea: RFP 10-11, Appendix B Revised General Terms & Conditions Plante & Moran, PLLC 27400 Northwestern Highway P.O. Box 307 Southfield, MI 48037-0307 Tel: 248.352.2500 Fax: 248.352.0018 August 18, 2010 plantemoran.com Attached please find revised General "Terms and conditions. This version includes mutually agreed upon changes and replaces pages 32 — 34 of our proposal. Very truly yours, PLANTE & MORAN, PLLC Adam Rujan Partner ram : Proposal a. i. rovidc In orll ation , ec]" w oSLo ( onsWntn Arsorsnient Services Section 5: Appendix 5..1 General Terms and Conditloas Professional Services Agreement — Consulting Services Addendum to Plante & Moran, PLLC Engagement Letter Dated July 21, 2010 This Professional Services Agreement is part of the engagement letter for our consulting services dated July 21, 2010 between Plante & Moran, PLLC (referred to herein as "P&M", "we", "our" or "us") and the City of Fayetteville (referred to herein as "the City of Fayetteville", "you" and "your"). 1. Management Responsibilities — The consulting services we will provide are inherently advisory in nature. We have no responsibility for any management decisions or management functions in connection with our engagement to provide these services. Further, you acknowledge that the City of Fayetteville is responsible for all such management decisions and management functions; for evaluating the adequacy and results of the services we will provide and accepting responsibility for the results of those services; and for establishing and maintaining internal controls, including monitoring ongoing activities, in connection with our engagement. You have designated Ms. Andrea Foren, Purchasing Agent to oversee the services we will provide. 2. Nature of Services — Our project activities will be based on information and records provided to us by the City of Fayetteville. We will rely on such underlying information and records and our project activities will not include audit or verification of the information and records provided to us in connection with our project activities. The project activities we will perform will not constitute an examination or audit of any the City of Fayetteville financial statements or any other items, including the City of Fayetteville's internal controls. This engagement also will not include preparation or review of any tax returns or consulting regarding tax matters. If you require financial statements or other financial information for third - party use, or if you require tax preparation or consulting services, a separate engagement letter will be required. Accordingly, you agree not to associate or make reference to P&M in connection with any financial statements or other financial information of the City of Fayetteville. In addition, our engagement is not designed and cannot be relied upon to disclose errors, fraud or illegal acts that may exist. However, we will inform you of any such matters that come to our attention. Use of Report — At the conclusion of our project activities, we will provide you with a written report as described in the engagement letter. Our report will be restricted solely to use by management of the City of Fayetteville and you agree that our report will not be distributed to any outside parties for any purpose other than to carry out legal responsibilities of the City of Fayetteville. We will have no responsibility to update our report for any events or circumstances that occur or become known subsequent to the date of that report. 4. Confidentiality, Ownership and Retention of Workpapers — During the course of this engagement, P&M and P&M staff may have access to proprietary information of the City of Fayetteville, including, but not limited to, information regarding trade secrets, business methods, plans, or projects. We acknowledge that such information, regardless of its form, is confidential and proprietary to the City of Fayetteville, and we will not use such information for any purpose other than our consulting engagement or disclose such information to any other person or entity without the prior written consent of the City of Fayetteville. In some circumstances, we may use local or international third -party service providers or P&M affiliates to assist us with our engagement. In order to enable these service providers to assist us in plante 32 moran P, onosa to Provide hilor2iiaoon l4; `liilE)toe (,onsuall: ne Assessment Services this capacity, we must disclose information to these service providers that is relevant to the services they provide. Disclosure of such information shall not constitute a breach of the provisions of this agreement. In the interest of facilitating our services to you, we may communicate or exchange data by internet, e-mail, facsimile transmission or other methods. While we use our best efforts to keep such communications and transmissions secure in accordance with our obligations under applicable laws and professional standards, you recognize and accept that we have no control over the unauthorized interception of these communications or transmissions once they have been sent, and consent to our use of these electronic devices during this engagement. Professional standards require that we create and retain certain workpapers for engagements of this nature. All workpapers created in the course of this engagement are and shall remain the property of P&M. We will maintain the confidentiality of all such workpapers as long as they remain in our possession. Both the City of Fayetteville and P&M acknowledge, however, that we may be required to make our workpapers available to regulatory authorities or by court order or subpoena. Disclosure of confidential information in accordance with requirements of regulatory authorities or pursuant to court order, FOIA (Freedom of Information Act) or subpoena shall not constitute a breach of the provisions of this agreement. In the event that a request for any confidential information or workpapers covered by this agreement is made by regulatory authorities or pursuant to a court order or subpoena, we agree to inform the City of Fayetteville in a timely manner of such request and to cooperate with the City of Fayetteville should you attempt, at your cost, to limit such access. This provision will survive the termination of this agreement. We reserve the right to destroy, and it is understood that we will destroy, workpapers created in the course of this engagement in accordance with our record retention and destruction policies, which are designed to meet all relevant regulatory requirements for retention of workpapers. P&M has no obligation to maintain workpapers other than for its own purposes or to meet those regulatory requirements. Upon the City of Fayetteville's written request, we will, allow others to view any workpapers remaining in our possession. Fee Estimates — In any circumstance where we have provided estimated fees, fixed fees or not to exceed fees, these estimated, fixed or not -to -exceed fees are based on the City of Fayetteville personnel providing P&M staff the assistance necessary to satisfy the City of Fayetteville responsibilities under the scope of services. This assistance includes availability and cooperation of those the City of Fayetteville personnel relevant to our project activities and providing needed information to us in a timely and orderly manner. In the event that undisclosed or unforeseeable facts regarding these. matters causes the actual work required for this engagement to vary from our estimates, our estimated fees will be adjusted for the additional time we incur as a result. In any circumstance where our work is rescheduled, we offer no guarantee, express or implied, that we will be able to meet any previously established deadline related to the completion of our work. Because rescheduling our work imposes additional costs on us, in any circumstance where we have provided estimated fees, those estimated fees may be adjusted for additional time we incur as a result of rescheduling our work. Any fee adjustments will be determined in accordance with the Fee Adjustments provision of this agreement. plante 3; Moran l'l'o )osa to Provide lfflormatlont l eC`l"ln€> oak"; ,.onsulting A:tsess?1en9 Sc vic s 6. Payment Terms — Our invoices for professional services are due upon receipt unless otherwise specified in our engagement letter. In the event any of our invoices are not paid in accordance with the terms of this agreement, we may elect, at our sole discretion, to suspend work until we receive payment in full for all amounts due or terminate this engagement. In the event that work is suspended, for nonpayment or other reasons, and subsequently resumed, we offer no guarantee, express or implied, that we will be able to meet any previously established deadlines related to the completion of our consulting work or issuance of our consulting report upon resumption of our work. 7. Fee Adjustments — Any fee adjustments for reasons described in this agreement will be determined based on the actual time that P&M staff expend at the hourly rates stated in this agreement, plus all reasonable and necessary travel and out-of-pocket costs incurred, and included as an adjustment to our invoices related to this engagement. You acknowledge and agree that payment for all such fee adjustments will be made in accordance with the payment terms provided in this agreement. 8. Termination of Engagement —This agreement may be terminated by either party upon written notice. Upon notification of termination, our services will cease and our engagement will be deemed to have been completed. You will be obligated to compensate us for all time expended and to reimburse us for all out-of-pocket expenditures through the date of termination of this engagement. 9. Conflicts of Interest - Our engagement acceptance procedures include a check as to whether any conflicts of interest exists that would prevent our acceptance of this engagement. No such conflicts have been identified. You understand and acknowledge that P&M may be engaged to provide professional services, now or in the future, unrelated to this engagement to parties whose interests may not be consistent with yours. 10. Agreement Not to Influence — the City of Fayetteville and P&M each agree that each respective organization and its employees will not endeavor to influence the other's employees to seek any employment or other contractual arrangement with it, during this engagement or for a period of one year after termination of the engagement. The City of Fayetteville agrees that P&M employees are not "contract for hire." P&M may release the City of Fayetteville from these restrictions if the City of Fayetteville agrees to reimburse P&M for its recruiting, training, and administrative investment in the applicable employee. In such event, the reimbursement amount shall be equal to two hundred hours of billings at the hourly rate stated in this agreement for the P&M employee. End of Professional Services Agreement — Consulting Services plante 34 Moran RFP 10-11, Appendix C Proposal by Plante & Moran, PLLC Plante & Moran is a leading national provider of technology consulting to government clients. We bring a balance of technical expertise, industry insight, and commitment to our customers that is unparalleled. byK.] i Submitted by: Plante Et Moran, PLLC 27400 Northwestern Hwy. Southfield, MI 48037-0307 Contact Information: Mr. Adam Rujan, Partner 1-800-544-0203 plante_ moran Plante July 21, 2010 City of Fayetteville Ms. Andrea Foren, Purchasing Agent Purchasing Division — Room 306 113 West Mountain Fayetteville, AR 72701 Dear Ms. Foren Plante & Moran, PLLC 27400 Northwestern Highway P.O. Box 307 Southfield, MI 48037-0307 Tel: 248.352.2500 Fax: 248.352.0018 plantemoran.com Plante & Moran, PLLC is pleased to respond to your Request for Proposal (RFP 10-11) to provide an independent City-wide Information Technology Assessment for the City of Fayetteville. It is our understanding that the City has a strong desire to use technology to better enable all aspects of citizens' information and transactional activities within the City. The City is also interested in improving its IT function including areas pertaining to IT organization, administration and assets as mentioned in the RFP and has decided to engage the services of an independent consultant to conduct a City-wide Information Technology Assessment. Based on information provided, we understand that the City maintains a significant IT investment, and operates in a comparatively sophisticated environment. We believe that Plante & Moran is uniquely qualified to assist the City of Fayetteville in conducting this IT Assessment. Our team focuses exclusively on providing independent technology consulting services to cities and counties which are very similar to Fayetteville. Our clients and our base of benchmark information reflect numerous university towns and other sophisticated constituents. Notable clients have included: Ann Arbor, MI (UM), Flagstaff, AZ (NAU), Burrough of State College, PA (Penn State), Alexandria, VA (DC metro area) and Round Rock, TX (headquarters of Dell Computers). We strongly encourage you to call any of our current or past clients for references. We believe that this base of experience is very helpful in understanding the constituents of the municipality, and consequently the goals and objectives of City management. Also, we have a fairly robust base of current benchmark information, allowing our team to focus on more value-added aspects of the project. Further, while we are very familiar with many of Fayetteville's major applications (e.g. New World, Hansen, ESRI), we are completely vendor independent allowing us to provide the best possible advice to clients. Plante & Moran was founded as a professional services firm in 1924. We have been specializing in assisting municipalities with technology matters for over 30 years. Some highlights of our practice include: Praxity MEMBER.' GLOBAL ALLIANCE OF INDEPENDENT FIRMS City of Fayetteville, AR Page 2 Significant and recent experience in conducting Information Technology Assessments and related Technology Consulting for municipal clients including current and recent engagements for the following entities o City of Flagstaff, AZ o Santa Barbara County, CA o City of Asheville, NC o City of Ann Arbor, MI* o Johnson County, KS o Waukesha County, WI o City of Mesa, AZ* o City of Alexandria, VA* o City of Lee's Summit, MO* o Washtenaw County, MI* o City of Round Rock, TX o City of Roswell, GA o City of Des Moines, IA o Oakland County, MI* **'-- denotes organizations that have been recognized by the Centerfor Digital Government as winnersJb r their respective popdation.s served a We have relevant experience conducting IT -related projects for municipalities that are the homes to major universities such as the City of Ann Arbor, MI (University of Michigan), City of Flagstaff, AZ (Northern AZ University) and have recently been engaged by the Borough of State College, PA (Penn State University). a Within the public sector, we are independent from all hardware, software and communications products and solutions allowing us complete independence when recommending solutions for our public sector clients. Nearly 30 years experience in providing technology consulting services for municipal clients. Our project team has significant experience providing information technology consulting services to municipal clients. a Significant experience in conducting studies and assisting in the deployment of relevant municipal technologies including wireless, VOIP, document management and ERP systems. a: 1-Iigh level of client satisfaction in performing municipal -based IT Assessments and Strategic Plans. Additionally, we have achieved a very high rate of repeat work with clients whorn we had assisted in technology assessment and planning projects. a Significant expertise in the area of IT Governance. In fact, our proposed Project Director, Adam Rujan, has recently contributed a chapter on the topic to a recent PTI published book. Active participation in numerous organizations serving the technology needs of our municipal clients including Public Technology Institute (PTI), Government Management Information Sciences (GMIS) and Governmental Finance Officers Association (GFOA) Our proposed team blends the technology and municipal operations knowledge with seasoned, management consultants to work on this important initiative. We believe that based upon these experiences and the quality of our proposed team, we are well qualified to provide objective and comprehensive IT Assessment and Strategic Planning consulting services to the City. We encourage and. authorize the City of Fayetteville and its representative's authorization to contact any previous client of Plante & Moran for purposes of ascertaining an independent evaluation of Plante & Moran's performance. City of Fayetteville, AR Page 2 If you have any questions concerning this proposal, please contact: Mr. Adam Rujan, Partner 27400 Northwestern Hwy. Southfield, MI 48037-0307 Phone Number: 248-223-3328 Adam.ruj an(a�plantemoran. com Mr. Rujan is authorized to contractually bind the Firm. Plante & Moran has provided our standards terns and conditions for the City's review. Our proposal is valid for 90 days from the response date. We acknowledge receipt of the City's Addendum Number I to this RFP. To the best of our ability, Plante & Moran's response to the City of Fayetteville's RFP is complete and accurate. Very truly yours, PLANTE & MORAN, PLLC V Adam Rujan Partner plante moran Proposal to Provide Intormarion Technology Consulting Assessment Services Table of Contents Section 1: Executive Summary.6 1.1 Assumptions about the City of Fayetteville............................................................................... 6 1.2 Proposed Solution.................................................................................................................. 6 Section 2: Firm Qualifications...........................................................................................9 2.1 Firm Overview...................................................................................................................... 9 2.1.1 Organization — Government Consulting Services....................................................................... 10 2.1.2 Public Sector Services and Products........................................................................................... 11 2.1.3 Additional Areas of Focus Qualifications................................................................................... 12 2.2............................................................................................................................................... 14 2.3 Project References........................................................................................................... 15 2.4 Proposed Project Staffing..................................................................................................... 21 Section 3: Project Approach............................................................................................22 3.1 Project Charter Statement..................................................................................................... 22 3.2 Summary Overview of Approach.......................................................................................... 22 3.3 Critical Success Factors........................................................................................................ 23 3.4 Quality Review Process........................................................................................................ 28 3.5 Project Team — Roles & Responsibilities................................................................................ 29 3.6 Project Calendar.................................................................................................................. 29 3.7 Project Risk Assessment....................................................................................................... 30 3.8 Project Deliverables............................................................................................................. 30 Section4: Pricing............................................................................................................ 31 Section5: Appendix........................................................................................................ 32 5.1 General Terms and Conditions.............................................................................................. 32 5.2 Description of Project Approach............................................................................................ 23 5.3 Resumes............................................................................................................................. 35 5 plate me mmm� Proposi1 to Provide Information Technology Consult inn Assessment Services Section 1: Executive Summary 1 e 1 Assumptions a bout the City of Fayetteville The City of Fayetteville is located in the northwest corner of the State of Arkansas with a City population of approximately 70,000 residents. The City is the County seat of Washington County, AR providing a broad variety of municipal services to constituents and businesses within the region. The City is also part of a Metropolitan Area consisting of approximately 420,876 residents and is home to the University of Arkansas. Like many municipalities, the City of Fayetteville is experiencing increased levels of constituent demand that is compounded by the difficult economic times that have impacted municipal budgets on a national basis. As a result, departments are being forced to "do more with less" and maximize use of existing resources. Technology is an enabler to achieving improved efficiencies in operational activities in a cost effective manner. At the same time, municipalities are also viewing their IT departments as needing to be cost effective with existing providers who can provide similar services from the private sector. With these factors in mind, the City has determined that a City-wide, independent assessment of the Information Technology (IT) function is necessary to evaluate the IT functions and operations to improve internal practices and service delivery. The City has a desire to procure the services of an external consultant who is experienced in performing such projects within the municipal environment. 12 Proposed Solution Plante & Moran, having conducted numerous similar IT Assessment projects for municipal -based organizations, proposes a set of activities that are intended to conduct a thorough and un-biased review of the City IT function. A summary of these activities that have been proven through the completion of numerous similar projects are as follows: Conduct Project Management Related Activities Collect and Review Documentation sa Conduct IT Staff Interviews Review and Assess Technical Environment Conduct On -Line End -User Survey Conduct Stakeholder Interviews cm Conduct Comparative Research cm Present Major Findings and Analysis cm Develop Draft IT Assessment Report r„ Prepare Final Report and Oral Presentation Our overall approach encourages participation and offers numerous opportunities for input from City stakeholders. hi consultation with the City's Information Teciuiology Executive Team the end result of the project is intended to provide an overall assessment of the current IT environment at the City along with specific actionable items to improve the efficiency and effectiveness of departmental operations including areas of IT organization, administration and technology as illustrated on the graphic below. l'roposa[to Provide irllorrnation l ecluioloey (_17oosrtltin<g Assessment Services Assessment Areas Do we have the correct number of staff with the right skills? Administration Do we property manage and administer the technology we have? Do we procure and support the most appropriate equipment and systems? The specific differentiators that have been noted by our clients in our providing these services are as follows: Our firm has been performed technology consulting services to municipal clients for over 25 years with a consistent track .record of outstanding client satisfaction. This is recognized through significant repeat work with clients in which we have performed up -front IT Assessment and/or IT Strategic Planning projects. s_I All of the staff designated to this project has significant, recent and relevant experience in conducting IT Assessment projects for public sector organizations that are of the size and sophistication of the City of Fayetteville. Additionally, our staff have obtained certifications that are relevant to best serving our municipal clients including PMI's Project Management Professional (PMP), ECM Certified Practitioner certifications and IT.IL V3 Foundation certification. Over the last several years, we have provided technology consulting services to a large number of municipal organizations who have been recognized as very progressive in their use of technology. Through these experiences, we have had a chance to view a large number of IT organizational structures, IT administrative functions and uses of technology that can be leveraged for the City of Fayetteville. n Through extensive experience in performing similar projects, we have developed an extremely comprehensive IT Assessment tool that is used to evaluate all aspects of IT Organization, Administration and Technology. pla� mnran Proposal to Provide Info lnation I eClrnoliogy Consulting Assessme11t. Services O Our consultants spend a significant amount of time researching and keeping abreast of "best practices" in the use of technology by municipal -based organizations. This includes reviewing IT Assessments and Strategic Technology Plans developed by leading municipalities, participation in seminars and training sessions on technologies relevant to municipalities, on -going dialogue with leading municipalities on their use of technology and on -going dialogue with vendors in the marketplace to identify activities, products, technologies and trends that may have a positive impact on our municipal clients including VOIP, video conferencing, document management and enterprise content management. We have had significant involvement in working with public sector organizations who have a desire to collaborate on technology initiatives. n Significant experience in conducting operational studies including the effective use of technology for all departments within a municipal organizational structure. Significant experience in performing software selections for a variety of City departments in a variety of different product areas including ERP applications, asset management systems, identify management solutions, document management solutions and public safety/court technologies. a Active participation in organizations dedicated to improving the use of technology in government including Public Technology Institute (PTI), Government Finance Officers Association (GFOA) and Government Management Information Sciences (GMIS). We are frequent speakers and presenters with these organizations and have recently authored a chapter on IT governance in a recent PTI book that has been published entitled "CIO Leadership for Cities and Counties — Emerging Trends and Practices". a Broad breadth of technology consulting services that includes applications planning, acquisition and implementation management; technology planning, communications and networking, e - government, IT assessments, project management and technology security assurance. a Within the public sector, we are independent of all hardware, software, and networking products and vendors so we can be truly objective in conducting an un-biased IT Assessment for the City of Fayetteville. plae mnran proposal. to Provide Iniormnatiion "iechnology Consulting Assessment Services Section 2: Firm Qualifications 2.1 Firm Overview Founded in 1924, Plante & Moran, PLLC is the twelfth largest management consulting and public accounting firm in the United States. Plante & Moran, PLLC operates as a partnership. Plante & Moran's staff of over 1,600 persons is organized into four major service areas: Management Consulting, Accounting and Auditing, Tax Consulting, and Personal Financial Planning Services. Over the past several years, Plante & Moran has continually expanded the scope and experience of its Management Consulting Services Group. The firm is committed to continuing this growth by retaining and attracting qualified professionals to provide the broad range of management and technical services that are necessary to effectively serve the needs of our clients. Plante & Moran takes great pride in the quality of services it provides to its clients. We have a rigorous set of quality controls designed to provide assurance that professional standards are followed and our clients receive a high quality product. Plante & Moran takes equal pride in our people and our professional work environment. Some of the facts about our firm that we are proud of include: Our partnership group is comprised of 19% women, which is the highest percentage of female equity partners among the nation's largest public accounting firms, according to CPA Personnel Report, a national public accounting trade publication. u Staff turnover rate below 15% which is significantly lower than that of other national public accounting firms. r= The firm has been named to Fortune Magazine's "100 Best Companies to Work for in America" for the last eleven years. u The firm is ranked 55th on list of Training magazine's "Top 100 Training Organizations" u Plante & Moran's Management Consulting Group, consisting of over 125 dedicated consultants, is a versatile, full service consulting organization with a proven track record for providing quality professional services. Our emphasis and cormnitment to management consulting has resulted in the extension of the consulting practice into all major aspects of government and education addressing our clients' unique needs related to information technology, security, compliance, and policy. Plante & Moran has become a leader in providing services to governmental organizations. We presently work with over 200 County and local governments. Our professionals have made substantial commitments to working with local, County and state government agencies. Our extensive experience with governmental clients has enabled us to assemble a project team that we believe is uniquely qualified to perform the proposed project. Plante & Moran currently has offices in Michigan, Ohio, Illinois, India, Mexico and China. The Firm operates as a Partnership with approximately 200 Partners and Entity Members. Adam Rujan, Partner will serve as the primary Partner and Project Director for the engagement with the City. plate-te mnrAn Proposal to Provide Information I echnolo`gy C on sultana Assessment Services 2.1.1 Organization — Government Consulting Services Because of our broad governmental client, base, we are able to devote the necessary time to specialize and thus provide maximum service. To assist us in this specialization, we are members of numerous municipal government professional associations that have a focus on the application of technology for government including: Public Technology Institute (PTI), a Non -Profit organization created by and for cities and counties that works with a core network of leading government officials to identify opportunities for technology research, share best practices, offer consultancies and pilot demonstrations, promote technology development initiatives and develop educational programming. Plante & Moran authored a chapter on IT governance in the recently published "CIO Leadership for Cities and Counties — Emerging Trends and Practices" book. Government Management and Information Sciences (GMIS), an organization composed of municipal information technology directors with a primary goal to foster a unified effort among government entities to integrate and disseminate their respective research and design efforts in the area of automated information sciences. €a Government Finance Officers Association (GFOA), an organization whose purpose is to enhance and promote the professional management of governments for the public benefit by identifying and developing financial policies and practices and promoting them through education, training and leadership. As a result of our continuing involvement with government organizations at all levels, we have acquired in-depth knowledge and experience in dealing with relevant technical, operational and procedural issues. This experience and knowledge, and our commitment to assure objectivity and a high level of independence, are fundamental to our proven and consistent ability to meet the needs of our governmental clients. To assure responsiveness to the needs of our clients, our consulting staff strives to maintain a high level of understanding of, and sensitivity to, the key issues that affect the operations of government organizations. At the current time, such issues include: a IT Governance across complex organizations a Increasing pressure to improve service despite shrinking budgets and diminishing resources a Reduced state and local budgets due to the current economic slowdown a Increasing competition from the private sector Lack of staff training that would be instrumental in organizational change a Significant pressures from public interest groups ": Increased legislative involvement in budgeting, appropriating, and disbursing of funds a Emerging awareness of the need to measure the benefits as well as the costs of services (i.e., cost effectiveness as well as cost efficiency) Privatization of services to achieve more effective services at a lower cost Our professional staff, through training and experience, assists our clients in developing strategies for effectively coping with these, and other key management issues. 10 plate me mnran 1'mposal to Provide lnfcI'ination ( eChnoloi y Z onSUItllne r\sSessnleni Services 2.1.2 Public Sector Services and Products Plante & Moran has assumed a leadership role in providing consulting services to governmental entities. The range of services we provide includes the following: rs Technology Consulting & Solutions a Communications & Networking Services a Project Management and Oversight ra Operations Analysis a Consolidation Studies Organizational Planning and Development a Financial Management Services a Human Capital Management and Development 19 Market Research Services a Business Planning and Feasibility Analysis a Employee Benefits Analysis Assurance Services a Real-estate, Design and Construction Consulting The following sections highlight those services that are relevant to the engagement with the City of Fayetteville. Our approach to each consulting engagement is structured to provide the services and level of professional support required to meet the individual needs of the client. Although we have developed well-defined methodologies for conducting consulting engagements, we do not attempt to impose a rigid structure onto each assignment. Rather, we attempt to understand the fundamental challenges and opportunities of our clients and develop an approach that addresses those particular conditions. The relevant project references and staff backgrounds will highlight our expertise in providing solutions to our clients. An overview of the services provided by our firm that are relevant to this project are described in detail in the following subsections. 2.1.2.1 Technology Consulting & Solutions Services Plante & Moran's management consultants have made a significant commitment to assist governmental clients develop and implement appropriate technology. The services we offer address virtually all aspects of information systems including: s Information Technology Assessments including: o Organization o Administration o Technology a Strategic Information Technology planning Communications and networking including: o WAN/LAN architecture and development o Network analysis and optimization o Telecommunications o Voice/data/video integration o Performance assessment o Bandwidth utilization 11 plant e mnran Proposal to Provide ln'iorrnaiion Technology Consulting Assessment Services is Security assurance including: o Information system reviews o System trust services o Network security reviews o SAS/70 reviews is Solution delivery including: o Needs assessment o Cost benefit analysis o Requirements definition o Software selection o Contract negotiations o Process improvement o Implementation management is Outsourcing analysis is e -Government Strategy and development is Technology management is. Project management We have developed significant research capabilities to assist our clients in new and emerging technologies and issues. In addition, our consultants are very active in making presentations to a variety of governmental organizations on current issues. Our library of resource materials is readily available to our consultants to effectively satisfy our clients' unique needs. 2.1.3 Additional Areas of Focus Qualifications Like many IT Assessment projects the firm has conducted, clients typically have particular areas of interest to be explored. Our qualifications and capabilities in areas of interest likely to be reviewed as part of the project with the City are as follows: Staff Structure Our team has performed a significant number of IT staff structure reviews as part of IT assessment and planning projects or as an independent initiative. Through these efforts we have been exposed to a variety of staffing structures including the relationship between Central IT and distributed IT units that frequently will evolve into a larger governance structure assessment. Furthermore, we have done extensive benchmarking of other municipal -based organizations using those metrics to conduct comparative analysis against the client's staffing structure. 12 plante mnran Proposal to Provide IIIfonnation Technology Consulting Assessment Services Infrastructure Our Communications and Networking practice includes staff who have been involved on IT planning and assessment projects to conduct a full assessment of IT infrastructure including hardware, data, communications, networking, server, storage and data center environments. Disaster Recovery Our Security Assurance practice includes staff who are focused on the development and/or review of Disaster Recovery, Business Continuity and COOP plans. Help Desk / ITIL Our staff have significant experience in conducting help desk assessments as part of IT planning and assessment projects. Additionally, we have staff who are ITIL V3 Foundation Certified. Project and Task Management Our staff have significant background in project management procedures, methods and tools. We use project management techniques and supporting tools on our technology planning initiatives that are covered in more detail in our project work plan. This includes the use of MS Project and MS SharePoint as a collaborative environment for managing client projects. Industry Standards Our Operations Improvement practice within the firm has significant experience in the development and deployment of Balanced Scorecard programs for our clients more specifically in the Manufacturing sector. Our governmental consulting staff have implemented a number of these concepts for our clients although not specifically under the mantra of Balanced Scorecard to include the establishment of metrics for measuring IT performance and the tools and methods for monitoring and reporting on these metrics. 13 plante mmm� Proposal to Provide Information l eClmolo<_TV Consulting Assessment Services %f .r' r •-' ,.�u 7 . .' r : y a �r5. ,1 +ate -e- - i' •'�.� 1 "� •°'�it� �� Y aF b l. u aeesf, rQ Taitonsv :L,;s:Y>� .> � . ,m .rr.�i`'• � _ . � �. �' _. z x •" ,.�z-,s..,,#u' '` t •,�rrt�'�a..r . Y �...x' ..-x •�._�'... Additionally, our IT tech planning and assessment projects include the review of a City's overall approach towards Internet, Intranet, e -government, portals and Web 2.0 technologies. Through our involvement at PTI we have also been exposed to creative uses of web technologies by other governmental jurisdictions. Policies and Service Level Our staff have significant experience in the review of IT policies, Agreement procedures and service level agreements. Through numerous projects that we have conducted over the last several years we have developed a repository of IT policies and procedures used by other municipal jurisdictions. 14 plante mnrAn Proposal to Provide lnlorl11atiol? I echnologsv C ollsf.!)tme ; sscssilleI1l Services 2,2 Project References Plante & Moran has a significant number of references that are directly relevant to this project that encompass the following types of projects: Enterprise, business area specific and technology specific IT Assessments and Information Technology Plans for public sector clients that include, as a major part of the planning process, a comprehensive review and assessment of the existing IT organization, administration and technology environment n Other projects that reflect our deep understanding of municipal operations s' IT Sourcing related projects Within the last four years, we have conducted IT Assessments and/or IT Strategic Plans for the following public sector clients with the project title and periods of performance noted. Further details on these assessments and plans are provided in the reference section below. •� as a ,���a� 9 '' - e aa'a City of Flagstaff, AZ IT Assessment May 2010 - July 2010 City of Alexandria, VA IT Assessment October 2009 - April 2010 Gwinnett County, GA IT Strategic and 1 -Year Tactical Plan Feb 2009 — May 2009 City of Round Rock, TX IT Strategic Plan Sep 2008 - Apr 2009 Spartanburg County, SC IT Assessment and Strategic Technology Plan Aug 2008 — Jan 2009 Coconino County, AZ IT Assessment and Strategic Technology Plan Apr 2008 — Oct 2008 City of Des Moines, IA IT Assessment and Strategic Technology Plan Jan 2008 - Apr 2008 City of Lee's Summit, MO IT Assessment and Strategic Technology Plan Apr 2007 - Aug 2007 Update Johnson County, KS Waukesha County, WI Shelby Township, MI Van Buren Township, MI Lake County, IL DuPage County, IL Ottawa County, MI City of Ann Arbor, MI IT Assessment and Strategic Technology Plan IT Assessment and Strategic Technology Plan Strategic Information Technology Plan Strategic Information Technology Plan IT Assessment Strategic Technology Plan IT Assessment Strategic Information Technology Plan May 2006 - Jun 2007 Dec 2006 - Jun 2007 Spring 2006 — Fall 2006 Aug 2005 — Jan 2006 Jul 2005 - Nov 2005 Jan 2005 — Oct 2005 Aug 2004 —Mar 2005 Dec 2004 - Jun 2006 1 s plante e mnran Proposal to Provide Information Technology Consulting Assessment Services Information Technology Assessment and IT Strategic Planning References The following references highlight our recent IT Assessment and/or IT Strategic Planning projects that we have performed for our municipal client. All of the referenced projects were completed on -time and within budget. City of Flagstaff, AZ IT Assessment and Plan Mr. Ladd Vagen Conducted an Information Technology Assessment and developed a IT Director Strategic Technology Plan for the City that included a review of all 211 West Aspen Avenue aspects of the organization, administration and use of technology Flagstaff, AZ 86001 within the County. (928)213-2801 Specific areas of focus included Organizational Support Structure, Infrastructure, and IT Governance. Contract Period: May 2010 - current Locations: City offices and Plante & Moran office in Southfield, MI Cost: $50,000 Participation: Rujan, Zyla, Chalasani City of Alexandria, VA IT Assessment Mr. Tom Trobridge Conducted an Information Technology Assessment for the City that IT Director included a review of all aspects of the organization, administration 301 King St. and use of technology within the City. Alexandria, VA 22314 (703)746-3001 Specific areas of focus included Organizational Support Structure, Infrastructure, and IT Governance. Contract Period: October 2009 - April 2010 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $100,000 Participation: Rujan, Bagley, Chalasani 16 plante Proposal to Provide lnfc�rn<<ltioil Technology Consultin.a: assessment Services City of Des Moines, IA Mr. Michael Matthes Assistant City Manager 400 Robert D. Ray Drive Des Moines, IA 50309-1891 515-283-4049 IT Assessment and Strategic Technology Plan Conducted an Information Technology Assessment and developed a Strategic Technology Plan for the City that included a review of all aspects of the organization, administration and use of technology within the County. Specific areas of focus included Organizational Support Structure, Infrastructure, and IT Governance. Contract Period: January 2008 - April 2008 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $135,000 Participation: Rujan, Zyla, Chalasani Spartanburg County, SC IT Assessment / Strategic Technology Plan Mr. Chris Story Assistant Conducted an Information Technology Assessment for the County County Administrator that included a review of all aspects of organization, administration 366 North Church Street and use of technology within the County. As part of the engagement Spartanburg, SC 29303 we conducted .IT departmental interviews, IT Staff interviews, an Phone: 864-596-2526 end -user survey of all County staff and a benchmarking survey of peer County organizations from across the country. The outcome of the project was a detailed assessment of current County IT operations and the development of an IT Strategic and Tactical Plan to guide the deployment of technology over the next few years. The two-year tactical plan identified those projects to undertake in support of the long-term IT strategic plan. Contract Period: September 2008 — January 2009 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $85,000 Participation: Rujan, Zyla, McKinley 17 plate me mnran Proposal to Provide (ntorsnaiion'1'eci_lnoloc Consulting Assessment Services Gwinnett County, GA IT Strategic Plan and Tactical Plan Mr. John Matelski Plante & Moran was engaged by the County to conduct a Director of ITS/CIO comprehensive Information Technology (IT) Assessment and also to 75 Langley Drive develop a County -wide IT Strategic Plan including a one-year tactical Lawrenceville, GA 30045-6900 plan. A number of activities were performed as part of the planning 770-822-8953 process as follows: Conducted interviews with County -IT and departmental IT staff a: Conducted interviews with departmental and line of business staff a Conducted County -wide web -based benchmarking survey a Conducted detailed review of various aspects of the IT organization a Conducted detailed reviews of selected functional areas including GIS, FileNet and SAP The outcome of the project was a detailedassessment of current County IT operations and the development of an IT Strategic Plan to guide the deployment of technology over the next five years. The one- year tactical plan identified those projects to undertake over the next year in support of the long-term IT strategic plan. Contract Period: January 2009 - July 2009 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $175,000 Participation: Rujan, Bagley, Zyla, Eiler, Chalasani City of Round Rock, TX IT Assessment, Strategic Technology Plan Mr. Daniel Saucedo Conducted an IT Assessment and Strategic Technology Plan for the Applications Manager City that encompassed all aspects of tecluzology, including 221 E. Main Street significant process re -design work and return on investment Round Rock, TX 78664 modeling. 512-218-5439 Contract Period: September 2008 - April 2009 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $150,000 Participation: Rujan, Zyla, Chalasani 18 plate rte_ mnrAn Proposal to Prov ide lnlornlatlon Technology Consulting Assessment Services Johnson County, KS Information Technology Assessment and Strategic Mr. Jack Clegg Technology Plan IT Director As part of the County's recurring technology planning process, we 111 S. Chevy Street conducted an IT assessment and developed a County -wide strategic Suite 2400 technology plan for all areas of County technology operations. The Olathe, KS 66061-3441 development of the Plan included specific reviews of the County ITS 913-715-1515 and remote County IT departments, e -government initiatives, telecommunications environment and GIS. Information used in the development of the Plan was supplemented with a County -wide end - user survey and metrics -based benchmarking against peer Counties considered leaders in the use of technology. A major component of the project was providing assistance to the County in establishing an IT governance structure. Contract Period: May 2006 — June 2007 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $175,000 Participation: Rujan, Eiler, Chalasani Lake County, IL IT Assessment Mr. Barry Burton Conducted an Information Technology Assessment for the County County Administrator that included a review of all aspects of organization, administration 18 N. County Road and use of technology within the County. As part of the engagement Waukegan, IL 60085-4350 we conducted IT departmental interviews, interviews with all 847-377-2250 County staff departments, an end -user survey of all County staff and a benchmarking survey of peer County organizations from across the country. Specific areas of focus included IT governance, GIS, telecommunications and identifying opportunities for alternative delivery of services. Contract Period: July 2005 — Nov 2005 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $100,000 Participation: Rujan, Eiler 19 plate me mnran Proposal to Provide Information l eeiinoloev C oi}:;Ul! ine AssesswIew Services Waukesha County, WI Information Technology Assessment and Strategic Mr. Mike Biagioli Technology Plan Manager, Information Conducting an Information Technology Assessment and developed a Technology Strategic Technology Plan for the County that included a review of 515 W. Moreland Blvd. all aspects of organization, administration and use of technology Waukesha County, WI 53188 within the County. During the project input was gathered from the 262-548-7610 following sources: 2 IT departmental interviews a interviews with all County staff departments End -user survey of all County staff Benchmarking survey of peer County organizations from across the country Specific areas of focus included e -Government, Telecommunications, Wireless, Constituent Resource Management (CRM), and Enterprise Content Management (ECM). Contract Period: December 2006 — June 2007 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $150,000 Participation: Rujan, Filer, Warner City of Ann Arbor, MI IT Assessment and Strategic. Information Technology Plan Mr. Dan Rainey Conducted an IT Assessment and developed a Strategic Information IT Director Technology Plan for the City to guide the deployment of technology 1.00 North Fifth Avenue over the next three years. Specific areas of focus included document Ann Arbor, MI 48104 management, e -government, collaboration, land management 734-994-2794 systems, asset management systems, telecommunications and financial management systems. . Contract Period: December 2004 — June 2006 Locations: City offices and Plante & Moran office in Southfield, MI Cost: $75,000 Participation: Rujan, Filer 20 plante Proposal to Provide InfortnarionTechnology Consulting Assessment Services 23 Proposed Project Staffing The following table summarizes the role that each individual will perform on the project and up to five associated references. It should be noted that all of the references are those that were conducted by staff while employed at Plante & Moran. The firm is committed to making these staff available to fulfill their individual responsibilities on the project and, as such, we have not provided estimated weekly work schedules. Additional information is provided in the Appendix, Resumes Section. Adam Rujan Partner Engagement Partner who will be Round Rock, TX Project Director responsible for the overall Spartanburg County, SC Plante & Moran success of the project. Flagstaff, AZ Total: 25 yrs Des Moines, IA Firm: 21 yrs City of Alexandria, VA Dennis Bagley Project Project manager who will Gwinnett County, GA Project Manager Manager manage the clay -to -day activities City of Alexandria, VA Plante & Moran on the project and also act as the City of Arm Arbor, MI lead consultant on the project. Total: 20 yrs Town of Hempstead, NY Firm: 14 yrs County of Kent, MI Sri Chalasani Project Responsible for leading the City of Des Moines, IA Sr. Network Eng Consultant infrastructure review aspects of City of Lee's Summit, MO Plante & Moran the project. Coconino County, AZ Total: 11 yrs Gwinnett County, GA Firm: 3 yrs City of Round Rock, TX Laurie Zyla Project Consultant who will conduct a Coconino County, AZ Consultant Consultant number of the end -user City of Des Moines, IA Plante & Moran interviews and other project City of Cleveland, OH tasks. Total: 5 yrs Spartanburg County, SC Firm: 3 yrs Gwinnett County, GA John Bissa Technical Internet i Intranet Expertise Wayne County, MI Partner Specialist Monroe County, MI Plante & Moran City of Ann Arbor, MI Total: 15 yrs Gwinnett County, GA Firm: 9 yrs Cedar Rapids, IA 21 plan_ mnrAn Proposal. to Provide Information Technology Consulting Assessment Services Section 3: Project Approach 31 Project Charter Statement A Project Charter provides a statement of the scope, objectives and participants in the project. It provides a definition of roles and responsibilities, outlines the project objectives and provides a timeline for the project. Plante & Moran will prepare a Project Charter for the project with the City during Project Initiation activities. 3.2 Summary Overview of Approach Plante & Moran has been performing municipal -wide Information Technology Assessments for over twenty years for our public sector clients. Through these experiences we have developed specific tools, techniques and methods for performing these projects. A comprehensive IT assessment for an organization encompasses a review of the Organization, Administration and Technology. City of Fayetteville, AR Project Scope Assessment Topical Areas Governance: Organization structure: a Organization benchmarks Succession planning a Staff compensation Support: a Staff complement Staff development Job descriptions a. Staff competencies a Performance evaluations a Recruiting ra External service providers a User liaisons a Steering Committee role at Service Level Agreements User Satisfaction: to Responsiveness a Effectiveness a Communication Service Delivery: as Project Mgmt approach a Service level agreements a= Problem reporting Helpdesk Administration Network/workstation M.gt «. Software deployment Performance reporting Vendor management Application development Patch management Operating procedures IT Strategy: O Long range planning a Project prioritization Technology procurement €a Budgeting n Project portfolio mgmt Business case development iii Standards Internet: a Remote access a Web site & security I Content mg nt Web strategy Network (LAN/WAN): a Servers u NOS a; Cabling Network electronics Storage 2 Security Applications: at Enterprise applications a Security *a Reporting a Interfaces a Databases Platforms and tools 22 plante Proposal to Provide lniorniation leehnoloev Consulting Assessiiletit Services ,d cttstr-0m, " s Technology IT Leadership: Policy & Security: End -User Computing: a Technical t=: User policies & procedures a Workstation strategy a Business r IT policies & procedures a Office automation * Behavioral a Business continuity planning a Operating system a Security Management a Refresh 33 Description of Project Approach 1. Conduct Project Initiation Activities Project initiation activities will be conducted to introduce the project team, finalize the project scope, deliverables and timetables. These objectives will be accomplished through the development of a project organizational structure, project charter, detailed project plan, and regularly scheduled progress meetings. These steps are described below. 2. Define Project Organizational Structure Our approach to each consulting engagement is structured to provide the services and level of professional support required to meet the individual needs of the client. We will work jointly with the City Project Manager to design a process that will meet the overall needs of the City. As standard practice in the majority of our engagements, especially those related to technology and process transformation, we have designed a very collaborative approach to create high probability of implementation success. 3. Develop Project Charter At the start of the project, a project charter will be developedthat will provide a framework for the following areas of focus: as Project overview a Vision statement a Project stakeholders a Project influences a Scope plan (both in and out of scope items) _= Project staffing 4. Develop Detailed Project Plan We will incorporate the following into a detailed Microsoft Project TM Plan: a Major phases and milestones a Work tasks and their due dates with assigned responsibility 23 plante moran l=roposatIto Provide Information l-eclhnolo≤xy Consuultin« Assessment Services 5. Develop Communication Plan Communication in connection with a project of this magnitude is very important, especially when considering the number of stakeholders involved. We anticipate that the Collaboration Center will be a primary repository/vehicle for communication regarding the project. We will also work with the City's project manager to prepare and present a draft Communication Plan to finalize which will consider the various stakeholder groups and the best methods/content for each. 6. Establish Project Collaboration Center Over the last few years, collaboration environments such as Microsoft's SharePoint Portal have become increasingly viable tools in which to establish project collaboration environments for large-scale projects. These environments can serve a variety of purposes including acting as a repository for documentation developed during the course of an IT Assessment engagement. As a firm, we have significant expertise in the use SharePoint as an overall project repository for our engagements. We will work with the City in the establishment of a project collaboration environment using MOSS that will last for the duration of the entire project. . 7. Schedule and Moderate Project Status Meetings Continuous feedback is the key to a successful implementation. In this way, problems can either be avoided entirely, or addressed early on, to minimize wasted effort and keep the project on schedule. We will schedule meetings and / or conference calls with the City to: a Report on the status of the .Project work plan and timeline a Re -schedule tasks as necessary a Discuss major open issues / risks and develop strategies to address them S. Conduct Project Kick -Off Meeting We intend to conduct a project kick-off meeting that will define the objectives, timing, scope, anticipated City staff involvement and other items relevant to the project. We will discuss with the City who should attend this session. Information collected during this meeting will provide additional input into the development of the Project Charter. Collect and Review Documentation Plante & Moran will review existing documentation to gain a comprehensive understanding of the City's current technology environment. Documents to be reviewed are anticipated to include the following: =a Previous Strategic Technology Plan and departmental specific technology plans a Internal customer service surveys Expenditures on technology, both budgeted and actual, for 2006 — current (hardware, software, networking, services, line charges, support, maintenance, etc.) Other technology -related study results a Existing departmental business plans 24 plante moran 13ropOSa1 to Provide lilil?I'tlld1 on 1 echinolog ' C oiltililtine Assessment Services uu Brief description of current/planned technology projects and system enhancement activities System issues/enhancement requests tracking log at Service level agreements with City departments, if available at Scope of services provided and technologies supported by the IT department at IT staff job duties, responsibilities and job descriptions at Departmental Organization Chart at City Mission Statement at Location of all sites involved on the project at Technology standards a Current hardware/software/technologies inventory at System context diagram showing interfaces and integration points between major City applications and external entities E. Current network infrastructure and diagrams at Help desk log n Help desk software at Project management methodology at Listing and description of current IT -related policies and procedures at Listing and description of current IT -related projects at Listing and description of relevant State and local systems that interface with or are used by the County at Listing and description of current IT -related support areas outside of central IT at Other relevant documents to obtain an understanding of the current City IT environment 9. Conduct IT Staff Interviews We will meet with the City IT Department staff to review their areas of support and other organizational, administrative and technology support components. We anticipate meeting with IT management and potentially all IT department staff to provide an explanation of the project, what we anticipate doing on the project and explain the IT survey that will be distributed to IT staff_ This survey is intended to gather information in the following areas: Pei Job duties and responsibilities in Job requirements and resources ra Organization structure at Work volume €a Communication / working relationship at Other comments / suggestions This survey is intended to be completed and submitted to our staff in confidence so as to obtain the best possible information. Typically, we achieve near 100% compliance in having IT staff complete the questionnaire. Additionally, we will conduct interviews with IT staff who are not part of the City IT department that provide technology support. 25 plante Moran Proposal to Provide lntbnnation Techiioloev Consulting Assessment Services 10. Review and Assess Technical Environment Numerous specific areas of focus to be assessed were identified in the RFP. Our approach will apply to each of these areas and the other assessment areas to include: Data collection and review Interviews with appropriate IT support staff, business groups, process owners and key process end -users a Development of gap analysis Development and review of findings and specific recommendations for each of these areas including identification of near -term and long -tern projects We will conduct an extensive review of the existing technical environment at the City including all aspects of hardware, software, networking, telecommunications and relevant security for all of the various components. Various components of the technical environment will be further assessed as part of the interviews and assessment surveys conducted with City staff as well as through the web -based survey that will be distributed to all City staff. 11. Conduct On -Line End -User Survey (Option) We will review, with client staff, the existing enduser survey to determine suitability for the IT Assessment. If necessary we will conduct an on-line survey. We will use the results of the online survey to identify satisfaction with services provided by the IT Department(s) and satisfaction with technologies in use within the City. This survey will include the following topic areas: a Direction and .Leadership a Communication Service & Support s General City Technology o Training A comprehensive analysis of the information will be provided to the City as part of our final report. From the survey results, we can identify gaps between current levels of service and desired levels of service as well as gaps where current technology is not meeting the needs of a particular department, area, or City as a whole. Having conducted a similar survey with a number of other City -based clients will allow us the opportunity to perform comparative analysis to determine specific areas of strength and opportunities for improvement. 12. Conduct Stakeholder Interviews (Group and Individual) We will schedule and conduct up to 20 meetings with staff within the City departments, including management and end -users, to: a Solicit feedback regarding project prioritization and governance a Discuss the departments' perceptions as to how IT can improve a Clarify any questions as a result of end -user survey 26 plante moran Proposal. to Provide llllOr?nat on ,l c cllllolo v L OinSUltin1a A s ssinen Services a Assess how information about I"T requests are gathered a Discuss how the scope of IT initiatives are defined, and how the initiatives are justified, approved, funded/budgeted, and prioritized a Discuss the approach taken to align IT initiatives with operational priorities Discuss the typical approach to project management a Identify current and anticipated information and technology needs over the next five years We will likely organize these interviews around Line of Business (LOB) orientation in which we will bring together staff from various departments who have similar interests to discuss their technology needs. We anticipate conducting up to 10 such interviews. 13. Conduct Comparative Research (Option) We will review, with client staff, the need to supplement existing benchmark data. Plante & Moran currently possess' a fairly rich amount of information. We will utilize comparative research with other entities similar to the City using a variety of sources. We will take the results from our "Best Practices" research and conduct applicable comparisons with the City to include the following areas: Departmental structure and staffing patterns Information technology funding levels and the allocation of those funds Alternate service delivery options that are being used FA Technology maturity in the use of various technologies (e.g., document imaging, e -government, CRM, etc.) a Other areas deemed necessary We will target municipalities which include the following general criteria as defined by the City in your RFP: a Population range: 50,000 — 100,000 a Major university within city of at least 15,000 full time students a City responsibility for public utilities, with utility service area extending beyond city limits a City using New World, Hanson or similar type comprehensive City management software package 14. Develop Draft Information Technology Assessment Report We will develop a draft Information Technology Assessment Report that summarizes all of the findings and recommendations from previous work steps. The findings and recommendations discussed previously will be translated into a report that will include the following: Executive Summary section a Management Summary section 27 plante moran Proposal to Provide 111IC1I11: ti i.l echnolouy Consulting Assessment Services a Overall SWOT Analysis a Proposed ranking of strategic issues a IT Assessment results for the areas of Organization, Administration and Technology to include: ra Comparative research results a Alternate IT Service Delivery options review ay Supporting appendices 15. Prepare Final Report Upon review and feedback regarding the draft report, we will prepare a final report and submit it to the City. 3.4 Critical Success Factors The following factors have been identified as factors that are critical to the successful completion of any IT initiative. a City Council commitment and leadership a Department senior management commitment and leadership a Cross department cooperation and coordination with IT and with each other a Departmental participation in setting information technology direction _- Strong leadership in the IT department as well as a clear vision for the future that is clearly communicated and understood by County staff Compliance/adherence to information technology architecture and standards a Managed expectations for information technology initiatives a Education/training of information staff and departmental staff involved in the deployment and maintenance of information technology assets a_ The establishment of an executive Steering Committee for IT to help establish City technology priorities 3.5 Quality Review Process Plante & Moran assigns a Project Director who is either a Partner or Senior Manager with the Firm. It is the Project Director's responsibility to ensure the delivery of quality deliverables. The Project Director reviews project deliverables prior to distribution to the client. This process ensures the appropriate level of quality review and adherence to Plante & Moran's methodology and standards. During the past 20 years, Plante & M.oran has continually refined its methodology and standards for performing IT Assessments. As a result, we have a rigorous process involving standardized tools, techniques and best practices to ensure quality results. 28 plante moran Proposal to Provide information 1 ecl;nology ( onsuit ing Assessment Services 3.6 Project Team — Roles & Repoo sibilkies interviews. John Bissa Partner 37 Project Calendar Major Activity 2. Define a Project Organizational Structure 4. Develop a Detailed Project Work Plan Internet / Intranet Expertise Timing Week -1, Week 1 Week I Week I 5. EstablishProtect:Collaboration Centel 6. Conduct Periodic Status Meetings ; Week I - 6 8. Collect and Review Documentation 10. Review and Assess Technical Environment 12. Conduct Stakeholder Interviews Week 2 vy^�Week2 Week 3 r Week 3 _.^J Week 3 Week 41 Days On -Site M 1 13.Conduct Comparative Research** Week 2-4 14. Develop Draft IT Assessment Report i Week 6 i 1 J 15. Prepare Final Report Week 7 . ' *We acknowledge that the City will complete an IT End -User Survey during July 2010 and will use the results of the survey to supplement our findings. However, depending on the questions used in the survey, we may be limited in comparing the City's responses to those from other municipalities we have worked with if the City decides not to complete Activity 11. *"Plante & Moran has access to a rich set of benchmark information. We will review this data with the client to determine if any supplemental data collection will be necessary. 29 plante moran ProposaIto Provide Inf111'i;1at1(.121 l echnolo V t`O11Sultiric; Assessment Services We commit to completing a Draft IT Assessment Report within a six week period from the project start date as requested by the City. 3,8 Project Risk Assessment As part of our Project Management Approach, Plante & Moran will work with the City Project Manager to continually monitor risks that may arise. We will hold bi-weekly conference calls with the City Project Manager to discuss project risks, escalation and mitigation strategies. 9 Project De erabies As articulated in our Description of Project Approach, included in the Appendix, we will provide the following deliverables: * Project Charter * Communication Plan n Collaboration Center a Project Work Plan ? IT Assessment Report End User Survey Results _s Presentation 30 plante moran Proposal to Provide In(orination fechnolog}- Consulting Assessment Services 'Section 4: Pricing Plante & Moran provides a not -to -exceed fee of $60,000 to complete the tasks provided in our project work plan. This fee is inclusive of all travel and incidental expenses. Our not -to -exceed fee is based on a blended rate of $235 per hour for the estimated number of hours expected to complete project activities. Specific rates include: Project Director: $235/hour Project Manager: $235/hour Senior Consultant: $235/hour Consultant: $235/hour 31 plante moran Proposal to Provide lnforina(ion Technologr,' Consulting Assessment Services Section 5: Appendix eA General Terns and Conditions Professional Services Agreement — Consulting Services Addendum to Plante & Moran, PLLC Engagement Letter Dated July 21, 2010 This Professional Services Agreement is part of the engagement letter for our consulting services dated July 21, 2010 between Plante & Moran, PLLC (referred to herein as "P&M", "we", "our" or "us") and the City of Fayetteville (referred to herein as "the City of Fayetteville", "you" and "your"). I. Management Responsibilities — The consulting services we will provide are inherently advisory in nature. We have no responsibility for any management decisions or management functions in connection with our engagement to provide these services. Further, you acknowledge that the City of Fayetteville is responsible for all such management decisions and management functions; for evaluating the adequacy and results of the services we will provide and accepting responsibility for the results of those services; and for establishing and maintaining internal controls, including monitoring ongoing activities, in connection with our engagement. You have designated Ms. Andrea Foren, Purchasing Agent to oversee the services we will provide. 2. Nature of Services — Our project activities will be based on information and records provided to us by the City of Fayetteville. We will rely on such underlying information and records and our. project activities will not include audit or verification of the information and records provided to us in connection with our project activities. The project activities we will perform will not constitute an examination or audit of any the City of Fayetteville financial statements or any other items, including the City of Fayetteville's internal controls. This engagement also will not include preparation or review of any tax returns or consulting regarding tax matters. If you require financial statements or other financial information for third - party use, or if you require tax preparation or consulting services, a separate engagement letter will be required. Accordingly, you agree not to associate or make reference to P&M in connection with any financial statements or other financial information of the City of Fayetteville. In addition, our engagement is not designed and cannot be relied upon to disclose errors, fraud or illegal acts that may exist. However, we will inform you of any such matters that come to our attention. Use of Report — At the conclusion of our project activities, we will provide you with a written report as described in the engagement letter. Our report will be restricted solely to use by management of the City of Fayetteville and you agree that our report will not be distributed to any outside parties for any purpose other than to carry out legal responsibilities of the City of Fayetteville. We will have no responsibility to update our report for any events or circumstances that occur or become known subsequent to the date of that report. 4. Confidentiality, Ownership and Retention of Workpapers — During the course of this engagement, P&M and P&M staff may have access to proprietary information of the City of Fayetteville, including, but not limited to, information regarding trade secrets, business methods, plans, or projects. We acknowledge that such information, regardless of its form, is confidential and proprietary to the City of Fayetteville, and we will not use such information for any purpose other than our consulting engagement or disclose such information to any other person or entity without the prior written consent of the City of Fayetteville. 32 plante moran Proposal to Provide Information Ieclrnolosty Consulting AsseSsnierU Services In some circumstances, we may use local or international third -party service providers or P&M affiliates to assist us with our engagement. In order to enable these service providers to assist us in this capacity, we must disclose information to these service providers that is relevant to the services they provide. Disclosure of such information shall not constitute a breach of the provisions of this agreement. In the interest of facilitating our services to you, we may communicate or exchange data by internet, e-mail, facsimile transmission or other methods. While we use our best efforts to keep such communications and transmissions secure in accordance with our obligations under applicable laws and professional standards, you recognize and accept that we have no control over the unauthorized interception of these communications or transmissions once they have been sent, and consent to our use of these electronic devices during this engagement. Professional standards require that we create and retain certain workpapers for engagements of this nature. All workpapers created in the course of this engagement are and shall remain the property of P&M. We will maintain the confidentiality of all such workpapers as long as they remain in our possession. Both the City of Fayetteville and P&M acknowledge, however, that we may be required to make our workpapers available to regulatory authorities or by court order or subpoena. Disclosure of confidential information in accordance with requirements of regulatory authorities or pursuant to court order or subpoena shall not constitute a breach of the provisions of this agreement. In the event that a request for any confidential information or workpapers covered by this agreement is made by regulatory authorities or pursuant to a court order or subpoena, we agree to inform the City of Fayetteville in a timely manner of such request and to cooperate with the City of Fayetteville should you attempt, at your cost, to limit such access. This provision will survive the termination of this agreement. We reserve the right to destroy, and it is understood that we will destroy, workpapers created in the course of this engagement in accordance with our record retention and destruction policies, which are designed to meet all relevant regulatory requirements for retention of workpapers. P&M has no obligation to maintain workpapers other than for its own purposes or to meet those regulatory requirements. Upon the City of Fayetteville's written request, we may, at our sole discretion, allow others to view any workpapers remaining in our possession if there is a specific business purpose for such a review. We will evaluate each written request independently. You acknowledge and agree that we will have no obligation to provide such access or to provide copies of our workpapers, without regard to whether access had been granted with respect to any prior requests. Fee Estimates — In any circumstance where we have provided estimated fees, fixed fees or not to exceed fees, these estimated, fixed or not -to -exceed fees are based on the City of Fayetteville personnel providing P&M staff the assistance necessary to satisfy the City of Fayetteville responsibilities under the scope of services. This assistance includes availability and cooperation of those the City of Fayetteville personnel relevant to our project activities and providing needed information to us in a timely and orderly manner. In the event that undisclosed or unforeseeable facts regarding these matters causes the actual work required for this engagement to vary from our estimates, our estimated fees will be adjusted for the additional time we incur as a result. In any circumstance where our work is rescheduled, we offer no guarantee, express or implied, that we will be able to meet any previously established deadline related to the completion of our work. Because rescheduling our work imposes additional costs on us, in any circumstance where we have 33 plante moran Proposal to Provide Information Technology CC111S1i)L1112 i\ssessm iu Services provided estimated fees, those estimated fees may be adjusted for additional time we incur as a result of rescheduling our work. Any fee adjustments will be determined in accordance with the Fee Adjustments provision of this agreement. Payment Terms — Our invoices for professional services are due upon receipt unless otherwise specified in our engagement letter. In the event any of our invoices are not paid in accordance with the terms of this agreement, we may elect, at our sole discretion, to suspend work until we receive payment in full for all amounts due or terminate this engagement. In the event that work is suspended, for nonpayment or other reasons, and subsequently resumed, we offer no guarantee, express or implied, that we will be able to meet any previously established deadlines related to the completion of our consulting work or issuance of our consulting report upon resumption of our work. 7. Fee Adjustments — Any fee adjustments for reasons described in this agreement will be determined based on the actual time that P&M staff expend at the hourly rates stated in this agreement, plus all reasonable and necessary travel and out-of-pocket costs incurred, and included as an adjustment to our invoices related to this engagement. You acknowledge and agree that payment for all such fee adjustments will be made in accordance with the payment terms provided in this agreement. 8. Termination of Engagement —This agreement may be terminated by either party upon written notice. Upon notification of termination, our services will cease and our engagement will be deemed to have been completed. You will be obligated to compensate us for all time expended and to reimburse us for all out-of-pocket expenditures through the date of termination of this engagement. Hold harmless and Indemnification - As a condition of this engagement, the City of Fayetteville agrees to hold P&M., and all of its partners and staff, harmless against any losses, claims, damages, or liabilities, to which P&M may become subject in connection with services performed in the engagement, unless a court having jurisdiction shall have determined in a final judgment that such loss, claim, damage, or liability resulted primarily from the willful misconduct or gross negligence of P&M, or one of its partners or staff. This hold harmless includes the agreement to reimburse P&M for any legal or other expenses incurred by P&M, as incurred, in connection with investigating or defending any such losses, claims, damages, or liabilities. This provision shall survive any termination of this engagement. 10. Conflicts of Interest - Our engagement acceptance procedures include a check as to whether any conflicts of interest exists that would prevent our acceptance of this engagement. No such conflicts have been identified. You understand and acknowledge that P&M may be engaged to provide professional services, now or in the .future, unrelated to this engagement to parties whose interests may not be consistent with yours. 11. Agreement Not to Influence — the City of Fayetteville and P&M each agree that each respective organization and its employees will not endeavor to influence the other's employees to seek any employment or other contractual arrangement with it, during this engagement or for a period of one year after termination of the engagement. The City of Fayetteville agrees that P&M employees are not "contract for hire." P&.M may release the City of Fayetteville from these restrictions if the City of Fayetteville agrees to reimburse P&M for its recruiting, training, and administrative investment in the applicable employee. In such event, the reimbursement amount shall be equal to two hundred hours of billings at the hourly rate stated in this agreement for the P&M employee. End of Professional Services Agreement — Consulting Services 34 plante tom_ Moran Proposal to Provide Information Iccl olooy Consulting Assessment Services _51 Resumes Adam Ruj an Present Position: Partner Technology Consulting & Solutions Experiences Include: Technology Planning: Experience in developing strategic technology plans and conducting information technology assessments for governmental clients that includes the establishment of technology strategies and recommended projects. Through these efforts, he has gained a vast level of experience on technologies relevant to the various areas of government including ERP solutions, CRM solutions, imaging technologies, wireless technologies and others. Process Redesign and Information Technology Assistance: Projects typically include assisting clients realize the full potential of technology, including re -engineering, productivity improvement, benefits realization analyses and post implementation reviews. Experiences also include project management system implementation, planning and selection, and data processing internal controls reviews. Organization and Management Studies: Engagements have varied from analysis of specific functional activities to comprehensive studies of underlying operating policies, procedures, andorganizational principles. Analyses have included reviewing resource utilization, future roles and levels of service to be provided, alignment of programs and services, communication channels and working relationships within and outside the organization, supervisory management styles and practices, position requirements and skill levels, administrative practices and training requirements. Operations & Financial Analysis: Project objectives typically focus on increasing efficiency, identifying and evaluating alternative methods for revenue enhancement, cost/benefit studies. Specific activities have included detailed review and analysis of operational policies and procedures, operational controls, reporting and administrative controls, fiscal and reimbursement practices, the identification of non -value added work activities, and process re -engineering. Change Management Assistance: Assisted various organizations in understanding and applying the concepts of Change Management and assessing readiness for Change. Engagements have varied from staff and customer surveys and assessments to modifying organizational structures and developing staff training programs. Critical components of our approach typically include empowering client work groups and coaching staff in evaluating various available options for change. Prior Organizational Affiliations: Detroit Medical Center; Detroit, Michigan U Manager of Consulting Services in the Management Consulting Group, experience included: B Implemented and monitored ongoing productivity management systems. B Developed and implemented nursing patient classification systems. B Conducted operational reviews for hospitals, ambulatory care and health care related organizations. - Managed a small staff of computer and management engineering professionals Education: University of Michigan — Master of Business Administration Wayne State University — Bachelor of Industrial Engineering Professional Affiliations: Public Technology institute (PTI) B Metropolitan Affairs Coalition, Board member B Michigan Government Finance Officers Association (MGFOA), past Board member B Government Finance Officers Association (GFOA) 35 plante moran Proposal to Provide Illfi)t nvition Tecluioloev ConsUi:111: Assessnient Services Dennis Bagley Present Position: Senior Manager Technology Consulting & Solutions Experiences Include: Project Management: Assists clients to ensure technology planning, selection implementation and process improvement projects are delivered on -time and within budget. Provides project management oversight on both system implementation and system development projects. Manages projects using project management body of knowledge (PMBOK) tools and techniques. Project management efforts include: issues management, resource management, scope management, change management, quality assurance, status reporting and meetings, budgedcost management, procurement and risk management. Prepares and presents project status, budgets and other reports to Management Teams and Executives and recommends strategies for improving project results. Develops detailed project plans and budgets using Microsoft Project. Information Technology Assessment and Planning: Assists clients with the assessment of their existing information technology capabilities with respect to IT organization, administration and application software. Prepares information Technology Strategic Plans to ensure alignment of IT strategies with overall organization strategies. identifies and ensures maximum realization of return on investment in IT. Projects included strategies for deployment of enterprise resource planning (ERP), document imaging, accounting, payroll and other information systems. Prepares multi -year technology plans and budgets and presents to Boards, Executives and Management Teams. Process Improvement and Operations Reviews: Assists clients with projects to improve performance of their internal business processes. Conducts benchmark and best practices research and prepares process measures and performance improvement systems. Results include significant elimination of wasted activities, and investment in information technology aimed at greater than 2:1 return on investment. Designed and developed process improvement tools which are used on a Finn -wide basis. Information Systems Selection: Assists numerous clients in the evaluation and selection of enterprise resource planning (ERP) and other information systems. Conducts focus group sessions and ensure maximum participation by staff in order to increase the chances of project success. Prepares detailed software requirements, compiled customized vendor lists, prepared comprehensive Request for Proposal (RFP) documents, and assists clients with analysis of proposals and identification of preferred vendors. Information Technology Budgeting and Contract Negotiations. Assists clients with preparation of multi -year information technology cost projections encompassing all operating and capital expenditures. Prepares detailed financial models and impacts of IT expenditures on financial statements. Contract Negotiations: Assists numerous clients with iT contract negotiations resulting in overall cost reduction and improvement in service levels. Negotiated over 20 contracts during the past three years resulting in $100,000+ client savings in many cases. Assists clients with contract negotiations involving software license, maintenance and support, services, hardware, hosting and outsourcing. Prior Organizational Affiliations: Delta Dental Plan or Michigan Senior Business Systems Analyst. Developed large scale information systems, managed the on -going development efforts of third party software developers, managed internal programming efforts for on -going maintenance of existing systems, and assisted in developing guidelines for software quality assurance. Wrote custom reports using report writer and data extraction tools. Coopers & Lybrand Consultant. Assisted clients in the development of information systems, managed the development efforts of a third party software vendor, assisted in the development of a large-scale systems implementation plan, and selected, implemented and managed a local area network. Wrote and tested programs written in COBOL, C, PL/1, Fortran, Pascal and JCL. Education: University of Michigan, Ann Arbor, Michigan; Master of Business Administration Rotterdam School of Management (RSM), Erasmus University, Rotterdam, the Netherlands; MBA International Exchange Program University of Michigan -Dearborn, Dearborn, Michigan; Bachelor of Science, Computer Science 36 plante moran 'topo al to Provide inlonuattort 1 eC)1t101ogy (.Ton]SUlting Asesnientt. ServLces Sri Chalasani Present Position Senior Systems Engineer Technology Consulting & Solutions Experience includes: Strategic Planning: Participate in long ten), technology plan meetings for customers. Develop short and long term strategies (planning & budgets) to accomplish. plan objectives. Collect and interpret quantitative and qualitative data for design considerations. Technical lead to develop high level network architectures and design standards that blends client requirements with industry best practices. Network System Design: Consulted on numerous projects involving needs assessments, design, specification (RFI/RFP/RFQ) and selection of Local & Wide Area Networks (LAN/WAN) ranging from single site to multi -site environments. Network design, specifications and analysis involved technologies such as: Wide / Metro Area Network (Fiber Infrastructure & Bandwidth Services), Local and Wide Area Network Electronics (Ethernet & ATM), Voice Over IP (VoIP) Systems with Unified Messaging, Wireless Access & Security (hotzones & hotspots), Centralized Network Security Systems, Video Conferencing Systems (H.320/ H.321 / H.323), IP based Video Broadcast, Video -On -Demand, and Surveillance Systems, Server Farms, Desktop Systems & Peripherals, Networks Attached Storage (NAS) and Storage Area Network (SAN) solutions, Server Load Balancing, Network Management Systems & Software, and Support & Maintenance Services. Post equipment/services procurement responsibilities include participation and. development of physical and logical network plans for client's internal or third party integration teams, establish equipment configuration requirements and guidelines, and performance requirements. Broadband Wireless Systems: Technical consulting on building, city, and .county wide broadband wireless solutions (hotspots & hotzones). Responsibilities are to translate the vision and goals of the client into technical solutions and specifications. Research & Business Analysis: Conduct research and business analysis for system migration. This involved researching multiple solutions, analyze solutions against client requirements. and provide business case analysis including budgeting, ROi, and migration timelines. Network & Security Auditing: Conduct technology audit on customer's network that involved a detailed analysis and reporting of clients' network and system infrastructure. Conduct network performance analysis to identify and rectify network / application related issues. Conduct internal and external IT security audits using ethical hacking procedures to identify network vulnerabilities. Create detailed reports on identified vulnerabilities and associated remediation's. Network Systems Project Management: Responsible for providing project management oversight on network implementation projects to include coordination across multiple vendors, establish and maintain schedules. Other responsibilities include progress tracking, evaluate project implementations to stated design specifications, conflict resolution, manage change order controls, conduct punch list audits, and eventual sign -off for the project. Prior Organizational Affiliations Innovate Technology Consulting Group Technical consulting services on planning, design, project management and implementation of integrated technology solutions primarily for public sector organizations. Education Wayne State University — Master of Business Administration Western Michigan University— Master of Science (Computer Sciences) Bangalore University — Bachelor of Engineering (Electronics & Communications) Professional Affiliations and Certifications G Advanced Networking Technologies t<~ VoIP & Unified Messaging Systems Video Over IP Systems (video streaming and video conferencing) EI Metro Wireless Solutions 0 Project Management 37 plante moran Proposal to Provide lot nuatioil icchnoIov Coiisultjnr Assessment Services Laurie Zyla Present Position Consultant Technology Consulting & Solutions Experience Technology Planning: Experience with technology planning and assessment projects. Assists government clients with short- and long-range technology planning; budgeting; project management; system selection; and vendor and staff management. Projects included needs assessments, requirements definition, vendor selection and contract negotiation. Also assists clients with strategic planning, including assessing and managing the impact of technology implementation on client operations. Technology Implementation: Experience with the full lifecycle of design and implementation of network infrastructure for a major global telecommunications organization. Assists clients with management and implementation of software, hardware, operating systems, and network infrastructure. Implementation responsibilities include project management, selection, implementation planning, budgeting, staffing, training, business process improvement and evaluation_ Technology Support: Experience supporting e -Business infrastructure, including server configuration and maintenance, customer support, data security, system monitoring, and project management. Assists in providing on -going network management and administration services to government clients. Government Programs: Experience working with government and community groups to support initiatives like economic development, coalition development, collaborative solutions, and e -government. Assists clients with organization development, constituent research, community -based solutions, and establishing government partnerships. Prior Organizational Affiliations Motorola, Inc. Systems Engineer, Global e -Business Internet Strategies — Maintained hardware and software components of corporate e -Business environment; designed project infrastructure/architecture; facilitated system monitoring and backups; managed the full lifecycle of new website projects Education Brandeis University — Master of Business Administration University of Michigan — Bachelor of Science, Computer Science Affiliations and Certifications at Net Impact — New Leaders For Better Business D9 Michigan Suburbs Alliance 38 plante moran Proposal to Provide Information Technolo v Consulting Assessment Services John Bissa Present Position Partner Web Development Team Experiences Include Web Application Strategy and Implementation Management: Developed web strategy and planning documents for a wide variety of public and private sector clients. Assisted clients in the development of Intemet/intranet application priorities and budgets. Managed large, multi -discipline teams during the implementation of full -function web sites, including content management and portal solutions, e - Commerce and multi -language sites. Interim Information Technology Management: Provided IT leadership and management functions for various clients as a direct report to the executive management. Responsibilities included vendor and staff management, budgetary authority, system and vendor selection and systems implementation planning. Project Management: Extensive project management experience over a wide range of technology implementation projects. Responsibilities include managing meetings, correspondence, budgets, vendor - client interaction, and vendor responsiveness. Completed several courses in preparation for PMP designation. Information Systems Selection: Assisted public and private sector clients in the selection of information technology systems and software. Prepared detailed software and hardware specifications and prepared comprehensive Request for Proposal documents. Analyzed proposals and identified preferred vendors. Application software includes public safety systems, integrated financial and accounting systems, education support systems, and judicial management systems. Prior Organizational Affiliations Naval Aviator, United States Navy Education a United States Naval Academy — Bachelor of Science, General Engineering/Political Science a The Catholic University of America — Master of Arts, International Affairs The University of Florida — Master of Business Administration 39 plan to moran plante moran For more information contact: Adam Ruj an, Partner 1-800-544-0203 Adam.Rujan@plantemoran.com plantemoran.com W ARKANSAS Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR PROPOSAL: RFP 10-11, City-wide Information Technology Assessment DEADLINE: Thursday, July 22, 2010 at 2:00 PM, Central Standard Time DELIVERY LOCATION: Room 306.-113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Andrea Foren, CPPB, aforen@ci.fayetteville.ar.us, 479.575.8220 DATE OF ISSUE AND ADVERTISEMENT: Friday, July 2, 2010 REQUEST FOR PROPOSAL RFP 10-11, City-wide Information Technology Assessment No late proposals will be accepted. RFP's shall be submitted in sealed envelopes labeled "RFP 10-11, City- wide Information Technology Assessment" with the name and address of the bidder. All Proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: Plante & Moran, PLLC Contact Person: Adam Ru-ian Title: Partner E -Mail: adam.rujan@plantemoran.com Phone: Business Address: 27400 Northwestern Hwy City: Southfield State: Michigan Signature: -- Date: 800.544.0203 Zip: 48034 July 21, 2010 City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 1 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION C: Statement of Disclosure — To Be Submitted With ALL Proposals This page does not count towards page limitations set forth in this request for proposal or bid. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: X 1) NO KNOWN RELATIONSHIP EXISTS 2) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL: 1.) 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. Adam Rujan, Partner Printed Name Signature July 21, 2010 Date City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 19 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION D: Authorized Negotiator Information — To Be Submitted With ALL Proposals At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Name of Firm: Plante & Moran, PLLC Name of Primary Contact: Adam Rui an Title of Primary Contact: Partner Phone#1 (cell preferred): 248-223-3328 E -Mail Address: adam.rujan@plantemoran.com PART 2 Coact#arLegallyB�ndtngCot�firacs Phone#2: Is the primary contact (listed in Part 1) able to legally bind contracts? vEs NO (circle one) If no, please list contact that can legally bind a contract for the firm: Name: Title: Phone#1 (cell preferred): E -Mail Address: Date: July 21, 2010 Signed: 4 Phone#2: City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 20 of 26 City of Fayetteville RFP 10-11, City-wide Information Technology Assessment SECTION E: Addendum Acknowledgement Form Please acknowledge receipt of addenda for this invitation to bid or request for proposal by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject vendor to disqualification. ADDENDUM NO. SIG ATURE AND PRINTED NAME DATE RECEIVED 14LAdam Rujan, Partner July 19, 2010 Note: Prior to submitting the response to this solicitation, it is the responsibility of the firm submitting a response to confirm if any addenda have been issued. If such document(s) has been issued, acknowledge receipt by signature and date in the section above. Failure to do so may result in being considered non- responsive. Information regarding addenda issued is available on the City of Fayetteville website under the Purchasing Division at www.accessfayetteville.org by selection "Bid's, RFP's, and RFQ's" under the "Business" heading. City of Fayetteville, AR RFP 10-11, City-wide Information Technology Assessment Page 21 of26 V,vQ wI CERTIFICATE OF LIABILITY INSURANCE OP IDAY PLANT -5 DATE :IRUDDI YY: mowsER I E11O t,tk I lrMA I CID IaQUCU MOM VIM' 1 CR 'Jr :IYr V R:eX 1: V:Y ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Cambridge Underwriters Ltd. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 511077 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.. Livonia MI 48151-7077 - Phone:- 734-525-0927 Pax: 734-525-0612 INSURERS AFFORDING COVERAGE NAIC U INSURED - WURERA Federal Insurance Company 20281 PFM Holding Group, LLP and INSURERS: n.L4. EAKFAI m. Inm1 20346 Subsidiaries; Plante & Moran, PLLC INSURER C' 26300 Northwestern Hwy Ste 120 INSURER D'. Southfield MI 48076-3750 xwRER E: rnurpABPS ..MF a C OA4n Ujl a nN THE POLICIES OF INSURANCE WTEO BELOW HAVE BEEN ISSUED TO THE IN WREO NAMED ABOVE FOR THE POLICY IERIW MOICATED. NOTW RHBT WDINO ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAI, THE WBURANCE AFFORDED BY THE KICESOESCISED HEREIN IS SUSPECT TOALL NE TERMS. UCW5NNS ANO CONDITIONS CF SUCH PCCCES. AWREOAIE WITS WOMN WAY HAM BEEN REDUCED BY PAC MAIMS. 1KJ 1 INN LIB Mw TYPE OF INSURANCE POLICY NUMBER POLICY EFFECT1W DATE IMMm6HYY+ Potty E PIRA11O I DAME MAOYYYY LIMITS GENER.LLLIASIYTY EACH OCCURRENCE E 1, 000, 000 A cG ACM GENERAL Lw\m 3575-66-13 03/13/10 03/13/11 X DAMAGE TO RENTED mEMMmIE..mH.Nn 11,000,000 GAINS MADE a OCCUR MED EAP IA.Y MAY PHY..I 1 10, 000 PEAS MK AADYINNRY $ 1.000.000 GENERALAGGREGATE 1 2,000,000 PERU AGGREGATE UNIT Al0.ES PER'. PRODUCTS- CWPKP AGO 1 2, 000, 000 Poo- POLICY Amr X LOC A AUTOMOBµE LIABILITY WYwTO 7326-30-17 03/13/10 03/13/11 COMBINED iINOLE LIMY IEA'_IN"U 1,000,000 AU ONNEO AUTOS SCHEDULED AUTOS $500 COMP BWL+IxuR+ Inr Mxml I % BWLYINIIRY Iw eNwl AREDAUrw . xW.wvxm AUTOS • $500 COLL — % PROREATYDAMAOE O.UOE LNYYTY AUTO WM1Y-EA ACCOENT_ $ EA ACC OTHER TH AN I AN+wTO _ AUTOONLY: A00 EXCESS UMBRELLA LIABILITY EACH OCCURRENCE I OCCUR ❑ CLAYS MADE AGGREGATE i I PERMITE.A I RETENTION I A WONXERSCWRNYIWN ,WD EMPLOYERSLIAMRY RNDEDYEwTnE 7165-30-87 03/13/10 03/13/11 X WCETATV. TORY UMITS 0TH. ER EL.Emx AcaDENr 11,000,000 _ OFFLRn4L4BER MAMOMYIn NMI BIICLUOLOr _ XMI EL DISEASE EAEWLOVEE 1 1,000,000 -. aIn tl F�.YWBY YN! IPELML mO/OKMI xw. EL.OIEF/.Y.PpKY WIi i 1,000,000 OTHER DESCRIPTION OF p4MTOx S I LOCATIONS I MKKLES I EXCLUSON @ AWED BY EN W RIENENT I SPECIAL PROVIPoNI CERTIFICATE HOLDER CANCELLATION NgDE➢RNY OF THE ABOVE DESCRIBED POLICIES BE GMCELLED BEFORE THE ENPIRAION DATE THEREOF. THE ISEUND INSURER WEIENCEAVOR TO MAUL *30 WMMARTMEN City of Fayetteville NOME TO THECERTIECATE NOL DERMW ED TO THE LETT,BIR ENLME TO W PO MI Purchasing Agent INPoPE NO OBLIGATION W WILT OF .W+ KIND UPON THE INSURER, ITS RDEMP OR Attn: Andrea Foren, CPPB 113 N. Mountain REPREIENTATNEs. nnrire _ Fayetteville AR 72701 l ACORD 25(2009/01) j 09 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IS tO Rb® CERTIFICATE OF LIABILITY INSURANCE OPIDA[c DATE IMwonrvVl 03/17/11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lithe certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cambridge Underwriters Ltd. PHONE AIL. No. E.L: FA Arc. No): EMAIL ADDRESS: P.O. Box 511077 PRODUCER CUSTOMER ID E: PLANrr-5 Livonia MI 48151-7077 WSURER(S) AFFORDING COVERAGE NAICF Phone: 734-525-0927 Fax: 734-525-0612 INSURED INSURER A: Federal Insurance Company 20281 P&M Holding Group, LLP and Subsidiaries; INSURER B: P..iM. l,e.eify C.. ICEWHI 20346 Plante & Moran, PLLC INSURER C: 26300 Northwestern Hwy Ste 120 Southfield MI 48076-3750 INSURER o: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTMTHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUME(TW ITH RESPECT TOWHICH HICH TMS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY IMVE BEEN REDUCED BY PAID CLAIMS. INER ADOL SUBS POLICY EFF POLICY BAY LTRIHER TYPE OF INSURANCE WYO POLICY NUMBER IMMNOIYVYYI (MMIODIVYYY) LIMITS GENERAL UABIUTY EACH OCCURRENCE $ 1,000, 000 A COMMERICAL GENERALLIABLITV 3575-66-13 03/13/11 03/13/12 X DAMAGE TO REWED PREMISES(E.omm.na) S 1,000,000 CLAIMS -WOE OCCUR MEDEXP(Are ,Ferro,) S 10,000 PFRSONAL S AW INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 GENLAGGREGATE LIMIT APPLIES PER. PRODUCTS. COMPIOR AGG S 2,000,000 • fl PRO - POLICY p JECT X LOC - AUTOMOBILE UABIUIY COMBINED SINGLE LIMIT •(E. $ 1,000,000 wdMn') A AM'AUTO 7326-30-17 03/13/11 03/13/12 BOOZY INJURY (P.r p.rnn) ALL OWNED AUTOS BODLY INJURY (Per NAW WU $ SCHEDULED AUTOS $500 COMP HINEDAUTOS $500 COLL PrsoPERrvDAMAGE (Per .NJS.nt) S X X S NONCWNED AUTOS E UMBRELLA WB OCCUR EACH OCCURRENCE S AOOREOATE $ EXCESS WB CLAIMSMADE DEDUCTIBLE S RETENTION S $ A WORKERS COMPENSATION 7165-30-87 03/13/11 03/13/12 X WCBTAn. 0TH. AND EMPLOYERS LIABILITY YIN TORY LIMITS ER ANY PROPRIETOWPARTNEWESECUTVE E.L. EACHACCIDENT S 1,000,000 OFFICEPMEMBER EXCLUDEDI ❑ I A (M.M.mry FNH) EL.DISEASE-EAEMPLOVEE E 1,000,000 If We. d,.vfi is., DESCRIPTION OF OPERATIONS Gbn E.L. DISEASE - POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(AeW ACORD 101. ALHentl R.'.,1, SAA.duk. Il mw, Ipsa N nqulnd) CERTIFICATE HOLDER City of Fayetteville Purchasing Agent Attn: Andrea Foren, CPPB 113 W. Mountain Fayetteville AR 72701 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIE: THE EXPIRATION DATE THEREOF, NOTICE WILL BE ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE LI 09 ACORD ACORD 25 (2009!09) The ACORD name and logo are registered marks of ACORD